Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
G. M. McClure Construction - Yakima Valley Transportation Company Preservation
Q .T'1 et-er-V. E6- /o 303 1 1.3 1 1 City Of Yakima 1 Yakima Valley Transportation 1 Company Preservation p Y I Trolley Barn Repairs I City Project No. 2153 1 _ 1 Federal Aid No.. STPE 1485(0 9) I �i A 1+F�' ' ;' , `. L'L -( li R:♦ iI ; � \IF ✓' I S�'_UDs _ 1 . 1" , .. 1 . 4 "-- ';`,. . c g , . . „ ' ''■ , I - � � t : i, . - .. - • „..A.f.o■,. N I r.„..‘, .E.,.,.,,, I 7 4 M I y Iv sae; ; �,.e I . t 1 Construction Contract Specifications and Bid Docuements I February, 2010 I I 5 6- 7 ---'" ..'....7 6 T DEPARTMENT OF COMMUNITY AND ECONOMIC DEVELOPMENT � William R. Cook, Director ',V �s '4‘:"44,4` , Engineering Division ,; '' . + ; N 129 North Second Street : = Yakima, Washington 98901 hone: (509) 575 -6111 o Fax (509) 576 -6305 March 18, 201U Glen McClure G. M. McClure Construction 213 S. 25 Avenue Yakima, WA98902 Re: Yakima Valley Transportation Company Restoration - Trolley Barn Repairs Federal Aid No.: STPE - 1485(019), City Project No. 2153 Dear Mr. McClure: The City Manager of the City of Yakima has authorized an award of the contract for the above referenced project to your company on the basis of your low bid submitted on March 12, 2010 in the amount of $119,786.88. This letter is official notification of the award of the contract to your company by the City of Yakima. Prior to submitting the sighed contract for execution, G. M. McClure Construction must provide the correct business name and mailing address of all subcontractors and suppliers who submitted a bid or quote in an attempt to participate in this contract whether they were successful or not. , Enclosed is one set of the specifications, proposal and contract documents for your information. Also enclosed are three copies of the contract and a performance bond form. Please sign and return all copies of the contract form to this office, along with the fully executed performance bond and certificate of insurance, within ten (10) calendar days. Your attention is directed to Section 1 -07.18 Public Liability and Property Damage Insurance (APWA GSP) of the Construction Contract Specifications for coverage limits, additional insurance requirements and specialACORD form wording. We have also included a Liability Certificate Checklist for you and your surety's convenience. When these items have been approved, the City will execute the contract form and bind a signed contract, certificate, and proposal into contract document books. The three completed books will be distributed to the City Clerk,' City Engineer and Contractor. , Please contact Bruce Floyd, Construction Supervisor, of our office within ten (10) days of this date to schedule a pre- construction conference, and to discuss various forms and documentation that must be completed and turned into him at the Pre - construction Conference. The Notice to Proceed will also be discussed at the Pre - construction Conference. Bruce's office phone is 575 -6138. For your information, we are enclosing a copy of the bid summary for this project. Sincerely, 2 \-c-" I C)-t- in c' Douglas Mayo, P.E. City Engineer • encl. cc: Bruce Floyd, Construction Supervisor Brett Sheffield, Project Engineer Susie Lorrance, Contract Specialist City Clerk Yakima Debbie Baldoz, Finance , * **- M- AmeduCity File '��I�f 1994 DEPARTMENT OF COMMUNITY AND ECONOMIC DEVELOPMENT % William R. Cook, Director Engineering Division 129 North Second Street, 2 "" Floor Yakima, Washington 98901 Phone: (509) 575 -6111 - -Fax (509) 576 -6305 ADDENDUM NO. 1 TO THE BID DOCUMENTS & SPECIFICATIONS FOR THE CITY OF YAKIMA, WA for Yakima Valley Transportation Company Preservation Trolley Barn Repairs FEDERAL AID NO.: STPE- 1485(019) CITY OF YAKIMA PROJECT NO.: 2153 TO THE ATTENTION OF ALL BIDDERS AND PLAN HOLDERS: The Bid & Contract Documents shall be modified as follows: ITEM 1. State Wage Rates: The State Wage Rates for this project are deleted in their entirety and replaced with the new State Wage Rates dated March 3, 2010. This ADDENDUM is to be considered as much a part of the contract provisions as if it were included in the body of the Plans and Specifications. All Bidders shall acknowledge receipt of the ADDENDUM on the proposal form prior to bid opening. APPROVED: '`'A.1 3 -3 - 10 Brett H. Shhef ld, P.E. Date Chief Engineer • END OF ADDENDUM NO. 1 • Addendum 1 Page 1 of 1 3/3/10 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. YAKIMA COUNTY EFFECTIVE 3 -03 -2010 *************************************************************************** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL $17.83 1 BOILERMAKERS JOURNEY LEVEL $35.48 1 BRICK MASON JOURNEY LEVEL $38.62 1M 5A BUILDING SERVICE EMPLOYEES JANITOR $8.55 1 SHAMPOOER $11.14 1 WAXER $8.55 1 WINDOW CLEANER $9.14 1 CABINET MAKERS (IN SHOP) JOURNEY LEVEL $19.24 1 CARPENTERS ACOUSTICAL WORKER $37.22 1M 5D BRIDGE, DOCK AND WARF CARPENTERS $47.36 1M 5D CARPENTER $37.22 1M 5D CREOSOTED MATERIAL $37.22 1M 5D DRYWALL APPLICATOR $37.22 1M 5D FLOOR FINISHER $37.22 1M 5D FLOOR LAYER $37.22 1M 5D FLOOR SANDER $37.22 1M 5D MILLWRIGHT $48.36 1M 5D PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND WELDING $47.56 1M 5D SAWFILER $37.22 1M 5D SHINGLER $37.22 1M 5D STATIONARY POWER SAW OPERATOR $37.22 1M 5D STATIONARY WOODWORKING TOOLS $37.22 1M 5D CEMENT MASONS JOURNEY LEVEL $35.30 1N 5D DIVERS & TENDERS DIVER $100.28 1M 5D 8A DIVER ON STANDBY $56.68 1M 5D DIVER TENDER $52.23 1M 5D SURFACE RCV & ROV OPERATOR $52.23 1M 5D SURFACE RCV & ROV OPERATOR TENDER $48.85 1B 5A DREDGE WORKERS ASSISTANT ENGINEER $49.57 1T 5D 8L ASSISTANT MATE (DECKHAND) $49.06 1T 5D 8L BOATMEN $49.57 1T 5D 8L ENGINEER WELDER $49.62 1T 5D 8L LEVERMAN, HYDRAULIC $51.19 1T 5D 8L Page 1 YAKIMA COUNTY EFFECTIVE 3 -03 -2010 *************************************************************************** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code MAINTENANCE $49.06 1T 5D 8L MATES $49.57 1T 5D 8L OILER $49.19 1T 5D 8L DRYWALL TAPERS JOURNEY LEVEL $31.71 1P 5A ELECTRICAL FIXTURE MAINTENANCE WORKERS JOURNEY LEVEL $43.32 1 ELECTRICIANS - INSIDE CABLE SPLICER $51.64 1E 5A JOURNEY LEVEL $49.84 1 E 5A WELDER $53.44 1E 5A ELECTRICIANS - MOTOR SHOP CRAFTSMAN $15.37 2A 6C JOURNEY LEVEL $14.69 2A 6C ELECTRICIANS - POWERLINE CONSTRUCTION CABLE SPLICER $59.79 4A 5A CERTIFIED LINE WELDER $54.59 4A 5A GROUNDPERSON $39.07 4A 5A HEAD GROUNDPERSON $41.22 4A 5A HEAVY LINE EQUIPMENT OPERATOR $54.59 4A 5A JACKHAMMER OPERATOR $41.22 4A 5A JOURNEY LEVEL LINEPERSON $54.59 4A 5A LINE EQUIPMENT OPERATOR $46.32 4A 5A POLE SPRAYER $54.59 4A 5A POWDERPERSON $41.22 4A 5A ELECTRONIC TECHNICIANS ELECTRONIC TECHNICIANS JOURNEY LEVEL $23.40 1 ELEVATOR CONSTRUCTORS MECHANIC $67.91 4A 6Q MECHANIC IN CHARGE $73.87 4A 6Q FABRICATED PRECAST CONCRETE PRODUCTS CRAFTSMAN $8.72 1 LABORER $8.55 1 FENCE ERECTORS FENCE ERECTOR $13.79 1 FLAGGERS JOURNEY LEVEL $24.62 1 GLAZIERS JOURNEY LEVEL $22.43 18 61 HEAT & FROST INSULATORS AND ASBESTOS WORKERS MECHANIC $25.32 1 HEATING EQUIPMENT MECHANICS MECHANIC $34.85 1X 5A HOD CARRIERS & MASON TENDERS JOURNEY LEVEL $32.55 1H 5D INDUSTRIAL ENGINE AND MACHINE MECHANICS MECHANIC $15.65 1 INDUSTRIAL POWER VACUUM CLEANER JOURNEY LEVEL $9 24 1 INSPECTION /CLEANING /SEALING OF SEWER & WATER SYSTEMS BY REMOTE CONTROL CLEANER OPERATOR, FOAMER OPERATOR $9 Page 2 • YAKIMA COUNTY EFFECTIVE 3 -03 -2010 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code 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 $32.91 1 IRONWORKERS JOURNEY LEVEL $48.72 10 5A LABORERS ASPHALT RAKER $32.55 1H 5D BALLAST REGULATOR MACHINE $31.61 1H 5D BATCH WEIGHMAN $29.65 1H 5D BRUSH CUTTER $31.61 1H 5D BRUSH HOG FEEDER $31.61 1H 5D BURNERS $31.61 1H 5D CARPENTER TENDER $31.61 1H 5D CASSION WORKER $32.55 1H 5D CEMENT DUMPER /PAVING $32.16 1H 5D CEMENT FINISHER TENDER $31.61 1H 5D CHANGE -HOUSE MAN OR DRY SHACKMAN $31.61 1H 50 CHIPPING GUN (OVER 30 LBS) $32.16 1H 5D CHIPPING GUN (UNDER 30 LBS) $31.61 1H 5D CHOKER SETTER $31.61 1H 5D CHUCK TENDER $31.61 1H 5D CLEAN -UP LABORER $31.61 1H 5D CONCRETE DUMPER /CHUTE OPERATOR $32.16 1H 5D CONCRETE FORM STRIPPER $31.61 1H 5D CONCRETE SAW OPERATOR $32.16 1H 5D CRUSHER FEEDER $29.65 1H 5D CURING LABORER $31.61 1H 5D DEMOLITION, WRECKING & MOVING (INCLUDING CHARRED MATERIALS) $31.61 1H 5D DITCH DIGGER $31.61 1H 5D DIVER $32.55 1H 5D . DRILL OPERATOR (HYDRAULIC, DIAMOND) $32.16 1H 5D DRILL OPERATOR, AIRTRAC $32.55 1H 5D DUMPMAN $31.61 1H 5D EPDXY TECHNICIAN $31.61 1H 5D EROSION CONTROL WORKER $31.61 1H 5D FALLER/BUCKER, CHAIN SAW $32.16 1H 5D FINAL DETAIL CLEANUP (i.e., dusting, vacuuming, window cleaning; NOT $27.02 1H 5D construction debris cleanup) FINE GRADERS $31.61 1H 5D FIRE WATCH $29.65 1H 5D FORM SETTER $31.61 1H 5D GABION BASKET BUILDER $31.61 1H 5D GENERAL LABORER $31.61 1H 5D GRADE CHECKER & TRANSIT PERSON $32.55 1H 5D GRINDERS $31.61 1H 5D GROUT MACHINE TENDER $31.61 1H 5D GUARDRAIL ERECTOR $31.61 1H 5D HAZARDOUS WASTE WORKER LEVEL A $32.55 1H 5D HAZARDOUS WASTE WORKER LEVEL B $32.16 1H 5D Page 3 YAKIMA COUNTY EFFECTIVE 3 -03 -2010 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code HAZARDOUS WASTE WORKER LEVEL C $31.61 1H 5D HIGH SCALER $32.55 1H 5D HOD CARRIER $32.55 1H 5D JACKHAMMER $32.16 1H 5D LASER BEAM OPERATOR $32.16 1H 5D MANHOLE BUILDER - MUDMAN $32.16 1H 5D MATERIAL YARDMAN $31.61 1H 5D MINER $32.55 1H 5D NOZZLEMAN, CONCRETE PUMP, GREEN CUTTER WHEN USING HIGH $32.16 1H 5D PRESSURE AIR & WATER ON CONCRETE & ROCK, SANDBLAST, GUNITE, SHOTCRETE, WATER BLASTER PAVEMENT BREAKER $32.16 1H 5D PILOT CAR $29.65 1H 5D PIPE POT TENDER $32.16 1H 5D PIPE RELINER (NOT INSERT TYPE) $32.16 1H 5D PIPELAYER & CAULKER $32.16 1H 5D PIPELAYER & CAULKER (LEAD) $32.55 1H 5D PIPEWRAPPER $32.16 1H 5D POT TENDER $31.61 1H 5D POWDERMAN $32.55 1H 5D POWDERMAN HELPER $31.61 1H 5D POWERJACKS $32.16 1H 5D RAILROAD SPIKE PULLER (POWER) $32.16 1H 5D RE- TIMBERMAN $32.55 1H 5D RIPRAP MAN $31.61 1H 5D RODDER $32.16 1H 5D SCAFFOLD ERECTOR $31.61 1H 5D SCALE PERSON $31.61 1H 5D SIGNALMAN $31.61 1H 5D SLOPER (OVER 20 ") $32.16 1H 5D SLOPER SPRAYMAN $31.61 1H 5D SPREADER (CLARY POWER OR SIMILAR TYPES) $32.16 1H 5D SPREADER (CONCRETE) $32.16 1H 5D STAKE HOPPER $31.61 1H 5D STOCKPILER $31.61 1H 5D TAMPER & SIMILAR ELECTRIC, AIR & GAS $32.16 1H 5D TAMPER (MULTIPLE & SELF PROPELLED) $32.16 1H 5D TOOLROOM MAN (AT JOB SITE) $31.61 1H 5D TOPPER- TAILER $31.61 1H 5D TRACK LABORER $31.61 1H 5D TRACK LINER (POWER) $32.16 1H 5D TRUCK SPOTTER $31.61 1H 5D TUGGER OPERATOR $32.16 1H 5D VIBRATING SCREED (AIR, GAS, OR ELECTRIC) $31.61 1H 5D VIBRATOR $32.16 1H 5D VINYL SEAMER $31.61 1H 5D WELDER $31.61 1H 5D WELL -POINT LABORER $32.16 1H 5D LABORERS - UNDERGROUND SEWER & WATER GENERAL LABORER & TOPMAN $31.61 1H 5D PIPE LAYER $32.16 1H 5D Page 4 • • YAKIMA COUNTY EFFECTIVE 3 -03 -2010 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code LANDSCAPE CONSTRUCTION IRRIGATION OR LAWN SPRINKLER INSTALLERS $9.00 1 LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $15.45 1 LANDSCAPING OR PLANTING LABORERS $9.00 1 LATHERS JOURNEY LEVEL $37.22 1M 5D MARBLE SETTERS JOURNEY LEVEL $38.62 1M 5A METAL FABRICATION (IN SHOP) FITTER $12.00 1 LABORER $10.31 1 MACHINE OPERATOR $11.32 1 PAINTER $12.00 1 WELDER $11.32 1 MODULAR BUILDINGS JOURNEY LEVEL $14.11 1 PAINTERS JOURNEY LEVEL $28.12 1W 6Z PLASTERERS JOURNEY LEVEL $46.63 1R 5B PLAYGROUND & PARK EQUIPMENT INSTALLERS JOURNEY LEVEL $8.55 1 PLUMBERS & PIPEFITTERS JOURNEY LEVEL $28.75 1 POWER EQUIPMENT OPERATORS ASPHALT PLANT OPERATOR $50.39 1T 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 IT 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 1T 5D 8P BELT LOADERS (ELEVATING TYPE) $49.48 1T 5D 8P BOBCAT (SKID STEER) $47.12 1T 5D 8P BROKK- REMOTE DEMOLITION EQUIPMENT $47.12 1T 5D 8P BROOMS $47.12 1T 5D 8P BUMP CUTTER $49.90 1T 5D 8P CABLEWAYS $50.39 1T 5D 8P CHIPPER $49.90 1T 5D 8P COMPRESSORS $47.12 1T 5D 8P CONCRETE FINISH MACHINE - LASER SCREED $47.12 1T 5D 8P CONCRETE PUMPS $49.48 1T 5D 8P CONCRETE PUMP -TRUCK MOUNT WITH BOOM ATTACHMENT $49.90 1T 5D 8P CONCRETE PUMP -TRUCK MOUNT WITH BOOM ATTACHMENT OVER 42 $50.39 1T 5D 8P METERS CONVEYORS $49.48 1T 5D SP 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 Page 5 YAKIMA COUNTY EFFECTIVE 3 -03 -2010 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code 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 11 - 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 11 - 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 11 - 5D 8P FINISHING MACHINE /BIDWELL GAMACO AND SIMILAR EQUIP $49.90 1T 5D 8P FORK LIFTS, (3000 LBS AND OVER) $49.48 11 - 5D 8P FORK LIFTS, (UNDER 3000 LBS) $47.12 1T 5D 8P GRADE ENGINEER $49.90 1T 5D 8P GRADECHECKERANDSTAKEMAN $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 IT 5D 8P HYDRALIFTS /BOOM TRUCKS (OVER 10 TON) $49.48 11 - 5D 8P LOADERS, OVERHEAD (6 YD UP TO 8 YD) $50.39 1T 5D 8P LOADERS, OVERHEAD (8 YD & OVER) $50.94 1T 5D 8P LOADERS, OVERHEAD (UNDER 6 YD), PLANT FEED $49.90 1T 5D 8P LOCOMOTIVES, ALL $49.90 1T 5D 8P MECHANICS, ALL $50.94 1T 5D 8P MIXERS, ASPHALT PLANT $49.90 1T 5D 8P MOTOR PATROL GRADER (FINISHING) $50.39 1T 5D 8P MOTOR PATROL GRADER (NON- FINISHING) $49.48 1T 5D 8P MUCKING MACHINE, MOLE, TUNNEL DRILL AND /OR SHIELD $50.39 1T 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 Page 6 • YAKIMA COUNTY EFFECTIVE 3 -03 -2010 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code QUICK TOWER -NO CAB, UNDER 100 FEET IN HEIGHT BASED TO BOOM $47.12 IT 5D 8P REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $50.39 1T 5D 8P EQUIP RIGGER AND BELLMAN $47.12 1T 5D 8P ROLLAGON $50.39 1T 5D 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 IT 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 5D 8P TRANSFER MATERIAL SERVICE MACHINE $49.90 1T 5D 8P TRANSPORTERS, ALL TRACK OR TRUCK TYPE $50.39 1T 5D 8P TRENCHING MACHINES $49.48 1T 5D 8P TRUCK CRANE OILER /DRIVER ( UNDER 100 TON) $49.48 1T 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 1T 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 $28.11 1 RESIDENTIAL BRICK MASON JOURNEY LEVEL $29.00 1 RESIDENTIAL CARPENTERS JOURNEY LEVEL $14.58 1 RESIDENTIAL CEMENT MASONS JOURNEY LEVEL $11.86 1 RESIDENTIAL DRYWALL TAPERS JOURNEY LEVEL $17.00 1 RESIDENTIAL ELECTRICIANS JOURNEY LEVEL $21.98 1 RESIDENTIAL GLAZIERS JOURNEY LEVEL $22.43 1B 61 RESIDENTIAL INSULATION APPLICATORS JOURNEY LEVEL $10.00 1 Page 7 YAKIMA COUNTY EFFECTIVE 3 -03 -2010 *************************************************************************** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code RESIDENTIAL LABORERS JOURNEY LEVEL $11.02 1 RESIDENTIAL MARBLE SETTERS JOURNEY LEVEL $29.00 1 RESIDENTIAL PAINTERS JOURNEY LEVEL $16.32 1 RESIDENTIAL PLUMBERS & PIPEFITTERS JOURNEY LEVEL $20.55 1 RESIDENTIAL REFRIGERATION & AIR CONDITIONING MECHANICS JOURNEY LEVEL $28.11 1 RESIDENTIAL SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) $34.85 1X 5A RESIDENTIAL SOFT FLOOR LAYERS JOURNEY LEVEL $17.55 1 RESIDENTIAL SPRINKLER FITTERS (FIRE PROTECTION) JOURNEY LEVEL $8.55 1 RESIDENTIAL STONE MASONS JOURNEY LEVEL $16.00 1 RESIDENTIAL TERRAZZO WORKERS JOURNEY LEVEL $8.55 1 RESIDENTIAL TERRAZZO /TILE FINISHERS JOURNEY LEVEL $17.00 1 RESIDENTIAL TILE SETTERS JOURNEY LEVEL $16.78 1 ROOFERS JOURNEY LEVEL $12.00 1 SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) $48.01 1X 5A SIGN MAKERS & INSTALLERS (ELECTRICAL) JOURNEY LEVEL $14.65 1 SIGN MAKERS & INSTALLERS (NON- ELECTRICAL) JOURNEY LEVEL $14.65 1 SOFT FLOOR LAYERS JOURNEY LEVEL $23.11 IN 5A SOLAR CONTROLS FOR WINDOWS JOURNEY LEVEL $8.55 1 SPRINKLER FITTERS (FIRE PROTECTION) JOURNEY LEVEL $26.36 1 STAGE RIGGING MECHANICS (NON STRUCTURAL) JOURNEY LEVEL $13.23 1 STONE MASONS JOURNEY LEVEL $38.62 1M 5A STREET AND PARKING LOT SWEEPER WORKERS JOURNEY LEVEL $8.55 1 SURVEYORS CHAIN PERSON $9.25 1 INSTRUMENT PERSON $12.05 1 PARTY CHIEF $15.05 1 TELECOMMUNICATION TECHNICIANS TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $20.00 1 TELEPHONE LINE CONSTRUCTION - OUTSIDE CABLE SPLICER $32.27 2B 5A Page 8 • YAKIMA COUNTY EFFECTIVE 3 -03 -2010 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Cod 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 $30.37 1M 5A TILE SETTERS JOURNEY LEVEL $30.37 1M 5A TILE, MARBLE & TERRAZZO FINISHERS FINISHER $26.29 1M 5A TRAFFIC CONTROL STRIPERS JOURNEY LEVEL $38.90 1K 5A TRUCK DRIVERS ASPHALT MIX $14.19 1 DUMP TRUCK $36.16 2G 61 DUMP TRUCK & TRAILER $36.16 2G 61 OTHER TRUCKS $36.16 2G 61 TRANSIT MIXER $36.16 2G 61 WELL DRILLERS & IRRIGATION PUMP INSTALLERS IRRIGATION PUMP INSTALLER $25.44 1 OILER $9.20 1 WELL DRILLER $18.00 1 Page 9 • Washington State Department of Labor and Industries Policy Statement (Regarding the Production of "Standard" or "Non- standard" Items) Below is the department's (State L &I's) list of criteria to be used in determining whether a prefabricated item is "standard" or "non- standard ". For items not appearing on WSDOT's predetermined list, these criteria shall be used by the Contractor (and the Contractor's subcontractors, agents to subcontractors, suppliers, manufacturers, and fabricators) to determine coverage under RCW 39.12. The production, in the State of Washington, of non - standard items is covered by RCW 39.12, and the production of standard items is not. The production of any item outside the State of Washington is not covered by RCW 39.12. 1. Is the item fabricated for a public works project? If not, it is not subject to RCW 39.12. If it is, go to question 2. 2. Is the item fabricated on the public works jobsite? If it is, the work is covered under RCW 39.12. If not, go to question 3. 3. Is the item fabricated in an assembly /fabrication plant set up for, and dedicated primarily to, the public works project? If it is, the work is covered by RCW 39.12. If not, go to question 4. 4. Does the item require any assembly, cutting, modification or other fabrication by the supplier? If not, the work is not covered by RCW 39.12. If yes, go to question 5. 5. Is the prefabricated item intended for the public works project typically an inventory item which could reasonably be sold on the general market? If not, the work is covered by RCW 39.12. If yes, go to question 6. 6. Does the specific prefabricated item, generally defined as standard, have any unusual characteristics such as shape, type of material, strength requirements, finish, etc? If yes, the work is covered under RCW 39.12. Any firm with questions regarding the policy, WSDOT's Predetermined List, or for determinations of covered and non - covered workers shall be directed to State L &I at (360) 902 -5330. Supplemental to Wage Rates 1 3/3/2010 Edition, Published March, 2010 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator Below is a list of potentially prefabricated items, originally furnished by WSDOT to Washington State Department of Labor and Industries, that may be considered non- standard and therefore covered by the prevailing wage law, RCW 39.12. Items marked with an X in the "YES" column should be considered to be non - standard and therefore covered by RCW 39.12. Items marked with an X in the "NO" column should be considered to be standard and therefore not covered. Of course, exceptions to this general list may occur, and in that case shall be evaluated according to the criteria described in State and L &I's policy statement. ITEM DESCRIPTION YES NO 1. Metal rectangular frames, solid metal covers, herringbone grates, and bi- directional vaned grates for Catch Basin X Types 1, 1 L, 1 P, and 2 and Concrete Inlets. See Std. Plans 2. Metal circular frames (rings) and covers, circular grates, and prefabricated ladders for Manhole Types 1, 2, and 3, X Drywell Types 1, 2, and 3 and Catch Basin Type 2. See Std. Plans 3. Prefabricated steel grate supports and welded grates, metal frames and dual vaned grates, and Type 1, 2, and X 3 structural tubing grates for Drop Inlets. See Std. Plans. 4. Concrete Pipe - Plain Concrete pipe and reinforced concrete pipe Class 2 to 5 sizes smaller than 60 inch diameter. X 5. Concrete Pipe - Plain Concrete pipe and reinforced concrete pipe Class 2 to 5 sizes larger than 60 inch diameter. X 6. Corrugated Steel Pipe - Steel lock seam corrugated pipe for culverts and storm sewers, sizes 30 inch X to 120 inches in diameter. May also be treated, 1 thru 5. 7. Corrugated Aluminum Pipe - Aluminum lock seam corrugated pipe for culverts and storm sewers, sizes 30 inch to 120 inches in X diameter. May also be treated, #5. Supplemental to Wage Rates 2 3/3/2010 Edition, Published March, 2010 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator ITEM DESCRIPTION YES NO 8. Anchor Bolts & Nuts - Anchor Bolts and Nuts, for mounting sign structures, luminaries and other items, shall be made from commercial bolt stock. X See Contract Plans and Std. Plans for size and material type. 9. Aluminum Pedestrian Handrail - Pedestrian handrail conforming to the type and material specifications set forth in the contract plans. Welding of aluminum shall be X in accordance with Section 9- 28.14(3). 10. Major Structural Steel Fabrication - Fabrication of major steel items such as trusses, beams, girders, etc., for bridges. X 11. Minor Structural Steel Fabrication - Fabrication of minor steel Items such as special hangers, brackets, access doors for structures, access ladders for irrigation boxes, bridge expansion joint systems, etc., involving welding, cutting, punching and /or X boring of holes. See Contact Plans for item description and shop drawings. 12. Aluminum Bridge Railing Type BP - Metal bridge railing conforming to the type and material specifications set forth in the Contract Plans. Welding of aluminum shall be in X accordance with Section 9- 28.14(3). 13. Concrete Piling -- Precast - Prestressed concrete piling for use as 55 and 70 ton concrete piling. Concrete to conform to Section 9 -19.1 of Std. Spec.. X 14. Precast Manhole Types 1, 2, and 3 with cones, adjustment X sections and flat top slabs. See Std. Plans. 15. Precast Drywell Types 1, 2, and with cones and adjustment Sections. X See Std. Plans. 16. Precast Catch Basin - Catch Basin type 1, 1 L, 1P, and 2 With adjustment sections. See Std. Plans. X Supplemental to Wage Rates 3 3/3/2010 Edition, Published March, 2010 • WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator ITEM DESCRIPTION YES NO 17. Precast Concrete Inlet - with adjustment sections, See Std. Plans X 18. Precast Drop Inlet Type 1 and 2 with metal grate supports. See Std. Plans. X 19. Precast Grate Inlet Type 2 with extension and top units. See Std. Plans X 30. Metal frannaa, vaned grotao, and hoods for Combination ---- Inlets. See Std. Plans X 21. Precast Concre Utility utility vaults of -'------------ various sizes. Used for in ground storage of utility facilities and controls. See Contract Plans for size and construction �� requirements. Shop drawings are to be provided for approval ^^ prior to casting 22. Vault Risers - For use with Valve Vaults and Utilities ����--'-- -- -- -, Vaults. X 23. Valve Vault - For use with underground utilities. - -- See Contract Plans for details. »v 24. Precast Concrete Barrier - Precast Concrete Barrier for use as new barrier or may also be used as Temporary Concrete Barrier. Only new state approved barrier may be used as X permanent barrier. 25. Reinforced Earth Wall Panels Earth Wall '-- --- -- - size and shape as shown in the Plans. Fabrication plant has annual approval for methods and materials to be used. See Shop Drawing. X .. Fabrication at other locations may be oppnovad, after facilities inspection, contact H{]. Lab. 26. Precast Concrete Walls Precast Concrete Walls - tilt-up wall � | panel in size and shape as shown in Plans. � Fabrication plant has annual approval for methods and materials ^^ to be used / | Supplemental to Wage Rates 4 3/3/2010 Edition, Published March, 2010 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator ITEM DESCRIPTION YES NO 27. Precast Railroad Crossings - Concrete Crossing Structure X Slabs. 28. 12, 18 and 26 inch Standard Precast Prestressed Girder — Standard Precast Prestressed Girder for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to X casting girders. See Std. Spec. Section 6- 02.3(25)A 29. Prestressed Concrete Girder Series 4 -14 - Prestressed Concrete Girders for use in structures. Fabricator plant has annual approval I I of methods and materials to be used. Shop Drawing to be X provided for approval prior to casting girders. See Std. Spec. Section 6- 02.3(25)A 30. Prestressed Tri -Beam Girder - Prestressed Tri -Beam Girders for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided X for approval prior to casting girders. See Std. Spec. Section 6- 02.3(25)A 31. Prestressed Precast Hollow -Core Slab — Precast Prestressed Hollow -core slab for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to X be provided for approval prior to casting girders. See Std. Spec. Section 6- 02.3(25)A. 32. Prestressed -Bulb Tee Girder - Bulb Tee Prestressed Girder for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided X for approval prior to casting girders. See Std. Spec. Section 6- 02.3(25)A 33. Monument Case and Cover X See Std. Plan. Supplemental to Wage Rates 5 3/3/2010 Edition, Published March, 2010 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator ITEM DESCRIPTION YES NO 34. Cantilever Sign Structure - Cantilever Sign Structure fabricated from steel tubing meeting AASHTO -M -183. See Std. Plans, and Contract Plans for details. The steel structure X shall be galvanized after fabrication in accordance with AAS HTO -M -111. 35. Mono -tube Sign Structures - Mono -tube Sign Bridge fabricated to details shown in the Plans. Shop drawings for X approval are required prior to fabrication. 36. Steel Sign Bridges - Steel Sign Bridges fabricated from steel tubing meeting AASHTO -M -138 for Aluminum Alloys. See Std. Plans, and Contract Plans for details. The steel structure X shall be galvanized after fabrication in accordance with AASHTO -M -111. 37. Steel Sign Post - Fabricated Steel Sign Posts as detailed in Std Plans. Shop drawings for approval are to be provided prior to X fabrication 38. Light Standard - Prestressed - Spun, prestressed, hollow concrete poles. X 39. Light Standards - Lighting Standards for use on highway illumination systems, poles to be fabricated to conform with methods and materials as specified on Std. Plans. See Specia X Provisions for pre- approved drawings. 40. Traffic Signal Standards - Traffic Signal Standards for use on highway and /or street signal systems. Standards to be fabricated X to conform with methods and material as specified on Std. Plans. See Special Provisions for pre-approved drawings 41. Precast Concrete Sloped Mountable Curb (Single and DualFaced) X See Std. Plans. Supplemental to Wage Rates 6 3/3/2010 Edition, Published March, 2010 • WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator ITEM DESCRIPTION YES NO 42. Traffic Signs - Prior to approval of a Fabricator of Traffic Signs, the sources of the following materials must be submitted and approved for reflective sheeting, legend material, and aluminum sheeting. X X NOTE: * ** Fabrication inspection required. Only signs tagged "Fabrication Approved" by WSDOT Sign Fabrication Inspector to be installed Custom Std Message Signing Message 43. Cutting & bending reinforcing steel X 44. Guardrail components X X Custom Standard End Sec Sec 45. Aggregates /Concrete mixes Covered by WAC 296 - 127 -018 46. Asphalt Covered by WAC 296 - 127 -018 47. Fiber fabrics X 48. Electrical wiring /components X 49. treated or untreated timber pile X 50. Girder pads (elastomeric bearing) X 51. Standard Dimension lumber X 52. Irrigation components X Supplemental to Wage Rates 7 3/3/2010 Edition, Published March, 2010 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator ITEM DESCRIPTION YES NO 53. Fencing materials X 54. Guide Posts X 55. Traffic Buttons X 56. Epoxy X 57. Cribbing X 58. Water distribution materials X 59. Steel "H" piles X 60. Steel pipe for concrete pile casings X 61. Steel pile tips, standard X 62. Steel pile tips, custom X Supplemental to Wage Rates 8 3/3/2010 Edition, Published March, 2010 • State of Washington Department of Labor and Industries Prevailing Wage Section - Telephone (360) 902 - PO Box 44540, Olympia, WA 98504 -4540 Washington State Prevailing Wage 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. METAL FABRICATION (IN SHOP) EFFECTIVE 03/03/2010 (See Benefit Code Key) Classification Code Prevailing Overtime Holiday Wage Code Code Counties Covered: ADAMS, ASOTIN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, KITTITAS LINCOLN, OKANOGAN, PEND ORIELLE, STEVENS, WALLA WALLA AND WHITMAN FITTER/WELDER $12.76 1 LABORER $8.55 1 MACHINE OPERATOR $12.66 1 PAINTER $10.20 1 Counties Covered: BENTON MACHINE OPERATOR $10.53 1 PAINTER $9.76 1 WELDER $16.70 1 1 Counties Covered: CHELAN FITTER $15.04 1 LABORER $9.54 1 MACHINE OPERATOR $9.71 1 PAINTER $9.93 1 WELDER $12.24 1 Counties Covered: CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, LEWIS, MASON, PACIFIC SAN JUAN AND SKAGIT FITTER/WELDER $15.16 1 LABORER $11.13 1 MACHINE OPERATOR $10.66 1 PAINTER $11.41 1 Supplemental to Wage Rates 9 3/3/2010 Edition, Published March, 2010 METAL FABRICATION (IN SHOP) EFFECTIVE 03/03/2010 (See Benefit Code Key) Classification Prevailing Overtime Holiday Code Wage Code Code Counties Covered: CLARK FITTER $27.49 1E 6H LABORER $19.21 1E 6H LAYEROUT $28.77 1 E 6H MACHINE OPERATOR $28.77 1E 6H PAINTER $25.31 1E 6H WELDER $26.89 1E 6H Counties Covered: COWLITZ MACHINE OPERATOR $25.33 1B 6V FITTER $25.33 1B 6V WELDER $25.33 1B 6V Counties Covered: GRANT FITTER/WELDER $10.79 1 PAINTER $8.55 1 Counties Covered: KING FITTER $15.86 1 LABORER $9.78 1 MACHINE OPERATOR $13.04 1 PAINTER $11.10 1 WELDER 15.48 Counties Covered: KITSAP FITTER $26.96 1 LABORER $8.55 1 MACHINE OPERATOR $13.83 1 WELDER $13.83 Supplemental to Wage Rates 10 3/3/2010 Edition, Published March, 2010 METAL FABRICATION (IN SHOP) EFFECTIVE 03/03/2010 ********************************************************************* * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** (See Benefit Code Key) Classification Code Prevailing Overtime Holiday Wage Code Code Counties Covered: KLICKITAT, SKAMANIA, WAHKIAKUM FITTER/WELDER $16.99 1 LABORER $10.44 1 MACHINE OPERATOR $17.21 1 PAINTER $17.03 1 Counties Covered: PIERCE FITTER $15.25 1 LABORER $10.32 1 MACHINE OPERATOR $13.98 1 WELDER $13.98 1 Counties Covered: SNOHOMISH FITTER/WELDER $15.38 1 LABORER $9.79 1 MACHINE OPERATOR $8.84 1 PAINTER $9.98 1 Counties Covered: SPOKANE FITTER $12.59 1 LABORER $8.55 1 MACHINE OPERATOR $13.26 1 PAINTER $10.27 1 WELDER $10.80 1 Supplemental to Wage Rates 11 3/3/2010 Edition, Published March, 2010 METAL FABRICATION (IN SHOP) EFFECTIVE 03/03/2010 (See Benefit Code Key) Classification Code Prevailing Overtime Holiday Wage Code Code Counties Covered: THURSTON FITTER $27.10 2U 6T LABORER 16.91 2U 6T LAYEROUT $30.63 2U 6T MACHINE OPERATOR $20.86 2U 6T WELDER $24.74 2U 6T Counties Covered: WHATCOM FITTER/WELDER $13.81 1 LABORER $9.00 1 MACHINE OPERATOR $13.81 1 Counties Covered: YAKIMA FITTER $12.00 1 LABORER $10.31 1 MACHINE OPERATOR $11.32 1 PAINTER $12.00 1 WELDER $11.32 1 Supplemental to Wage Rates 12 3/3/2010 Edition, Published March, 2010 • • FABRICATED PRECAST CONCRETE PRODUCTS EFFECTIVE 03/03/2010 ********************************************************************* * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** (See Benefit Code Key) Classification Code Prevailing Overtime Holiday Wage Code Code Counties Covered: ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS, FERRY, GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND OREILLE, STEVENS, WALLA WALLA AND WHITMAN ALL CLASSIFICATIONS $9.96 1 Counties Covered: CHELAN, KITTITAS, KLICKITAT AND SKAMANIA ALL CLASSIFICATIONS 8.61 1 Counties Covered: CLALLAM, CLARK, COWLITZ, GRAYS HARBOR, ISLAND, JEFFERSON, KITSAP,LEWIS, MASON, PACIFIC, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WAHKIAKUM ALL CLASSIFICATIONS $13.50 1 Counties Covered: FRANKLIN ALL CLASSIFICATIONS $11.50 1 Counties Covered: KING ALL CLASSIFICATIONS $13.60 2K 5B Counties Covered: PIERCE ALL CLASSIFICATIONS $9.28 1 Counties Covered: SPOKANE ALL CLASSIFICATIONS $20.23 1 Counties Covered: WHATCOM ALL CLASSIFICATIONS $13.67 1 Counties Covered: YAKIMA CRAFTSMAN $8.72 1 LABORER $8.55 1 Supplemental to Wage Rates 13 3/3/2010 Edition, Published March, 2010 WSDOT's List of State Occupations not applicable to Heavy and Highway Construction Projects This project is subject to the state hourly minimum rates for wages and fringe benefits in the contract provisions, as provided by the state Department of Labor and Industries. The following list of occupations, is comprised of those occupations that are not normally used in the construction of heavy and highway projects. When considering job classifications for use and / or payment when bidding on, or building heavy and highway construction projects for, or administered by WSDOT, these Occupations will be excepted from the included "Washington State Prevailing Wage Rates For Public Work Contracts" documents. • Electrical Fixture Maintenance Workers • Electricians - Motor Shop • Heating Equipment Mechanics • Industrial Engine and Machine Mechanics • Industrial Power Vacuum Cleaners • Inspection, Cleaning, Sealing of Water Systems by Remote Control • Laborers - Underground Sewer & Water • Machinists (Hydroelectric Site Work) • Modular Buildings • Playground & Park Equipment Installers • Power Equipment Operators - Underground Sewer & Water • Residential * ** ALL ASSOCIATED RATES * ** • Sign Makers and Installers (Non - Electrical) • Sign Makers and Installers (Electrical) • Stage Rigging Mechanics (Non Structural) The following occupations may be used only as outlined in the preceding text concerning "WSDOT's list for Suppliers - Manufacturers - Fabricators" • Fabricated Precast Concrete Products • Metal Fabrication (In Shop) Definitions for the Scope of Work for prevailing wages may be found at the Washington State Department of Labor and Industries web site and in WAC Chapter 296 -127. Supplemental to Wage Rates 14 3/3/2010 Edition, Published March, 2010 Washington State Department of Labor and Industries Policy Statements (Regarding Production and Delivery of Gravel, Concrete, Asphalt, etc.) WAC 296 - 127 -018 Agency filings affecting this section Coverage and exemptions of workers involved in the production and delivery of gravel, concrete, asphalt, or similar materials. (1) The materials covered under this section include but are not limited to: Sand, gravel, crushed rock, concrete, asphalt, or other similar materials. (2) All workers, regardless of by whom employed, are subject to the provisions of chapter 39.12 RCW when they perform any or all of the following functions: (a) They deliver or discharge any of the above - listed materials to a public works project site: (i) At one or more point(s) directly upon the location where the material will be incorporated into the project; or (ii) At multiple points at the project; or (iii) Adjacent to the location and coordinated with the incorporation of those materials. (b) They wait at or near a public works project site to perform any tasks subject to this section of the rule. (c) They remove any materials from a public works construction site pursuant to contract requirements or specifications (e.g., excavated materials, materials from demolished structures, clean -up materials, etc.). (d) They work in a materials production facility (e.g., batch plant, borrow pit, rock quarry, etc.,) which is established for a public works project for the specific, but not necessarily exclusive, purpose of supplying materials for the project. (e) They deliver concrete to a public works site regardless of the method of incorporation. (f) They assist or participate in the incorporation of any materials into the public works project. Supplemental to Wage Rates 15 3/3/2010 Edition, Published March, 2010 (3) All travel time that relates to the work covered under subsection (2) of this section requires the payment of prevailing wages. Travel time includes time spent waiting to load, loading, transporting, waiting to unload, and delivering materials. Travel time would include all time spent in travel in support of a public works project whether the vehicle is empty or full. For example, travel time spent returning to a supply source to obtain another load of material for use on a public works site or returning to the public works site to obtain another load of excavated material is time spent in travel that is subject to prevailing wage. Travel to a supply source, including travel from a public works site, to obtain materials for use on a private project would not be travel subject to the prevailing wage. (4) Workers are not subject to the provisions of chapter 39.12 RCW when they deliver materials to a stockpile. (a) A "stockpile" is defined as materials delivered to a pile located away from the site of incorporation such that the stockpiled materials must be physically moved from the stockpile and transported to another location on the project site in order to be incorporated into the project. (b) A stockpile does not include any of the functions described in subsection (2)(a) through (f) of this section; nor does a stockpile include materials delivered or distributed to multiple locations upon the project site; nor does a stockpile include materials dumped at the place of incorporation, or adjacent to the location and coordinated with the incorporation. (5) The applicable prevailing wage rate shall be determined by the locality in which the work is performed. Workers subject to subsection (2)(d) of this section, who produce such materials at an off -site facility shall be paid the applicable prevailing wage rates for the county in which the off -site facility is located. Workers subject to subsection (2) of this section, who deliver such materials to a public works project site shall be paid the applicable prevailing wage rates for the county in which the public works project is located. [Statutory Authority: Chapter 39.12 RCW, RCW 43.22.051 and 43.22.270. 08 -24 -101, § 296- 127 -018, filed 12/2/08, effective 1/2/09. Statutory Authority: Chapters 39.04 and 39.12 RCW and RCW 43.22.270. 92 -01 -104 and 92 -08 -101, § 296 - 127 -018, filed 12/18/91 and 4/1/92, effective 8/31/92.] Supplemental to Wage Rates 16 3/3/2010 Edition, Published March, 2010 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. BENEFIT CODE KEY - EFFECTIVE 03 -03 -2010 -2- 1. Q. TI -IE 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 HOURLYRATE OF WAGE. V. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT THANKSGIVING DAY AND CHRISTMAS DAY) SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON THANKSGIVING DAY AND CHRISTMAS DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. W. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS (EXCEPT MAKE -UP DAYS DUE TO CONDITIONS BEYOND THE CONTROL OF THE EMPLOYER)) SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. X. THE FIRST FOUR (4) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TWELVE (12) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED OVER TWELVE (12) HOURS MONDAY THROUGH SATURDAY, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. WHEN HOLIDAY FALLS ON SATURDAY OR SUNDAY, THE DAY BEFORE SATURDAY, FRIDAY, AND THE DAY AFTER SUNDAY, MONDAY, SHALL BE CONSIDERED THE HOLIDAY AND ALL WORK PERFORMED SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. Y. ALL HOURS WORKED OUTSIDE THE HOURS OF 5:00 AM AND 5:00 PM (OR SUCH OTHER HOURS AS MAY BE AGREED UPON BY ANY EMPLOYER AND THE EMPLOYEE) AND ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY (10 HOURS PER DAY FOR A 4 X 10 WORKWEEK) AND ON SATURDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. (EXCEPT FOR EMPLOYEES WHO ARE ABSENT FROM WORK WITHOUT PRIOR APROVAL ON A SCHEDULED WORKDAY DURING TI -IE 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 FLOURS 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 TI -IE 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. V. ALL HOURS WORKED ON SATURDAYS AND ON MAKE -UP DAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. BENEFIT CODE KEY - EFFECTIVE 03 - 03 - 2010 -4- W. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER HOURS WORKED MONDAY THROUGH SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ON A FOUR -DAY, TEN -HOUR WEEKLY SCHEDULE, EITHER MONDAY THRU THURSDAY OR TUESDAY THRU FRIDAY SCHEDULE, ALL HOURS WORKED AFTER TEN SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. THE FIRST EIGHT (8) HOURS WORKED ON THE FIFTH DAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER HOURS WORKED ON THE FIFTH, SIXTH, AND SEVENTH DAYS AND ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. X. ALL HOURS WORKED MONDAY THROUGH FRIDAY BETWEEN THE HOURS OF 6:00 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 (11). G. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (7). H. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, AND CHRISTMAS (6). I. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (6). J. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY, AND CHRISTMAS DAY (7). K. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (9). L. HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). M. HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS AND CHRISTMAS DAY (9). N. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER TI- IANKSGIVING 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). V. PAID HOLIDAYS: SIX (6) PAID HOLIDAYS. W. PAID HOLIDAYS: NINE (9) PAID HOLIDAYS. X. HOLIDAYS: AFTER 520 HOURS - NEW YEAR'S DAY, THANKSGIVING DAY AND CHRISTMAS DAY. AFTER 2080 HOURS - NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, CHRISTMAS DAY AND A FLOATING HOLIDAY (8). Y. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, PRESIDENTIAL ELECTION DAY, THANKSGIVING DAY, THE FRIDAY FOLLOWING THANKSGIVING DAY, AND CHRISTMAS DAY (8). Z. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). 6. A. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). B. PAID 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 CI- IRISTMAS DAY, AND CHRISTMAS DAY (9). U. HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS DAY, CHRISTMAS DAY (9). V. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY, CHRISTMAS DAY, AND ONE DAY OF THE EMPLOYEE'S CHOICE (9). W. PAID HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, DAY BEFORE OR AFTER CHRISTMAS DAY (10). X. PAID HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE OR AFTER NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, DAY BEFORE OR AFTER CHRISTMAS DAY, EMPLOYEE'S BIRTHDAY (11). Y. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND A FLOATING HOLIDAY (9). Z. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). IF A HOLIDAY FALLS ON SATURDAY, THE PRECEDING FRIDAY SHALL BE CONSIDERED AS THE HOLIDAY. IF A HOLIDAY FALLS ON SUNDAY, THE FOLLOWING MONDAY SHALL BE CONSIDERED AS THE HOLIDAY. NOTE CODES 8. A. IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE: OVER 50' TO 100' - $2.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100' TO 150' - $3.00 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 150' TO 220' - $4.00 PER FOOT FOR EACH FOOT OVER 150 FEET OVER 220' - $5.00 PER FOOT FOR EACH FOOT OVER 220 FEET C. IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE: OVER 50' TO 100' - $1.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100' TO 150' - $1.50 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 150' TO 200' - $2.00 PER FOOT FOR EACH FOOT OVER 150 FEET OVER 200' - DIVERS MAY NAME THEIR OWN PRICE D. WORKERS WORKING WITH SUPPLIED AIR ON HAZMAT PROJECTS RECEIVE AN ADDITIONAL $1.00 PER HOUR. L. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A: $0.75, LEVEL B: $0.50, AND LEVEL C: $0.25. M. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS: LEVELS A & B: $1.00, LEVELS C & D: $0.50. N. WORKERS ON 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. 1 O City Of Yakima r 1 Yakima Valley Transportation ortation Company Preservation Trolley Barn Repairs Y p City Project No. 2153 r No.: Federal Aid No.. STPE - 1485(019) r 1 1 E R S z - tcD - t. s /i q� / c 4.1=t* cc .. I ✓/� 39407 ' 4 1 ?tGISTE - 0 Ste' I () N'AL 1 r 1 1 I I I CONTENTS CITY OF YAKIMA I Yakima Valley Transportation Company Preservation I Trolley Barn Repairs City Project No. 2153 I Federal Aid No.: STPE- 1485(019) I SECTION PAGE INVITATION TO BID 5 I STANDARD SPECIFICATIONS Standard Specifications 7 Amendments to the 2006 Standard Specifications 7 I CONTRACT PROVISIONS General Special Provisions 35 Project Description 36 I 1 -02 Bid Procedures and Conditions 38 1 -03 Award and Execution of Contract 43 1-04 Scope of Work 44 1 -05 Control of Work 45 I 1 -06 Control of Materials 48 1 -07 Legal Relations and Responsibilities to the Public 50 1-08 Prosecution and Progress 70 1 -09 Measurement and Payment 73 I STANDARD PLANS 74 Building Special Provisions 81 Section 01010 - General Requirements 81 I Section 01201 — Meetings 84 Section 01270 — Measurement and Payment 86 Section 01290 — Schedule of Values 92 Section 01300 — Submittals 93 I Section 01310 — Project Meetings 101 Section 02000 — Historic Restoration 102 Section 02060 — Minor Demolition 105 Section 02250 — Temporary Shoring and Bracing 109 I Section 02300 — General Sitework 113 Section 03200 — Concrete Reinforcement 115 Section 03300 — Cast -in -Place Concrete 118 Section 03360 — Pneumatically - Placed Concrete 142 I Section 04200 — Masonry 157 Section 04410 — Brick Masonry Repair 173 Section 04420 — Stone Masonry Repair 185 ' Section 05100 — Structural Metal Framing 194 Section 05120 — Structural Steel 199 Section 05500 — Metal Fabrication 210 Section 06100 — Rough Carpentry 214 I Section 08360 — Sectional Overhead Doors 222 I 3 I r Section 09900 — Painting 227 Required Contract Provisions Federal Aid Construction Contracts 241 Contract Form 243 Performance Bond Form 245 Informational Certificate of Insurance 247 Informational Additional Insured Endorsement 249 Minimum Wage Affidavit Form 251 PREVAILING WAGE RATES Prevailing Wage Rates 253 (State Wage Rates attached as Supplements) PROPOSAL ' Proposal Form 255 Item Proposal Bid Sheet 257 Bid Bond Form 259 Non - Collusion Declaration 261 Certification of Federal Aid Contracts 263 Non - Discrimination Provision 265 Women and Minority Business Enterprise Policy 267 Council Resolution 269 Affirmative Action Plan 271 Bidders Certification 273 Contractor and Subcontractor of Lower Tier Subcontractor Certification for Federal -Aid Projects 275 Materially and Responsiveness 277 Proposal Signature Sheet 279 Bidders Check List 281 PLANS & DETAILS Project Details Standard Details Traffic Control Plan Construction Plans 1 1 I 1 4 r INVITATION TO BID NOTICE IS HEREBY GIVEN that sealed bids will be received by the City Clerk of the City of Yakima, 129 North 2nd Street, Yakima, Washington, 98901 until 2:00 pm on March 12, 2010 ' and will then and there be opened and publicly read for the construction of CITY OF YAKIMA Yakima Valley Transportation Company Restoration Trolley Barn Repairs City Project No. 2153 Federal Aid No. STPE- 1485(019) This project consists of furnishing all labor, materials and equipment to make repairs to the crane inside the trolley barn, and the south and west walls of the trolley barn. All work is to be in accordance with the plans and specifications as prepared by the chief engineer of the city of ' Yakima. All bid proposals shall be accompanied by a bid proposal deposit in cash, certified check, cashier's check or surety bond in an amount equal to five percent (5 %) of the amount of such bid proposal. Should the successful bidder fail to enter into such contract and furnish satisfactory performance bond within the time stated in the specifications, the bid proposal deposit shall be forfeited to the City of Yakima. Plans and specifications may be obtained at the Office of the City Engineer located at 129 North 2nd Street upon payment of the amount of $20.00 for each set, non refundable. t Informational copies of maps, plans, and specifications are on file for inspection in the Office of the City Engineer of Yakima in Yakima, Washington, and at Plan Centers in Yakima and Kennewick, Washington. ' The City of Yakima in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C. 2000d to 2000 -4 and Title 49, Code of Federal Regulations, Department of Transportation, subtitle A, Office of the Secretary, Part 21, nondiscrimination in federally assisted programs of the Department of Transportation issued pursuant to such Act, hereby notifies all bidders that it will affirmatively insure that in any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full opportunity to submit bids in response to ' this invitation and will not be discriminated against on the grounds of race, color or national origin in consideration for an award. The City reserves the right to reject any or all bids and proposals. DATED this 17th day of February, 2010 t Deborah J. Moore CITY CLERK ' PUBLISH: February 19, 2010 February 26, 2010 5 I I STANDARD SPECIFICATIONS The 2008 Standard Specifications for Road, Bridge, and Municipal Construction p 9 p published by the Washington State Department of Transportation and the Washington ' State Chapter of the American Public Works Association, by this reference, are made a part of these Contract Documents. Except as may be amended, modified, or supplemented hereinafter, each section of the Standard Specifications shall be considered as much a part of these Contract Documents as if they were actually set forth herein. ' INTRODUCTION ' The following Amendments and Special Provisions shall be used in conjunction with the 2008 Standard Specifications for Road, Bridge, and Municipal Construction. ' AMENDMENTS TO THE STANDARD SPECIFICATIONS The following Amendments to the Standard Specifications are made a part of this contract and supersede any conflicting provisions of the Standard Specifications. For informational purposes, the date following each Amendment title indicates the implementation date of the Amendment or the latest date of revision. ' Each Amendment contains all current revisions to the applicable section of the Standard Specifications and may include references that do not apply to this particular project. ' SECTION 1 -03, AWARD AND EXECUTION OF CONTRACT April 7, 2008 1 -03.1 Consideration of Bids This section is supplemented with the following new sub - section. 1 1- 03.1(1) Tied Bids After opening Bids, if two or more lowest responsive Bid totals are exactly equal, then the tie - breaker will be determined by drawing as described in this Section. Two or more slips of paper will be marked as follows: one marked "Winner" and the other(s) marked "unsuccessful ". The slips will be folded to make the marking ' unseen. The slips will be placed inside a box. One authorized representative of each Bidder shall draw a slip from the box. Bidders shall draw in alphabetic order by the name of the firm as registered with the Washington State Department of Licensing. The slips shall be unfolded and the firm with the slip marked "Winner' ' will be determined to be the successful Bidder and eligible for Award of the Contract. Only those Bidders that submitted a Bid total that is exactly equal to the lowest responsive Bid are eligible to draw. t ' 7 1 SECTION 1 -04, SCOPE OF THE WORK April 7, 2008 1- 04.4(1) Minor Changes The first sentence in the first paragraph is revised to read: Payments or credits for changes amounting to $15,000 or less may be made under the bid item "Minor Change." 1 - 04.5 Procedure and Protest by the Contractor In the second paragraph, number 2, the reference to 7 calendar days is revised to 14 calendar days. The second sentence in the fifth paragraph is revised to read: ' The determination will be provided within 14- calendar days after receipt of the Contractor's supplemental written statement (including any additional information requested by the Project Engineer to support a continuing protest) described in item 2 above. r SECTION 1 -05, CONTROL OF WORK April 7, 2008 1 -05.1 Authority of the Engineer The fourth paragraph is revised to read: At the Contractor's risk, the Project Engineer may suspend all or part of the Work according to Section 1 -08.6. 1 - 05.12 Final Acceptance The second paragraph is revised to read: The Contractor agrees that neither completion nor final acceptance shall relieve the Contractor of the responsibility to indemnify, defend, and protect the Contracting Agency against any claim or loss resulting from the failure of the Contractor (or the ' subcontractors or lower tier subcontractors) to pay all laborers, mechanics, subcontractors, material - persons, or any other person who provides labor, supplies, or provisions for carrying out the Work or for any payments required for unemployment compensation under Title 50 RCW or for industrial insurance and medical aid required under Title 51 RCW. 8 I I I SECTION 1 -06, CONTROL OF MATERIALS August 3, 2009 1- 06.2(2)A General I Tables 1 and 2 are revised to read: Table 1 Estimated Percent of Work Within Specification Limits I Estimated Upper Quality Index Qu or Lower Quality Index QL Percent I Within n =10 n =12 Specification Limits n =3 n =4 n=5 n =6 n =7 n =8 n =9 n =11 n =14 1 (P or P 100 1.16 1.49 1.72 1.88 1.99 2.07 2.13 2.20 2.28 I 99 - 1.46 1.64 1.75 1.82 1.88 1.91 1.96 2.01 98 - 1.43 1.58 1.66 1.72 1.75 1.78 1.81 1.84 97 1.15 1.40 1.52 1.59 1.63 1.66 1.68 1.71 1.73 96 - 1.37 1.52 1.56 1.58 1.64 1 95 1.14 1.34 1.42 1.47 1.49 1.51 1.52 1.54 1.55 94 - 1.31 1.38 1.41 1.43 1.45 1.46 1.47 1.48 I 93 1.13 1.28 1.33 1.36 1.38 1.39 1.40 1.41 1.41 92 1.12 1.25 1.29 1.31 1.33 1.33 1.34 1.35 1.35 91 1.11 1.22 1.25 1.27 1.28 1.28 1.29 1.29 1.30 1 90 1.10 1.19 1.21 1.23 1.23 1.24 1.24 1.24 1.25 89 1.09 1.16 1.18 1.18 1.19 1.19 1.19 1.19 1.20 I 88 87 1.07 1.13 1.14 1.14 1.15 1.15 1.15 1.15 1.15 1.06 1.10 1.10 1.10 1.10 1.10 1.10 1.10 1.11 86 1.04 1.07 1.07 1.07 1.07 1.06 1.06 1.06 1.06 I 85 1.03 1.04 1.03 1.03 1.03 1.03 1.02 1.02 1.02 84 1.01 1.01 1.00 0.99 0.99 0.99 0.99 0.98 0.98 I 83 0.99 0.98 0.97 0.96 0.95 0.95 0.95 0.95 0.94 82 0.97 0.95 0.93 0.92 0.92 0.92 0.91 0.91 0.91 81 0.95 0.92 0.90 0.89 0.88 0.88 0.88 0.87 0.87 I 80 0.93 0.89 0.87 0.86 0.85 0.85 0.84 0.84 0.84 79 0.91 0.86 0.84 0.82 0.82 0.81 0.81 0.81 0.80 78 0.88 0.83 0.81 0.79 0.79 0.78 0.78 0.77 0.77 I 77 0.86 0.80 0.77 0.76 0.75 0.75 0.74 0.74 0.74 76 0.83 0.77 0.74 0.73 0.72 0.72 0.71 0.71 0.70 75 0.81 0.74 0.71 0.70 0.69 0.69 0.68 0.68 0.67 I 74 0.78 0.71 0.68 0.67 0.67 0.65 0.65 0.65 0.64 73 0.75 0.68 0.65 0.64 0.63 0.62 0.62 0.62 0.61 I 72 0.73 0.65 0.62 0.61 0.60 0.59 0.59 0.59 0.58 I 9 1 71 0.70 0.62 0.59 0.58 0.57 0.57 0.56 0.56 0.55 70 0.67 0.59 0.56 0.55 0.54 0.54 0.53 0.53 0.52 69 0.64 0.56 0.53 0.52 0.51 0.51 0.50 0.50 0.50 68 0.61 0.53 0.50 0.49 0.48 0.48 0.48 0.47 0.47 67 0.58 0.50 0.47 0.46 0.45 0.45 0.45 0.44 0.44 66 0.55 0.47 0.45 0.43 0.43 0.42 0.42 0.42 0.41 65 0.51 0.44 0.42 0.40 0.40 0.39 0.39 0.39 0.38 64 0.48 0.41 0.39 0.38 0.37 0.37 0.36 0.36 0.36 63 0.45 0.38 0.36 0.35 0.34 0.34 0.34 0.33 0.33 1 62 0.41 0.35 0.33 0.32 0.32 0.31 0.31 0.31 0.30 61 0.38 0.30 0.30 0.30 0.29 0.28 0.28 0.28 0.28 60 0.34 0.28 0.28 0.25 0.25 0.25 0.25 0.25 0.25 , 59 0.31 0.27 0.25 0.23 0.23 0.23 0.23 0.23 0.23 58 0.30 0.25 0.23 0.20 0.20 0.20 0.20 0.20 0.20 57 0.25 0.20 0.18 0.18 0.18 0.18 0.18 0.18 0.18 56 0.20 0.18 0.16 0.15 0.15 0.15 0.15 0.15 0.15 55 0.18 0.15 0.13 0.13 0.13 0.13 0.13 0.13 0.13 1 54 0.15 0.13 0.10 0.10 0.10 0.10 0.10 0.10 0.10 53 0.10 0.10 0.08 0.08 0.08 0.08 0.08 0.08 0.08 52 0.08 0.05 0.05 0.05 0.05 0.05 0.05 0.05 0.05 51 0.05 0.03 0.03 0.03 0.03 0.03 0.03 0.03 0.03 50 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 (continued) • I 1 1 10 ' I I Table 1 (continued) I Estimated Percent of Work Within Specification Limits Estimated I Percent Within Upper Quality Index Qu or Lower Quality Specification Index Q Limits I (P or PL) n =15 n =18 n =23 n =30 n =43 n =67 to to to to to to n =17 n =22 n =29 n =42 n =66 1 100 2.34 2.39 2.44 2.48 2.51 2.56 99 2.04 2.07 2.09 2.12 2.14 2.16 ' 98 97 1.87 1.89 1.91 1.93 1.94 1.95 1.75 1.76 1.78 1.79 1.80 1.81 96 1.65 1.66 1.67 1.68 1.69 1.70 I 95 1.56 1.57 1.58 1.59 1.59 1.60 94 1.49 1.50 1.50 1.51 1.51 1.52 93 1.42 1.43 1.43 1.44 1.44 1.44 1 92 1.36 1.36 1.37 1.37 1.37 1.38 91 1.30 1.30 1.31 1.31 1.31 1.31 90 1.25 1.25 1.25 1.25 1.26 1.26 I 89 1.20 1.20 1.20 1.20 1.20 1.20 88 1.15 1.15 1.15 1.15 1.15 1.15 I 87 1.11 1.11 1.11 1.11 1.11 1.11 86 1.06 1.06 1.06 1.06 1.06 1.06 85 1.02 1.02 1.02 1.02 1.02 1.02 I 84 0.98 0.98 0.98 0.98 0.98 0.98 83 0.94 0.94 0.94 0.94 0.94 0.94 I 82 0.91 0.90 0.90 0.90 0.90 0.90 81 0.87 0.87 0.87 0.87 0.87 0.87 80 0.83 0.83 0.83 0.83 0.83 0.83 1 79 0.80 0.80 0.80 0.80 0.80 0.79 78 0.77 0.76 0.76 0.76 0.76 0.76 I 77 0.73 0.73 0.73 0.73 0.73 0.73 76 0.70 0.70 0.70 0.70 0.70 0.70 75 0.67 0.67 0.67 0.67 0.67 0.66 1 74 0.64 0.64 0.64 0.64 0.64 0.63 73 0.61 0.61 0.61 0.61 0.61 0.60 72 0.58 0.58 0.58 0.58 0.58 0.57 I 71 0.55 0.55 0.55 0.55 0.55 0.54 70 0.52 0.52 0.52 0.52 0.52 0.52 1 69 0.49 0.49 0.49 0.49 0.49 0.49 I 11 I I 68 0.47 0.46 0.46 0.46 0.46 0.46 I 67 0.44 0.44 0.43 0.43 0.43 0.43 66 0.41 0.41 0.41 0.41 0.41 0.40 65 0.38 0.38 0.38 0.38 0.38 0.38 I 64 0.36 0.35 0.35 0.35 0.35 0.35 63 0.33 0.33 0.33 0.33 0.33 0.32 I 62 0.30 0.30 0.30 0.30 0.30 0.30 61 0.28 0.28 0.28 0.28 0.28 0.28 60 0.25 0.25 0.25 0.25 0.25 0.25 59 0.23 0.23 0.23 0.23 0.23 0.23 I 58 0.20 0.20 0.20 0.20 0.20 0.20 57 0.18 0.18 0.18 0.18 0.18 0.18 I 56 0.15 0.15 0.15 0.15 0.15 0.15 55 0.13 0.13 0.13 0.13 0.13 0.13 54 0.10 0.10 0.10 0.10 0.10 0.10 53 0.08 0.08 0.08 0.08 0.08 0.08 52 0.05 0.05 0.05 0.05 0.05 0.05 51 0.03 0.03 0.03 0.03 0.03 0.03 50 0.00 0.00 0.00 0.00 0.00 0.00 I I I I I 1 I 1 I 12 I Table 2 - Pay Factors PAY FACTOR Minimum Required Percent of Work Within Specification Limits for a Given Factor (Pu + P —1OD Category n =10 n =12 n =15 n =18 n =23 n =30 n3 n =67 n =3 n=4 n =5 n=6 n =7 n =8 n=9 to to to to to to to to n =11 n =14 n =17 n =22 n =29 n=42 n =86 t05 100 100 100 1013 100 100 100 100 100 100 1.04 10D 99 07 95 98 96 96 97 97 97 97 ' 1.03 100 98 96 94 92 93 93 94 95 95 96 95 1.02 99 97 94 91 80 90 91 92 93 93 94 94 1.01 100 100 100 98 95 92 89 87 88 89 90 91 92 92 93 1.00 69 75 78 80 82 83 84 85 86 87 88 89 90 91 92 ' 0.99 66 72 76 78 80 81 82 83 84 85 86 87 80 90 91 0.98 64 70 74 76 78 79 80 81 82 84 65 86 87 88 90 0.97 63 68 72 74 76 77 78 79 81 82 83 84 86 87 88 0.96 61 67 70 72 74 75 76 78 79 81 82 83 84 86 87 ' 0.95 59 65 68 71 72 74 75 75 78 79 80 82 83 84 85 0.94 58 63 67 69 71 72 73 75 78 78 79 80 82 83 85 0.93 57 62 65 67 69 71 72 73 75 76 78 79 80 82 84 0.02 55 60 63 66 68 69 70 72 73 75 76 78 79 81 82 0.91 54 59 62 54 66 68 59 70 72 74 75 76 78 79 81 0.90 53 57 61 83 65 66 67 69 71 72 74 75 77 78 80 0.89 51 56 59 132 63 65 66 68 69 71 72 74 75 77 79 0.88 50 55 58 60 62 64 65 66 68 7D 71 73 74 78 78 ' 3 0.87 49 53 57 59 61 62 53 65 67 68 70 71 73 75 77 0.85 48 52 55 58 59 61 62 84 66 67 69 70 72 74 76 4 Note: If the value of (Pu + - 100 does not correspond to a (Pr) + P - 100 value in this table, 5 use the next smaller (P + -100 value. 6 (continued) 1 1 1 13 • I I 1 I Table 2 - Pay Factors (continued) ' PAY Minimum Required Percent of Work Within Specification Limits for a Given Pay Factor (P + P - 100 FACTOR Category n =10 n =12 n =15 n=18 n =23 n=30 n =43 n =67 I n =3 n=4 n =5 n =8 n=7 n =8 n- to to to to to to to to n =11 n =14 n =17 n =22 n =29 n=42 n =68 0.85 48 51 54 58 58 80 81 62 84 88 87 69 71 72 75 I 0.84 45 49 53 55 57 58 60 81 63 85 68 68 70 71 73 0.83 44 48 51 54 58 57 58 80 62 64 85 87 89 70 72 0.82 43 47 50 53 54 58 57 59 81 82 84 68 87 89 71 0.81 41 48 49 51 53 55 56 58 59 81 83 84 88 88 70 I 0.80 40 44 48 50 52 54 55 58 58 80 82 83 85 87 69 0'79 39 43 48 49 51 52 54 55 57 59 81 62 84 86 68 018 38 42 45 48 50 51 52 54 58 58 59 61 83 65 87 078 38 41 44 48 48 50 51 53 55 57 58 80 02 84 88 0'78 35 39 43 45 47 49 50 52 54 58 57 59 61 83 85 I 0.75 33 38 42 44 48 48 49 51 53 54 58 58 80 82 84 04',4::: r.t 32 37 40 43 45 47 48 49 52 53 55 57 59 60 83 VIA 30 36 39 42 44 45 47 48 50 52 54 56 57 59 82 t 4 1 28 34 38 41 43 44 48 47 49 51 53 55 58 58 61 REJ,E;1 C no r,. 27 33 37 39 42 43 45 46 48 50 52 53 55 57 60 V}''k 25 32 38 38 40 42 43 45 47 49 51 52 54 56 59 s�; c ,< *,: - • 3�! . l''' '' : - t :? ' ''Ada `'.';' "t,'4,y }HIV Values 1 w x.6 , , ' ` ( " ?1 = " " ` ' ' 0 > ' ,, , ,' A " - ' , ' , Thad Those Shoim`AtiboJe • Reject Quality Levels Less Than Those Specified for a 0.75 Pay Factor Note: If the value of (P + P - 100 does not correspond to a (P + P) - 100 value in this table, use the next smatter (Pu + Pu) - 100 value. I I I I I I I 14 1 1- 06.2(2)D Quality Level Analysis The content of this section is revised and moved to the following sub - sections: 1- 06.2(2)D1 General The quality level calculations for HMA and other materials are completed using the formulas in Section 1- 06.2(2)D4. For HMA the definition of the "x" value used in the calculations and the definition of the upper and lower specification limit are in ' Section 1- 06.2(2)D2. For other materials the definition of the "x" value used in the calculations and the definition of the upper and lower specification limit are in Section 1- 06.2(2)D3. All other terms and variables are the same for all calculations. 1- 06.2(2)D2 Hot Mix Asphalt x = difference between an individual test value and the job mix formula (JMF) ' USL = maximum allowable limit in Section 9- 03.8(7) LSL = minimum allowable limit in Section 9- 03.8(7) 1- 06.2(2)D3 Other Materials x = individual test value USL = upper specification limit ' LSL = lower specification limit 1- 06.2(2)D4 Quality Level Calculation The procedures for determining the quality level and pay factors for a material are as follows: ' 1. Determine the arithmetic mean X for each specified material constituent: Zx ' X m ' where: = summation of x n = total number test values 1 2. Compute the sample standard deviation, "S ", for each constituent: nZx - (zx)2 — 1/2 ' S= n(n -1) where: > x = summation of the squares of individual test values (Zx) = summation of the individual test values squared ' 3. Compute the upper quality index, (QU), for each constituent: I I 15 Qu = USL - Xm S 4. Compute the lower quality index, (QL), for each constituent: I Q� = Xm - LSL S 1 5. For each constituent determine Pu (the percent within the upper Specification limit which corresponds to a given Qu) from Table 1. If the ' USL is 100.00 percent or is not specified, Pu will be 100. For negative values of Qu, Pu is equal to 100 minus the table Pu (e.g. N = 15 and Qu _ - 0.5 will result in Pu = 30). If the value of Qu does not correspond exactly to ' a figure in the table, use the next higher value. 6. For each constituent determine PL (the percent within the lower Specification limit which corresponds to a given QL) from Table 1. If the LSL is zero or not specified, PL will be 100. For negative values of QL, PL is equal to 100 minus the table PL. If the value of QL does not correspond exactly to a figure in the table, use the next higher value. 7. For each constituent determine the quality level (the total percent within Specification limits): ' Quality Level = (Pu + PL) - 100 8. Using the quality level from step 7, determine the pay factor (PF;) from Table 2 for each constituent tested. 9. Determine the Composite Pay Factor (CPF) for each lot. ' CPF = f1(PF1) + f2(PF2) + ... + fi(PFi) fi i = 1 to j where: fi = price adjustment factor listed in these Specifications for the applicable material where: j = number of constituents being evaluated 1 -06.6 Sieves for Testing This section including title is revised to read: 1 -06.6 Vacant 16 I 1 SECTION 1 -07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC August 3, 2009 1- 07.2(2) State Sales Tax: Work on State -Owned or Private Land The following new paragraph is inserted in front of the first paragraph: ' State Department of Revenue Rule 170 and its related rules apply for this section. 1 07.5(1) General ' The following new paragraph is inserted after the first paragraph: The Contractor shall be responsible to immediately report to the Engineer any ' deviation from the contract provisions pertaining to environmental compliance, including but not limited to spills, unauthorized fill in waters of the State including wetlands, water quality standards, noise, air quality, etc. 1 07.5(2) State Department of Fish and Wildlife The following new numbered item is inserted after number 8.: ' 9. Immediately notify the Engineer and stop all work causing impacts, if at any time, as a result of project activities, fish are observed in distress, or a fish kill occu 1- 07.5(3) State Department of Ecology Number 4. is supplemented with the following: These include, but are not limited to petroleum products, hydraulic fluid, fresh concrete, sediments, sediment -laden water, chemicals, paint, solvents, or other ' toxic or deleterious materials. 1 - 07.8 High Visibility Apparel This section is revised to read: The Contractor shall require all personnel under their control (including service providers, Subcontractors and lower tier Subcontractors) that are on foot in the work zone and are exposed to vehicle traffic or construction equipment to wear the high ' visibility apparel described in this Section. The Contractor shall ensure that a competent person as identified in the MUTCD ' selects the appropriate high - visibility apparel suitable for the job -site conditions. High visibility garments shall always be the outermost garments. ' High visibility garments shall be in a condition compliant with the ANSI 107 -2004 and shall be used in accordance with manufacturer recommendations. ' This section is supplemented with the following new sub - sections. ' 1 7 1- 07.8(1) Traffic Control Personnel , All personnel performing the Work described in Section 1 -10 (including traffic control supervisors, flaggers, spotters, and others performing traffic control labor of any kind), shall comply with the following: 1. During daylight hours with clear visibility, workers shall wear a high- visibility ANSI /ISEA 107 -2004 Class 2 or 3 vest or jacket, and hardhat meeting the high visibility headwear requirements of WAC 296- 155 -305; and 2. During hours of darkness (1/2 -hour before sunset to 1/2 -hour after sunrise) or other low visibility conditions (snow, fog, etc.), workers shall wear a high - visibility ANSI /ISEA 107 -2004 Class 2 or 3 vest or jacket, high visibility lower garment meeting ANSI /ISEA 107 -2004 Class E, and hardhats meeting the high visibility headwear requirements of WAC 296- 155 -305. ' 1 07.8(2) Non - Traffic Control Personnel All personnel, except those performing the Work described in Section 1 -10, shall wear high visibility apparel meeting the ANSI /ISEA 107 -2004 Class 2 or 3 standard. 1 07.9(1) General The following new paragraph is inserted to follow the sixth paragraph: The Contractor shall ensure that any firm (Supplier, Manufacturer, or Fabricator) that falls under the provisions of RCW 39.12 because of the definition "Contractor" in WAC 296- 127 -010, complies with all the requirements of RCW 39.12. This section is supplemented with the following: ' Listing Recovery Act (and Other) New Hire Opportunities With the Employment Security Department 1 There are many talented people currently unemployed. As the signs on Contracting Agency projects advertise the Recovery Act is about creating jobs and putting people back to work. As a companion effort the Employment Security Department ' has been charged with giving people the opportunity to compete for these jobs. Their tool for doing so is WorkSource. WorkSource is a free service located across the State that screens, shortlists and refers qualified candidates. ' WorkSource employees are aware that the Contractor has other commitments as part of general business practices and as part of the Contract. Contractors may be subject to hiring commitments such as Equal Employment Opportunity or union commitments. However, utilizing WorkSource can be an essential effort as part of their various good faith efforts. WorkSource is a resource that is available across the State. Contractors who have been awarded WSDOT Contracts shall be prepared to discuss their recruitment plans and how WorkSource will be incorporated into that effort at the 18 1 preconstruction conference. WorkSource has a simple process for requesting and ' reporting new hires. The Contractor may contact the ARRA Business Unit at 877 - 453 -5906 (toll free) or IARRA@esd.wa.gov. There is additional information available on the website; https://fortress.wa.gov/esd/worksource/. ' 1 - 07.15 Temporary Water Pollution /Erosion Control This section is supplemented with the following: ' Stormwater or dewatering water that has come in contact with concrete rubble, concrete pours, or cement treated soils shall be maintained to pH 8.5 or less before it is allowed to enter waters of the state. If pH exceeds 8.5, the Contractor shall ' immediately discontinue work and initiate treatment according to the plan to lower the pH. Work may resume, with treatment, once the pH of the stormwater is 8.5 or less or it can be demonstrated that the runoff will not reach surface waters. ' High pH process water shall not be discharged to waters of the state. Unless specific measures are identified in the Special Provisions, high pH process water may be infiltrated, dispersed in vegetation or compost, or pumped to a sanitary sewer system. Water being infiltrated or dispersed shall have no chance of discharging directly to waters of the state, including wetlands or conveyances that indirectly lead to waters of the state. High pH process water shall be treated to ' within a range of 6.5 to 8.5 pH units prior to infiltration to ensure the discharge does not cause a violation of groundwater quality standards. If water is pumped to the sanitary sewer, the Contractor shall provide a copy of permits and requirements for ' placing the material into a sanitary sewer system prior to beginning the work. Process water may be collected and disposed of by the Contractor off the project site. The Contractor shall provide a copy of the permit for an approved waste site ' for the disposal of the process water prior to the start of work which generates the process water. ' 1 07.15(1) Spill Prevention, Control and Countermeasures Plan This section is revised to read: ' The Contractor shall prepare a project- specific spill prevention, control, and countermeasures plan (SPCC Plan) that will be used for the duration of the project. The Contractor shall submit the plan to the Project Engineer no later than the date of the preconstruction conference. No on -site construction activities may ' commence until WSDOT accepts an SPCC Plan for the project. The term "hazardous materials ", as used in this Specification, is defined in Chapter ' 447 of the WSDOT Environmental Procedures Manual (M31 -11). Occupational safety and health requirements that may pertain to SPCC Plan implementation are contained in but not limited to WAC 296 -824 and WAC 296 -843. Implementation Requirements The SPCC Plan shall be updated by the Contractor throughout project construction so that the written plan reflects actual site conditions and practices. The Contractor ' 19 1 1 shall update the SPCC Plan at least annually and maintain a copy of the updated SPCC Plan on the project site. All project employees shall be trained in spill prevention and containment, and shall know where the SPCC Plan and spill response kits are located and have immediate access to them. If hazardous materials are encountered or spilled during construction, the Contractor shall do everything possible to control and contain the material until appropriate measures can be taken. The Contractor shall supply and maintain spill response kits of appropriate size within close proximity to hazardous materials and equipment. The Contractor shall implement the spill prevention measures identified in the SPCC Plan before performing any of the following: 1. Placing materials or equipment in staging or storage areas. 2. Refueling, washing, or maintaining equipment. 3. Stockpiling contaminated materials. SPCC Plan Element Requirements The SPCC Plan shall set forth the following information in the following order: 1. Responsible Personnel Identify the name(s), title(s), and contact information for the personnel responsible for implementing and updating the plan, including all spill responders. 2. Spill Reporting ' List the names and telephone numbers of the federal, State, and local agencies the Contractor shall notify in the event of a spill. 3. Project and Site Information Describe the following items: A. The project Work. B. The site location and boundaries. ' C. The drainage pathways from the site. D. Nearby waterways and sensitive areas and their distances from 1 the site. 4. Potential Spill Sources ' Describe each of the following for all potentially hazardous materials brought or generated on -site (including materials used for equipment operation, refueling, maintenance, or cleaning): A. Name of material and its intended use. 20 ' B. Estimated maximum amount on -site at any one time. ' C. Location(s) (including any equipment used below the ordinary high water line) where the material will be staged, used, and ' stored and the distance(s) from nearby waterways and sensitive areas. ' D. Decontamination location and procedure for equipment that comes into contact with the material. ' E. Disposal procedures. 5. Pre - Existing Contamination ' Describe any pre- existing contamination and contaminant sources (such as buried pipes or tanks) in the project area that are described in the Contract documents. Identify equipment and work practices that will be ' used to prevent the release of contamination. 6. Spill Prevention and Response Training ' Describe how and when all personnel (including refueling contractors and Subcontractors) will be trained in spill prevention, containment and response in accordance with the Plan. Describe how and when all spill responders will be trained in accordance with WAC 296 -824. ' 7. Spill Prevention Describe the following items: ' A. Spill response kit contents and location(s). ' B. Security measures for potential spill sources. C Secondary containment practices and structures for all containers ' to handle the maximum volume of potential spill of hazardous materials. ' D. Methods used to prevent stormwater from contacting hazardous materials. ' E. Site inspection procedures and frequency. F. Equipment and structure maintenance practices. ' G. Daily inspection and cleanup procedures that ensure all equipment used below the ordinary high water line is free of all ' external petroleum based products. H. Refueling procedures for equipment that cannot be moved from below the ordinary high water line. ' 21 8. Spill Response ' Outline the response procedures the Contractor will follow for each scenario listed below. Include a description of the actions the Contractor shall take and the specific, on -site, spill response equipment that shall be used to assess the spill, secure the area, contain and eliminate the spill source, and clean up and dispose of spilled and contaminated material. A. A spill of each type of hazardous material at each location identified in 4, above. B. Stormwater that has come into contact with hazardous materials. C. A release or spill of any pre- existing contamination and contaminant source described in 5, above. D. A release or spill of any unknown pre- existing contamination and contaminant sources (such as buried pipes or tanks) encountered during project Work. E. A spill occurring during Work with equipment used below the ' ordinary high water line. If the Contractor will use a Subcontractor for spill response, provide ' contact information for the Subcontractor under item 1 (above), identify when the Subcontractor will be used, and describe actions the Contractor shall take while waiting for the Subcontractor to respond. 9. Project Site Map Provide a map showing the following items: ' A. Site location and boundaries. B. Site access roads. C. Drainage pathways from the site. D. Nearby waterways and sensitive areas. E. Hazardous materials, equipment, and decontamination areas ' identified in 4, above. F. Pre - existing contamination or contaminant sources described in ' 5, above. G. Spill prevention and response equipment described in 7 and 8, ' above. 10. Spill Report Forms , 22 ' 1 Provide a copy of the spill report form(s) that the Contractor will use in the event of a release or spill. Payment ' Payment will be made in accordance with Section 1 -04.1 for the following Bid item when it is included in the Proposal: "SPCC Plan ", lump sum. When the written SPCC is accepted by WSDOT, the Contractor shall receive 50- ' percent of the lump sum Contract price for the plan. The remaining 50- percent of the lump sum price will be paid after the materials and ' equipment called for in the plan is mobilized to the project. The lump sum payment for "SPCC Plan" shall be full pay for: 1. All costs associated with creating the accepted SPCC Plan. 2. All costs associated with providing and maintaining the on -site spill ' prevention equipment described in the accepted SPCC Plan. 3. All costs associated with providing and maintaining the on -site standby spill response equipment and materials described in the accepted SPCC Plan. ' 4. All costs associated with implementing the spill prevention measures identified in the accepted SPCC Plan. ' 5. All costs associated with updating the SPCC Plan as required by this Specification. As to other costs associated with releases or spills, the Contractor may request payment as provided for in the Contract. No payment shall be made if the release or spill was caused by or resulted from the Contractor's operations, negligence, or ' omissions. 1- 07.16(2) Vegetation Protection and Restoration The last sentence in the first paragraph is revised to read: ' The Engineer will designate the vegetation to be saved and protected by a site preservation line, high visibility fencing, or individual flagging. This section is supplemented with the following new sub - section: ' 1- 07.16(2)A Wetland and Sensitive Area Protection Existing wetland and other environmentally sensitive areas, where shown in the Plans or designated by the Engineer, shall be saved and protected through the life ' 23 of the Contract. When applicable, a site preservation line has been established as a boundary between work zones and sensitive environmental areas. The Contractor shall install high visibility fence as shown in the Plans or designated by the Engineer in accordance with 8- 01.3(1). The areas to be protected include critical environmental areas, buffer zones, and other areas of vegetation to be preserved. The Contractor shall keep areas identified by the site preservation lines free of construction equipment, construction materials, debris, and runoff. No access, to include but not limited to excavation, clearing, staging, or stockpiling shall be performed inside the protected area. 1- 07.16(4) Archaeological and Historical Objects This section is supplemented with the following new sub - section: 1- 07.16(4)A Inadvertent Discovery of Human Skeletal Remains If human skeletal remains are encountered by the Contractor, they shall not be further disturbed. The Contractor shall immediately notify the Engineer of any such finds, and shall cease all work adjacent to the discovery, in an area adequate to provide for the total security and protection of the integrity of the skeletal remains. The Engineer may require the Contractor to suspend Work in the vicinity of the discovery until final determinations and removal of the skeletal remains is completed. If the Engineer finds that the suspension of Work in the vicinity of the discovery I increases or decreases the cost or time required for performance of any part of the Work under this Contract, the Engineer will make an adjustment in payment or the time required for the performance of the Work in accordance with Sections 1 -04.4 and 1 -08.8. 1- 07.17(2) Utility Construction, Removal or Relocation by Others ' The first sentence in the second paragraph is revised to read: If the Contract provides notice that utility work (including furnishing, adjusting, relocating, replacing, or constructing utilities) will be performed by others during the prosecution of the Work, the Special Provisions will establish the utility owners anticipated completion. The first sentence in the third paragraph is revised to read: When others delay the Work through late performance of utility work, the Contractor 1 shall adhere to the requirements of Section 1 -04.5. 1 -07.23 Public Convenience and Safety This section is revised to read: The Contractor shall be responsible for providing adequate safeguards, safety ' devices, protective equipment, and any other needed actions to protect the life, health, and safety of the public, and to protect property in connection with the performance of the Work covered by the Contract. The Contractor shall perform any 24 measures or actions the Engineer may deem necessary to protect the public and ' property. The responsibility and expense to provide this protection shall be the Contractor's except that which is to be furnished by the Contracting Agency as specified in other sections of these Specifications. Nothing contained in this ' Contract is intended to create any third -party beneficiary rights in favor of the public or any individual utilizing the Highway facilities being constructed or improved under this Contract. 1 07.23(1) Construction Under Traffic The second sentence in the second paragraph is revised to read: ' The Contractor shall maintain existing roads, streets, sidewalks, and paths within the project limits, keeping them open, and in good, clean, safe condition at all times. The fifth sentence in the second paragraph is revised to read: ' The Contractor shall also maintain roads, streets, sidewalks, and paths adjacent to the project limits when affected by the Contractor's operations. The final paragraph in this section is deleted. ' 1 07.23(2) Construction and Maintenance of Detours Number 1. under the first paragraph is revised to read: ' Detours and detour bridges that will accommodate traffic diverted from the Roadway, bridge, sidewalk or path during construction, SECTION 1 -08, PROSECUTION AND PROGRESS ' August 3, 2009 1 -08.1 Subcontracting ' Item (2) in the first sentence of the seventh paragraph is revised to read: (2) Delivery of these materials to the Work site in vehicles owned or operated by such plants or by recognized independent or commercial hauling companies hired by those commercial plants. 1 08.3(2)A Type A Progress Schedule This section is revised to read: The Contractor shall submit five copies of a Type A Progress Schedule no later than ' 1 0 days after the date the contract is executed, or some other mutually agreed upon submittal time. The schedule may be a critical path method (CPM) schedule, bar chart, or other standard schedule format. Regardless of which format used, the ' schedule shall identify the critical path. The Engineer will evaluate the Type A Progress Schedule and approve or return the schedule for corrections within 15 calendar days of receiving the submittal. ' 25 1 1 -08.4 Prosecution of Work This section is supplemented with the following: When shown in the Plans, the first order of work on this project shall be the installation of high visibility fencing to delineate all areas for protection or restoration, as described in the Contract. Installation of high visibility fencing adjacent to the roadway shall occur after the placement of all necessary signs and traffic control devices are in place in accordance with 1- 10.1(2). Upon construction of the fencing, the Contractor shall request the Engineer to inspect the fence. No other work shall be performed on the site until the Contracting Agency has accepted the installation of high visibility fencing, as described in the Contract. 1 - 08.5 Time for Completion The third sentence in the first paragraph is revised to read: I A nonworking day is defined as a Saturday, a Sunday, a whole or half day on which the Contract specifically prohibits Work on the critical path of the Contractor's approved progress schedule, or one of these holidays: January 1, the third Monday of January, the third Monday of February, Memorial Day, July 4, Labor Day, November 11, Thanksgiving Day, the day after Thanksgiving, and Christmas Day. ' 1 - 08.6 Suspension of Work The first paragraph is revised to read: The Engineer may order suspension of all or any part of the Work if: 1. Unsuitable weather that prevents satisfactory and timely performance of ' the Work; or 2. The Contractor does not comply with the Contract: or ' 3. It is in the public interest. 1 - 08.7 Maintenance During Suspension The first sentence in the fourth paragraph is revised to read: If the Engineer determines that the Contractor has pursued the Work diligently before the suspension, then the Contracting Agency will maintain the temporary Roadway (and bear its cost). ' The fifth paragraph is revised to read: The Contractor shall protect and maintain all other Work in areas not used by traffic. ' All costs associated with protecting and maintaining such Work shall be the responsibility of the Contractor, except those costs associated with implementing the TESC Plan according to Section 8 -01. The seventh paragraph is revised to read: 26 t After any suspension, the Contractor shall resume all responsibilities the Contract ' assigns for the Work. ' SECTION 1 -09, MEASUREMENT AND PAYMENT April 7, 2008 ' 1 -09.9 Payments The first paragraph is supplemented with the following: ' For items Bid as lump sum, the Contractor shall submit a breakdown of their lump sum price in sufficient detail for the Project Engineer to determine the value of the Work performed on a monthly basis. Lump sum breakdowns shall be provided to ' the Project Engineer no later than the date of the preconstruction meeting. The second sentence in the third paragraph is revised to read: ' Unless otherwise provided in the payment clause of the applicable Specifications, partial payment for lump sum Bid items will be a percentage of the price in the ' Proposal based on the Project Engineer's determination of the amount of Work performed, with consideration given to but not exclusively based on the Contractors lump sum breakdown. ' The third paragraph is supplemented with the following: The determination of payments under the contract will be final in accordance with ' Section 1 -05.1. 1 09.9(1) Retainage In the fourth paragraph, number 1, the reference to $20,000 is revised to read $35,000. SECTION 1 -10, TEMPORARY TRAFFIC CONTROL August 3, 2009 1- 10.1(2) Description The following new paragraph is inserted after the second paragraph: Unless otherwise permitted by the Contract or approved by the Project Engineer, ' the Contractor shall keep all existing pedestrian routes and access points (including sidewalks, paths and crosswalks) open and clear at all times. ' The second and third sentences in the third paragraph are revised to read: The Contractor shall erect and maintain all construction signs, warning signs, detour signs, and other traffic control devices necessary to warn and protect the public at all times from injury or damage as a result of the Contractor's operations which may 27 occur on or adjacent to Highways, roads, streets, sidewalks or paths. No Work shall be done on or adjacent to any Traveled Way until all necessary signs and traffic control devices are in place. 1 10.2(1) General ' The second sentence in the third paragraph is revised to read: Possession of a current TCS card and flagging card by the primary and alternate ' TCS is mandatory. 1 10.2(1)B Traffic Control Supervisor ' In number 1. under the third paragraph, the reference to the book Quality Guidelines for Work Zone Traffic Control Devices is revised to Quality Guidelines for Temporary Traffic Control Devices. t In number 2. under the third paragraph, the second sentence is revised to read: Traffic control devices shall be inspected at least once per hour during working hours except that Class A signs need to be checked only once a week and nighttime lighting need to be checked only once a shift. 1 10.2(2) Traffic Control Plans The first sentence in the first paragraph is revised to read: The traffic control plan or plans appearing in the Contract documents show a method of handling vehicle, bicycle and pedestrian traffic. In the third sentence of the second paragraph, the reference to "MUTCD, Part VI" is revised to "MUTCD, Part 6 ". 1 10.2(3) Conformance to Established Standards The second paragraph is revised to read: In addition to the standards of the MUTCD described above, the Contracting Agency has crashworthiness requirements for most workzone devices. The National Cooperative Highway Research Project (NCHRP) Report 350 has established requirements for crash testing. Workzone devices are divided into four categories. Each of those categories is described below: In the paragraph that begins with "Category 2 ", the second sentence is revised to read: ' Examples of this class are barricades, portable sign supports and signs. 1 10.3(1) Traffic Control Labor The second paragraph is revised to read: Vests and other high visibility apparel shall be in conformance with Section 1 -07.8. 28 , 1- 10.3(1)A Flaggers and Spotters t The following is inserted after the fifth sentence of the second paragraph: Flagger station illumination shall meet the requirements of the MUTCD and these specifications. The Contractor shall provide portable lighting equipment capable of sufficiently ' illuminating a flagger and their station without creating glare for oncoming motorists, yet will meet the mobility requirements of the operation. The lighting stations shall be located on the same side of the roadway as the flagger and aimed either parallel ' or perpendicular to the traveled lanes to minimize glare. The lighting devices shall be located 5 to 10 feet from the edge of the travel lane with a mounting height of 15 to 25 ft above the ground. The flagger should be visible and discernable as a flagger from a distance of 1000 feet. The fourth sentence of the fourth paragraph is revised to read: ' The duties of a spotter shall not include flagging and the use of a flagging paddle while performing spotting duties is not allowed. ' 1 10.3(2)B Rolling Slowdown The first two paragraphs are deleted and replaced with the following: ' Rolling slowdown traffic control operations are not to be used for routine work that can be addressed by standard lane or shoulder closure traffic control. When a short -term roadway closure is needed for an infrequent, non - repetitive work operation such as a sign bridge removal, or utility wire crossing, the Contractor may implement a rolling slowdown on a multi -lane roadway, as part of an approved traffic control plan. ' The Contractor shall submit for approval a traffic control plan detailing the expected delay time, interchange ramp control and rolling slowdown distance. A portable ' changeable message sign shall be placed ahead of the starting point of the traffic control to warn traffic of the slowdown. The sign shall be placed far enough ahead of the Work to avoid any expected backup of vehicles. ' A rolling slowdown shall use traffic control vehicles with flashing amber lights. At least one traffic control vehicle will be used for every two lanes to be slowed, plus a control vehicle will serve as a following (chase) vehicle for traffic ahead of the ' blockade. The traffic control vehicles shall enter the roadway and form a moving blockade to reduce traffic speeds and create a clear area ahead of the blockade in which to accomplish the work without a total stoppage of traffic. ' 1 10.3(2)C Lane Closure Setup /Takedown The following is inserted in front of item 1. of the first paragraph: ' A portable changeable message sign shall be established in advance of the operation, far enough back to provide warning of both the operation and of any queue of traffic that has formed during the operation. 29 The second paragraph is revised to read: ' Once the lane is closed, the TMA/arrow board combination shall be replaced with an arrow board without attenuator. The second sentence of the third paragraph is revised to read: A truck - mounted attenuator with arrow board is required during the process of closing each additional lane and is to be replaced with an arrow board without attenuator after the lane is closed. ' 1- 10.3(2)D Mobile Operations The first sentence of the first paragraph is revised to read: I Where construction operations are such that movement along the length of a Roadway is continuous or near - continuous to the extent that a stationary traffic control layout will not be effective, the Contractor may implement a moving, or mobile, traffic control scheme. 1- 10.3(3)A Construction Signs t The third paragraph is revised to read: All existing signs, new permanent signs installed under this Contract, and construction signs installed under this Contract that are inappropriate for the traffic configuration at a given time shall be removed or completely covered in accordance with Section 8- 21.3(3). The seventh sentence of the fourth paragraph is revised to read: Class B construction signs are those signs that are placed and removed daily, or are used for short durations which may extend for one to three days. The fourth paragraph is supplemented with the following: Tripod mounted signs in place more than three days in any one location, unless approved by the Engineer, shall be required to be post mounted and shall be classified as Class A construction signs. The fifth paragraph is revised to read: ' Where it is necessary to add weight to signs for stability, sand bags or other similar ballast may be used but the height shall not be more than 4- inches above the Roadway surface, and shall not interfere with the breakaway features of the device. The Contractor shall follow the manufacturer's recommendations for sign ballasting. 1- 10.3(3)B Sequential Arrow Signs The second and third sentences of the first paragraph are deleted. 30 ' 1 1- 10.3(3)C Portable Changeable Message Sign The second sentence of the first paragraph is deleted. 1 10.3(3)D Barricades ' The second paragraph is revised to read: Where it is necessary to add weight to barricades for stability, sand bags or other similar ballast may be used but the height shall not be more than 4- inches above the Roadway surface and shall not interfere with the breakaway features of the device. The Contractor shall follow the manufacturer's recommendation for sign ' ballasting. 1 10.3(3)E Traffic Safety Drums ' The second paragraph is revised to read: Used drums may be utilized, provided all drums used on the project are of ' essentially the same configuration and the devices conform to Section 1- 10.2(3). 1 10.3(3)G Traffic Cones This section including title is revised to read: 1 10.3(3)G Traffic Cones and Tall Channelizing Devices ' Where shown on an approved traffic control plan or where ordered by the Engineer, the Contractor shall provide, install and maintain traffic cones or tall channelizing devices. Cones and tall channelizing devices shall be kept in good repair and shall ' be removed immediately when directed by the Engineer. Where wind or moving traffic frequently displaces cones, an effective method of stabilizing them, such as stacking two together at each location, shall be employed or heavier weighted bases may be necessary. ' 1 10.3(3)J Truck - Mounted Attenuator This section is supplemented with the following: A TMA may be used in lieu of a temporary impact attenuator when approved by the Engineer as part of a stage traffic control shift to protect an object such as blunt ' barrier end, or bridge pier column that is located within the work zone clear zone. This use of a TMA is restricted to a maximum of 3 days or approved extension by the Engineer. t 1 - 10.3(3)K Portable Temporary Traffic Control Signal The first paragraph is revised to read: ' Where shown on an approved traffic control plan, the Contractor shall provide, operate, maintain and remove a portable temporary traffic control signal system to provide alternating one -lane traffic operations on a two -way facility. A portable temporary traffic control signal system shall be defined as two traffic control units that operate together. The system shall be trailer mounted, fully self- contained and designed so that it can be easily transported and deployed at different locations. ' 31 The third sentence in the second paragraph is deleted. The following is inserted in front of the sixth paragraph: The Traffic Control Supervisor shall monitor and insure that the Portable Temporary Traffic Control Signal is fully operational and maintained as specified by the manufacturer. This Work may include cleaning and replacing lamps and other routine maintenance as needed. 1 10.4(2) Item Bids with Lump Sum for Incidentals The unit of measurement statement for "Portable Changeable Message Sign" is revised to read: "Portable Changeable Message Sign" will be measured by the hour for the time that each sign is operating as shown on an approved Traffic Control Plan. The unit of measurement statement for "Operation of Portable Changeable Message Sign" is deleted. The unit of measurement statement for "Portable Temporary Traffic Control Signal" is revised to read: No specific unit of measurement will apply to the lump sum item of "Portable Temporary Traffic Control Signal ". 1 10.5(1) Lump Sum Bid for Project (No Unit Items) This section is revised to read: "Project Temporary Traffic Control ", lump sum. The lump sum Contract payment shall be full compensation for all costs incurred by the Contractor in performing the Contract Work defined in Section 1 -10, except for costs compensated by Bid Proposal items inserted through Contract Provisions as described in Section 1- 10.4(3). 1- 10.5(2) Item Bids with Lump Sum for Incidentals 111 The unit of measure for "Portable Changeable Message Sign" is revised to "per hour ". The bid item "Operation of Portable Changeable Message Sign" and the associated paragraph are deleted. The unit of measure for the bid item "Portable Temporary Traffic Control Signal," is revised to lump sum. The paragraph following "Portable Temporary Traffic Control Signal," is revised to read: The lump sum Contract price shall be full compensation for all costs of labor, materials and equipment incurred by the Contractor in performing the Contract Work as described in Section 1- 10.3(3)K, including all costs for traffic control during 32 ' I I manual control, adjustment, malfunction, or failure of the portable traffic control I signals and during replacement of failed or malfunctioning signals. I SECTION 9 -09, TIMBER AND LUMBER I August 7, 2006 9- 09.2(3) Inspection I This section is revised to read: Timber and lumber requiring a grade stamp shall be marked with a certified lumber I grade stamp provided by one of the following agencies: West Coast Lumber Inspection Bureau (WCLIB) I Western Wood Products Association (WWPA) Pacific Lumber Inspection Bureau (PLIB) Any lumber grading bureau certified by the American Lumber Standards Committee I Timber and Lumber requiring a grading certificate shall have a certificate that was issued by either the grading bureau whose stamp is shown on the material, or by I the lumber mill, which must be under the supervision of one of the grading bureaus listed above. The certificate shall include the following: I Name of the mill performing the grading The grading rules being used Name of the person doing the grading with current certification I Signature of a responsible mill official Date the lumber was graded at the mill Grade, dimensions, and quantity of the timber or lumber I For Structures: All material delivered to the project shall bear a grade stamp and have a grading I certificate. The grade stamp and grading certificate shall not constitute final acceptance of the material. The Engineer may reject any or all of the timber or lumber that does not comply with the specifications or has been damaged during I shipping or upon delivery. For Guardrail Posts and Blocks, Sign Posts, Mileposts, Sawed Fence Posts, and Mailbox Posts: I Material delivered to the project shall either bear a grade stamp on each piece or have a grading certificate. The grade stamp or grading certificate shall not constitute final acceptance of the material. The Engineer may reject any or all of the timber or I lumber that does not comply with the specifications or has been damaged during shipping or upon delivery. I I 33 1 9- 09.3(1) General Requirements The last sentence in the first paragraph is revised to read: Unless otherwise specified in the contract, all timber and lumber shall be treated in accordance with Sections U1 and T1 of the latest edition of the AWPA standards. 1 I 1 34 ' INTRODUCTION TO THE SPECIAL PROVISIONS ' (July 31, 2007 APWA GSP) The work on this project shall be accomplished in accordance with the Standard Specifications for Road, Bridge and Municipal Construction, 2008 edition, as issued by the Washington State Department of Transportation (WSDOT) and the American Public Works Association (APWA), Washington State Chapter (hereafter "Standard Specifications "). The Standard Specifications, as modified or supplemented by the Amendments to the Standard Specifications and these Special Provisions, all of which ' are made a part of the Contract Documents, shall govern all of the Work. These Special Provisions are made up of both General Special Provisions (GSPs) from various sources, which may have project- specific fill -ins; and project- specific Special Provisions. Each Provision either supplements, modifies, or replaces the comparable Standard Specification, or is a new Provision. The deletion, amendment, alteration, or ' addition to any subsection or portion of the Standard Specifications is meant to pertain only to that particular portion of the section, and in no way should it be interpreted that the balance of the section does not apply. The project- specific Special Provisions are not labeled as such. The GSPs are labeled under the headers of each GSP, with the date of the GSP and its source, as follows: (May 18, 2007 APWA GSP) (August 7, 2006 WSDOT GSP) ' Also incorporated into the Contract Documents by reference are: • Manual on Uniform Traffic Control Devices for Streets and Highways, currently adopted edition, with Washington State modifications, if any ' • Standard Plans for Road, Bridge and Municipal Construction, WSDOT /APWA, current edition Contractor shall obtain copies of these publications, at Contractor's own expense. I I 1 I ' 35 DIVISION 1 GENERAL REQUIREMENTS DESCRIPTION OF WORK U (March 13, 1995) This contract provides for the improvement of * ** the Yakima Valley Transportation ' Company Trolley Barn by repairing the crane mounted within the building and by repairing the south and west walls of the trolley barn. Repairs include shoring the existing crane, removing and disposing of wood beam, installing wood beam, installing steel stiffener brackets, installing a structural steel waler beam, reconstructing the wood framing on the south wall, repairing the overhead roller door * ** and other work, all in accordance with the attached Contract Plans, these Contract Provisions, and the Standard Specifications. 1 1 -01.3 Definitions (September 12, 2008 APWA GSP) This Section is supplemented with the following: All references in the Standard Specifications to the terms "State ", "Department of Transportation ", "Washington State Transportation Commission ", "Commission ", "Secretary of Transportation ", "Secretary", "Headquarters ", and "State Treasurer" shall be revised to read "Contracting Agency ". All references to "State Materials Laboratory" shall be revised to read "Contracting Agency designated location ". The venue of all causes of action arising from the advertisement, award, execution, and performance of the contract shall be in the Superior Court of the County where ' the Contracting Agency's headquarters are located. Additive A supplemental unit of work or group of bid items, identified separately in the proposal, which may, at the discretion of the Contracting Agency, be awarded in addition to the base bid. Alternate One of two or more units of work or groups of bid items, identified separately in the proposal, from which the Contracting Agency may make a choice between different methods or material of construction for performing the same work. Contract Documents 1 See definition for "Contract ". Contract Time I The period of time established by the terms and conditions of the contract within which the work must be physically completed. 36 t Dates Bid Opening Date ' The date on which the Contracting Agency publicly opens and reads the bids. Award Date The date of the formal decision of the Contracting Agency to accept the lowest responsible and responsive bidder for the work. Contract Execution Date The date the Contracting Agency officially binds the agency to the contract. Notice to Proceed Date The date stated in the Notice to Proceed on which the contract time begins. Substantial Completion Date The day the Engineer determines the Contracting Agency has full and unrestricted use and benefit of the facilities, both from the operational and safety standpoint, and only minor incidental work, replacement of temporary substitute facilities, or correction or repair remains for the physical completion of the total contract. Physical Completion Date The day all of the work is physically completed on the project. All documentation required by the contract and required by law does not necessarily need to be furnished by the Contractor by this date. Completion Date The day all the work specified in the contract is completed and all the obligations of the Contractor under the contract are fulfilled by the Contractor. All ' documentation required by the contract and required by law must be furnished by the Contractor before establishment of this date. Final Acceptance Date The date on which the Contracting Agency accepts the work as complete. Notice of Award ' The written notice from the Contracting Agency to the successful bidder signifying the Contracting Agency's acceptance of the bid. Notice to Proceed The written notice from the Contracting Agency or Engineer to the Contractor authorizing and directing the Contractor to proceed with the work and ' establishing the date on which the contract time begins. Traffic Both vehicular and non - vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and equestrian traffic. I 1 37 1 1 -02 BID PROCEDURES AND CONDITIONS 1 -02.1 Prequalification of Bidders Delete this Section and replace it with the following: ' 1 -02.1 Qualifications of Bidder 111 (March 25, 2009 APWA GSP) Bidders must meet the minimum qualifications of RCW 39.04.350(1), as amended: "Before award of a public works contract, a bidder must meet the following responsibility criteria to be considered a responsible bidder and qualified to be awarded a public works project. The bidder must: ' (a) At the time of bid submittal, have a certificate of registration in compliance with chapter 18.27 RCW; (b) Have a current state unified business identifier number; (c) If applicable, have industrial insurance coverage for the bidder's employees working in Washington as required in Title 51 RCW; an employment security department number as required in Title 50 RCW; and a state excise tax registration number as required in Title 82 RCW; and (d) Not be disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065(3)." 1 -02.2 Plans and Specifications ' (October 1, 2005 APWA GSP) Delete this section and replace it with the following: I Information as to where Bid Documents can be obtained or reviewed will be found in the Call for Bids (Advertisement for Bids) for the work. After award of the contract, plans and specifications will be issued to the Contractor at no cost as detailed below: To Prime Contractor No. of Sets Basis of Distribution Reduced plans (11" x 17 ") 5 Furnished automatically 1 and Contract Provisions upon award. Large plans (e.g., 22" x N/A Furnished only upon 34 ") and Contract request. Provisions Additional plans and Contract Provisions may be purchased by the Contractor by ' payment of the cost stated in the Invitation to Bid. r 38 N ' 1 -02.5 Proposal Forms (October 1, 2005 APWA GSP) Delete this section and replace it with the following: At the request of a bidder, the Contracting Agency will provide a proposal form for any project on which the bidder is eligible to bid. The proposal form will identify the project and its location and describe the work. It ' will also list estimated quantities, units of measurement, the items of work, and the materials to be furnished at the unit bid prices. The bidder shall complete spaces on the proposal form that call for, but are not limited to, unit prices; extensions; summations; the total bid amount; signatures; date; and, where applicable, retail sales taxes and acknowledgment of addenda; the bidder's name, address, telephone number, and signature; the bidder's D /M/WBE commitment, if applicable; a State of Washington Contractor's Registration Number; and a Business License Number, if ' applicable. Bids shall be completed by typing or shall be printed in ink by hand, preferably in black ink. The required certifications are included as part of the proposal form. The Contracting Agency reserves the right to arrange the proposal forms with alternates and additives, if such be to the advantage of the Contracting Agency. The ' bidder shall bid on all alternates and additives set forth in the proposal forms unless otherwise specified. ' Any correction to a bid made by interlineation, alteration, or erasure, shall be initialed by the signer of the bid. The bidder shall make no stipulation on the Bid Form, nor qualify the bid in any manner. A bid by a corporation shall be executed in the corporate name, by the president or a vice president (or other corporate officer accompanied by evidence of authority to sign). A bid by a partnership shall be executed in the partnership name, and signed by a partner. A copy of the partnership agreement shall be submitted with the Bid Form if any D /M/WBE requirements are to be satisfied through such an agreement. A bid by a joint venture shall be executed in the joint venture name and signed by a member of the joint venture. A copy of the joint venture agreement shall be submitted with the Bid Form if any D/W /MBE requirements are to be satisfied through such an agreement. Preparation Of Proposal (August 2, 2004) The fifth and sixth paragraphs of Section 1 -02.6 are deleted. I ' 39 I 1 -02.7 Bid Deposit (October 1, 2005 APWA GSP) Supplement this section with the following: Bid bonds shall contain the following: 1. Contracting Agency- assigned number for the project; ' 2. Name of the project; 3. The Contracting Agency named as obligee; 4. The amount of the bid bond stated either as a dollar figure or as a percentage, I which represents five percent of the maximum bid amount that could be awarded; 5. Signature of the bidder's officer empowered to sign official statements. The ' signature of the person authorized to submit the bid should agree with the signature on the bond, and the title of the person must accompany the said signature; ' 6. The signature of the surety's officer empowered to sign the bond and the power of attorney. If so stated in the Contract Provisions, bidder must use the bond form included in the Contract Provisions. 1 -02.9 Delivery of Proposal (October 1, 2005 APWA GSP) Revise the first paragraph to read: Each proposal shall be submitted in a sealed envelope, with the Project Name and Project Number as stated in the Advertisement for Bids clearly marked on the outside of the envelope, or as otherwise stated in the Bid Documents, to ensure proper handling and delivery. (* * * * *) 1 -02.12 Public Opening Of Proposal This section is supplemented with the following: Date Of Opening Bids Sealed bids are to be received at the following locations prior to the time specified: , 1. At the City Clerk's Office, City of Yakima, 129 N. Second Street, Yakima, WA 98901 until 2:00 P.M. of the bid opening date. I The bid opening date for this project is as listed in the Invitation to Bid. Bids received will be publicly opened and read after 2:00 P.M. on this date. 1 I 40 I 1 1 -02.13 Irregular Proposals (March 25, 2009 APWA GSP) Revise item 1 to read: t 1. A proposal will be considered irregular and will be rejected if: a. The Bidder is not prequalified when so required; b. The authorized proposal form furnished by the Contracting Agency is not used or is altered; c. The completed proposal form contains any unauthorized additions, ' d. deletions, alternate Bids, or conditions; The Bidder adds provisions reserving the right to reject or accept the award, or enter into the Contract; e. A price per unit cannot be determined from the Bid Proposal; f. The Proposal form is not properly executed; g. The Bidder fails to submit or properly complete a Subcontractor list, if ' applicable, as required in Section 1 -02.6; h. The Bidder fails to submit or properly complete a Disadvantaged, Minority or Women's Business Enterprise Certification, if applicable, as required in Section 1 -02.6; The Bid Proposal does not constitute a definite and unqualified offer to meet the material terms of the Bid invitation; or j. More than one proposal is submitted for the same proiect from a Bidder ' under the same or different names. 1 -02.14 Disqualification of Bidders (March 25, 2009 APWA GSP, Option B) ' Delete this Section and replace it with the following: A Bidder will be deemed not responsible if: ' 1. the Bidder does not meet the mandatory bidder responsibility criteria in RCW 39.04.350(1), as amended; or 2. evidence of collusion exists with any other Bidder or potential Bidder. Participants in collusion will be restricted from submitting further bids; or 3. the Bidder, in the opinion of the Contracting Agency, is not qualified for the work or to the full extent of the bid, or to the extent that the bid exceeds the authorized prequalification amount as may have been ' determined by a prequalification of the Bidder; or 4. an unsatisfactory performance record exists based on past or current Contracting Agency work or for work done for others, as judged from the standpoint of conduct of the work; workmanship; or progress; affirmative action; equal employment opportunity practices; termination for cause; or Disadvantaged Business Enterprise, Minority Business Enterprise, or Women's Business Enterprise utilization; or ' 5. there is uncompleted work (Contracting Agency or otherwise), which in the opinion of the Contracting Agency might hinder or prevent the prompt completion of the work bid upon; or • 41 6. the Bidder failed to settle bills for labor or materials on past or current contracts, unless there are extenuating circumstances acceptable to the Contracting Agency; or 7. the Bidder has failed to complete a written public contract or has been convicted of a crime arising from a previous public contract, unless there are extenuating circumstances acceptable to the Contracting Agency; or 8. the Bidder is unable, financially or otherwise, to perform the work, in the opinion of the Contracting Agency; or ' 9. there are any other reasons deemed proper by the Contracting Agency. As evidence that the Bidder meets the bidder responsibility criteria above, the apparent two lowest Bidders must submit to the Contracting Agency within 24 hours of the bid submittal deadline, documentation (sufficient in the sole judgment of the Contracting Agency) demonstrating compliance with all applicable responsibility criteria, including all documentation specifically listed in the supplemental criteria. The Contracting Agency reserves the right to request such documentation from other Bidders as well, and to request further documentation as needed to assess bidder responsibility. The basis for evaluation of Bidder compliance with these supplemental criteria shall be any documents or facts obtained by Contracting Agency (whether from the Bidder or third parties) which any reasonable owner would rely on for determining such compliance, including but not limited to: (i) financial, historical, or operational data from the Bidder; (ii) information obtained directly by the Contracting Agency from owners for whom the Bidder has worked, or other public agencies or private enterprises; and (iii) any additional information obtained by the Contracting Agency which is believed to be relevant to the matter. ' If the Contracting Agency determines the Bidder does not meet the bidder responsibility criteria above and is therefore not a responsible Bidder, the Contracting Agency shall notify the Bidder in writing, with the reasons for its determination. If the Bidder disagrees with this determination, it may appeal the determination within 24 hours of receipt of the Contracting Agency's determination by presenting its appeal to the Contracting Agency. The Contracting Agency will consider the appeal before issuing its final determination. If the final determination affirms that the Bidder is not responsible, the Contracting Agency will not execute a contract with any other Bidder until at least two business days after the Bidder determined to be not responsible has received the final determination. 1 -02.15 Pre Award Information (October 1, 2005 APWA GSP) Revise this section to read: Before awarding any contract, the Contracting Agency may require one or more of ' these items or actions of the apparent lowest responsible bidder: 1. A complete statement of the origin, composition, and manufacture of any or all materials to be used, 1 42 I 2. Samples of these materials for quality and fitness tests, 3. A progress schedule (in a form the Contracting Agency requires) showing the order of and time required for the various phases of the work, ' 4. A breakdown of costs assigned to any bid item, 5. Attendance at a conference with the Engineer or representatives of the Engineer, 6. Obtain, and furnish a copy of, a business license to do business in the city or county where the work is located. 7. A copy of State of Washington Contractor's Registration, or 8. Any other information or action taken that is deemed necessary to ensure that the bidder is the lowest responsible bidder. AWARD AND EXECUTION OF CONTRACT 1 -03.3 Execution of Contract ' (October 1, 2005 APWA GSP) Revise this section to read: Copies of the Contract Provisions, including the unsigned Form of Contract, will be available for signature by the successful bidder on the first business day following award. The number of copies to be executed by the Contractor will be determined by ' the Contracting Agency. ' Within Fourteen (14) calendar days after the award date, the successful bidder shall return the signed Contracting Agency - prepared contract, an insurance certification as required by Section 1- 07.18, and a satisfactory bond as required by law and Section 1 -03.4. Before execution of the contract by the Contracting Agency, the successful ' bidder shall provide any pre -award information the Contracting Agency may require under Section 1- 02.15. ' Until the Contracting Agency executes a contract, no proposal shall bind the Contracting Agency nor shall any work begin within the project limits or within Contracting Agency- furnished sites. The Contractor shall bear all risks for any work begun outside such areas and for any materials ordered before the contract is executed by the Contracting Agency. If the bidder experiences circumstances beyond their control that prevents return of the contract documents within the calendar days after the award date stated above, the Contracting Agency may grant up to a maximum of Six (6) additional calendar days for return of the documents, provided the Contracting Agency deems the circumstances warrant it. ' 1 -03.4 Contract Bond (October 1, 2005 APWA GSP) Revise the first paragraph to read: 43 The successful bidder shall provide an executed contract bond for the full contract amount. This contract bond shall: 1. Be on a Contracting Agency- furnished form; 2. Be signed by an approved surety (or sureties) that: a. Is registered with the Washington State Insurance Commissioner, and b. Appears on the current Authorized Insurance List in the State of Washington published by the Office of the Insurance Commissioner, 3. Be conditioned upon the faithful performance of the contract by the Contractor within the prescribed time; 4. Guarantee that the surety shall indemnify, defend, and protect the Contracting Agency against any claim of direct or indirect loss resulting from the failure: a. Of the Contractor (or any of the employees, subcontractors, or lower tier subcontractors of the Contractor) to faithfully perform the contract, or b. Of the Contractor (or the subcontractors or lower tier subcontractors of the Contractor) to pay all laborers, mechanics, subcontractors, lower tier subcontractors, materialperson, or any other person who provides supplies or provisions for carrying out the work; 5. Be accompanied by a power of attorney for the Surety's officer empowered to sign the bond; and 6. Be signed by an officer of the Contractor empowered to sign official statements (sole proprietor or partner). If the Contractor is a corporation, the bond must be signed by the president or vice - president, unless accompanied by written proof of the authority of the individual signing the bond to bind the corporation (i.e., corporate resolution, power of attorney or a letter to such effect by the president or vice - president). SCOPE OF THE WORK ' 1 -04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda (October 1, 2005 APWA GSP) Revise the second paragraph to read: Any inconsistency in the parts of the contract shall be resolved by following this order of precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth): 1. Addenda, I 2. Proposal Form, 3. Special Provisions, including APWA General Special Provisions, if they are included, 4. Contract Plans, 5. Amendments to the Standard Specifications, 6. WSDOT /APWA Standard Specifications for Road, Bridge and Municipal Construction, 6. Contracting Agency's Standard Plans (if any), and 44 7. WSDOT /APWA Standard Plans for Road, Bridge, and Municipal Construction. ' CONTROL OF WORK 1 -05.7 Removal of Defective and Unauthorized Work ' (October 1, 2005 APWA GSP) Supplement this section with the following: ' If the Contractor fails to remedy defective or unauthorized work within the time specified in a written notice from the Engineer, or fails to perform any part of the work required by the Contract Documents, the Engineer may correct and remedy such work as may be identified in the written notice, with Contracting Agency forces or by such other means as the Contracting Agency may deem necessary. t If the Contractor fails to comply with a written order to remedy what the Engineer determines to be an emergency situation, the Engineer may have the defective and unauthorized work corrected immediately, have the rejected work removed and ' replaced, or have work the Contractor refuses to perform completed by using Contracting Agency or other forces. An emergency situation is any situation when, in the opinion of the Engineer, a delay in its remedy could be potentially unsafe, or ' might cause serious risk of loss or damage to the public. Direct or indirect costs incurred by the Contracting Agency attributable to correcting and remedying defective or unauthorized work, or work the Contractor failed or t refused to perform, shall be paid by the Contractor. Payment will be deducted by the Engineer from monies due, or to become due, the Contractor. Such direct and indirect costs shall include in particular, but without limitation, compensation for t additional professional services required, and costs for repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of the Contractor's unauthorized work. ' No adjustment in contract time or compensation will be allowed because of the delay in the performance of the work attributable to the exercise of the Contracting ' Agency's rights provided by this Section. The rights exercised under the provisions of this section shall not diminish the ' Contracting Agency's right to pursue any other avenue for additional remedy or damages with respect to the Contractor's failure to perform the work as required. 1 ' 45 1 1 -05.11 Final Inspection Delete this section and replace it with the following: 1 -05.11 Final Inspections and Operational Testing ' (October 1, 2005 APWA GSP) 1- 05.11(1) Substantial Completion Date t When the Contractor considers the work to be substantially complete, the Contractor shall so notify the Engineer and request the Engineer establish the Substantial Completion Date. The Contractor's request shall list the specific items of work that remain to be completed in order to reach physical completion. The Engineer will schedule an inspection of the work with the Contractor to determine the status of completion. The Engineer may also establish the Substantial Completion Date unilaterally. If, after this inspection, the Engineer concurs with the Contractor that the work is ' substantially complete and ready for its intended use, the Engineer, by written notice to the Contractor, will set the Substantial Completion Date. If, after this inspection the ' Engineer does not consider the work substantially complete and ready for its intended use, the Engineer will, by written notice, so notify the Contractor giving the reasons therefor. Upon receipt of written notice concurring in or denying substantial completion, whichever is applicable, the Contractor shall pursue vigorously, diligently and without unauthorized interruption, the work necessary to reach Substantial and Physical Completion. The Contractor shall provide the Engineer with a revised schedule indicating when the Contractor expects to reach substantial and physical completion of the work. ' The above process shall be repeated until the Engineer establishes the Substantial Completion Date and the Contractor considers the work physically complete and ready for final inspection. 1- 05.11(2) Final Inspection and Physical Completion Date When the Contractor considers the work physically complete and ready for final inspection, the Contractor by written notice, shall request the Engineer to schedule a final inspection. The Engineer will set a date for final inspection. The Engineer and I the Contractor will then make a final inspection and the Engineer will notify the Contractor in writing of all particulars in which the final inspection reveals the work incomplete or unacceptable. The Contractor shall immediately take such corrective measures as are necessary to remedy the listed deficiencies. Corrective work shall be pursued vigorously, diligently, and without interruption until physical completion of the listed deficiencies. This process will continue until the Engineer is satisfied the , listed deficiencies have been corrected. 46 ' If action to correct the listed deficiencies is not initiated within 7 days after receipt of ' the written notice listing the deficiencies, the Engineer may, upon written notice to the Contractor, take whatever steps are necessary to correct those deficiencies pursuant to Section 1 -05.7. The Contractor will not be allowed an extension of contract time because of a delay in the performance of the work attributable to the exercise of the Engineer's right hereunder. Upon correction of all deficiencies, the Engineer will notify the Contractor and the Contracting Agency, in writing, of the date upon which the work was considered ' physically complete. That date shall constitute the Physical Completion Date of the contract, but shall not imply acceptance of the work or that all the obligations of the Contractor under the contract have been fulfilled. t 1- 05.11(3) Operational Testing ' It is the intent of the Contracting Agency to have at the Physical Completion Date a complete and operable system. Therefore when the work involves the installation of machinery or other mechanical equipment; street lighting, electrical distribution or signal systems; irrigation systems; buildings; or other similar work it may be desirable for the Engineer to have the Contractor operate and test the work for a period of time after final inspection but prior to the physical completion date. Whenever items of work are listed in the Contract Provisions for operational testing they shall be fully ' tested under operating conditions for the time period specified to ensure their acceptability prior to the Physical Completion Date. During and following the test period, the Contractor shall correct any items of workmanship, materials, or t equipment which prove faulty, or that are not in first class operating condition. Equipment, electrical controls, meters, or other devices and equipment to be tested during this period shall be tested under the observation of the Engineer, so that the ' Engineer may determine their suitability for the purpose for which they were installed. The Physical Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer. The costs for power, gas, labor, material, supplies, and everything else needed to successfully complete operational testing, shall be included in the unit contract prices related to the system being tested, unless specifically set forth otherwise in the proposal. Operational and test periods, when required by the Engineer, shall not affect a ' manufacturer's guaranties or warranties furnished under the terms of the contract. 1 -05.13 Superintendents, Labor and Equipment of Contractor ' (March 25, 2009 APWA GSP) Revise the seventh paragraph to read: ' Whenever the Contracting Agency evaluates the Contractor's qualifications pursuant to Section 1- 02.14, it will take these performance reports into account. ' 47 Add the following new section: 1 -05.15 Method of Serving Notices (March 25, 2009 APWA GSP) Revise the second paragraph to read: All correspondence from the Contractor shall be directed to the Project Engineer. All ' correspondence from the Contractor constituting any notification, notice of protest, notice of dispute, or other correspondence constituting notification required to be furnished under the Contract, must be in paper format, hand delivered or sent via mail delivery service to the Project Engineer's office. Electronic copies such as e- mails or electronically delivered copies of correspondence will not constitute such notice and will not comply with the requirements of the Contract. 1 -05.16 Water and Power (October 1, 2005 APWA GSP) The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the work, unless the contract includes power and water as a pay item. CONTROL OF MATERIAL 1 Foreign Made Materials Section 1 -06 is supplemented with the following: ' (August 6, 2007) The major quantities of steel and iron construction material that is permanently , incorporated into the project shall consist of American -made materials only. Buy America does not apply to temporary steel items, e.g., temporary sheet piling, temporary bridges, steel scaffolding and falsework. The Contractor may utilize minor amounts of foreign steel and iron in this project provided the cost of the foreign material used does not exceed one -tenth of one percent of the total contract cost or $2,500.00, whichever is greater. American -made material is defined as material having all manufacturing processes occurring domestically. To further define the coverage, a domestic product is a manufactured steel material that was produced in one of the 50 States, the District of Columbia, Puerto Rico, or in the territories and possessions of the United States. If domestically produced steel billets or iron ingots are exported outside of the area of coverage, as defined above, for any manufacturing process then the resulting product does not conform to the Buy America requirements. Additionally, products ' manufactured domestically from foreign source steel billets or iron ingots do not conform to the Buy America requirements because the initial melting and mixing of alloys to create the material occurred in a foreign country. ' 48 ' Manufacturing begins with the initial melting and mixing, and continues through the coating stage. Any process which modifies the chemical content, the physical size or shape, or the final finish is considered a manufacturing process. The processes ' include rolling, extruding, machining, bending, grinding, drilling, welding, and coating. The action of applying a coating to steel or iron is deemed a manufacturing process. Coating includes epoxy coating, galvanizing, aluminizing, painting, and ' any other coating that protects or enhances the value of steel or iron. Any process from the original reduction from ore to the finished product constitutes a manufacturing process for iron. ' Due to a nationwide waiver, Buy America does not apply to raw materials (iron ore and alloys), scrap (recycled steel or iron), and pig iron or processed, pelletized, and ' reduced iron ore. The following are considered to be steel manufacturing processes: 1. Production of steel by any of the following processes: a. Open hearth furnace. b. Basic oxygen. ' c. Electric furnace. d. Direct reduction. 2. Rolling, heat treating, and any other similar processing. ' 3. Fabrication of the products. a. Spinning wire into cable or strand. ' b. Corrugating and rolling into culverts. c. Shop fabrication. ' A certification of materials origin will be required for any items comprised of, or containing, steel or iron construction materials prior to such items being ' incorporated into the permanent work. The certification shall be on DOT Form 350 - 109EF provided by the Engineer, or such other form the Contractor chooses, provided it contains the same information as DOT Form 350- 109EF. 1 ' 49 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1 -07.1 Laws to be Observed (October 1, 2005 APWA GSP) Supplement this section with the following: ' In cases of conflict between different safety regulations, the more stringent regulation shall apply. ' The Washington State Department of Labor and Industries shall be the sole and paramount administrative agency responsible for the administration of the provisions of the Washington Industrial Safety and Health Act of 1973 (WISHA). The Contractor shall maintain at the project site office, or other well known place at the project site, all articles necessary for providing first aid to the injured. The Contractor shall establish, publish, and make known to all employees, procedures for ensuring immediate removal to a hospital, or doctor's care, persons, including employees, who may have been injured on the project site. Employees should not be permitted to work on the project site before the Contractor has established and made known procedures for removal of injured persons to a hospital or a doctor's care. The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of the Contractor's plant, appliances, and methods, and for any damage or injury ' resulting from their failure, or improper maintenance, use, or operation. The Contractor shall be solely and completely responsible for the conditions of the project site, including safety for all persons and property in the performance of the work. This requirement shall apply continuously, and not be limited to normal working hours. The required or implied duty of the Engineer to conduct construction review of the Contractor's performance does not, and shall not, be intended to include review and adequacy of the Contractor's safety measures in, on, or near the project site. 1 -07.2 State Sales Tax Delete this section, including its sub - sections, in its entirety and replace it with the I following: 1 -07.2 State Sales Tax (October 1, 2005 APWA GSP) 1- 07.2(1) General , The Washington State Department of Revenue has issued special rules on the State sales tax. Sections 1- 07.2(1) through 1- 07.2(4) are meant to clarify those rules. The Contractor should contact the Washington State Department of Revenue for answers to questions in this area. The Contracting Agency will not adjust its payment if the Contractor bases a bid on a misunderstood tax liability. 50 , I ' The Contractor shall include all Contractor -paid taxes in the unit bid prices or other contract amounts. In some cases, however, state retail sales tax will not be included. Section 1- 07.2(3) describes this exception. The Contracting Agency will pay the retained percentage only if the Contractor has obtained from the Washington State Department of Revenue a certificate showing ' that all contract - related taxes have been paid (RCW 60.28.050). The Contracting Agency may deduct from its payments to the Contractor any amount the Contractor may owe the Washington State Department of Revenue, whether the amount owed ' relates to this contract or not. Any amount so deducted will be paid into the proper State fund. 1- 07.2(2) State Sales Tax — Rule 171 WAC 458 -20 -171, and its related rules, apply to building, repairing, or improving ' streets, roads, etc., which are owned by a municipal corporation, or political subdivision of the state, or by the United States, and which are used primarily for foot or vehicular traffic. This includes storm or combined sewer systems within and included as a part of the street or road drainage system and power lines when such are part of the roadway lighting system. For work performed in such cases, the Contractor shall include Washington State Retail Sales Taxes in the various unit bid item prices, or other contract amounts, including those that the Contractor pays on ' the purchase of the materials, equipment, or supplies used or consumed in doing the work. ' 1- 07.2(3) State Sales Tax — Rule 170 WAC 458 -20 -170, and its related rules, apply to the constructing and repairing of ' new or existing buildings, or other structures, upon real property. This includes, but is not limited to, the construction of streets, roads, highways, etc., owned by the state of Washington; water mains and their appurtenances; sanitary sewers and sewage ' disposal systems unless such sewers and disposal systems are within, and a part of, a street or road drainage system; telephone, telegraph, electrical power distribution lines, or other conduits or lines in or above streets or roads, unless such power lines become a part of a street or road lighting system; and installing or attaching of any ' article of tangible personal property in or to real property, whether or not such personal property becomes a part of the realty by virtue of installation. ' For work performed in such cases, the Contractor shall collect from the Contracting Agency, retail sales tax on the full contract price. The Contracting Agency will automatically add this sales tax to each payment to the Contractor. For this reason, ' the Contractor shall not include the retail sales tax in the unit bid item prices, or in any other contract amount subject to Rule 170, with the following exception. Exception: The Contracting Agency will not add in sales tax for a payment the Contractor or a subcontractor makes on the purchase or rental of tools, machinery, equipment, or consumable supplies not integrated into the project. Such sales taxes shall be included in the unit bid item prices or in any other contract amount. ' 51 I 1- 07.2(4) Services ' The Contractor shall not collect retail sales tax from the Contracting Agency on any contract wholly for professional or other services (as defined in Washington State Department of Revenue Rules 138 and 244). Environmental Regulations ' 1- 07.5(4) Air Quality This section is supplemented with the following: ' The local air pollution authority is the Yakima Regional Clean Air Authority, (509) 574 -1410. ' Permits And Licenses Section 1 -07.6 is supplemented with the following: (March 13, 1995) No hydraulic permits are required for this project unless the Contractor's operations use, divert, obstruct, or change the natural flow or bed of any river or stream, or utilize any of the waters of the State or materials from gravel or sand bars, or from stream beds. Wages General Section 1- 07.9(1) is supplemented with the following: (May 28, 1996) The Federal wage rates incorporated in this contract have been established by the Secretary of Labor under United States Department of Labor General Decision No. * ** $$1$$ * * *. Requirements For Nondiscrimination ' Section 1 -07.11 is supplemented with the following: (March 6, 2000) , Requirement For Affirmative Action to Ensure Equal Employment Opportunity (Executive Order 11246) 1. The Contractor's attention is called to the Equal Opportunity Clause and the Standard Federal Equal Employment Opportunity Construction Contract Specifications set forth herein. 52 , 2. The goals and timetables for minority and female participation set by the Office ' of Federal Contract Compliance Programs, expressed in percentage terms for the Contractor's aggregate work force in each construction craft and in each trade on all construction work in the covered area, are as follows: Women - Statewide Timetable Goal Until further notice 6.9% ' Minorities - by Standard Metropolitan Statistical Area (SMSA) Spokane, WA: ' SMSA Counties: Spokane, WA 2.8 WA Spokane. ' Non -SMSA Counties 3.0 WA Adams; WA Asotin; WA Columbia; WA Ferry; WA Garfield; WA Lincoln, WA Pend Oreille; WA Stevens; WA Whitman. Richland, WA SMSA Counties: Richland Kennewick, WA 5.4 ' WA Benton; WA Franklin. Non -SMSA Counties 3.6 WA Walla Walla. Yakima, WA: SMSA Counties: ' Yakima, WA 9.7 WA Yakima. Non -SMSA Counties 7.2 ' WA Chelan; WA Douglas; WA Grant; WA Kittitas; WA Okanogan. Seattle, WA: SMSA Counties: ' Seattle Everett, WA 7.2 WA King; WA Snohomish. Tacoma, WA 6.2 ' WA Pierce. Non -SMSA Counties 6.1 WA Clallam; WA Grays Harbor; WA Island; WA Jefferson; WA ' Kitsap; WA Lewis; WA Mason; WA Pacific; WA San Juan; WA Skagit; WA Thurston; WA Whatcom. 1 ' 53 Portland, OR: SMSA Counties: Portland, OR -WA 4.5 WA Clark. Non -SMSA Counties 3.8 WA Cowlitz; WA Klickitat; WA Skamania; WA Wahkiakum. These goals are applicable to each nonexempt Contractor's total on -site construction workforce, regardless of whether or not part of that workforce is performing work on a Federal, or federally assisted project, contract, or subcontract until further notice. Compliance with these goals and time tables is enforced by the Office of Federal Contract compliance Programs. The Contractor's compliance with the Executive Order and the regulations in 41 ' CFR Part 60 -4 shall be based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the specifications set forth in 41 CFR 60- 4.3(a), and its efforts to meet the goals. The hours of minority and female employment and training must be substantially uniform throughout the length of the contract, in each construction craft and in each trade, and the Contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's goal shall be a violation of the , contract, the Executive Order and the regulations in 41 CFR Part 60 -4. Compliance with the goals will be measured against the total work hours performed. ' 3. The Contractor shall provide written notification to the Engineer within 10 working days of award of any construction subcontract in excess of $10,000 or more that are Federally funded, at any tier for construction work under the contract resulting from this solicitation. The notification shall list the name, address and telephone number of the subcontractor; employer identification number of the subcontractor; estimated dollar amount of the subcontract; estimated starting and completion dates of the subcontract; and the geographical area in which the contract is to be performed. 4. As used in this Notice, and in the contract resulting from this solicitation, the Covered Area is as designated herein. Standard Federal Equal Employment Opportunity Construction Contract Specifications (Executive Order 11246) 1. As used in these specifications: a. Covered Area means the geographical area described in the solicitation from which this contract resulted; 54 ' b. Director means Director, Office of Federal Contract Compliance Programs, United States Department of Labor, or any person to whom the Director delegates authority; c. Employer Identification Number means the Federal Social Security number used on the Employer's Quarterly Federal Tax Return, U. S. Treasury Department Form 941; d. Minority includes: ' (1) Black, a person having origins in any of the Black Racial Groups of Africa. ' (2) Hispanic, a fluent Spanish speaking, Spanish surnamed person of Mexican, Puerto Rican, Cuban, Central American, South American, or other Spanish origin. (3) Asian or Pacific Islander, a person having origins in any of the original peoples of. the Pacific rim or the Pacific Islands, the Hawaiian Islands and Samoa. (4) American Indian or Alaskan Native, a person having origins in any of the original peoples of North America, and who ' maintain cultural identification through tribal affiliation or community recognition. 2. Whenever the Contractor, or any Subcontractor at any tier, subcontracts a portion of the work involving any construction trade, it shall physically include in each subcontract in excess of $10,000 the provisions of these specifications ' and the Notice which contains the applicable goals for minority and female participation and which is set forth in the solicitations from which this contract resulted. 1 3. If the Contractor is participating (pursuant to 41 CFR 60 -4.5) in a Hometown Plan approved by the U.S. Department of Labor in the covered area either individually or through an association, its affirmative action obligations on all ' work in the Plan area (including goals and timetables) shall be in accordance with that Plan for those trades which have unions participating in the Plan. Contractors must be able to demonstrate their participation in and compliance ' with the provisions of any such Hometown Plan. Each Contractor or Subcontractor participating in an approved Plan is individually required to comply with its obligations under the EEO clause, and to make a good faith ' effort to achieve each goal under the Plan in each trade in which it has employees. The overall good faith performance by other Contractors or Subcontractors toward a goal in an approved Plan does not excuse any ' covered Contractor's or Subcontractor's failure to take good faith effort to achieve the Plan goals and timetables. ' 55 I I 4. The Contractor shall implement the specific affirmative action standards I provided in paragraphs 7a through 7p of this Special Provision. The goals set forth in the solicitation from which this contract resulted are expressed as percentages of the total hours of employment and training of minority and female utilization the Contractor should reasonably be able to achieve in each construction trade in which it has employees in the covered area. Covered construction contractors performing construction work in geographical areas where they do not have a Federal or federally assisted construction contract I shall apply the minority and female goals established for the geographical area where the work is being performed. The Contractor is expected to make substantially uniform progress in meeting its goals in each craft during the I period specified. 5. Neither the provisions of any collective bargaining agreement, nor the failure by I a union with whom the Contractor has a collective bargaining agreement, to refer either minorities or women shall excuse the Contractor's obligations under these specifications, Executive Order 11246, or the regulations promulgated I pursuant thereto. 6. In order for the nonworking training hours of apprentices and trainees to be I counted in meeting the goals, such apprentices and trainees must be employed by the Contractor during the training period, and the Contractor must have made a commitment to employ the apprentices and trainees at the completion of their training, subject to the availability of employment opportunities. I Trainees must be trained pursuant to training programs approved by the U.S. Department of Labor. 7. The Contractor shall take specific affirmative actions to ensure equal employment opportunity. The evaluation of the Contractor's compliance with these specifications shall be based upon its effort to achieve maximum results I from its action. The Contractor shall document these efforts fully, and shall implement affirmative action steps at least as extensive as the following: a. Ensure and maintain a working environment free of harassment, 1 intimidation, and coercion at all sites, and in all facilities at which the Contractor's employees are assigned to work. The Contractor, where ' possible, will assign two or more women to each construction project. The Contractor shall specifically ensure that all foremen, superintendents, and other on -site supervisory personnel are aware of and carry out the Contractor's obligation to maintain such a working I environment, with specific attention to minority or female individuals working at such sites or in such facilities. b. Establish and maintain a current list of minority and female recruitment sources, provide written notification to minority and female recruitment sources and to community organizations when the Contractor or its I unions have employment opportunities available, and maintain a record of the organizations' responses. I 56 I c. Maintain a current file of the names, addresses and telephone numbers of each minority and female off- the - street applicant and minority or female referral from a union, a recruitment source or community organization and of what action was taken with respect to each such individual. If such individual was sent to the union hiring hall for referral and was not referred back to the Contractor by the union or, if referred, not employed by the Contractor, this shall be documented in the file with the reason therefor, along with whatever additional actions the Contractor may have taken. ' d. Provide immediate written notification to the Director when the union or unions with which the Contractor has a collective bargaining agreement has not referred to the Contractor a minority person or ' woman sent by the Contractor, or when the Contractor has other information that the union referral process has impeded the Contractor's efforts to meet its obligations. ' e. Develop on- the -job training opportunity and /or participate in training programs for the area which expressly include minorities and women, including upgrading programs and apprenticeship and trainee programs relevant to the Contractor's employment needs, especially those programs funded or approved by the U.S. Department of Labor. The Contractor shall provide notice of these programs to the sources ' compiled under 7b above. f. Disseminate the Contractor's EEO policy by providing notice of the t policy to unions and training programs and requesting their cooperation in assisting the Contractor in meeting its EEO obligations; by including it in any policy manual and collective bargaining agreement; by publicizing it in the company newspaper, annual report, etc.; by specific review of the policy with all management personnel and with all minority and female employees at least once a year; and ' by posting the company EEO policy on bulletin boards accessible to all employees at each location where construction work is performed. g. Review, at least annually, the company's EEO policy and affirmative ' action obligations under these specifications with all employees having any responsibility for hiring, assignment, layoff, termination or other employment decisions including specific review of these items ' with on -site supervisory personnel such as Superintendents, General Foremen, etc., prior to the initiation of construction work at any job site. A written record shall be made and maintained identifying the ' time and place of these meetings, persons attending, subject matter discussed, and disposition of the subject matter. ' h. Disseminate the Contractor's EEO policy externally by including it in any advertising in the news media, specifically including minority and female news media, and providing written notification to and discussing the Contractor's EEO policy with other Contractors and ' 57 Subcontractors with whom the Contractor does or anticipates doing business. i. Direct its recruitment efforts, both oral and written to minority, female and community organizations, to schools with minority and female students and to minority and female recruitment and training organizations serving the Contractor's recruitment area and employment needs. Not later than one month prior to the date for the ' acceptance of applications for apprenticeship or other training by any recruitment source, the Contractor shall send written notification to organizations such as the above, describing the openings, screening procedures, and tests to be used in the selection process. j. Encourage present minority and female employees to recruit other minority persons and women and where reasonable, provide after school, summer and vacation employment to minority and female youth both on the site and in other areas of a Contractor's work force. k. Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR Part 60 -3. I. Conduct, at least annually, an inventory and evaluation of all minority and female personnel for promotional opportunities and encourage these employees to seek or to prepare for, through appropriate t training, etc., such opportunities. m. Ensure that seniority practices, job classifications, work assignments and other personnel practices, do not have a discriminatory effect by continually monitoring all personnel and employment related activities to ensure that the EEO policy and the Contractor's obligations under these specifications are being carried out. n. Ensure that all facilities and company activities are nonsegregated except that separate or single -user toilet and necessary changing facilities shall be provided to assure privacy between the sexes. o. Document and maintain a record of all solicitations of offers for 1 subcontracts from minority and female construction contractors and suppliers, including circulation of solicitations to minority and female contractor associations and other business associations. ' p. Conduct a review, at least annually, of all supervisors' adherence to and performance under the Contractor's EEO policies and affirmative action obligations. 8. Contractors are encouraged to participate in voluntary associations which assist in fulfilling one or more of their affirmative action obligations (7a through 7p). The efforts of a contractor association, joint contractor - union, contractor - community, or other similar group of which the Contractor is a member and 58 t participant, may be asserted as fulfilling any one or more of the obligations under 7a through 7p of this Special Provision provided that the Contractor actively participates in the group, makes every effort to assure that the group has a positive impact on the employment of minorities and women in the t industry, ensure that the concrete benefits of the program are reflected in the Contractor's minority and female work -force participation, makes a good faith effort to meet its individual goals and timetables, and can provide access to t documentation which demonstrate the effectiveness of actions taken on behalf of the Contractor. The obligation to comply, however, is the Contractor's and failure of such a group to fulfill an obligation shall not be a defense for the ' Contractor's noncompliance. 9. A single goal for minorities and a separate single goal for women have been established. The Contractor, however, is required to provide equal employment opportunity and to take affirmative action for all minority groups, both male and female, and all women, both minority and non - minority. Consequently, the Contractor may be in violation of the Executive Order if a particular group is employed in substantially disparate manner (for example, even though the Contractor has achieved its goals for women generally, the Contractor may be in violation of the Executive Order if a specific minority group of women is underutilized). 10. The Contractor shall not use the goals and timetables or affirmative action standards to discriminate against any person because of race, color, religion, sex, or national origin. ' 11. The Contractor shall not enter into any subcontract with any person or firm debarred from Government contracts pursuant to Executive Order 11246. 12. The Contractor shall carry out such sanctions and penalties for violation of these specifications and of the Equal Opportunity Clause, including suspensions, terminations and cancellations of existing subcontracts as may be imposed or ordered pursuant to Executive Order 11246, as amended, and its implementing regulations by the Office of Federal Contract Compliance Programs. Any Contractor who fails to carry out such sanctions and penalties shall be in violation of these specifications and Executive Order 11246, as ' amended. 13. The Contractor, in fulfilling its obligations under these specifications, shall implement specific affirmative action steps, at least as extensive as those standards prescribed in paragraph 7 of this Special Provision, so as to achieve maximum results from its efforts to ensure equal employment opportunity. If ' the Contractor fails to comply with the requirements of the Executive Order, the implementing regulations, or these specifications, the Director shall proceed in accordance with 41 CFR 60 -4.8. 14. The Contractor shall designate a responsible official to monitor all employment related activity to ensure that the company EEO policy is being carried out, to submit reports relating to the provisions hereof as may be required by the ' 59 government and to keep records. Records shall at least include, for each employee, their name, address, telephone numbers, construction trade, union affiliation if any, employee identification number when assigned, social security number, race, sex, status (e.g., mechanic, apprentice, trainee, helper, or laborer), dates of changes in status, hours worked per week in the indicated trade, rate of pay, and locations at which the work was performed. Records shall be maintained in an easily understandable and retrievable form; however, to the degree that existing records satisfy this requirement, the Contractors will not be required to maintain separate records. 15. Nothing herein provided shall be construed as a limitation upon the application of other laws which establish different standards of compliance or upon the application of requirements for the hiring of local or other area residents (e.g., those under the Public Works Employment Act of 1977 and the Community Development Block Grant Program). (September 17, 2007) Disadvantaged Business Enterprise Participation The Disadvantaged Business Enterprise (DBE) requirements of 49 CFR part 26 apply to this contract. The requirements of this contract are to encourage DBE participation, supply a bidder's list, and to report race neutral accomplishments quarterly as described in this special provision. No preference will be included in the evaluation of bids /proposals, no minimum level of DBE participation shall be required as a condition for receiving an award and bids /proposals will not be rejected or considered non - responsive on that basis. DBE Goals No DBE goals have been assigned as a part of this contract. Affirmative Efforts to Solicit DBE Participation DBE firms shall have equal opportunity to compete for and perform subcontracts which the Contractor enters into pursuant to this contract. Contractors are encouraged to: U 1. Advertise opportunities for Subcontractors or suppliers in a manner reasonably designed to provide DBEs capable of performing the work with timely notice of such opportunities. All advertisements should include a provision encouraging participation by DBE firms and may be done through general advertisements (e.g. newspapers, journals, etc.) or by soliciting bids /proposals directly from DBEs. 2. Utilize the services of available minority community -based organizations, minority contractor groups, local minority assistance offices and organizations that provide assistance in the recruitment and placement of DBEs and other small businesses. In addition, the Office of Minority and Women's Business Enterprises has two DBE Supportive Services Offices available to assist you as follows: 60 ' I Seattle: (206) 553 -7356 Tacoma: (253) 680 -7393 3. Establish delivery schedules, where requirements of the contract allow, that encourage participation by DBEs and other small businesses. 4. Achieve attainment through joint ventures. ' In the absence of a mandatory goal, all DBE participation that is attained on this project will be considered as "race neutral" participation and will be reported as such. DBE Eligibility (for reporting purposes only) Selection of DBEs: ' DBEs utilized on the contract will be eligible to be counted as race neutral participation only if the firm is identified as a DBE on the current list of firms certified by the Office of Minority and Women's Business Enterprises (OMWBE), the DBE firm is certified in the corresponding NAICS code(s) for the type of work to be performed, and the DBE firm performs a commercially useful function. A list of firms certified by OMWBE, including the NAICS codes for which they are certified, is available from that office and on line through their website (www.omwbe.wa.gov /directory/directory.htm) or by telephone at (360) 704- 1181. Counting DBE Participation For Reporting Race Neutral Accomplishments ' When a DBE firm participates in a contract, only the value of the work actually performed by the DBE will be counted as race - neutral participation. ' 1. Count the entire amount of the portion of the contract that is performed by the DBE's own forces. Include the cost of supplies and materials obtained by the DBE for the work of the contract, including ' supplies purchased or equipment leased by the DBE (except supplies, materials, and equipment the DBE Subcontractor purchases or leases from the Prime Contractor or its affiliate, unless the Prime Contractor is also a DBE). Work performed by a DBE, utilizing resources of the ' Prime Contractor or its affiliates will not be counted as race - neutral participation. In very rare situations, a DBE firm may utilize equipment and /or personnel from a non -DBE firm other than the Prime Contractor or its affiliates. Should this situation arise, the arrangement must be short-term and have prior written approval from the Contracting Agency. The arrangement must not erode a DBE ' firm's ability to perform a Commercially Useful Function (See discussion of CUF, below). 1 ' 61 I I 2. Count the entire amount of fees or commissions charged by a DBE firm for providing a bona fide service, such as professional, technical, consultant, or managerial services, or for providing bonds or insurance. 3. When a DBE subcontracts part of the work of its contract to another firm, the value of the subcontracted work may be counted as race neutral participation only if the DBE's lower tier Subcontractor is also a DBE. Work that a DBE Subcontracts to a non -DBE firm does not count as race neutral participation. 4. When a non -DBE subcontractor further subcontracts to a lower- tier subcontractor or supplier who is a certified DBE, then that portion of the work further subcontracted may be counted toward the DBE goal, so long as it is a distinct clearly defined portion of the work of the subcontract that the DBE is performing with its own forces in a commercially useful function. DBE Prime Contractor A DBE prime Contractor may only count the work performed with its own forces and the work performed by DBE Subcontractors and DBE suppliers. Joint Venture When a DBE performs as a participant in a joint venture, only that portion of the 1 total dollar value of the contract equal to the distinct, clearly defined portion of the work that the DBE performs with its own forces will count as race neutral participation. I Commercially Useful Function Payments to a DBE firm will count as race neutral participation only if the DBE is performing a commercially useful function on the contract. 1. A DBE performs a commercially useful function when it is responsible for execution of the work of the contract and is carrying out its responsibilities by actually performing, managing, and supervising the work involved. To perform a commercially useful function, the DBE must also be responsible, with respect to materials and supplies used on the contract, for negotiating price, determining quality and quantity, ordering the material, installing (if applicable) and paying for the material itself. Two party checks are not allowed. ' 2. A DBE does not perform a commercially useful function if its role is limited to that of an extra participant in a transaction, contract, or project through which funds are passed in order to obtain the appearance of DBE participation. Trucking ' Use the following factors in determining whether a DBE trucking company is performing a commercially useful function: 62 1 1 ' 1. The DBE must be responsible for the management and supervision of the entire trucking operation for which it is listed on a particular contract. ■ 2. The DBE must itself own and, with its own workforce, operate at least one fully licensed, insured, and operational truck used on the contract. ' 3. The DBE receives credit only for the total value of the transportation services it provides on the contract using trucks it owns or leases, licenses, insures, and operates with drivers it employs. 4. For purposes of this paragraph a lease must indicate that the DBE has ' exclusive use of and control over the truck. This does not preclude the leased truck from working for others during the term of the lease with the consent of the DBE, so long as the lease gives the DBE absolute ' priority for use of the leased truck. Leased trucks must display the name and identification number of the DBE. 5. The DBE may lease trucks from another DBE firm, including an ' owner- operator who is certified as a DBE. The DBE who leases trucks from another DBE may report race - neutral participation for the total value of the transportation services the lessee DBE provides on ' the contract. 6. The DBE may also lease trucks from a non -DBE firm and may enter ' an agreement with an owner - operator who is a non -DBE. The DBE who leases trucks from a non -DBE or employs a non -DBE owner - operator is entitled to count race - neutral participation only for the fee ' or commission it receives as a result of the lease arrangement. The DBE may not count the total value of the transportation services provided by the lessee, since these services are not provided by a I DBE. 7. In any lease or owner - operator situation, as described in paragraphs 5 & 6 above, the following rules shall apply: • A written lease /rental agreement on all trucks leased or rented, showing the true ownership and the terms of the rental must be submitted and approved by the Contracting Agency prior to the beginning of the work. The agreement must show the lessor's name, trucks to be leased, and ' agreed upon amount or method of payment (hour, ton, or per load). All lease agreements shall be for a long -term relationship, rather than for the individual project. Does not ' apply to owner - operator arrangements. • Only the vehicle, (not the operator) is leased or rented. Does not apply to owner - operator arrangements. ' 63 I I 8. In order for payments to be counted as race - neutral participation, DBE I trucking firms must be covered by a subcontract or a written agreement approved by WSDOT prior to performing their portion of the work. I Expenditures paid to other DBEs Expenditures paid to other DBEs for materials or supplies may be counted I toward race neutral participation as provided in the following: Manufacturer I 1. Counting If the materials or supplies are obtained from a DBE manufacturer, count 100 percent of the cost of the materials or supplies toward race I neutral participation. 2. Definition To be a manufacturer, the firm operates or maintains a factory or establishment that produces, on the premises, the materials, supplies, articles, or equipment required under the contract and of the general character described by the specifications. I 3. In order to receive credit as a DBE manufacturer, the firm must have received an "on- site" review and been approved by WSDOT-0E0 to operate as a DBE Manufacturing firm. To schedule a review, the manufacturing firm must submit a written request to WSDOT /OEO and may not receive race neutral credit, until the completion of the I review. Once a firm's manufacturing process has been approved in writing, it is not necessary to resubmit the firm for approval unless the manufacturing process has substantially changed. Information on I approved manufacturers may be obtained from WSDOT-0E0. Regular Dealer 1. Counting I If the materials or supplies are purchased from a DBE regular dealer, 60 percent of the cost of the materials or supplies will count toward I race neutral participation. 2. Definition a) To be a regular dealer, the firm must own, operate or maintain a I store, warehouse, or other establishment in which the materials, supplies, articles or equipment of the general character described by the specifications and required under the contract are bought, I kept in stock, and regularly sold or leased to the public in the usual course of business. It must also be an established, regular business that engages, as its principal business and under its t own name, in the purchase and sale or lease of the products in question. I 64 I I b) A person may be a regular dealer in such bulk items as petroleum products, steel, cement, gravel, stone, or asphalt without owning, operating, or maintaining a place of business, as provided elsewhere in this specification, if the person both owns and operates distribution equipment for the products. Any supplementing of regular dealers' own distribution equipment shall be by a long -term lease agreement and not on an ad hoc or ' contract -by- contract basis. c) Packagers, brokers, manufacturers' representatives, or other persons who arrange or expedite transactions are not regular dealers. ' 3. Regular dealer status is granted on a contract -by- contract basis. To obtain regular dealer status, a formal written request must be made by the interested supplier (potential regular dealer) to WSDOT /OEO. Included in the request shall be a full description of the project, type of business operated by the DBE, and the manner the DBE will operate as a regular dealer on the specific contract. Rules applicable to regular dealer status are contained in 49 CFR Part 26.55.e.2. Once ' the request is reviewed by WSDOT -OEO, the DBE supplier requesting it will be notified in writing whether regular dealer status was approved. Materials or Supplies Purchased from a DBE With respect to materials or supplies purchased from a DBE who is neither ' a manufacturer nor a regular dealer, the entire amount of fees or commissions charged for assistance in the procurement of the materials and supplies or fees or transportation charges for the delivery of materials ' or supplies required on a job site may be counted as race neutral participation. No part of the cost of the materials and supplies themselves may be applied as race neutral participation. ' Procedures Between Award and Execution After award of the contract, the successful bidder shall provide the additional information described below. A failure to comply shall result in the forfeiture of ' the bidder's proposal bond or deposit. A list of all firms who submitted a bid or quote in an attempt to participate in this ' project whether they were successful or not. Include the correct business name, federal employer identification number (optional) and a mailing address. ' The firms identified by the Contractor may be contacted to solicit general information as follows: ' 1. age of the firm 2. average of its gross annual receipts over the past three -years ' 65 1 I Procedures After Execution Reporting The Contractor shall submit a "Quarterly Report of Amounts Credited as DBE Participation" (actual payments) on a quarterly basis for any calendar quarter in which DBE work is accomplished or upon completion of the project, as appropriate. The quarterly reports are due on January 20 April 20 July 20 and October 20 of each year. The dollars reported will be in accordance with the "Counting DBE Participation For Reporting Race Neutral Participation" section of this specification. In the event that the payments to a DBE have been made by an entity other than the Prime Contractor (as in the case of a lower -tier subcontractor or supplier), then the Prime Contractor shall obtain the quarterly report, including the signed affidavit, from the paying entity and submit the report to the Contracting Agency. Payment Compensation for all costs involved with complying with the conditions of this specification and any associated DBE requirements is included in payment for the associated contract items of work. (March 13, 1995) Federal Agency Inspection Section 1 - 07.12 is supplemented with the following: 1 Required Federal Aid Provisions The Required Contract Provisions Federal Aid Construction Contracts (FHWA 1273) ' and the amendments thereto supersede any conflicting provisions of the Standard Specifications and are made a part of this contract; provided, however, that if any of the provisions of FHWA 1273, as amended, are less restrictive than Washington State Law, then the Washington State Law shall prevail. The provisions of FHWA 1273, as amended, included in this contract require that the Contractor insert the FHWA 1273 and amendments thereto in each subcontract, together with the wage rates which are part of the FHWA 1273, as amended. Also, a clause shall be included in each subcontract requiring the subcontractors to insert the FHWA 1273 and amendments thereto in any lower tier subcontracts, together with the wage rates. The Contractor shall also ensure that this section, REQUIRED FEDERAL AID PROVISIONS, is inserted in each subcontract for subcontractors and lower tier subcontractors. For this purpose, upon request to the Project Engineer, the Contractor will be provided with extra copies of the FHWA 1273, the amendments thereto, the applicable wage rates, and this Special Provision. 1 66 ' I 1 -07.18 Public Liability and Property Damage Insurance ' Delete this section in its entirety, and replace it with the following: 1 -07.18 Insurance (May 10, 2006 APWA GSP) ' 1- 07.18(1) General Requirements A. The Contractor shall obtain the insurance described in this section from insurers approved by the State Insurance Commissioner pursuant to RCW Title 48. The ' insurance must be provided by an insurer with a rating of A -: VII or higher in the A.M. Best's Key Rating Guide, which is licensed to do business in the state of Washington (or issued as a surplus line by a Washington Surplus lines broker). The Contracting ' Agency reserves the right to approve or reject the insurance provided, based on the insurer (including financial condition), terms and coverage, the Certificate of Insurance, and /or endorsements. r B. The Contractor shall keep this insurance in force during the term of the contract and for thirty (30) days after the Physical Completion date, unless otherwise indicated ' (see C. below). C. If any insurance policy is written on a claims made form, its retroactive date, and that of all subsequent renewals, shall be no later than the effective date of this Contract. The policy shall state that coverage is claims made, and state the retroactive date. Claims -made form coverage shall be maintained by the Contractor for a minimum of 36 months following the Final Completion or earlier termination of this contract, and the Contractor shall annually provide the Contracting Agency with proof of renewal. If renewal of the claims made form of coverage becomes unavailable, or economically prohibitive, the Contractor shall purchase an extended reporting period ( "tail ") or execute another form of guarantee acceptable to the Contracting Agency to assure financial responsibility for liability for services performed. ' D. The insurance policies shall contain a "cross liability" provision. E. The Contractor's and all subcontractors' insurance coverage shall be primary and non- contributory insurance as respects the Contracting Agency's insurance, self- insurance, or insurance pool coverage. ' F. All insurance policies and Certificates of Insurance shall include a requirement providing for a minimum of 30 days prior written notice to the Contracting Agency of any cancellation in any insurance policy. ' G. Upon request, the Contractor shall forward to the Contracting Agency a full and certified copy of the insurance policy(s). H. The Contractor shall not begin work under the contract until the required insurance has been obtained and approved by the Contracting Agency. 1 67 I I. Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract, upon which the Contracting Agency may, after giving five business days notice to the Contractor to correct the breach, immediately terminate the contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the Contracting Agency on demand, or at the sole discretion of the Contracting Agency, offset against funds due the Contractor from the Contracting Agency. I J. All costs for insurance shall be incidental to and included in the unit or lump sum prices of the contract and no additional payment will be made. , 1- 07.18(2) Additional Insured All insurance policies, with the exception of Professional Liability and Workers Compensation, shall name the following listed entities as additional insured(s): • the Contracting Agency and its officers, elected officials, employees, agents, and volunteers The above - listed entities shall be additional insured(s) for the full available limits of liability maintained by the Contractor, whether primary, excess, contingent or otherwise, irrespective of whether such limits maintained by the Contractor are greater than those required by this Contract, and irrespective of whether the Certificate of Insurance provided by the Contractor pursuant to 1- 07.18(3) describes limits lower than those maintained by the Contractor. I 1- 07.18(3) Subcontractors Contractor shall ensure that each subcontractor of every tier obtains and maintains at a minimum the insurance coverages listed in 1- 07.18(5)A and 1- 07.18(5)B. Upon request of the Contracting Agency, the Contractor shall provide evidence of such insurance. 1- 07.18(4) Evidence of Insurance The Contractor shall deliver to the Contracting Agency a Certificate(s) of Insurance and endorsements for each policy of insurance meeting the requirements set forth herein 111 when the Contractor delivers the signed Contract for the work. The certificate and endorsements must conform to the following requirements: 1. An ACORD certificate or a form determined by the Contracting Agency to be ' equivalent. 2. Copies of all endorsements naming Contracting Agency and all other entities listed in 1- 07.18(2) as Additional Insured(s), showing the policy number. The Contractor may submit a copy of any blanket additional insured clause from its policies instead of a separate endorsement. A statement of additional insured status on an ACORD Certificate of Insurance shall not satisfy this requirement. , 3. Any other amendatory endorsements to show the coverage required herein. 1- 07.18(5) Coverages and Limits 1 The insurance shall provide the minimum coverages and limits set forth below. Providing coverage in these stated minimum limits shall not be construed to relieve the 68 1 1 Contractor from liability in excess of such limits. All deductibles and self- insured ' retentions must be disclosed and are subject to approval by the Contracting Agency. The cost of any claim payments falling within the deductible shall be the responsibility of the Contractor. 1- 07.18(5)A Commercial General Liability A policy of Commercial General Liability Insurance, including: 1 Per project aggregate Premises /Operations Liability Products /Completed Operations — for a period of one year following final acceptance of the work. Personal /Advertising Injury Contractual Liability Independent Contractors Liability Stop Gap / Employers' Liability 1 Explosion, Collapse, or Underground Property Damage (XCU) Blasting (only required when the Contractor's work under this Contract includes exposures to which this specified coverage responds) 1 Such policy must provide the following minimum limits: $1,000,000 Each Occurrence ' $2,000,000 General Aggregate $1,000,000 Products & Completed Operations Aggregate $1,000,000 Personal & Advertising Injury, each offence Stop Gap / Employers' Liability $1,000,000 Each Accident $1,000,000 Disease - Policy Limit $1,000,000 Disease - Each Employee 1 1- 07.18(5)B Automobile Liability Automobile Liability for owned, non - owned, hired, and leased vehicles, with an MCS 90 endorsement and a CA 9948 endorsement attached if "pollutants" are to be transported. Such policy(ies) must provide the following minimum limit: $1,000,000 combined single limit 1- 07.18(5)C Workers' Compensation The Contractor shall comply with Workers' Compensation coverage as required by the Industrial Insurance laws of the state of Washington. 1 1 1 69 1 1 -08 PROSECUTION AND PROGRESS Add the following new section: 1 -08.0 Preliminary Matters 1 (May 25, 2006 APWA GSP) Add the following new section: 1 1- 08.0(1) Preconstruction Conference (May 25, 2006 APWA GSP) 1 Prior to the Contractor beginning the work, a preconstruction conference will be held between the Contractor, the Engineer and such other interested parties as may be invited. The purpose of the preconstruction conference will be: 1. To review the initial progress schedule; 2. To establish a working understanding among the various parties associated or affected by the work; 3. To establish and review procedures for progress payment, notifications, approvals, submittals, etc.; 4. To establish normal working hours for the work; 5. To review safety standards and traffic control; and 1 6. To discuss such other related items as may be pertinent to the work. The Contractor shall prepare and submit at the preconstruction meeting the following: 1. A breakdown of all lump sum items; 2. A preliminary schedule of working drawing submittals; and 3. A list of material sources for approval if applicable. Add the following new section: 1- 08.0(2) Hours of Work (May 25, 2006 APWA GSP) Except in the case of emergency or unless otherwise approved by the Contracting Agency, the normal straight time working hours for the contract shall be any consecutive 8 -hour period between 7:00 a.m. and 6:00 p.m. of a working day with a maximum 1 -hour lunch break and a 5 -day work week. The normal straight time 8- hour working period for the contract shall be established at the preconstruction , conference or prior to the Contractor commencing the work. If a Contractor desires to perform work on holidays, Saturdays, Sundays, or before 1 7:00 a.m. or after 6:00 p.m. on any day, the Contractor shall apply in writing to the Engineer for permission to work such times. Permission to work longer than an 8- hour period between 7:00 a.m. and 6:00 p.m. is not required. Such requests shall be 1 70 1 1 1 submitted to the Engineer no later than noon on the working day prior to the day for 1 which the Contractor is requesting permission to work. Permission to work between the hours of 10:00 p.m. and 7:00 a.m. during weekdays and between the hours of 10:00 p.m. and 9:00 a.m. on weekends or holidays may also be subject to noise control requirements. Approval to continue work during these hours may be revoked at any time the Contractor exceeds the Contracting • Agency's noise control regulations or complaints are received from the public or adjoining property owners regarding the noise from the Contractor's operations. The Contractor shall have no claim for damages or delays should such permission be revoked for these reasons. Permission to work Saturdays, Sundays, holidays or other than the agreed upon normal straight time working hours Monday through Friday may be given subject to certain other conditions set forth by the Contracting Agency or Engineer. These conditions may include but are not limited to: requiring the Engineer or such assistants as the Engineer may deem necessary to be present during the work; 1 requiring the Contractor to reimburse the Contracting Agency for the costs in excess of straight -time costs for Contracting Agency employees who worked during such times, on non Federal aid projects; considering the work performed on Saturdays, Sundays, and holidays as working days with regards to the contract time; and considering multiple work shifts as multiple working days with respect to contract time even though the multiple shifts occur in a single 24 -hour period. Assistants may include, but are not limited to, survey crews; personnel from the Contracting Agency's material testing lab; inspectors; and other Contracting Agency employees when in the opinion of the Engineer, such work necessitates their presence. r Subcontracting Section 1 -08.1 is supplemented with the following: 1 (October 12, 1998) Prior to any subcontractor or lower tier subcontractor beginning work, the Contractor shall submit to the Engineer a certification (WSDOT Form 420 -004) that a written 1 ' agreement between the Contractor and the subcontractor or between the subcontractor and any lower tier subcontractor has been executed. This certification shall also guarantee that these subcontract agreements include all the documents required by the Special Provision Federal Agency Inspection. A subcontractor or lower tier subcontractor will not be permitted to perform any work ' under the contract until the following documents have been completed and submitted to the Engineer: 1. Request to Sublet Work (Form 421 -012), and 2. Contractor and Subcontractor or Lower Tier Subcontractor Certification for Federal -aid Projects (Form 420 -004). 1 The Contractor's records pertaining to the requirements of this Special Provision shall be open to inspection or audit by representatives of the Contracting Agency during the life of the contract and for a period of not less than three years after the 1 71 1 1 date of acceptance of the contract. The Contractor shall retain these records for that period. The Contractor shall also guarantee that these records of all subcontractors and lower tier subcontractors shall be available and open to similar inspection or audit for the same time period. Prosecution Of Work Revise this section to read: 1 -08.4 Notice to Proceed and Prosecution of the Work (October 1, 2005 APWA GSP) Notice to Proceed will be given after the contract has been executed and the contract bond and evidence of insurance have been approved and filed by the Contracting Agency. The Contractor shall not commence with the work until the Notice to Proceed has been given by the Engineer. The Contractor shall commence construction activities on the project site within ten days of the Notice to Proceed Date, unless otherwise approved in writing. The Contractor shall diligently pursue the work to the physical completion date within the time specified in the contract. Voluntary shutdown or slowing of operations by the Contractor shall not relieve the Contractor of the responsibility to complete the work within the time(s) specified in 1 the contract. Time For Completion 1 (March 13, 1995) Section 1 -08.5 is supplemented with the following: 1 This project shall be physically completed within * ** 50 * ** working days. (June 28, 2007 APWA GSP, Option A) 1 Revise the third and fourth paragraphs to read: Contract time shall begin on the first working day following the Notice to Proceed 1 Date. Each working day shall be charged to the contract as it occurs, until the contract work is physically complete. If substantial completion has been granted and all the authorized working days have been used, charging of working days will cease. Each week the Engineer will provide the Contractor a statement that shows the number of working days: (1) charged to the contract the week before; (2) specified for the physical completion of the contract; and (3) remaining for the physical completion of the contract. The statement will also show the nonworking days and any partial or whole day the Engineer declares as unworkable. Within 10 calendar days after the date of each statement, the Contractor shall file a written protest of any alleged discrepancies in it. To be considered by the Engineer, the protest shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of time disputed. By not filing such detailed protest in that period, the Contractor shall be deemed as having accepted the statement as correct. If the Contractor elects to 72 1 1 work 10 hours a day and 4 days a week (a 4 -10 schedule) and the fifth day of the ' week in which a 4 -10 shift is worked would ordinarily be charged as a working day then the fifth day of that week will be charged as a working day whether or not the Contractor works on that day. Revise the sixth paragraph to read: The Engineer will give the Contractor written notice of the completion date of the contract after all the Contractor's obligations under the contract have been performed by the Contractor. The following events must occur before the Completion Date can ' be established: 1. The physical work on the project must be complete; and ' 2. The Contractor must furnish all documentation required by the contract and required by law, to allow the Contracting Agency to process final acceptance of the contract. The following documents must be received by the Project Engineer prior to establishing a completion date: a. Certified Payrolls (Federal -aid Projects) b. Material Acceptance Certification Documents ' c. Annual Report of Amounts Paid as MBE/WBE Participants or Quarterly Report of Amounts Credited as DBE Participation, as required by the Contract Provisions. d. Final Contract Voucher Certification e. Property owner releases per Section 1 -07.24 1 -09 MEASUREMENT AND PAYMENT 1 1 -09.9 Payments (October 10, 2008 APWA GSP) ' Revise the first paragraph to read: The basis of payment will be the actual quantities of Work performed according to the Contract and as specified for payment. For items Bid as lump sum, with a bid price of more than or equal to $20,000, the Contractor shall submit a breakdown of their lump sum price in sufficient detail for the Project Engineer to determine the value of the Work performed on a monthly basis. Lump sum breakdowns shall be provided to the Project Engineer no later than the date of the preconstruction conference. t Delete the third paragraph and replace it with the following: ' Progress payments for completed work and material on hand will be based upon progress estimates prepared by the Engineer. A progress estimate cutoff date will be established at the preconstruction conference. 1 73 1 1 The initial progress estimate will be made not later than 30 days after the Contractor commences the work, and successive progress estimates will be made every month thereafter until the Completion Date. Progress estimates made during progress of the work are tentative, and made only for the purpose of determining progress payment. The progress estimates are subject to change at any time prior to the calculation of the Final Payment. The value of the progress estimate will be the sum of the following: 1 1. Unit Price Items in the Bid Form — the approximate quantity of acceptable units of work completed multiplied by the unit price. 2. Lump Sum Items in the Bid Form — partial payment for lump sum Bid items will be a percentage of the price in the Proposal based on the Engineer's determination of the amount of Work performed, with consideration given to, but not exclusively based on, the Contractor's lump sum breakdown for that item. 1 3. Materials on Hand — 100 percent of invoiced cost of material delivered to Job site or other storage area approved by the Engineer. 4. Change Orders — entitlement for approved extra cost or completed extra work 1 as determined by the Engineer. Progress payments will be made in accordance with the progress estimate less: 1. Retainage per Section 1- 09.9(1); 2. The amount of Progress Payments previously made; and 3. Funds withheld by the Contracting Agency for disbursement in accordance with 1 the Contract Documents. Progress payments for work performed shall not be evidence of acceptable performance or an admission by the Contracting Agency that any work has been satisfactorily completed. The determination of payments under the contract will be final in accordance with Section 1 -05.1. Payments will be made by warrants, issued by the Contracting Agency's fiscal officer, against the appropriate fund source for the project. Payments received on account of work performed by a subcontractor are subject to the provisions of RCW 39.04.250. 1 STANDARD PLANS August 3, 2009 The State of Washington Standard Plans for Road, Bridge and Municipal Construction M21 -01 transmitted under Publications Transmittal No. PT 09 -013, effective August 3, 2009 is made a part of this contract. The Standard Plans are revised as follows: 1 All Standard Plans 1 74 1 1 1 All references in the Standard Plans to "Asphalt Concrete Pavement" shall be 1 revised to read "Hot Mix Asphalt ". All references in the Standard Plans to the abbreviation "ACP" shall be revised to read "HMA ". B -10.20 and B10.40 Substitute "step" in lieu of "handhold" on plan C-la ' In the TYPE 10 WOOD POST ASSEMBLY, delete callout — NESTED THRIE BEAM In the TYPE 11 WOOD POST ASSEMBLY, THE 18" button head bolt is revised to 25" 1 C -1 b In the ANCHOR POST ASSEMBLY, the above ground 7 1/2" long bolt connecting the Wood Breakaway Post to the Foundation Tube is revised to 10" long. C -3, C -3B, C -3C Note 1 is revised as follows: replace reference F -2b with F -10.42 1 C -5 In the A CONNECTION, "Type 3 transition pay limit" is revised to "transition pay 1 limit ". C -10 (sheet 2 of 2) 1 COVER PLATE DETAIL, dimension of the 1" dia. holes, changes from 8" to 3" F -10.20 GENERAL NOTE Revise as follows: Replace reference to F -3 with F -30.10 F -40.12 through F -40.18 The following note is added to these five plans: Note 7. To the maximum extent feasible, the ramp cross slope shall not exceed 2 %. ' G -24.40 Existing callout - CORNER BOLT (TYP.) New callout - CORNER BOLT OR SHOULDER BOLT (TYP.) 1 J -28.40 Add to the end of Note 4. DO NOT OVERTIGHTEN. After State Inspection, Burr threads to prevent nut rotation. J- 40.10, Section A 1 75 1 1 replace 3" MIN. with 3" MAX. K -80.30 In the NARROW BASE, END view, the reference to Std. Plan C -8e is revised to Std. Plan K -80.35 1 L- 20.10, Sheet 1 Delete all references to tension cable and substitute tension wire. ' Add knuckled selvage is required on the top edge of the fence fabric. L- 20.10, Sheet 2 Delete all references to tension cable and substitute tension wire. All rope thimbles, wire rope clips and seizing are not required. L- 30.10, Sheet 1 1 Delete all references to tension cable and substitute tension wire. L- 30.10, Sheet 2 1 Delete all references to tension cable and substitute tension wire. All rope thimbles, wire rope clips and seizing are not required. M -1.60 COLLECTOR DISTRIBUTOR ROAD OFF- CONNECTION, taper dimensions of 225' MIN. is changed to 300' MIN. 1 M -20.30 LEFT EDGE OF LANE PLACEMENT DETAIL Dimension 4" replaced with 1" The following are the Standard Plan numbers applicable at the time this project was advertised. The date shown with each plan number is the publication approval date shown in the lower right -hand corner of that plan. Standard Plans showing different dates shall not be used in this contract. A- 10.10 -00 8/07/07 A- 30.30 -00 11/08/07 A- 50.20 -00 11/17/08 A- 10.20 -00 10/05/07 A- 30.35 -00 10/12/07 A- 50.30 -00 11/17/08 A- 10.30 -00 10/05/07 A- 40.10 -00 10/05/07 A- 50.40 -00 11/17/08 A- 20.10 -00 8/31/07 A- 40.20 -00 9/20/07 A- 60.10 -00 10/05/07 A- 30.10 -00 11/08/07 A- 40.50 -00 11/08/07 A- 60.20 -00 10/05/07 A- 30.15 -00 11/08/07 A- 50.10 - 00.....11 /17/08 A- 60.30 -00 11/08/07 A- 60.40 -00 8/31/07 B- 5.20 -00 6/01/06 B- 30.50 -00 6/01/06 B- 75.20 -01 6/10/08 B- 5.40 -00 6/01/06 B- 30.70 -01 8/31/07 B- 75.50 -01 6/10/08 B- 5.60 -00 6/01/06 B- 30.80 -00 6/08/06 B- 75.60 -00 6/08/06 B- 10.20 -00 6/01/06 B- 30.90 -01 9/20/07 B- 80.20 -00 6/08/06 B- 10.40 -00 6/01/06 B- 35.20 -00 6/08/06 B- 80.40 -00 6/01/06 B- 10.60 -00 6/08/06 B- 35.40 -00 6/08/06 B- 82.20 -00 6/01/06 B- 15.20 -00 6/01/06 B- 40.20 -00 6/01/06 B- 85.10 -01 6/10/08 76 1 1 1 B- 15.40 -00 6/01/06 B- 40.40 -00 6/01/06 B- 85.20 -00 6/01/06 I B- 15.60 -00 6/01/06 B- 45.20 -00 6/01/06 B- 85.30 -00 6/01/06 B- 20.20 -01 11/21/06 B- 45.40 -00 6/01/06 B- 85.40 -00 6/08/06 B- 20.40 -02 6/10/08 B- 50.20 -00 6/01/06 B- 85.50 -01 6/10/08 I B- 20.60 -02 6/10/08 B- 55.20 -00 6/01/06 B- 90.10 -00 6/08/06 B- 25.20 -00 6/08/06 B- 60.20 -00 6/08/06 B- 90.20 -00 6/08/06 B- 25.60 -00 6/01/06 B- 60.40 -00 6/01/06 B- 90.30 -00 6/08/06 I B- 30.10 -00 6/08/06 B- 65.20 -00 6/01/06 B- 90.40 -00 6/08/06 B- 30.20 -01 11/21/06 B- 65.40 -00 6/01/06 B- 90.50 -00 6/08/06 B- 30.30 -00 6/01/06 B- 70.20 -00 6/01/06 B- 95.20 -01 2/03/09 I B- 30.40 -00 6/01/06 B- 70.60 -00 6/01/06 B- 95.40 -00 6/08/06 C -1 2/10/09 C -4e 2/20/03 C -14i 2/10/09 I C-la 2/10/09 C -4f 6/30/04 C -14j 10/31/03 C -14k 12/02/03 C-lb 10/31/03 C -5 2/10/09 C -1 c 5/30/97 C -6 5/30/97 C -15a 7/3/08 C -1d 10/31/03 C -6a 3/14/97 C -15b 7/3/08 I C -2 1/06/00 C -6c 1/06/00 C- 16a 11/08/05 C -2a 6/21/06 C -6d 5/30/97 C- 16b 11/08/05 C -2b 6/21/06 C -6f 7/25/97 0- 20.14 -00 2/06/07 C -2c 6/21/06 0-7 10/31/03 0- 20.40 -00 2/06/07 I C -2d 6/21/06 C -7a 10/31/03 0- 20.42 -00 2/03/09 C -2e 6/21/06 C -8 2/10/09 C- 22.14 -00 2/03/09 C -2f 3/14/97 C -8a 7/25/97 C- 22.16 -00 2/03/09 I C -2g 7/27/01 C -8b 2/10/09 0- 22.40 -01 10/05/07 C -2h 3/28/97 C -8e 2/21/07 C- 23.60 -00 2/06/07 C -2i 3/28/97 C -8f 6/30/04 C- 25.18 -01 9/20/07 I C -2j 6/12/98 0-10 7/31/98 0- 25.20 -03 2/03/09 C -2k 7/27/01 C -13 7/3/08 C- 25.22 -02 2/03/09 C -2n 7/27/01 C -13a 7/3/08 C- 25.26 -00 2/03/09 I C -2o 7/13/01 C -13b 7/3/08 0- 25.80 -01 7/3/08 C -2p 10/31/03 C -13c 7/3/08 0- 28.40 -00 2/06/07 0-3 10/04/05 C -14a 7/3/08 C- 40.14 -00 2/03/09 C -3a 10/04/05 C -14b 7/26/02 0- 40.16 -00 2/03/09 I C -3b 10/04/05 C -14c 7/3/08 0- 40.18.00 2/03/09 C -3c 6/21/06 C -14d 7/3/08 C- 90.10 -00 7/3/08 C -4 2/21/07 C -14e 7/3/08 1 C -4b 6/08/06 C -14h 2/10/09 D- 2.02 -00 11/10/05 D- 2.44 -00 11/10/05 D -3b 6/30/04 I D- 2.04 -00 11/10/05 D- 2.46 -00 11/10/05 D -3c 6/30/04 0- 2.06 -01 1/06/09 0- 2.48 -00 11/10/05 D -4 12/11 /98 D- 2.08 -00 11/10/05 D- 2.60 -00 11/10/05 D -6 6/19/98 I D- 2.10 -00 11/10/05 D- 2.62 -00 11/10/05 D- 10.10 -01 12/02/08 D- 2.12 -00 11/10/05 D- 2.64 -01 1/06/09 D- 10.15 -01 12/02/08 D- 2.14 -00 11/10/05 D- 2.66 -00 11/10/05 D- 10.20 -00 7/8/08 D- 2.16 -00 11/10/05 D- 2.68 -00 11/10/05 D- 10.25 -00 7/8/08 1 77 1 1 D- 2.18 -00 11/10/05 D- 2.78 -00 11/10/05 D- 10.30 -00 7/8/08 D- 2.20 -00 11/10/05 0- 2.80 -00 11/10/05 D- 10.35 -00 7/8/08 D- 2.30 -00 11/10/05 D- 2.82 -00 11/10/05 D- 10.40 -01 12/02/08 D- 2.32 -00 11/10/05 D- 2.84 -00 11/10/05 D- 10.45 -01 12/02/08 D- 2.34 -01 1/06/09 0- 2.86 -00 11/10/05 D- 15.10 -01 12/02/08 D- 2.36 -02 1/06/09 0- 2.88 -00 11/10/05 D- 15.20 -01 1/06/09 D- 2.38 -00 11/10/05 D- 2.92 -00 11/10/05 D- 15.30 -01 12/02/08 0- 2.40 -00 11/10/05 D -3 7/13/05 1 0- 2.42 -00 11/10/05 D3a 12/02/08 E -1 2/21/07 E -4 8/27/03 E -2 5/29/98 E -4a 8/27/03 F- 10.12 -00 12/20/06 F- 30.10 -00 1/23/07 F- 40.18 -00 2/07/07 F- 10.16 -00 12/20/06 F- 40.10 -01 10/05/07 F- 40.20 -00 10/05/07 F- 10.40 -01 7/3/08 F- 40.12 -00 2/07/07 F- 42.10 -00 10/05/07 F- 10.42 -00 1/23/07 F- 40.14 -00 2/07/07 F- 80.10 -00 1/23/07 F- 10.62 -01 9/05/07 F- 40.15 -00 2/07/07 F- 10.64 -02 7/3/08 F- 40.16 -00 2/07/07 G- 10.10 -00 9/20/07 G- 24.60 -00 11/08/07 G- 70.20 -00 10/5/07 1 G- 20.10 -00 9/20/07 G- 25.10 -01 1/06/09 G- 70.30 -00 10/5/07 G- 22.10 -01 7/3/08 G- 30.10 -00 11/08/07 G- 90.10 -00 1/06/09 G- 24.10 -00 11/08/07 G- 50.10 -00 11/08/07 G- 90.20 -00 1/06/09 1 G- 24.20 -00 11/08/07 G- 60.10 -00 8/31/07 G-90.30-00.....1/06/09 G- 24.30 -00 11/08/07 G- 60.20 -00 8/31/07 G- 90.40 - 00......1 /06/09 G- 24.40 -01 12/02/08 G- 60.30 -00 8/31/07 G- 95.10 -00 11/08/07 G- 24.50 -00 11/08/07 G- 70.10 -00 10/5/07 G- 95.20 -01 7/10/08 G- 95.30 -01 7/10/08 H- 10.10 -00 7/3/08 H- 32.10 -00 9/20/07 H- 70.10 -00 9/05/07 1 H- 10.15 -00 7/3/08 H- 60.10 -01 7/3/08 H- 70.20 -00 9/05/07 H- 30.10 -00 10/12/07 H- 60.20 -01 7/3/08 H- 70.30 -01 11/17/08 1- 10.10 -00 8/31/07 1- 30.50 -00 11/14/07 1- 50.20 -00 8/31/07 1- 30.10 -00 9/20/07 1- 40.10 -00 9/20/07 1- 60.10 -00 8/31/07 1- 30.20 -00 9/20/07 1- 40.20 -00 9/20/07 1- 60.20 -00 8/31/07 1- 30.30 -00 9/20/07 1- 50.10 -00 9/20/07 1- 80.10 -00 8/31/07 1- 30.40 -00 10/12/07 J-lf 6/23/00 J -9a 4/24/98 J- 28.30 -00 8/07/07 J -3 8/01/97 J -10 7/18/97 J- 28.40 -00 8/07/07 J -3b 3/04/05 J- J- 28.42 -00 8/07/07 11 b 9/02/05 J -3c 6/24/02 J -12 2/10/09 J- 28.45 -00 8/07/07 J -3d 11/05/03 J -16a 3/04/05 J- 28.50 -00 8/07/07 J -5 8/01/97 J -16b 2/10/09 J- 28.60 -00 8/07/07 J -6c 4/24/98 J -16c 2/10/09 J- 28.70 -00 11/08/07 J -7a 9/12/01 J -18 2/10/09 J- 40.10 -00 1/06/09 78 1 1 1 J -7c 6/19/98 J -19 2/10/09 J- 40.30 -00 1/06/09 ' J -7d 4/24/98 J -20 9/02/05 J- 75.10 -00 2/10/09 J -8a 5/20/04 J- 28.10 -00 8/07/07 J- 75.20 -00 2/10/09 J -8b 5/20/04 J- 28.22 -00 8/07/07 J- 75.30 -00 2/10/09 J -8c 5/20/04 J- 28.24 -00 8/07/07 J- 90.10 -00 2/10/09 J -8d 5/20/04 J- 28.26 -01 12/02/08 J- 90.20 -00 2/10/09 ' K- 10.20 -01 10/12/07 K- 26.40 -01 10/12/07 K- 40.60 -00 2/15/07 K- 10.40 -00 2/15/07 K- 30.20 -00 2/15/07 K- 40.80 -00 2/15/07 K- 20.20 -01 10/12/07 K- 30.40 -01 10/12/07 K- 55.20 -00 2/15/07 ' K- 20.40 -00 2/15/07 K- 32.20 -00 2/15/07 K- 60.20 -02 7/3/08 K- 20.60 -00 2/15/07 K- 32.40 -00 2/15/07 K- 60.40 -00 2/15/07 K- 22.20 -01 10/12/07 K- 32.60 -00 2/15/07 K- 70.20 -00 2/15/07 K- 24.20 -00 2/15/07 K- 32.80 -00 2/15/07 K- 80.10 -00 2/21/07 K- 24.40 -01 10/12/07 K- 34.20 -00 2/15/07 K- 80.20 -00 12/20/06 K- 24.60 -00 2/15/07 K- 36.20 -00 2/15/07 K- 80.30 -00 2/21/07 K- 24.80 -01 10/12/07 K- 40.20 -00 2/15/07 K- 80.35 -00 2/21/07 1 K- 26.20 -00 2/15/07 K- 40.40 -00 2/15/07 K- 80.37 -00 2/21/07 L- 10.10 -00 2/21/07 L- 40.10 -00 2/21/07 L- 70.10 -01 5/21/08 L- 20.10 -00 2/07/07 L- 40.15 -00 2/21/07 L- 70.20 -01 5/21/08 L- 30.10 -00 2/07/07 L- 40.20 -00 2/21/07 ' M- 1.20 -01 1/30/07 M- 7.50 -01 1/30/07 M- 24.60 -02 2/06/07 M- 1.40 -01 1/30/07 M- 9.50 -01 1/30/07 M- 40.10 -00 9/20/07 M- 1.60 -01 1/30/07 M- 9.60 -00 2/10/09 M- 40.20- 00...10/12/07 ' M- 1.80 -02 8/31/07 M- 11.10 -01 1/30/07 M- 40.30 -00 9/20/07 M- 2.20 -01 1/30/07 M- 15.10 -01 2/06/07 M- 40.40 -00 9/20/07 M- 2.40 -01 1/30/07 M- 17.10 -02 7/3/08 M- 40.50 -00 9/20/07 ' M- 2.60 -01 1/30/07 M- 20.10 -01 1/30/07 M- 40.60 -00 9/20/07 M- 3.10 -02 2/10/09 M- 20.20 -01 1/30/07 M- 60.10 -00 9/05/07 M- 3.20 -01 1/30/07 M- 20.30 -01 1/30/07 M- 60.20 -01 2/03/09 M- 3.30 -02 2/10/09 M- 20.40 -01 1/30/07 M- 65.10 -01 5/21/08 M- 3.40 -02 2/10/09 M- 20.50 -01 1/30/07 M- 80.10 -00 6/10/08 M- 3.50 -01 1/30/07 M- 24.20 -01 5/31/06 M- 80.20 -00 6/10/08 M- 5.10 -01 1/30/07 M- 24.40 -01 5/31/06 M- 80.30 -00 6/10/08 1 1 1 1 1 ' 79 1 1 BUILDING SPECIAL PROVISIONS ' DIVISION 1 — GENERAL REQUIREMENTS Section 01010 - Summary of Work ' PART 1 — GENERAL ' 1.01 DEFINITIONS A. Owner: The Contracting Agency also identified as the City of Yakima. 1 B. Engineer: City of Yakima employee, who is licensed in the State of Washington as a Professional Engineer, who administers the contract or his authorized representatives. Also identified as Project Manager. 1.02 PROJECT BACKGROUND This section provides a brief summary of the work and selected project background for informational purposes and for the convenience of the Contractor. In the event that information provided in this section conflicts in any way with the requirements ' of any other section of the Contract Documents, those other sections shall prevail. A. The City of Yakima owns the historic trolley barn located at the southwest ' corner of the intersection of 3rd Avenue and Pine Street. The building is old and in need of significant repairs. The City has determined that the repairs most needed to maintain the structural integrity of the building are: replace ' portions of the wood beam supporting the crane; increase the structural integrity of the west wall by connecting the wood beams to the existing bracing system west of the building; reconstructing the wood framing in the south wall; and, providing cast -in -place concrete bases at the bottom of two 1 columns. It is believed that many hydrocarbon products have leaked into the floor of the building, so no welding or open flames will be allowed inside the building. 1 1.03 PROJECT SCOPE ' A. The following provides a general summary of the primary elements of the project, as organized by the pay items of work under this Contract. The specific details and construction requirements for the work under this contract ' are specified in the Technical Specifications, Contract Plans, and other parts of these Contract Documents. B. This project will consist of providing all materials, equipment and labor to complete the specified cleanup action activities at the site. The work includes, but is not limited to, the following elements: 1 1 81 1 1 1. Mobilization 2. Spill Prevention Plan 3. Shoring the Existing Crane 4. Removing and Disposing of Existing Wood Beam 5. Installing Wood Beam 6. Structural Steel — Stiffener Brackets 7. Structural Steel — Crane Stop Brackets 8. Removing and Reattaching Power Wire 1 9. Structural Steel — Waler Beam 10. Reconstruct Wood Framing on South Wall 11. Removing Existing Tension Ties 12. Installing Tension Ties 13. Repairing Overhead Door 14. Constructing Column Base 15. Repairing Spalls on Exterior of West Wall 16. Disposing of Debris Material 17. Testing the Crane. 1 1.04 LOCATION AND ACCESS A. The site is located on the southwest corner of 3rd Avenue and Pine Street in 1 Yakima, Washington. Access to the building must be coordinated with the Facilities Manager, Joe Reif. He can be reached at (509) 945 -0469. 1.05 PERMITS A. Contractor shall obtain all permits and approvals not designated by the Contract Documents as being the Owner's responsibility. B. Contractor shall conduct all work in accordance with all permits and approvals, and shall have copies of such permits and approvals on the job site at all times during the work. 1.06 CONTRACTOR WORK HOURS 1 A. Unless otherwise approved by the Engineer, Contractor's work hours shall be limited to the period from 7:00 a.m. to 5:00 p.m. on Monday through Friday of each work week. 1.07 CONTRACTOR COORDINATION 1 A. Contractor is responsible for coordination with any subcontractors, suppliers, utilities or inspectors. 1 1.08 PAYMENT AND EXTRA WORK A. No payment for extra work will be allowed unless the extra work has been 1 authorized in writing by the Engineer, and compensation therefore agreed to and recorded before the extra work is started. 82 1 1 1 PART 2 — PRODUCTS 1 Not applicable to this section. PART 3 — EXECUTION Not applicable to this section. 1 PART 4 — MEASUREMENT AND PAYMENT 1 A. See Section 01270 — Measurement and Payment. 1 END OF SECTION 1 1 1 1 1 1 1 1 1 1 1 1 83 DIVISION 1 — GENERAL REQUIREMENTS Section 01201 — Meetings PART 1 — GENERAL 1 1.01 DESCRIPTION A. This section specifies requirements for meeting between the Owner and Contractor. Site meetings shall be attended by Contractor and its subcontractors as requested by the Owner. 1 PART 2 — PRODUCTS Not applicable to this section. PART 3 — EXECUTION 1 3.01 PRE - CONSTRUCTION MEETING A. NOTIFICATION 1 Following award of the Contract, the selected Contractor will contact the City's Construction Supervisor, Bruce Floyd, (509) 575 -6138 to set up the 1 date and time of a pre- construction meeting to be held in City Hall. B. ATTENDANCE The following are requested to attend, as appropriate: 1 1. CITY REPRESENTATLIVES: a. Project Manager (City Engineer) b. Contract Administer c. City Inspector 2. CONTRACTOR'S REPRESENTATIVES: a. Project Manager (Superintendent) b. Contract Administrator c. Major Subcontractors d. Site Safety Officer 3. SUGGESTED AGENDA: a. Introductions, roles and responsibilities b. Designation of responsible personnel c. Contractor quality control program d. Project schedule e. Work sequencing f. Construction submittals g. Project coordination h. Communication and emergency contacts 1 i. Procedures and processing of field decisions, Requests for Information (RFI), Requests for Proposal (RFP), submittals, Change Orders, schedules, reports and applications for payment. 1 84 1 1 1 j. Weekly progress meetings 1 k. Procedures for maintaining record documents I. Special site conditions and constraints m. Construction facilities and controls I n. Special site conditions and constraints o. Construction facilities and controls p. Inspection, surveying and testing I q. Security procedures r. Site safety issues I 3.02 SPECIAL MEETINGS A. The City may call special meetings at the project site or other locations to 1 coordinate the work, answer questions, and /or resolve problems. Included will be the Prefinal and Final Inspections. PART 4 — MEASUREMENT AND PAYMENT I A. See Section 01270 — Measurement and Payment. 1 END OF SECTION 1 1 1 1 1 1 1 1 1 1 85 1 DIVISION 1 — GENERAL REQUIREMENTS Section 01270 — Measurement and Payment PART 1 — GENERAL ' 1.01 DESCRIPTION A. This section specifies requirements for measurement of and payment for completed work under this Contract. The scope of work in the Contract is divided into eight base bid pay items, as shown on the Proposal Form, for 1 purposes of measurement and payment. Any work required by the Contract Documents that is not specifically described in the pay item descriptions in Article 1.04 of this Section shall be considered incidental to other items of work and shall not be specifically measured for payment. B. Contractor shall measure completed work as defined in these Contract Documents and shall compute all quantities required for measuring tasks and subtasks for the pay item division of work; these quantities will be verified by the Engineer. Agreement between the Owner and Contractor shall be reached on invoiced quantities and amounts prior to submittal of each invoice. C. Payments will be made at the respective lump -sum and unit prices for each pay item of work in the Contract Price. All work specified in this Contract is included within the pay items listed in the Proposal Form and Article 1.04 of this Section. Payment shall be considered full compensation for furnishing all labor, materials and equipment to complete the work in accordance with the 1 requirements and intent of the Contract Documents, including the Technical Specifications, contract Plans and Exhibits. Unless otherwise stated, each pay item shall include all direct and indirect costs necessary to complete the subject work of the pay item. 1.02 MEASUREMENT AND PAYMENT A. Lump Sum Pay Items 1. Items of work for which payment is made by a "lump sum" shall be measured as a complete unit. Labor, materials ore equipment used in lump -sum price pay items will not be measured or paid for separately. 2. The lump sum pay items described in Article 1.04 shall not be adjusted as a result of change orders or extra work. The negotiated Contract Price for change orders or extra work shall include additional provisions for any work that may be described as part of an existing lump sum pay item. 3. For lump sum or incidental pay item descriptions that do not include 1 estimated quantities, Contractor shall be responsible for estimating the pay quantities based on information provided in the Contract Documents, or other means as deemed appropriate by Contractor. 1 B. Unit Price Pay Items 1 86 1 1 1 1. Items of work for which payment is made by a "unit price" shall be measured according to the methods and units described below and the applicable requirements according to the methods and units described below and applicable requirements of the Contract Documents. ' 2. Measurement Standards: All work to be paid for at a Contact Price per unit of measurement shall be measured in accordance with United States Standard Measures. ' 3. Measurement by Weight: Unless otherwise specified in the pay items of work, earthwork materials from onsite activities, offsite suppliers, and similar items to be paid for by weight shall be measured by certified scales. Certified copies of supplier receipt invoices shall be provided specifying the type and quantity of material actually furnished /received. 4. Measurement by Volume: Measurement by volume will be by the cubic dimension listed in the Contract Price. Method of volume measurement will be by either the method of surveyed cross - sectional average end - areas or the method of computed cross - sectional areas from lines, ' grades and elevations determined by the Owner to adequately represent the work, or computer -aided methods approved by the Engineer. 5. Measurement by Area: Measurement by area will be by the square ' dimension listed in the Contract Price. Method of square measurement will be based on either horizontal or vertical planer projections, whichever is greater, unless otherwise specified. ' 6. Linear Measurement: Linear measurement will be by the linear dimension listed or indicated in the Contract Price. Unless otherwise specified, components of work to be measured will be measured at the ' centerline of the work in place 7. Time Measurement: Measurement by time will be by the time period listed in the Contract Price, based on an 8 -hour workday. All time ' measurements will be based on an hourly log which shall be agreed upon and signed daily between the Contractor and the Owner. The log will be used to allocate between operating and standby time for the pay ' item of work. Operating time shall be logged as specified. 1.03 INCREASED OR DECREASED QUANTITIES ' A. Payment to Contractor will only b e made for the actual quantities of the work performed and accepted in conformance with the Contract. When the accepted quantities of work vary from the original bid quantities, payment will ' be at the unit contact prices for accepted work unless the total quantity of any pay item increases or decreases by more than 25 percent relative to the original bid quantity. In that case, that part of the increase or decrease ' exceeding 25 percent will be adjusted in accordance with Section 1 -04.6 of the 2008 WSDOT Standard Specifications. 1 1 1 87 1 1 PAY ITEMS OF WORK A. ITEM NO. 1: SPCC PLAN This item is described in Section 1- 07.15(1) of the amendments to the 2008 1 WSDOT Standard Specifications, included elsewhere in these specifications. B. ITEM NO. 2: MOBILIZATION 1. Mobilization includes preparatory work and operations including, but not 1 limited to, those necessary for the movement of personnel, equipment and supplies to the project site; and for all other associated work, 111 submittals and operations which must be performed, permits and approvals to be obtained, or costs incurred prior to beginning work on the various items of the project. 2. Payment for mobilization shall be on the basis of the lump sum price stated in Contractor's bid price for this pay item. Measurement for this pay item shall be estimated on the basis of the percent complete, relative to the overall bid price and actual progress toward project completion. C. ITEM NO. 3: JACKING AND SHORING EXISTING CRANE 1 1. The Contractor shall provide layout and design drawings developed by a qualified Structural Engineer that detail how the crane is to be jacked and shored. The shoring and bracing system design and calculations shall be stamped and signed by a Professional Engineer registered in the State of Washington. It is estimated that the crane will need to be jacked a minimum of six inches. 2. The shoring and bracing shall be installed as necessary to support the existing crane while replacing the damaged crane beams. Care shall be used to protect the existing structure, equipment, utilities and electrical systems. All work shall comply with codes and authorities having jurisdiction. 3. Payment for mobilization shall be on the basis of the lump sum price stated in Contractor's bid price for this pay item. Measurement for this pay item shall be estimated on the basis of the percent complete, relative to the overall bid price and actual progress toward project completion. D. ITEM NO. 4: REMOVING AND DISPOSING OF EXISTING WOOD BEAM 1 1. Some of the wood beams that the crane rail is attached to are split and cracked. The crane rail has sunken as much as three inches into the wood beams. The crane rail shall be removed as needed and stored in a safe location. The wood beams shall be removed where detailed in the plans and disposed of outside of the project limits. 2. Payment for removing and disposing of existing wood beam shall be by the linear foot for the amount of wood beam actually removed including all disposal costs. ' 88 1 1 1 1 E. ITEM NO. 5: INSTALL WOOD BEAM 1. The new wood beams that are to be installed to replace the wood ' beams that have been removed shall be rough sawn Douglas Fir -Larch No. 1 or better, kiln dried. 2. Payment for installing wood beam shall be by the linear foot of wood beam actually installed. The cost for installing wood beam shall include all labor, material and equipment required to furnish and install the wood beam. 1 F. ITEM NO. 6: STRUCTURAL STEEL — STIFFENER BRACKET 1. The existing bracing for the west wall is connected to the mortar wall above the wood beams. The structural integrity of this mortar wall, and therefore the added strength provided by this bracing is questionable. Following installation of the new wood beam, structural steel — stiffener brackets shall be installed where shown and as detailed in the Plans to connect the bracing to the wood beam. 2. Payment for the structural steel — stiffener bracket shall be by the pound t for all the brackets installed. The four inch long, ' inch diameter lag bolts and welds shall be incidental to the cost for structural steel — stiffener bracket and shall not be weighed. 1 G. ITEM NO. 7: STRUCTURAL STEEL — CRANE STOP BRACKET ' 1. The wood beams that the crane rail is attached to do not have a column supporting the far north end. To stop the crane from accessing this unsupported portion of the rail, a bracket is to be installed where ' designated and as designed in the Plans. 2. Payment for the structural steel — crane stop bracket shall be by the pound for all the brackets installed. The four inch long, 1 /2 inch diameter 1 lag bolts and welds shall be incidental to the cost for structural steel — stiffener bracket and shall not be weighed. H. ITEM NO. 8: REMOVE AND REATTACH POWER WIRE 1 1. The wood framing on the south wall of the trolley building is rotten and the tension from the trolley power line is pulling the wall outward. The ' power line wire shall be removed prior to the wall being constructed. Once the wall is reconstructed, the power line wire shall be reattached to the new water beam installed on the rebuilt south wall. 2. Payment for removing and reattaching the power wire shall be per each for each power wire removed and replaced, and shall include all labor, material and equipment to perform this work. 1 1 1 89 1 1 I. ITEM NO. 9: STRUCTURAL STEEL — WALER BEAM 1. This work shall consist of furnishing a steel waler beam to be installed on the rebuilt south wall to add stability and provide a location for the power wire line to connect to. It shall be an MC 10x22 waler beam and shall be installed as detailed in the Plans. 2. Payment for installing the structural steel — waler beam will be per pound of waler beam actually placed. The payment shall include all 1 costs for labor, material and equipment to furnish and install the waler beam. J. ITEM NO. 10: RECONSTRUCT WOOD FRAMING ON SOUTH WALL 1. Following the removal of the power line wire, the existing siding on the south wall and the overhead doors shall be removed. The existing 2x6 framing shall be re- plumbed and new 2x6 studs shall be sistered onto the existing 2x6 studs with 16d nails at a maximum of two foot on center. Side with 7/16" sheathing and nail with 8d nails at a maximum of 8 inch on center, then paper and side the wall. 2. Payment for reconstructing the wood framing on the south wall shall be by the square foot of wall. The payment shall include all costs for labor, material and equipment required to reconstruct the wood framing of the south wall, including removing and replacing the siding. K. ITEM NO. 11: REMOVING EXISTING TENSION TIE 1. Following removal of the power line wire, the existing tension ties shall be removed. 2. Payment for removing existing tension tie will be per each for each tension tie removed. The payment shall include all costs for labor, material and equipment required to remove the power line wire. L. ITEM NO. 12: CONSTRUCT TENSION TIE 1. The tension tie (cable brace) shall be connected to the new structural steel — waler beam and bottom chord of the truss where shown and as detailed in the Plans. 2. Payment for constructing tension tie shall be per each. The payment shall include all costs for labor, material and equipment required to construct the tension tie. M. ITEM NO. 13: REPAIR OVERHEAD ROLLER DOOR 1. Following reconstruction of the wood framing on the south wall, the 1 overhead roller doors shall be repaired so that they function properly. 2. Payment for repairing overhead roller door shall be per each for each door repaired. The payment shall include all costs for labor, material and equipment required to repair the doors. 1 90 1 1 1 N. ITEM NO. 14: CONSTRUCT COLUMN BASE 1. In the northeast corner of the building, there are two wood columns that have rotted at the base. The column shall be cut off to sound material ' and a cast -in -place concrete base shall be constructed as detailed in the Plans. 2. Payment for constructing column base shall be per each for each ' column base constructed. The payment shall include all costs for labor, material and equipment required to construct the column base. ' O. ITEM NO. 15: REPAIR SPALLS ON EXTERIOR OF WEST WALL 3. As shown in the Plans, there are several locations on the west wall ' where the existing rock masonry has spalled. This item shall repair these areas by removing the unsound wall material and filling the voids with an approved stone and mortar mixture as detailed in the Plans. 4. Payment for repairing spalls on exterior of west wall shall be by the square foot for all area repaired. The payment shall included all costs for labor, material and equipment to repair the spalled areas, including removing loose material and blasting the surface clean. P. ITEM NO. 16: DISPOSE OF DEBRIS MATERIAL ' a. There are two debris piles west of the building consisting mainly of rocks approximately 4 inches in diameter. These debris piles shall be removed from the project limits. ' b. Payment for disposing of debris material shall be by the cubic yard for removing the debris and hauling it offsite. The payment shall include all costs for labor, material and equipment to load and haul the material off ' the project limits, including any disposal fees. Q. ITEM NO. 17: TEST CRANE 1 a. Following the repair of the existing wood beam and reattaching the crane rail, a time shall be set up with the facilities manager to test the crane. t b. Payment for testing the crane shall be by the lump sum, and shall include arranging the time and making minor changes to help the crane to function properly. 1 END OF SECTION 1 91 1 1 DIVISION 1 — GENERAL REQUIREMENTS Section 01290 — Schedule of Values PART 1 — GENERAL 1 1.01 SCOPE This section specifies the procedures for preparing the schedule of values used for preparation of the contractor's progress pay estimates. 1 1.02 DESCRIPTION Within ten (10) working days following receipt of Notice to Proceed, the Contractor shall submit to the Engineer a complete breakdown of components of all lump sum bid items showing the value assigned to each portion of the Work, prepared in such form and supported by such data to substantiate its accuracy as the Engineer may require. This schedule of values shall, once approved by Engineer, be used as the basis for reviewing and determining each monthly progress payment estimate and as such shall be subject to periodic review by the Engineer to assure that the schedule of values reasonably represents, in the opinion of the Engineer, the actual value of the individual items of Work to be performed. No payments hereunder shall be made until the schedule of values has been approved. The schedule of values shall be consistent with the Progress Schedule as outline in Section 01320 of these Specifications. 1 1 END OF SECTION 1 1 1 1 1 92 1 1 1 DIVISION 1 — GENERAL REQUIREMENTS 1 Section 01300 — Submittals 1 PART 1 — GENERAL 1.01 SCOPE 1 These requirements shall apply to all equipment and materials supplied on the Project. The Contractor shall be responsible for the accuracy and completeness of the information contained in each submittal and shall assure that the material, equipment or method of work shall be as described in the submittal. The Contractor shall verify that all features of all products conform to the requirements ' of the specifications and drawings. Submittal documents shall be clearly edited to indicate only those items, models, or series of equipment, which are being submitted for review. All extraneous materials shall be crossed out or otherwise obliterated. The Contractor shall insure that there is no conflict with other submittals and notify the Engineer in each case where his submittal may affect the work of another contractor or the Owner. The Contractor shall insure t coordination of submittals among the related crafts and subcontractors and shall verify such coordination on all submittals. Where noted in the specifications or on the drawings, the structural designs associated with the indicated items are t specific to the manufacturer and model number specified. Any structural modifications required to utilize an approved alternate to the specified equipment shall be made by the Contractor at no additional cost to the Owner. Where 1 approved substitutions of specified equipment affect other materials or equipment, structural work, the Contractor shall note in the equipment submittal any necessary changes to accommodate the substituted equipment. It shall also 1 be the responsibility of the Contractor to coordinate other equipment submittals to make sure that all changes necessary to accommodate the substituted equipment are addressed in these submittals as well. 1.02 RELATED WORK SPECIFIED ELSEWHERE ' Section Item 01400 Quality Control 01770 Contract Closeout 1.03 WORK INCLUDED Submittals required for this work shall include any or all of the following as 1 required by the particular Specification section and the submittal schedule: A. CONSTRUCTION SCHEDULES, BY CRITICAL PATH METHOD 1 1 93 1 1 B. PRODUCT SUBMITTALS: 1. Manufacturer's Literature 2. Shop Drawings 3. Color and Material Samples 4. Design Calculations 5. Test Reports D. POST CONSTRUCTION (RECORD) DRAWINGS (SEE SECTION 01720) 1 E. PAYMENT SCHEDULES 1 1.04 SUBMITTAL INFORMATION Shop, catalog, and other appropriate drawings and information shall be submitted to the Engineer for review prior to fabrication or ordering of all equipment and materials specified. The number of copies of submittal information to be submitted shall be as indicated below. 1 All submittal information shall be sent to the Engineer through the general Contractor. The Contractor shall assign a separate submittal number to each 1 item or group of items that relate to each Specification section. Submittal numbers shall be assigned in consecutive, ascending order, with the first project submittal assigned the number "1". Re- submittals shall be numbered using the 1 same number followed by an alphabetical suffix. All submittals shall bear the Contractor's certification that he has reviewed, checked and approved the submittal information prior to transmitting the submittal to the Engineer. The submittal number and related specification section shall be marked on each submittal. 1.04 PAYMENT No separate payment will be made for submittals or equipment manuals, or the corresponding services, and for operations required by the Contractor to complete the furnishing of equipment and materials information in accordance with these Specifications. All costs shall be considered as incidental to the work 1 and merged into the respective unit and lump sum prices bid. PART 2 — PRODUCTS 1 2.01 SCHEDULE OF VALUES The Contractor shall submit a schedule of values in accordance with the requirements of Section 01290. 1 1 94 1 1 1 2.02 CONSTRUCTION SCHEDULE 1 Contractor shall submit construction schedules in accordance with the requirements of Section 01320. 1 The proposed construction schedule must address the maintenance of treatment requirements as specified in Section 01510 of these Specifications. I 2.03 PAYMENT SCHEDULE A cost - loaded construction schedule shall be submitted by the Contractor I as referenced above and specified in Section 01320. 2.04 PRODUCT SUBMITTALS 1 A. GENERAL When the contract documents require a submittal, the Contractor shall 1 submit the specified information as follows: 1. Three (3) copies of all the submitted information. Unless I otherwise specified, within 30 calendar days after receipt of the submittal, the Engineer shall review the submittal and return 3 marked - up copies of the marked -up submittal noted in (1) above. The Engineer 1 will retain the reproducible original. The returned submittal shall indicate one of the following actions: 1 a. If the review indicates that the material, equipment or work method complies with the project Specifications, submittal copies will be marked "NO EXCEPTIONS TAKEN." In this event, the Contractor may I begin to implement the work method or incorporate the material or equipment covered by the submittal. b. If the review indicates limited corrections are required, copies will be I marked "MAKE CORRECTIONS NOTED." The Contractor may begin implementing the work method or incorporating the material and equipment covered by the submittal in accordance with the noted I corrections. c. If the review reveals that the submittal is insufficient or contains incorrect data, copies will be marked "AMEND AND RESUBMIT." I Except at his own risk, the Contractor shall not undertake work covered by this submittal until it has been revised, resubmitted and returned marked either "NO EXCEPTIONS TAKEN" or "MAKE CORRECTIONS NOTED." I d. If the review indicates that the material, equipment, or work method does not comply with the project Specifications, copies of the submittal 1 1 1 95 1 1 will be marked "REJECTED -SEE REMARKS." Submittals with deviations that have not been identified clearly may be rejected. Except at his own risk, the Contractor shall not undertake the work covered by such submittals until a new submittal is made and returned marked Either "NO EXCEPTIONS TAKEN" or "MAKE CORRECTIONS NOTED." B. MANUFACTURER'S LITERATURE Where the contents of the submitted literature includes data not pertinent to the submittal, the portion(s) of the contents being submitted for the Engineer's review shall be clearly indicated. C. SHOP DRAWINGS Shop drawings shall be submitted in the form of blue -line or black -line prints of each sheet. Blueprint submittals will not be acceptable. All shop drawings shall be accurately drawn to a scale sufficiently large enough to show 1 pertinent features and method of connection or joining. On all shop drawings, figure dimensions shall be used as opposed to scaled dimensions. D. COLOR AND MATERIAL SAMPLES All material samples shall be of the exact article proposed to be furnished and shall be submitted in the quantity required to be returned to the Contractor, plus one to be retained by the Engineer. Unless the precise color is specifically described in the Specifications or on 1 the drawings, or whenever a choice of color or pattern is available in a specified product, accurate color charts shall be submitted to the Engineer for his review and selection. E. DESIGN CALCULATIONS Where required in the Specifications, a minimum of three (3) copies of design calculations shall be submitted to the Engineer. Design calculations shall be complete, concise, and in an easy to read format. If required in the particular section to which the design calculations pertain, test data and calculations from previous full -scale pilot or treatment plant testing shall be submitted with the design calculations. All design calculations shall be stamped by a licensed Professional Engineer in the State of Washington. F. TEST REPORTS A minimum of three (3) copies of all test reports shall be submitted to the Engineer. 1 1 96 1 1 PART 3 — EXECUTION 1 3.01 IDENTIFICATION OF SUBMITTALS 1 A. GENERAL Each submittal shall be accompanied by a letter of transmittal showing the date of transmittal, specification section or drawing number to which the ' submittal pertains, submittal number, and a brief description of the material submitted. B. RESUBMITTALS When material is resubmitted for any reason, it shall be submitted under a new letter of transmittal and referenced to the previous submittal. 1 3.02 REVIEW OF SUBMITTALS The Engineer shall review all submittals for general conformance with the design ' and other requirements of the contract documents. Markings or comments shall not be construed as relieving the Contractor from compliance with the contract documents. Submittals may be rejected based on inadequate information and /or not meeting the requirements of the Specifications or drawings. Rejection of submittals requires action on the part of the Contractor to correct the reason for the rejection. The Contractor remains responsible for details and accuracy, for 1 confirming and correlating all quantities and dimensions, for selecting fabrication processes and for techniques of assembly and installation. 1 3.03 COORDINATION OF PRODUCT SUBMITTALS A. GENERAL 1 Prior to submittal for review by the Engineer, all data shall be fully coordinated, including the following: 1. All field dimensions and conditions. ' 2. All trades and public agencies involved, including necessary approvals. 3. All deviations from the contract documents. ' B. GROUPING OF SUBMITTALS 1. All submittals shall be grouped with associated items, unless otherwise specifically permitted by the Engineer. t 2. The Engineer may reject the submittals in their entirety or any part thereof, if not in accordance with the contract documents. 1 1 97 1 1 C. CERTIFICATION Submittals shall bear the Contractor's certification that he has reviewed, checked, and approved the shop drawings prior to forwarding them to the Engineer. 1 3.04 TIMING OF PRODUCT SUBMITTALS A. GENERAL 1. All submittals shall be made far enough in advance of installation to provide all required time for reviews and securing necessary approvals. 2. In scheduling, the Contractor shall allow at least thirty (30) calendar days for the Engineer's review following his receipt of the submittal. 3. Where a minimum of five (5) copies are required for submittal (shop drawings, manufacturer's literature, etc.), three (3) copies will be retained by the Engineer and the remaining copies returned to the Contractor. B. DELAYS 1 No additional or separate payment will be made for costs of delays occasioned by tardiness of submittals on the part of the Contractor. 1 3.05 PRE - QUALIFICATION AND SUBSTITUTIONS 1 A. GENERAL In order to establish a basis of quality, certain processes, types of machinery and equipment or kinds of material may be specified on the drawings or herein by designating a manufacturer by name and referring to his brand or product designation. It is not the intent of these Specifications to exclude other processes or materials of a type and quality equal to those designated. Whenever a manufacturer's name, brand, or item designation is given, it shall be understood that the words "or equal" follow such name or designation whether in fact they do so or not. 1 It shall not be assumed that the phrase "or equal" means that material, equipment, or methods will be approved as equal by the Engineer unless the item has been specifically approved in writing for this work by the Engineer. No extras will be allowed the Contractor for any changes required to adopt 1 substitute equipment; therefore, the Contractor's proposal, including any approved substitutions shall include all costs for any modifications to the work such as structural and foundation changes, additional piping or 1 changes in piping, electrical changes, or any other modifications which may be necessary for approval and adoption of the proposed alternative equipment. 1 98 1 1 1 B. PRE - QUALIFICATION OF MAJOR EQUIPMENT ITEMS 1 Spaces are provided on the bid proposal form for write -in of the name of the manufacturer whose equipment the bidder intends to provide for all of those ' items considered to be major equipment. Major equipment items are considered to be all pieces of equipment listed on the major equipment schedule in the Proposal. 1 The specifications for each of these major equipment items include the names of manufacturers approved to supply that equipment. Only proposals ' that name approved manufacturers for each of the major equipment items will be considered responsive. ' It is not the intention of the Owner to discriminate against an equal product of another manufacturer, but to establish a definite standard of quality and performance, and to establish an equal basis for the evaluation of bids. 1 Manufacturers not currently named as approved suppliers who would like to ' be added to the list of approved manufacturers for a specific major equipment item must submit a written request for approval to the Engineer. Such a request must be received by the Engineer at least fifteen (15) days prior to the bid opening date. Each request for approval shall be submitted in triplicate and shall be 1 accompanied by the following information: 1 Complete design data substantiating compliance of the proposed 1 equipment with the contract documents. 2 Product identification, including manufacturer's name, manufacturer's literature, clearly marked to indicate specific model, type, size, and ' options to be considered. 3 Name and address of similar projects on which equipment was used, date of installation, and field performance data. Include phone numbers of contact people who operate and maintain the proposed equipment. 4 Accurate operational cost data on the proposed equipment. 1 If the request is approved, all bidders will be notified by an addendum prior to the bid opening that the manufacturer has been added to the list of approved manufacturers for that equipment. The decision of the Engineer regarding these approvals shall be final. D. ALTERNATE BIDS The equipment of manufacturers who have not been named as approved 1 suppliers in the specifications or by addendum may at the option of the bidder 1 99 1 1 be bid as alternate major equipment items in the spaces provided on the bid proposal. These alternate bid items will not be included in determining the Total Amount Bid on the proposal form. The Total Amount Bid is the amount to be used in determining the lowest responsible, responsive bidder. If the Owner wishes to select any of the alternate major equipment item bids offered 1 by the successful bidder in lieu of the bid for the pre- approved equipment for that item, notification will be made at the time of award. The designs shown on the drawings are based on the equipment specified. Any modifications to the mechanical, structural, electrical, instrumentation and control, and other portions of the work that may be required to adapt the 1 general layout and details shown on the Plans to the alternate equipment shall be at no additional cost to the Owner. All necessary design revisions shall be at the Contractor's sole expense. All redesign information prepared 1 by the Contractor shall be submitted for review prior to incorporating the redesign into the work. All changes required to accommodate an alternate equipment proposal shall be included in the alternate bid price offered by the bidder. D. AVAILABILITY OF SPECIFIED ITEMS 1 Verify prior to bidding that all specified items will be available in time for installation during orderly and timely progress of the work. 2 In the event the specified item or items will not be available, notify the Engineer prior to submittal of bid. 3 Costs of delays because of non - availability of specified items, when the Contractor could have avoided such delays, will be backcharged as necessary and shall not be borne by the Owner. E. REIMBURSEMENT OF ENGINEER'S COSTS 1 1 In the event substitutions are proposed to the Engineer after the contract has been awarded, the Engineer will record all time used by him and by his consultants in evaluation of each such proposed substitution. If an approved substitution requires revisions to the contract documents, the Engineer will record all time used by him and his consultant to accomplish the revisions. 2 Whether or not the Engineer approves a proposed substitution requested following the award of the contract, the Contractor shall promptly, upon receipt of the Engineer's billing, reimburse the Engineer for all time spent by them in evaluation of the proposed substitution and to accomplish, if necessary, any revisions to the contract documents. 1 END OF SECTION 1 1 100 1 DIVISION 1 — GENERAL REQUIREMENTS ' Section 01310 — Project Meetings ' PART 1 — GENERAL 1.01 SCOPE 1 This section includes information pertaining to the various meetings that will be held during the course of bidding and constructing this Project. 1.02 PRECONSTRUCTION CONFERENCE As soon as possible following the award of the Contract, a preconstruction conference shall be scheduled for representatives of the Owner, the Contractor, and the Engineer. 1 1.03 PROJECT PROGRESS MEETINGS The Owner and the Engineer will schedule and attend regular meetings with the Contractor for coordination, administrative and procedural requirements of the Project. The cost of preparing for and attending the meetings shall be considered incidental to the Project, and shall be merged into the respective unit or lump ' sum bid prices. 1.04 CONSTRUCTION MEETINGS The Contractor shall schedule and hold regular meetings with the Engineer and Owner (at his option) as follows during the Project: U A. PROJECT PROGRESS MEETINGS B. EQUIPMENT INSTALLATION MEETINGS C. COORDINATION MEETINGS D. START -UP AND TESTING MEETINGS END OF SECTION 1 1 1 1 1 101 DIVISION 2 — SITEWORK Section 02000 — Historic Restoration Procedures PART 1 — GENERAL 1 1.01 DESCRIPTION A. General: This project includes extensive historic restoration work; the Contractor shall make every effort to comply with the following requirements. 1. Comply with applicable State Historical Building Codes. 2. Comply with Secretary of the Interior's Standards for Historic Preservation Projects. 3. Match existing material, where indicated, to maximum degree possible given present -day material availability and craftsmanship. 4. Take special precautions in executing work to avoid damage to existing historic materials. Historic materials include, but are not limited to, the following: a. Exterior and interior stone, brick and masonry surfaces, including mortar joint materials and profiles. b. Wood windows and doors, interior and exterior, unless noted otherwise, including hardware. c. Any other Historic Elements. 5. Avoid unnecessary cutting and patching of existing historic material. Run ducts, conduit, piping and other services in such a way as to minimize damage to historic material. Review proposed locations of access holes with the City Engineer before execution. B. Building will be made available to those bidding the work which requires 1 matching of historic materials. Carefully examine materials and adjacent systems to assure total compliance. C. Review other section of the Project Manual for applicable requirements for historic restoration and matching of existing materials. D. The City has the right to retain any historic material or item found within the building. Any found item shall be brought to the attention of the City Engineer for possible retention. 1 E. Related Sections: Minor Demolition in Section 02060. 1 Selective Demolition in Section 02072. Brick Masonry Repair and Restoration in Section 04410. 1 Stone Masonry Repair and Restoration in Section 04420. 1 102 1 1 1 1.02 QUALITY ASSURANCE A. Qualification: Employ qualified craftsmen to duplicate historic elements and where available, employ craftsmen specializing in historic restoration. ' B. All workmen of all trades must be made aware of h t e special importance of this building and the special requirement of this section. C. Restoration Specialist: Work of this Section must be coordinated, supervised and reviewed by a historic restoration specialist with not less than five years experience performing work of the same scope as specified herein. Submit a list of previous projects as reference. The specialist shall have a minimum of five years of successful experience in the renovation, rehabilitation and restoration works similar in types and extent of works as indicated in the Plans. 1 1.03 SUBMITTAL A. Historic Preservation Operations Plan: Prior to the commencement of ' construction, historic restoration specialist shall prepare detailed plans indicating anticipated historic preservation operations. In order to avoid any delay to other demolition or retrofitting work in existing structure, plans can be submitted in two phases and shall include the following: 1. Phase I ' a. Written and photographic description(s), and location of historic materials to be protected in place and proposed method of protection. ' b. Written and photographic description(s), and location of historic materials that must be cut due to construction operations and proposed methods of minimizing damage; proposed source of patching materials and sample of the patching materials. 1 c. Written and photographic description(s), and location of historic materials to be removed; proposed methods of removal and disposal, whether demolition or salvage. 1 2. Phase II ' a. Written and photographic description(s) and location of historic materials being cleaned, rehabilitated, restored or refinished, and detailed description of proposed materials and methods for this work. ' b. Method of reinstallation of salvaged historic material. B. In addition to construction photography of each historic material with different finish shall be provided with minimum two (2) color photographs in the Historic Preservation Operations Plans in each procedures listed above. One photograph shall have diversified overall view of the historic material and the other photograph shall have the close up view of the historic material. p 103 1 1 C. Historic Preservation Operations Plans will be reviewed for general 1 conformance with published standards and guidelines, including the Historic Building Code and the Secretary of the Interior's Standards for Historic Preservation Project. Final approvals of the Historic Preservation Operations Plans are subject to the reviews and approvals of the mock -up panels and other required finish samples. 1.04 PAYMENT No separate or additional payment will be made for the work and material specified herein. All costs for masonry, as specified herein, shall be included in the square foot cost "Repair SpaIls on Exterior of West Wall ". PART 2 — PRODUCTS 2.01 MATERIALS A. Comply with technical specifications for each product involved. Provide materials for patching, repair or replacement, according to the following order of preference. 1 Material salvaged from demolished area of project site. 2 Salvaged material from another site that meets specified requirements. 3 Material salvaged from unobtrusive portion of project site, as approved by Consultant or City Engineer. 4 New materials. B. Contractor shall report unsatisfactory conditions in writing. Do not proceed 1 with work until the City Engineer or the Consultant has provided further instruction. 1 PART 3 — EXECUTION 3.01 PREPARATION A. Provide adequate temporary support as necessary to assure structural value 1 and integrity of historic elements. B. Provide devices and methods to protect existing and restored historic 1 elements from damage. 1 END OF SECTION 104 1 1 DIVISION 2 — SITEWORK Section 02060 — Minor Demolition 1 PART 1 — GENERAL 1.01 SCOPE ' A. Carefully demolish and remove from the job -site those items indicated or noted on the plans, including but not limited to the following: ' 1 Debris piles on the west side of the building 2 Demolition and removal of unsound materials to repair west wall. 1 3 Demolition and removal of materials to repair south wall 1.02 QUALITY ASSURANCE 1 A. Labor: Use adequate numbers of skilled laborers who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with ' the specified requirements and the methods needed for proper performance of the work of this Section. B. Codes and Regulations: Comply with all applicable Government Codes and Regulations including the latest Building Code and Amendments, especially meeting the safety standards and regulations of OSHA. Provide additional ' measures, added materials and devices as may be needed as directed by the City Engineer or the Consultant, at no added cost to the City. 111 1.03 MISCELLANEOUS GENERAL REQUIREMENTS 1. Erection and maintenance of protections. ' 2. Dust Control. 3. Repair of Damages. 4. Cleaning the work site and removal of rubbish and debris. ' 5. All inactive or abandoned utilities shall be removed. If inactive or abandoned utilities located inside the wall or partition are indicated to remain or to be protected, the utilities shall be cut and capped at the top of the wall or ' partition. All remaining portions of the utilities between top of the wall and the floor deck above, and all other supports shall be removed. 6. Protection of Existing Structures and Site Improvements: Required where minor demolition and /or alterations will occur, by approved methods, as 1 authorized by the City Engineer or the Consultant as follows as applicable: i. Provide temporary partitions, signs and /or barricades. ii. Protect all occupied areas and cover all the machinery, sensitive equipments, etc. and provide proper ventilation. 1 1 105 1 1 iii. Accomplish the constructed work without undue interference with the City's operations and the existing utilities indicated to remain. Provide an uninterruptive power source, if necessary, to ensure that there is no power interruption, and other utility bypasses. 111 7. Cover floor surfaces indicated to remain with heavy sisal -kraft paper or other approved material during work operations. 8. Protect all existing streets, curbs, gutters, sidewalks and adjacent structures (on or off the job -site) which are to remain undisturbed as prescribed by the Engineer. 9. Protect the adjacent structure and property from damage. 10. Protect adjacent walls and ceiling surfaces of the work area from damage by approved methods. 11. Protect and cover all windows or other openings. 12. Remove all protections when work is completed and /or when authorized by the Engineer. 13. Repair any damage to remaining existing structure of facilities as caused by the Contractor's operations at the Contractor's expense. 14. Methods: Repair or replace existing remaining work with new materials as necessary for restoration of damaged areas or surfaces to a condition 1 satisfactory to the Engineer. 1.04 PAYMENT All costs for minor demolition, as specified herein, shall be included in the items "Dispose of Debris Material ", "Repair Spallls on Exterior of West Wall" and "Reconstruct Wood Framing on South Wall." PART 2 — PRODUCTS None required in this Section. PART 3 — EXECUTION 3.01 SITE CONDITIONS Examine the Job -site areas and conditions under which work of this Section will 1 be performed. Correct conditions detrimental to timely and proper completion of Contracted Work as directed by the City Engineer or the Consultant. Do not proceed with Contracted Work until detrimental conditions have been corrected. 3.02 MINOR DEMOLITION AND /OR ALTERATIONS A. General: 1. Visit the job -site prior to bid and as many times as necessary to further 1 verify the extent of the work to be performed under this Contract. 2. Prior to start of minor demolition or alteration operations, carefully study the Contract Drawings and Project Manual, and coordinate the work. 106 111 1 1 3. Contractor is required to perform an exploratory demolition, if necessary, 1 and located all the utilities and structural elements, including all the steel members or reinforcing steel, prior to any demolition at no additional cost to the contracting agency. 1 B. Methods (as applicable): 1 1. As best devised by the Contractor for the required work with suitable equipment, in accordance with Codes and Regulations hereinbefore specified in Subsection 1.2B of this Section. 1 2. Procedures to be orderly and careful with due consideration for the safety of occupants of the building and /or adjacent structures, yard areas, street areas and the Public. 1 3. Provide bracing and shoring as necessary to avoid accidents. 4. Existing building or Structure (as applicable): a. Complete or partial demolition as indicated on the Plans. b. Cutting: To be straight, plumb and /or level as required. Straight -line 1 say cut masonry, stone, concrete or marble; jackhammering or impact tools are not permitted anywhere in the building. c. Cut masonry back to joint lines, remove old mortar and allow space 1 for repairs to backing. d. Remove as necessary all miscellaneous items not mentioned on the Contract Drawings or in the Project Manual where they interfere with 1 new construction, in a manner not damaging to adjacent work. e. Throwing, dropping or permitting the free fall of material and debris from heights are prohibited. All chutes or enclosures, if approved by 1 the Engineer, shall be provided with adequate guardrail, toe board or bumpers, barricades, signs and other required appurtenances. The Contractor shall submit a copy of the permit or chute and /or enclosure 1 design prior to the start of the demolition work. f. All man or material lift shall be in conformance with OSHA and other code requirements. Submit the erection drawings with attachment details to the Engineer for approval. g. Contractor shall make all necessary notifications and arrangements for inspections required by the local governing agencies prior to the start of excavations or removals. Execute all removal operations 1 using suitable and safe equipment and by methods and plans approved by he Engineer and other local governing agencies. 3.03 SALVAGEABLE MATERIALS Deliver to the City the salvageable material as indicated in the Plans. 1 3.04 REPLACEMENTS 1 In the event of demolition of items not so scheduled to be demolished or removed, promptly replace such items to the approval of the Engineer at no cost to the City. 1 1 107 1 1 3.05 CLEAN UP AND DISPOSAL I Comply with applicable provisions specified in Section 6 -01 of the Standard Specifications. END OF SECTION 1 1 1 1 1 1 1 1 1 1 1 1 1 1 108 1 1 DIVISION 2 — SITEWORK Section 02250 — Temporary Shoring and Bracing 1 PART 1 — GENERAL 1.01 SCOPE This Section covers the site work involving temporary shoring and bracing, to repair the crane beams. The work covered in this Section includes, but is not 1 limited to, the furnishing of all labor, materials and equipment for the construction and maintenance of temporary shoring and bracing systems, as indicated on the Plans and as specified herein. ' 1.02 RELATED WORK SPECIFIED ELSEWHERE Section Item 02300 General Sitework ' 1.03 WORK INCLUDED The extent of temporary shoring and bracing work includes, but is not limited to: 1 1 Temporary shoring and bracing at the site and adjacent areas necessary to support the existing crane while replacing the existing crane beams. Protect ' against damage to existing structures, equipment, utilities, and electrical systems. All work shall comply with codes and authorities having jurisdiction. 2 Safety shall conform to Washington State Laws. ' 3 Maintenance of shoring and bracing. A. SHORING CONSULTANT ' The Contractor shall engage the services of a qualified structural engineer to design temporary shoring and bracing. The Contractor shall submit the names of the engaged consultants and their qualifying technical experience. 1.04 QUALITY ASSURANCE B. SHORING DESIGN The Contractor shall provide layout and design drawings and specifications for shoring and bracing. Temporary shoring and bracing system design and calculations shall be stamped, signed and provided by a Professional t Engineer registered in the State of Washington. C. REGULATIONS The Contractor shall comply with local codes and ordinanances of governing 1 authorities having jurisdiction. 1 1 109 1 1 1.05 SUBMITTALS The Contractor shall submit shoring and bracing layout and design drawings, calculations and other back up data to the Engineer prior to the start of 1 construction. 1.06 PROJECT CONDITIONS A. SOILS INFORMATION A soils investigation has been conducted for this project and a copy of the 1 report is included with this bid package. The Geotechnical Study Report, YAKIMA VALLEY TRANSIT BUILDING REHABILITATION FOR CITY OF YAKIAM, WASHINGTON, by Shannon & Wilson, Inc., dated April 2, 2009 1 was prepared for the exclusive use of the Owner and his agents to assist in the design of the subject facility. It is made available to the Contractor to assist in the design of the shoring systems. It is made available to Bidders and Contractors for information on factual data only, and not as a warranty of subsurface conditions, such as those interpreted from the subsurface explorations presented, and discussion of subsurface conditions included in the Report. Data on indicated subsurface conditions are not intended as representations 1 or warranties of accuracy of continuity between soil borings. It is expressly understood that the Owner and his agents shall not be responsible for interpretations or conclusions drawn by the Contractor from the Geotechnical 1 Report. This data is made available solely for the convenience of the Contractor. B. SITE SURVEY The background survey information provided on the Plans is shown for clarity only. The Contractor shall determine, before commencing work, the exact location of all existing features that may be disrupted by new construction, including existing underground and overhead utilities. The Contractor shall be fully responsible for any and all damages which might be caused by the Contractor's failure to exactly locate and /or preserve existing site features. Prior to commencing work, the Contractor shall check and verify governing 1 dimensions and elevations. The Contractor shall survey adjacent structures and facilities, establishing exact elevations at fixed points to act as temporary bench marks, clearly identify temporary bench marks and record existing elevations from the control points shown on the Plans. Temporary benchmarks shall be established sufficiently distant from work operations so as not to be affected by movement resulting from such operations. 1 110 1 1 1 1.07 EXISTING UTILITIES The Contractor shall protect existing utility services and structures that may be present. This shall also include all services and structures that are the property of 1 the Owner. 1.08 PAYMENT The lump sum payment for the item "Shore Existing Crane" shall include costs for all labor, material and equipment necessary to shore the existing crane. PART 2 — PRODUCTS The Contractor shall provide suitable shoring and bracing materials which shall support loads imposed. Materials for shoring systems need not be new, but shall be in serviceable conditions. PART 3 — EXECUTION 1 3.01 VERIFICATION OF CONDITIONS The Contractor shall notify the Engineer immediately if, during construction if conditions are different from those encountered or as described in the Geotechnical Report. 3.02 INSTALLATION AND APPLICATION The Contractor shall provide shoring systems adequately anchored and braced 1 to resist the crane loads at locations as needed to support during construction. The Contractor shall locate required bracing to clear all permanent work. Bracing ' which must be relocated shall be installed prior to the removal of original bracing. The Contractor shall not place bracing where it will be in conflict with work, except as otherwise acceptable to the Owner. The Contractor shall maintain bracing until structural elements are rebraced by other bracing or until permanent construction is able to withstand loads. 3.03 REMOVAL ' The Contractor shall remove shoring and bracing in stages to avoid disturbances to adjacent and damage to structures, facilities and utilities. The Contractor shall repair or replace, as acceptable to the Owner, adjacent work damaged or displaced through the installation or removal of shoring and bracing work. 1 1 111 1 1 3.04 SAFETY SYSTEMS I All work shall be carried out with due regard of public safety. The Contractor is reminded that the Owner has not so delegated, and the Engineer does not I purport to be a shoring and bracing safety expert, is not so engaged in that capacity, and has neither the authority nor the responsibility to enforce construction, safety laws, rules, regulations or procedures or to order the stoppage of wok for claimed violations of safety. The furnishing by the Engineer 1 of resident representations and inspection personnel shall not make the Engineer responsible for the enforcement of such laws, rules, regulations or procedures nor shall such make the Engineer responsible for construction means, methods, techniques, sequences, procedures or for the Contractor's failure to properly perform the work necessary for all safety. 1 END OF SECTION 1 1 1 1 1 1 1 1 1 1 112 I 1 1 DIVISION 2 — SITEWORK 1 Section 02300 — General Sitework 1 PART 1 — GENERAL 1.01 SCOPE 1 This Section covers the work necessary for facility site work, including removal of debris piles, and floor removal and replacement for temporary shoring and 1 bracing systems. 1.02 RELATED WORK SPECIFIED ELSEWHERE 1 Section Item 02250 Temporary Shoring and Bracing 1 1.03 PAYMENT No separate or additional payment will be made for the work and material 1 associated with removing and replacing the floor for placement of temporary shoring system as specified herein. All costs shall be included in the lump sum ' price for "Shoring Existing Crane ". PART 2 — PRODUCTS 1 All gravel materials shall conform with Section 02700 of these Specifications entitled "GRAVEL MATERIALS." Structural fill materials shall be relatively clean, ' well - graded granular material free of organic material and debris. Materials shall contain no more than five (5) percent passing the U.S. STANDARD NO. 200 Sieve, with 1 -1/2 inch maximum size. The fines shall be non - plastic. Structural fill ' materials shall be native excavated materials, or, if an adequate amount of native excavated material is not available, imported materials. PART 3 — EXECUTION 3.01 GENERAL ' All debris piles as identified in the plans shall be removed and properly disposed by the contractor. ' Removal of existing wood flooring for placement of the temporary shoring system shall be removed and replaced by the contractor. If the existing wood flooring removed cannot be re- installed with original structural integrity, it shall be replaced with new material of like kind to the satisfaction of the Engineer. Materials to be removed may consist of debris, rubble, concrete, metal, and 1 wood. 1 113 1 1 The Contractor's attention is also called to the special shoring and bracing that I may be required. 3.02 DISPOSAL OF MATERIAL 1 Material shall be hauled to an approved waste site(s), as selected by the Contractor. The Contractor shall submit a list of approved waste haul site(s) to the Owner and the Engineer prior to the commencement of hauling of waste materials. 3.03 PROTECTION OF FOUNDATION SURFACES Care shall be taken to preserve the foundation surfaces shown on the Plans in 1 an undisturbed condition. If the Contractor Unnecessarily overexcavates or disturbs the foundation surfaces shown on the Plans or specified herein without I written authorization of the Engineer, the Contractor shall replace such foundations with concrete fill or other suitable material approved by the Engineer in a manner which will show by test an equal bearing capacity with the undisturbed foundation material. No additional payment shall be made for the added quantity of concrete fill or other suitable material used because of unnecessary overexcavation caused by the Contractor or his operations. 1 3.04 STRUCTURE COMPACTION The foundation gravel material placed underneath all structures shall be moisture I conditioned to within three (3) percent of optimum moisture content and shall be placed in loose, horizontal layers. The thickness of layers placed before III compaction shall not exceed twelve (12) inches for heavy- equipment compactors and shall not exceed six (6) inches for hand - operated mechanical compactors. Layers shall be compacted to a dense state equaling at least 95 percent of the ' maximum dry density, using the modified proctor, per ASTM D1557. Prior to the placement of fill below structures, any and all groundwater and surface water shall be drained or pumped from areas to be filled. Backfill material shall be 1 compacted to 90 percent of the maximum dry density, using the modified proctor, per ASTM D1557 within five (5) feet of all walls and shall be compacted to 95 percent of the maximum dry density, using the modified proctor, per ASTM DI557 1 beyond five (5) feet of all walls. Any and all compaction within five (5) feet of all walls shall be accomplished by means of hand - operated mechanical equipment rather than heavy- equipment compactors. 1 END OF SECTION 1 114 1 DIVISION 3 — CONCRETE ' Section 03200 — Concrete Reinforcement 1 PART 1 — GENERAL 1.01 SCOPE This Section includes reinforcement and associated items for all concrete, including, but not necessarily limited to: reinforcing steel bars, wire fabric and accessories for cast -in -place concrete. 1.02 RELATED WORK SPECIFIED ELSEWHERE 1 Section Item 01300 Submittals 03300 Cast -in -Place Concrete 05500 Miscellaneous Metal Fabrication ' 1.03 REFERENCES This Section references the latest revisions of the following documents: ' Reference Title ACI 301 Structural Concrete for Buildings ACI 318 Building Code Requirements for Structural Concrete ACI SP -66 American Concrete Institute — Detailing Manual ANSI /ASTM A82 Cold Drawn Steel Wire for Concrete Reinforcement ANSI /ASTM A185 Welded Steel Wire Fabric for Concrete Reinforcement ' ANSI /AWS D1.4 Structural Welding Code for Reinforcing Steel ANSI /AWS D12.1 Reinforcing Steel Welding Code ASTM A615 Deformed and Plain Billet Steel Bars for Concrete ' AWS D12.1 Reinforcement Welding Reinforcement Steel, Metal Inserts and Connections in Reinforced Concrete Construction 1 1.04 SUBMITTALS Submit in accordance with provisions of Section 01300. ' A. SHOP DRAWINGS ' Indicate bar sizes, spacings, locations and quantities of reinforcing steel and welded wire fabric, bending and cutting schedules, supporting and spacing devices. 1 B. MANUFACTURER'S CERTIFICATE 1 1 115 1 1 Certify that reinforcing bar and welded wire fabric meet or exceed specified requirements. Submit certified copies of mill test reports of reinforcement materials analysis. 1.05 QUALITY ASSURANCE Perform work in accordance with ACI 301. 1 1.06 COORDINATION Coordinate with placement of formwork, formed openings and other work. 1 1.07 PAYMENT 1 No separate or additional payment will be made for the work and material specified herein. All costs for concrete reinforcement, as specified herein, shall be included in the unit contract price per each for "Construct Column Base ". PART 2 — PRODUCTS 2.01 REINFORCEMENT A. REINFORCING STEEL 1 ASTM A615, deformed bars: Grade 40 for #3 bars and smaller, Grade 60 for "4 bars and larger, unless noted otherwise on the Drawings. 1 B. WELDED STEEL WIRE FABRIC ASTM A185 Plain Type; in flat sheets; plain. 1 2.02 ACCESSORY MATERIALS A. TIE WIRE Minimum 16 -guage annealed type. B. CHAIRS, BOSTERS, BAR SUPPORTS, SPACERS Sized and shaped for strength and support of reinforcement during concrete placement conditions including load- bearing pad on bottom where required to prevent vapor barrier puncture. 1 C. SPECIAL CHAIRS, BOLSTERS, BAR SUPPORTS, SPACERS ADJACENT TO WEATHER EXPOSED CONCRETE SURFACES 1 Plastic- coated steel type; size and shape as required. 116 1 1 1 ' D. MECHANICAL BAR SPLICES Comply with ACI 318 requirement of minimum tensile strength of 125 percent of specified yield for reinforcement. ' Subject to compliance with the requirements and approval of the Engineer, products which may be incorporated into the work include, but are not limited 1 to: BAR -LOCK (MBT) Coupler Systems 1 "ERICO" Rebar Splicing 2.03 FABRICATION 1 Fabricate concrete reinforcing in accordance with ACI SP -66. Obtain written approval from the Engineer prior to welding reinforcing steel. Weld reinforcement ' in accordance with ANSI /AWS D1.4 or ANSI /AWS D12.1. PART 3 — EXECUTION ' 3.01 PLACEMENT 1 Comply with Concrete Reinforcing Steel Institute's recommended practice for "placing Reinforcing Bars" for details and methods or reinforcement placement and supports, and as herein specified. Avoid cutting or puncturing vapor barrier during reinforcement placement and concreting operations. Clean reinforcement of loose rust and mill scale, earth, ice and other materials that reduce or destroy bond with concrete. Accurately position, support, and ' secure reinforcement against displacement by formwork, construction or concrete placement operations. Locate and support reinforcing by metal /plastic chairs, runners, bolsters, spacers and hangers, as required. 1 Install reinforcing bars with clearance indicated on the Plans. Provide laps as shown and stagger locations to minimize the concentration of multiple reinforcing t at joints. Unless noted otherwise on the Drawings, provide two #5 minimum trim bars around all openings and penetrations. Arrange, space and securely tie bars and bar supports to hold reinforcement in position during concrete placement ' operations. Set wire ties so ends are directed into concrete, not toward exposed concrete surfaces. Install welded wire fabric in lengths as long as practicable. Lap adjoining pieces at least one full mesh and lace splices with tie wire. Offset end laps in adjacent widths to prevent continuous laps in either direction. END OF SECTION 1 117 DIVISION 3 — CONCRETE Section 03300 — Cast -in -Place Concrete PART 1 — GENERAL , 1.01 SCOPE The extent of concrete work is shown on the Drawings, including schedules, notes and details for the construction of cast -in -place concrete structures, and column supports. 1.02 RELATED WORK SPECIFIED ELSEWHERE Section Item ' 01300 Submittals 03200 Concrete Reinforcement 06100 Rough Carpentry 1.03 REFERENCES This section references the latest revisions of the following documents: Reference Title ' ACI 212.3R Chemical Admixtures for Concrete ACI 212.4R Guide for Use of High -Range Water- Reducing Admixtures (Superplasticizers) in Concrete ACI 301 Structural Concrete for Buildings ACI 302 Guide for Concrete Floor and Slab Construction ACI 304 Recommended Practice for Measuring, Mixing, Transporting and Placing Concrete ACI 305R Hot Weather Concreting ACI 306R Cold Weather Concreting ACI 308 Standard Practice for Curing Concrete ACI 318 Building Code Requirements for Reinforced Concrete ACI 350 Environmental Engineering Concrete Structures ANSI /ASTM D994 Performed Expansion Joint Filler for Concrete (Bituminous Type) ANSI /ASTM D1190 Concrete Joint Sealer, Hot - Poured Elastic Type ANSI /ASTM D1751 Preformed Expansion Joint Fillers for Concrete Paving and Structural Construction (Nonextruding and Resilient Bituminous Types) ANSI /ASTM D1752 Preformed Sponge Rubber and Cork Expansion Joint 1 Fillers for Concrete Paving and Structural Construction ASTM B221 Aluminum and Aluminum -Alloy Extruded Bars, Rods, Wire, Shapes and Tubes ASTM C33 Concrete Aggregates ASTM C94 Ready -Mixed Concrete ASTM C131 Abrasion and Impact Test — Small Aggregate 118 1 1 ASTM C150 Portland Cement 1 ASTM C260 Air Entraining Admixtures for Concrete ASTM C494 Chemicals Admixtures for Concrete ASTM C535 Abrasion and Impact Test — Large Aggregate ' ASTM C618 Fly Ash and Raw or Calcinated Natural Pozzolan for Use as a Mineral Admixture in Portland Cement Concrete 1 1.04 SUBMITTALS Submit under provisions of Section 01300. 1 A. CONCRETE MIX DESIGN Submit mix design for proposed mix indicating components and proportions by weight, including any admixtures. Mix design shall state chloride content. ' B. CERTIFIED TEST REPORTS Submit test results indicating compressive strength of concrete in compliance 1 with requirements herein and ACI 301. C. SIEVE ANALYSIS 1 Submit sieve analysis for proposed coarse and fine aggregates indicating components, source and gradation. 1 D. PRODUCT DATA ' Provide data on proposed admixtures and embedded items, including waterstops. For admixtures other than those proposed for air entrainment, submit a letter from the manufacturer describing the benefits of its use for the ' project and effect of its use on the properties of the concrete. Product data shall expressly state admixtures are chloride free, or the manufacturer shall submit a letter certification stating the same. 1 E. MATERIAL DELIVERY TICKETS ' Provide copies of all concrete and grout material delivery tickets to the Engineer. 1 1.05 QUALITY ASSURANCE Perform work in accordance with ACI 301. Acquire cement and aggregates from ' same source for all work performed on project. Conform to ACI 305R when concreting during hot weather. Conform to ACI 306R when concreting during cold weather. Provide or coordinate field and laboratory testing as described later 1 in this Section. 1 119 1 1 1.06 COORDINATION t Coordinate work in accordance with provisions of Section 01310. Coordinate the placement of embedded items with erection of concrete formwork and placement of form accessories. 1.07 PAYMENT ' All costs for the work and materials specified herein shall be incidental to the per each unit bid price for "Construct Column Base." PART 2 — PRODUCTS 2.01 FORM MATERIALS A. FORMS FOR EXPOSED FINISH CONCRETE 1 Plywood, metal, metal- framed plywood faced, or other acceptable panel -type materials, to provide continuous, straight, smooth, exposed surfaces. Furnish in largest practicable sizes to minimize number of joints and to conform to joint system shown on the Plans. B. FORMS FOR UNEXPOSED FINISH CONCRETE Plywood, lumber, metal or other acceptable material. Provide lumber dressed on at least two edges and one side for tight fit. C. FORMS FOR TEXTURED FINISH CONCRETE Units of face design, size, arrangement, and configuration where indicated on the Drawings and to match Architect's control sample. Provide solid backing and form supports to ensure stability of textured form liners. D. FORMS FOR CYLINDRICAL COLUMNS AND SUPPORTS Metal, fiberglass- reinforced plastic, or paper or fiber tubes. Construct paper or fiber tubes of laminated plies using water - resistant adhesive with wax- impregnated exterior for weather and moisture protection. Provide units with sufficient wall thickness to resist loads imposed by wet concrete without deformation. ' E. FORM COATINGS Provide commercial formulation form - coating compounds that will not bond with, stain, or adversely affect concrete surfaces, and will not impair subsequent treatments of concrete surfaces. ' 120 ' 1 1 F. FORM TIES Factory- fabricated, adjustable - length, removable or snap -off metal form ties, 1 designed to prevent form deflection and to prevent spalling of concrete upon removal. Provide units that will leave no metal closer than 1-1/2" to surface. Unless noted otherwise on the Drawings, provide ties with plastic cone devices which, when removed, will leave holes not larger than 1" diameter in concrete surface. 1 2.02 CONCRETE MATERIALS A. CEMENT ASTM C150, Type II — Moderate or Type I — II. Use one brand of cement throughout the project, unless otherwise acceptable to the Engineer. B. FINE AND COARSE AGGREGATES Comply with ASTM C33. Provide aggregates from a single source. Coarse aggregate shall be size designation 467, and shall show a loss of weight not ' exceeding 35 percent after 500 revolutions in a wear machine, when tested in accordance with ASTM C131 or ASTM C535. ' C. WATER Clean, potable, and not detrimental to concrete, in compliance with ASTM ' C94. 2.03 ADMIXTURES 1 Except for air entrainment, use of all other admixtures used shall be subject to approval of the Engineer and at no additional cost to the City. Only admixtures ' expressly stated by the manufacturer as being chloride -free shall be used. Subject to compliance with requirements, products which may be incorporated into the work include, but are not limited to, the following. 1 A. AIR ENTRAINMENT ASTM C260, certified by manufacturer to be compatible with other proposed 1 admixtures. Master Builders MB AE 90 or MICRO -AIR Sika AER W. R. Grace Daravair or Darex Series 1 1 121 1 1 B. WATER- REDUCING ADMIXTURE ASTM C494 Type A Master Builders PolyHed 1 Sika Plastocrete 161 FL W. R. Grace WRDA Series C. ACCELERATING ADMIXTURE ASTM C494 Type C. 1 Master Builders Possolith NC534 Sika Plastocrete 161 FL W. R. Grace Polarset of DCI D. WATER REDUCING, RETARDING ADMIXTURE ASTM C494, Type D. Master Builders Pozzolith 100XR 1 Sika Plastiment W. R. Grace Daratard Series E. WATER REDUCING, ACCELERATING ADMIXTURE ASTM C494 Type E 1 Euclid Chemical Co. Accelguard 80 Master Builders Pozzutec 20 W. R. Grace Daraccel F. HIGH -RANGE WATER REDUCER (HRWR) 1 ASTM C494, Type F. Master Builders Rheobuild 1000/3000 FC 1 Sika Sikament 10 ESL W. R. Grace ADVA 100 G. HIGH RANGE WATER REDUCER AND RETARDER ASTM C494, Type G 1 Master Builders Pozzolith 440N W. R. Grace Daracem -100 1 122 1 1 1 H. POZZOLAN ' ASTM C618 — CLASS F, with a CaO maximum content of 10 %. 1 2.04 ACCESSORIES A. BONDING AGENT 1 ASTM C881, Type I and II, Grade 2, Class C, Epoxy Resin. Subject to Contract requirements, provide one of the following or approved equal: 1 Sika Armatec 110 Conspec SpecBond 100 ' W. R. Meadows Sealtight Rezi Weld 1000 B. CURING COMPOUND /CHEMICAL FLOOR HARDENER 1 ASTM C309 , Type I, Class A and B. Subject to Contract requirements, provide one of the following or approved equal: t W. R. Meadows Sealtight 1100 -Clear Conspec RX cure Chemrex, Inc. Masterkure 1 Burke Spartan -Cote WB Note: for potable water facilities, do not use curing compounds unless t hey 1 are NSF approved (on structure surfaces containing water). C. GERNEAL PURPOSE NON - SHRINK NON - METALLIC GROUT 1 Premixed compound consisting or non - metallic aggregate, cement, water reducing and plasticizing agents; capable of developing minimum ' compressive strength of 2,400 psi (17 Mpa) in 48 hours and 7,000 psi (48 Mpa) in 28 days. Subject to Contract requirements, provide one of the following or approved equal: Sika SikaGrout 212 Conspec 100 Non Metallic Chemrex, Inc. Masterflow 928 Grout 1 W. R. Meadows Sealtight 588 D. NON - SHRINK, METALLIC GROUT 1 Chemrex, Inc. Embeco 885 Grout ' E. WATERSTOPS Provide waterstop of type and size at construction joints and other joints as indicated in the Plans. 1 123 1 1 1. PVC Polyvinyl Chloride) Serrated (ribbed), 3/8" minimum thickness for 6" and larger and 3/16" 1 minimum thickness for 4 ". Comply with Corps of Engineers CRD- C -572- 74. No reclaimed PVC will be allowed in waterstop. Subject to compliance with requirements, manufacturers offering products that may be incorporated in the work include, but are not limited to the following: Greenstreak Vinylex Corporation W. R. Meadows 2. Cold -Joint Waterstop Install where indicated in the Plans or at locations approved by the 1 Engineer. Cold -joint waterstop shall be certified by the manufacturer to be compatible of use in wastewater (sewage) containment structures. Subject to compliance with requirements, manufacturers offering products that may be incorporated in the work include, but are not limited to the following: 1 Hydrotite, Greenstreak Waterstop -RX, Colloid Environmental Technologies, Co. 1 F. PLASTIC JOINT FORMER Provide and install, per manufacturer's recommendations, where indicated in 1 the Plans or at locations approved by the Engineer. Subject to compliance with requirements, manufacturers offering products that may b e incorporated in the work include, but are not limited to the following: Greenstreak 1 Vinylex Corporation W. R. Meadows G. VAPOR BARRIER 1 6 -mil fabric - reinforced plastic film. G. STAIR NOSINGS 1 American Safety Tread Co. Inc., Style 816 with steel wing anchors with nuts and anchor bolts or approved equal. 1 124 1 1 2.04 CONCRETE MIX ' A. GENERAL ' Prepare design mixes for each type and strength of concrete by either laboratory trial batch or field experience methods as specified in ACI 301. If trial batch method is used, use an independent testing facility acceptable to ' the Engineer for preparing and reporting proposed mix designs. The testing facility shall not be the same as that used for field quality control testing. The maximum water soluble chloride ion content, expressed as a percent of the cement, contributed from all ingredients of the concrete mix, including water, aggregates, cementitious materials, and admixtures, shall not exceed 0.10 percent. Pozzolans may be counted as part of the total cementitious material in the concrete mix design. The cementitious material is the "minimum cement content" specified in the mix design for each type of concrete. When pozzolans are used as part of this "cement content," the ' minimum content shall be 15% by weight of the total cementitious materials (Portland cement and pozzolans) and not more than 20 %. 1 B. MIX DESIGNS Provide normal weight concrete with the following properties, unless noted ' otherwise on the Drawings. 1. Unspecified Concrete 1 Structural concrete of general use in structures, sidewalks, and where no specific class of concrete is designated. Minimum compressive strength @ 28 days: 3500 psi Minimum cement content: 6 sacks per cubic yard Maximum water cement ratio by weight: 0.45 ' 2. Lean Concrete ' Concrete for pipe thrust blocks or for use as noted as "Concrete Fill" on the Drawings. ' Minimum compressive strength @ 28 days: 2500 psi Minimum cement content: 5 sacks per cubic yard ' 3. Cement grout Concrete for filling guard posts, grouting of clarifier bottoms, base plates 1 or for other uses as shown on the Drawings. Cement grout shall be sand and cement only and shall not contain coarse aggregate. Minimum compressive strength @ 28 days: 2500 psi 1 Minimum cement content: 6.5 sacks per cubic yard 1 125 1 1 Maximum water cement ratio by weight: 0.54 1 C. ADMIXTURES 1. Air Entrainment 1 Use air - entraining admixture in all exterior exposed concrete. Add air - entraining admixture at manufacturer's prescribed rate to result in concrete at point of placement in accordance with ASTM C173 or C231 having total air content with a tolerance of plus or minus 1 percent within the following limits: 1 5.5 percent for 1.5 inch max. coarse aggregate size 6.0 percent for 1.0 inch max. aggregate 7.0 percent for 0.50 inch or less max. aggregate 2. Other Admixtures Use of all other admixtures shall be subject to the approval of the Engineer, and shall be in accordance with ACI 212.2R and Manufacturer's recommendations. Only admixtures stated by the 1 manufacturer to be chloride -free shall be used. D. SLUMP LIMITS 1 Proportion and design mixes to result in concrete slump (1" ± of the maximum) at the point of placement in accordance with ASTM C143 as follows: Ramps, slabs, and sloping surfaces: Not more than 3 inches. Reinforced foundation systems: Not less than 1 inch or more than 3 inches. Other concrete: Not Tess than 1 inch or more than 4 inches. Concrete containing HRWR admixture (super - plasticizer): Not more than 8 1 inches after addition of HRWR to site - verified 2- to 3 -inch slump concrete. E. CONCRETE MIXING 1 Comply with requirements of ASTM C94, and as herein specified. During hot weather, or under conditions contributing to rapid setting of concrete, a shorter mixing time than that specified in ASTM C94 may be required. 1 1 126 1 1 1 PART 3 - EXECUTION 1 3.01 GENERAL 1 Coordinate the installation of joint materials and vapor barriers with placement of forms and reinforcing steel. 1 3.02 FORMS Design, erect, support, brace, and maintain formwork to support vertical and lateral, 1 static, and dynamic loads that might be applied until such Toads can be supported by concrete structure. Construct formwork so concrete members and structures are of correct size, shape, alignment, elevation, and position. Maintain formwork construction tolerances complying with ACI 347. Design formwork to be readily removable without impact, shock, or damage to cast -in -place concrete surfaces and adjacent materials. 1 Construct forms to sizes, shapes, lines, and dimensions shown, and to obtain accurate alignment, location, grades, level and plumb work in finished structures. 1 Provide for openings, offsets, sinkages, keyways, recesses, moldings, rustications, reglets, chamfers, blocking, screeds, bulkheads, anchorages and inserts, and other features required in the work. Use selected materials to obtain ' required finishes. Solidly butt joints and provide back up at all joints to prevent leakage of cement paste. 1 Fabricate forms for easy removal without hammering or prying against concrete surfaces. Provide crush plates or wrecking plates where stripping may damage cast -in -place concrete surfaces. Provide top forms for inclined surfaces where 1 slope is too steep to place concrete with bottom forms only. Provide Kerf wood inserts for forming keyways, reglets, recesses, and the like, to prevent swelling and for easy removal. 1 Provide temporary openings where interior area of formwork is inaccessible for cleanout, for inspection before concrete placement, and for placement of concrete. Securely brace temporary openings and set tightly to forms to prevent 1 Toss of concrete mortar. Locate temporary openings in forms at inconspicuous locations. ' Chamfer all exposed corners and edges and other areas unless indicated otherwise, using wood, metal, PVC, or rubber chamfer strips fabricated to produce uniform smooth lines and tight edge joints. Provisions for Other Trades: Provide openings in concrete formwork to accommodate work of other trades. Determine size and location of openings, recesses, and chases from trades providing such items. Accurately place and securely support items built into forms. 1 1 127 1 1 3.03 JOINT AND WATERSTOPS A. Construction Joints Locate and install construction joints where indicated, or locate so as not to 1 impair strength and appearance of the structure, as acceptable to Engineer. Place construction joints perpendicular to main reinforcement. Continue reinforcement across construction joints, except as otherwise indicated. 1 B. Waterstops Provide waterstops in construction joints of all water containment structures 1 and where indicated. Install waterstops to form continuous diaphragm in each joint in accordance with manufacturer's recommendations. Make provisions to support and protect exposed waterstops during progress of work. Fabricate field joints in waterstops in accordance with manufacturer's printed instructions and recommendations. All waterstops shall be tied into place using hog rings and /or tie wire to keep the waterstop from moving during placement of concrete. Provide manufacturer's written warranty for all waterstop installations. C. Isolation Joints in Slabs -on -Grade Unless otherwise noted, construct isolation joints in slabs -on -grade at points of contact between slabs -on -grade and vertical surfaces, such as column pedestals, foundation walls, grade beams, and elsewhere as indicated. Joint filler and sealant materials are specified in Division 7 of these specifications. D. Slab (Control) Joints Construct joints in slabs -on -grade as shown. Use saw cuts 1/8" x 25% of slab depth or inserts 1/4" wide x 25% of slab depth. 1 E. Premolded (Control) Joints Insert premolded plastic, hardboard or fiberboard strip into fresh concrete until top surface of strip is flush with slab surface. Tool slab edges round on each side of insert. After concrete has cured, remove inserts and clean groove of loose debris. F. Edge Forms and Screed Strips for Slabs Set edge forms or bulkheads and intermediate screed strips for slabs to obtain required elevations and contours in finished slab surface. Provide and secure units sufficiently to support types of screed strips by use of strike -off templates or accepted compacting -type screeds. 1 128 1 1 1 3.04 INSTALLATION OF EMBEDDED ITEMS: A. General ' Set and build into work anchorage devices and other embedded items required for other work that is attached to, or supported by, cast -in -place concrete. Use installation drawings, diagrams, instructions, and directions ' provided by suppliers of items to be embedded. B. Cleaning and Tightening 1 Thoroughly dean forms and adjacent surfaces to receive concrete. Remove chips, wood, sawdust, dirt, or other debris just before concrete is placed. 1 Retighten forms and bracing after concrete placement as required to eliminate mortar leaks and maintain proper alignment. C. REGLETS 1 Install reglets to receive top edge of foundation sheet waterproofing, and to receive through -wall flashing as shown at lintels, relieving angles, and other conditions. 3.05 VAPOR BARRIER INSTALLATION Following leveling and tamping of granular base material for slabs on grade, place vapor barrier sheeting with longest dimension parallel with direction of ' concrete placement. Lap joints a minimum of 6" and seal with appropriate approved tape. After 1 placement of vapor barrier, cover with sand material and compact to depth as shown on the Drawings. 3.06 PLACING REINFORCEMENT 1 See Section 03200 of these Specifications. 1 3.07 PREPARATION OF FORM SURFACES Clean re -used forms of concrete matrix residue, repair and patch as required to ' return forms to acceptable surface condition. Coat contact surfaces of forms with a form - coating compound before reinforcement is placed. ' Thin form coating compounds only with thinning agent of type, amount, and under conditions of form - coating compound manufacturer's directions. Do not allow excess form - coating material to accumulate in forms or to come into 1 contact with in -place concrete surfaces against which fresh concrete will be placed. Apply in compliance with manufacturer's instructions. Coat steel forms with a non - staining, rust - preventative form oil or otherwise 1 protect against rusting. Rust - stained steel formwork is not acceptable. 1 129 1 1 3.08 PREPARATION OF EXISTING CONCRETE SURFACES 1 The Contractor shall bush hammer all existing concrete surfaces that are to have 1 new concrete cast against them. Place epoxy bonding agent prior to placing concrete. 3.09 CONCRETE PLACEMENT 1 A. General Comply with ACI 304 "Recommended Practice for Measuring, Mixing, 1 Transporting, and Placing Concrete," and as herein specified. Before placing concrete, inspect and complete formwork installation, 1 reinforcing steel, and items to be embedded or cast -in. Notify other crafts to permit installation of their work; cooperate with other trades in setting such work. Apply temporary protective covering to lower two feet of finished walls adjacent to poured floor slabs and similar conditions, and guard against spattering during concrete placement. B. Placing Concrete in Forms Deposit concrete in forms in horizontal layers not deeper than 24" and in a manner to avoid inclined construction joints. Where placement consists of several layers, place each layer while preceding layer is still plastic to avoid cold joints. 1 Consolidate placed concrete by using mechanical vibrating equipment supplemented by hand spading, rodding, or tamping. Use equipment and procedures for consolidation of concrete in accordance with ACI 309. Do not use vibrators to transport concrete inside forms. Insert and withdraw vibrators vertically at uniformly spaced locations not farther than visible effectiveness of machine. Place vibrators to rapidly penetrate placed layer and at least 6" into preceding layer. Do not insert vibrators into lower layers of concrete that have begun to set. Limit vibration time for each insertion to 1 only what is necessary to consolidate concrete and complete embedment of reinforcement and other embedded items. Do not allow segregation of mix. C. Placing Concrete Slabs Deposit and consolidate concrete slabs in a continuous operation, within limits of construction joints, until the placing of a panel or section is completed. Consolidate concrete during placing operations so that concrete is thoroughly worked around reinforcement and other embedded items and into corners. Bring slab surfaces to correct level with straightedge and strike - off. Use bull floats or darbies to smooth surface, free of humps or hollows. Do not disturb slab surfaces prior to beginning finishing operations. Maintain 1 reinforcing in proper position during concrete placement operations. 130 1 1 1 D. Cold Weather Placing Protect concrete work from physical damage or reduced strength, which could be caused by frost, freezing actions, or low temperatures, in compliance with ACI 306 and as herein specified. ' When air temperature has fallen to or is expected to fall below 40° F (4° C), uniformly heat water and aggregates before mixing to obtain a concrete mixture temperature of not less than 50° F (10° C), and not more than 80° F (27° C) at point of placement. Do not use frozen materials or materials containing ice or snow. Do not place ' concrete on frozen subgrade or on subgrade containing frozen materials. Do not use calcium chloride, salt, and other materials containing antifreeze agents or chemical accelerators, unless otherwise accepted in mix designs. E. Hot Weather Placing When hot weather conditions exist that would seriously impair quality and strength of concrete, place concrete in compliance with ACI 305 and as herein specified. ' Cool ingredients before mixing to maintain concrete temperature at time of placement below 90° F (32° C). Mixing water may be chilled, or chopped ice may be used to control temperature provided water equivalent of ice is ' calculated to total amount of mixing water. Use of liquid nitrogen to cool concrete is at Contractor's option. t Cover reinforcing steel with water - soaked burlap if it becomes too hot, so that steel temperature will not exceed the ambient air temperature immediately before embedment in concrete. Fog spray forms, reinforcing steel, and 1 subgrade just before concrete is placed. Upon approval, water - reducing retarding admixture (Type D) may be used when required by high temperatures, low humidity, or other adverse placing conditions. 1 3.10 FINISH OF FORMED SURFACES A. Smooth Form Finish 1 Provide smooth form finish for formed concrete surfaces exposed to view including surfaces exposed to water or wastewater, or that are to be covered ' with a coating material applied directly to the concrete, or a covering material applied directly to concrete, such as veneer plaster, painting, or other similar type of system. This is to be the as -cast concrete surface obtained utilizing ' selected form facing material, arranged orderly and symmetrically with a minimum of seams. Repair and patch tie holes and defective areas, with all fins or other 1 projections completely removed and smoothed, by the following methods: 1 131 1 Provide smooth rubbed finish to concrete surfaces after form removal. Moisten concrete surfaces and rub with carborundum brick or other abrasive until a uniform color and texture is produced. Do not apply cement grout other than that created by the rubbing process. Provide grout "sacked" cleaned finish to all exposed -to -view surfaces. The sacking grout shall be one part Portland cement to 1 -1/2 parts fine sand by volume, and mixed with water to consistency of thick paint. Proprietary additives such as epoxy bonding agents or adhesives may be used at Contractor's option. Blend standard Portland cement and white Portland cement, amounts to be determined by trial patches, so that final color of dry grout matches adjacent surfaces. Thoroughly wet concrete surfaces and apply grout to coat surfaces and fill small holes. Remove excess grout by scraping and rubbing with clean burlap. Keep sacked surfaces damp for at least 36 hours, by fog spray or other acceptable method so surfaces don't dry out. 1 B. Rough Form Finish Provide rough form finish for formed concrete surfaces not exposed to view in the finished work or by other construction, unless otherwise indicated. This is the concrete surface having texture imparted by form facing material used, with tie holes and defective areas repaired and patched and fins and other projections exceeding 1/8 inch in height rubbed down or chipped off. All "bug holes" exceeding 1/2 inch in diameter and exceeding 1/4 -inch depth shall be 1 repaired or filled in. For surfaces to be waterproofed or dampproofed, provide a uniform surface as specified. Surfaces must comply with recommendations of the 1 manufacturer of the product being utilized. C. Related Unformed Surfaces At tops of walls, horizontal offsets, and similar unformed surfaces occurring at adjacent formed surfaces, continue final surface treatment of formed surfaces uniformly across adjacent unformed surfaces, unless otherwise indicated. D. TOLERANCES FOR FORMED SURFACES 1. Variations from the plumb: a. In the lines and In any 10 feet of length — 1/4 -inch. 1 surfaces of columns, Maximum for entire length — 1 inch pier, walls and in arises b. For exposed corner In any 20 feet of length — 1/4 inch. columns, control -joint Maximum for entire length — 1/2 inch grooves, and other conspicuous lines 132 ' 1 I 2. Variations from level or from the grades indicated on the Drawings: 1 a. In slab soffits, ceilings, In any 10 feet of length — 1/4 inch. beam soffits, and in In any bay or opening, or in any 20 I arises, measured feet of length — 3/8 inch. Maximum before removal of for entire length — 3/4 inch supporting shores 1 b. In exposed lintels, In any bay or opening, or in any 20 sills, parapets, feet of length — 1/4 inch. Maximum horizontal grooves, for entire length —1/2 inch I and other conspicuous lines I 3. Variations in the linear In 20 feet of length — 1/2 inch. building lines from the Maximum for entire length — 1 inch established position in plan i view 4. Variations in distance In any 10 feet of distance — inch. I between walls, columns and In any bay or opening — '/z inch. partitions Maximum total variation — 1 inch. 5. Variations in the sizes and Minus — 1/4 inch I locations of sleeves, floor Plus — 1/2 inch openings and wall openings I 6. Variations in cross - sectional Minus — 1/4 inch dimensions of columns and Plus — 1/2 inch beams and in the thickness of 1 slabs and walls 7. Variations in footings: 1 a. Variation from Minus — 1/2 inch dimensions on Plans Plus — 2 inches ll when formed or plus 3 inches when placed against unformed I excavations b. Misplacement of 2 percent of the footing width in the I eccentricity direction of the misplacement, but not more than 2 inches c. Reduction in thickness Minus — 5 percent I of specified thickness 8. Variations in steps: t a. In a flight of stairs Riser — 1/8 inch 1 133 1 Tread — 1/4 inch 1 b. In consecutive steps Riser— 1/16 inch Tread — 1/8 inch 1 3.11 MONOLITHIC SLAB FINISHES: 1 A. Scratch Finish I Apply scratch finish to monolithic slab surfaces that are to receive concrete floor topping, including grout finishes where indicated on plans, or mortar I setting beds for tile, Portland cement terrazzo, and other bonded applied cementitious finish flooring material, and as otherwise indicated. Slope surfaces uniformly to floor drains where required. After leveling, roughen surface before final set, with stiff brushes, brooms, or rakes. 1 B. Float Finish Apply float finish to monolithic slab surfaces to receive trowel finish and other I finishes as hereinafter specified, and slab surfaces which are to be covered with membrane or elastic waterproofing, membrane or elastic roofing, or I sand -bed terrazzo, and as otherwise indicated. After screeding, consolidating, and leveling concrete slabs, do not work I surface until ready for floating. Begin floating when surface water has disappeared or when concrete has stiffened sufficiently to permit operation of power- driven floats, or by hand floating if area is small or inaccessible to power units. Check and level surface plane. Cut down high spots and fill low I spots. Uniformly slope surfaces to drains. Immediately after leveling, refloat surface to a uniform, smooth, granular texture. C. Trowel Finish Apply trowel finish to monolithic slab surfaces to be exposed to view, and I slab surfaces to be covered with resilient flooring, carpet, ceramic or quarry tile, paint, or other thin -film finish coating system. After floating, begin first trowel finish operation using a power- driven trowel. Begin final troweling I when surface produces a ringing sound as trowel is moved over surface. Consolidate concrete surface by final hand - troweling operation, free of trowel marks and uniform in texture and appearance. Grind smooth surface defects 1 that would telegraph up through applied floor covering system. D. Trowel and Fine Broom Finish Where ceramic or quarry tile is to be installed with thin -set mortar, apply I trowel finish as specified, then immediately follow with slightly scarifying surface by fine brooming. I 1 134 1 1 1 E. Non -Slip Broom Finish Apply non -slip broom finish to exterior concrete platforms, landings, steps, 1 and ramps, sidewalks and elsewhere as indicated. Immediately after float finishing, slightly roughen concrete surface by brooming with fiber bristle broom perpendicular to main traffic route. Coordinate required final finish 1 with Engineer before application. F. Chemical- Hardener Finish 1 Apply chemical- hardener finish to interior exposed concrete floors and steps, unless noted otherwise. Apply liquid chemical- hardener after complete curing and drying of the concrete surface. Evenly apply each coat, and allow 24 1 hours for drying between coats. Apply proprietary chemical hardeners, in accordance with manufacturer's printed instructions. After final coat of chemical- hardener solution is applied and dried, remove surplus hardener by 1 scrubbing and mopping with water. G. Tolerances for Monolithic Slab Finishes The flatness of the concrete shall be carefully controlled and the tolerances shall be measured by the straight edge system as specified in paragraph 1 4.5.7 of ACI 117/117R, using a 10 -foot straight edge, within 72 hours after floor slab installation and before shores and /or forms are removed. The listed tolerances shall be met at any and every location at which the straight edge can be placed. 1 Bull floated 1/2 -inch Float Finish 3/16 -inch ' Trowel Finish 1/8 -inch Straightedges 5/16 -inch ' 3.12 CONCRETE CURING AND PROTECTION A. General 1 Protect freshly placed concrete from premature drying and excessive cold or hot temperatures. Start initial curing as soon as free water has disappeared 1 from concrete surface after placing and finishing. Weather permitting, keep concrete continuously wet for not less than 7 days. Begin final curing procedures immediately following initial curing and before concrete has dried. Continue final curing for at least 7 days in accordance with ACI 301 curing 1 methods. Avoid rapid drying of concrete at end of final curing period. B. Curing Methods 1 Perform curing of concrete by use of curing and sealing compound, by moist curing, by moisture - retaining cover curing, or by combinations thereof, as 1 herein specified. Provide moisture curing by the following methods. Keep concrete surface 1 continuously wet by covering with water, or provide continuous water -fog spray. 1 135 1 Cover concrete surface with absorptive cover, thoroughly saturating cover with water. Keep it thoroughly and continuously wet. Place absorptive cover to provide coverage of concrete surfaces and edges, with 4" lap over adjacent absorptive covers. Provide moisture -cover curing as follows: Cover concrete surfaces with moisture - retaining cover for curing concrete, placed in wide as practicable width with sides and ends lapped at least 3" and sealed by waterproof tape or adhesive. Immediately repair any holes or tears during curing period using cover material and waterproof tape. Provide curing and sealing compound to exposed interior slabs and to exterior slabs, sidewalks, and curbs, as follows: Apply curing and sealing compound to concrete slabs as soon as final finishing operations are complete (within 2 hours). Apply uniformly in continuous operation by power -spray or roller in accordance with manufacturer's directions. Recoat areas subjected to heavy rainfall within 3 hours after initial application. Maintain continuity of coating and repair any 111 damage during curing period. Do not use membrane curing compounds on surfaces which are to be covered with coating material applied directly to concrete, liquid floor hardener, waterproofing, dampproofing, membrane roofing, flooring (such as ceramic or quarry tile, glue -down carpet), painting, and other coatings and finish materials, unless otherwise acceptable to Engineer. C. Curing Formed Surfaces Cure formed concrete surfaces, including undersides of beams, supported slabs, and other similar surfaces by moist curing with forms in place for full curing period or until forms are removed. If forms are removed, continue curing by methods specified above, as applicable. D. Curing Unformed Surfaces Cure unformed surfaces, such as slabs, floor topping, and other flat surfaces by application of an appropriate curing method. Final cure concrete surfaces to receive liquid floor hardener or finish flooring by use of moisture retaining cover. 3.13 SHORES AND SUPPORTS A. GENERAL 1 Comply with ACI 347 for shoring, and as herein specified. Extend shoring from ground to roof for structures 4 stories or less, unless otherwise permitted. Remove shores and reshore in a planned sequence to avoid damage to partially cured concrete. Locate and provide adequate reshoring to safely support work without excessive stress or deflection. 136 1 ' Keep reshores in place a minimum of 15 days after placing upper tier, and longer if required, until all concrete has attained its required 28 -day strength and heavy loads due to construction operations have been removed. B. REMOVAL OF FORMS 1 Formwork not supporting weight of concrete, such as sides of beams, walls, columns, and similar parts of the work, may be removed after cumulatively curing at not less than 50° F (10 ° C) for 24 hours after placing concrete, provided concrete is sufficiently hard to not be damaged by form removal 1 operations, and provided curing and protection operations are maintained. Formwork supporting weight of concrete, such as beam soffits, joints, ' suspended slabs, and other structural elements, may not be removed in Tess than 14 days and until concrete has attained 70% of the design minimum compressive strength at 28 days. Determine potential compressive strength ' of in -place concrete by testing field -cured specimens representative of concrete location or members. Form - facing material may be removed 4 days after placement, only if shores and other vertical supports have been arranged to permit removal of form - facing material without loosening or disturbing shores and supports. 3.14 RE -USE OF FORMS Clean and repair surfaces of forms to be re -used in work. Split, frayed, 1 delaminated, or otherwise damaged form - facing material will not be acceptable for exposed surfaces. Provide new form - facing material. Apply new form - coating compound as specified for new formwork prior to re -use of forms. ' When forms are extended for successive concrete placement, thoroughly clean surfaces, remove fins and laitance, and tighten forms to close joints. Align and ' secure joint to avoid offsets. Do not use "patched" forms for exposed concrete surfaces (except where acceptable to Engineer). ' 3.15 MISCELLANEOUS CONCRETE ITEMS A. Filling In 1 Fill in holes and openings left in concrete structures for passage of work by other trades, unless otherwise shown or directed, after work of other trades is 1 in place. Mix, place, and cure concrete as herein specified, to blend with in- place construction. Provide other miscellaneous concrete filling shown or required to complete work. Fill in all form tie holes and other forming system holes with non - shrink grout. 1 B. Curbs ' Provide monolithic finish to interior curbs by stripping forms while concrete is still green and steel - troweling surfaces to a hard, dense finish with corners, intersections, and terminations slightly rounded. 1 137 C. Equipment Bases and Foundations 1 Provide machine and equipment bases and foundations, as shown on the Drawings. Set anchor bolts for machines and equipment with template at correct elevations, complying with certified diagrams or templates of manufacturers furnishing machines and equipment. Grout base plates and foundations as shown using specified non - metallic or 1 metallic, non - shrink grout. Provide 4 -inch high, square or rectangular concrete pad around all conduits and small diameter pipes that penetrate through floor slabs. D. STAIR NOSINGS Provide stair nosings at all exterior cast -in -place concrete stairs or steps. The stair nosings shall be installed in accordance with the manufacturer's written instructions. 1 3.16 CONCRETE SURFACE REPAIRS A. Patching Defective Areas 1 Repair and patch defective areas immediately after removal of forms. Cut out honeycomb, rock pockets, voids or bugholes over 1/4" in any dimension, and holes left by tie rods and bolts, down to solid concrete but, in no case to a depth of less than 1". Make edges of cuts perpendicular to the concrete surface. Thoroughly clean, dampen with water, and brush -coat the area to be patched with specified bonding agent. For water and wastewater containment structures, utilize an epoxy resin - bonding agent. Place patching mortar after bonding compound has dried. 1 For exposed -to -view surfaces, blend white Portland cement and standard Portland cement so that, when dry, patching mortar will match surrounding color. Provide test areas at inconspicuous location to verify mixture and color match before proceeding with patching. Compact mortar in place and strike - off slightly higher than surrounding surface. 1 B. Repair of Formed Surfaces Remove and replace concrete having defective surfaces if defects cannot be repaired to satisfaction of Engineer. Surface defects include color and texture irregularities, cracks, spalls, air bubbles, bug holes, honeycomb, rock pockets, fins, and discolorations that cannot be removed by cleaning. Flush out form tie holes and form bolt holes, fill with non - shrink grout, or precast concrete cone plugs or rubber plugs secured in place with bonding agent or epoxy adhesive. Repair concealed formed surfaces, where possible, that contain defects that affect the durability of concrete. If defects cannot be repaired, remove and replace concrete. 138 1 ' C. Repair of Unformed Surfaces Test unformed surfaces, such as monolithic slabs, for smoothness and verify surface plane to tolerances specified for each surface and finish. Correct low and high areas as herein specified. Test unformed surfaces sloped to drain for trueness of slope, in addition to smoothness using a template having required slope. Repair finished unformed surfaces that contain defects, which affect durability of concrete. Surface defects include crazing, cracks in excess of 0.01 inch ' wide or which penetrate to reinforcement or completely through non - reinforced sections regardless of width, spalling, pop -outs, honeycomb, rock pockets, and other objectionable conditions. Correct high areas in unformed surfaces by grinding, after concrete has cured at least 14 days. Correct low areas in unformed surfaces during or ' immediately after completion of surface finishing operations by cutting out low areas and replacing with fresh concrete. Finish repaired areas to blend into adjacent concrete. Proprietary patching compounds may be used when ' acceptable to Engineer. Repair defective areas, except random cracks and single holes not exceeding ' 1 inch in diameter, by cutting out and replacing with fresh concrete. Remove defective areas to sound concrete with clean, square cuts and expose reinforcing steel with at least 3 -inch clearance all around. Dampen concrete surfaces in contact with patching concrete and apply bonding agent. Mix patching concrete of same materials to provide concrete of same type or class as original concrete. Place, compact, and finish to blend with adjacent finished concrete. Cure in same manner as adjacent concrete. ' Repair isolated random cracks and single holes not over 1 inch in diameter by dry -pack method. Groove top of cracks and cutout holes to sound ' concrete and clean off dust, dirt, and loose particles. Dampen cleaned concrete surfaces and apply bonding agent. Mix dry-pack, consisting of one part Portland cement to 2 -1/2 parts fine aggregate passing a No. 16 mesh sieve, using only enough water as required for handling and placing. Place dry pack after bonding agent has dried. Compact dry-pack mixture in place and finish to match adjacent concrete. Keep patched area continuously moist ' for not less than 72 hours. Perform structural repairs with prior approval of Engineer for method and 1 procedure, using specified epoxy adhesive and mortar. Repair methods not specified above may be used, subject to acceptance by Engineer. 3.17 QUALITY CONTROL TESTING DURING CONSTRUCTION ' A. GENERAL ' Sampling and testing for quality control during placement of concrete shall include the following: 1 ' 139 1 1. Sampling Fresh Concrete 1 ASTM C172, except modified for slump to comply with ASTM C94. 2. Slump 1 ASTM C143: one test at point of discharge for each day's placement of each type of concrete; additional tests when concrete consistency seems to have changed. 3. Air Content ASTM C173, volumetric method for lightweight or normal weight concrete; ASTM C231 pressure method for normal weight concrete; one for each 1 day's placement of each type of air - entrained concrete. 4. Concrete Temperature 1 Test hourly when air temperature is 40° F (4° C) and below, and when 80° F (27° C) and above; and each time a set of compression test specimens is made. 5. Compression Test Specimen ASTM C31; one set of 4 standard cylinders for each compressive strength test, unless otherwise directed. Mold and store cylinders for laboratory-cured test specimens except when field -cured test specimens are required. 6. Compressive Strength Tests 1 ASTM C39; one set for each day's placement exceeding 5 cu. yds. plus additional sets for each 50 cu. yds. over and above the first 25 cu. yds. of each concrete class placed in any one day; one specimen tested at 7 days, two specimens tested at 28 days, and one specimen retained in reserve for later testing if required. When frequency of testing will provide less than 5 strength tests for a given class of concrete, conduct testing from at least 5 randomly selected batches or from each batch if fewer than 5 are used. When total quantity of a given class of concrete is less than 50 cu. yds., the Engineer may waive the strength test if, in his judgment, adequate evidence of satisfactory strength is provided. 1 When strength of field -cured cylinders is less than 85 percent of companion laboratory-cured cylinders, evaluate current operations and provide corrective procedures for protecting and curing the in -place concrete. Strength level of concrete will be considered satisfactory if averages of sets of three consecutive strength test results equal or exceed specified compressive strength, and no individual strength test result falls below specified compressive strength by more than 500 psi. 140 1 Test results will be reported in writing to Engineer and Contractor within 24 hours after testing. A fax of test results is acceptable; however, mailing hard copies of test results is also required. Reports of compressive strength tests shall contain the project identification name and number, date of concrete placement, name of concrete testing service, concrete type and class, location of concrete batch in structure, design compressive strength at 28 days, concrete mix proportions and materials; compressive breaking strength and type of break for both 7 -day tests and 28 -day tests. 1 7. Nondestructive Testing Impact hammer, sonoscope, or other nondestructive devices may be permitted but shall not be used as the sole basis for acceptance or rejection of concrete. 1 8. Additional Tests The testing service will make additional tests of in -place concrete when test results indicate specified concrete strengths and other characteristics have not been attained in a structure, as directed by the Engineer. Testing service may conduct tests to determine adequacy of concrete by ' cored cylinders complying with ASTM C42, or by other methods as directed. Contractor shall pay for cost of such tests when unacceptable concrete is verified. 1 3.18 WaterTightness 1 All water and wastewater holding tanks, basins and structures listed on the Structural Drawings shall be tested for watertightness. Each tank, structure or basin ' shall be tested independently. Watertightness tests shall be made after the concrete has obtained at least 90 ' percent of its required 28 -day compressive strength, but in no case sooner than 20 days after placement. Watertightness shall conform to the requirements of ACI 350.1R, "Testing Reinforced Concrete Structures for Watertightness." Leakage testing shall not be conducted during periods of time with measurable precipitation. Evaporation correction shall be made on the basis of an evaporation pan. Suitable evaporation pan shall be approved by Engineer and 1 shall be provided by Contractor. Watertightness testing may follow backfill of the structure, at the Contractor's ' option. However, if the structure does not pass the test, re- excavation to locate leaks shall be required. All costs associated with location (re- excavation and backfilling) and repair of leaks shall be borne by the Contractor. 1 END OF SECTION 1 141 DIVISION 3 — CONCRETE Section 03360 — Pneumatically - Placed Concrete 1 PART 1 — GENERAL 1.1 REQUIREMENT 1 A. The Contractor shall furnish, place, finish, cure, and protect all pneumatically- placed concrete, and shall furnish and install all appurtenant work, in accordance with the requirements of the Contract Documents. B. Pneumatically - placed concrete shall be applied by the dry-mix process 1 (Gunite) or the wet -mix process (Shotcrete) as specified on the project plans, and as defined by Section 303 -2 of the Standard Specifications. 1.2 RELATED WORK SPECIFIED ELSEWHERE A. Section [03200] Reinforcement Steel. 1 B. Section [03300] [03310] Cast -in -Place Concrete. 1.3 REFERENCE SPECIFICATIONS, CODES, AND STANDARDS A. Comply with the reference standards and Standard Specifications. B. Comply with the current provisions of the following Codes and Standards, as applicable. Commercial Standards: 1 • SSPC — SP6 Steel Structures Painting Council Report • ACI 211.1 Standard Practice for Selecting Proportions for Normal, Heavyweight, and Mass Concrete • ACI 301 Specifications for Structural Concrete for Buildings • ACI 305R Standard Specification for Hot Weather Concreting • ACI 306.1 Standard Specification for Cold Weather Concreting • ACI 506 Recommended Practice for Shotcreting. • ACI 506.2 Specifications for Materials, Proportioning and Application of Shotcrete • ASTM C 33 Specifications for Concrete Aggregates • ASTM C 42 Methods of Obtaining and Testing Drilled Cores and Sawed Beams of Concrete. • ASTM C 87 Test Method for Effect of Organic Impurities in Fine Aggregate on • Strength of Mortar. • ASTM C 94 Specifications for Ready -Mixed Concrete • ASTM C 173 Standard Test Method for Air Content of Freshly 1 Mixed Concrete by the Volumetric Method • ASTM C 183 Standard Practice for Sampling and the Amount of Testing of 1 • Hydraulic Cement 142 1 1 ' • ASTM C 231 Standard Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method • ASTM C 685 Specifications for Concrete Made by Volumetric ' Batching and • Continuous Mixing • ASTM C 979 Specifications for for Pigments for Integrally Colored Concrete • ASTM C 1064 Standard Test Method for Temperature of Freshly Mixed Hydraulic- Cement Concrete ' • ASTM C 1140 Standard Practice for Preparing and Testing Specimens from • Shotcrete Test Panels 1 1.4 Contractor SUBMITTALS A. Submittals shall be made in accordance with the GENERAL 1 REQUIREMENTS. B. The following submittals and specific information shall be provided. ' 1. Shop Drawings: The Contractor shall provide shop drawings of all steel reinforcing. ' 2. Certificates: The Contractor shall provide certificates from manufacturers or suppliers certifying that the materials supplied conform to the ' requirements of the Contract Documents. 3. The Contractor shall also submit: 1 a. Information concerning the source and quality of materials. b. Representative samples of materials for materials testing, and ' preparation of test panels. c. Recommended mix proportions and test results for acceptance. d. Resumes of all Sub - Contractors and nozzle persons who will perform the work under this section, per Section 1.5 hereon. 1.5 QUALITY ASSURANCE A. Contractor's Qualifications: The Contractor shall use adequate number of skilled workers who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and ' methods needed for proper performance of the work of this Section. B. Pneumatic Concrete Contractor Qualifications: The Contractor shall have a minimum of 5 years experience in similar work, in scope and size. The Contractor shall provide the Engineer with a written resume of experience in similar work, other than swimming pools, including location and sizes of previous jobs. 1 C. Special Inspection: It is required that all pneumatically - placed concrete work specified herein shall be subject to continuous inspection at the job site by a 1 special inspector [certified] by the City, and no such work shall be scheduled or performed without making prior arrangements to have said special inspector present during all such construction operations hereunder. The ' 143 1 CITY will provide a Registered Deputy Building Inspector at no cost to the Contractor. A minimum of 48 hours advance notice is required for all required inspections under this section. D. At least 10 working days prior to constructing any test panels, the Contractor shall submit to the Engineer for approval, a Quality Control Plan (QCP) for the proposed method of gunite or shotcrete placement. The plan shall include the following: 1. The number and qualifications of nozzlepersons available to place pneumatically - placed concrete, the number of nozzlepersons on -site at any time during the placement, description of their work schedule, and the procedures for avoiding fatigue of any nozzleperson. The nozzleperson shall have a minimum of 3,000 hours experience as a nozzleperson on projects with a similar application. 2. The proposed method of placement, including, but not limited to, application rates, details of any proposed construction joints and their locations, and methods for achieving the required thickness and surface finish. 1 3. The procedure for curing surfaces. 4. The description of a debris containment system, to be used during the 1 cleaning of bar reinforcing steel and concrete and construction of the pneumatically - placed concrete, as required to provide for public safety. The Engineer shall have 10 working days to review and approve the QCP submittal after a complete plan has been received. No construction of pneumatically - placed concrete test panels shall be performed until the 1 QCP is approved by the Engineer. E. Prior to performing work, the Contractor shall construct test panels as specified below and as required by the City, unless otherwise specified. Test panels shall be constructed by the nozzlepersons and application crew scheduled to do the work, using equipment, materials, mixing proportions, ambient temperatures and procedures proposed for the work. The test panels shall conform to the following: 1. Preparation, securing, and testing of panel molds and specimens shall be performed by a City approved laboratory and as acceptable by the Engineer and Inspector. Submit a minimum of two (2) laboratories for selection. 2. Two (2) Test panel(s) shall be 4' x 4' of the thickness, and with typical reinforcement to be expected in the work. Prepare a set of test panels for each proposed mix proportion, each anticipated shooting orientation, and each proposed nozzleman. One of each set of panels shall only be reinforced on half of the panel area — the other half shall left unreinforced. Clearly mark this latter panel. Prepare and test panels in accordance with 1 ASTM C 1140, unless noted otherwise herein. 3. After shooting, but before the concrete has fully set, the Contractor shall disassemble the fully reinforced panels(s) of each set, in the presence of 144 ' 1 ' the Engineer and the Deputy Inspector, to assure that the team and equipment to be used is capable of providing sound pneumatically - placed concrete, free of voids, sags, segregation, honeycombing, lamination, dry ' patches, slugs and similar defects. 4. After a minimum of seven (7) days, obtain six (6) test specimens from the ' half- reinforced panel with three being non - reinforced specimens and three with reinforcing steel. Test the non - reinforced specimens for compliance with the specified physical property in accordance with ASTM C 42. Visually grade the reinforced specimens. Only nozzlemen with a 1 test panel mean core grade Tess than or equal to 2.0 shall be allowed to place pneumatically - placed concrete. 5. Repeat panels' qualification and corresponding specimen testing when first sets prove unsatisfactory, until the Engineer's and Deputy Inspector's acceptance are obtained. However, when a nozzleman's second mean core grade is greater than 2.0, that nozzleman shall not be permitted to shoot on the project. ' 6. Application of pneumatically - placed concrete in the work shall not proceed until the test panels have been disassembled, inspected and results of specimens accepted. 1 F. All pneumatically - placed concrete which does not comply with this Section, lacks uniformity, exhibits segregation, honeycombing, rebound, sagging, .' sloughing, and lamination, or which contains dry patches, slugs, voids, or sand pockets, shall be removed and replaced at the Contractor's expense. Replacements shall include all expenses of additional testing and inspections required as a result of such defective concrete. G. The Contractor shall be responsible for obtaining and testing all required test cores. All coring and testing shall be at the Contractor's expense and performed in the presence of the Engineer, unless otherwise directed. The Engineer shall be notified a minimum of 48 hours prior to the Contractor performing any coring or testing operations. The testing shall be performed by an independent testing facility accepted by the Engineer and the Inspector unless arrangements are made for the testing to be performed by the City's Testing Laboratory through a credit change order to the CITY. A copy of the test results shall be furnished to the Engineer within 5 days following completion of testing. 1 1 1 1 1 145 1.6 PROJECT CONDITIONS ' A. Cold- Weather Shotcreting: Protect shotcrete work from physical damage or reduced strength caused by frost, freezing, or low temperatures according to ACI 306.1 and as follows: 1. Discontinue shotcreting when ambient temperature is 40 deg F and falling. Uniformly heat water and aggregates before mixing to obtain a shotcrete shooting temperature of not less than 50 deg F and not more than 90 deg F. ' 2. Do not use frozen materials or materials containing ice or snow. 3. Do not place shotcrete on frozen surfaces or surfaces containing frozen ' materials. 4. Don not use calcium chloride, salt, and other materials containing 1 antifreeze agents. B. Hot - Weather Shotcreting: Mix, place, and protect shotcrete according to ACI 305R when hot - weather conditions and high temperatures would seriously impair quality and strength of shotcrete, and as follows: 1. Cool ingredients before mixing to maintain shotcrete temperature at time of placement below [100 deg F for dry mix][or][90 deg F for wet mix]. 2. Decrease temperature of reinforcing steel and receiving surfaces below 1 100 deg F before shotcreting. When applicable, use the following subsection to inform bidders of the availability of photographs to aid in clarifying the aesthetic requirements of the final finish. Photographs to be provided by the project Engineer. 1.7 PHOTOGRAPH SAMPLES 1 A. Photographs of natural formations displaying intended shapes, color, forms and textures of the completed shotcrete work are available for the Contractor's reference. Photographs, drawings and the sample panels will form the comparative standard for the work executed. 1.8 SPECIAL FINISH 1 For concrete surface finish other than that specified in Section 03300] "Cast -In- Place Concrete ", or when a particular texture or color of exposed pneumatic concrete surfaces is required, comparator panels, with dimensions of 24 "x24 ", shall be prepared for review and acceptance by the Engineer. A minimum of two panels for each color, texture, profile, embedments, reveals, or finish shall be prepared in the presence of the Inspector. 1 146 1 1 1 1.9 CLEANUP A capable nozzleman's helper with an air blow pipe shall be provided to assist the nozzleman in keeping all rebound, overspray, and other debris out of work area. Additional workers may be required to take the rebound from the work, if the rebound cannot be removed by the air blow pipe. Upon completion of the 1 work specified in this Section, the Contractor shall remove all formwork, shoring, rebound, excess material, and protective materials from the project site. 1.10 PAYMENT ' No separate or additional payment will be made for the work and material specified herein. All costs for pneumatically placed concrete, as specified herein, shall be included in the unit bid price per square foot for "Repair SpaIls on Exterior of West Wall." PART 2 - PRODUCTS 1 2.1 MATERIALS A. Cement: Cement shall comply with the requirements of Section 03300, "Cast- ' In -Place Concrete ". Tensile strength of the cement, at 7 days, shall comply with ASTM C 183 requirements. 1 B. Aggregate: Aggregate shall conform to ACI 506.2, gradation No. 1 or No. 2, and it shall comply with requirements of ASTM C 33. C. Water: Water for pneumatically - applied concrete shall be furnished by the ' Contractor. All water shall be clean and free from objectionable quantities of organic matter, alkali, salts, and other impurities which might reduce the strength, durability, or other quality of the pneumatically - applied concrete. D. Reinforcement: Steel reinforcement shall conform to the requirements of Section 03200, "Reinforcement Steel ". 1 E. Admixtures: The use of Admixtures shall be limited to those specified in the approved mix design, in compliance with requirements of Section 03300, "Cast -In -Place Concrete ". FIBERS IN CONCRETE: 1 Fibers in concrete mixes, pneumatic or otherwise, should be used selectively and only after consulting the appropriate technical staff. Except for very limited cases, fibers should only be used to supplement the 1 shrinkage reinforcement required had the fibers not been used otherwise. If used, consideration should be given to require flexural strength and 1 toughness testing per ASTM C 78 and C 1018 respectively. Finally, specifier should review ACI 506.1 R, "State of the Art Report on Fiber 1 Reinforced Concrete" when considering to specify this material. ' 147 1 CARBON -STEEL FIBERS: 1 The use of carbon -steel fibers is not recommended without serious consideration regarding the potential negative impact to aesthetics due to corrosion of protruding fibers despite burning the frays off at the surface. If elected to use it, replace "Use of ... not permitted" with "Uniformly disperse in pneumatic concrete mix, according to manufacturer's written instructions, at a rate of 50 lb/cu. yd, unless otherwise approved by the engineer ". F. Carbon -Steel Fiber: Use of carbon -steel fiber is not permitted. G. Synthetic Fiber: Uniformly disperse in shotcrete mix, according to manufacturer's written instructions, at a rate of 1.5 lb/cu. yd. H. Ground Wire: High- strength steel wire, 0.8 to 1 mm in diameter. I. Coloring Agent: ASTM C 979, natural or synthetic mineral -oxide pigments or 1 colored, water - reducing admixtures, free of carbon black, color stable, nonfading, and resistant to lime and other alkalis. 2.2 PROPORTIONING 1 A. Proportion dry mixes by field test data methods and wet mixes according to ACI 211.1 and ACI 301, using materials to be used on the project, to provide normal- weight pneumatic concrete with the properties listed below. B. Compressive Strength: Unless otherwise specified, the minimum 28 -day 1 compressive strength of the pneumatically - placed concrete shall be 3,250 psi. C. The minimum slump shall be 1.5" and the maximum slump shall be 2.5 ". Slump shall be measured at the point of discharge from the mixer, except the Inspector may require slump tests at the discharge point where water may 1 have been added. PART 3 — EXECUTION 3.1 GENERAL 1 A. Pneumatically - placed concrete shall be used on the work where shown; and, where not shown, may be used only with written approval of the Engineer. 1 3.2 RESTRICTIONS ON PLACING PNEUMATICALLY - PLACED CONCRETE A. Wind: Pneumatically - placed concrete shall not be applied under strong wind 1 conditions, as evidenced by the removal of a considerable amount of cement and moisture from the concrete spray; provided, that in areas where strong winds prevail and work must proceed, a richer mix than specified which is 1 acceptable to the Engineer, shall be used. The nozzleperson shall work against the direction of the wind to avoid concrete being applied on rebound that has been carried with the wind. Shields shall be placed around the nozzleperson to prevent the loss of cement carried away by the wind. 148 ' i 1 B. Cold Weather: Pneumatically - placed concrete may be applied in cold weather; provided, that the surfaces are not frozen, the temperature during the day is expected to rise at least to 40 degrees F, and the night temperature of the first night after application is not predicted to drop below 27 degrees F; and provided further, that the Contractor shall apply concrete ' under these conditions solely at its own risk. In order to gain quicker setting - up times, Type III high - early- strength Portland cement may be used. C. Rain: Whenever rain has damaged newly - placed concrete, the Engineer may 1 order such concrete to be removed when it has been determined that a significant amount of cement has been washed out. The Contractor prior to placing any new layers shall consult with the Engineer as to whether or not the concrete damaged by rain is acceptable to the Engineer or must be replaced. ' D. Low Humidity: Under low humidity conditions (below 50 percent) in conjunction with wind, the Contractor shall immediately cease placing operations until there has been an improvement in the wind and humidity conditions as determined by the Engineer. Continuous water - curing shall be started as soon as the concrete has hardened sufficiently to prevent a washout of cement. 1 3.3 PROTECTION OF ADJACENT WORK 1 The Contractor shall take every possible precaution to protect adjacent work, concrete surfaces, vehicles, equipment, etc., from being damaged by overshooting concrete and by materials carried by the wind. Overshot concrete and rebound concrete shall be removed before it adheres. ' 3.4 BATCHING and MIXING Mixing and placing of pneumatically - placed concrete shall conform to the ' requirements specified herein and to the applicable recommendations given in ACI 506, except the word "shall" shall be substituted whenever the word "should" is used. 1 A. The Contractor shall control mix proportions by weight batching, or by volume batching in compliance with ASTM C 685, and the following: 1 1. If permitted, other volume batching procedures may be used, provided a minimum of one weight batching check is made every four hours for control purposes. 2. The Contractor shall assure that the specified mix design is achieved. 1 B. The Contractor shall use batching and mixing equipment capable of proportioning and mixing all ingredients (except water in the case of dry-mix equipment) at a rate that will provide adequate production, and with an 1 accuracy that will assure uniformity of batches. 1. The weighing equipment used shall be capable of batching with the 1 accuracy specified in ASTM C 94. 1 149 1 2. Volumetric equipment, if used, shall be capable of batching with the 1 accuracy specified in ASTM C 685. C. Ready -Mixed Concrete (if used): 1 1. Ready -Mixed Concrete shall comply with ASTM C 94; except the materials may be delivered to the equipment in the dry state if that equipment is capable of adding the water and mixing it satisfactorily with the dry ingredients; or 2. Ready -Mixed Concrete shall comply with ASTM C 685, in which case the 1 ingredients shall be delivered dry, and proportioned and mixed at the job - site. 3.4 PREPARATION OF SURFACES The existing surfaces to receive pneumatically - placed concrete shall be prepared 1 in accordance to the Standard Specifications and the following requirements: A. Existing Concrete or Masonry Surfaces: 1 1. Remove all existing unsound concrete material from substrate surfaces before applying pneumatically - placed concrete. 1 2. Chip or scarify areas to be repaired, and remove offsets which would cause an abrupt change in thickness without suitable reinforcement. 3. Taper the edges, and leave no square shoulders at the perimeter of the cavity. 4. Remove all loose material from areas receiving pneumatically-placed concrete. 5. Wet the surface until it is damp, but without visible free water. 1 B. Steel Surfaces: 1. Remove rust, oil, scale, and previously applied paint from surfaces receiving pneumatically - placed concrete. 2. Comply with Specification SSPC -SP6 of the Steel Structures Painting 1 Council. 1 1 1 1 150 1 1 1 C. Forms: 1. Use form - coating material on removable forms to prevent absorption of ' moisture and to prevent bond with the pneumatically - placed concrete. 2. Use a non -stain material for surfaces exposed to view when construction ' is completed. 3. Do not use form - coating material that will interfere with subsequent bonding to the pneumatically - placed concrete, when such bonding is required. 3.5 JOINTS Contraction control joints shall be provided in the locations shown; where not shown, such joints shall be provided at approximately 15 ft spacing each direction in the case of unreinforced pneumatically - placed concrete, and at approximately 30 ft spacing each direction in the case of reinforced pneumatically - placed concrete. Construction joints shall be provided as shown, or if not shown, as placing stops at locations selected by the Contractor and acceptable to the Engineer. Joints shall be constructed per requirements of the Standard Specifications. 3.7 PLACEMENT During placement operations, the Contractor shall control thickness, method of support, air pressure, and water content of pneumatically - placed concrete to preclude sagging or sloughing off. 1. The height of a layer shall be limited to 3 feet maximum and succeeding layers shall not be placed in Tess than 3 hours after lower section is in place. ' 2. Discontinue placement or provide suitable means to screen the nozzle stream if wind or air start to cause separation of the nozzle stream during placement. 3. Dampen absorptive substrates before placement to facilitate bond and to reduce the possibility of shrinkage cracking developing from premature loss ' of mixing water. 4. Broom or scarify the surface of freshly - placed pneumatically - placed concrete to which, after hardening, additional layers of pneumatically - placed concrete are to be bonded. Dampen surfaces just before application of succeeding layers. 5. Fill corners of forms with sound material and any area where rebound cannot ' escape or be blown free. 6. Provide a supply of clean, dry air adequate for maintaining sufficient nozzle ' velocity for all parts of the work and for simultaneous operation of a suitable blow pipe for clearing away rebound. ' 7. Do not place pneumatically - placed concrete through more than one layer of reinforcing steel rods or mesh in one application unless demonstrated by ' 151 1 preconstruction tests that steel is properly encased. Test to see if any void or sand pockets have developed around or behind reinforcement by probing with an awl or other pointed tool after the pneumatically - placed concrete has achieved its initial set; by removal of randomly selected bars; or by coring or other suitable means. In areas where congestion makes the proper placement difficult, the dry method (Gunite) shall be used, or the concrete shall be cast as specified in Section 03300, "Cast -In -Place Concrete ". 8. Place pneumatically - placed concrete to provide 1 -1/2" minimum cover over reinforcement. 9. Use high tensile ground wires or other accepted means to establish the thickness, surface planes, and finish lines of the pneumatically - placed concrete. Maintain specified tolerances by keeping wires secure and taut. 1 10. Do not place pneumatically - placed concrete if drying of stiffening of the mix takes place at any time prior to delivery to the nozzle. 1 11. Do not use previously expended material in the mix; rebounds may be re- used if they conform to the requirements for aggregates, but not in excess of 20% of the total aggregates in any batch. 3.8 PLACING WHERE NO FORMS ARE USED 1 A. Preparation of Subgrade: All cleaning, excavation, fill, backfill, grading of compacted fill, and disposal of excess earth shall be done prior to the application of pneumatically - placed concrete. The surfaces against which pneumatically - placed concrete are to be applied shall be left in a thoroughly compacted condition, and shall be neatly trimmed to line and grade. All surfaces shall be wetted before application, but pneumatically - placed concrete shall not be placed on any surface on which free water exists. B. Minimum Thickness: Minimum thickness shall be as shown on project plans. 1 C. Reinforcement: Reinforcement shall be as shown; provided, that where welded wire fabric is indicated it shall be spliced as follows: (1) side splices of sheets or roll shall be spliced a minimum of one mesh plus 2 inches; (2) longitudinal splices, or direction of principal stress, shall be spliced a minimum of 2 mesh plus 2 inches. Tie wires shall only be used on cross wires on side splices and on longitudinal wires on end splices. D. Ground Wires: Ground wires shall be installed in channels or ditches in such a manner that they accurately outline the finished surface of the lining as shown. They shall be located at intervals sufficient to insure proper thickness throughout. Wires shall be stretched tight and shall not be removed prior to 1 application of the finish coat. E. Headers: Headers shall be installed along the channel where shown. Headers shall be securely fastened to line and grade. 1 F. Placing: Pneumatically - placed concrete shall be placed in the most expeditious manner as determined by the location of the work. There shall be a nozzleperson's helper in attendance at the nozzle whose duty shall be to 152 ' 1 move the reinforcement mat sufficiently to permit placing of concrete behind the mat at frequent intervals to insure proper location of reinforcement. In the dry-mix process (Gunite) additional water may be added to the mix when ' encasing reinforcement to facilitate a smooth flow of material behind the bars. The reinforcing mat shall not be pulled through already placed concrete. Where sides of the channel do not terminate against headers, concrete shall 1 be carried over the side in a berm of not Tess than the lining thickness, and /or a cut -off wall to prevent moisture seeping under the lining. 1 G. Finishing: After the concrete has been placed as nearly as practicable to the required depth, the surface shall be checked with a straight edge and any low spots or depressions shall be brought up to proper grade by placing additional pneumatically - placed concrete in such a manner that the finished ' surface is reasonably smooth. Following this, the surface shall receive a steel trowel finish. ' H. Weep Holes: Where weep holes are shown, they shall be installed so that they are flush with the surface of the lining, and open. 3.9 PLACING AGAINST FORMS A. Forms: Forms shall be of plywood or sheathing and shall be true to line and level. They shall be substantially braced to insure against excessive vibration. Forms shall be built so as to permit the escape of air and rebound and to facilitate the placing of pneumatically - placed concrete. Wall intersections ' shall be formed in such a manner as to afford a minimum loss of time in pneumatically placing the concrete at the intersection. This may be accomplished by the installation of short removable bulkheads at these points. Columns shall be formed on 2 adjacent sides only where practicable. Forms for beams shall be constructed of a soffit and one side. Where acceptable to the Engineer, such forms may be constructed of a soffit form only and a vertical backing of fine wire mesh near the center. Wood beams ' and shores shall be provided below the soffit in such a manner that no deflection will occur under the load to be superimposed. ' B. Forms shall be thoroughly wetted with water prior to application of the concrete. ' C. Reinforcement: Reinforcement shall be of the sizes and configuration specified or shown in the Contract Documents. Adequate chairs, ties, or other supports shall be used to maintain the reinforcing in the position required. 1 D. Ground Wires: Adequate ground wires to be used as screeds shall be installed to establish the thickness and surface planes of the work. Both horizontal and vertical ground wires shall be installed at corners and offsets 1 not clearly established by the form work. In general these will occur at exterior corners, one column or beam corner, water tables, sills, belt courses, etc. Ground wires shall be placed so that they are tight and true to line and in ' such a manner that they may be easily tightened up. Ground wires shall not be removed until application of the finish coat. E. Placing: Whenever possible, except when enclosing reinforcing steel, the nozzle shall be held at right angles to the surface and at a distance of 2.5 to 1 153 1 3.5 ft. When enclosing steel, the nozzle shall be held so as to direct the material behind the bars. Each side of each bar shall be shot separately. When enclosing reinforcing steel, a nozzleman's helper equipped with an air blow -out jet shall precede the nozzleman and blow out all rebound, sand, etc., which may have lodged behind the bars. In the dry-mix process (Gunite) additional water may be added to the mix when encasing reinforcement to facilitate a smooth flow of material behind the bars. Pneumatically - placed concrete shall emerge from the nozzle in a steady, uninterrupted flow. When flow becomes intermittent for any cause, the nozzle shall be diverted from the work until the stream again becomes constant. Hydration shall be thorough and uniform without the use of excessive water. F. In shooting walls or columns, application shall begin at the bottom and the first coat shall completely embed the reinforcement adjacent to the form. The limit of thickness and height shall be determined when the materials begin to sag. G. In shooting beams, a surface at right angles to the nozzle shall be maintained. Beams, in general, shall not be shot from the top. Where beams are formed of a soffit and a mesh backing at the centerline, they shall be shot from both sides in such a manner that no sags occur. H. In shooting slabs, the nozzle shall be held at a slight angle to the work so that rebound is blown on to the finished portion where it shall be removed. The air blow -out jet shall be constantly used to keep the work free of rebound. The limit of material to be placed in one layer shall be reached when it begins to show evidence of too much moisture. All loose material or rebound shall be removed from the surface being concreted before placing the next layer. Reinforcement shall be cleaned of any previously deposited concrete which might prevent proper bond to it. Sufficient time shall be allowed between layers for the material to set. Before set has taken place and before placing any succeeding layer, laitance shall be removed by wire brushing. Any laitance which has set shall be removed by sandblasting. Surfaces shall be 1 damp at all times. Rebound pockets, sags, or other defects shall be carefully cut out and replaced with new pneumatically - placed concrete. I. Finishing: Upon reaching the thickness and planes outlined by forms and ground wires, the surface shall be rodded off to true lines. Low spots shall be built out to proper thickness. Upon completion of rodding, ground wires shall be removed. The finish coat shall be applied starting from the top of walls and working down so that pneumatically - placed concrete is not shot over the finished work. All exposed surfaces shall be finished to straight and true lines, as shown. J. Finish shall be a steel trowel finish. 3.10 FIELD QUALITY CONTROL A. The Contractor will engage a qualified independent testing laboratory 1 acceptable to the Engineer to sample materials, visually grade cores, perform tests, and submit reports during pneumatic concrete operations. 154 ' 1 B. Air Content: Evaluate per ASTM C 173, volumetric method or ASTM C 231, pressure method. Conduct one (1) test for each compressive- strength test for each mix of air - entrained, wet -mix shotcrete measured before pumping. 1 C. Pneumatic Concrete Temperature: Evaluate per ASTM C 1064. Conduct one (1) test hourly when air temperature is 40 deg F and below and when 80 deg F and above, and one (1) test for each compressive- strength specimens. D. Test Panels: Prepare a test panel, half of which is reinforced as in the structure, for each mix and for each workday or for every 50 cu. Yd. of pneumatic concrete placed, which ever is less. Produce test panels with dimensions of 24 by 24 inches minimum and of average thickness of pneumatic concrete, but not Tess than 4 -1/2 inches. From each test panel, testing laboratory shall obtain six (6) test specimens: one set of three specimens unreinforced and one set of three specimens reinforced. Test specimens as follows: E. 1. Test each set of unreinforced specimens for compressive strength according to ASTM C 1140 and construction testing requirements in ACI 1 506.2. 2. Visually inspect each set of reinforced shotcrete cores taken from test ' panels and determine mean core grades according to ACI 506.2. E. In -Place Pneumatic Concrete: Take a set of 3 unreinforced cores for each mix and for each workday or for every 50 cu. Yd. of pneumatic concrete placed, which ever is less. Test cores for compressive strength according to ACI 506.2 and ASTM C 42. Do not cut steel reinforcement — use either pre - placed and /or post - placed techniques and equipment to ensure this 1 requirement is met. F. Strength of concrete will be considered satisfactory when mean compressive ' strength of each set of 3 unreinforced cores equal or exceed 75 percent of specified compressive strength, with no individual core less than 75 percent of specified compressive strength. 1 3.11 CURING ' A. Pneumatically - placed concrete shall be damp cured for at least 14 days after placing. Curing shall conform to the applicable requirements of Section [03370], "Curing Concrete ", except as otherwise specified herein. No ' concrete shall be placed during freezing weather except when proper protective measures are taken as with ordinary concrete work. Concrete shall not be placed against frosted surfaces. 1 B. When required by the Engineer the Contractor shall provide longer curing times or supplemental methods for curing concrete in structural members, and no additional payment will be allowed therefore. ' 3.12 CLEANUP ' A capable nozzleperson's helper with an air blow pipe shall be provided to assist the nozzleperson in keeping all rebound, overspray, and other debris ' 155 1 out of work area. During work, reinforcement shall be maintained free of 1 loose scale, rust, oil and splatters of previously placed pneumatically - placed concrete and other coatings that may interfere with bonding. Additional workers may be required to take the rebound from the work, if the rebound cannot be removed by the air blow pipe. Upon completion of the work specified in this Section, the Contractor shall remove all formwork, shoring, rebound, excess material, and protective materials from the project site. 1 1 1 END OF SECTION 1 1 1 1 1 1 1 1 1 1 1 156 1 1 ' DIVISION 4 — MASONRY Section 04200 — Masonry 1 PART 1 — GENERAL ' 1.01 SCOPE The extent of masonry construction is indicated on the drawings and in schedules. The ' types of masonry work include but are not limited to the following: Concrete masonry units (CMU) and brick masonry, notes and details to show size and location of units and typical connections for installation and construction of ' units. 1.02 RELATED WORK SPECIFIED ELSEWHERE Section Item 01300 Submittals 03200 Concrete Reinforcement ' 03300 Division 5 Cast -in -Place Concrete Metals 06100 Rough Carpentry ' Division 8 Division 9 Doors and Windows Finishes ' 1.03 REFERENCES This Section references the latest revisions of the following documents: ' Reference Title ANSI /ASTM C55 Concrete Building Brick. ASTM Al23 Zinc (Hot -Dip Galvanized) Coatings on Iron and Steel 1 Products. ASTM A525 Steel Sheet, Zinc Coated, (Galvanized) by the Hot -Dip Process. ' ASTM A580 Stainless and Heat - Resisting Steel Wire. ASTM A615 Deformed and Plain Billet Steel Bars for Concrete Reinforcement. ' ASTM B370 ASTM C90 Copper Sheet and Strip for Building Construction. Hollow Load Bearing Concrete Masonry Units. ASTM C145 Solid Load Bearing Concrete Masonry Units. ' IMIAC International Masonry Industry All- Weather Council: Recommended Practices and Guide Specification for Cold Weather Masonry Construction. 1 1 1 ' 157 1 1.04 SUBMITTALS 1 Comply with provisions of Section 01300. A. SHOP DRAWINGS 1 Submit shop drawings for fabrication, bending and placement of reinforcing bars. Comply with ACI SP -66 (94) "ACI Detailing Manual." B. PRODUCT DATA Submit manufacturer's product data for each type of masonry unit, accessory, and other type of manufactured products. Provide owner with a color pallet of 1 at least six (6) colors. C. CERTIFICATES Submit manufacturer's certificate certifying that each product meets or exceeds specified requirements. 1.05 QUALITY ASSURANCE 1 A. QUALIFICATIONS 1. Installer Company specializing in performing the work specified in this Section 1 shall have minimum five years documented experience. B. SINGLE SOURCE RESPONSIBILITY 1 Obtain exposed masonry units of uniform texture and color, or a uniform blend within the ranges accepted for these characteristics, from one manufacturer for each different product required for each continuous surface or visually related surfaces. Obtain mortar ingredients of uniform quality, including color for exposed 1 masonry, from manufacturer for each cementitous component and from one source and producer for each aggregate. C. TESTING Test the following materials by the methods indicated: 1 1. Concrete Masonry Units (CMU) Test each type, class and grade of concrete masonry unit per ASTM C140. 2. Mortar Test each mortar type per ASTM C780. 158 ' 1 ' For structures constructed of CMU, provide masonry prism tests per ASTM E447, Method B. Prepare one set of prisms for testing at 7 days and one set for testing at 28 days. Masonry prisms shall be fabricated with height-to- thickness ratio of not less than 1.33 nor more than 3.0. 1.06 DELIVERY, STORAGE, AND HANDLING 1 Deliver masonry materials to project in undamaged condition. Store and handle masonry units to prevent their deterioration or damage due to moisture, temperature changes, contaminants, corrosion or other causes. Store cementitous materials off ground, under cover and in dry location. Store aggregates where grading and other required characteristics can be maintained. Store masonry accessories including metal items to prevent deterioration and accumulation of dirt. 1 1.07 PROJECT CONDITIONS A. PROTECTION OF WORK 1 During erection, cover top of walls with waterproof sheeting at end of each day's work. Cover partially completed structures when work is not in 1 progress. Extend cover a minimum of 24 inches down both sides and hold cover securely in place. Do not apply uniform floor or roof loading for at least 12 hours after building 1 masonry walls or columns. Do not apply concentrated loads for at least three days after building masonry walls or columns. 1 B. STAINING Prevent grout or mortar or soil from staining the face of masonry to be left ' exposed or painted. Remove immediately grout or mortar in contact with such masonry. ' Protect base of walls from rain - splashed mud and mortar splatter by means of coverings spread on ground and over wall surface. ' Protect sills, ledges and projections from droppings of mortar. C. COLD WEATHER PROTECTION 1 Do not lay masonry units, which are wet or frozen. Remove any ice or snow formed on masonry bed by carefully applying heat until top surface is dry to the touch. Remove masonry damaged by freezing conditions. Perform the following construction procedures while masonry work is progressing. Temperature ranges indicated below apply to air temperatures ' existing at time of installation except for grout. For grout, temperature ranges apply to anticipated minimum night ' temperatures. In heating mortar and grout materials, maintain mixing temperature selected within 10 °F (6 °C). 159 1 40 °F (4 °C) to 32 °F (0 °C): Mortar: Heat mixing water to produce mortar temperature between 40 °F (4 °C) and 120 °F (49 °C). Grout: Follow normal masonry procedures. 1 32 °F (0 °C) to 25 °F ( -4 °C): 1 Mortar: Heat mixing water and sand to produce mortar temperatures between 40 °F (4 °C) and 120 °F (49 °C); maintain temperature of mortar on boards above freezing. Grout: Heat grout materials to 90 °F (32 °C) to 1 produce in -place grout temperature of 70 °F (21°C) at end of workday. 25 °F ( -4 °C) to 20 °F ( -7 °C): Mortar: Heat mixing water and sand to produce 1 mortar temperatures between 40 °F (4 °C) and 120 °F (49 °C); maintain temperature of 1 mortar on boards above freezing. Grout: Heat grout materials to 90 °F (32 °C) to produce in -place grout temperature of 70 °F 1 (21°C) at end of workday. Heat both sides of walls under construction using salamanders or other heat sources. Use windbreaks or enclosures when wind is in excess of 15 mph. 1 20 °F ( -7 °c) and below: Mortar: Heat mixing water and sand to produce 1 mortar temperatures between 40 °F (4 °C) and 120 °F (49 °C); maintain temperature of mortar on boards above freezing. Grout: Heat grout materials to 90 °F (32 °C) to produce in -place grout temperature of 70 °F (21°C) at end of workday. Masonry Units: Heat masonry units so that they are above 1 20 °F ( -7 °C) at time of laying. Provide enclosure and auxiliary heat to maintain an air temperature of at 1 least 40 °F (4 °C) for 24 hours after laying units. 160 ' 1 1 Do not heat water for mortar and grout above 160 °F (71°C). ' Protect completed masonry and masonry not being worked on in the following manner. Temperature ranges indicated apply to mean daily air temperatures except for grouted masonry. For grouted masonry, ' temperature ranges apply to anticipated minimum night temperatures. 40 °F (4 °C) to 32 °F (0 °C): 1 Protect masonry from rain or snow for at least 24 hours by covering with weather - resistive membrane. 1 32 °F (0 °C) to 25 °F ( -4 °C): Completely cover masonry with weather - resistive membrane for at 1 least 24 hours. 25 °F (0 °C) to 20 °F ( -7 °C): 1 Completely cover masonry with weather - resistive insulating blankets or similar protection for at least 24 hours, 48 hour for ' grouted masonry. 20 °F ( -7 °C) and below: 1 Except as otherwise indicated, maintain masonry temperature above 32 °F (0 °C) for 24 hours using enclosures and ' supplementary heat, electric heating blankets, infrared lamps or other methods proven to be satisfactory. For grouted masonry maintain heated enclosure to 40 °F (4 °C) for 48 hours. 1 1.08 PAYMENT No separate or additional payment will be made for the work and material 1 specified herein. All costs for masonry, as specified herein, shall be included in the per square foot unit price bid for "Repair Spalls on Exterior of West Wall." ' PART 2 — PRODUCTS 2.01 CONCRETE MASONRY UNITS 1 A. GENERAL ' Comply with referenced standards and other requirements indicated below applicable to each form of concrete masonry unit required. Provide special shapes where required for lintels, corners, jambs, sash control joints, 1 headers, bonding and other special conditions. Provide square -edged units for outside corner, except where indicated as bullnose. Unless noted otherwise, all concrete masonry units used for exterior walls 1 shall be provided with insulation inserts in all cores. ' 161 1 All material for exterior block walls shall contain the recommended amount of 1 the Dry Block System Admixture for water repellency. All mortar for exterior block walls shall contain the recommended amount of the Dry Block Mortar Admixture for water repellency and to assure proper bond strength. Provide units complying with characteristics indicated for Grade, Type, face size, exposed face and weight classification. 1 B. HOLLOW LOAD BEARING BLOCK UNITS ASTM C90, Grade N, Type I, moisture controlled, medium weight. 1 1. Size Unless noted otherwise on the drawings, provide manufactured standard units with nominal face dimensions 16 inches long by 8 inches tall (15 -5/8 inches x 7 -5/8 inches actual) by thickness indicated on the drawings. 1 2. Color and Pattern Interior Units: Smooth faced, gray color. 1 Exterior Units: Split faced, natural color. 2.02 MORTAR AND GROUT MATERIALS A. PORTLAND CEMENT ASTM C150, Type I, except Type III may be used for cold weather construction. Provide natural color or white cement as required to produce required mortar color. B. HYDRATED LIME 1 ASTM C207, Type S. 1 C. AGGREGATE FOR MORTAR ASTM C144. 1 D. AGGREGATE FOR GROUT ASTM C404. E. ADMIXTURES 1 Comply with Section 03300 "Cast -in -Place Concrete." Dry Block Mortar Admixture. 1 162 1 1 1 F. WATER 1 Clean, potable and free of oils. 2.03 REINFORCEMENT AND ANCHORAGE 1 A. REINFORCING BARS Comply with Section 03200 "Concrete Reinforcement." I B. SINGLE WYTHE JOINT REINFORCEMENT I Truss or Ladder type; hot dip galvanized after fabrication cold -drawn steel conforming to ANSI /ASTM A82, 3/16 -inch (4.8 mm) side rods with 3/16 -inch (4.8 mm) cross ties; manufactured by National Wire, or approved equal. 1 2.04 FLASHINGS I Copper /Kraft Paper Flashings: 3 oz/sq. ft. (915 g /sq. m) sheet copper bonded to fiber reinforced asphalt treated Kraft paper; manufactured by York Manufacturing, or approved equal. 1 2.05 ACCESSORIES A. PREFORMED CONTROL JOINTS I Synthetic Rubber material. Provide with corner and tee accessories, cement fused joints, manufactured by Williams Products Inc., approved equal. I B. CLEANING SOLUTION 1 Non- acidic, not harmful to masonry work or adjacent materials. Do not use Muriatic Acid. 1 Subject to compliance with requirements, product(s) which may be incorporated into the work include, but are not limited to, the following: 1 Fabrikleen masonry cleaner type L, by Fabrikem Chemicals, International C. SEALER I Use a clear siloxane sealer with a minimum active solids content of 5.5% (follow manufacturer's recommended coverage rate). I Subject to compliance with requirements, product(s) which may be incorporated into the work include, but are not limited to, the following: Fabrishield #653, by Fabrikem Chemicals International (coverage range: 50 to 60 square feet per gallon). 1 1 163 PART 3 — EXECUTION ' 3.01 INSTALLATION For INSULATED CMU WALLS place insulation inserts in block cores at the block manufacturer's plant in conformance with Korfil installation requirements. Thickness: Build single -wythe walls to the actual thickness of the masonry units, 1 using units of nominal thickness indicated. Build chases and recesses as shown or required for the work of other trades. 1 Provide not less than eight inches of masonry between chase or recess and jamb of openings, and between adjacent chases and recesses. Leave openings for equipment to be installed before completion of masonry work. After installation of equipment, complete masonry work to match work immediately adjacent to the opening. 1 Cut masonry units using motor - driven saws to provide clean, sharp, unchipped edges. Cut units as required to provide continuous pattern and to fit adjoining work. Use full -size units without cutting where possible. Use dry cutting saws to cut concrete masonry units. Match masonry coursing, bonding, color and texture of new masonry work with existing masonry work. Grind any split face block surface smooth to receive attachments such as light fixtures, water faucets, etc. Alternatively, provide smooth face block at these 1 locations. 3.02 CONSTRUCTION TOLERANCES A. VARIATION FROM PLUMB For vertical lines and surfaces of columns, walls and arises do not exceed 1/4 -inch in 10 feet, corners, expansion joints, control joints and other conspicuous lines, do not exceed 1/4 -inch in any story. For vertical alignment of head joints do not exceed plus or minus 1/8 -inch in 10 feet. B. VARIATION FROM LEVEL For bed joints and lines of exposed lintels, sills, parapets, horizontal grooves and other conspicuous lines, do not exceed 1/4 -inch in any bay or 20 -foot maximum. For top surface of bearing walls do not exceed 1/8 -inch between adjacent floor elements in 10 feet or 1/16 -inch within width of a single unit. C. VARIATION OF LINEAR BUILDING LINE 1 For position shown in plan and related portion of columns, walls and partitions, do not exceed 3/8 -inch in any bay or 20 -feet maximum. ' 164 ' 1 ' D. VARIATION IN CROSS - SECTIONAL DIMENSIONS For columns and thickness of walls, from dimensions shown, do not exceed minus 3/8 -inch nor plus 3/8 -inch. E. VARIATION IN MORTAR JOINT THICKNESS 1 Do not exceed bed joint thickness indicated by more than plus or minus 1/8- inch. Do not exceed head joint thickness indicated by more than plus or minus 1/8 -inch. ' 3.03 TEMPORARY FORMWORK ' Provide temporary formwork and shoring as required for support of masonry construction. Construct formwork to conform to shape, line and dimensions shown. Make sufficiently tight to prevent leakage of mortar, grout, or concrete (if any). Brace, tie and support as required to maintain position and shape during construction and curing of reinforced masonry. ' Do not remove forms and shores until reinforced masonry members have hardened sufficiently to carry their own weight and all other reasonable temporary loads that may be placed on the during construction. 1 Allow not less then the following minimum time to elapse after completion of members before removing shoring or forms, provided suitable curing conditions have been obtained during the curing period. 10 days for girders and beams. 7 days for slabs. 7 days for reinforced masonry soffits. 3.04 PLACING REINFORCEMENT 1 A. GENERAL Clean reinforcement of loose rust, mill scale, earth, ice or other materials, which will reduce bond to mortar or grout. Do not use reinforcement bars with kinks or bends not shown on drawings or final shop drawings, or bars ' with reduced cross - section due to excessive rusting or other causes. Position reinforcement accurately at the spacing indicated. Support and ' secure vertical bars against displacement. Horizontal reinforcement may be placed as the masonry work progresses. Where vertical bars are shown in close proximity, provide a clear distance between bars of not less than the nominal bar diameter or one -inch (whichever is greater). ' For columns, piers and pilasters, provide a clear distance between vertical bars as indicated, but not less than 1 -1/2 times the nominal bar diameter or 1 1 -1/2 inches, whichever is greater. Provide lateral ties as indicated. Splice reinforcement bars where shown. Provide lapped splices, unless ' otherwise indicated. In splicing vertical bars or attaching to dowels, lap ends, place in contact and wire tie. Provide not Tess than minimum lap indicated. ' 165 1 Where indicated embed prefabricated horizontal joint reinforcement as the work progresses, with a minimum cover of 5/8 -inch on exterior face of walls and 1/2 -inch at other locations. Lap units not less than six inches at ends. Use prefabricated "L" and "T" units to provide continuity at corners and intersections. Cut and bend units as recommended by manufacturer for continuity at returns, offsets, column fire - proofing, pipe enclosures and other special conditions. B. ANCHORING 1 Anchor reinforced masonry work to supporting structure as indicated. 3.05 INSTALLATION CONCRETE UNIT MASONRY 1 A. GENERAL Do not wet concrete masonry units (CMU). Layout walls in advance for accurate spacing of surface bond patterns with uniform joint widths and to accurately locate openings, movement -type joints, returns and offsets. Avoid the use of less- than - half -size units at corners, jambs and wherever possible at other locations. 1 Lay -up walls to comply with specified construction tolerances, with courses accurately spaced and coordinated with other work. As the work progresses, build -in items specified under this and other section of these specifications. Fill in solidly with masonry around build -in items. Fill space between hollow metal frames and masonry solidly with mortar, 1 unless otherwise indicated. Where built -in items are to be embedded in cores of hollow masonry units, place a layer of metal lath in the joint below and road mortar or grout into core. Fill cores in hollow concrete masonry units with grout 3 courses (24 inches) under bearing plates, beams, lintels, posts and similar items, unless otherwise indicated. Lay CMU units with full -face shell mortar beds. Fill vertical head joints (end joints between units) solidly with mortar from face of unit to a distance behind face equal to not less than the thickness of longitudinal face shells. Solidly bed cross -webs of starting courses in mortar. Maintain head and bed joint widths shown, or if not shown, provide 3/8 -inch joints. Cut joints flush for masonry walls, which are to be concealed or to be covered by other materials, unless otherwise indicated. Tool exposed joints slightly concave using a jointer larger than joint thickness, unless otherwise indicated. 166 ' 1 ' Remove masonry units disturbed after laying; clean and reset in fresh mortar. Do not pound corners or jambs to shift adjacent stretcher units, which have been set in position. If adjustments are required, remove units, clean off ' mortar and reset in fresh mortar. B. FLASHING OF MASONRY WORK 1 Provide concealed flashing in masonry work at, or above, shelf angles, lintels, ledges and other obstructions to the downward flow of water in the wall so as 1 to divert such water to the exterior. Prepare masonry surfaces smooth and free from projections, which could puncture flashing. Place through -wall flashing on sloping bed of mortar and cover with mortar. Seal penetration in flashing with mastic before covering with mortar. Extend flashings through 1 exterior face of masonry and turn down to form drip. Extend flashing the full length of lintels and shelf angles and minimum of four inches into masonry each end. Extend flashing from exterior face of outer wythe of masonry, through the outer wythe, turned up a minimum of four inches and through the inner wythe to within one -inch of the interior face of ' the wall in exposed work. Where interior surface of inner wythe is concealed by furring, carry flashing completely through the inner wythe and turn up approximately two inches. At heads and sills turn up ends not Tess than two 1 inches to form a pan. Install flashing to comply with manufacturer's instructions. Provide weep holes in the head joints where indicated. ' C. WALLS 1. Pattern Bond Lay CMU wall units in 1/2- running bond with vertical joints in each course centered on units in courses above and below, unless otherwise indicated. Bond and interlock each course at corners and intersections. Use special- shaped units where shown, and as required for corners, jambs, sash, control joints, lintels, bond beams and other special condition. 1 Maintain vertical continuity of core or cell cavities, which are to be reinforced and grouted, to provide minimum clear dimension indicated ' and to provide minimum clearance and grout coverage for vertical reinforcement bars. Keep cavities free of mortar. Solidly bed webs in mortar where adjacent to reinforced cores or cells. Where horizontal reinforced beams (bond beams) are shown, use special units or modify regular units to allow for placement of continuous horizontal reinforcement bars. Place small mesh expanded metal lath or 1 wire screening in mortar joints under bond beam courses over cores or cells of non - reinforced vertical cells, or provide units with solid bottoms. 1 2. Option Where all vertical cores are not shown to be grouted, Contractor may elect to fill all vertical cores with grout. In which case, requirements for 167 1 mortar bedding of cross -webs and closing of core spaces below bond beams do not apply. D. LINTELS Install steel lintels where indicated. Provide masonry lintels where shown and wherever openings of more than 1' -0" for brick size units and 2' -0" for block size units are shown without structural steel or other supporting lintels. Provide minimum bearing of eight inches at each jamb, unless otherwise indicated. E. CONTROL AND EXPANSION JOINTS Provide vertical and horizontal expansion, control and isolation joints in masonry where shown. Build -in related items as the masonry work progresses. Build flanges of metal expansion strips into masonry. Lap each joint four inches in direction of water flow. Seal joints below grade and at junctures with horizontal expansion joints, if any. 1 Build flanges of factory- fabricated expansion joint units into masonry. See Division 7 Section "Elastic Expansion Joints ". Build -in non - metallic joint fillers where indicated. F. COLUMNS, PIERS, AND PILASTERS Use CMU units of the size, shape and number of vertical core spaces shown. If not shown, use units, which provide minimum clearances and grout coverage for number and size of vertical reinforcement bars shown. Provide pattern bond shown, or if not shown, alternate head joints in vertical alignment. 1 Where bonded pilaster construction is shown, lay wall and pilaster units together to maximum pour height specified. 1 G. GROUTING Use "Fine Grout" per ASTM C476 for filling spaces less than four inches in 1 one or both horizontal directions. Use "Coarse Grout" per ASTM C476 for filling four inches spaces or larger in 1 both horizontal directions. Use "Concrete Mix" for filling spaces 10 inches or larger. H. GROUTING TECHNIQUE: 1. General At the Contractor's option, use either low -lift or high -lift grouting techniques subject to requirements, which follow. 168 ' 1 2. Low -Lift Grouting Provide minimum dear dimension of two inches and clear area of eight square inches in vertical cores to be grouted. ' Place vertical reinforcement prior to laying of CMU. Extend above elevation of maximum pour height as required for splicing. Support in position at vertical intervals not exceeding 192 bar diameters nor 10 ft. 1 Lay CMU to maximum pour height. Do not exceed five -foot height, or if bond beam occurs below five -foot height stop pour at course below bond beam. ' Pour grout using chute or container with spout. Rod or vibrate grout during placing. Place grout continuously; do not interrupt pouring of grout ' for more than one hour. Terminate grout pours 1 -1/2 inches below top course of pour. ' Bond Beams: Stop grout in vertical cells 1 -1/2 inches below bond beam course. Place horizontal reinforcement in bond beams; lap at corners and intersections as shown. Place grout in bond beam course before ' filling vertical cores above bond beam. 3. High -Lift Grouting 1 Do not use high -lift grouting technique for grouting of CMU unless minimum cavity dimension and area is 3 inches and 10 square inches, respectively. Provide cleanout holes in first course at all vertical cells, which are to be filled with grout. Use units with one face shell removed and provide ' temporary supports for units above, or use header units with concrete brick supports, or cut openings in one face shell. ' Construct masonry to full height of maximum grout pour specified, prior to placing grout. Limit grout lifts to a maximum height of 5 feet and grout pour to a maximum height of 24 feet, for single wythe hollow concrete masonry walls, unless otherwise indicated. 1 Place vertical reinforcement before grouting. Place before or after laying masonry units, as required by job conditions. Tie vertical reinforcement to dowels at base of masonry where shown and thread CMU over or around 1 reinforcement. Support vertical reinforcement at intervals not exceeding 192 bar diameters nor 10 feet. ' Where individual bars are placed after laying masonry, place wire loops extending into cells as masonry is laid and loosen before mortar sets. After insertion of reinforcement bar, pull loops and bar to proper position 1 and tie free ends. 169 1 Where reinforcement is prefabricated into cage units before placing, 1 fabricate units with vertical reinforcement bars and lateral ties of the size and spacing indicated. Place horizontal beam reinforcement as the masonry units are laid. Embed lateral tie reinforcement in mortar joints where indicated. Place as masonry units are laid, at vertical spacing shown. 1 Where lateral ties are shown in contact with vertical reinforcement bars, embed additional lateral tie reinforcement in mortar joints. Place as shown, or if not shown, provide as required to prevent grout blowout or rupture of CMU face shells, but provide not less than No. 2 bars or 8 -gage wire ties spaced 16 inches on center for members with 20 inches or less side dimensions, and 8 inches on center for members with side dimensions exceeding 20 inches. I. PREPARATION OF GROUT SPACES Prior to grouting, inspect and clean grout spaces. Remove dust, dirt, mortar droppings, loose pieces of masonry and other foreign materials from grout. spaces. Clean reinforcement and adjust to proper position. Clean top surface of structural members supporting masonry to ensure bond. After final cleaning and inspection, close cleanout holes and brace closures to resist grout pressures. Do not place grout until entire height of masonry to be grouted has attained sufficient strength to resist displacement of masonry units and breaking of mortar bond. Install shores and bracing, if required, before starting grouting operations. Place grout by pumping into grout spaces unless alternate 1 methods are acceptable to the Engineer. Limit grout pours to sections which can be completed in one working day with not more than one hour interruption of pouring operation. Place grout in lifts, 1 which do not exceed five feet. Allow not less than 30 minutes, nor more than one hour between lifts of a given pour. Rod or vibrate each grout lift during pouring operation. 1 Place grout in lintels or beams over openings in one continuous pour. Where bond beam occurs more than one course below top of pour, fill bond beam course to within one -inch of vertically reinforced cavities, during construction of masonry. When more than one pour is required to complete a given section of masonry, extend reinforcement beyond masonry as required for splicing. Pour grout to with 1 -1/2 inches of top course of first pour. After grouted masonry is cured, lay masonry units and place reinforcement for second pour section before grouting. Repeat sequence if more pours are required. 1 170 1 J. FIELD QUALITY CONTROL: 1. General 1 Contractor shall employ, at his own expense, a testing laboratory experienced in performing types of masonry field quality control tests for ' masonry indicated. Comply with requirements for qualification and acceptance of testing laboratory specified in Part 1 for preconstruction testing service. 2. Unit Test Method A. Brick Tests 1 For each type and grade of brick indicated, test units by methods of sampling and testing of ASTM C67 except select 5 bricks at random ' for each 10,000 units or fraction thereof installed. B. Concrete Masonry Unit Tests For each type, class and grade of concrete masonry unit indicated, test units by method of sampling and testing of ASTM C140. 1 C. Mortar Tests For each type indicated, test mortar by methods of sampling and ' testing of ASTM C780. Conduct tests no Tess frequently than that required to evaluate mortar used to install each increment of masonry units indicated above from which samples are taken for testing. 1 K. REPAIR, POINTING, AND CLEANING: 1 1. General Remove and replace masonry units which are loose, chipped, broken, stained or otherwise damaged, or if units do not match adjoining units as intended. Provide new units to match adjoining units and install in fresh mortar or grout, pointed to eliminate evidence of replacement. 1 2. Pointing During the tooling of joints, enlarge any voids or holes, except weep ' holes, and completely fill with mortar. Point -up all joints including corners, openings and adjacent work to provide a neat, uniform appearance, prepared for application of sealants. 1 3. Final Cleaning t After mortar is thoroughly set and cured, clean masonry as follows: Remove large mortar particles by hand with wooden paddles and non- metallic scrape, hoes or chisels. 1 171 1 Test cleaning methods on sample wall panel; leave panel uncleaned for comparison purposes. Obtain Architect's approval of sample cleaning before proceeding with cleaning of masonry. Protect adjacent stone and non - masonry surfaces from contact with cleaner by covering them with liquid strippable masking agent, polyethylene film or waterproof masking tape. Saturate wall surfaces with water prior to application of cleaners; remove cleaners promptly by rinsing thoroughly with clear water. Use bucket and brush hand cleaning method described in BIA "Technical Note No. 20 Revised" to clean brick masonry made from clay or shale, except use on the following masonry cleaners: Detergent or Acidic cleaner. Apply Acidic cleaner in compliance with directions of cleaner manufacturer. Clean masonry with cleaning solution in accordance with manufacturer's recommendations. Muriatic acid shall not be used. Clean concrete unit masonry to comply with masonry manufacturer's directions and applicable NCMA "Tek" bulletins. Apply tow coats of sealer to all exterior CMU surfaces. 1 Provide final protection of masonry work and maintain conditions in a manner acceptable to Engineer that ensures unit masonry work to be without damage and deterioration at time of substantial completion. 1 1 1 1 END OF SECTION 1 1 1 1 172 1 1 DIVISION 4 — MASONRY Section 04410 — Brick Masonry Repair 1 PART 1 — GENERAL 1 1.1 SCOPE ' The Contractor shall furnish all tools, equipment, materials, and supplies necessary for crack repair of existing masonry and repointing of joints in existing brick masonry as shown in the plans. Cracks less than 5 mils in width do not ' require repair. 1.2 RELATED WORK SPECIFIED ELSEWHERE A. Section 02000 - Historic Restoration Procedures B. Section 02060 - Minor Demolition C. Section 03300 - Cast -In -Place Concrete ' D. Section 03360 - Pneumatically - Placed Concrete E. Section 04200 - Masonry 1 1.3 REFERENCE SPECIFICATIONS, CODES AND STANDARDS A. Comply with the applicable reference specifications as specified. 1 B. Comply with the current provisions of the following Codes and Standards: ' 1. Commercial Standards: ASTM C 62 Standard Specification for Building Brick (Solid Masonry Units Made From Clay or Shale) ASTM C 144 Standard Specification for Aggregate for Masonry Mortar ASTM C 150 Standard Specification for Portland Cement ASTM C 207 Standard 1 Specification for Hydrated Lime for Masonry Purposes • ASTM C 404: Standard Specification for Aggregates for Masonry 1 Grout • ASTM C 882: Standard Test Method for Bond Strength of Epoxy- 1 Resin Systems Used With Concrete By Slant Shear • ASTM A 123: Standard Specification for Zinc (Hot -Dip Galvanized) 1 Coatings on Iron and Steel Products • ASTM A 615 Standard Specification for Deformed and Plain ' Billet -Steel Bars for Concrete Reinforcement 1.4 CONTRACTOR SUBMITTALS 1 A. Submittals shall be made in accordance with the Section 01300. B. The following submittals and specific information shall be provided to the Engineer for approval, prior to start of contracted Work. 1 173 1 1. Complete materials list of all items proposed to be furnished and installed under this Section. 2. Manufacturer's specifications and other data to identify the quality of all proposed material and to prove conformance with the specified requirements. 1 3. Samples: Submit to the Engineer for approval prior to start of work: a. Brick Units: Submit two (2) full size pieces of each size brick proposed for use. c. Mock -Up Samples: Provide mock -up samples, 3 feet minimum horizontally by 2 feet minimum vertically in size, in the field, of existing masonry with crack repair and repointing of joints. 4. Shop Drawings for Anchorage and Ties: The Contractor shall design tie and anchor system in accordance with the building codes for the brick. Submit tie and anchor design details and samples to the Engineer for review. Contractor shall incorporate all review comments and correction prior to submitting plans to the City of Yakima for approval. Contractor shall provide duplicate copies of approved plans to the Engineer for final approval and distribution. 1 5. Epoxy Injection Procedure: Submit a detailed written description of the epoxy injection procedures they intend to follow and the repair plan to the Engineer for review. Contractor shall incorporate all review comments and correction prior to submitting to the City of Yakima for approval. The epoxy injection procedures shall include, but not limited to, the following information: 1. The injection pressures required. 2. The proposed procedure when a crack appears to be taking no epoxy. 3. The proposed procedure if the desired injection pressures cannot be attained or the crack appears to be taking an excessive amount of epoxy. The Contractor shall perform the epoxy injection work in the following order: First: Inject the cracks in the spandrel arches, and beams. Second: Inject the cracks in wall sections. 6. Repair Plans: Submit a detailed map of all repair locations after all existing masonry surfaces are cleaned and reviewed in the field by the Contractor, Engineer, and the Inspector. 7. Scaffolding Drawings: Submit scaffolding drawings for review prior to start of work. 8. Proof of Qualification: Submit certification of factory trained qualified applicator for epoxy injection. 174 1 1.5 QUALITY ASSURANCE A. Labor: Use adequate number of skilled workers who are thoroughly trained ' and experienced in the necessary crafts and who are completely familiar with the specified requirements and methods needed for the proper performance of the work of this Section. Workers for the Epoxy Injection must be factory ' trained qualified applicators and certified by the City of Yakima. The qualified applicator shall be certified foreman and /or nozzleman. Contractor shall arrange for certification meeting with the City of Yakima Inspector, work demonstration, preconstruction meeting and shall comply with all other 1 applicable requirements. B. Tests: Execute tests as required by the City of Yakima, whenever the ' Inspector or Engineer detect evidence of materials or work failing to meet the specification requirements. Perform all such tests as instructed by the Inspector or Engineer at Contractor's expense. ' C. Samples: Take samples and make tests of materials as required by the Building Inspector prior to and during construction operations. 1 1.6 PRODUCT HANDLING ' A. Protection: Protect materials before, during, and after installation. Protect the work and materials of all other trades. 1 B. Replacements: In the event of damage, immediately make all repairs and replacements necessary for the acceptance of the Engineer and at no additional cost to the City. 1 C. Delivery and Storage: 1. Brick units and auxiliary materials shall be delivered and stored in 1 original, unopened packages bearing manufacturers' labels indicating brand names, and kept off the ground on platforms or palettes that will allow air to circulate under brick units. Store all mortar and grout ' materials under cover in a cool, dry location in strict accordance with the manufacturer's instructions. ' 2. Handle brick units in a manner to protect units against wetting and damage. Damaged or stained units will be rejected. ' 1.7 PAYMENT No separate or additional payment will be made for the work and material specified herein. All costs for brick masonry repair, as specified herein, shall be included in the per square foot unit bid price for "Repair Spalls on Exterior of West Wall." 1 1 175 PART 2 — PRODUCTS ' 2.1 MATERIALS AND EQUIPMENT A. Provide sound materials for repair or replacement of brick masonry according 1 to the following order of preference. 1. Material salvaged from demolished area of the project site, 1 2. Salvaged material from another site that meets specified requirements, 3. Material salvaged from unobtrusive portion of the project site, as approved by the Engineer. 4. New materials 2.2 BRICK MASONRY A. Acceptable Manufacturer's: 1. Mutual Materials, Bellevue, WA. 2. Equal manufacturers when approved in advance by the Engineer. B. New Building Brick: 1. New building brick shall conform to ASTM C62, Grade MW or SN, unit to be free from warp, cracks and spalls in size and quantity detrimental but quality brick work. Minimum average compressive strength at 28 days shall be not less than 3,000 psi. 2. Sizes, Color and Texture to match existing adjoining brick units. 2.3 OTHER MATERIALS (AS APPLICABLE) A. Portland Cement: Comply with ASTM C150, Type I or II low alkali, with total amount of sodium or potassium oxide in the cement not to exceed 0.6% when the aggregates contain opalescent silica or is reactive to alkalies. Comply with the latest IBC requirements. "Masonry" cement will not be acceptable. Portland Cement for integrally colored mortar shall match existing. B. Aggregate: 1 1. Sand for mortar shall be as per ASTM C144, except that not less than 5 percent shall pass the No. 100 sieve. 2. Aggregate for grout shall comply with ASTM C404. 1 176 1 1 ' C. Lime and Lime Putty: 1. Quick Lime shall comply with ASTM C5. 2. Hydrated lime for masonry purposes shall conform to the requirements of the latest City of Yakima Building Code. 3. Lime putty shall be made from Type S hydrated lime and shall conform to ASTM C207. Putty made from Type S shall have a plasticity figure of not less than 200 when tested commencing within 30 minutes after mixing with water. 4. The CONTRACTOR shall furnish Manufacturer's Certification identifying 1 the lime and stating that the lime complies with these requirements. D. Water: Water shall be from a source used for domestic purposes free from 1 injurious amounts of acids, alkalis, oil and organic matter. E. Bonding Agent: Shall be [arson Products Corp. "Plasterweld" or an approved ' equal. F. Reinforcement: Reinforcement shall be billet steel conforming to ASTM A615, ' Grade 60, per sizes and spacings shown on Drawings. Provide galvanized steel pipe sleeves for use at expansion joints where indicated on the Drawings. 1 G. Cleaning Agent: Sure Klean Restoration Cleaner, or an approved equal. H. Anchors for Ceramic Veneer: Use strap anchors, corrugated formed sheet t metal wall ties, steel wire ties and dovetail anchors galvanized to ASTM Al23, to suit the particular portion of the ceramic veneer unit. 1 I. Anchors for Brick: Use strap anchors, corrugated formed sheet metal wall ties, steel wire ties and dovetail anchors galvanized to ASTM Al23, to suit the particular portion of the ceramic veneer unit. 1 2.4 MORTAR [AND GROUT] MIXES ' A. Cement -Lime Mortar shall conform to and be proportioned in accordance with the latest Building Code. Mortar shall attain a minimum compressive strength of 1,500 psi in 28 days. B. Mix mortar by placing one -half of water and aggregate in a power operated mixer, then add cement, lime, admixture (when approved), and the remainder of aggregate and water. Mix mortar mechanically for not less than three minutes after all ingredients have been placed in the mixer. Retemper mortar with water as required to maintain high plasticity. Mortar not used after 1 -1/2 hours after initial mixing shall be discarded. C. All mortar incorporated in this project shall be tested in accordance with the latest Building Code. ' D. When approved for use, mortar admixture shall be Sika Red Label, manufactured by Sika Chemical Corporation or an approved equal. Quantity 1 177 1 of admixture per mortar batch shall be in accordance with manufacturer's 1 recommendations and as approved by the Engineer. E. Grout shall consist of a mixture of cementitious materials and aggregate to which water has been added such that the mixture will flow without segregation of its constituents. Use pea gravel in grout spaces where least cell or width dimension is 4- inches or more. F. Water content of grout shall be adjusted to provide proper workability and to enable the proposed placement under existing field conditions, without segregation. Slump to range between 8 and 10 inches. Field adjustment of water content shall be approved by the Inspector. G. Mix grout by placing one -half of water and aggregate in a power operated 1 mixer, then add cement, lime, admixture, and the remainder of aggregate and water. Mix grout mechanically for not less than three minutes after all ingredients have been placed in the mixer. 1 H. Grout admixture shall be Sika Grout Aid, Type II, manufactured by Sika Chemical Corporation or an approved equal. Antifreeze liquid, chloride salts or other such substances shall not be used in the grout. Air - entraining substances shall not be used in grout unless tests are conducted to determine compliance with the latest Building Code. 1 2.5 EPDXY A. Epoxy paste sealer for caulking cracks and installing injection port devices 1 shall be Sikadur 33, manufactured by Sika Corporation, or an approved equal. B. Use metal or plastic tubes or other approved injection port devices. C. Anti - Corrosion Coating shall conform to ASTM C882, and shall be approved 1 by the City of Yakima. The coating shall be Sika Armatic 110 EpoCem, manufactured by Sika Corporation, or an approved equal. D. Epoxy for Injection shall shall be Sikadur 35 — Hi -Mod LV or Sikadur 52, manufactured by Sika Corporation, or an approved equal. 1 PART 3 — EXECUTION 3.1 SURFACE CONDITIONS 1 A. Prior to the bid and during the course of construction, examine the areas and conditions under which work of this Section will be performed. 1 1. Determine the area of repair in the field with the companies of the Engineer and the Inspector. 1 2. Correct conditions detrimental to timely and proper completion of the Work. 3. Do not proceed until such detrimental conditions are corrected. 178 ' 1 1 B. Cleaning Existing Masonry Surfaces: ' 1. Sandblasting and /or use of job mixed basic acids, powdered or liquid will not be allowed. ' 2. Painted Surfaces: Surfaces shall first be cleaned by washing with a suitable solvent to remove or soften all existing paint. EXCEPTION: Painted surfaces which still have good adhesion and are still more than 75% painted shall be cleaned and prepared only as required for painting.] ' 3. Surfaces shall then be cleaned with a brushcoat of diluted [ "Sure -Klean Restoration Cleaner "] followed by a blast water (to high psi at 40 gal per ' min). Cleaning top to bottom sufficient to remove existing coatings and contaminants and to expose the original natural surface. Care shall be taken to prevent erosion of the masonry at joint and crack lines or to 1 significantly alter the texture of the masonry.] 4. All workers shall be protected from any lead exposure using engineering ' and work practice control. 5. Contractor shall provide all necessary means to capture all water and ' dispose of site in accordance with local governing code requirements. No water with contaminant, chemical etc. shall be discharged to job soil or storm drain system. 1 3.2 WORKMANSHIP A. Standards: Repair and construct all brick work in accordance with best ' standards of the Brick Masonry Trade. B. All Exposed Masonry Surfaces: Keep clean and free of mortar and grout ' dropping and other foreign matter or dirt. 3.3 CRACK REPAIR OF EXISTING MASONRY AND MASONRY REPOINTING ' A. General: The area of masonry crack repair shall be determined in the field by the ENGINEER. Any masonry crack encountered during construction or selected demolition shall be properly repaired in accordance with the requirements specified below: ' B. Repair Work: 1. Do not start any repair work until all surface preparation is inspected by the Inspector. Repair work shall proceed prior to repointing or shotcreting as required for seismic retrofitting works. 2. Repair of Hairline Cracks and Open Joints: a. Rake open joint to adequate depth to remove any loose mortar, but no less than ' /2", repointing depth. ' b. Clean joint, surfaces and cracks with high - pressure air. 1 179 1 c. Pressure inject epoxy to bond cracks. d. Re -grout any open joint with mortar to restore architectural finish. 1 3. Repair of Through Cracks, Loose Bed and Head Joint: a. Rake joint to adequate depth to remove any loose mortar, which is Tess than one wythe depth. b. Clean joint with high - pressure air. 1 c. Pressure inject epoxy to bond inner cracks. d. Fill joint with epoxy grout leaving /2 indent for repointing. e. Repoint and restore architectural finish. 1 4. Repair of Through Cracks (more than one wythe depth) and damaged or out -of -place Brick Units: 1 a. Rake joint to remove all loose mortar, loose and /or damaged brick. All backing shall be chipped, cleaned of all excess material and level. 1 b. Clean joints and backing with high - pressure air. c. Pressure inject epoxy to bond inner cracks. 1 d. Provide proper bond of mortar setting bed, lay brick plumb and level to match adjacent where required. e. Re- grout, repoint and restore architectural finish. C. Epoxy Injection Procedure 1. Crack Sealing: Crack at the head joint or cracked brick shall be caulked and sealed with an epoxy paste sealer. The injection port devices shall be installed with epoxy sealer during the crack sealing. The injection ports shall be spaced approximately 12 inches center to center. The spacing of the ports may be increased or decreased as required to insure maximum penetration of the injection epoxy. For through cracks, Contractor shall seal both sides of cracked building component. [Drill 3 /4 inch minimum diameter holes as verification ports into head joint approximately 8 to 12 inches on each side of the crack. Holes shall penetrate to the near face of the far wythe of the brick.] The repair work for each through crack shall be paid for as single crack. 2. Crack Healing: Epoxy shall be injected under pressure into the injection ports. Injection shall be started at the lowest port along a radial crack and at the end of a circumferential or horizontal crack. Injection operation shall continue until epoxy material advances to and begins to exude from the adjacent injection port [and verification port]. As this time, the ports shall 1 be sealed and injection at the adjacent port shall begin. This shall be 180 1 1 ' repeated from port-to -port until the entire crack has been treated in one continuous operation. It is required that a manufacturer's representative or factory trained qualified applicators with past experience be present on the job at all times. Injection at the last port shall continue for approximately one minute after the rise in gauge pressure. Once injection has been started on a crack, it shall be continued uninterrupted until the crack has been completely injected. 1 Upon completion of the crack injection, all excess epoxy sealer and all injection port devices shall be ground smooth and flush with the adjacent existing surfaces. This requirement applies for surface cracks only. ' In inner cracks below the surface of the joint or the brick units, the CONTRACTOR shall remove the injection ports, but grinding the epoxy ' sealer will not be required. After all cracks have been injected, the CONTRACTOR shall re- grout, repoint or reconstruct brick units over repaired area. 1 D. Epoxy Injection Equipment: ' Pumps used for injection shall be a positive displacement type with interlock to provide positive ratio control in proper proportions. The pumps used shall be electrically or air powered, portable, and shall provide an in -line mixing and metering system for the two - component epoxy. The pressure hoses and injection nozzle shall be of such design as to allow proper mixing of the two components of the epoxy. ' The presence of a standby injection units is required. Dwell time in mixing head shall not exceed ten seconds. ' Solvents such as Xylene, Toluene, Mez or Bytyl Cellosolve may NOT be used to thin the epoxy system introduced into the cracks or joints. 1 3.4 INSTALLATION OF BRICK A. Wetting of Bricks: 1 1. Moisten brick units to provide brick suction sufficient to hold mortar and to absorb water from mortar and grout. 1 2. Provide sufficiently damp bricks so that mortar will remain plastic enough to permit brick to be leveled and plumbed immediately after being laid ' without destroying the bond. B. Brick Laying: 1 1. Conform to the latest Building Code for general requirements. 2. Unless otherwise indicated on the Drawings, make the brick work plumb, 1 level, and true to line with square angles and corners. 1 181 1 3. Use line blocks whenever possible. When it is absolutely necessary to use a line pin, fill the hole immediately after the pin is withdrawn. 4. Use only bricks that are clean and free from dust and other foreign matter. 5. Lay in [running bond] unless otherwise shown on the Drawings or required to match existing bond. 6. Do not use bonding headers on grouted masonry unless specifically so directed by the Engineer. 7. Bed Joints: a. Bed joints to be not smaller than 1 /2 inch to provide 4 -inch vertical modules, of courses (brick unit plus joint) to match existing.] b. Bevel all bed joints, sloping toward the center of the wall in such manner that the bed joints will be filled when the brick is finally brought to line. 1 c. Do not furrow the bed joints. d. Avoid fins of bed joints protruding into grout space. 1 (1) If they occur, leave in place if not projecting more than the bed joint thickness. (2) Do not, in any case, cut off and drop into the grout space. 8. Head Joints: [To match existing or not smaller than '/2- inch.] For head 1 joints 5/8 -inch or more, provide mortar dams to retain the grout. 9. Reveal Joints: Rake 3 /4 -inch deep for % -inch joints [or as otherwise 1 detailed on the Drawings]. 10. Lay both wythes of the wall to a line. Where new work adjoins existing masonry work, interior and exteriors joints to match and be in alignment. 11. Where bricks are moved or shifted, remove and lay again in fresh mortar. 1 12. Repair damaged reinforcing steel or install new. 13. Except at the finishing course, stop grout approximately 1" below the top 1 of the brick. 14. Grouting: 1 a. Completely fill all grout spaces, immediately puddle with rod cause it to flow into all joints and voids and bond with mortar and completely encase all wall. b. Whenever possible, grout from the inside face of the masonry. 1 182 1 1 ' c. Take extreme care to prevent grout or mortar staining the face of masonry to be left exposed or unpainted. d. Protect sills, ledges, offsets, door jambs, corners, and similar ports from damage and from collecting mortar or grout. 15. Immediately remove mortar and grout from areas where they are not scheduled to be placed. C. Tooling Mortar Joints: Tool joints when enough water has left the mortar and 1 the mortal is "Thumb Print" hard and when such tooling will not bring excessive paste to the surface. Compress and compact the mortar using %- inch diameter round tool for making joints 'A -inch slightly concave for both 1 horizontal and vertical joints without waves or dips. D. Cutting and Trimming Brick: To be done where necessary and as approved 1 by the Inspector or Engineer, for use on narrow wall widths, pilasters, returns, reveals and /or other architectural features. No brick unit to be cut to '/2 of its size or length. All cutting to be done by machine, neat, true and even. 1 E. Brick Anchorages: Use anchors, ties, bolts, piping, sleeves, rough hardware and other inserts specified in [other Sections of the Project Manual] 1 [approved shop drawing]; set items into the brick work as the brick units are being placed. ' F. Exterior Exposed Brick: Exposed textured face to match existing adjacent construction where occur. G. Interior Exposed Brick: Lay with wire -cut texture exposed. 1 H. Coring: Make holes in brick walls for passage of pipe or conduit with a coring machine. I. Tiering: Carry outer tier not more than three (3) courses with the outer tier one course higher than the inner tier for grouting. If work is interrupted for ' more than 1 hour, bring all tiers to the same level and pour grout to within 3 h inch of the top. J. Termination of a Horizontal Run: Rack back one -half brick length in each course and stop the grout 2- inches back of the rack. K. Delays in Work Progress: Before resuming work, roughen the grout surfaces with a moist non - metallic brush. 111 L. Repair of Existing Reinforcement: 1 1. After chipping of all unsound, imperfect or spalled brick has been completed, the existing reinforcing bars shall completely exposed or at least % inch all around, thoroughly cleaned of rust of other deleterious 1 substances. 2. Accurately place and set in accordance with tie and anchorage details 1 approved by the L.A. City Department of Building and Safety. Never "hickey" dowels or reinforcing. 1 183 1 3. Where necessary; hold vertical steel firmly in place by means of frames or other suitable methods. 4. Place horizontal reinforcing as work progresses with laps properly wired I in place and spliced and wired to vertical steel prior to placing of brick units. 5. Spliced with existing reinforcing steel with minimum required splice length. 6. In spaces containing reinforcement, the clear distance between brick and reinforcement to be minimum '/ -inch at all points. 7. A uniform coat of anti - corrosion coating shall be applied to all exposed surfaces of both existing and new reinforcement. M. Embedded Items: Install reglets, anchors, nailing strips, bolts and other items I (specified in other Sections) in masonry walls [as indicated on the Drawings] [as specified on approved shop Drawings] [as required for the repair work]. 1 N. Curing of Completed Brick Work: Avoid wetting of masonry surfaces after completion of construction. If windy, fog spray the complete work sufficient only to dampen the surface but not of such quantity to cause water to flow on III the face of the brick or flow into the joints. 3.5 CLEANING 1 A. Required: As necessary to avoid sandblasting. I B. During Construction: 1. As work progresses immediately remove all mortar and grout droppings ' and other foreign matter from installed work using a (non - metallic) fiber brush and water to prevent adhesion of mortar and grout to brick and /or veneer surfaces and to leave surfaces clean. Use minimum amount of I water to prevent added efflorescence from forming on the surfaces. C. Finishing Masonry Work: 1. At completion of all rehabilitation and restoration work, Contractor and Inspector shall completely check all surfaces for cleanness, sound I condition and appearance. 2. Exterior brick surfaces, after being cleaned and accepted, shall be left in that condition, receiving no finishes or sealers unless noted otherwise. 1 D. Cleaning: All residue washed from building surface shall be swept or flushed from surrounding area, collected and disposed of in accordance with local 1 regulations and requirements. * ** END OF SECTION * ** I 184 1 1 1 DIVISION 4 — MASONRY Section 04420 — Stone Masonry Repair PART 1 — GENERAL 1 1.1 SCOPE Provide stone masonry joint repairs where shown on the plans, as specified and all components as needed for complete and proper repair and installation, 1 including the following: 1. Joint repair of existing stone panels. 1 2. Stone panels crack repairs. Cracks in the joints less than 5 mils in width do not require any repair. 1 3. Installation of new stone masonry replacement. 4. Installation of reinforcing steel for masonry. ' 5. Corrugated wall ties. 1 1.2 RELATED WORK SPECIFIED ELSEWHERE A. Section 02000 - Historic Restoration Procedures 1 B. Section 02060 - Minor Demolition C. Section 03300 - Cast -In -Place Concrete D. Section 03360 - Pneumatically - Placed Concrete 1 E. Section 04200 - Masonry 1.3 REFERENCE SPECIFICATIONS, CODES AND STANDARDS A. Comply with the applicable reference specifications as specified. B. Comply with the current provisions of the following Codes and Standards: 1 1. Commercial Standards: 1 • ASTM A 153 Standard Specification for Zinc Coating (Hot -Dip) on Iron and Steel Hardware ASTM A 615 Standard Specification for Deformed and Plain Billet -Steel Bars for 1 • Concrete Reinforcement ASTM C 144 Standard Specification for Aggregate for Masonry Mortar ASTM C 150 Standard Specification for Portland Cement ASTM C 207 Standard 1 Specification for Hydrated Lime for Masonry Purposes ASTM C 404 Standard Specification for Aggregates for Masonry Grout ASTM C 503 Standard Specification for Marble Dimension Stone (Exterior) ASTM C 615 Standard Specification for Granite Dimension Stone • ASTM C 881 Standard Specification for Epoxy- Resin -Base Bonding Systems for Concrete 1 • ASTM C 882 Standard Test Method for Bond Strength of Epoxy - Resin Systems Used With Concrete By Slant Shear 1 185 1 1.4 CONTRACTOR SUBMITTALS A. Submittals shall be made in accordance with the GENERAL REQUIREMENTS. B. The following submittals and specific information shall be provided to the ENGINEER for approval, prior to start of contracted Work. 1. Complete materials list of all items proposed to be furnished and installed under this Section. 2. Manufacturer's specifications and other data to identify the quality of all proposed material and to prove conformance with the specified requirements. 3. Samples: Submit to the Engineer for approval prior to start of work: 1 a. Submit four (4) samples of stone units to be used on the job for review and selection of color. Stone samples shall show rages in color. Finished work shall conform to selected samples. b. Take samples samples of epoxy and make tests of the material as required by P /BC 2002 -056 and Building Inspector prior to and during construction operations. c. Mock -Ups: Provide mock -up samples at location on the job -site where directed by the Engineer. The approved mock -up will be used as datum for comparison of work installed under this Section and for acceptance or rejection of such work. 4. Shop Drawings for Anchorage and Ties: The Contractor shall design tie 1 and anchor system in accordance with the building codes for the installation of stone. Submit tie and anchor design details and samples to the Engineer for review. Contractor shall incorporate all review comments and correction prior to submitting plans to the City of Yakima for approval. Contractor shall provide seven (4) copies of approved plans to Engineer for final approval and distribution. 1 5. Epoxy Injection Procedure: Submit a detailed written description of the epoxy injection procedures they intend to follow and the repair plan to the Engineer for review. Contractor shall incorporate all review comments and correction prior to submitting to the City of Yakima for approval. The epoxy injection procedures shall include, but not limited to, the following information: 1. The injection pressures required. 2. The proposed procedure when a crack appears to be taking no epoxy, or the epoxy does not exude from the adjacent port. 3. The proposed procedure if the desired injection pressures cannot be attained or the crack appears to be taking an excessive amount of epoxy. 4. Repair Plans: Submit a detailed map of all repair locations after all existing masonry surfaces are cleaned and reviewed in the field by the Contractor, Engineer, and the Inspector. 186 ' 1 ' 5. Scaffolding Drawings: Submit scaffolding drawings for review prior to start of work. 6. Proof of Qualification: Submit certification of factory trained qualified 1 applicator for epoxy injection. 1.5 QUALITY ASSURANCE 1 A. Labor: Use adequate number of skilled workers who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with 1 the specified requirements and methods needed for the proper performance of the work of this Section. Workers for the Epoxy Injection must be factory trained qualified applicators. The qualified applicator shall be certified foreman and /or nozzleman. Contractor shall arrange for certification meeting ' with the City Inspector, work demonstration, preconstruction meeting and shall comply with all other applicable requirements. 1 1.6 PRODUCT HANDLING A. Protection: Protect materials before, during, and after installation. Protect the ' work and materials of all other trades. B. Replacements: In the event of damage, immediately make all repairs and 1 replacements necessary for the acceptance of the Engineer and at no additional cost to the City. C. Delivery and Storage: 1. Stone units and auxiliary materials shall be delivered and stored in original, unopened packages bearing manufacturers' labels indicating brand names, and kept off the ground on platforms or palettes that will allow air to circulate under brick units. Store all mortar and grout materials under cover in a cool, dry location in strict accordance with the manufacturer's instructions. 2. Handle stone units in a manner to protect units against wetting and damage. Damaged or stained units will be rejected. 1 1.7 PAYMENT ' No separate or additional payment will be made for the work and material specified herein. All costs for stone masonry repair, as specified herein, shall be included in the per square foot unit bid price for "Repair SpaIls on Exterior of 1 West Wall." PART 2 — PRODUCTS 2.1 MATERIALS AND EQUIPMENT A. Provide sound materials for repair or replacement of stone according to the following order of preference. ' 1. Material salvaged from demolished area of the project site, 2. Salvaged material from another site that meets specified requirements, ' 187 1 3. Material salvaged from unobtrusive portion of the project site, as approved by the Engineer. 4. New materials B. Where two or more identical articles or pieces of equipment are required, provide products of same manufacturer. If specified models are discontinued, furnish updated model at no additional cost 1 2.2 STONE A. River stone matching existing. 1 2.3 OTHER MATERIALS (AS APPLICABLE) A. Portland Cement: Comply with ASTM C150, Type I or II low alkali, with total amount of sodium or potassium oxide in the cement not to exceed 0.6% when the aggregates contain opalescent silica or is reactive to alkalies. Comply with the latest Building Code requirements. "Masonry" cement will not be acceptable. Portland cement for integrally colored mortar shall match existing. 1 B. Aggregate: 1. Sand for mortar shall be as per ASTM C144, except that no less than 4 1 percent or more than 10 percent shall pass the No. 100 sieve. 2. Aggregate for grout shall comply with ASTM C404. C. Hydrated Lime: Comply with ASTM C207, Type S, and shall comply with the requirements of the latest Building Code. The Contractor shall furnish Manufacturer's Certification identifying the lime and stating that the lime complies with these requirements. D. Water: Water shall be from a source used for domestic purposes free from injurious amounts of acids, alkalis, oil and organic matter. E. Reinforcement: Reinforcement shall be billet steel conforming to ASTM A615, Grade 60, per sizes and spacings shown on Drawings. Provide galvanized steel pipe sleeves for use at expansion joints where indicated on the Drawings. 1 F. Cleaning Agent: [Sure Klean Restoration Cleaner], or an approved equal. G. Anchors and Ties: Use Zinc - coated steel conforming to ASTM A153. Corrugated or crimped ties to be no less than 7/8" wide and no less than 16 gauge (0.0598 ") zinc - coated sheet steel and no less than 6" long. 2.4 MORTAR AND GROUT MIXES 1 A. Cement -Lime Mortar shall conform to and be proportioned in accordance with the latest Building Code. Mortar shall attain a minimum compressive strength 1 of 1,500 psi in 28 days. B. Mix mortar by placing one -half of water and aggregate in a power operated mixer, then add cement, lime, admixture (when approved), and the remainder 188 , 1 ' of aggregate and water. Mix mortar mechanically for not less than three minutes after all ingredients have been placed in the mixer. Maintain mortar in a plastic state until used. Retemper on mortar boards by adding water within basin formed with mortar and work mortar. Do not retemper or use mortar which has become harsh and nonplastic. When mortar has been maintained plastic, use up to no more than one hour after original mixing. 1 C. All mortar incorporated in this project shall be tested in accordance with the latest Building Code. 1 D. When approved for use, mortar admixture shall be [Hydrophobe 31, manufactured by W.R. Grace and Company]; [Sika Red Label, manufactured by Sika Chemical Corporation]; [Omicron Mortar proofing, Master Builders Corporation]; or an approved equal. Quantity of admixture per mortar batch shall be in accordance with manufacturer's recommendations and as approved by the ENGINEER. E. Grout shall conform to the latest Building Code. Grout shall have a minimum compressive strength of 2,000 pounds per square inch. 1 F. Grout shall consist of a mixture of cementitious materials and aggregate to which water has been added such that the mixture will flow without ' segregation of its constituents. Grout for spaces less than 2" in width must consist of one part Portland cement and no more than 3 parts sand. Sufficient water must be added to grout to cause it to flow into joints of masonry. 1 G. Water content of grout shall be adjusted to provide proper workability and to enable the proposed placement under existing field conditions, without segregation. Slump to range between 8 and 10 inches. Field adjustment of 1 water content shall be approved by the Inspector. H. Mix grout by placing one -half of water and aggregate in a power operated ' mixer, then add cement, lime, admixture, and the remainder of aggregate and water. Mix grout mechanically for not less than three minutes after all ingredients have been placed in the mixer. Maintain grout in a fluid state until ' used. When grout has been maintained fluid, use up to no more than one hour after original mixing I. Grout admixture shall be Sika Grout Aid, Type II, manufactured by Sika Chemical Corporation or an approved equal. Antifreeze liquid, chloride salts or other such substances shall not be used in the grout. Air - entraining 1 substances shall not be used in grout unless tests are conducted to determine compliance with the latest Building Code. 2.5 EPDXY ' A. Epoxy paste sealer for caulking cracks and installing injection port devices 9 J p shall be Sikadur 33, manufactured by Sika Corporation or an approved equal. B. Use metal or plastic tubes or other approved injection port devices. 1 ' 189 1 C. Anti - Corrosion Coating shall conform to ASTM C882. The coating shall be Sika Armatic 110 EpoCem, manufactured by Sika Corporation or an approved equal. D. Epoxy for Injection shall conform to ASTM 0881. The epoxy shall be Sikadur 35 — Hi -Mod LV or Sikadur 52, manufactured by Sika Corporation or an approved equal. ' PART 3 — EXECUTION 1111 3.1 SURFACE CONDITIONS A. Prior to the bid and during the course of construction, examine the areas and 1 conditions under which work of this Section will be performed. 1. Determine the area of repair in the field with the companies of the 1 Engineer and the Inspector. 2. Correct conditions detrimental to timely and proper completion of the Work. 3. Do not proceed until such detrimental conditions are corrected. B. Cleaning Existing Masonry Surfaces: 1. Sandblasting and /or use of job mixed basic acids, powdered or liquid will not be allowed. 2. Painted Surfaces: Surfaces shall first be cleaned by washing with a suitable solvent to remove or soften all existing paint. EXCEPTION: Painted surfaces which still have good adhesion and are still more than 75% painted shall be cleaned and prepared only as required for painting. 3. Surfaces shall then be cleaned with a brushcoat of diluted [ "Sure -Klean Restoration Cleaner "] followed by a blast water (to high psi at 40 gal per min). Cleaning top to bottom sufficient to remove existing coatings and 1 contaminants and to expose the original natural surface. Care shall be taken to prevent erosion of the masonry at joint and crack lines or to significantly alter the texture of the masonry. 4. All workers shall be protected from any lead exposure using engineering and work practice control. 5. Contractor shall provide all necessary means to capture all water and dispose of site in accordance with local governing code requirements. No water with contaminant, chemical etc. shall be discharged to job soil or storm drain system. C. All unsound, imperfect or loose mortar joint, panel, etc. shall be removed to sound substrate. All reinforcing steel or anchor shall be completely exposed or at least 3 /4 inch all around, thoroughly cleaned of rust or other deleterious substances by power wire brushing, sandblasting or other approved mean. When corrosion has occurred due to presence of chlorides, the steel should be cleaned and coated by using approved anti - corrosion coating. 1 t 190 ' 1 1 3.2 COORDINATION A. Coordinate with other trades as required to assure proper and adequate provisions in the work of those trades for interface with the work of this Section. 3.3 CRACK REPAIR OF EXISTING STONE PANELS A. General: The area of crack repair shall be determined in the field by the Engineer. Any masonry crack encountered during construction or selected 1 demolition shall be properly repaired in accordance with the requirements specified below: 1 B. Repair Work: 1. Do not start any repair work until all surface preparation is inspected by ' the Inspector. Repair work shall proceed prior to repointing or shotcreting as required for seismic retrofitting works. 2. Repair of Hairline Cracks: 1 a. Rake open joint to adequate depth to remove any loose mortar, but no less than 1 /2 ", repointing depth. 1 b. Clean joint, surfaces and cracks with high - pressure air. c. Pressure inject epoxy to bond cracks. 1 3. Repair of Stone Panels through Cracks, or Out -of- Placement, Loose Bed and Head Joint: a. Rake joint to adequate depth to remove any loose mortar. ' b. For stone panel with through crack or out -of- placement, rack joints to adequate depth to remove complete stone panel. All backing shall be chipped, cleaned of excess material and level. ' c. Clean joint and backing support with high - pressure air. d. Pressure inject epoxy to bond inner cracks. e. Place new stone panel with mortar and necessary tie anchor plumb and level. f. Fill joint with epoxy grout leaving 1 /2" indent for repointing. g. Repoint and restore architectural finish. 1 C. Epoxy Injection Procedure 1. Crack Sealing: Crack shall be caulked and sealed with an epoxy paste sealer. The injection port devices shall be installed with epoxy sealer during the crack sealing. The injection ports shall be spaced approximately 12 inches center to center. 1 The spacing of the ports may be increased or decreased as required to insure maximum penetration of the injection epoxy. For through cracks, Contractor shall seal both sides of cracked building component. The ' repair work for each through crack shall be paid for as single crack. 2. Crack Healing: Approved Epoxy shall be injected under pressure into the injection ports. Injection shall be started at the lowest port along a radial ' crack and at the end of a circumferential or horizontal crack. Injection operation shall continue until epoxy material advances to and begins to ' 191 1 exude from the adjacent injection port. As this time, the ports shall be 1 sealed and injection at the adjacent port shall begin. This shall be repeated from port-to -port until the entire crack has been treated in one continuous operation. It is required that a manufacturer's representative or factory trained qualified applicators with past experience be present on the job at all times. Injection at the last port shall continue for approximately one minute after the rise in gauge pressure. Once injection has been started on a crack, it shall be continued uninterrupted until the crack has been completely injected. Upon completion of the crack injection, all excess epoxy sealer and all injection port devices shall be ground smooth and flush with the adjacent existing surfaces. This requirement applies for surface cracks ' only. In cracks below the surface, the Contractor shall remove the injection ports, but grinding the epoxy sealer will not be required. After all cracks 1 have been injected, the Contractor shall place stone panel with tie anchor and mortar, over the backing, plumb and level to match adjacent area. D. Epoxy Injection Equipment: Pumps used for injection shall be a positive displacement type with interlock to provide positive ratio control in proper proportions. The pumps used shall be electrically or air powered, portable, and shall provide an in -line mixing and metering system for the two - component epoxy. The pressure hoses and injection nozzle shall be of such design as to allow proper mixing of the two components of the epoxy. The presence of a standby injection units is required. Dwell time in mixing head shall not exceed ten seconds. Solvents such as Xylene, Toluene, Mez or Bytyl Cellosolve may NOT be used to thin the epoxy system introduced into the cracks or joints. E. Inspection Holes: When required by the Engineer or Building Inspector, the Contractor shall drill hole at center of the crack to take core tests to check the penetration of epoxy. The number of cores to be drilled and the locations of the cores shall be determined by the Engineer or the Building Inspector in the field prior to the beginning of each core drilling. All cores shall measure 2 inches ± 1 /4 inch in diameter and 6 inches in depth. If any reinforcing steel is contacted during the core drilling, the Contractor 1 shall cease drilling and relocate the core drill to clear the reinforcing steel. When a core demonstrates that the epoxy has penetrated less than 90 percent of the crack volume within the core, the work shall be deemed as not meeting the requirements of this Section, and the Contractor shall submit his proposals for the purpose of achieving 90 percent penetration at such locations for the Engineer's approval. His /Her proposal shall consist of an improved method of epoxy re- injection and /or concrete removals and patchings. The proposal shall indicate the limits of rework. All resulting core holes shall be filled by epoxy grout. 192 ' 1 1 3.4 INSTALLATION OF NEW STONE ' A. General Requirements: Install stone work true to line and dimensions shown on the plans. Work shall conform to the latest Building Code and Amendments. 1 B. Laying Stone: Lay up stone in full bed of mortar and with joints solidly filled with mortar and shove into place. If necessary to move or shift unit already 1 laid, remove setting mortar, clean and apply only fresh mortar for final placement. Coursing and mortar joints must be as directed. Stone must be laid and anchors must be installed in accordance with approved plans or shop drawings. C. Employ extreme care to prevent grout or mortar from staining face of masonry to be left exposed. If grout or mortar does contact exposed face of 1 masonry, remove immediately or replace masonry. D. Protect adjoining work from droppings or mortar or grout. 1 E. Where fresh masonry joins masonry that is partially or completely set, clean exposed surface of set masonry with wire brush and lightly wetted so as to ' obtain best possible bond with new work. F. Grouting: Grout from inside face of masonry. Fill wall cavities with grout. Puddle grout with pieces of wood to flow into interstices and to fully encase reinforcing steel. Use of trowel for puddling is prohibited. Stop grout 1 -1/2" below top, if work is stopped for one hour or longer. 1 G. Jointing: 1. General Requirements: Maintain uniform joints. Solidly fill joints between ' units and between units and other materials. Fill holes made by line pins in exposed work. 2. Joints: Strike joints flush and tool to a smooth, concave, hard surface or ' as directed by the Engineer. H. Reinforcing: Accurately set and place reinforcing steel, except dowels in concrete, in strict conformance with drawings and notes thereon. Secure vertical steel firmly in place by means of frames or other suitable devices. Horizontal steel may be placed as work progresses and coated by using 1 approved anti - corrosion coating if required. Forms to be at least 1/4" clear in spaces containing reinforcing. 3.6 CLEANING ' Use clean water and clean brushes or cloths and remove all mortar stains as the work progresses. In the event ordinary cleaning is not adequate, use other methods such as sandblasting or chipping, as approved by the Engineer and at no additional cost to the City. END OF SECTION ' 193 1 DIVISION 5 — METALS 1 Section 05100 — Structural Metal Framing PART 1 — GENERAL 1.01 Scope 1 The extent of cold- formed metal framing is shown on the drawings, including schedules, notes, accessories and details to show size, type and location of members. Types of cold- formed framing units include but not limited to the following: • Load - bearing punched channel studs. • C- shaped load- bearing steel studs. 1 • C- shaped steel joists. 1 1.02 RELATED WORK SPECIFIED ELSEWHERE Section Item 1 03300 Cast -in -Place Concrete 05120 Structural Steel 05500 Metal Fabrications 06100 Rough Carpentry 1.03 REFERENCES 1 This Section references the latest revisions of the following documents: Reference Title AISI American Iron and Steel Institute. "Specification for Design of Cold- Formed Steel Structural Members." AWS American Welding Society. ASTM A446 Steel Sheet, Zinc - coated (galvanized) by the Hot -Dip Process. ASTM A525 General Requirements for Steel Sheet, Zinc - coated (galvanized) by the Hot -Dip Process. ASTM A570 Specification for Hot - Rolled Carbon Steel Sheet and Strip, Structural Quality. ASTM A611 Specification for Steel, Cold - Rolled Sheet Carbon Structural. ASTM A780 Practice for Repair of Damaged Hot -Dip Galvanized Coatings. 1.04 SUBMITTALS 1 Comply with provision in Section 01300. Product data and installation instructions for each item of cold- formed metal framing and accessories. Indicate supplemental strapping, bracing, splices, bridging, accessories, and details required for proper installation. 194 1 1 1 1.05 QUALITY ASSURANCE A. WELDING 1 Use qualified welders and comply with American Welding Society (AWS) D1.3, "Structural Welding Code - Sheet Steel." 1 B. PRE - INSTALLATION CONFERENCE Prior to start of installation of metal framing systems, meet at project site with 1 installers of other work including door and window frames and mechanical and electrical work. Review areas of potential interference and conflicts, and coordinate layout and support provisions for interfacing work. 1 1.06 DELIVERY, STORAGE, AND HANDLING 1 Deliver materials to site to insure uninterrupted progress of work. Store materials in a manner to permit easy access for inspection and identification, and to avoid deforming members. Keep members off ground, using pallets, platforms or other 1 supports. Protect and package materials from erosion and deterioration. 1.07 PAYMENT 1 No separate or additional payment will be made for the work and material specified herein. All costs for cold formed metal framing, as specified herein, ' shall be included in the per pound unit bid price for the structural steel brackets. PART 2 — PRODUCTS 1 2.01 APPROVED MANUFACTURERS Subject to compliance with requirements, manufacturers offering products that 1 may be incorporated in the work. 2.02 METAL FRAMING 1 A. SYSTEM COMPONENTS Manufacturers' standard load- bearing steel studs and joists of type, size, shape, and gage as indicated. With each type of metal framing required, provide manufacturer's standard steel runners (tracks), blocking, lintels, clip ' angles, shoes, reinforcements, fasteners, and accessories for applications indicated, as needed to provide a complete metal framing system. Top and bottom track units shall be one gage heavier than framing components. 1 For 16 -gage and heavier units, fabricate metal framing components of structural quality steel sheet with a minimum yield point of 50,000 psi; ASTM A446 Grade D (Galvanized), A570 Grade E (Hot Rolled) or A 607, Grade 50. 1 For 18 -gage and lighter units, fabricate metal framing components of commercial quality steel sheet with a minimum yield point of 33,000 psi; ASTM A446 Grade A (Galvanized), A570 Grade C (Hot Rolled), or A611. 1 195 1 Provide galvanized finish to metal framing components complying with ASTM A525 with minimum G 60 coating. Finish of installation accessories to match that of main framing components, unless otherwise indicated. B. FASTENERS Provide nuts, bolts, washers, screws, and other fasteners with corrosion - resistant plated finish. 1 C. ELECTRODES FOR WELDING Comply with AWS Code and as recommended by stud manufacturer. 1 D. GALVANIZED REPAIR Where galvanized surfaces are damaged, prepare surfaces and repair in accordance with procedures specified in ASTM A780. 2.03 FABRICATION 1 A. FRAMING COMPONENTS MAY BE PREFABRICATED INTO ASSEMBLIES BEFORE ERECTION. FABRICATE PANELS PLUMB, SQUARE, TRUE TO LINE, AND BRACED AGAINST RACKING WITH JOINTS WELDED. PERFORM LIFTING OF PREFABRICATED UNITS TO PREVENT DAMAGE OR DISTORTION. B. FABRICATE UNITS IN JIG TEMPLATES TO HOLD MEMBERS IN PROPER 1 ALIGNMENT AND POSITION AND TO ASSURE CONSISTENT COMPONENT PLACEMENT. C. FASTENINGS 1 Attach similar components by welding. Attach dissimilar components by welding, bolting, or screw fasteners, as standard with manufacturer. 1 D. Wire tying of framing components is not permitted. PART 3 — EXECUTION r 3.01 GENERAL Install metal framing systems in accordance with manufacturer's printed or written instructions and recommendations. ' 3.02 RUNNER TRACKS Install continuous tracks sized to match studs except gage shall be one gage heavier. Align tracks accurately to layout at base and tops of studs. Unless noted otherwise, secure tracks as recommended by stud manufacturer for type of construction involved, except do not exceed 16 inches o.c. spacing for nail or , 196 1 1 ' power- driven fasteners. Provide 2 -pairs of fasteners at 6" o.c. at corners and ends of tracks. ' 3.03 INSTALLATION OF WALL STUDS Unless noted otherwise on the Drawings, secure studs to top and bottom runner ' tracks by either welding or screw fastening at both inside and outside flanges. Set studs plumb, except as needed for diagonal bracing or required for nonplumb walls or warped surfaces and similar requirements. Where stud system abuts structural columns or walls, including masonry walls, anchor ends of stiffeners to supporting structures. Install supplementary framing, blocking, and bracing in metal framing system wherever walls or partitions are indicated to support fixtures, equipment, services, casework, heavy trim and furnishings, and similar work requiring ' attachment to the wall or partition. Where type of supplementary support is not otherwise indicated, comply with stud manufacturer's recommendations and industry standards in each case, considering weight or loading resulting from ' item supported. Frame wall openings larger than 2 feet square with double stud at each jamb of ' frame except where more than two are either shown or indicated in manufacturer's instructions. Install runner tracks and jack studs above and below wall openings. Anchor tracks to jamb studs with stud shoes or by welding, and space jack studs same as full- height studs of wall. Secure stud system wall opening frame in manner indicated. For expansion and control joints frame both sides with separate studs; do not ' bridge the joint with components of stud system. Install horizontal stiffeners (blocking) in stud system, spaced (vertical distance) at not more than 48 inches o.c. Weld at each intersection. 3.04 ERECTION TOLERANCES 1 Bolt or weld wall panels (at both horizontal and vertical junctures) to produce flush, even, true -to -line joints. Maximum variation in plane and true position between prefabricated assemblies should not exceed 1/16 inch. 3.05 JOIST FRAMING Install joists level, straight, and plumb, complete with bracing and reinforcing as indicated on drawings. Provide not less than 1 -1/2 -inch end bearing. Unless noted otherwise, reinforce ends with end clips, steel hangers, steel angle clips, ' steel stud section, or as otherwise recommended by joist manufacturer. Reinforce joists at interior supports with single short length of joist section located ' directly over interior support, snap -on shoe, 30 percent side -piece lapped reinforcement, or other method recommended by joist manufacturer. Provide solid blocking of joists to interior support systems to prevent lateral movement of bottom flange. ' 197 1 Touch up damaged shop - applied protective coatings. Use compatible primer for 1 prime- coated surfaces; use galvanizing repair system for galvanized surfaces. 1 1 END OF SECTION 1 1 1 1 1 1 1 1 1 1 1 1 1 1 198 1 1 I DIVISION 5 — METALS Section 05120 — Structural Steel 1 PART 1 — GENERAL I 1.01 SCOPE The extent of structural steel work is shown on drawings, including schedules, notes and details to show size and location of members, typical connections and I type of steel required. Miscellaneous metal fabrications are specified elsewhere in Division 5. 1 1.02 RELATED WORK SPECIFIED ELSEWHERE Section Item I 01300 Submittals Division 3 Concrete Division 5 Metals I 06100 09900 Rough Carpentry Painting 1 1.03 REFERENCES This Section references the latest revisions of the following documents: 1 Reference Title ASTM A36 Structural Steel. I ASTM A53 Hot - Dipped, Zinc - coated Welded and Seamless Steel Pipe. ASTM Al23 Zinc (Hot Dipped Galvanized) Coatings on Iron and Steel Products. 1 ASTM A153 Zinc Coating (Hot Dip) on Iron and Steel Hardware. ASTM A276 Stainless and Heat - Resisting Steel Bars and Shapes. ASTM A307 Carbon Steel Externally Threaded Standard Fasteners. I ASTM A325 High Strength Bolts for Structural Steel Joints. ASTM A490 Quenched and Tempered Alloy Steel Bolts for Structural Steel Joints. I ASTM A500 Cold- Formed Welded and Seamless Carbon Steel Structural Tubing in Round and Shapes. ASTM A501 Hot - Formed Welded and Seamless Carbon Steel I ASTM A572 Structural Tubing. High- Strength Structural Steel ASTM A992 High- Strength Structural Steel I AWS A2.0 Standard Welding Symbols. AWS D1.1 Structural Welding Code. AISC Specification for the Design, Fabrication and Erection of 1 Structural Steel for Buildings. SSPC Steel Structures Painting Council. 1.04 SUBMITTALS 1 Submit under provisions of Section 01300. 1 199 1 A. Shop Drawings Indicate profiles, sizes, spacing, locations and complete details of structural members, to include openings, cuts, camber, fasteners, connections and other pertinent data. Indicate welded connections with AWS A2.0 welding symbols. Indicate net weld lengths. Provide setting drawings, templates, and directions for installation of anchor bolts and other anchorage's to be installed as work of other sections. B. Manufacturer's Mill Certificate 1 Submit under provisions of Section 01400 certifying that products meet or exceed specified requirements. C. Mill Test Reports Submit under provisions of Section 01400 Manufacturer's Certificates, indicating structural strength, destructive and non - destructive test analysis. D. Welders' Certificates Submit under provisions of Section 01400 Manufacturer's Certificates, certifying welders employed on the Work, verifying AWS qualifications within the previous 12 months. 1.05 QUALITY ASSURANCE Codes and Standards: Comply with provisions of following, except otherwise indicated: Standard Title AISC "Code of Standard Practice for Steel Buildings and Bridges" AISC "Specifications for the Design, Fabrication, and Erection of Structural Steel for Buildings," including "Commentary" and Supplements thereto as issued AISC "Specifications for Structural Joints using ASTM A325 or A490 Bolts" approved by the Research Council on Riveted and Bolted Structural Joints of the Engineering Foundation. American Welding D1.1 "Structural Welding Code - Steel" Society (AWS) ASTM A6 "General Requirements for Delivery of Rolled Steel Plates, Shapes, Sheet Piling and Bars for Structural Use" 1.06 DELIVERY, STORAGE, AND HANDLING Deliver material to site at such intervals to insure uninterrupted progress of work. 200 ' 1 Deliver anchor bolts and anchorage devices, which are to be embedded in cast - in -place concrete or masonry, in ample time too not to delay work. ' Store materials to permit easy access for inspection and identification. Keep steel members off ground, using pallets, platforms, or other supports. Protect steel members and packaged materials from erosion and deterioration. 1 Do not store materials on structure in a manner that might cause distortion or damage to members or supporting structures. Repair or replace damaged materials or structures as directed. 1.07 PAYMENT No separate or additional payment will be made for the work and material specified herein. All costs for structural steel, as specified herein, shall be included in the per pound unit bid price for Structural Steel Brackets. PART 2 — PRODUCTS ' 2.01 MATERIALS ' A. Structural Steel Shapes, Plates, and Bars ASTM A36, unless noted otherwise. 1 ASTM A992, High Strength Structural Steel. B. Structural Tubing Cold- Formed: ASTM A500, Grade B, Fy =46KS1 Hot - Formed: ASTM A501, Fy =36KS1 1 C. Steel Pipe ' ASTM A53, Type E or S Grade B. D. Headed Stud -Type Connectors 1 ASTM A108, Grade 1015, forged steel, uncoated. E. High- strength threaded fasteners Heavy hexagon structural bolts, Heavy hexagon nuts and hardened washers as follows: Quenched and tempered medium carbon steel bolts, nuts and washers complying with ASTM A325. 1 Quenched and tempered alloy steel bolts nuts and washer complying with ASTM A490 where indicated. 1 201 1 Provide and install bolts with load indicator devices (load indicator 1 washers or snap -off heads). F. Anchor Bolts and Threaded Rods 1 ASTM A307, nonheaded type unless noted otherwise. ASTM A276, stainless steel. G. Unfinished Threaded Fasteners ASTM A307, Grade A, regular low- carbon steel bolts and nuts. Provide 1 hexagonal heads and nuts for all connections. H. Expansion Anchors 1 Provide size and type indicated. Expansion Anchors shall be one piece stud type wedge style anchor. 1 Carbon Steel Expansion Anchors shall meet the following: - Stud: ASTM A108 and zinc plated in accordance with ASTM B633. - Wedge: AISI 1010 carbon steel. - Nut: ASTM A563 Grade A. - Washer: SAE 1005 -1020. Stainless Steel Expansion Anchors shall meet the following: - Stud: ASTM F593, AISI 304 or 316. - Wedge: AISI 304 or 316. - Nut: ASTM F594 - Washer: AISI 304 or 316 conforming to ASTM A240 Subject to compliance with the requirements, products which may be incorporated in the work include, but are not limited to the following: KWIK Bolt II, Hilti, Inc. Power -Stud, Powers Fasteners, Inc. I. Flush Type Expansion Anchors 1 Provide size to match fastener indicated, conforming to AISI 12L14, meeting ASTM A108, and zinc plated in accordance with ASTM B633, SC1, Type III. Subject to compliance with the requirements products which may be incorporated in the work include, but are not limited to, the following: HDI Anchor, Hilti, Inc. Drop -In Anchor, Powers Fasteners, Inc. J. Adhesive Anchors 1. Adhesive capsules shall be self- contained two -part component consisting of a vinylester resin with a Dibenzoy Peroxide Hardener. 202 ' 1 1 Subject to compliance with the requirements, products which may be incorporated in the work include, but are not limited to the following: 1 HEA Adhesive capsule, Hilti, Inc. Chem -Stud Capsule, Powers Fasteners, Inc. 1 2. Injection Adhesive system shall consist of a dual cylinder adhesive refill pack, a mixing nozzle and dispenser. The adhesive shall be formulated to include resin and hardeners. For hollow base materials such as 1 concrete masonry units (CMU), provide screen tubes as required. Subject to compliance with the requirements, products which may be incorporated in the work include, but are not limited to the following: HIT HY 150 Injection Adhesive Anchor, Hilti, Inc. ' Power -Fast, Powers Fasteners, Inc. K. Welding Materials 1 AWS A5.1 or A5.5, E70XX; AWS A5.17, E70S -X; AWS A5.20, E70XT -X. Comply with AWS code. L. Grouting materials Shall comply with Section 03300 "Cast -in -Place Concrete" M. Structural Steel Primer Paint 1 Epoxy Primer per Section 09900, SSPC SP -10. N. Touch -Up Primer For Galvanized Surfaces 1 As specified in Section 09900. ' 2.02 FABRICATION A. SHOP FABRICATION AND ASSEMBLY 1 Fabricate and assemble structural assemblies in shop to greatest extent possible. Fabricate items of structural steel in accordance with AISC Specifications and as indicated on final shop drawings. Provide camber in 1 structural members where indicated. Properly mark and match -mark materials for field assembly. Fabricate for ' delivery sequence, which will expedite erection and minimize field handling of materials. ' Where finishing is required, complete assembly, including welding of units, before start of finishing operations. Provide finish surfaces of members exposed in final structure free of markings, burrs, and other defects. 1 ' 203 1 B. CONNECTIONS 1 Weld or bolt shop connections, as indicated on the Drawings or as specified. Bolt field connections, except where welded connections or other connections are indicated. Provide high- strength threaded fasteners for all bolted connections, except 1 where unfinished bolts are indicated. C. HIGH - STRENGTH BOLTED CONSTRUCTION Install high- strength threaded fasteners in accordance with AISC "Specifications for Structural Joints using ASTM A307, ASTM A325 or A490 Bolts ". D. WELDED CONSTRUCTION 1 Comply with AWS Code for procedures, appearance and quality of welds, and methods used in correcting welding work. Assemble and weld built -up sections where indicated by methods which will produce true alignment of axes without warp. E. SHEAR CONNECTORS 1 Prepare steel surfaces as recommended by manufacturer of shear connectors. Shop weld shear connectors, spaced as shown, to beams and girders in composite construction. Use automatic end welding of headed stud shear connectors in accordance with manufacturer's printed instructions. F. STEEL WALL FRAMING Select members which are true and straight for fabrication of steel wall framing. Straighten as required to provide uniform, square and true members in completed wall framing. Where indicated build up welded doorframes attached to structural steel framing. Weld exposed joints continuously and grind smooth. Plug weld steel bar stops to frames, except where shown removable. Secure removable stops to frames with countersunk, cross - recessed head machine screws, uniformly spaced not more than 10 inches o.c., unless otherwise indicated. Provide holes required for securing other work to structural steel framing, and for passage of other work through steel framing member, as shown on final shop drawings. Provide threaded nuts welded to framing, and other specialty items as indicated to receive other work. Cut, drill, or punch holes perpendicular to metal surfaces. Do not flame cut holes or enlarge holes by burning. Drill holes in bearing plates. 1 204 1 1 2.03 SHOP PAINTING A. GENERAL Shop paint structural steel, except those members or portions of members to ' be embedded in concrete or mortar. Paint embedded steel which is partially exposed or exposed portions and initial two inches of embedded areas only. Do not paint surfaces which are to be welded or are high- strength bolted with friction -type connections. Apply two coats of paint complying with Section 09900 to surfaces which are inaccessible after assembly or erection. B. SURFACE PREPARATION 1 After inspection and before shipping, clean steelwork to be painted. Remove loose rust, loose mill scale, and spatter, slag or flux deposits. Clean steel in ' accordance with Steel Structures Painting Council (SSPC) as follows: SP -10 "Near -White Blast Cleaning." ' C. PAINTING Immediately after surface preparation, apply structural steel primer paint in ' accordance with Section 09900 and manufacturer's instructions and at a rate to provide dry film thickness of not less than 1.5 mils DFT. Use painting methods which result in full coverage of joints, corners, edges and exposed surfaces. ' D. ZINC COATING ' Unless noted otherwise, where structural steel (ferrous metal) is exposed to the weather, it shall be zinc coated or galvanized by the "hot -dip" method in accordance with ASTM Al23. Provide the following minimum coating weight per square foot of actual surface. 1. Steel 1/8 -inch 2.0 Ounces Average U and 3/16 -inch 1.8 Ounces Minimum 2. Steel 1/4 -inch 2.3 Ounces Average and Heavier 2.0 Ounces Minimum Provide galvanized fasteners with zinc - coated items. 1 2.04 SOURCE QUALITY CONTROL AND TESTS Testing and analysis of components will be performed under provisions of Section 01400. 1 1 205 PART 3 — EXECUTION 1 3.01 ERECTION A. GENERAL 1 Provide temporary shoring and bracing members with connections of sufficient strength to bear imposed loads. Remove temporary members and connections when permanent members are in place and final connections are made. Provide temporary guy lines to achieve proper alignment of structures as erection proceeds. B. SETTING BASES AND BEARING PLATES Clean concrete and masonry bearing surfaces of bond - reducing materials and roughen to improve bond to surfaces. Clean bottom surface of base and bearing plates. 1 Set loose and attached base plates and bearing plates for structural members on wedges or other adjusting devices. 1 Tighten anchor bolts after supported members have been positioned and plumbed. Do not remove wedges or shims, but if protruding, cut off flush with edge of base or bearing plate prior to packing with grout. Pack non - shrink grout solidly between bearing surfaces and bases or plates to ensure that no voids remain. Finish exposed surfaces, protect installed materials, and allow to cure. For proprietary grout materials, comply with manufacturer's instructions. C. FIELD ASSEMBLY Set structural frames accurately to lines and elevations indicated. Align and adjust various members forming part of complete frame or structure before permanently fastening. Clean bearing surfaces and other surfaces which will be in permanent contact before assembly. Perform necessary adjustments to compensate for discrepancies in elevations and alignment. Level and plumb individual members of structure within specified AISC tolerances. Splice members only where indicated and accepted on shop drawings. 1 D. ERECTION BOLTS On exposed welded construction, remove erection bolts, fill holes with plug welds and grind smooth at exposed surfaces. Comply with AISC Specification for bearing, adequacy of temporary connections, alignment, and removal of paint on surfaces adjacent to field welds. 1 Do not enlarge unfair holes in members by burning or by use of drift pins, except in secondary bracing member. Ream holes that must be enlarged to admit bolts. 206 ' 1 E. GAS CUTTING U Do not use gas- cutting torches in field for correcting fabrication errors in primary structural framing. Cutting will be permitted only on secondary members which are not under stress, as acceptable to the Engineer. 1 F. TOUCH -UP PAINTING Immediately after erection, clean field welds, bolted connections, and ' abraded areas of shop paint. Apply paint to exposed areas using same material as used for shop painting. Apply by brush or spray to provide minimum dry film thickness of 1.5 mils. Painting shall conform to the requirements of Section 09900. Cleaning and touch -up painting of field welds, bolted connections and ' abraded areas of shop paint on structural steel is included in Division 9 under painting work. G. REPAIR OF GALVANIZED WORK Galvanized work damaged during installation shall be repaired with a "hot ' stick method" using "gals- bar." 3.02 QUALITY CONTROL A. GENERAL Engage an independent testing and inspection agency to inspect high- strength bolted connections and welded connections and to perform tests and prepare test reports. Testing agency shall conduct and interpret tests and state in each report whether test specimens comply with requirements, and specifically state any deviations therefrom. Provide access for testing agency to places where structural steel work is being fabricated or produced so that required inspection and testing can be accomplished. Testing agency may inspect structural steel at plant before shipment; however, Engineer reserves right, at any time before final acceptance, to 1 reject material not complying with specified requirements. Correct deficiencies in structural steel work which inspections and laboratory test reports have indicated to be not in compliance with requirements. Perform additional tests, at Contractor's expense, may be necessary to reconfirm any non - compliance of original work, and as may be necessary to show compliance of corrected work. B. SHOP BOLTED CONNECTIONS Inspect or test in accordance with AISC specifications. 207 1 C. SHOP WELDING Inspect and test during fabrication of structural steel assemblies, as follows: 1 Certify welders and conduct inspections and tests as required. Record types and locations of defects found in work. Record work required and performed to correct deficiencies. Perform visual inspection of all welds. Perform tests of welds as follows. Inspection procedures listed are to be used at Contractor's option. CONTRACTOR'S OPTION Liquid Pentrant Inspection: ASTM E165 Magnetic Particle Inspection: ASTM E109; performed on root pass and on finished weld. Cracks or zones of incomplete fusion or penetration not acceptable. Radiographic Inspection: ASTM E94 and ASTM E142; 1 minimum quality level "2 -2T" Ultrasonic Inspection: ASTM E164 1 D. FIELD BOLTED CONNECTIONS Inspect in accordance with AISC specifications. E. FIELD WELDING Inspect and test during erection of structural steel as follows: Certify welders and conduct inspections and tests as required. Record types and locations of defects found in work. Record work required and performed to correct deficiencies. Perform visual inspection of all welds. Perform tests of welds as follows: 1 Liquid Pentrant Inspection: ASTM E165 Magnetic Particle Inspection: ASTM E109; performed on root pass and on finished weld. Cracks or zones of incomplete fusion or penetration not acceptable. Radiographic Inspection: ASTM E94 and ASTM E142; minimum quality level "2 -2T ". 208 1 Ultrasonic Inspection: ASTM E164. 1 1 1 1 END OF SECTION 1 1 1 1 1 1 1 1 1 1 1 1 1 209 1 DIVISION 5 — METALS 1 Section 05500 — Metal Fabrications PART 1 — GENERAL 1.01 SCOPE 1 The extent of miscellaneous metal fabrication work is shown on the Drawings. 1.02 RELATED WORK SPECIFIED ELSEWHERE 1 Section Item 03300 Cast -in -Place Concrete 05120 Structural Steel 1.03 REFERENCES 1 This section references the latest revisions of the following documents: Reference Title ASTM A36 Structural Steel. ASTM A53 Hot - Dipped, Zinc - coated Welded and Seamless Steel Pipe. ASTM Al23 Zinc (Hot - Galvanized) Coatings on Products Fabricated From Rolled, Pressed and Forged Steel Shapes, Plates, Bars, and Strip. ASTM A153 Zinc Coating (Hot -Dip) on Iron and Steel Hardware. ASTM A240 Heat - Resisting Chromium and Chromium - Nickel Stainless Steel Plate, Sheet and Strip for Pressure Vessels. ASTM A283 Carbon Steel Plates, Shapes, and Bars. ASTM A307 Carbon Steel Externally Threaded Standard Fasteners. ASTM A325 High Strength Bolts for Structural Steel Joints. ASTM A386 Zinc - Coating (Hot -Dip) on Assembled Steel Products. ASTM A446 Steel Sheet, Zinc - Coated (Galvanized) by the Hot -Dip Process, Structural (Physical) Quality. 1 ASTM A500 Cold- Formed Welded and Seamless Carbon Steel Structural Tubing in Round and Shapes. ASTM A501 Hot - Formed Welded and Seamless Carbon Steel Structural Tubing. ASTM B221 Aluminum -Alloy Extruded Bars, Rods, Wire, Shapes, and Tubes. ASTM B241 Aluminum -Alloy Seamless Pipe and Seamless Extruded Steel Tube. NAAMM National Association of Architectural Metal Manufacturers, I "Metal Bar Grating Manual ". AISC American Institute of Steel Construction. AWS D1.1 Structural Welding Code - Steel. AWS D1.2 Structural Welding Code - Aluminum. SSPC Steel Structures Painting Council. 1 210 1 1.04 SUBMITTALS Submit under provisions of Section 01300. ' A. SHOP DRAWINGS Indicate profiles, sizes, connection attachments, reinforcing, anchorage, size ' and type of fasteners, and accessories. Include erection drawings, elevations, and details where applicable. ' 1.05 PAYMENT No separate or additional payment will be made for the work and material ' specified herein. All costs for miscellaneous metal fabrications, as specified herein, shall be included in the per pound unit bid price for Structural Steel Brackets. 1 PART 2 — PRODUCTS 2.01 MATERIALS A. Structural steel members and sections as defined in the aisc "code of standard practice" are specified in section 05120, "structural steel ". i B. STEEL CASTINGS Comply with ASTM A27. Grade 65 -35, medium strength carbon steel. C. CAST IRON Comply with ASTM A48, Class 20. D. STAINLESS STEEL 1 Comply with ASTM A316. ' E. ALUMINUM ALLOY EXTRUDED BARS, RODS, WIRE, SHAPES AND TUBES Comply with ASTM B221, Alloy 6061 -6. Structural aluminum items are specified in Section 05130, "Structural Aluminum ". ' F. ELECTRODES FOR WELDING Comply with AWS, using ASTM A233, E -60 or E -70 Series. G. ZINC COATING Comply with ASTM Al23 or ASTM A153. ' H. FASTENERS, ANCHORS, AND ANCHOR BOLTS ARE SPECIFIED IN SECTION 05120, "STRUCTURAL STEEL ". ' I. PAINTING 211 1 Comply with Section 09900, "Painting ". 1 J. Grout materials are specified in Section 03300, "Cast -in -Place Concrete ". 2.02 PRODUCTS The extent of miscellaneous metal products is shown on the Drawings. 1 2.03 FABRICATION Fit and shop assemble components in the largest practical size for delivery and installation at site. A. STRUCTURAL STEEL MEMBERS AND SECTIONS 1 Fabrication of structural steel members and sections shall comply with Section 05120, "Structural Steel." B. ACCESSORIES Provide necessary accessories as required for complete installation of products. Provide anchors, anchor bolts, plates, angles, hangers, struts, and other items required for connecting stairs to structure. C. ANCHORAGE TO SUPPORTING STRUCTURES 1 Fabrication of structural steel members and sections shall comply with Section 05120, "Structural Steel." PART 3 — EXECUTION 3.01 EXAMINATION 1 Verify that field conditions are acceptable and are ready to receive the work. 3.02 PREPARATION Clean and strip primed steel items to bare metal where site welding is required. Supply items required to be cast into concrete or embedded in masonry with setting templates. Paint embedded aluminum items in accordance with Section 09900, "Painting ". 3.03 INSTALLATION 1 A. TOLERANCES Install items plumb and level, accurately fitted, free from distortion or defects. Comply with the following tolerances: Maximum Variation From Plumb: 1/4 inch (6 mm) per story, non - accumulative. Maximum Offset From True Alignment: 1/4 inch (6 mm). 212 , 1 ' Allow for erection Toads, and provide sufficient temporary bracing to maintain true alignment until completion of erection and installation of permanent attachments. 1 B. BOLTING AND WELDING Field bolt and weld to match shop bolting and welding. Conceal bolts and screws whenever possible. Field weld components as indicated on the Drawings. Perform field welding in accordance with AWS D1.1 or AWS D1.2. 1 Obtain Engineer approval prior to field cutting or making adjustments not scheduled on the shop drawings. 1 C. COATINGS After erection, prime welds, abrasions, and surfaces not shop primed or ' galvanized, except surfaces to be in contact with concrete complying with Section 09900, "Painting ". Field galvanizing shall be done by the hot -stick method utilizing Galv -bar, or equal. Spray -on zinc paint is not acceptable. D. DISSIMILAR MATERIALS Avoid direct fastening of dissimilar metals to one another i.e., steel to ' aluminum. Where dissimilar metals are in contact, the contact surface of each metal shall be entirely coated with epoxy paint. Where aluminum components are mounted to concrete, coat the aluminum surfaces in 1 accordance with Section 09900, "Painting ". E. ANCHORING GRATING All grating shall be mechanically fastened into place. Provide plate fasteners or F -9 fasteners as recommended by the manufacturer. 1 1 END OF SECTION 1 1 1 1 1 213 DIVISION 6 — WOOD AND PLASTICS Section 06100 — Rough Carpentry PART 1 — GENERAL 1.01 SCOPE 1 The extent of rough carpentry work is shown on the Drawings and includes but it not limited to the following: wood framing, timber posts and beams, wood nailers and blocking, wood furring, fascia, soffits, and sheathing. 1.02 RELATED WORK SPECIFIED ELSEWHERE Section Item 03300 Cast -in -Place Concrete 1.03 REFERENCES This section references the latest revisions of the following documents: 1 Reference Title LSC American Lumber Standards Committee: Softwood Lumber Standard. APA American Plywood Association: Grades and Standards. FS TT -W -571 Wood Preservation: Treating Practices. NFPA National Forest Products Association. WCLIB West Coast Lumber Inspection Bureau: Standard Grading Rules for West Coast Lumber. WW PA Western Wood Products Association. 1.04 SUBMITTALS Comply with provisions of Section 01300. Submit a certificate of compliance from the supplier certifying that the materials provided meet or exceed specified requirements. Certificate shall itemize materials provided on the Project and refer to pertinent specifications. 1.05 DELIVERY, STORAGE AND HANDLING 1 Keep materials under cover and dry. Protect against exposure to weather and contact with damp or wet surfaces. Stack lumber as well as plywood and other panels; provide for air circulation within and around stacks and underneath temporary coverings including polyethylene and similar materials. For lumber and plywood that is pressure treated with waterborne chemicals, provide a sticker between each course to provide air circulation. 1.06 PAYMENT 1 No separate or additional payment will be made for the work and material specified herein. All costs for rough carpentry, as specified herein, shall be ' 214 1 ' included in the per square foot bid price for "Reconstruct Wood Framing on South Wall. ' PART 2 — PRODUCTS 2.01 GENERAL 1 Lumber shall comply with PS 20 "American Softwood Lumber Standard" and with applicable grading rules of inspection agencies certified by American Lumber Standards Committee's (ALSC) Board of Review. Each piece of lumber shall be factory marked with Grade Stamp of inspection agency evidencing compliance with grading rule requirements and identifying grading agency, grade, species, moisture content at time of surfacing, and mill that produced the product. Nominal sizes are indicated on the Drawings, except as shown by detailed dimensions. Provide actual sizes as required by PS 20, with moisture content specified for each use. 1 Provide dressed lumber; S4S, unless otherwise indicated. Provide seasoned lumber with 19 percent maximum moisture content at time of dressing and ' shipment for sizes 2" or Tess in nominal thickness, unless otherwise indicated. 2.02 FRAMING LUMBER 1 Unless noted otherwise, provide Douglas Fir - Larch No. 2 or better, or Hem -Fir No. 1 or better. 1 2.03 BEAMS, STRINGER, POSTS AND TIMBERS Unless noted otherwise on the Drawings, provide Douglas Fir — Larch No. 1 or U better. Glue Laminated Lumber: Douglas Fir, coast region. Bottom lamination shall be free of unsound knots or defects larger than 1/2 -inch diameter. Provide industrial Appearance Grade. Each member shall bear the AITC stamp. See 1 Drawings for additional requirements. 2.04 FASCIA BOARDS AND TRIM 1 Unless noted otherwise, provide No. 2 Common Boards or better complying with WWPA rules. Where boards are exposed to finish work, provide 19% maximum moisture content. Exterior boards and trim shall be cedar, No. 1 or better. 2.05 MISCELLANEOUS LUMBER Provide wood for support or attachment of other work including rooftop equipment curbs and support bases, cant strips, bucks, nailers, blocking, furring, wood trim, stripping and similar members. Provide lumber of sizes indicated, ' worked into shapes shown or required. Provide Standard Grade Hem -Fir or better. Provide 19 percent maximum moisture content for lumber items not specified to receive wood preservative treatment. 1 215 1 2.06 SHEATHING 1 Provide APA rated, Exposure 1 unless noted otherwise, span rating and thickness as noted on the Drawings. 1 Comply with PS 1 "U.S. Product Standard for Construction and Industrial Plywood" for plywood panels and, for products not manufactured under PS 1 provisions, with American Plywood Association (APA) "Performance Standard and Policies for Structural -Use Panels." Factory -mark each panel with APA trademark evidencing compliance with grade requirements. 1 2.07 PLYWOOD OTHER THAN SHEATHING A. BACKING PANELS 1 For Plywood Backing Panels (or Boards) used for mounting electrical, telephone or communications system equipment, provide fire - retardant treated plywood panels with grade designation, APA C -D PLUGGED INT with exterior glue, in thickness indicated on the Drawings. If not otherwise indicated, provide minimum thickness of 15/32 of an inch. 1 B. SOFFITS APA A -C Exterior, Exposure 1, thickness as indicated on the Drawings, 1/2" 1 minimum. C. SIDING APA rated siding - 303; exterior thickness, texture and pattern as indicated on the Drawings. D. MARINE APA, A -A exterior thickness as indicated on the Drawings. HDO (High Density Overlay) faces are acceptable. 2.08 MISCELLANEOUS MATERIALS 1 A. FASTENERS AND ANCHORAGES Provide size, type, material and finish as indicated and as recommended by applicable standards, complying with applicable Federal Specifications for nails, staples, screws, bolts, nuts, washers and anchoring devices. Provide metal hangers and framing anchors of the size and type recommended by the manufacturer for each use including recommended fasteners. Where rough carpentry work is exposed to the weather is in ground contact, or is in area of high relative humidity, provide fasteners and anchorages with a hot -dip zinc coating (ASTM A 153). B. BUILDING PAPER 1 ASTM D 226, Type I; asphalt saturated felt, non - perforated, 30 -Ib. type. 216 1 C. SILL SEALER GASKETS Glass fiber resilient insulation fabricated in strip form for use as a sill sealer; ' 1" nominal thickness compressible to 1/32 "; selected from manufacturer's standard width to suit width of sill members. 2.09 WOOD TREATMENT BY PRESSURE PROCESS Where lumber or plywood is indicated as "P.T." or "Treated," or is specified 1 herein to be treated, comply with applicable requirements of AWPA Standards C2 (Lumber and C9 Plywood) and of AWPB Quality Mark Requirements. Pressure -treat above - ground items with water -borne preservatives to comply with AWPB LP -2. After treatment, kiln -dry lumber and plywood to a maximum moisture content, respectively, of 19 percent and 15 percent. Pressure Treat items indicated on the Drawings and all of the following: wood cants, nailer, curbs, top plates, equipment support bases, equipment curbs, plywood, blocking, stripping, and similar members utilized in connection with roofing, flashing, vapor barriers and waterproofing. All wood items including plywood used for or around roof penetrations shall be pressure treated. PART 3 — EXECUTION 3.01 GENERAL ' Discard units of material with defects, which might impair quality of work, and units are too small to use in fabricating work with minimum joints or optimum joint arrangement. Fit carpentry work to other work; scribe and cope as required for accurate fit. Correlate location of furring, nailers, blocking, and similar supports to allow attachment of other work. Set carpentry work to required levels and lines, with members plumb and true to line and cut and fitted. Securely attach carpentry work to substrate by anchoring and fastening as shown and as required by recognized standards. Countersink nail heads on exposed carpentry work and fill holes. ' Use common wire nails, except as otherwise indicated. Use finishing nails for finish work. Select fasteners of size that will not penetrate members where ' opposite side will be exposed to view or will receive finish materials. Make tight connections between members. Install fasteners without splitting of wood; predrill as required. 1 3.02 WOOD NAILERS AND BLOCKING ' Provide wherever shown and where required for screeding or attachment of other work. Form to shapes as shown and cut as required for true line and level of work to be attached. Coordinate location with other work involved. Attach to substrates as required to support applied loading. Countersink bolts and nuts flush with surfaces, unless otherwise indicated. 1 ' 217 1 3.03 WOOD FURRING 1 Install plumb and level with closure strips at edges and openings. Shim with wood as required to obtain specified tolerance for finished work. A. FURRING FOR PLYWOOD PANELING Unless otherwise indicated, provide 1 -inch x 3 -inch furring at 2 -feet o.c., 1 horizontally and vertically. Select furring for freedom from knots capable of producing bentover nails and resulting damage to paneling. B. FURRING OR GYPSUM DRYWALL Unless otherwise indicated, provide 1 -inch x 2 -inch furring at 16 -inch o.c., vertically. C. SUSPENDED FURRING Provide size and spacing shown, including hangers and attachment devices. Level to a tolerance of 1/8 -inch in 10'. 3.04 WOOD FRAMING, GENERAL Provide framing members of sizes and on spacings shown, and frame openings as shown, or if not shown, comply with recommendations of "Manual for House Framing" of National Forest Products Association (N.F.P.A.). Do not splice structural members between supports. Anchor and nail as shown, and to comply with "National Design Specification for Wood Construction ". Firestop concealed spaces of wood framed walls and partitions at each floor level and at the ceiling line of the top story. Where firestops are not automatically provided by the framing system used, use closely- fitted wood blocks of nominal 2" thick lumber of the same width as framing members. 3.05 STUD FRAMING Provide stud framing of size and spacing indicated or, if not otherwise indicated, of the following sizes and spacings. Arrange studs so that wide face of stud is perpendicular to direction of wall or partition and narrow face is parallel. Provide single bottom plate and double top plates using 2" thick members with widths equaling that of studs. Nail or anchor plates to supporting construction. Unless noted otherwise, provide the following minimum framing: 1. For exterior walls provide 2" x 6" wood studs spaced 24" o.c. 2. For interior partitions and walls provide 2" x 4" wood studs spaced 16" o.c. 1 Construct corners and intersections with not less than 3 studs. Provide miscellaneous blocking and framing as shown and as required for support of 1 facing materials, fixtures, specialty items and trim. Provide continuous horizontal blocking row at mid - height of walls and partitions 8 -feet high and over, using 2" thick members of same width of wall or partitions. 218 t 1 1 Frame openings with multiple studs and headers. Provide nailed header members of thickness equal to width of studs. Set headers on edge and support ' on jamb studs. For non - bearing partitions, provide double -jamb studs and headers not less than 1 4" deep for openings 3 -feet and smaller in width, and not Tess than 6" deep for wider openings. For load- bearing partitions, provide double -jamb studs for openings 6' and less in 1 width, and triple jamb studs for wider openings. Provide headers of depth shown. ' Provide diagonal bracing in stud framing of exterior walls, except as otherwise indicated. Brace both walls at each external corner, full story height, at a 45 degree angle, using either a let -in 1" x 4" or 2" x 4" blocking or metal diagonal bracing. Omit bracing where plywood sheathing, siding and /or gypsum wall board are indicated to be provided. 3.06 FLOOR AND ROOF JOIST FRAMING Provide framing of sizes and spacings shown. Install with crown edge up and support ends of each member with not less than 3" of bearing on wood or metal, or masonry. Attach to wood bearing members by toe nailing or metal connectors; frame to wood supporting members with metal framing connectors. Frame openings with headers and trimmers supported by metal joist hangers; double headers and trimmers where span of header exceeds 4 -feet. Do not notch in middle third of joists; limit notches to 1/6 -depth of joist, 1/3 at ends. Do not bore holes larger than 1/3-depth of joist or locate closer than 2" from top or ' bottom. Provide solid blocking (2" thick by depth of joist) at ends of joists unless flush framed to supporting member. At interior supports, for end bearing of 4" (nominal) or less, lap members framing from opposite sides of support (beams, girders or partitions) not less than 6" or securely tie opposing members together with strap tie. Provide solid blocking (2" thick by depth of joist) over supports. Provide solid blocking between joists under jamb studs of partition walls and /or, provide double joists separated by solid blocking under partition walls. Provide bridging between joists where nominal depth -to- thickness ratio exceeds 4, at intervals not to exceed 8 -feet max. Use bevel cut 1" x 4" or 2" x 4" wood ' bracing, double- crossed and nailed both ends to joists, or use solid wood bridging 2" thick by depth of joist, end nailed to joist. 1 3.07 RAFTER AND CEILING JOIST FRAMING A. CEILING JOISTS 1 Provide member size and spacing shown, and as previously specified for floor joist framing. Face nail to ends of parallel rafters. 1 Where principal ceiling joists are at right angle to rafters, frame as indicated with additional short joists from wall plate to first joist at spacing equal to ' 219 1 principal ceiling joists; nail to ends of rafters and to top plate and to principal ceiling joists. B. RAFTERS 1 Provide member size and spacing shown. Notch to fit exterior wall plates and toe nail or use special metal framing anchors. Double rafters to form headers and trimmers at openings in roof framing (if any), and support with metal hangers. Where rafters abut at ridge, place directly opposite each other and nail to ridge member or use metal ridge hangers. At valleys, provide valley rafter of size shown, or if not shown, provide rafter twice as thick as regular rafters and 2" deeper. Bevel ends of jack rafters for 1 full bearing against valley rafter. At hips, provide hip rafters of size shown, or if not shown, provide of same thickness as regular rafters and 2" deeper. Bevel ends of jack rafters for full bearing against hip rafters. Provide collor beams (ties) as shown, or if not shown, provide 1" x 6" boards between every third pair of rafters. Locate below ridge member, one -third of distance to ceiling joists. Cut ends to fit slope and nail to rafters. Provide special framing as shown for eaves, overhangs, dormers, and similar conditions, if any. 3.08 TIMBER FRAMING Provide wood beams and girders of the size and spacing shown. Install with crown edge up and provide not less than 4" bearing on supports. Provide 1 continuous members unless shown; tie together over supports if not continuos. Where beams or girders are framed into pockets of exterior concrete or masonry walls, provide 1/2" air space between sides and ends of wood members and supporting wall. Five cut members built into masonry construction. Where built -up beams or girders of nominal 2" dimension lumber on edge are shown, fasten together with 2 rows of 16d nails spaced not less than 16" o.c. Locate one row near top edge and other near bottom edge. Locate end joints in members over supports; for continuous members, stagger ends at quarter points between supports. Provide wood posts of the sizes shown. Provide metal anchoring and attachment devices as shown. 3.09 FINISH CARPENTRY Provide wood trim as required for a neat, finished appearance. Wood trim is required between gypsum wallboard and plywood ceilings and concrete or CMU walls. Caulk gaps and edges around wood trim prior to painting. Paint wood trim per Section 09900. 1 220 1 1 3.10 INSTALLATION OF SHEATHING A. GENERAL Comply with applicable recommendations contained in "APA Design /Construction Guide - Residential & Commercial," for types of construction panels and applications indicated. 1 B. FASTENING METHODS Fasten panels as indicated on the Drawings. Include metal H -clips between 1 sheathing panels. C. PLYWOOD BACKING PANELS 1 Nail to supports with minimum 10d at 6" o.c. edge nailing and 12" o.c. at intermediate framing. 1 1 END OF SECTION 1 1 1 1 1 1 1 r 1 1 221 DIVISION 8 — DOORS AND WINDOWS Section 08360 — Sectional Overhead Doors PART 1 — GENERAL 1.1 SECTION INCLUDES 1 The extent of this section covers the repair of the existing overhead doors. Any • materials and operations necessary to repair the doors are listed herein and as shown in the plans. The replacement materials, if needed shall match existing, and door types and 1 hardware covered in this section are as follows: A. Insulated Sectional Overhead Doors. 1 B. Sectional Overhead Steel Doors. C. Glazed Sectional Aluminum Overhead Doors. 1 D. Sectional Overhead Knockout Doors. E. Electric Operators and Controls. 1 F. Operating Hardware, tracks, and support. 1.2 RELATED SECTIONS A. Section 03300 - Cast -In -Place Concrete: Prepared opening in concrete. Execution requirements for placement of anchors in concrete wall construction. B. Section 05500 - Metal Fabrications: Steel frame and supports. 1 C. Section 09900 - Paints and Coatings: Field painting. 1.3 REFERENCES A. ANSI /DASMA 102 - American National Standard Specifications for Sectional 1 Overhead Type Doors. 1.4 DESIGN / PERFORMANCE REQUIREMENTS A. Wind Loads: Design and size components to withstand loads caused by 1 pressure and suction of wind acting normal to plane of wall as calculated in accordance with values shown in the plans. B. Single- Source Responsibility: Repair doors, tracks, motors, and accessories from one manufacturer for each type of door. 1 r 222 ' 1 1 1.5 SUBMITTALS A. None required. 1.6 QUALITY ASSURANCE A. Manufacturer Qualifications: Company specializing in repairing products specified in this section with minimum five years documented experience. B. Installer Qualifications: Authorized representative of the manufacturer with 1 minimum five years documented experience. 1.7 DELIVERY, STORAGE, AND HANDLING 1 A. Store any new products in manufacturer's unopened labeled packaging until ready for installation. ' B. Protect materials from exposure to moisture until ready for installation. C. Store materials in a dry, ventilated weathertight location. 1 1.8 PAYMENT ' No separate or additional payment will be made for the work and material specified herein. All costs for sectional overhead door, as specified herein, shall be included in the per each unit bid price for "Repair Overhead, Roller Door." PART 2 — PRODUCTS 2.1 SECTIONAL OVERHEAD STEEL DOORS ' A. Sectional Overhead Steel Doors: 416 Series (or match existing) Steel Doors by Overhead Door Corporation or approved equal. Units shall have the following characteristics: 1. Door Assembly: Steel door assembly with rabbeted meeting rails to t form weathertight joints and provide full -width interlocking structural rigidity. a. Panel Thickness: 2 inches (51 mm). b. Exterior Surface: Flush. c. Section Material: 16 gauge, galvanized steel. ' d. Center and End Stiles: 16 gauge steel. e. Standard Springs: 10,000 cycles (High cycles). f. Partial Glazing of Steel Panels: ' 1) Non - Insulated double strength glass. g. Full Glazed Aluminum Sash Panels: 1) Acrylic glazing. 2) 1/8 inch (3 mm) double strength glass. 2. Finish and Color: Two coat baked -on polyester, white color. 3. Windload Design: ANSI /DASMA 102 standards to meet applicable ' 223 1 code. 1 4. Hardware: Galvanized steel hinges and fixtures. Ball bearing rollers with hardened steel races. 5. Lock: a. Interior mounted slide lock. b. Optional keyed lock. 6. Weatherstripping: a. Flexible PVC at bottom. b. Flexible Jamb seals. c. Flexible Header seal. 7. Track: Provide track as recommended by manufacturer to suit loading required and clearances available. 8. Manual Operation: Pull rope. 9. Manual Operation: Chain hoist. 1 10. Electric Motor Operation: Provide UL listed electric operator, size and type as recommended by manufacturer to move door in either direction at not less than 2/3 foot nor more than 1 foot per second. a. Entrapment Protection: 1 1) Pneumatic sensing edge up to 18 feet (5.5 m) wide. 2) Electric sensing edge. 3) Photoelectric sensors. b. Operator Controls: 1 1) Push - button operated control stations with open, close, and stop buttons. 111 2) Key operated control stations with open, close, and stop buttons. 3) Push - button and key operated control stations with open, close, and stop buttons. 4) Flush mounting. 5) Surface mounting. 6) Interior location. 7) Exterior location. 8) Both interior and exterior location. c. Special Operation: 1) Pull -rope release automatic opening device. 1 2) Vehicle detector operation. 3) Radio control operation. 4) Card reader control. 5) Photocell operation. 224 ' 1 ' 6) Door timer operation. 7) Commercial light package. 8) Explosion and dust ignition proof control wiring. PART 3 EXECUTION 3.1 EXAMINATION A. Do not begin repair and installation until openings have been properly prepared. B. Verify wall openings are ready to receive work and opening dimensions and tolerances are within specified limits. 1 C. If preparation is the responsibility of another installer, notify Architect of unsatisfactory preparation before proceeding. 1 3.2 PREPARATION A. Clean surfaces thoroughly prior to installation. 1 B. Prepare surfaces using the methods recommended by the manufacturer for achieving the best result for the substrate under the project conditions. 1 3.3 INSTALLATION A. Install overhead doors and track in accordance to match existing condition. 1 B. Coordinate installation with adjacent work to ensure proper clearances and allow for maintenance. 1 C. Anchor assembly to wall construction and building framing without distortion or stress. D. Securely brace door tracks suspended from structure. Secure tracks to structural members only. E. Fit and align door assembly including hardware. F. Coordinate installation of electrical service. Complete power and control wiring from disconnect to unit components. ' 3.4 CLEANING AND ADJUSTING 1 A. Adjust door assembly to smooth operation and in full contact with weatherstripping. B. Clean doors, frames and glass. 1 C. Remove temporary labels and visible markings. 3.5 PROTECTION A. Do not permit construction traffic through overhead door openings after adjustment and cleaning. 1 B. Protect installed products until completion of project. ' 225 1 C. Touch -up, damaged coatings and finishes and repair minor damage before I Substantial Completion. 1 1 1 END OF SECTION 1 1 1 1 1 1 1 1 1 1 1 1 1 226 1 1 ' DIVISION 9 — FINISHES Section 09900 — Painting 1 PART 1 — GENERAL 1 1.01 SCOPE This Section covers the furnishing and installation of protective coatings, ' complete -in- place. Special shop coatings and /or factory- applied finishes on fabricated items may be specified elsewhere. Regardless of the number of paint coats previously applied, at least two (2) field coats of paint shall be applied to all ' surfaces unless otherwise specified herein. The word "paint" as used herein shall be taken to include all protective coatings and incidental materials as required with the exception that anodized aluminum 1 or zinc galvanized coatings shall not be considered as paint. Unless specifically noted otherwise in these Specifications or on the Plans, all work performed under this Contract (both new work and modifications to existing facilities) shall be painted. If an existing wall or ceiling (or similar surface) is modified in someway, the entire wall or ceiling surface is to be painted. Factory 1 finishes shall also comply with the requirements of this Section. 1.02 REFERENCED STANDARDS 1 The following standards are referenced and shall be considered a part of these Specifications: 1 American National Standards Institute (ANSI): A159.1, Surface Preparation Specifications; 1 Z53.1, Safety Color Code for Marking Physical Hazards. American Society for Testing and Materials (ASTM): D4263, Standard Test Method for Indicating Moisture in Concrete by the Plastic Sheet Method. E84, Standard Test Method for Surface Burning Characteristics of Building Materials. ' National Fire Protection Association (NFPA): 101, Life Safety Code. 1 Steel Structures Painting Council (SSPC): 1 SP -1, Solvent Cleaning; SP -2, Hand Tool Cleaning; SP -3, Power Tool Cleaning; SP -5, White Metal Blast Clearing; ' SP -6, Commercial Blast Cleaning; SP -7, Brush -off Blast Cleaning; ' 227 1 SP -10, Near -White Blast Cleaning. 1 SP -11, Power Tool Cleaning VIS -89, Visual Standard 1.03 DEFINITIONS Paint: Includes fillers, primers, sealers, emulsions, oils, alkyds, latex, enamels, thinners, stains, epoxies, vinyl's, urethanes, shellacs, varnishes and any other applied coating specified within these Specifications or shown on the Drawings. Finished Room or Space: One that has a finish called for on Room Finish 1 Schedule, or is indicated on the Plans, or is specified herein, to be painted. Painting Coverage Rate: Coverages expressed in SF /GAL /coat are the 1 manufacturer's published theoretical coverages in square feet per gallon per coat. 1.04 SUBMITTALS In addition to the general submittal requirements listed in Section 01300, the following shall be submitted: 1. Written acknowledgment and certification that products submitted meet requirements of standards referenced in this Section. 2. Manufacturer's application instructions for primer and finish coats. 3. Manufacturer's surface preparation instructions. 4. Manufacturer's full line of color samples for color selection by Owner. 1 5. If products being used are manufactured by a company other than the specified reference standard, provide complete comparison of proposed products with specified products including application procedure, coverage rates, and verification that product is designed for intended use. Information must be provided that demonstrates that manufacturer's products are equal to the performance standards of products manufactured by the reference standard. 6. Manufacturer's approval of protective coating systems applicator. 1 7. List of Applicator's experience and qualifications. A minimum of five (5) years of experience in the painting of associated materials. 1.05 PAYMENT No separate or additional payment will be made for the work and material specified herein. All costs for painting, as specified herein, shall be included in the per square foot unit bid price for "Reconstruct Wood Framing on South Wall." 1 PART 2 — PRODUCTS 2.01 APPROVED MANUFACTURERS 1 228 1 1 1 The following is an approved coating systems manufacturers list subject to compliance with the Specifications contained herein: 1 1. Ameron Protective Coatings Division, ' 2. Carboline Protective Coatings, 3. Sherwin Williams, 1 4. Tnemec Company, 5. Or equal. The specified coating shall be understood as establishing the type and quality of coating desired. Other manufacturers' products will be accepted provided sufficient information is submitted to allow the Engineer to determine that the coatings proposed are equivalent to those named. Proposed coatings shall be submitted for review in accordance with these Specifications. Requests for review of equivalency will not be accepted from anyone except the Contractor, and such requests shall not be considered until after the Contract has been awarded. 1 No substitutions shall be allowed that change the number of coats, thickness or generic type of paint required. All materials shall be brought to the jobsite in the 1 original sealed and labeled containers of the paint manufacturer and shall be subject to inspection by the Engineer. No coating materials other than those specified shall be brought to the jobsite. ' Thinners, dryers and oils brought to the jobsite shall be only those recommended and approved by the paint manufacturer. All paint shall conform to the applicable air quality regulations at the point of application. Any paint material which cannot be guaranteed by the manufacturer to comply, whether specified by product designation or not, shall not be used. 1 It shall be the responsibility of the Contractor to ensure the compatibility of the field painting products which will be in contact with each other or which will be ' applied over shop painted or previously painted surfaces. Paint used in successive field coats shall be produced by the same manufacturer. Paint used in the first field coat over shop painted or previously painted surfaces shall cause ' no wrinkling, lifting, or other damage to the underlying paint. All paint used for intermediate and finish coats shall be guaranteed by the paint manufacturer to be fume -proof and suitable for wastewater plant atmospheres containing hydrogen sulfide. Any paint that cannot be so guaranteed shall not be used. Paint shall be lead -free and mercury-free if available, but in no case shall the lead or mercury content cause discoloration in a wastewater plant 1 atmosphere. 1 229 1 2.02 PAINT SYSTEMS 1 A. METAL - MILD CONDITIONS 1. Scope 1 This Section shall apply to all metal which is not submerged but is located indoors which is not subject to splashing from sewage, water, sludge, oil and grease or other corrosive materials unless specified otherwise. 2. Surface Preparation 1 Commercial blast cleaning, SSPC -SP -6. 3. Coatings Shop Primer System (optional): 1 Coat One Product: Epoxoline Primer Tnemec 66 MDFT: 3 -5 mils Finish System (field applied): Coat One Product: Hi -Build Epoxoline Tnemec Series 66 MDFT: 4 -6 mils Coat Two Product: Hi -Build Epoxoline Tnemec Series 66 1 MDFT: 4 -6 mils Total field applied MDFT: 9.0 mils 1 B. COATING OF FACTORY NON - APPROVED FINISHES 1. Scope 1 This Section shall apply to all interior and exterior steel windows and ' frames and other similar type of items which have a factory finish which is not an approved corrosion resistant finish. 2. Surface Preparation 1 Factory coating is to remain. Provide solvent cleaning, SSPC -SP -1. 3. Coatings Primer System: 1 Coat One Product: Typoxy Tnemec Series N27 MDFT: 2 -3 mils 230 ' 1 1 Finish System: ' Coat One Product: Hi -Build Epoxoline Tnemec Series 66 MDFT: 3 -5 mils 1 Coat Two Product: Endura - Shield III Tnemec Series 73 ' MDFT: 3 -5 mils Total MDFT: 8.0 mils C. STRUCTURAL STEEL - MILD CONDITIONS 1 1. Scope This Section shall apply to all interior structural steel. Items which are ' interior but may be exposed to splashing of liquids or corrosives shall be coated for severe conditions. 2. Surface Preparation Commercial blast cleaning, SSPC -SP -6. 1 3. Coatings Shop Primer System (optional): ' Coat One Product: Hi -Build Epoxoline Tnemec Series 66 ' MDFT: 3 -5 mils Finish System (field applied): 1 Coat One Product: Hi -Build Epoxoline Tnemec Series 66 MDFT: 4 -6 mils Coat Two ' Product: Hi -Build Epoxoline Tnemec Series 66 MDFT: 4 -6 mils Total field applied MDFT: 8.0 mils D. METAL DOORS AND WINDOWS, FRAMES AND TRIM 1 1. Scope ' This Section shall apply to all interior and exterior hollow metal doors and windows, frames and trim. ' 231 1 2. Surface Preparation All hollow metal doors, windows and frames shall be bonderized, pickled or phosphatized, which will serve as the primer for and shall be compatible with the finish coats to be applied in the field. Prior to field coat application, the surface shall be solvent cleaned SSPC -SP -1, and shall be clean, dry and free of all dirt, oil, grease and any other contaminants. 3. Coatings 1 Primer System: Coat One Product: Tnemec Series 161 Fast Cure Epoxy MDFT: 3 -5 mils 1 Finish System: Coat One Product: Tnemec Series 73 Endurashield MDFT: 3 -5 mils Total MDFT: 6.0 mils E. PAINTED WOOD AND WOOD TRIM 1 1. Scope This section shall apply to all exposed to view interior and exterior wood and wood trim for buildings and structures. The Owner shall select color. 2. Surface Preparation Wood surfaces shall be clean and dry. Sand wood as required. 3. Coatings Primer System: 1 Product: Electrogrip, Tnemec Series 151 MDFT: 1.5 — 2 mils Finish System: Coat One: Product: Envirocrete, Tnemec Series 156 MDFT: 3 — 4 mils Coat Two: Product: Envirocrete, Tnemec Series 156 MDFT: 3 — 4 mils 232 ' 1 1 Total MDFT: 9 mils ' F. EXPOSED CONCRETE WALL SURFACES 1. Scope 1 This section shall apply to all exposed to view concrete surfaces. The Owner shall select color. 1 2. Surface Preparation Concrete surfaces shall be clean and dry. All bugholes and surface voids ' must be filled in the concrete substrate to provide a monolithic, pinhole free coating. Multiple coats of filler may be required. Provide Vinester Filler or equal. 1 3. Coatings Finish System: Two Coats: 1 Product: Envirocrete, Tnemec Series 156 MDFT: 8 mils of finish product 2.03 COLORS A. GENERAL Paint colors used for the finish coatings on process equipment, piping and building surfaces shall conform to the following schedules. All finishes shall be glossy unless otherwise specified. Finish coatings, which are applied in the shop by the manufacturer, shall conform to this color schedule wherever possible. Factory coatings which are damaged during shipment or installation, or which are not of suitable color, as determined by the Engineer, shall be recoated in the field in accordance with these Specifications. Color samples shall be submitted to the Engineer for approval prior to application of any field coatings. 1 B. COLOR SCHEDULE To include, but not be limited to, structural steel and exterior south wall shall 1 be painted in accordance with the following color schedule: Process Unit Color ' (A) Exterior South Wall Match Existing (B) Crane Rail Stop Yellow ' Other equipment items and process materials shall be painted with finish colors selected by the Engineer. 1 ' 233 1 PART 3 — EXECUTION 1 3.01 GENERAL It is the intent of these Specifications that materials and workmanship be provided such that the highest quality job is obtained. The completed work, prior to acceptance, must be free from runs, skips, mars and any other disfiguring mark due to faulty workmanship or care of the completed work. It is the responsibility of the Contractor to ensure that all surfaces are prepared in accordance with the written recommendations and directions of the paint manufacturer whose paint is applied. Approval of conditions shall be obtained from the Engineer prior to applying any 1 or all coats of paint; however, such approval shall not relieve the Contractor of his responsibility of conformance with these Specifications and conformance with the manufacturer's recommendations. 1 It shall be the responsibility of the Contractor to prevent settling of dust or the occurrence of other conditions detrimental to the finished quality of the job and to repair any damaged paint at no additional cost to the Owner. Materials or equipment delivered with prime coats shall be touched up as required prior to the application of additional coating(s). The Contractor shall apply each coating at the rate and in the manner specified by the paint manufacturer. If material has thickened or must be diluted for application by spray gun, the coating shall be built -up to the same thickness achieved with undiluted material. Deficiencies in film thickness shall be corrected by the application of an additional coat(s) of paint. Film thickness shall be determined when dry by the Engineer with a magnetic dry film thickness gauge. The thickness gauge shall be calibrated with test shims. Where thinning is necessary, only the products of the manufacturer furnishing the paint and for the particular purpose shall be allowed. All thinning shall be done strictly in accordance with the manufacturer's instructions as well as with the full knowledge and approval of the Engineer. No paint shall be applied when the surrounding air temperature, as measured in the shade, is below 40 F. No paint shall be applied when the temperature of the surface to be painted is below 35 F. Paint shall not be applied to wet or damp surfaces and shall not be applied in rain, snow, fog or mist or when the relative humidity exceeds 85 percent. No paint shall be applied when it is expected that the relative humidity will exceed 85 percent or that the air temperature will drop below 40 F. within 18 hours after the application of the paint. Dew or moisture condensation should be anticipated and if such conditions are prevalent, painting shall be delayed until conditions improve to be certain that the surfaces are dry prior to application of paint. No paint shall be applied when the ambient temperature is less than 5 F. above the dewpoint. Further, the day's painting shall be completed well within advance of the probable time of day when condensation will occur, in order to permit the paint film an appreciable drying time prior to the formation of moisture. 234 1 1 1 Manufacturer's recommended drying time shall be construed to mean "under normal conditions ". Where conditions are other than normal because of the ' weather or because painting must be done in confined spaces, longer drying times shall be necessary. The manufacturer's recommendations for recoating time intervals shall be strictly adhered to. 1 Adequate ventilation, which will effectively remove solvents, shall be provided for proper drying of paints on interior surfaces. A minimum of seven (7) consecutive ' calendar days at 70 °F following the application of the final coat on submerged surfaces shall be required before submergence. Longer periods shall be allowed prior to submergence if recommended by the paint manufacturer or if weather conditions require a longer curing time. 3.02 MIXING AND THINNING ' Paint shall be thoroughly mixed each time any is withdrawn from the container. Paint containers shall be kept tightly closed except while paint is being withdrawn. 1 Paint shall be factory mixed to proper consistency and viscosity for hot weather application without thinning. Thinning will be permitted only as necessary to obtain recommended coverage at lower application temperatures. Only thinners approved by the paint manufacturer shall be used. In no case shall the wet film thickness of applied paint be reduced, by addition of paint thinner or otherwise, below the thickness recommended by the paint manufacturer. 3.03 SURFACE PREPARATION 1 A. GENERAL Surfaces shall be dry and thoroughly cleaned of foreign materials with all ' defects filled or removed. All trades employed shall leave the surfaces of their work in such a condition that only minor cleaning, sanding and filling is required of the painting trade for surface preparation. 1 Hardware, switchplates, machined surfaces, nameplates, lighting fixtures and all other surfaces not to be painted shall be removed or otherwise protected. Drop cloths shall be provided, where necessary, to avoid spotting of surfaces ' adjacent to the item being painted. Working parts of electrical equipment shall be protected from damage during surface preparation and painting operations. Ferrous metal cleaning shall be in accordance with Steel Structures Painting Council Specifications (SSPC). Description SSPC White Metal Blast Cleaning SP -5 ' Commercial Blast Cleaning SP -6 Brush -Off Blast Cleaning SP -7 Near -White Blast Cleaning SP -10 1 1 235 1 The words "blast cleaning" or equivalent phrases of equal intent shall be taken to refer to the applicable SSPC specification when used in the paint manufacturer's recommendations or these Specifications. Hand tool cleaning shall be used when power tool cleaning is not possible. Hand and power tool cleaning shall be in accordance with SSPC Specifications SP -2, SP -3 or SP -11, respectively. The blast cleaning profile depth shall be not less than one (1) mil or greater than two (2) mils. In the case of equipment to which the manufacturer applies a primer coating in the shop after fabrication, the blast profile depth needs to be as noted above. B. WOOD 1 The Contractor shall sandpaper smooth, then remove dust. After prime coat has dried, seal all knots, pitch and resinous sapwood. The Contractor shall putty nail holes and minor defects prior to painting. C. FERROUS METAL, GALVANIZED METAL AND HOLLOW METAL 1 SURFACES The Contractor shall assure that fabrication, welding or burning is completed prior to the sandblasting operation. The Contractor shall chip or grind off flux, splatter, slag or other laminations left from welding. The Contractor shall remove all mill scale. The Contractor shall grind smooth rough welds and other sharp projections. The Contractor shall near -white blast clean, in accordance with SSPC- SP -10, submerged surfaces and surfaces to twelve (12) inches above highest liquid 1 level, and areas subject to splash or spillage. The Contractor shall commercial blast clean, in accordance with SSPC -SP -6, all interior and exterior structural steel surfaces, surfaces located twelve (12) inches above submerged areas, and surfaces located in areas not subject to splash or spillage where exposed to open bodies of liquids. The Engineer reserves the right to accept preparation of these surfaces in accordance with SSPC -SP -3 for areas not practical or possible to sandblast to SSPC -SP -6 requirements. The Contractor shall near -white blast clean, in accordance with SSPC -SP -10 surfaces, subject to heat in excess of 600° F. The Contractor shall power tool or hand clean in accordance with SSPC -SP -2 or SSPC -SP -3. The Contractor shall apply prime coat on cleaned surfaces within two (2) hours of cleaning. The Contractor shall solvent clean galvanized surfaces in accordance with SSPC -SP -1. D. PREPARATION BY SANDBLASTING The Contractor shall not sandblast surfaces that will be wet after blasting and 1 before painting. The Contractor shall apply primer to sandblasted surfaces the same day that the surface is blasted and before rusting occurs. The Contractor shall reblast surfaces allowed to set overnight prior to priming or surfaces that show rust bloom. 236 ' 1 1 The sand shall be clean, water washed, with controlled particle size and high silica content. The sand shall have sharp, angular surfaces and contain no ' clay particles or other extraneous matter. The profile depth of sandblasted surfaces shall be not less than one (1) mil or 1 greater than two (2) mils, unless required otherwise by the coating manufacturer. Compressed air for blasting shall be free of water and oil. The Contractor 1 shall provide accessible separators and traps, shall confine sandblast sand to the area being blasted, shall provide shields of polyethylene sheeting or other such barriers to confine sand and shall plug pipes, holes or openings before ' sandblasting and keep them plugged until the sandblasting operation is complete and the sand is removed. ' The Contractor shall protect nameplates, valve stems, rotating equipment, motors and other items that may be damaged from sandblasting. The Contractor shall reblast surfaces not meeting the requirements of these Specifications. 3.04 APPLICATION ' A. GENERAL The Contractor shall mix and apply coatings by brush, roller or spray in ' accordance with the manufacturer's installation instructions. Spraying equipment shall be inspected and approved in writing by the coating manufacturer. The Contractor shall provide complete coverages to the mil ' thickness specified. The thickness specified shall be dry film mil thickness. All paint systems are "to cover ". In situations of discrepancy between the manufacturer's square footage coverage rates and mil thickness, mil ' thickness requirements govern. When color or undercoats show through, the Contractor shall apply additional coats until paint film is of uniform finish and color. The Contractor shall not apply consecutive coats until the Engineer has had an opportunity to observe and approve previous coats. ' The Contractor shall apply materials under adequate illumination, shall evenly spread and flow on to provide full, smooth coverage, shall work each application of material into corners, crevices, joints and other difficult to work areas, shall avoid degradation and contamination of blasted surfaces and avoid intercoat contamination, shall clean contaminated surfaces before ' applying next coat and shall immediately smooth out runs or sags, or remove and recoat entire surfaces. The Contractor shall assure that preceding coats are dry before recoating, shall recoat within the time limits specified by the ' coating manufacturer and shall allow coated surfaces to cure prior to allowing traffic or other work to proceed. ' The Contractor shall coat all aluminum surfaces in contact with dissimilar materials. All fabricated and structural steel shall have prime coat(s) applied in the shop and finish coat(s) applied in the field. 1 During application of either prime or finish coats, brush coat all weld seams, edges, angles, fasteners and other irregular surfaces to ensure a monolithic ' 237 1 film, pinhole free surface. Finish coats of paint shall be uniform in color and sheen without streaks, laps, runs, drips, sags or missed areas. All submerged or intermittently submerged materials shall have surface preparation and coatings applied prior to installation unless otherwise approved by the Engineer. All pipe, pipe supports, and pipe hangers that paint shall have surface preparation and coatings applied prior to installation. 1 B. PRIME COAT INSTALLATION The Contractor shall prime all surfaces indicated to be painted, shall touch -up damaged primer coats prior to finish coats and shall assure field - applied coatings are compatible with factory - applied coatings. If coatings are not compatible, and if approved in writing by the Engineer, the Contractor shall apply a two (2) mil thick universal barrier coat recommended by the paint manufacturer prior to applying field coats or completely remove factory coatings and reprime. The Contractor shall prime ferrous metals bedded in concrete to a minimum of one (1) inch below exposed surfaces. The Contractor shall assure sandblasting operations do not result in the embedment of sand particles in paint film. The Contractor shall brush or spray bolts, welds, edges and difficult access areas with primer prior to primer application over the entire surface being coated. The Contractor shall backroll surfaces with a roller if 1 the primer has been spray applied. C. FINISH SCHEDULE All work performed under this Contract (both new work and modifications to existing facilities) shall be painted. If the finish schedule requires wall surfaces to be painted in a particular space, the Contractor shall paint all appurtenant surfaces unless specifically noted not to be painted on the Drawings. These items to be painted shall include: • Ferrous metals. • Exposed woodwork. The Contractor shall paint the following surfaces in areas not considered as finished areas: • Exposed wood. 1 The Contractor shall paint all exposed interior and exterior surfaces including: 1 • Soffits. • Ferrous metals. • Exposed wood. The Contractor shall not paint the following elements unless specifically noted 1 on the Plans to be painted: • Stainless steel surfaces except as required to identify piping. • Exposed to view aluminum surfaces. • Galvanized metal surfaces. 238 , 1 ' • • Interior of pipe, ductwork, and conduits. Moving parts of mechanical and electrical units. • Code labels and equipment identification and rating plates. ' • Piping, ductwork, or pipe conduit when enclosed between suspended ceiling and overhead slabs or located in pipe chases or surfaces to be lagged. • Factory- finished furniture, laboratory casework, metal toilet partitions, kitchen units, lockers, shop and storage equipment or miscellaneous items that have pre- approved factory applied ' • finishes. Prefaced masonry, burnished masonry units, or glass masonry. • Structural steel or steel deck required to be fireproofed. • Contact surfaces of friction -type connections. • Pipe and /or duct lagging. • Concrete ceilings, walls or floors. 1 3.05 FIELD QUALITY CONTROL 1 The Contractor shall be responsible for performing, testing and assuring conformance with all requirements of these Specifications. The Contractor shall maintain daily records showing: • Start date of work in each area. 1 • Date of application for each following coat. • Moisture content and surface temperature of substrate. Also record 1 weather conditions, ambient air temperature and dew point. • Provisions utilized to maintain temperature and humidity of work area ' within paint manufacturer's recommended ranges. The Contractor shall measure the surface temperature of items to be painted with surface temperature gauges specifically designed for such use. The Contractor shall measure substrate humidity with humidity gauges specifically designed for such use. The Contractor shall measure wet paint with wet film thickness gauges. The Contractor shall measure paint dry film thickness with a Mikrotest gauge calibrated against the National Bureau of Standards "Certified Coating Thickness Calibration Standards ". The Engineer may direct measurement of paint thickness at any time during the project to ensure conformance with these 1 Specifications. A sufficient number of dry film thickness measurements shall be made so that there is approximately one measurement for each 100 square feet of surface area painted. ' Where a wall or ceiling or other type of surface is disturbed and patched, the Contractor shall repaint entire wall or ceiling. The Contractor shall provide wet ' paint signs as necessary. The Contractor shall touch up damaged finish coats using the same material as specified for the finish coat. 1 1 239 1 At the conclusion of all painting activities, Contractor shall submit a painting field test report to the Engineer showing the above information plus results of wet film and dry film thickness tests. Provide four (4) copies of final test report. 3.06 PAINTING SITE 1 Both shop painting or field painting and surface preparation shall be acceptable when painting work is performed in conformance with this section, unless the painting is activity specified elsewhere in these Specifications. 3.07 PAINT THICKNESS 1 All paint thicknesses specified herein are minimum dry film thickness (MDFT). 1 The thickness of paint over metallic surfaces shall be measured with a magnetic thickness gauge; paint thickness over wood or masonry shall vary in accordance with surface texture, but in no case shall the manufacturer's recommended coverage rate be exceeded. The minimum thicknesses given are total coating thickness for the coating specified, including multiple coats of the same material, where applicable. 1 1 END OF SECTION 1 1 1 1 1 1 1 1 240 1 1 1 1 1 1 1 1 1 1 I Required Contract Provisions Federal -Aid Construction Contracts i Follow this page 1 1 1 1 1 1 1 1 241 1 Required Contract Provisions Federal -Aid Construction Contracts FHWA -1273 Electronic Version — March 10, 1994 1 ' I. General 1 II. Nondiscrimination 2 ' M. Nonsegregated Facilities 6 IV. Payment of Predetermined Minimum Wage 7 V. Statements and Payrolls 12 1 VI. Record of Materials, Supplies, and Labor 14 VII. Subletting or Assigning the Contract 14 VIII. Safety: Accident Prevention 15 IX. False Statements Concerning Highway Projects 16 ' X. Implementation of Clean Air Act and Federal Water Pollution Control Act 17 XI. Certification Regarding Debarment, Suspension Ineligibility, and Voluntary Exclusion 17 XII. Certification Regarding Use of Contract Funds for Lobbying 21 Attachments A. Employment Preference for Appalachian Contracts (included in Appalachian contracts only) 23 1 I. GENERAL 1. These contract provisions shall apply to all work performed on the contract by the ' contractor's own organization and with the assistance of workers under the contractor's immediate superintendence and to all work performed on the contract by piecework, station work, or by subcontract. ' 2. Except as otherwise provided for in each section, the contractor shall insert in each subcontract all of the stipulations contained in these Required Contract Provisions, and further require their inclusion in any lower tier subcontract or purchase order that may in turn ' be made. The Required Contract Provisions shall not be incorporated by reference in any case. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with these Required Contract Provisions. ' 3. A breach of any of the stipulations contained in these Required Contract Provisions shall be sufficient grounds for termination of the contract. 1 4. A breach of the following clauses of the Required Contract Provisions may also be grounds for debarment as provided in 29 CFR 5.12: 1 Section I, paragraph 2; Section IV, paragraphs 1, 2, 3, 4, and 7; Section V, paragraphs 1 and 2a through 2g. 1 1 1 1 5. Disputes arising out of the labor standards provisions of Section IV (except paragraph 5) and Section V of these Required Contract Provisions shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the U.S. Department of Labor (DOL) as set forth in 29 CFR 5, 6, and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and the contracting agency, the DOL, or the contractor's employees or their representatives. 6. Selection of Labor: During the performance of this contract, the contractor shall not: 1 a. discriminate against labor from any other State, possession, or territory of the United States (except for employment preference for Appalachian contracts, when applicable, as specified in Attachment A), or b. employ convict labor for any purpose within the limits of the project unless it is labor performed by convicts who are on parole, supervised release, or probation. 1 II. NONDISCRIMINATION (Applicable to all Federal -aid construction contracts and to all related subcontracts of $10,000 or more.) 1. Equal Employment Opportunity: Equal employment opportunity (EEO) requirements not to discriminate and to take affirmative action to assure equal opportunity as set forth under laws, executive orders, rules, regulations (28 CFR 35, 29 CFR 1630 and 41 CFR 60) and orders of the Secretary of Labor as modified by the provisions prescribed herein, and 1 imposed pursuant to 23 U.S.C. 140 shall constitute the EEO and specific affirmative action standards for the contractor's project activities under this contract. The Equal Opportunity Construction Contract Specifications set forth under 41 CFR 60 -4.3 and the provisions of the American Disabilities Act of 1990 (42 U.S.C. 12101 et seq.) set forth under 28 CFR 35 and 29 CFR 1630 are incorporated by reference in this contract. In the execution of this contract, the contractor agrees to comply with the following minimum specific requirement activities of EEO: a. The contractor will work with the State highway agency (SHA) and the Federal Government in carrying out EEO obligations and in their review of his /her activities under the contract. b. The contractor will accept as his operating policy the following statement: 1 "It is the policy of this Company to assure that applicants are employed, and that employees are treated during employment, 1 without regard to their race, religion, sex, color, national origin, age or disability. Such action shall include: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship, preapprenticeship, and /or on- the -job training." 2 1 1 2. EEO Officer: The contractor will designate and make known to the SHA contracting officers an EEO Officer who will have the responsibility for and must be capable of effectively administering and promoting an active contractor program of EEO and who must be ' assigned adequate authority and responsibility to do so. 3. Dissemination of Policy: All members of the contractors staff who are authorized to hire, supervise, promote, and discharge employees, or who recommend such action, or who are 1 substantially involved in such action, will be made fully cognizant of, and will implement, the contractors EEO policy and contractual responsibilities to provide EEO in each grade and classification of employment. To ensure that the above agreement will be met, the following actions will be taken as a minimum: a. Periodic meetings of supervisory and personnel office employees will be conducted before the start of work and then not less often than once every six months, at which time the contractor's EEO policy and its implementation will be reviewed and explained. The meetings will be conducted by the EEO Officer. 1 b. All new supervisory or personnel office employees will be given a thorough indoctrination by the EEO Officer, covering all major aspects of the contractors EEO ' obligations within thirty days following their reporting for duty with the contractor. c. All personnel who are engaged in direct recruitment for the project will be instructed by the EEO Officer in the contractors procedures for locating and hiring minority group employees. d. Notices and posters setting forth the contractors EEO policy will be placed in areas ' readily accessible to employees, applicants for employment and potential employees. ' e. The contractors EEO policy and the procedures to implement such policy will be brought to the attention of employees by means of meetings, employee handbooks, or other appropriate means. 1 4. Recruitment: When advertising for employees, the contractor will include in all advertisements for employees the notation: "An Equal Opportunity Employer." All such 1 advertisements will be placed in publications having a large circulation among minority groups in the area from which the project work force would normally be derived. a. The contractor will, unless precluded by a valid bargaining agreement, conduct ' systematic and direct recruitment through public and private employee referral sources likely to yield qualified minority group applicants. To meet this requirement, the contractor will identify sources of potential minority group employees, and ' establish with such identified sources procedures whereby minority group applicants may be referred to the contractor for employment consideration. ' b. In the event the contractor has a valid bargaining agreement providing for exclusive hiring hall referrals, he is expected to observe the provisions of that agreement to the extent that the system permits the contractor's compliance with EEO contract ' provisions. (The DOL has held that where implementation of such agreements have 3 1 the effect of discriminating against minorities or women, or obligates the contractor to do the same, such implementation violates Executive Order 11246, as amended.) c. The contractor will encourage his present employees to refer minority group applicants for employment. Information and procedures with regard to referring minority group applicants will be discussed with employees. 5. Personnel Actions: Wages, working conditions, and employee benefits shall be established and administered, and personnel actions of every type, including hiring, upgrading, promotion, transfer, demotion, layoff, and termination, shall be taken without regard to race, color, religion, sex, national origin, age or disability. The following procedures shall be followed: a. The contractor will conduct periodic inspections of project sites to insure that working conditions and employee facilities do not indicate discriminatory treatment of project site personnel. 1 b. The contractor will periodically evaluate the spread of wages paid within each classification to determine any evidence of discriminatory wage practices. c. The contractor will periodically review selected personnel actions in depth to determine whether there is evidence of discrimination. Where evidence is found, the contractor will promptly take corrective action. If the review indicates that the discrimination may extend beyond the actions reviewed, such corrective action shall include all affected persons. d. The contractor will promptly investigate all complaints of alleged discrimination made to the contractor in connection with his obligations under this contract, will attempt to resolve such complaints, and will take appropriate corrective action within a 1 reasonable time. If the investigation indicates that the discrimination may affect persons other than the complainant, such corrective action shall include such other persons. Upon completion of each investigation, the contractor will inform every complainant of all of his avenues of appeal. 6. Training and Promotion: a. The contractor will assist in locating, qualifying, and increasing the skills of minority group and women employees, and applicants for employment. b. Consistent with the contractor's work force requirements and as permissible under 1 Federal and State regulations, the contractor shall make full use of training programs, i.e., apprenticeship, and on- the -job training programs for the geographical area of contract performance. Where feasible, 25 percent of apprentices or trainees in each occupation shall be in their first year of apprenticeship or training. In the event a special provision for training is provided under this contract, this subparagraph will be superseded as indicated in the special provision. 1 c. The contractor will advise employees and applicants for employment of available training programs and entrance requirements for each. 1 4 1 1 ' d. The contractor will periodically review the training and promotion potential of minority group and women employees and will encourage eligible employees to apply for such training and promotion. 1 7. Unions: If the contractor relies in whole or in part upon unions as a source of employees, the contractor will use his /her best efforts to obtain the cooperation of such unions to increase opportunities for minority groups and women within the unions, and to effect referrals by such unions of minority and female employees. Actions by the contractor either directly or through a contractors association acting as agent will include the procedures set forth below: a. The contractor will use best efforts to develop, in cooperation with the unions, joint training programs aimed toward qualifying more minority group members and ' women for membership in the unions and increasing the skills of minority group employees and women so that they may qualify for higher paying employment. ' b. The contractor will use best efforts to incorporate an EEO clause into each union agreement to the end that such union will be contractually bound to refer applicants without regard to their race, color, religion, sex, national origin, age or disability. ' c. The contractor is to obtain information as to the referral practices and policies of the labor union except that to the extent such information is within the exclusive possession of the labor union and such labor union refuses to furnish such information to the contractor, the contractor shall so certify to the SHA and shall set 1 forth what efforts have been made to obtain such information. d. In the event the union is unable to provide the contractor with a reasonable flow of minority and women referrals within the time limit set forth in the collective bargaining agreement, the contractor will, through independent recruitment efforts, fill the employment vacancies without regard to race, color, religion, sex, national ' origin, age or disability; making full efforts to obtain qualified and /or qualifiable minority group persons and women. (The DOL has held that it shall be no excuse that the union with which the contractor has a collective bargaining agreement ' providing for exclusive referral failed to refer minority employees.) In the event the union referral practice prevents the contractor from meeting the obligations pursuant to Executive Order 11246, as amended, and these special provisions, such ' contractor shall immediately notify the SHA. 8. Selection of Subcontractors, Procurement of Materials and Leasing of Equipment: The contractor shall not discriminate on the grounds of race, color, religion, sex, national origin, ' age or disability in the selection and retention of subcontractors, including procurement of materials and leases of equipment. t a. The contractor shall notify all potential subcontractors and suppliers of his /her EEO obligations under this contract. b. Disadvantaged business enterprises (DBE), as defined in 49 CFR 23, shall have equal opportunity to compete for and perform subcontracts which the contractor enters into pursuant to this contract. The contractor will use his best efforts to solicit ' bids from and to utilize DBE subcontractors or subcontractors with meaningful 5 1 minority group and female representation among their employees. Contractors shall obtain lists of DBE construction firms from SHA personnel. c. The contractor will use his best efforts to ensure subcontractor compliance with their EEO obligations. 9. Records and Reports: The contractor shall keep such records as necessary to document 1 compliance with the EEO requirements. Such records shall be retained for a period of three years following completion of the contract work and shall be available at reasonable times and places for inspection by authorized representatives of the SHA and the FHWA. a. The records kept by the contractor shall document the following: 1. The number of minority and non - minority group members and women employed in each work classification on the project; 2. The progress and efforts being made in cooperation with unions, when applicable, to increase employment opportunities for minorities and women; 1 3. The progress and efforts being made in locating, hiring, training, qualifying, and upgrading minority and female employees; and 4. The progress and efforts being made in securing the services of DBE subcontractors or subcontractors with meaningful minority and female representation among their employees. b. The contractors will submit an annual report to the SHA each July for the duration of the project, indicating the number of minority, women, and non - minority group employees currently engaged in each work classification required by the contract work. This information is to be reported on Form FHWA -1391. If on- the -job training is being required by special provision, the contractor will be required to collect and 1 report training data. III. NONSEGREGATED FACILITIES (Applicable to all Federal -aid construction contracts and to all related subcontracts of $10,000 or more.) 1 a. By submission of this bid, the execution of this contract or subcontract, or the consummation of this material supply agreement or purchase order, as appropriate, the bidder, Federal -aid 111 construction contractor, subcontractor, material supplier, or vendor, as appropriate, certifies that the firm does not maintain or provide for its employees any segregated facilities at any of its establishments, and that the firm does not permit its employees to perform their services at any location, under its control, where segregated facilities are maintained. The firm agrees that a breach of this certification is a violation of the EEO provisions of this contract. The firm further certifies that no employee will be denied access to adequate facilities on the basis of sex or disability. 1 b. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms and washrooms, restaurants and other eating areas, timeclocks, locker rooms, and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive, or are, in fact, segregated on the basis of race, color, 6 1 religion, national origin, age or disability, because of habit, local custom, or otherwise. The only exception will be for the disabled when the demands for accessibility override (e.g. disabled parking). c. The contractor agrees that it has obtained or will obtain identical certification from proposed ' subcontractors or material suppliers prior to award of subcontracts or consummation of material supply agreements of $10,000 or more and that it will retain such certifications in its files. 1 IV. PAYMENT OF PREDETERMINED MINIMUM WAGE 1 (Applicable to all Federal -aid construction contracts exceeding $2,000 and to all related subcontracts, except for projects located on roadways classified as local roads or rural minor collectors, which are exempt.) 1. General: a. All mechanics and laborers employed or working upon the site of the work will be paid unconditionally and not less often than once a week and without 1 subsequent deduction or rebate on any account [except such payroll deductions as are permitted by regulations (29 CFR 3) issued by the Secretary of Labor under the Copeland Act (40 U.S.C. 276c)] the full 1 amounts of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment. The payment shall be computed at wage rates not less than those contained in the wage determination of the Secretary of Labor (hereinafter "the wage determination ") which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor or its subcontractors and such laborers and mechanics. The wage determination (including any 1 additional classifications and wage rates conformed under paragraph 2 of this Section IV and the DOL poster (WH -1321) or Form FHWA -1495) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers. For the purpose of this Section, contributions made or costs reasonably anticipated for bona fide fringe benefits under Section 1(b)(2) of 1 the Davis -Bacon Act (40 U.S.C. 276a) on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of Section IV, paragraph 3b, hereof. Also, for the purpose of this 1 Section, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs, which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics 1 shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in paragraphs 4 and 5 of this Section IV. 1 b. Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time 1 actually worked therein, provided, that the employer's payroll records 7 1 1 accurately set forth the time spent in each classification in which work is performed. c. All rulings and interpretations of the Davis -Bacon Act and related acts contained in 29 CFR 1, 3, and 5 are herein incorporated by reference in this contract. 2. Classification: 1 a. The SHA contracting officer shall require that any class of laborers or mechanics employed under the contract, which is not listed in the wage determination, shall be classified in conformance with the wage determination. b. The contracting officer shall approve an additional classification, wage rate and fringe benefits only when the following criteria have been met: 1. the work to be performed by the additional classification requested is not performed by a classification in the wage determination; 2. the additional classification is utilized in the area by the construction industry; 1 3. the proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination; and 4. with respect to helpers, when such a classification prevails in the area in 1 which the work is performed. c. If the contractor or subcontractors, as appropriate, the laborers and mechanics (if known) to be employed in the additional classification or their representatives, and the contracting officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the DOL, Administrator of the Wage and Hour Division, Employment Standards Administration, Washington, D.C. 20210. The Wage and Hour Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30 -day period that additional time is necessary. d. In the event the contractor or subcontractors, as appropriate, the laborers or 1 mechanics to be employed in the additional classification or their representatives, and the contracting officer do not agree on the proposed classification and wage , rate (including the amount designated for fringe benefits, where appropriate), the contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the contracting officer, to the Wage and Hour Administrator for determination. Said Administrator, or an authorized 1 representative, will issue a determination within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30 -day period 1 8 1 that additional time is necessary. t e. The wage rate (including fringe benefits where appropriate) determined pursuant to paragraph 2c or 2d of this Section IV shall be paid to all workers performing work in the additional classification from the first day on which work is performed ' in the classification. 3. Payment of Fringe Benefits: 1 a. Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor or subcontractors, as appropriate, shall either pay the benefit as stated in ' the wage determination or shall pay another bona fide fringe benefit or an hourly case equivalent thereof. ' b. If the contractor or subcontractor, as appropriate, does not make payments to a trustee or other third person, he /she may consider as a part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing ' bona fide fringe benefits under a plan or program, provided, that the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis -Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. ' 4. Apprentices and Trainees (Programs of the U.S. DOL) and Helpers: a. Apprentices: ' 1. Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the DOL, ' Employment and Training Administration, Bureau of Apprenticeship and Training, or with a State apprenticeship agency recognized by the Bureau, or if a person is employed in his /her first 90 days of probationary employment as an t apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Bureau of Apprenticeship and Training or a State apprenticeship agency (where appropriate) to be eligible for ' probationary employment as an apprentice. 2. The allowable ratio of apprentices to journeyman -level employees on the job site ' in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any employee listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable ' wage rate listed in the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor or subcontractor is performing construction on a project in a locality other than that in which its program is registered, the ratios ' and wage rates (expressed in percentages of the journeyman -level hourly rate) 9 1 specified in the contractor's or subcontractor's registered program shall be observed. 3. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeyman -level hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator for the Wage and Hour Division determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. 4. In the event the Bureau of Apprenticeship and Training, or a State apprenticeship agency recognized by the Bureau, withdraws approval of an apprenticeship program, the contractor or subcontractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the comparable work performed by regular employees until an acceptable program is approved. b. Trainees: 1 1. Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the DOL, Employment and Training Administration. 2. The ratio of trainees to journeyman -level employees on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. 3. Every trainee must be paid at not less than the rate specified in the approved program for his /her level of progress, expressed as a percentage of the journeyman - level hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman -level wage rate on the wage determination which provides for less than full fringe benefits for apprentices, in which case such trainees shall receive the same fringe benefits as apprentices. 1 10 1 4. In the event the Employment and Training Administration withdraws approval of a training program, the contractor or subcontractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. ' c. Helpers: Helpers will be permitted to work on a project if the helper classification is specified and defined on the applicable wage 1 determination or is approved pursuant to the conformance procedure set forth in Section IV.2. Any worker listed on a payroll at a helper wage rate, who is not a helper under a approved definition, ' shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. 5. Apprentices and Trainees (Programs of the U.S. DOT): Apprentices and trainees working under apprenticeship and skill training programs which ' have been certified by the Secretary of Transportation as promoting EEO in connection with Federal -aid highway construction programs are not subject to the requirements of paragraph 4 of this Section IV. The straight time hourly wage rates for apprentices and trainees under ' such programs will be established by the particular programs. The ratio of apprentices and trainees to journeymen shall not be greater than permitted by the terms of the particular program. 1 6. Withholding: The SHA shall upon its own action or upon written request of an authorized representative ' of the DOL withhold, or cause to be withheld, from the contractor or subcontractor under this contract or any other Federal contract with the same prime contractor, or any other Federally- assisted contract subject to Davis -Bacon prevailing wage requirements which is ' held by the same prime contractor, as much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the contractor or any subcontractor the full amount of wages ' required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of the work, all or part of the wages required by the contract, the SHA contracting officer may, after written notice to the ' contractor, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. ' 7. Overtime Requirements: No contractor or subcontractor contracting for any part of the contract work which may ' require or involve the employment of laborers, mechanics, watchmen, or guards (including apprentices, trainees, and helpers described in paragraphs 4 and 5 above) shall require or permit any laborer, mechanic, watchman, or guard in any workweek in which he /she is employed on such work, to work in excess of 40 hours in such workweek unless such ' laborer, mechanic, watchman, or guard receives compensation at a rate not less than one - and- one -half times his /her basic rate of pay for all hours worked in excess of 40 hours in such workweek. 1 11 1 1 8. Violation: 1 Liability for Unpaid Wages; Liquidated Damages: In the event of any violation of the clause set forth in paragraph 7 above, the contractor and any subcontractor responsible thereof shall be liable to the affected employee for his /her unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory) for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer, mechanic, watchman, or guard employed in violation of the clause set forth in paragraph 7, in the sum of $10 for each calendar day on which such employee was required or permitted to work in excess of the standard work week of 40 hours without payment of the overtime wages required by the clause set forth in paragraph 7. 9. Withholding for Unpaid Wages and Liquidated Damages: The SHA shall upon its own action or upon written request of any authorized representative of the DOL withhold, or cause to be withheld, from any monies payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other Federally- assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph 8 above. V. STATEMENTS AND PAYROLLS (Applicable to all Federal -aid construction contracts exceeding $2,000 and to all related subcontracts, except for projects located on roadways classified as local roads or rural collectors, 1 which are exempt.) 1. Compliance with Copeland Regulations (29 CFR 3): The contractor shall comply with the Copeland Regulations of the Secretary of Labor which are herein incorporated by reference. 2. Payrolls and Payroll Records: a. Payrolls and basic records relating thereto shall be maintained by the contractor and each subcontractor during the course of the work and preserved for a period of 3 years from the date of completion of the contract for all laborers, mechanics, apprentices, trainees, watchmen, helpers, and guards working at the site of the work. b. The payroll records shall contain the name, social security number, and address of each such employee; his or her correct classification; hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalent thereof the types described in Section 1(b)(2)(B) of the Davis Bacon Act); daily and weekly number of hours worked; deductions made; and actual wages paid. In addition, for Appalachian contracts, the payroll records shall contain a notation indicating whether the employee does, or does not, normally reside in the 12 t 1 1 labor area as defined in Attachment A, paragraph 1. Whenever the Secretary of Labor, pursuant to Section IV, paragraph 3b, has found that the wages of any ' laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in Section 1(b)(2)(B) of the Davis Bacon Act, the contractor and each subcontractor shall maintain records ' which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, that the plan or program has been communicated in writing to the laborers or mechanics affected, and show the cost anticipated or the actual cost incurred in providing benefits. Contractors or ' subcontractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprentices and trainees, and ratios and wage rates prescribed in the applicable programs. c. Each contractor and subcontractor shall furnish, each week in which any contract work is performed, to the SHA resident engineer a payroll of wages paid each of its ' employees (including apprentices, trainees, and helpers, described in Section IV, paragraphs 4 and 5, and watchmen and guards engaged on work during the preceding weekly payroll period). The payroll submitted shall set out accurately and ' completely all of the information required to be maintained under paragraph 2b of this Section V. This information may be submitted in any form desired. Optional Form WH -347 is available for this purpose and may be purchased from the ' Superintendent of Documents (Federal stock number 029 - 005 - 0014 -1), U.S. Government Printing Office, Washington, D.C. 20402. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. ' d. Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the contractor or subcontractor or his /her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: 1. that the payroll for the payroll period contains the information required to be ' maintained under paragraph 2b of this Section V and that such information is correct and complete; ' 2. that such laborer or mechanic (including each helper, apprentice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no ' deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in the Regulations, 29 CFR 3; ' 3. that each laborer or mechanic has been paid not less that the applicable wage rate and fringe benefits or cash equivalent for the classification of worked performed, as specified in the applicable wage determination incorporated into the contract. e. The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH -347 shall satisfy the requirement for submission of the "Statement of Compliance" required by paragraph 2d of this Section V. 1 13 1 f. The falsification of any of the above certifications may subject the contractor to civil or criminal prosecution under 18 U.S.C. 1001 and 31 U.S.C. 231. g. The contractor or subcontractor shall make the records required under paragraph 2b of this Section V available for inspection, copying, or transcription by authorized representatives of the SHA, the FHWA, or the DOL, and shall permit such representatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, the SHA, the FHWA, the DOL, or all may, after written notice to the contractor, sponsor, applicant, or owner, take such actions as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12. 1 VI. RECORD OF MATERIALS, SUPPLIES, AND LABOR 1. On all Federal -aid contracts on the National Highway System, except those which provide 1 solely for the installation of protective devices at railroad grade crossings, those which are constructed on a force account or direct labor basis, highway beautification contracts, and contracts for which the total final construction cost for roadway and bridge is less than $1,000,000 (23 CFR 635) the contractor shall: 1 a. Become familiar with the list of specific materials and supplies contained in Form FHWA -47, "Statement of Materials and Labor Used by Contractor of Highway Construction Involving Federal Funds," prior to the commencement of work under this contract. b. Maintain a record of the total cost of all materials and supplies purchased for and 1 incorporated in the work, and also of the quantities of those specific materials and supplies listed on Form FHWA -47, and in the units shown on Form FHWA -47. c. furnish, upon the completion of the contract, to the SHA resident engineer on Form FHWA -47 together with the data required in paragraph 1 b relative to materials and supplies, a final labor summary of all contract work indicating the total hours worked and the total amount earned. 2. At the prime contractor's option, either a single report covering all contract work or separate reports for the contractor and for each subcontract shall be submitted. VII. SUBLETTING OR ASSIGNING THE CONTRACT 1 1. The contractor shall perform with its own organization contract work amounting to not less than 30 percent (or a greater percentage if specified elsewhere in the contract) of the total 1 original contract price, excluding any specialty items designated by the State. Specialty items may be performed by subcontract and the amount of any such specialty items performed may be deducted from the total original contract price before computing the amount of work required to be performed by the contractor's own organization (23 CFR 635). 14 1 a. Its own organization" shall be construed to include only workers employed and paid directly by the prime contractor and equipment owned or rented by ' the prime contractor, with or without operators. Such term does not include employees or equipment of a subcontractor, assignee, or agent of the prime contractor. 1 b. "Specialty Items" shall be construed to be limited to work that requires highly specialized knowledge, abilities, or equipment not ordinarily available in the type of contracting organizations qualified and expected to bid on the contract as a whole and in general are to be limited to minor components of the overall contract. 2. The contract amount upon which the requirements set forth in paragraph 1 of Section VII is computed includes the cost of material and manufactured products which are to be purchased or produced by the contractor under the contract provisions. 1 3. The contractor shall furnish (a) a competent superintendent or supervisor who is employed by the firm, has full authority to direct performance of the work in accordance with the contract requirements, and is in charge of all construction operations (regardless of who performs the work) and (b) such other of its own organizational resources (supervision, management, and engineering services) as the SHA contracting officer determines is necessary to assure the performance of the contract. 4. No portion of the contract shall be sublet, assigned or otherwise disposed of except with the written consent of the SHA contracting officer, or authorized representative, and such ' consent when given shall not be construed to relieve the contractor of any responsibility for the fulfillment of the contract. Written consent will be given only after the SHA has assured that each subcontract is evidenced in writing and that it contains all pertinent provisions and requirements of the prime contract. VIII. SAFETY: ACCIDENT PREVENTION ' 1. In the performance of this contract the contractor shall comply with all applicable Federal, State, and local laws governing safety, health, and sanitation (23 CFR 635). The contractor ' shall provide all safeguards, safety devices and protective equipment and take any other needed actions as it determines, or as the SHA contracting officer may determine, to be reasonably necessary to protect the life and health of employees on the job and the safety of 1 the public and to protect property in connection with the performance of the work covered by the contract. 2. It is a condition of this contract, and shall be made a condition of each subcontract, which ' the contractor enters into pursuant to this contract, that the contractor and any subcontractor shall not permit any employee, in performance of the contract, to work in surroundings or under conditions which are unsanitary, hazardous or dangerous to his /her health or safety, ' as determined under construction safety and health standards (29 CFR 1926) promulgated by the Secretary of Labor, in accordance with Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 333). 1 1 1 1 1 3. Pursuant to 29 CFR 1926.3, it is a condition of this contract that the Secretary of Labor or authorized representative thereof, shall have right of entry to any site of contract performance to inspect or investigate the matter of compliance with the construction safety and health standards and to carry out the duties of the Secretary under Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 333). IX. FALSE STATEMENTS CONCERNING HIGHWAY PROJECTS In order to assure high quality and durable construction in conformity with approved plans and specifications and a high degree of reliability on statements and representations made by engineers, contractors, suppliers, and workers on Federal -aid highway projects, it is essential that all persons concerned with the project perform their functions as carefully, thoroughly, and honestly as possible. Willful falsification, distortion, or misrepresentation with respect to any facts related to the project is a violation of Federal law. To prevent any misunderstanding regarding the seriousness of these and 1 similar acts, the following notice shall be posted on each Federal -aid highway project (23 CFR 635) in one or more places where it is readily available to all persons concerned with the project: 1 NOTICE TO ALL PERSONNEL ENGAGED ON FEDERAL -AID HIGHWAY PROJECTS 18 U.S.C. 1020 reads as follows: "Whoever, being an officer, agent, or employee of the United States, or of any State or Territory, or whoever, whether a person, association, firm, or corporation, knowingly makes any false statement, false representation, or false report as to the character, quality, quantity, or cost of the material used or to be used, or the quantity or quality of the work performed or to be performed, or the cost thereof in connection with the submission of plans, maps, specifications, contracts, or costs of construction 1 on any highway or related project submitted for approval to the Secretary of Transportation; or Whoever knowingly makes any false statement, false representation, false report or false claim with respect to the character, quality, quantity, or cost of any work performed or to be performed, or materials fumished or to be furnished, in connection with the construction of any highway or related project approved by the Secretary of Transportation; or Whoever knowingly makes any false statement or false representation as to material fact in any statement, certificate, or report submitted pursuant to provisions of the Federal -aid Roads Act approved July 1, 1916, (39 Stat. 355), as amended and supplemented; Shall be fined not more that $10, 000 or imprisoned not more than 5 years or both." 1 1 1 1 6 1 1 ' X. IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT (Applicable to all Federal -aid construction contracts and to all related subcontracts of $100,000 or ' more.) By submission of this bid or the execution of this contract, or subcontract, as appropriate, the bidder, Federal -aid construction contractor, or subcontractor, as appropriate, will be deemed to have stipulated as follows: 1. That any facility that is or will be utilized in the performance of this contract, unless such contract is exempt under the Clean Air Act, as amended (42 U.S.C. 1857 et seq., as amended by Pub.L. 91 -604), and under the Federal Water Pollution Control Act, as amended (33 U.S.C. 1251 et seq., as amended by Pub.L. 92 -500), Executive Order 11738, and regulations in implementation thereof (40 CFR 15) is not listed, on the date of contract award, on the U.S. Environmental Protection Agency (EPA) List of Violating Facilities pursuant to 40 CFR 15.20. 1 2. That the firm agrees to comply and remain in compliance with all the requirements of Section 114 of the Clean Air Act and Section 308 of the Federal Water Pollution Control Act and all regulations and guidelines listed thereunder. 3. That the firm shall promptly notify the SHA of the receipt of any communication from the Director, Office of Federal Activities, EPA, indicating that a facility that is or will be utilized for 1 the contract is under consideration to be listed on the EPA List of Violating Facilities. 4. That the firm agrees to include or cause to be included the requirements of paragraph 1 through 4 of this Section X in every nonexempt subcontract, and further agrees to take such action as the government may direct as a means of enforcing such requirements. ' XI. CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION ' 1. Instructions for Certification - Primary Covered Transactions: (Applicable to all Federal -aid contracts - 49 CFR 29) 1 a. By signing and submitting this proposal, the prospective primary participant is providing the certification set out below. b. The inability of a person to provide the certification set out below will not necessarily result in denial of participation in this covered transaction. The prospective participant shall submit an explanation of why it cannot provide the certification set 1 out below. The certification or explanation will be considered in connection with the department or agency's determination whether to enter into this transaction. However, failure of the prospective primary participant to furnish a certification or an 1 explanation shall disqualify such a person from participation in this transaction. 1 17 1 1 c. The certification in this clause is a material representation of fact upon which reliance was placed when the department or agency determined to enter into this transaction. If it is later determined that the prospective primary participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause of default. d. The prospective primary participant shall provide immediate written notice to the 1 department or agency to whom this proposal is submitted if any time the prospective primary participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. e. The terms "covered transaction," "debarred," "suspended," "ineligible," "lower tier covered transaction," "participant," "person," "primary covered transaction," "principal," "proposal," and "voluntarily excluded," as used in this clause, have the meanings set out in the Definitions and Coverage sections of rules implementing Executive Order 12549. You may contact the department or agency to which this proposal is submitted for assistance in obtaining a copy of those regulations. f. The prospective primary participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency entering into this transaction. g. The prospective primary participant further agrees by submitting this proposal that it 1 will include the clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion -Lower Tier Covered Transaction," provided by the department or agency entering into this covered transaction, without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. h. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principals. Each participant may, but is not required to, check the nonprocurement portion of the "Lists of Parties Excluded From Federal Procurement or Nonprocurement Programs" (Nonprocurement List) which is compiled by the General Services Administration. i. Nothing contained in the foregoing shall be construed to require establishment of a 1 system of records in order to render in good faith the certification required by this clause. The knowledge and information of participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. 1 18 1 1 j. Except for transactions authorized under paragraph f of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered ' transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause or default. . * * ** 1 Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion- - Primary Covered Transactions 1. The prospective primary participant certifies to the best of its knowledge and belief, that it and its principals: a. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; b. Have not within a 3 -year period preceding this proposal been convicted of or had a civil judgement rendered against them for commission of fraud or a criminal offense ' in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, 1 falsification or destruction of records, making false statements, or receiving stolen property; c. Are not presently indicted for or otherwise criminally or civilly charged by a ' governmental entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph 1 b of this certification; and d. Have not within a 3 -year period preceding this application /proposal had one or more public transactions (Federal, State or local) terminated for cause or default. ' 2. Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. 2. Instructions for Certification - Lower Tier Covered Transactions: (Applicable to all subcontracts, purchase orders and other lower tier transactions of $25,000 or more - 49 CFR 29) a. By signing and submitting this proposal, the prospective lower tier is providing the certification set out below. 1 1 19 1 1 1 b. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department, or agency with which this transaction originated may pursue available remedies, including suspension and /or debarment. c. The prospective lower tier participant shall provide immediate written notice to the person to which this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous by reason of changed circumstances. 1 d. The terms "covered transaction," "debarred," "suspended," "ineligible," "primary covered transaction," "participant," "person," "principal," "proposal," and "voluntarily 1 excluded," as used in this clause, have the meanings set out in the Definitions and Coverage sections of rules implementing Executive Order 12549. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations. e. The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated. f. The prospective lower tier participant further agrees by submitting this proposal that 1 it will include this clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion -Lower Tier Covered Transaction," without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. g. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principals. Each participant may, but is not required to, check the Nonprocurement List. h. Nothing contained in the foregoing shall be construed to require establishment of a 1 system of records in order to render in good faith the certification required by this clause. The knowledge and information of participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. 1 1 20 1 1 ' i. Except for transactions authorized under paragraph e of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily ' excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and /or debarment. 1 Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion - -Lower 1 Tier Covered Transactions: 1. The prospective lower tier participant certifies, by submission of this proposal, that ' neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. r 2. Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this ' proposal. XII. CERTIFICATION REGARDING USE OF CONTRACT FUNDS FOR LOBBYING (Applicable to all Federal -aid construction contracts and to all related subcontracts which exceed 1 $100,000 - 49 CFR 20) 1. The prospective participant certifies, by signing and submitting this bid or proposal, to the best of 1 his or her knowledge and belief, that: a. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the ' awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, ' loan, or cooperative agreement. b. If any funds other than Federal appropriated funds have been paid or will be paid to ' any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit ' Standard Form -LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 1 21 1 1 2. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31 U.S.C. 1352. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. 3. The prospective participant also agrees by submitting his or her bid or proposal that he or she shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such recipients shall certify and disclose accordingly. 1 1 1 1 1 1 1 1 1 1 1 1 1 22 1 1 ' ATTACHMENT A - EMPLOYMENT PREFERENCE FOR APPALACHIAN CONTRACTS (Applicable to Appalachian contracts only.) ' 1. During the performance of this contract, the contractor undertaking to do work which is, or reasonably may be, done as on -site work, shall give preference to qualified persons who regularly reside in the labor area as designated by the DOL wherein the contract work is situated, or the subregion, or the Appalachian counties of the State wherein the contract work 1 is situated, except: a. To the extent that qualified persons regularly residing in the area are not available. ' b. For the reasonable needs of the contractor to employ supervisory or specially experienced personnel necessary to assure an efficient execution of the contract work. c. For the obligation of the contractor to offer employment to present or former employees as the result of a lawful collective bargaining contract, provided that the number of nonresident persons employed under this subparagraph lc shall not exceed 20 percent of the total number of employees employed by the contractor on the contract work, except as provided in subparagraph 4 below. 1 2. The contractor shall place a job order with the State Employment Service indicating (a) the classifications of the laborers, mechanics and other employees required to perform the contract work, (b) the number of employees required in each classification, (c) the date on 1 which he estimates such employees will be required, and (d) any other pertinent information required by the State Employment Service to complete the job order form. The job order may be placed with the State Employment Service in writing or by telephone. If during the course ' of the contract work, the information submitted by the contractor in the original job order is substantially modified, he shall promptly notify the State Employment Service. ' 3. The contractor shall give full consideration to all qualified job applicants referred to him by the State Employment Service. The contractor is not required to grant employment to any job applicants who, in his opinion, are not qualified to perform the classification of work 1 required. 4. If, within 1 week following the placing of a job order by the contractor with the State ' Employment Service, the State Employment Service is unable to refer any qualified job applicants to the contractor, or less than the number requested, the State Employment Service will forward a certificate to the contractor indicating the unavailability of applicants. Such certificate shall be made a part of the contractor's permanent project records. Upon 1 receipt of this certificate, the contractor may employ persons who do not normally reside in the labor area to fill positions covered by the certificate, notwithstanding the provisions of subparagraph 1 c above. 5. The contractor shall include the provisions of Sections 1 through 4 of this Attachment A in every subcontract for work which is, or reasonably may be, done as on -site work. 1 23 1 1 1 AMENDMENT REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS (Exclusive of Appalachian Contracts) Section 1, General, is supplemented with the following: 7. Section 902 of the American Recovery and Reinvestment Act (ARRA) of 2009 requires that each contract awarded using ARRA funds must include a provision that provides the U.S. Comptroller General and his representatives with the authority to: "(1) to examine any records of the contractor or any of its subcontractors, or any State or local agency administering such contract, that directly pertain to, and involve transactions relating to, the contract or subcontract; and (2) to interview any officer or employee of the contractor or any of its subcontractors, or of any State or local government agency administering the contract, regarding such transactions." The Contractor shall include the following provision in all contracts, subcontracts, and other contracts for services for an ARRA funded project: "Accordingly, the Comptroller General and his representatives shall have the authority and rights as provided under Section 902 of the ARRA with respect to this contract, which is funded with funds made available under the ARRA. Section 902 further states that nothing in this section shall be interpreted to limit or restrict in any way any existing authority of the Comptroller General." "Section 1515(a) of the ARRA provides authority for any representatives of the Inspector General to examine any records or interview any employee or officers working on this contract. The contractor is advised that representatives of the inspector general have the authority to examine any record and interview any employee or officer of the contractor, its subcontractors or other firms working on this contract. Section 1515(b) further provides that nothing in this section shall be interpreted to limit or restrict in any way any existing authority of an inspector general." Under Section II, Paragraph 8b is revised as follows: 1 The reference to 49 CFR 23 is revised to read 49 CFR 26. Under Section II, Paragraph 8b is supplemented with the following: 1 The contractor, sub - recipient or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of USDOT- assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the recipient deems appropriate. 1 1 Amendment to Form FHWA 1273 Revised March 26, 2009 1 1 1 1 Under Section II, in accordance with standard specification 1- 08.1(1) and applicable RCWs a new 1 paragraph 8d is added as follows: The contractor or subcontractor agrees to pay each subcontractor under this prime contract ' for satisfactory performance of its contract and /or agreement no later than ten (10) days from the receipt of each payment the prime contractor receives from WSDOT or its sub - recipients. The prime contractor agrees further to return retainage payments to each subcontractor within ten (10) days after the subcontractor's work is satisfactorily completed. Any delay or ' postponement of payment from the above referenced time frame may occur only for good cause following written approval of the WSDOT. This clause covers both DBE and non -DBE contractors. 1 Under Section IV, the applicability statement is supplemented with the following: (Applicable to all ARRA funded construction contracts and related subcontracts regardless of location, including projects on local roads or rural minor collectors, and Transportation 1 Enhancement projects outside the highway right -of -way.) Under Section IV, Paragraph 2b(4) is deleted. 1 Under Section IV, Paragraph 4, "and helpers" is deleted from the title. Under Section IV, Paragraph 4a(1), add: ' The provisions in this section allowing apprentices to work at less than the predetermined rate when they are registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, or with the Bureau of Apprenticeship and Training, does not preclude a requirement for the Contractor to pay apprentices the full applicable predetermined rate in the event a State Apprenticeship Agency, recognized by the Bureau, has not approved, or withdraws approval, of an ' apprenticeship program. Under Section IV, Paragraph 4c is deleted. ' Under Section IV, Paragraph 6 is revised by deleting "helpers" and "helper ". Under Section IV, Paragraph 7 is revised by deleting "helpers ". 1 Under Section V, the applicability statement is supplemented with the following: (Applicable to all ARRA funded construction contracts and related subcontracts regardless of location, including projects on local roads or rural minor collectors, and Transportation Enhancement projects outside the highway right -of -way.) Under Section V, Paragraph 2a is revised by deleting "helpers ". 1 1 1 Amendment to Form FHWA 1273 Revised March 26, 2009 2 1 1 1 Under Section V, Paragraph 2b, the first sentence is revised to read: 1 The payroll records shall contain the name and an individually identifying number (e.g., the last four digits of the employees social security number) for each such employee; his or her correct classification; hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalent thereof the types described in Section 1(b)(2)(B) of the Davis Bacon Act); daily and weekly number of hours worked; deductions made; and actual wages paid. Payrolls shall not include the full social security number and home address of covered workers. Contractors and subcontractors shall maintain the full social security number and home address of each covered worker and shall provide them to the SHA upon request." Under Section V, Paragraph 2d(2) is revised by deleting "helper". Section VI, Records Of Material, Supplies, And Labor, is deleted 1 1 1 1 1 1 1 1 1 1 Amendment to Form FHWA 1273 Revised March 26, 2009 3 1 1 1 CONTRACT I THIS AGREEMENT, made and entered into in triplicate, this '7 day ofge.; I , 2010, by and between the City of Yakima, hereinafter called the Owner, and G. M. McClure Construction, a Washington Corporation, hereinafter called the Contractor. WITNESSETH: I That in consideration of the terms and conditions contained herein and attached and made a part of this agreement, the parties hereto covenant and agree as follows: I I. The Contractor shall do all work and furnish all tools, materials, labor and equipment for THE BID AMOUNT OF: $119,786.88, for Yakima Valley Transportation Company Preservation, Project No. 2153, all in accordance with, and as described in the attached plans and specifications and the 2008 Standard Specifications for Road, Bridge, and Municipal Construction which are by this reference incorporated herein and made a part hereof, and shall perform any alterations in or I additions to the work provided under this contract and every part thereof. Work shall start within ten (10) days after the Notice to Proceed and shall be completed in Fifty (50)) working days. The first chargeable working day shall be the 11th working day after the date on which the City issues the Notice to Proceed. I If said work is not completed within the time specified, the Contractor agrees to pay to the Owner the sum specified in the Standard Specifications for each and every day said work remains uncompleted after expiration of the specified time, as liquidated damages. I The Contractors 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 and every part thereof, except such as are mentioned in the specifications to be furnished by the City of Yakima. I 11. The City of Yakima hereby promises and agrees with the Contractor to employ, and does employ the Contractor to provide the materials and to do and cause to be done the above described work and to complete and finish the same according to the attached plans and specifications and the terms and conditions herein contained and hereby contracts to pay for the same according to the attached specifications and the schedule of unit or itemized prices hereto attached, at the time and in the manner I and upon the conditions provided for in this contract. III. INDEMNIFICATION. The Contractor shall defend, indemnify, and hold harmless the City, its officers, elected officials, employees and agents from and against any and all claims, causes of action, damages, losses, and expenses of any kind I or nature whatsoever, including but not limited to, attorney's fees and court costs, arising out of, relating to, or resulting from the Contractor's performance or non - performance of the services, duties and obligations required of it under this Agreement. IV. The Contractor for himself, and for his heirs, executors, administrators, successors, and assigns, does hereby agree I to the full performance of all the covenants herein contained upon the part of the Contractor. V. It is further provided that no liability shall attach to the City of Yakima by reason of entering into this contract, except I as expressly provided herein. IN WITNESS WHEREOF the parties hereto have caused this agreement to be executed the day and year first herein above written. I Countersigned: CITY OF YAKIMA CONTRACTOR this 9 day of Apr; 2010. GJ °C /�,�� s�,a¢a Corporation Contractor I ti B City Hager Attest: � J%7 /1 C r.A I -/ (Print Name) a.t, Cit y Mq `, ', Its �r� OrM }'✓1 t►' `C�i ..r.+� I - P ' (President, wi etc. :' *�' .'• Address: �/ S . .'Zs" h / ✓e i '; A * � '- "_; � ��‘k, " -- 1 I .. PERFORMANCE BOND - Bond #: 70896931 1 BOND TO CITY OF YAKIMA • KNCW ALL MEN EY THESE PRESENTS: I That we, the undersigned, G. M. McClure Construction Western a Corporaion as ..rincipal Aral Surety Company a I corporation organized and existing under the laws of the Stated South Dakota as a surety corporation, and qualified under the laws of the State of VVashiiglon to become surety upon bonds of contractors with rw.nlcipal corporations, as surety, are jointly and severally held and firmly bound to the CITY OF YAKIMA. in the penal sum of $1 1 A , 7 86 _ as for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or I pe rsonal representatives, as the case may be. T his obligation is entered :nto in pursuance of the statutes of the State of Washington, the Ordinances of the CITY DF YAKIMA. DATED at Yakima, Washington, this cay of March . x10 . I Never -.he -less, the conditions of the above obligations are such that: WHEREAS, pursuant to action taken by the Yakima City Council on March 1 Atte City Manager and City Clerk ' of the CITY OF YAKIMA has lel or is about to (et :o the said C;. M. McCl Construction , theabovebounded .acertaincontract,1. sad contract being numbered 2153 . and providing for Yakima YI a 1 1 P�� (which conhfact is referred to herein and is made a part hereof as though attached hereto), and, Transportation Company Restoration — Trolley Barn Repair p rovided for in the manner and with me se s ' WHEREAS, the said Principal has accepted, or is about to accept, the said contract, and and tope arm the wort; here n in the time forth NOW THEREFORE, ii the sa:d G. M. McClure Construction ' shall faithfully per;orm all of the provisions of said contract in the manner anc within the time therein set forth, cr within such extensions of time as may be granted under said contract, and shall pay at laborers, mechanics, sub - contractors and material men, and all persons who shall supply said principal or sub-contractors with provisions and supplies for the carrying on of Said work, and shall hold said CITY OF YP.KIMA, their employees, agents, and elected or appointed oflicials. harmless torn any damage I occasioned to any person or property by reason of any carelessness or negligence on the pan of said principal, or a-y sub- contractor in the performance of said work and shall indemnity and hold the CITY OF YAKIMA, its employees agents, and elected or appointed officials, narmless Ircm any damage or expense by reason of failure of performance as specified it said contract or from defects appearing cr developing in the material or workmanship provided or performed under said contract. then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. I G M_ MCCI ire Constrncti nn (Contractor) By, ,,ee .y u... /r, n ? I J (Pmt aamme) . pproved v to town. Its: 'Q(-42 ! - i S( C.t7 V\ (Prasiden(.Onner, etc...) / 1At1 V Western Surety Company a ( rty Aflame /) 9 'Surety) By ' Al x B. Hod e (Pnnt Narne) I Its: Attorney -in -Fact I 245 1 Western Surety Company U POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation I having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby make, constitute and appoint I Alex B Hodge, Kenneth J Frick, Individually 1 of Yakima, WA, its true and lawful Attorney(s) -in -Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds, I undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - I and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attomey, pursuant to the authority hereby given, are hereby ratified and confirmed. I This Power of Attorney is made and executed pursuant to and by authority of the By -Law printed on the reverse hereof, duly adopted, as indicated, by the shareholders of the corporation. I In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Senior Vice President and its corporate seal to be hereto affixed on this 27th day of September, 2007. WESTERN SURETY COMPANY `l OQ' k -- ,,, I(.. ,- n- I st�SCAV `r / I Paul . Bruflat, Senior Vice President State of South Dakota 1 )} ss County of Minnehaha 111 On this 27th day of September, 2007, before me personally came Paul T. Bruflat, to me known, who, being by me duly swom, did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that he is the Senior Vice President of WESTERN SURETY COMPANY described in and ' which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. I 15 ,, •, •.,,•,�,•, •, a •, •.., •,,,,,,. My commission expires s D. KRELL J 1 November 30, 2012 l NOTARY PUBLIC i s SOUTH DAKOTA J r +..titititisti•,ti4•, '&,titi 4. , KfLa D. Krell, No ary Public I CERTIFICATE . 1, L. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force, and further certify that the By -Law of the corporation printed on the reverse hereof is still in force. In testimony whereof 1 have hereunto subscribed I my name and affixed the seal of the said corporation this day of March , 2 01 0 1 . ; rte WESTERN SURETY COMPANY r S P h��M pP . 74141.4r7 I Form F4280 - 09 - 06 L. Nelson, Assistant Secretary Authorizing By -Law ADOPTED BY THE SHAREHOLDERS OF WESTERN SURETY COMPANY 1 This Power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the shareholders of the Company. 1 Section 7. All bonds, policies, undertakings, Powers of Attorney, or other obligations of the corporation shall be executed in the corporate name of the Company by the President, Secretary, and Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors relay authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or agents who shall have authority to issue bonds, policies, or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile. 1 1 • 1 1 1 1 1 1 1 1 1 1 1 IACC)R0 ® DATE (MMIDD /YYYY) CERTIFICATE OF LIABILITY INSURANCE 4/8/2010 PRODUCER (509) 248 -3515 FAX: (509) 248 -3673 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Terril Lewis & Wilke Ins • ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE I HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR P 0 Box 1789 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. 112 S 4th Street Yakima WA 98907 INSURERS AFFORDING COVERAGE NAIC # I INSURED INSURER A: AIX Specialty Insuarnce Co. GM McClure Construction, LLC INSURERB: Insurance Co 213 S 25th Ave INSURER C' INSURER D: Yakima I WA 98902 -3704 INSURER E: COVERAGES ' THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR IADD'L POLICY EFFECTIVE I POLICY EXPIRATION LIMITS ' PO NUMBER LTR INSRD TYPE OF INSURANCE DATE (MM /DDIYYYY) DATE IMM /DD/YYYY) GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 DAMAGE TO RENTED X COMMERCIAL GENERAL LIABILITY PREMISES (Ea occurrence) $ 100,000 A X CLAIMS MADE X OCCUR TSZCL00202980 4/7/2010 4/7/2011 MED EXP (Any one person) $ 5,000 I PERSONAL & ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP /OP AGG $ 2,000,000 X POLICY PRO- LOC I LECT AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT X ANY AUTO (Ea accident) $ 1,000,000 B X ALL OWNED AUTOS 004088920 4/7/2010 4/7/2011 BODILY INJURY I $ SCHEDULED AUTOS (Per person) • X HIRED AUTOS BODILY INJURY $ X NON -OWNED AUTOS (Per accident) _ I PROPERTY DAMAGE $ (Per accident) GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ ANY AUTO EA ACC $ I OTHER THAN AUTO ONLY: AGG $ EXCESS I UMBRELLA LIABILITY EACH OCCURRENCE $ OCCUR CLAIMS MADE AGGREGATE $ II $ DEDUCTIBLE $ RETENTION $ $ • A WORKERS COMPENSATION Stop Gap T WC STATU- ORY LIMITS O ER - AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE YIN E.L. EACH ACCIDENT $ 1 , 000 , 000 OFFICER/MEMBER EXCLUDED? (Mandatory in NH) SZCL00202980 4/7/2010 4/7/2011 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 If yes, describe under SPECIAL PROVISIONS below E.L. DISEASE - POLICY LIMIT $ 1, 000 , 000 I OTHER I DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS City of Yakima, their agent, employees, elected & appointed officials are listed as additional insureds per form CG2010 (07/04) & CG2012 (07/98) attached. Project Trolly Barn Repairs I CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION I City of Yakima DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN 129 N 2nd St NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL Yakima, WA 98901 IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR U REPRESENTATIVES. AUTHORIZED REPRESENTATIVE R Heilman /DONNAV ACORD 25 (2009/01) © 1988 -2009 ACORD CORPORATION. All rights reserved. I INS025 (200901) The ACORD name and logo are registered marks of ACORD 1: '. 1 IMPORTANT 1 I 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). I 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). 1 DISCLAIMER I 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. 1 1 1 1 1 1 1 1 1 1 I ACO 25 INS025 RD (200901) (2009/01) POLICY NUMBER: TSZCL00202980 COMMERCIAL GENERAL LIABILITY CG 20 12 07 98 1 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED STATE OR POLITICAL SUBDIVISIONS - PERMITS ' This endorsement modifies insurance provided under the following: 9 1 COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE I REFER TO ADDITIONAL INSURED SCHEDULE State Or Political Subdivision: City of Yakima, their agent, employees, elected & appointed Officials (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) ' Section II — Who Is An Insured is amended to include 2. This insurance does not apply to: as an insured any state or political subdivision shown in a. "Bodily injury," "property damage" or "personal I the Schedule, subject to the following provisions: and advertising injury" arising out of operations 1. This insurance applies only with respect to performed for the state or municipality; or operations performed by you or on your behalf for b. "Bodily injury" or "property damage" included ' which the state or political subdivision has issued a permit. within the "products completed operations hazard ". 1 1 1 1 1 1 1 1 CG 20 12 07 98 Copyright, Insurance Services Office, Inc., 1997 Page 1 of 1 ' POLICY NUMBER: TSZCL00202980 COMMERCIAL GENERAL LIABILITY CG 20 10 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR ' CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE ' Name Of Additional Insured Person(s) Or Organization(s): City of Yakima, their agent,employees, elected & appointed Officials Location(s) Of Covered Operations Trolly Barn — Yakima Wa Information required to complete this Schedule, if not shown above, will be shown in the Declarations. ' A. Section II — Who Is An Insured is amended to in the performance of your ongoing operations for include as an additional insured the person(s) or the additional insured(s) at the location(s) desig- organization(s) shown in the Schedule, but only nated above. ' with respect to liability for "bodily injury", "property B. With respect to the insurance afforded to these damage" or "personal and advertising injury" additional insureds, the following additional exclu- caused, in whole or in part, by: sions apply: PP Y: ' 1. Your acts or omissions; or 2. The acts or omissions of those acting on your This insurance does not apply to "bodily injury" or "property damage" occurring after: behalf; CG 20 10 07 04 Page 1 of 2 1 1. All work, including materials, pars or equip- 2. That portion of "your work" out of which the ment furnished in connection with such work, injury or damage arises has been put to Its in- on the project (other than service maintenanoe tended use by any person or organization or repairs) to be performed by or on behalf of other than another contractor or subcontractor the additional insured(s) at the location of the engaged in performing operations for a pnnci- covered operations has been completed; or pal as a part of the same project. All terms and conditions of this policy apply unless modified by this endorsement. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Page 2 of 2 ISO Properties. Inc.. 2004 CG 20 10 07 04 1 1 1 ' 1. All Work inciudinc mate "lads, bars or equip- 2. i al port o : "your . orK out of which the l ni furnished in connection with such `.:'Or: injury or carnage. arises i!as beef put to its in- .on the Oro ct (other than service i oini . anoe tended use by any person or organization or repairs) to be performed by or on behalf of other than another contractor or subcontraoior th add ition al In S Ure d(S) at Life Ioca Oi the e paged in be for mi operations Or c ! ci covered operations 12S been completed; Or pal ,as 2 ;pent of the same project. All terms and conditions of this policy apply unless modified by this endorsement. • 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Page 2 of 2 ISO Propernes. inc.. 2004 CG 20 10 07 04 1 1 MINIMUM WAGE AFFIDAVIT 1 STATE OF WASHINGTON) ss COUNTY OF YAKIMA ) ' I, the undersigned, having been duly sworn, depose, say and certify that in connection with the performance of the work, payment for which this voucher is submitted, I have paid the following rate per hour to each classification of laborers, workmen, or mechanics, as indicated upon the ' attached list, now referred to and by such reference incorporated in and made an integral part hereof, for all such employed in the performance of such work; and no laborer, workman or mechanic so employed upon such work has been paid less than the prevailing rate of wage or ' less than the minimum rate of wages as specified in the principal contract; that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. 1 ' Contractor Subscribed and sworn to before me on this day of , 200 1 Notary Public in and for the State of Washington residing at 1 1 1 1 1 1 1 251 1 PREVAILING WAGE RATES 1 The prevailing rate of wages to be paid to all workmen, laborers, or mechanics employed in the performance of any part of this contract shall be in accordance with the provisions of Chapter 39.12 RCW, as amended. The rules and regulations of the Department of Labor and Industries ' are by reference made a part of this contract as though fully set forth herein. The current schedule of prevailing wage rates for the locality or localities where this contract will be performed, as determined by the Industrial Statistician of the Department of Labor and Industries, ' are included in these contract documents. Inasmuch as the contractor will be held responsible for paying the prevailing wages, it is imperative that all contractors familiarize themselves with the current wage rates, as determined ' by the Industrial Statistician of the Department of Labor and Industries, before submitting bids based on these specifications. In case any dispute arises as to what are the prevailing rates of wages for work of a similar nature and such dispute cannot be adjusted by the parties in interest, including labor and management representatives, the matter shall be referred for arbitration to the Director of the Department of Labor and Industries of the State and his decision therein shall be final and conclusive and biding on all parties involved in the dispute as provided for by RCW 39.12.060 as amended. Current prevailing wage rules and data can be furnished by the Industrial Statistician upon request. You may submit your request to: Department of Labor and Industries ' ESAC Division PO Box 44540 Olympia, Washington 98504 -4540 1 Telephone: 360- 902 -5335 1 1 1 1 1 1 1 1 253 1 II General Decision Number: WA080001 02/05/2010 WA1 Superseded General Decision Number: WA20070001 1 State: Washington Construction Type: Highway Counties: Washington Statewide. 1 HIGHWAY (Excludes D.O.E. Hanford Site in Benton and Franklin Counties) 1 Modification Publication Date Modification Number Publication Number Date 0 02/08/2008 23 02/27/2009 1 02/15/2008 24 03/06/2009 1 2 02/22/2008 25 03/20/2009 3 04/04/2008 26 06/05/2009 4 04/25/2008 27 06/12/2009 I 5 05/09/2008 28 06/26/2009 6 06/06/2008 29 07/03/2009 7 06/13/2008 30 07/17/2009 8 06/20/2008 31 07/24/2009 I 9 06/27/2008 32 09/25/2009 10 07/11/2008 33 10/02/2009 11 07/25/2008 34 10/23/2009 1 12 08/01/2008 35 11/13/2009 13 08/08/2008 36 11/20/2009 14 08/29/2008 37 12/25/2009 15 09/05/2008 38 01/01/2010 I 16 09/19/2008 39 02/05/2010 17 10/03/2008 18 10/24/2008 1 19 10/31/2008 20 11/21/2008 21 01/02/2009 22 02/06/2009 1 CARP0001 -008 09/01/2009 1 Rates Fringes Carpenters: COLUMBIA RIVER AREA - ADAMS, BENTON, COLUMBIA, 1 DOUGLAS (EAST OF THE 120TH MERIDIAN), FERRY, FRANKLIN, GRANT, OKANOGAN (EAST OF THE 120TH 1 MERIDIAN) AND WALLA WALLA COUNTIES GROUP 1• $ 27.73 10.56 1 GROUP 2 $ 29.73 10.56 GROUP 3- $ 28.00 10.56 GROUP 4• $ 27.73 10.56 GROUP 5• $ 63.50 10.56 1 GROUP 6 $ 30.75 10.56 GROUP 7 $ 31.75 10.56 GROUP 8 $ 28.00 10.56 II GROUP 9 $ 33.75 10.56 WA080001 Modification 39 1 1 P a g e II Federal Highway Wage Determinations 1 SPOKANE AREA: ASOTIN, GARFIELD, LINCOLN, PEND OREILLE, SPOKANE, STEVENS AND WHITMAN COUNTIES GROUP 1• $ 26.06 10.56 GROUP 2• $ 28.06 10.56 GROUP 3• $ 26.32 10.56 GROUP 4• $ 26.06 10.56 GROUP 5• $ 60.14 10.56 GROUP 6• $ 29.07 10.56 GROUP 7 $ 30.07 10.56 GROUP 8 $ 27.32 10.56 GROUP 9 $ 33.07 10.56 CARPENTER & DIVER CLASSIFICATIONS: 1 GROUP 1: Carpenter GROUP 2: Millwright, machine erector GROUP 3: Piledriver - includes driving, pulling, cutting, placing collars, setting, welding, or creosote treated material, on all piling GROUP 4: Bridge carpenters 1 GROUP 5: Diver Wet GROUP 6: Diver Tender, Manifold Operator, ROV Operator 1 GROUP 7: Diver Standby, Bell /Vehicle or Submersible operator Not Under Pressure GROUP 8: Assistant Tender, ROV Tender /Technician GROUP 9: Manifold Operator -Mixed Gas ZONE PAY: ZONE 1 0 -40 MILES FREE ZONE 2 41 -65 MILES $2.25 /PER HOUR ZONE 3 66 -100 MILES $3.25 /PER HOUR ZONE 4 OVER 100 MILES $4.75 /PER HOUR DISPATCH POINTS: CARPENTERS /MILLWRIGHTS: PASCO (515 N Neel Street) or Main Post Office of established residence of employee (Whichever is closest to the worksite). CARPENTERS /PILEDRIVER: SPOKANE (127 E. AUGUSTA AVE.) or Main Post Office of established residence of employee (Whichever is closest to the worksite). CARPENTERS: WENATCHEE (27 N. CHELAN) or Main Post Office of established residence of employee (Whichever is closest to the worksite). 1 WA080001 Modification 39 2 1 P age Federal Highway Wage Determinations 1 1 ' CARPENTERS: COEUR D' ALENE (1839 N. GOVERNMENT WAY) or Main Post Office of established residence of employee (Whichever is closest to the worksite). ' CARPENTERS: MOSCOW (302 N. JACKSON) or Main Post Office of established residence of employee (Whichever is closest to the worksite). ' DEPTH PAY FOR DIVERS BELOW WATER SURFACE: 50 -100 feet $2.00 per foot 101 -150 feet $3.00 per foot ' 151 -220 feet $4.00 per foot 221 feet and deeper $5.00 per foot PREMIUM PAY FOR DIVING IN ENCLOSURES WITH NO VERTICAL ASCENT: ' 0 -25 feet Free 26 -300 feet $1.00 per Foot ' SATURATION DIVING: The standby rate applies until saturation starts. The saturation diving rate applies when divers are under pressure continuously until work task and decompression are ' complete. the diver rate shall be paid for all saturation hours. ' WORK IN COMBINATION OF CLASSIFICATIONS: Employees working in any combination of classifications within the diving crew (except dive supervisor) in a shift are paid in the classification with the highest rate for that shift. HAZMAT PROJECTS: Anyone working on a HAZMAT job (task), where HAZMAT certification is required, shall be compensated at a premium, in addition to the classification working in as ' follows: LEVEL D + $.25 per hour - This is the lowest level of protection. No respirator is used and skin protection is minimal. LEVEL C + $.50 per hour - This level uses an air purifying ' respirator or additional protective clothing. LEVEL B + $.75 per hour - Uses same respirator protection as Level A. Supplied air line is provided in conjunction with 1 a chemical "splash suit ". LEVEL A +$1.00 per hour - This level utilizes a fully encapsulated suit with a self - contained breathing apparatus or a supplied air line. 1 1 WA080001 Modification 39 3 1 Page Federal Highway Wage Determinations 1 CARP0003 -006 06/01/2007 1 SOUTHWEST WASHINGTON: CLARK, COWLITZ, KLICKITAT, LEWIS(Piledriver only), PACIFIC (South of a straight line made by extending the north boundary line of Wahkiakum County west to Willapa Bay to the Pacific Ocean), SKAMANIA AND WAHKIAKUM COUNTIES and INCLUDES THE ENTIRE PENINSULA WEST OF WILLAPA BAY SEE ZONE DESCRIPTION FOR CITIES BASE POINTS ZONE 1: Rates Fringes Carpenters: CARPENTERS $ 27.56 13.30 DIVERS TENDERS $ 30.28 13.30 DIVERS $ 68.84 13.30 DRYWALL $ 27.56 13.30 MILLWRIGHTS $ 28.04 13.30 PILEDRIVERS $ 28.04 13.30 DEPTH PAY: 50 TO 100 FEET $1.00 PER FOOT OVER 50 FEET 101 TO 150 FEET $1.50 PER FOOT OVER 101 FEET 151 TO 200 FEET $2.00 PER FOOT OVER 151 FEET Zone Differential (Add up Zone 1 rates): Zone 2 - $0.85 Zone 3 - 1.25 Zone 4 - 1.70 Zone 5 - 2.00 11 Zone 6 - 3.00 1 1 1 1 1 1 1 WA080001 Modification 39 4 1 P a g e Federal Highway Wage Determinations ' BASEPOINTS: ASTORIA, LONGVIEW, PORTLAND, THE DALLES, AND VANCOUVER, (NOTE: All dispatches for Washington State Counties: Cowlitz, Wahkiakum and Pacific shall be from Longview Local #1707 and mileage shall be computed from that point.) ZONE 1: Projects located within 30 miles of the respective ' city hall of the above mentioned cities ZONE 2: Projects located more than 30 miles and less than 40 miles of the respective city of the above mentioned cities ZONE 3: Projects located more than 40 miles and less than 50 miles of the respective city of the above mentioned cities ZONE 4: Projects located more than 50 miles and less than 60 miles of the respective city of the above mentioned cities. ZONE 5: Projects located more than 60 miles and less than 70 ' miles of the respective city of the above mentioned cities ZONE 6: Projects located more than 70 miles of the respected city of the above mentioned cities CARP0770 -003 06/01/2009 Rates Fringes ' Carpenters: CENTRAL WASHINGTON: ' CHELAN, DOUGLAS (WEST OF THE 120TH MERIDIAN), KITTITAS, OKANOGAN (WEST OF THE 120TH MERIDIAN) AND YAKIMA COUNTIES CARPENTERS ON CREOSOTE MATERIAL $ 25.25 11.97 CARPENTERS $ 35.39 11.97 DIVERS TENDER $ 39.15 13.08 DIVERS $ 87.20 13.08 MILLWRIGHT AND MACHINE ERECTORS $ 36.39 11.97 PILEDRIVER, DRIVING, PULLING, CUTTING, PLACING COLLARS, SETTING, WELDING OR CRESOTE TREATED MATERIAL, ALL PILING $ 35.59 11.97 1 1 WA080001 Modification 39 5 1 P a g e Federal Highway Wage Determinations 1 (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - ALL CLASSIFICATIONS EXCEPT MILLWRIGHTS AND PILEDRIVERS Hourly Zone Pay shall be paid on jobs located outside of the free zone computed from the city center of the following listed cities: Seattle Olympia Bellingham Auburn Bremerton Anacortes Renton Shelton Yakima Aberdeen- Hoquiam Tacoma Wenatchee Ellensburg Everett Port Angeles Centralia Mount Vernon Sunnyside Chelan Pt. Townsend Zone Pay: 0 -25 radius miles Free 26 -35 radius miles $1.00 /hour 36 -45 radius miles $1.15 /hour 46 -55 radius miles $1.35 /hour Over 55 radius miles $1.55 /hour (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - MILLWRIGHT AND PILEDRIVER ONLY) Hourly Zone Pay shall be computed from Seattle Union Hall, Tacoma City center, and Everett City center Zone Pay: 0 -25 radius miles Free 26 -45 radius miles $ .70 /hour Over 45 radius miles $1.50 /hour 1 1 1 1 ;1 WA080001 Modification 39 6 1 P a g e Federal Highway Wage Determinations 1 II 1 CARP0770 -006 06/01/2009 Rates Fringes I Carpenters: WESTERN WASHINGTON: CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, II KITSAP, LEWIS (excludes piledrivers only), MASON, PACIFIC (North of a II straight line made by extending the north boundary line of Wahkiakum County west to the Pacific II Ocean), PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM l COUNTIES BRIDGE CARPENTERS $ 35.39 13.08 CARPENTERS ON CREOSOTE MATERIAL $ 35.49 13.08 II CARPENTERS $ 35.39 13.08 DIVERS TENDER $ 39.15 13.08 DIVERS $ 87.20 13.08 II MILLWRIGHT AND MACHINE ERECTORS $ 36.39 13.08 PILEDRIVER, DRIVING, PULLING, CUTTING, PLACING 11 COLLARS, SETTING, WELDING OR CRESOTE TREATED MATERIAL, ALL PILING $ 35.59 13.08 II (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - ALL CLASSIFICATIONS EXCEPT MILLWRIGHTS AND PILEDRIVERS I Hourly Zone Pay shall be paid on jobs located outside of the free zone computed from the city center of the following listed cities: II Seattle Olympia Bellingham Auburn Bremerton Anacortes Renton Shelton Yakima 11 Aberdeen - Hoquiam Tacoma Wenatchee Ellensburg Everett Port Angeles Centralia Mount Vernon Sunnyside Chelan Pt. Townsend II II 11 II WA080001 Modification 39 7 1 Page I Federal Highway Wage Determinations 1 Zone Pay: 0 -25 radius miles Free 26 -35 radius miles $1.00 /hour 36 -45 radius miles $1.15 /hour 46 -55 radius miles $1.35 /hour Over 55 radius miles $1.55 /hour (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - MILLWRIGHT AND PILEDRIVER ONLY) Hourly Zone Pay shall be computed from Seattle Union Hall, Tacoma City center, and Everett City center Zone Pay: 0 -25 radius miles Free 26 -45 radius miles $ .70 /hour Over 45 radius miles $1.50 /hour ELEC0046 -001 06/01/2009 ' CALLAM, JEFFERSON, KING AND KITSAP COUNTIES Rates Fringes 1 CABLE SPLICER $ 44.89 3% +15.71 ELECTRICIAN $ 40.81 3% +15.71 1 * ELEC0048 -003 01/01/2010 CLARK, KLICKITAT AND SKAMANIA COUNTIES 1 Rates Fringes CABLE SPLICER $ 39.66 $16.58 ELECTRICIAN $ 36.05 $16.58 HOURLY ZONE PAY: 1 Hourly Zone Pay shall be paid on jobs located outside of the free zone computed from the city center of the following listed cities: Portland, The Dalles, Hood River, Tillamook, Seaside and Astoria Zone Pay: Zone 1: 31 -50 miles $1.50 /hour Zone 2: 51 -70 miles $3.50 /hour Zone 3: 71 -90 miles $5.50 /hour Zone 4: Beyond 90 miles $9.00 /hour *These are not miles driven. Zones are based on Delorrne Street Atlas USA 2006 plus. WA080001 Modification 39 8 1 P a g e Federal Highway Wage Determinations ' ' ELEC0073 -001 07/01/2009 ADAMS, FERRY, LINCOLN, PEND OREILLE, SPOKANE, STEVENS, WHITMAN COUNTIES 1 Rates Fringes CABLE SPLICER $ 28.62 3% +12.98 ELECTRICIAN $ 28.22 3% +12.98 ELE00076 -002 02/28/2009 GRAYS HARBOR, LEWIS MASON, PACIFIC PIERCE AND THURSTON COUNTIES Rates Fringes CABLE SPLICER $ 38.57 3% +14.75 ELECTRICIAN $ 34.75 3% +14.75 ELEC0112 -005 07/01/2009 ASOTIN, BENTON, COLUMBIA, FRANKLIN, GARFIELD, KITTITAS, WALLA WALLA, YAKIMA COUNTIES Rates Fringes ' CABLE SPLICER $ 36.70 3% +13.73 ELECTRICIAN $ 34.95 3% +13.73 ELEC0191 -003 03/01/2008 ISLAND, SAN JUAN, SNOHOMISH, SKAGIT AND WHATCOM COUNTIES Rates Fringes CABLE SPLICER $ 36.86 3% +12.98 ELECTRICIAN $ 33.51 3% +12.98 1 1 1 1 WA080001 Modification 39 9 1 Page Federal Highway Wage Determinations ELEC0191 -004 03/01/2008 , CHELAN, DOUGLAS, GRANT AND OKANOGAN COUNTIES Rates Fringes 1 CABLE SPLICER $ 32.46 3% +12.81 ELECTRICIAN $ 29.51 3% +12.81 1 ELEC0970 -001 01/01/2009 COWLITZ AND WAHKIAKUM COUNTY Rates Fringes CABLE SPLICER $ 34.68 3% +9.59 ' ELECTRICIAN $ 31.53 3% +9.59 ENGI0302 -003 06/01/2009 1 CHELAN (WEST OF THE 120TH MERIDIAN), CLALLAM, DOUGLAS (WEST OF THE 120TH MERIDIAN), GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, KITTITAS, MASON, OKANOGAN (WEST OF THE 120TH MERIDIAN), SAN JUNA, SKAGIT, SNOHOMISH, WHATCOM AND YAKIMA (WEST OF THE 120TH MERIDIAN) COUNTIES PROJECTS: CATEGORY A PROJECTS (EXCLUDES CATEGORY B PROJECTS, AS 1 SHOWN BELOW) Zone 1 (0 -25 radius miles): Rates Fringes ' Power equipment operators: Group lA $ 35.79 15.15 Group IAA $ 36.36 15.15 Group lAAA $ 36.92 15.15 Group 1 $ 35.24 15.15 Group 2 $ 34.75 15.15 Group 3 $ 34.33 15.15 Group 4 $ 31.97 15.15 Zone Differential (Add to Zone 1 rates): Zone 2 (26 -45 radius miles) - $1.00 Zone 3 (Over 45 radius miles) - $1.30 BASEPOINTS: Aberdeen, Bellingham, Bremerton, Everett, Kent, Mount Vernon, Port Angeles, Port Townsend, Seattle, Shelton, Wenatchee, Yakima POWER EQUIPMENT OPERATORS CLASSIFICATIONS , GROUP lAAA - Cranes -over 300 tons, or 300 ft of boom (including jib with attachments) ' 1 WA080001 Modification 39 10 1 Page Federal Highway Wage Determinations 1 GROUP IAA - Cranes 200 to 300 tons, or 250 ft of boom (including jib with attachments); Tower crane over 175 ft in height, base to boom ' GROUP lA - Cranes, 100 tons thru 199 tons, or 150 ft of boom (including jib with attachments); Crane - overhead, bridge type, 100 tons and over; Tower crane up to 175 ft in height t base to boom; Loaders - overhead, 8 yards and over; Shovels, excavator, backhoes -6 yards and over with attachments GROUP 1 - Cableway; Cranes 45 tons thru 99 tons, under 150 ft of boom (including jib with attachments); Crane - overhead, bridge type, 45 tons thru 99 tons; Derricks on building work; Excavator, shovel, backhoes over 3 yards and under 6 yards; Hard tail end dump articulating off -road equipment 45 yards and over; Loader- overhead 6 yards to, but not including 8 yards; Mucking machine, mole, tunnel, drill and /or shield; Quad 9, HD 41, D -10; Remote control operator ' on rubber tired earth moving equipment; Rollagon; Scrapers -self propelled 45 yards and over; Slipform pavers; Transporters, all truck or track type GROUP 2 - Barrier machine (zipper); Batch Plant Operaor- Concrete; Bump Cutter; Cranes, 20 tons thru 44 tons with attachments; Crane - overhead, bridge type -20 tons through 44 ' tons; Chipper; Concrete Pump -truck mount with boom attachment; Crusher; Deck Engineer /Deck Winches (power); Drilling machine; Excavator, shovel, backhoe- 3yards and under; Finishing Machine, Bidwell, Gamaco and similar I equipment; Guardrail punch; Horizontal /directional drill operator; Loaders - overhead under 6 yards; Loaders -plant feed; Locomotives -all; Mechanics -all; Mixers- asphalt plant; Motor patrol graders- finishing; Piledriver (other than crane mount); Roto - mill,roto- grinder; Screedman, spreader, topside operator -Blaw Knox, Cedar Rapids, Jaeger, Caterpillar, Barbar Green; Scraper -self propelled, hard tail end dump, articulating off -road equipment -under 45 yards; Subgrade trimmer; Tractors, backhoes -over 75 hp; Transfer material service machine - shuttle buggy, blaw knox - roadtec; Truck crane oiler /driver -100 tons and over; Truck Mount portable conveyor; Yo Yo Pay dozer GROUP 3 - Conveyors; Cranes -thru 19 tons with attachments; A -frame crane over 10 tons; Drill oilers -auger type, truck or crane mount; Dozers -D -9 and under; Forklift -3000 lbs. and over with attachments; Horizontal /directional drill locator; Outside hoists - (elevators and manlifts), air ' tuggers, strato tower bucket elevators; Hydralifts /boom trucks over 10 tons; Loader - elevating type, belt; Motor patrol grader - nonfinishing; Plant oiler- asphalt, crusher; I Pumps- concrete; Roller, plant mix or multi -lift materials; Saws - concrete; Scrpers- concrete and carry -all; Service engineer- equipment; Trenching machines; Truck Crane Oiler /Driver under 100 tons; Tractors, backhoe 75 hp and 11 Under 1 WA080001 Modification 39 11 1 P a g e Federal Highway Wage Determinations 1 GROUP 4 - Assistant Engineer; Bobcat; Brooms; Compressor; Concrete finish mahine -laser screed; Cranes -A frame -10 tons and under; Elevator and Manlift- permanent or shaft type; Gradechecker, Stakehop; Forklifts under 3000 lbs. with attachments; Hydralifts /boom trucks, 10 tons and under; Oil distributors, blower distribution and mulch seeding operator; Pavement breaker; Posthole digger, mechanical; Power plant; Pumps, water; Rigger and Bellman; Roller -other than plant mix; Wheel Tractors, farmall type; Shotcrete /gunite equipment operator Category B Projects: 95% of the basic hourly reate for each group plus full fringe benefits applicable to category A projects shall apply to the following projects. A Reduced rates may be paid on the following: 1. Projects involving work on structures such as buildings and bridges whose total value is less than $1.5 million 11 excluding mechanical, electrical, and utility portions of the contract. 2. Projects of less than $1 million where no building is involved. Surfacing and paving included, but utilities excluded. 3. Marine projects (docks, wharfs, etc.) less than $150,000. HANDLING OF HAZARDOUS WASTE MATERIALS: Personnel in all craft classifications subject to working inside a federally designated hazardous perimeter shall be elgible for compensation in accordance with the following group schedule relative to the level of hazardous waste as outlined in the specific hazardous waste project site safety plan. 11 H -1 Base wage rate when on a hazardous waste site when not outfitted with protective clothing H -2 Class "C" Suit - Base wage rate plus $ .25 per hour. H -3 Class "B" Suit - Base wage rate plus $ .50 per hour. 1 H -4 Class "A" Suit - Base wage rate plus $ .75 per hour. 1 1 1 WA080001 Modification 39 12 1 Page Federal Highway Wage Determinations 1 ' ENGI0370 -002 06/01/2009 ADAMS, ASOTIN, BENTON, CHELAN (EAST OF THE 120TH MERIDIAN), ' COLUMBIA, DOUGLAS (EAST OF THE 120TH MERIDIAN), FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN (EAST OF THE 120TH MERIDIAN), PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN ' AND YAKIMA (EAST OF THE 120TH MERIDIAN) COUNTIES ZONE 1: Rates Fringes Power equipment operators: GROUP lA $ 23.21 11.05 GROUP 1 $ 23.76 11.05 GROUP 2 $ 24.08 11.05 GROUP 3 $ 24.69 11.05 GROUP 4 $ 24.85 11.05 GROUP 5 $ 25.01 11.05 GROUP 6 $ 25.29 11.05 GROUP 7 $ 25.56 11.05 GROUP 8 $ 26.66 11.05 ZONE DIFFERENTIAL (Add to Zone 1 rate): Zone 2 - $2.00 Zone 1: Within 45 mile radius of Spokane, Pasco, Washington; Lewiston, Idaho Zone 2: Outside 45 mile radius of Spokane, Pasco, Washington; Lewiston, Idaho POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1A: Boat Operator; Crush Feeder; Oiler; Steam Cleaner GROUP 1: Bit Grinders; Bolt Threading Machine; Compressors (under 2000 CFM, gas, diesel, or electric power); Deck Hand; Drillers Helper (Assist driller in making drill rod connections, service drill engine and air compressor, repair drill rig and drill tools, drive drill support truck to and on the job site, remove drill cuttings from around bore hole and inspect drill rig while in operation); Fireman & Heater Tender; Hydro- seeder, Mulcher, Nozzleman; Oiler Driver, & Cable Tender, Mucking Machine; Pumpman; ' Rollers, all types on subgrade, including seal and chip coatings (farm type, Case, John Deere & similar, or Compacting Vibrator), except when pulled by Dozer with operable blade; Welding Machine; Crane Oiler- Driver (CLD required) & Cable Tender, Mucking Machine 1 WA080001 Modification 39 13 1 Page Federal Highway Wage Determinations GROUP 2: A -frame Truck (single drum); Assistant Refrigeration Plant (under 1000 ton); Assistant Plant Operator, Fireman or Pugmixer (asphalt); Bagley or Stationary Scraper; Belt Finishing Machine; Blower Operator (cement); Cement Hog; Compressor (2000 CFM or over, 2 or more, gas diesel or electric power); Concrete Saw (multiple cut); Distributor Leverman; Ditch Witch or similar; Elevator Hoisting Materials; Dope Pots (power agitated); Fork Lift or Lumber Stacker, hydra -lift & similar; Gin Trucks (pipeline); Hoist, single drum; Loaders (bucket elevators and conveyors); Longitudinal Float; Mixer (portable- concrete); Pavement Breaker, Hydra -Hammer & similar; Power Broom; Railroad Ballast Regulation Operator (self - propelled); Railroad Power Tamper Operator (self - propelled); Railroad Tamper Jack Operator (self - propelled; Spray Curing Machine (concrete); Spreader Box (self - propelled); Straddle Buggy (Ross & similar on construction job only); Tractor (Farm type R/T with attachment, except Backhoe); Tugger Operator GROUP 3: A -frame Truck (2 or more drums); Assistant 11 Refrigeration Plant & Chiller Operator (over 1000 ton); Backfillers (Cleveland & similar); Batch Plant & Wet Mix Operator, single unit (concrete); Belt -Crete Conveyors with power pack or similar; Belt Loader (Kocal or similar); Bending Machine; Bob Cat (Skid Steer); Boring Machine (earth); Boring Machine (rock under 8 inch bit) (Quarry Master, Joy or similar); Bump Cutter (Wayne, Saginau or similar); Canal Lining Machine (concrete); Chipper (without crane); Cleaning & Doping Machine (pipeline); Deck Engineer; Elevating Belt -type Loader (Euclid, Barber Green & similar); Elevating Grader -type Loader (Dumor, Adams or similar); Generator Plant Engineers (diesel or electric); Gunnite Combination Mixer & Compressor; Locomotive Engineer; Mixermobile; Mucking Machine; Posthole Auger or Punch; Pump (grout or jet); Soil Stabilizer (P & H or similar); Spreader Machine; Dozer /Tractor (up to D -6 or equivalent) and Traxcavator; Traverse Finish Machine; Turnhead Operator GROUP 4: Concrete Pumps (squeeze - crete, flow - crete, pump- 11 crete, Whitman & similar); Curb Extruder (asphalt or concrete); Drills (churn, core, calyx or diamond); Equipment Serviceman; Greaser & Oiler; Hoist (2 or more drums or Tower Hoist); Loaders (overhead & front -end, under 4 yds. R /T); Refrigeration Plant Engineer (under 1000 ton); Rubber -tired Skidders (R /T with or without attachments); Surface Heater & Plant Machine; Trenching Machines (under 7 ft. depth capacity); Turnhead (with re- screening); Vacuum Drill (reverse circulation drill under 8 inch bit) 1 1 WA080001 Modification 39 14 1 Page Federal Highway Wage Determinations 11 ' GROUP 5: Backhoe (under 45,000 gw); Backhoe & Hoe Ram (under 3/4 yd.); Carrydeck & Boom Truck (under 25 tons); Cranes (25 tons & under), all attachments including clamshell, dragline; Derricks & Stifflegs (under 65 tons); Drilling ' Equipment(8 inch bit & over) (Robbins, reverse circulation & similar); Hoe Ram; Piledriving Engineers; Paving (dual drum); Railroad Track Liner Operaotr (self - propelled); Refrigeration Plant Engineer (1000 tons & over); Signalman (Whirleys, Highline Hammerheads or similar); Grade Checker GROUP 6: Asphalt Plant Operator; Automatic Subgrader (Ditches ' & Trimmers)(Autograde, ABC, R.A. Hansen & similar on grade wire); Backhoe (45,000 gw and over to 110,000 gw); Backhoes & Hoe Ram (3/4 yd. to 3 yd.); Batch Plant (over 4 units); Batch & Wet Mix Operator (multiple units, 2 & incl. 4); 1 Blade Operator (motor patrol & attachments); Cable Controller (dispatcher); Compactor (self - propelled with blade); Concrete Pump Boom Truck; Concrete Slip Form Paver; ' Cranes (over 25 tons, to and including 45 tons), all attachments including clamshell, dragline; Crusher, Grizzle & Screening Plant Operator; Dozer, 834 R/T & similar; Drill Doctor; Loader Operator (front -end & overhead, 4 yds. incl. ' 8 yds.); Multiple Dozer Units with single blade; Paving Machine (asphalt and concrete); Quad -Track or similar equipment; Rollerman (finishing asphalt pavement); Roto 11 Mill (pavement grinder); Scrapers, all, rubber - tired; Screed Operator; Shovel(under 3 yds.); Trenching Machines (7 ft. depth & over); Tug Boat Operator Vactor guzzler, super sucker; Lime Batch Tank Operator ( Recycle Train); Lime Brain Operator (Recycle Train); Mobile Crusher Operator (Recycle Train) I GROUP 7: Backhoe (over 110,000 gw); Backhoes & Hoe Ram (3 yds & over); Blade (finish & bluetop) Automatic, CMI, ABC, Finish Athey & Huber & similar when used as automatic; Cableway Operators; Concrete Cleaning /Decontamination ' machine operator; Cranes (over 45 tons to but not including 85 tons), all attachments including clamshell and dragine; Derricks & Stiffleys (65 tons & over); Elevating Belt (Holland type); Heavy equipment robotics operator; Loader (360 degrees revolving Koehring Scooper or similar); Loaders (overhead & front -end, over 8 yds. to 10 yds.); Rubber -tired Scrapers (multiple engine with three or more scrapers); Shovels (3 yds. & over); Whirleys & Hammerheads, ALL; H.D. Mechanic; H.D. Welder; Hydraulic Platform Trailers (Goldhofer, Shaurerly andSimilar); Ultra High Pressure Wateriet Cutting Tool System Operator (30,000 psi); Vacuum Blasting Machine Operator GROUP 8: Cranes (85 tons and over, and all climbing, overhead,rail and tower), all attachments including clamshell, dragline; Loaders (overhead and front -end, 10 yards and over); Helicopter Pilot 11 1 WA080001 Modification 39 15 1 Page Federal Highway Wage Determinations BOOM PAY: (All Cranes, Including Tower) 180 ft to 250 ft $ .50 over scale Over 250 ft $ .80 over scale NOTE: In computing the length of the boom on Tower Cranes, they shall be measured from the base of the Tower to the point of the boom. HAZMAT: Anyone working on HAZMAT jobs, working with supplied air shall receive $1.00 an hour above classification. ' r 1 1 1 11 i 1 1 I/ 1 WA080001 Modification 39 16 1 Page Federal Highway Wage Determinations r ENGI0612 -006 06/01/2009 LEWIS,PIERCE, PACIFIC (portion lying north of a parallel line extending west from the northern boundary of Wahkaikum County to the sea) AND THURSTON COUNTIES ON PROJECTS DESCRIBED IN FOOTNOTE A BELOW, THE RATE FOR EACH GROUP SHALL BE 90% OF THE BASE RATE PLUS FULL FRINGE BENEFITS. ON ALL OTHER WORK, THE FOLLOWING RATES APPLY. Zone 1 (0 -25 radius miles): Rates Fringes ' Power equipment operators: GROUP 1A $ 35.79 15.15 GROUP IAA $ 36.36 15.15 ' GROUP lAAA $ 36.92 15.15 GROUP 1 $ 35.24 15.15 GROUP 2 $ 34.75 15.15 GROUP 3 $ 34.33 15.15 1 GROUP 4 $ 31.97 15.15 Zone Differential (Add to Zone 1 rates): Zone 2 (26 -45 radius miles) = $ .70 Zone 3 (Over 45 radius miles) - $1.00 BASEPOINTS: CENTRALIA, OLYMPIA, TACOMA 1 POWER EQUIPMENT OPERATORS CLASSIFICATIONS ' GROUP 1 AAA - Cranes -over 300 tons or 300 ft of boom (including jib with attachments) GROUP IAA - Cranes- 200 tonsto 300 tons, or 250 ft of boom ' (including jib with attachments; Tower crane over 175 ft in height, bas to boom 1 1 1 1 WA080001 Modification 39 17 1 P a g e Federal Highway Wage Determinations 11 GROUP lA - Cranes, 100 tons thru 199 tons, or 150 ft of boom (including jib with attachments); Crane - overhead, bridge type, 100 tons and over; Tower crane up to 175 ft in height base to boom; Loaders - overhead, 8 yards and over; Shovels, excavator, backhoes -6 yards and over with attachments GROUP 1 - Cableway; Cranes 45 tons thru 99 tons under 150 ft of boom (including jib with attachments); Crane - overhead, bridge type, 45 tons thru 99 tons; Derricks on building work; Excavator, shovel, backhoes over 3 yards and under 6 yards; Hard tail end dump articulating off -road equipment 45 yards and over; Loader- overhead, 6 yards to, but not including, 8 yards; Mucking machine, mole, tunnel, drill and /or shield; Quad 9 HD 41, D -10; Remote control operator on rubber tired earth moving equipment; Rollagon; Scrapers- self - propelled 45 yards and over; Slipform pavers; Transporters, all track or truck type GROUP 2 - Barrier machine (zipper); Batch Plant Operator- concrete; Bump Cutter; Cranes, 20 tons thru 44 tons with attachments; Crane - Overhead, bridge type, 20 tons through 44 tons; Chipper; Concrete pump -truck mount with boom attachment; Crusher; Deck engineer /deck winches (power); Drilling machine; Excavator, shovel, backhoe -3 yards and under; Finishing machine, Bidwell, Gamaco and similar equipment; Guardrail punch; Loaders, overhead under 6 yards; Loaders -plant feed; Locomotives -all; Mechanics- all; Mixers, asphalt plant; Motor patrol graders, finishing; Piledriver (other than crane mount); Roto -mill, roto- grinder; Screedman, spreader, topside operator -Blaw Knox, Cedar Rapids, Jaeger, Caterpillar, Barbar Green; Scraper -self- propelled, hard tail end dump, articulating off -road equipment- under 45 yards; Subgrader trimmer; Tractors, backhoe over 75 hp; Transfer material service machine - shuttle buggy, Blaw Knox- Roadtec; Truck Crane oiler /driver -100 tons and over; Truck Mount Portable Conveyor; Yo Yo pay GROUP 3 - Conveyors; Cranes through 19 tons with attachments; Crane -A -frame over 10 tons; Drill oilers -auger type, truck or crane mount; Dozer -D -9 and under; Forklift -3000 lbs. and over with attachments; Horizontal /directional drill locator; Outside Hoists - (elevators and manlifts), air tuggers, strato tower bucket elevators; Hydralifts /boom trucks over 10 tons; Loaders - elevating type, belt; Motor patrol grader - nonfinishing; Plant oiler- asphalt, crusher; Pump- Concrete; Roller, plant mix or multi -lfit materials; Saws - concrete; Scrapers, concrete and carry all; Service engineers- equipment; Trenching machines; Truck crane oiler /driver under 100 tons; Tractors, backhoe under 75 hp I/ 1 WA080001 Modification 39 18 1 Page Federal Highway Wage Determinations ' 1 GROUP 4 - Assistant Engineer; Bobcat; Brooms; Compressor; Concrete Finish Machine -laser screed; Cranes A -frame 10 tons and under; Elevator and manlift (permanent and shaft type); Forklifts -under 3000 lbs. with attachments; Gradechecker, stakehop; Hydralifts /boom trucks, 10 tons and under; Oil distributors, blower distribution and mulch seeding operator; Pavement breaker; Posthole digger- mechanical; Power plant; Pumps - water; Rigger and Bellman; Roller -other than plant mix; Wheel Tractors, farmall type; Shotcrete /gunite equipment operator ' FOOTNOTE A- Reduced rates may be paid on the following: 1. Projects involving work on structures such as buildings and bridges whose total value is less than $1.5 million excluding mechanical, electrical, and utility portions of ' the contract. 2. Projects of less than $1 million where no building is 11 involved. Surfacing and paving included, but utilities excluded. 3. Marine projects (docks, wharfs, etc.) less than $150,000. HANDLING OF HAZARDOUS WASTE MATERIALS: Personnel in all ' craft classifications subject to working inside a federally designated hazardous perimeter shall be elgible for compensation in accordance with the following group schedule relative to the level of hazardous waste as 11 outlined in the specific hazardous waste project site safety plan. H -1 Base wage rate when on a hazardous waste site when not 1 outfitted with protective clothing H -2 Class "C" Suit - Base wage rate plus $ .25 per hour. H -3 Class "B" Suit - Base wage rate plus $ .50 per hour. H -4 Class "A" Suit - Base wage rate plus $ .75 per hour. ENGI0701 -002 01/01/2010 CLARK, COWLITZ, KLICKKITAT, PACIFIC (SOUTH), SKAMANIA, AND WAHKIAKUM COUNTIES POWER RQUIPMENT OPERATORS: ZONE 1 1 Rates Fringes ' Power equipment operators: (See Footnote A) GROUP 1 $ 37.27 11.50 GROUP 1A $ 39.13 11.50 GROUP 1B $ 41.00 11.50 GROUP 2 $ 35.64 11.50 GROUP 3 $ 34.64 11.50 GROUP 4 $ 33.71 11.50 GROUP 5 $ 32.60 11.50 GROUP 6 $ 29.61 11.50 WA080001 Modification 39 19 1 Page Federal Highway Wage Determinations 1 Zone Differential (add to Zone 1 rates): Zone 2 - $3.00 Zone 3 - $6.00 For the following metropolitan counties: MULTNOMAH; CLACKAMAS; MARION; WASHINGTON; YAMHILL; AND COLUMBIA; CLARK; AND COWLITZ COUNTY, WASHINGTON WITH MODIFICATIONS AS INDICATED: 1 All jobs or projects located in Multnomah, Clackamas and Marion Counties, West of the western boundary of Mt. Hood National Forest and West of Mile Post 30 on Interstate 84 and West of Mile Post 30 on State Highway 26 and West of Mile Post 30 on Highway 22 and all jobs or projects located in Yamhill County, Washington County and Columbia County and all jobs or porjects located in Clark & Cowlitz County, Washington except that portion of Cowlitz County in the Mt. St. Helens "Blast Zone" shall receive Zone I pay for all classifications. 1 All jobs or projects located in the area outside the identified boundary above, but less than 50 miles from the Portland City Hall shall receive Zone II pay for all classifications. All jobs or projects located more than 50 miles from the Portland City Hall, but outside the identified border above, shall receive Zone III pay for all classifications. For the following cities: ALBANY; BEND; COOS BAY; EUGENE; GRANTS PASS; KLAMATH FALLS; MEDFORD; ROSEBURG All jobs or projects located within 30 miles of the respective city hall of the above mentioned cities shall receive Zone I pay for all classifications. All jobs or projects located more than 30 miles and less than 50 miles from the respective city hall of the above mentioned cities shall receive Zone II pay for all classifications. All jobs or projects located more than 50 miles from the respective city hall of the above mentioned cities shall receive Zone III pay for all classifications. POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1: CONCRETE: Batch Plant and /or Wet Mix Operator, three units or more; CRANE: Helicopter Operator, when used in erecting work; Whirley Operator, 90 ton and over; LATTICE BOOM CRANE: Operator 200 tons through 299 tons, and /or over 200 feet boom; HYDRAULIC CRANE: Hydraulic Crane Operator 90 tons through 199 tons with luffing or tower attachments; FLOATING EQUIPMENT: Floating Crane, 150 ton but less than 250 ton WA080001 Modification 39 20 1 Page Federal Highway Wage Determinations ' GROUP 1A: HYDRAULIC CRANE: Hydraulic Operator, 200 tons and over (with luffing or tower attachment); LATTICE BOOM CRANE: Operator, 200 tons through 299 tons, with over 200 feet boom; FLOATING EQUIPMENT: Floating Crane 250 ton and over GROUP 1B: LATTICE BOOM CRANE: Operator, 300 tons through 399 ' tons with over 200 feet boom; Operator 400 tons and over; FLOATING EQUIPMENT: Floating Crane 350 ton and over GROUP 2: ASPHALT: Asphalt Plant Operator (any type); Roto Mill, pavement profiler, operator, 6 foot lateral cut and over; BLADE: Auto Grader or "Trimmer" (Grade Checker required); Blade Operator, Robotic; BULLDOZERS: Bulldozer ' operator over 120,000 lbs and above; Bulldozer operator, twin engine; Bulldozer Operator,tandem, quadnine, D10, D11, and similar type; Bulldozere Robotic Equipment (any type; CONCRETE: Batch Plant and /or Wet Mix Operator, one and two drum; Automatic Concrete Slip Form Paver Operator; Concrete Canal Line Operator; Concrete Profiler, Diamond Head; CRANE: Cableway Operator, 25 tons and over; HYDRAULIC CRANE: Hydraulic crane operator 90 tons through 199 tons ' (without luffing or tower attachment); TOWER /WHIRLEY OPERATOR: Tower Crane Operator; Whirley Operator, under 90 tons; LATTICE BOOM CRANE: 90 through 199 tons and /or 150 to ' 200 feet boom; CRUSHER: Crusher Plant Operator; FLOATING EQUIPMENT: Floating Clamshell, etc.operator, 3 cu. yds. and over; Floating Crane (derrick barge) Operator, 30 tons but less than 150 tons; LOADERS: Loader operator, 120,000 lbs. and above; REMOTE CONTROL: Remote controlled earth - moving equipment; RUBBER -TIRED SCRAPERS: Rubber - tired scraper operator, with tandem scrapers, multi - engine; ' SHOVEL, DRAGLINE, CLAMSHELL, SKOOPER OPERATOR: Shovel, Dragline, Clamshell, operator 5 cu. yds and over; TRENCHING MACHINE: Wheel Excavator, under 750 cu. yds. per hour (Grade Oiler required); Canal Trimmer (Grade Oiler ' required); Wheel Excavator, over 750 cu. yds. per hour; Band Wagon (in conjunction with wheel excavator); UNDERWATER EQUIPMENT: Underwater Equipment Operator, remote or otherwise; HYDRAULIC HOES- EXCAVATOR: Excavator over 130,000 lbs.; HYDRAULIC CRANE: Hydraulic crane operator, 50 tons through 89 tons (with luffing or tower attachment); ' GROUP 3: BULLDOZERS: Bulldozer operator, over 70,000 lbs. up to and including 120,000 lbs.; HYDRAULIC CRANE: Hydraulic crane operator, 50 tons through 89 tons (without luffing or tower attachment); LATTICE BOOM CRANES: Lattice Boom ' Crane -50 through 89 tons (and less than 150 feet boom); FORKLIFT: Rock Hound Operator; HYDRAULIC HOES- EXCAVATOR: excavator over 80,000 lbs. through 130,000 lbs.; LOADERS: Loader operator 60,000 and less than 120,000; RUBBER -TIRED SCRAPERS: Scraper Operator, with tandem scrapers; Self - loading, paddle wheel, auger type, finish and /or 2 or more units; SHOVEL, DRAGLINE, CLAMSHELL,SKOOPER OPERATOR: I Shovel, Dragline, Clamshell operators 3 cu. yds. but less than 5 cu yds. WA080001 Modification 39 21 /Page Federal Highway Wage Determinations 1 GROUP 4: ASPHALT: Screed Operator; Asphalt Paver operator (screeman required); BLADE: Blade operator; Blade operator, finish; Blade operator, externally controlled by electronic, mechanical hydraulic means; Blade operator, multi - engine; BULLDOZERS: Bulldozer Operator over 20,000 lbs and more than 100 horse up to 70,000 lbs; Drill Cat Operator; Side -boom Operator; Cable -Plow Operator (any type); CLEARING: Log Skidders; Chippers; Incinerator; Stump Splitter (loader mounted or similar type); Stump Grinder (loader mounted or similar type; Tub Grinder; Land Clearing Machine (Track mounted forestry mowing & grinding machine); Hydro Axe (loader mounted or similar type); COMPACTORS SELF - PROPELLED: Compactor Operator, with blade; Compactor Operator, multi - engine; Compactor Operator, robotic; CONCRETE: Mixer Mobile Operator; Screed Operator; Concrete Cooling Machine Operator; Concrete Paving Road Mixer; Concrete Breaker; Reinforced Tank Banding Machine (K -17 or similar types); Laser Screed; CRANE: Chicago boom and similar types; Lift Slab Machine Operator; Boom type lifting device, 5 ton capacity or less; Hoist Operator, two (2) drum; Hoist Operator, three (3) or more drums; Derrick Operator, under 100 ton; Hoist Operator, stiff leg, guy derrick or similar type, 50 ton and over; Cableway Operator up to twenty (25) ton; Bridge Crane Operator, Locomotive, Gantry, Overhead; Cherry Picker or similar type crane; Carry Deck Operator; Hydraulic Crane Operator, under 50 tons; LATTICE BOOM CRANE OPERATOR: Lattice Boom Crane Operator, under 50 tons; CRUSHER: Generator Operator; Diesel - Electric Engineer; Grizzley Operator; Drill Doctor; Boring Machine Operator; Driller - Percussion, Diamond, Core, Cable, Rotary and similar type; Cat Drill (John Henry); Directional Drill Operator over 20,000 lbs pullback; FLOATING EQUIPMENT: Diesel - electric Engineer; Jack Operator, elevating barges, Barge Operator, self - unloading; Piledriver Operator (not crane type) (Deckhand required); Floating Ciamshelll, etc. Operator, under 3 cu. yds. (Fireman or Diesel - Electric Engineer required); Floating Crane (derrick barge) Operator, less than 30 tons; GENERATORS: Generator Operator; Diesel - electric Engineer; GUARDRAIL EQUIPMENT: Guardrail Punch Operator (all types); Guardrail Auger Operator (all types); Combination Guardrail machines, i.e., punch auger, etc.; HEATING PLANT: Surface Heater and Planer Operator; HYDRAULIC HOES EXCAVATOR: Robotic Hydraulic backhoe operator, track and wheel type up to and including 20,0000 lbs. with any or all attachments; Excavator Operator over 20,000 lbs through 80,000 lbs.; LOADERS: Belt Loaders, Kolman and Ko Cal types; Loaders Operator, front end and overhead, 25,000 lbs and less than 60,000 lbs; Elevating Grader Operator by Tractor operator, Sierra, Euclid or similar types; PILEDRIVERS: Hammer Operator; Piledriver Operator (not crane type); PIPELINE, SEWER WATER: Pipe Cleaning Machine Operator; Pipe Doping Machine Operator; Pipe Bending Machine Operator; Pipe Wrapping Machine Operator; Boring Machine Operator; Back 11 Filling Machine Operator; REMOTE CONTROL: Concrete Cleaning Decontamination Machine Operator; Ultra High Pressure Water Jet Cutting Tool System Operator /Mechanic; Vacuum Blasting WA080001 Modification 39 22 1 Page Federal Highway Wage Determinations 1 II Machine Operator /mechanic; REPAIRMEN, HEAVY DUTY: Diesel II Electric Engineer (Plant or Floating; Bolt Threading Machine operator; Drill Doctor (Bit Grinder); H.D. Mechanic; Machine Tool Operator; RUBBER -TIRED SCRAPERS: 1 Rubber -tired Scraper Operator,single engine, single scraper; Self - loading, paddle wheel, auger type under 15 cu. yds.; Rubber -tired Scraper Operator, twin engine; Rubber -tired Scraper Operator, with push- ull attachments; II Self Loading, paddle wheel, auger type 15 cu. yds. and over, single engine; Water pulls, water wagons; SHOVEL, DRAGLINE, CLAMSHELL, SKOOPER OPERATOR: Diesel Electric I Engineer; Stationay Drag Scraper Operator; Shovel, Dragline, Clamshell, Operator under 3 cy yds.; Grade -all Operator; SURFACE (BASE) MATERIAL: Blade mounted spreaders, Ulrich and similar types; TRACTOR - RUBBERED TIRED: Tractor II operator, rubber - tired, over 50 hp flywheel; Tractor operator, with boom attachment; Rubber -tired dozers and pushers (Michigan, Cat, Hough type); Skip Loader, Drag Box; 1 TRENCHING MACHINE: Trenching Machine operator, digging capacity over 3 ft depth; Back filling machine operator; TUNNEL: Mucking machine operator II GROUP 5: ASPHALT: Extrusion Machine Operator; Roller Operator (any asphalt mix); Asphalt Burner and Reconditioner Operator (any type); Roto -Mill, pavement I profiler, ground man; BULLDOZERS: Bulldozer operator, 20,000 lbs. or less or 100 horse or less; COMPRESSORS: Compressor Operator (any power), over 1,250 cu. ft. total capacity; COMPACTORS: Compactor Operator, including 1 vibratory; Wagner Pactor Operator or similar type (without blade); CONCRETE: Combination mixer and Compressor Operator, gunite work; Concrete Batch Plant Quality Control Operator; Beltcrete Operator; Pumperete Operator (any II type); Pavement Grinder and /or Grooving Machine Operator (riding type); Cement Pump Operator, Fuller - Kenyon and similar; Concrete Pump Operator; Grouting Machine Operator; I Concrete mixer operator, single drum, under (5) bag capacity; Cast in place pipe laying machine; maginnis Internal Full slab vibrator operator; Concrete finishing mahine operator, Clary, Johnson, Bidwell, Burgess Bridge I deck or similar type; Curb Machine Operator, mechanical Berm, Curb and /or Curb and Gutter; Concrete Joint Machine Operator; Concrete Planer Operator; Tower Mobile Operator; I Power Jumbo Operator setting slip forms in tunnels; Slip Form Pumps, power driven hydraulic lifting device for concrete forms; Concrete Paving Machine Operator; Concrete Finishing Machine Operator; Concrete Spreader Operator; 11 CRANE: Helicopter Hoist Operator; Hoist Operator, single drum; Elevator Operator; A -frame Truck Operator, Double drum; Boom Truck Operator; HYDRAULIC CRANE OPERATOR: I Hydraulic Boom Truck, Pittman; DRILLING: Churm Drill and Earth Boring Machine Operator; Vacuum Truck; Directional Drill Operator over 20,000 lbs pullback; FLOATING EQUIPMENT: Fireman; FORKLIFT: Fork Lift, over 10 ton and /or I robotic; HYDRAULIC HOES EXCAVATORS: Hydraulic Backhoe Operator, wheel type (Ford, John Deere, Case type); Hydraulic Backhoe Operator track type up to and including II WA080001 Modification 39 23 1 Page II Federal Highway Wage Determinations 20,000 lbs.; LOADERS: Loaders, rubber- tired type, less than 25,000 lbs; Elevating Grader Operator, Tractor Towed requiring Operator or Grader; Elevating loader operator, Athey and similar types; OILERS: Service oiler (Greaser); PIPELINE -SEWER WATER: Hydra hammer or simialr types; Pavement Breaker Operator; PUMPS: Pump Operator, more than 5 (any size); Pot Rammer Operator; RAILROAD EQUIPMENT: Locomotive Operator, under 40 tons; Ballast Regulator Operator; Ballast Tamper Multi - Purpose Operator; Track Liner Operator; Tie Spacer Operator; Shuttle Car Operator; Locomotive Operator, 40 tons and over; MATERIAL HAULRS: Cat wagon DJBs Volvo similar types; Conveyored material hauler; 11 SURFACING (BASE) MATERIAL: Rock Spreaders, self - propelled; Pulva -mixer or similar types; Chiip Spreading machine operator; Lime spreading operator, construction job siter; SWEEPERS: Sweeper operator (Wayne type) self - propelled construction job site; TRACTOR- RUBBER TIRED: Tractor operator, rubber - tired, 50 hp flywheel and under; Trenching machine operator, maximum digging capacity 3 ft depth; I/ TUNNEL: Dinkey GROUP 6: ASPHALT: Plant Oiler; Plant Fireman; Pugmill Operator (any type); Truck mounted asphalt spreader, with screed; COMPRESSORS: Compressor Operator (any power), under 1,250 cu. ft. total capacity; CONCRETE: Plant Oiler, Assistant Conveyor Operator; Conveyor Operator; Mixer Box Operator (C.T.B., dry batch, etc.); Cement Hog Operator; Concrete Saw Operator; Concrete Curing Machine Operator (riding type); Wire Mat or Brooming Machine Operator; CRANE: Oiler; Fireman, all equipment; Truck Crane Oiler Driver; A -frame Truck Operator, single drum; Tugger or Coffin Type Hoist Operator; CRUSHER: Crusher Oiler; Crusher Feederman; CRUSHER: Crusher oiler; Crusher feederman; DRILLING: Drill Tender; Auger Oiler; FLOATING EQUIPMENT: Deckhand; Boatman; FORKLIFT: Self - propelled Scaffolding Operator, construction job site (exclduing working platform); Fork Lift or Lumber Stacker Operator, construction job site; Ross Carrier Operator, construction job site; Lull Hi -Lift Operator or Similar Type; GUARDRAIL EQUIPMENT: Oiler; Auger Oiler; Oiler, combination guardrail 11 machines; Guardrail Punch Oiler; HEATING PLANT: Temporary Heating Plant Operator; LOADERS: Bobcat, skid steer (less than 1 cu yd.); Bucket Elevator Loader Operator, BarberGreene and similar types; OILERS: Oiler; Guardrail Punch Oiler; Truck Crane Oiler- Driver; Auger Oiler; Grade Oiler, required to check grade; Grade Checker; Rigger; PIPELINE -SEWER WATER: Tar Pot Fireman; Tar Pot Fireman (power agitated); PUMPS: Pump Operator (any power); Hydrostatic Pump Operator; RAILROAD EQUIPMENT: Brakeman; Oiler; Switchman; Motorman; Ballast Jack Tamper Operator; SHOVEL, DRAGLINE, CLAMSHELL, SKOOPER, ETC. OPERATOR: Oiler, Grade Oiler (required to check grade); Grade Checker; Fireman; SWEEPER: Broom operator, self propelled, construction job site; SURFACING (BASE) MATERIAL: Roller 11 Operator, grading of base rock (not asphalt); Tamping Machine operartor, mechanical, self - propelled; Hydrographic Seeder Machine Operator; TRENCHING MACHINE: Oiler; Grade Oiler; TUNNEL: Conveyor operator; Air filtration equipment Operator WA080001 Modification 39 24 1 Page Federal Highway Wage Determinations 1 II II IRON0014 -005 07/01/2009 ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, II GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND ORIELLE, SPOKANE, STEVENS, WALLA WALLA AND WHITMAN COUNTIES II Rates Fringes IRONWORKER $ 30.79 17.40 II IRON0029 -002 07/01/2009 CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA, AND WAHKAIKUM II COUNTIES II Rates Fringes IRONWORKER $ 33.12 17.40 II IRON0086 -002 07/01/2009 YAKIMA, KITTITAS AND CHELAN COUNTIES II Rates Fringes IRONWORKER $ 31.07 17.40 II IRON0086 -004 07/01/2009 II CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PIERCE, SKAGIT, SNOHOMISH, THURSTON, AND WHATCOM COUNTIES I Rates Fringes IRONWORKER $ 36.62 17.40 II II II II II II WA080001 Modification 39 25 1 Page Federal Highway Wage Determinations LAB00001 -002 06/01/2009 1 ZONE 1: Rates Fringes ' Laborers: CALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PACIFIC (NORTH OF STRAIGHT LINE MADE BY EXTENDING THE NORTH BOUNDARY WAHKIAKUM COUNTY WEST TO THE PACIFIC OCEAN), PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM COUNTIES GROUP 1 $ 21.77 9.07 GROUP 2 $ 24.86 9.07 GROUP 3 $ 30.96 9.07 GROUP 4 $ 31.70 9.07 GROUP 5 $ 32.21 9.07 CHELAN, DOUGLAS (WEST OF THE 120TH MERIDIAN), KITTITAS AND YAKIMA COUNTIES GROUP 1 $ 17.95 9.07 GROUP 2 $ 20.58 9.07 GROUP 3 $ 22.54 9.07 GROUP 4 $ 23.09 9.07 GROUP 5 $ 23.48 9.07 BASE POINTS: BELLINGHAM, MT. VERNON, EVERETT, SEATTLE, KENT, ' TACOMA, OLYMPIA, CENTRALIA, ABERDEEN, SHELTON, PT. TOWNSEND, PT. ANGELES, AND BREMERTON ZONE 1 - Projects within 25 radius miles of the respective city hall ZONE 2 - More than 25 but less than 45 radius miles from the 11 respective city hall ZONE 3 - More than 45 radius miles from the respective city hall ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES): ZONE 2 - $1.00 ZONE 3 - $1.30 BASE POINTS: CHELAN, SUNNYSIDE, WENATCHEE, AND YAKIMA ZONE 1 - Projects within 25 radius miles of the respective city hall ZONE 2 - More than 25 radius miles from the respective city hall ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES): ZONE 2 - $2.25 WA080001 Modification 39 26 1 Page Federal Highway Wage Determinations ' LABORERS CLASSIFICATIONS GROUP 1: Landscaping and Planting; Watchman; Window Washer /Cleaner (detail clean -up, such as but not limited to cleaning floors, ceilings, walls, windows, etc., prior to final acceptance by the owner) GROUP 2: Batch Weighman; Crusher Feeder; Fence Laborer; Flagman; Pilot Car GROUP 3: General Laborer; Air, Gas, or Electric Vibrating t Screed; Asbestos Abatement Laborer; Ballast Regulator Machine; Brush Cutter; Brush Hog Feeder; Burner; Carpenter Tender; Cement Finisher Tender; Change House or Dry Shack; Chipping Gun (under 30 lbs.); Choker Setter; Chuck Tender; ' Clean -up Laborer; Concrete Form Stripper; Curing Laborer; Demolition (wrecking and moving including charred material); Ditch Digger; Dump Person; Fine Graders; ' Firewatch; Form Setter; Gabian Basket Builders; Grout Machine Tender; Grinders; Guardrail Erector; Hazardous Waste Worker (Level C: uses a chemical "splash suit" and air purifying respirator); Maintenance Person; Material ' Yard Person; Pot Tender; Rip Rap Person; Riggers; Scale Person; Sloper Sprayer; Signal Person; Stock Piler; Stake Hopper; Toolroom Man (at job site); Topper - Tailer; Track ' Laborer; Truck Spotter; Vinyl Seamer GROUP 4: Cement Dumper- Paving; Chipping Gun (over 30 lbs.); Clary Power Spreader; Concrete Dumper /Chute Operator; ' Concrete Saw Operator; Drill Operator (hydraulic, diamond, aiartrac); Faller and Bucker Chain Saw; Grade Checker and Transit Person; Groutmen (pressure) including post tension ' beams; Hazardous Waste Worker (Level B: uses same respirator protection as Level A. A supplied air line is provided in conjunction with a chemical "splash suit "); High Scaler; Jackhammer; Laserbeam Operator; Manhole ' Builder- Mudman; Nozzleman (concrete pump, green cutter when using combination of high pressure air and water on concrete and rock, sandblast, gunite, shotcrete, water blaster, vacuum blaster); Pavement Breaker; Pipe Layer and ' Caulker; Pipe Pot Tender; Pipe Reliner (not insert type); Pipe Wrapper; Power Jacks; Railroad Spike Puller - Power; Raker - Asphalt; Rivet Buster; Rodder; Sloper (over 20 ft); Spreader (concrete); Tamper and Similar electric, air and glas operated tool; Timber Person -sewer (lagger shorer and cribber); Track Liner Power; Tugger Operator; Vibrator; Well Point Laborer GROUP 5: Caisson Worker; Miner; Mortarman and Hodcarrier; Powderman; Re- Timberman; Hazardous Waste Worker (Level A: t utilizes a fully encapsulated suit with a self - contained breathing apparatus or a supplied air line). WA080001 Modification 39 27 1 Page Federal Highway Wage Determinations LAB00238 -004 06/01/2009 ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS (EAST OF THE 120TH MERIDIAN), FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND OREILLE, STEVENS, SPOKANE, WALLA WALLA AND WHITMAN COUNTIES Rates Fringes Laborers: ZONE 1: GROUP 1 $ 20.56 8.75 GROUP 2 $ 22.66 8.75 GROUP 3 $ 22.93 8.75 GROUP 4 $ 23.20 8.75 GROUP 5 $ 23.48 8.75 GROUP 6 $ 24.85 8.75 Zone Differential (Add to Zone 1 rate): $2.00 BASE POINTS: Spokane, Pasco, Lewiston Zone 1: 0 -45 radius miles from the main post office. Zone 2: 45 radius miles and over from the main post office. LABORERS CLASSIFICATIONS GROUP 1: Flagman; Landscape Laborer; Scaleman; Traffic Control Maintenance Laborer (to include erection and maintenance of barricades, signs and relief of flagperson); Window Washer /Cleaner (detail cleanup, such as, but not limited to cleaning floors, ceilings, walls, windows, etc. prior to final acceptance by the owner) GROUP 2: Asbestos Abatement Worker; Brush Hog Feeder; Carpenter Tender; Cement Handler; Clean -up Laborer; Concrete Crewman (to include stripping of forms, hand operating jacks on slip form construction, application of concrete curing compounds, pumperete machine, signaling, handling the nozzle of squeezcrete or similar machine,6 inches and smaller); Confined Space Attendant; Concrete Signalman; Crusher Feeder; Demolition (to include clean -up, burning, loading, wrecking and salvage of all material); Dumpman; Fence Erector; Firewatch; Form Cleaning Machine Feeder, Stacker; General Laborer; Grout Machine Header Tender; Guard Rail (to include guard rails, guide and reference posts, sign posts, and right -of -way markers); Hazardous Waste Worker, Level D (no respirator is used and skin protection is minimal); Miner, Class "A" (to include all bull gang, concrete crewman, dumpman and pumperete crewman, including distributing pipe, assembly & dismantle, and nipper); Nipper; Riprap Man; Sandblast Tailhoseman; Scaffold Erector (wood or steel); Stake Jumper; Structural Mover (to include separating foundation, preparation, cribbing, shoring, jacking and unloading of structures); Tailhoseman (water nozzle); Timber Bucker and Faller (by hand); Track Laborer (RR); Truck Loader; Well -Point Man; All Other Work Classifications Not Specially Listed Shall Be Classified As General Laborer WA080001 Modification 39 28 1 Page Federal Highway Wage Determinations 11 GROUP 3: Aspahlt Raker; Asphalt Roller, walking; Cement Finisher Tender; Concrete Saw, walking; Demolition Torch; Dope Pot Firemen, non - mechanical; Driller Tender (when required to move and position machine); Form Setter, ' Paving; Grade Checker using level; Hazardous Waste Worker, Level C (uses a chemical "splash suit" and air purifying respirator); Jackhammer Operator; Miner, Class "B" (to ' include brakeman, finisher, vibrator, form setter); Nozzleman (to include squeeze and flo -crete nozzle); Nozzleman, water, air or steam; Pavement Breaker (under 90 lbs.); Pipelayer, corrugated metal culvert; Pipelayer, ' multi- plate; Pot Tender; Power Buggy Operator; Power Tool Operator, gas, electric, pneumatic; Railroad Equipment, power driven, except dual mobile power spiker or puller; Railroad Power Spiker or Puller, dual mobile; Rodder and ' Spreader; Tamper (to include operation of Barco, Essex and similar tampers); Trencher, Shawnee; Tugger Operator; Wagon Drills; Water Pipe Liner; Wheelbarrow (power driven) GROUP 4: Air and Hydraulic Track Drill; Brush Machine (to include horizontal construction joint cleanup brush machine, power propelled); Caisson Worker, free air; Chain Saw Operator and Faller; Concrete Stack (to include laborers when laborers working on free standing concrete stacks for smoke or fume control above 40 feet high); ' Gunite (to include operation of machine and nozzle); Hazardous Waste Worker, Level B (uses same respirator protection as Level A. A supplied air line is provided in conjunction with a chemical "splash suit "); High Scaler; ' Laser Beam Operator (to include grade checker and elevation control); Miner, Class C (to include miner, nozzleman for concrete, laser beam operator and rigger on tunnels); ' Monitor Operator (air track or similar mounting); Mortar Mixer; Nozzleman (to include jet blasting nozzleman, over 1,200 lbs., jet blast machine power propelled, sandblast nozzle); Pavement Breaker (90 lbs. and over); Pipelayer (to ' include working topman, caulker, collarman, jointer, mortarman, rigger, jacker, shorer, valve or meter installer); Pipewrapper; Plasterer Tender; Vibrators (all) GROUP 5 - Drills with Dual Masts; Hazardous Waste Worker, Level A (utilizes a fully encapsulated suit with a self - contained breathing apparatus or a supplied air line); Miner Class "D ", (to include raise and shaft miner, laser beam operator on riases and shafts) GROUP 6 - Powderman r 1 1 WA080001 Modification 39 29 1 P a g e Federal Highway Wage Determinations LAB00238 -006 06/01/2009 ' COUNTIES EAST OF THE 120TH MERIDIAN: ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND OREILLE, STEVENS, SPOKANE, WALLA WALLA, WHITMAN Rates Fringes Hod Carrier $ 24.10 8.75 LAB00335 -001 06/01/2008 CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH OF A STRAIGHT LINE MADE BY EXTENDING THE NORTH BOUNDARY LINE OF WAHKIAKUM COUNTY WEST TO THE PACIFIC OCEAN), SKAMANIA AND WAHKIAKUM COUNTIES Rates Fringes Laborers: 11 ZONE 1: GROUP 1 $ 27.46 8.40 GROUP 2 $ 28.06 8.40 GROUP 3 $ 28.50 8.40 GROUP 4 $ 28.88 8.40 GROUP 5 $ 24.96 8.40 GROUP 6 $ 22.54 8.40 GROUP 7 $ 19.34 8.40 Zone Differential (Add to Zone 1 rates): Zone 2 $ 0.65 Zone 3 - 1.15 Zone 4 - 1.70 Zone 5 - 2.75 BASE POINTS: GOLDENDALE, LONGVIEW, AND VANCOUVER ZONE 1: Projects within 30 miles of the respective city all. ZONE 2: More than 30 miles but less than 40 miles from the respective city hall. ZONE 3: More than 40 miles but less than 50 miles from the respective city hall. ZONE 4: More than 50 miles but less than 80 miles from the respective city hall. ZONE 5: More than 80 miles from the respective city hall. WA080001 Modification 39 30 1 Page Federal Highway Wage Determinations ' ' LABORERS CLASSIFICATIONS GROUP 1: Asphalt Plant Laborers; Asphalt Spreaders; Batch Weighman; Broomers; Brush Burners and Cutters; Car and ' Truck Loaders; Carpenter Tender; Change -House Man or Dry Shack Man; Choker Setter; Clean -up Laborers; Curing, Concrete; Demolition, Wrecking and Moving Laborers; Dumpers, road oiling crew; Dumpmen (for grading crew); Elevator Feeders; Guard Rail, Median Rail Reference Post, Guide Post, Right of Way Marker; Fine Graders; Fire Watch; Form Strippers (not swinging stages); General Laborers; ' Hazardous Waste Worker; Leverman or Aggregate Spreader (Flaherty and similar types); Loading Spotters; Material Yard Man (including electrical); Pittsburgh Chipper Operator or Similar Types; Railroad Track Laborers; Ribbon ' Setters (including steel forms); Rip Rap Man (hand placed); Road Pump Tender; Sewer Labor; Signalman; Skipman; Slopers; Spraymen; Stake Chaser; Stockpiler; Tie Back Shoring; Timber Faller and Bucker (hand labor); Toolroom Man (at job site); Tunnel Bullgang (above ground); Weight -Man- Crusher (aggregate when used) ' GROUP 2: Applicator (including pot power tender for same), applying protective material by hand or nozzle on utility lines or storage tanks on project; Brush Cutters (power ' saw); Burners; Choker Splicer; Clary Power Spreader and similar types; Clean- up Nozzleman -Green Cutter (concrete, rock, etc.); Concrete Power Buggyman; Concrete Laborer; Crusher Feeder; Demolition and Wrecking Charred Materials; Gunite Nozzleman Tender; Gunite or Sand Blasting Pot Tender; Handlers or Mixers of all Materials of an irritating nature (including cement and lime); Tool ' Operators (includes but not limited to: Dry Pack Machine; Jackhammer; Chipping Guns; Paving Breakers); Pipe Doping and Wrapping; Post Hole Digger, air, gas or electric; Vibrating Screed; Tampers; Sand Blasting (Wet); ' Stake - Setter; Tunnel - Muckers, Brakemen, Concrete Crew, Bullgang (underground) GROUP 3: Asbestos Removal; Bit Grinder; Drill Doctor; Drill Operators, air tracks, cat drills, wagon drills, rubber - mounted drills, and other similar types including at crusher plants; Gunite Nozzleman; High Scalers, Strippers and Drillers (covers work in swinging stages, chairs or belts, under extreme conditions unusual to normal drilling, blasting, barring -down, or sloping and stripping); Manhole Builder; Powdermen; Concrete Saw Operator; Pwdermen; Power ' Saw Operators (Bucking and Falling); Pumperete Nozzlemen; Sand Blasting (Dry); Sewer Timberman; Track Liners, Anchor Machines, Ballast Regulators, Multiple Tampers, Power ' Jacks, Tugger Operator; Tunnel -Chuck Tenders, Nippers and Timbermen; Vibrator; Water Blaster 1 WA080001 Modification 39 31 1 Page Federal Highway Wage Determinations 1 GROUP 4: Asphalt Raker; Concrete Saw Operator (walls); Concrete Nozzelman; Grade Checker; Pipelayer; Laser Beam (pipelaying)- applicable when employee assigned to move, set up, align; Laser Beam; Tunnel Miners; Motorman -Dinky Locomotive - Tunnel; Powderman- Tunnel; Shield Operator- Tunnel GROUP 5: Traffic Flaggers GROUP 6: Fence Builders GROUP 7: Landscaping or Planting Laborers LAB00335 -019 06/01/2008 Rates Fringes Hod Carrier $ 29.58 8.40 PAIN0005 -002 07/01/2009 1 STATEWIDE EXCEPT CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH), SKAMANIA, AND WAHKIAKUM COUNTIES Rates Fringes Painters: STRIPERS $ 27.40 11.50 PAIN0005 -004 03/01/2009 1 CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM COUNTIES Rates Fringes PAINTER $ 20.82 7.44 1 1 1 1 1 1 WA080001 Modification 39 32 1 Page Federal Highway Wage Determinations 1 * PAIN0005 -006 07/01/2008 ' ADAMS, ASOTIN; BENTON AND FRANKLIN (EXCEPT HANFORD SITE); CHELAN, COLUMBIA, DOUGLAS, FERRY, GARFIELD, GRANT, KITTITAS, ' LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMA COUNTIES ' Rates Fringes Painters: t Application of Cold Tar Products, Epoxies, Polyure thanes, Acids, Radiation Resistant Material, Water ' and Sandblasting $ 20.84 7.88 Over 30' /Swing Stage Work $ 21.54 7.88 Brush, Roller, Striping, ' Steam - cleaning and Spray $ 15.09 6.68 Lead Abatement, Asbestos Abatement $ 20.84 7.88 *$.70 shall be paid over and above the basic wage rates listed for work on swing stages and high work of over 30 feet. ' PAIN0055 -002 07/01/2009 CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA, AND WAHKIAKUM ' COUNTIES ' Rates Fringes Painters: Brush & Roller $ 19.59 7.24 High work - All work 60 ft. or higher $ 20.34 7.24 Spray and Sandblasting $ 20.19 7.24 ' PAIN0055 -007 08/13/2009 CLARK, COWLITZ, KLICKITAT, SKAMANIA and WAHKIAKUM COUNTIES Rates Fringes Painters: ' HIGHWAY & PARKING LOT STRIPER $ 30.82 8.62 1 WA080001 Modification 39 33 1 Page Federal Highway Wage Determinations PLAS0072 -004 06/01/2009 ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, KITTITAS, LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN, AND YAKIMA COUNTIES Rates Fringes CEMENT MASON /CONCRETE FINISHER ZONE 1• $ 24.08 11.22 ' Zone Differential (Add to Zone 1 rate): Zone 2 - $2.00 BASE POINTS: Spokane, Pasco, Lewiston; Wenatchee Zone 1: 0 - 45 radius miles from the main post office Zone 2: Over 45 radius miles from the main post office PLAS0528 -001 06/01/2009 ' CLALLAM, COWLITZ, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PACIFIC, PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON, WAHKIAKUM AND WHATCOM COUNTIES Rates Fringes Cement Masons: CEMENT MASON $ 35.75 13.40 COMPOSITION, TROWEL MACHINE, GRINDER, POWER TOOLS, GUNNITE NOZZLE $ 36.25 13.40 TROWLING MACHINE OPERATOR ON COMPOSITION $ 37.25 13.40 PLAS0555 -002 06/01/2009 ' CLARK, KLICKITAT AND SKAMANIA COUNTIES ZONE 1: ' Rates Fringes Cement Masons: CEMENT MASONS DOING BOTH COMPOSITION /POWER MACHINERY AND SUSPENDED /HANGING SCAFFOLD $ 29.94 15.59 CEMENT MASONS ON SUSPENDED, SWINGING AND /OR HANGING SCAFFOLD $ 29.41 15.59 CEMENT MASONS $ 28.87 15.59 COMPOSITION WORKERS AND POWER MACHINERY OPERATORS $ 29.41 15.59 WA080001 Modification 39 34 1 Page Federal Highway Wage Determinations ' ' Zone Differential (Add To Zone 1 Rates): Zone 2 - $0.65 Zone 3 - 1.15 Zone 4 - 1.70 ' Zone 5 - 3.00 BASE POINTS: BEND, CORVALLIS, EUGENE, MEDFORD, PORTLAND, ' SALEM, THE DALLES, VANCOUVER ZONE 1: Projects within 30 miles of the respective city hall ZONE 2: More than 30 miles but less than 40 miles from the ' respective city hall. ZONE 3: More than 40 miles but less than 50 miles from the respective city hall. ZONE 4: More than 50 miles but less than 80 miles from the ' respective city hall. ZONE 5: More than 80 miles from the respective city hall ' TEAM0037 -002 06/01/2009 CLARK, COWLITZ, KLICKITAT, PACIFIC (South of a straight line made by extending the north boundary line of Wahkiakum County west to the Pacific Ocean), SKAMANIA, AND WAHKIAKUM COUNTIES ' Rates Fringes Truck drivers: ZONE 1 ' GROUP 1 $ 26.90 12.75 GROUP 2 $ 27.02 12.75 GROUP 3 $ 27.15 12.75 ' GROUP 4 $ 27.41 12.75 GROUP 5 $ 27.63 12.75 GROUP 6 $ 27.79 12.75 GROUP 7 $ 27.99 12.75 Zone Differential (Add to Zone 1 Rates): Zone 2 - $0.65 Zone 3 - 1.15 Zone 4 - 1.70 Zone 5 - 2.75 ' BASE POINTS: ASTORIA, THE DALLES, LONGVIEW AND VANCOUVER ZONE 1: Projects within 30 miles of the respective city hall. ' ZONE 2: More than 30 miles but less than 40 miles from the respective city hall. t ZONE 3: More than 40 miles but less than 50 miles from the respective city hall. ' ZONE 4: More than 50 miles but less than 80 miles from the respective city hall. ZONE 5: More than 80 miles from the respective city hall. WA080001 Modification 39 351 Page Federal Highway Wage Determinations TRUCK DRIVERS CLASSIFICATIONS GROUP 1: A Frame or Hydra lifrt truck w /load bearing surface; Articulated Dump Truck; Battery Rebuilders; Bus or Manhaul Driver; Concrete Buggies (power operated); Concrete Pump Truck; Dump Trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations there of: up to and including 10 cu. yds.; Lift Jitneys, Fork Lifts (all sizes in loading, unloading and transporting material on job site); Loader and /or Leverman on Concrete Dry Batch Plant (manually operated); Pilot Car; Pickup Truck; Solo Flat Bed and misc. Body Trucks, 0 -10 tons; Truck Tender; Truck Mechanic Tender; Water Wagons (rated capacity) up to 3,000 gallons; Transit Mix and Wet or Dry Mix - 5 cu. yds. and under; Lubrication Man, Fuel Truck Driver, Tireman, Wash Rack, Steam Cleaner or combinations; Team Driver; Slurry Truck Driver or Leverman; Tireman GROUP 2: Boom Truck /Hydra -lift or Retracting Crane; Challenger; Dumpsters or similar equipment all sizes; Dump Trucks /Articulated Dumps 6 cu to 10 cu.; Flaherty Spreader Driver or Leverman; Lowbed Equipment, Flat Bed Semi - trailer or doubles transporting equipment or wet or dry materials; Lumber Carrier, Driver - Straddle Carrier (used in loading, unloading and transporting of materials on job site); Oil Distributor Driver or Leverman; Transit mix and wet or dry mix trcuks: over 5 cu. yds. and including 7 cu. yds.; Vacuum Trucks; Water truck /Wagons (rated capacity) over 3,000 to 5,000 gallons GROUP 3: Ammonia Nitrate Distributor Driver; Dump trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations thereof: over 10 cu. yds. and including 30 cu. yds. includes Articulated Dump Trucks; Self - Propelled Street Sweeper; Transit mix and wet or dry mix truck: over 7 cu yds. and including 11 cu yds.; Truck Mechanic - Welder -Body Repairman; Utility and Clean -up Truck; Water Wagons (rated capacity) over 5,000 to 10,000 gallons GROUP 4: Asphalt Burner; Dump Trucks, side, end and bottom cumps, including Semi - Trucks and Trains or combinations thereof: over 30 cu. yds. and including 50 cu. yds. includes Articulated Dump Trucks; Fire Guard; Transit Mix and Wet or Dry Mix Trucks, over 11 cu. yds. and including 15 cu. yds.; Water Wagon (rated capacity) over 10,000 gallons to 15,000 gallons GROUP 5: Composite Crewman; Dump Trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations thereof: over 50 cu. yds. and including 60 cu. yds. includes Articulated Dump Trucks GROUP 6: Bulk Cement Spreader w/o Auger; Dry Pre -Batch concrete Mix Trucks; Dump trucks, side, end and bottom dumps, including Semi Trucks and Trains of combinations thereof: over 60 cu. yds. and including 80 cu. yds., and includes Articulated Dump Trucks; Skid Truck WA080001 Modification 39 36 1 Page Federal Highway Wage Determinations 1 GROUP 7: Dump Trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations thereof: over 80 cu. yds. and including 100 cu. yds., includes Articulated Dump Trucks; Industrial Lift Truck (mechanical tailgate) * TEAM0174 -001 06/01/2009 t CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PACIFIC (North of a straight line made by extending the north boundary line of Wahkiakum County west to the Pacific Ocean), PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM COUNTIES Rates Fringes t Truck drivers: ZONE A: ' GROUP 1 $ 31.87 14.60 GROUP 2 $ 31.03 14.60 GROUP 3 $ 28.22 14.60 GROUP 4• $ 23.25 14.60 GROUP 5• $ 31.42 14.60 ZONE B (25 -45 miles from center of listed cities *): Add $.70 ' per hour to Zone A rates. ZONE C (over 45 miles from centr of listed cities *): Add $1.00 per hour to Zone A rates. ' *Zone pay will be calculated from the city center of the following listed cities: ' BELLINGHAM CENTRALIA RAYMOND OLYMPIA EVERETT SHELTON ANACORTES BELLEVUE SEATTLE PORT ANGELES MT. VERNON KENT TACOMA PORT TOWNSEND ABERDEEN BREMERTON ' TRUCK DRIVERS CLASSIFICATIONS GROUP 1 - "A -frame or Hydralift" trucks and Boom trucks or similar equipment when "A" frame or " Hydralift" and Boom truck or similar equipment is used; Buggymobile; Bulk Cement Tanker; Dumpsters and similar equipment, Tournorockers, Tournowagon, Tournotrailer, Cat DW series, Terra Cobra, Le Tourneau, Westinghouse, Athye Wagon, Euclid Two and Four - Wheeled power tractor with trailer and similar top- loaded equipment transporting material: Dump Trucks, ' side, end and bottom dump, including semi - trucks and trains or combinations thereof with 16 yards to 30 yards capacity: Over 30 yards $.15 per hour additional for each 10 yard t increment; Explosive Truck (field mix) and similar equipment; Hyster Operators (handling bulk loose aggregates); Lowbed and Heavy Duty Trailer; Road Oil Distributor Driver; Spreader, Flaherty Transit mix used exclusively in heavy construction; Water Wagon and Tank Truck -3,000 gallons and over capacity 1 WA080001 Modification 39 37 1 Page Federal Highway Wage Determinations GROUP 2 - Bulllifts, or similar equipment used in loading or unloading trucks, transporting materials on job site; Dumpsters, and similar equipment, Tournorockers, Tournowagon, Turnotrailer, Cat. D.W. Series, Terra Cobra, Le Tourneau, Westinghouse, Athye wagon, Euclid two and four - wheeled power tractor with trailer and similar top- loaded equipment transporting material: Dump trucks, side, end and bottom dump, including semi - trucks and trains or combinations thereof with less than 16 yards capacity; Flatbed (Dual Rear Axle); Grease Truck, Fuel Truck, Greaser, Battery Service Man and /or Tire Service Man; Leverman and loader at bunkers and batch plants; Oil tank transport; Scissor truck; Slurry Truck; Sno -Go and similar equipment; Swampers; Straddler Carrier (Ross, Hyster) and similar equipment; Team Driver; Tractor (small, rubber - tired)(when used within Teamster jurisdiction); Vacuum truck; Water Wagon and Tank trucks -less than 3,000 gallons capacity; Winch Truck; Wrecker, Tow truck and similar equipment GROUP 3 - Flatbed (single rear axle); Pickup Sweeper; Pickup Truck. (Adjust Group 3 upward by $2.00 per hour for onsite work only) GROUP 4 - Escort or Pilot Car GROUP 5 - Mechanic HAZMAT PROJECTS Anyone working on a HAZMAT job, where HAZMAT certification is required, shall be compensated as a premium, in addition to the classification working in as follows: LEVEL C: +$.25 per hour - This level uses an air purifying respirator or additional protective clothing. LEVEL B: +$.50 per hour - Uses same respirator protection as Level A. Supplied air line is provided in conjunction with a chemical "splash suit." LEVEL A: +$.75 per hour - This level utilizes a fully - encapsulated suit with a self- contained breathing apparatus or a supplied air line. WA080001 Modification 39 38 1 Page Federal Highway Wage Determinations ' ' * TEAM0760 -002 06/01/2009 ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT KITTITAS, LINCOLN, OKANOGAN, PEND ' - OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMA COUNTIES ' Rates Fringes Truck drivers: (ANYONE ' WORKING ON HAZMAT JOBS SEE FOOTNOTE A BELOW) ZONE 1: GROUP 1 $ 20.02 10.86 ' GROUP 2 $ 22.29 10.86 GROUP 3 $ 22.79 10.86 GROUP 4 $ 23.12 10.86 ' GROUP 5 $ 23.23 10.86 GROUP 6 $ 23.40 10.86 GROUP 7 $ 23.93 10.86 GROUP 8 $ 24.26 10.86 Zone Differential (Add to Zone 1 rate: Zone 2 - $2.00) BASE POINTS: Spokane, Moses Lake, Pasco, Lewiston Zone 1: 0 -45 radius miles from the main post office. Zone 2: Outside 45 radius miles from the main post office TRUCK DRIVERS CLASSIFICATIONS GROUP 1: Escort Driver or Pilot Car; Employee Haul; Power Boat Hauling Employees or Material GROUP 2: Fish Truck; Flat Bed Truck; Fork Lift (3000 lbs. and under); Leverperson (loading trucks at bunkers); Trailer Mounted Hydro Seeder and Mulcher; Seeder & Mulcher; Stationary Fuel Operator; Tractor (small, rubber - tired, pulling trailer or similar equipment) GROUP 3: Auto Crane (2000 lbs. capacity); Buggy Mobile & Similar; Bulk Cement Tanks & Spreader; Dumptor (6 yds. & ' under); Flat Bed Truck with Hydraullic System; Fork Lift (3001 - 16,000 lbs.); Fuel Truck Driver, Steamcleaner & Washer; Power Operated Sweeper; Rubber -tired Tunnel Jumbo; Scissors Truck; Slurry Truck Driver; Straddle Carrier ' (Ross, Hyster, & similar); Tireperson; Transit Mixers & Truck Hauling Concrete (3 yd. to & including 6 yds.); Trucks, side, end, bottom & articulated end dump (3 yards ' to and including 6 yds.); Warehouseperson (to include shipping & receiving); Wrecker & Tow Truck GROUP 4: A- Frame; Burner, Cutter, & Welder; Service Greaser; Trucks, side, end, bottom & articulated end dump (over 6 yards to and including 12 yds.); Truck Mounted Hydro Seeder; Warehouseperson; Water Tank truck (0 -8,000 gallons) WA080001 Modification 39 39 1 Page Federal Highway Wage Determinations 1 GROUP 5: Dumptor (over 6 yds.); Lowboy (50 tons & under); Self- loading Roll Off; Semi -Truck & Trailer; Tractor with Steer Trailer; Transit Mixers and Trucks Hauling Concrete (over 6 yds. to and including 10 yds.); Trucks, side, end, bottom and end dump (over 12 yds. to & including 20 yds.); Truck - Mounted Crane (with load bearing surface either mounted or pulled, up to 14 ton); Vacuum Truck (super sucker, guzzler, etc.) GROUP 6: Flaherty Spreader Box Driver; Flowboys; Fork Lift (over 16,000 lbs.); Dumps (Semi -end); Mechanic (Field); Semi- end Dumps; Transfer Truck & Trailer; Transit Mixers & Trucks Hauling Concrete (over 10 yds. to & including 20 yds.); Trucks, side, end, bottom and articulated end dump (over 20 yds. to & including 40 yds.); Truck and Pup; Tournarocker, DWs & similar with 2 or more 4 wheel -power tractor with trailer, gallonage or yardage scale, whichever is greater Water Tank Truck (8,001- 14,000 gallons); Lowboy(over 50 tons) GROUP 7: Oil Distributor Driver; Stringer Truck (cable oeprated trailer); Transit Mixers & Trucks Hauling Concrete (over 20 yds.); Truck, side, end, bottom end dump (over 40 yds. to & including 100 yds.); Truck Mounted Crane (with load bearing surface either mounted or pulled (16 through 25 tons); ' GROUP 8: Prime Movers and Stinger Truck; Trucks, side, end, bottom and articulated end dump (over 100 yds.); Helicopter Pilot Hauling Employees or Materials WA080001 Modification 39 40 Page Federal Highway Wage Determinations ' 1 Footnote A - Anyone working on a HAZMAT job, where HAZMAT certification is required, shall be compensated as a premium, in additon to the classification working in as follows: ' LEVEL C -D: - $.50 PER HOUR (This is the lowest level of protection. This level may use an air purifying respirator ' or additional protective clothing. LEVEL A -B: - $1.00 PER HOUR (Uses supplied air is conjunction with a chemical spash suit or fully encapsulated suit with ' a self- contained breathing apparatus. Employees shall be paid Hazmat pay in increments of four(4) and eight(8) hours. NOTE: Trucks Pulling Equipment Trailers: shall receive $.15 /hour over applicable truck rate WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ' Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). 1 ' In the listing above, the "SU" designation means that rates listed under the identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can t be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling ' On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted ' because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. WA080001 Modification 39 41 !Page Federal Highway Wage Determinations With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION i WAO8OOO1 Modification 39 42 !Page Federal Highway Wage Determinations 1 State of Washington DEPARTMENT OF LABOR AND INDUSTRIES I Prevailing Wage Section - Telephone (360) 902 -5335 PO Box 44540, Olympia, WA 98504 -4540 Washington State Prevailing Wage Rates For Public Works Contracts T he 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. I YAKIMA COUNTY EFFECTIVE 09 -02 -2009 (See Benefit Code Key) Over U PREVAILING Time Holiday Note Classification WAGE Code Code Code ASBESTOS ABATEMENT WORKERS I JOURNEY LEVEL $31.61 1 H 5D BOILERMAKERS JOURNEY LEVEL $53.61 1C 5N BRICK AND MARBLE MASONS U JOURNEY LEVEL $38.62 1M 5A BUILDING SERVICE EMPLOYEES JANITOR $8.55 1 SHAMPOOER $11.14 1 I WAXER $8.55 1 WINDOW CLEANER $9.14 1 CABINET MAKERS (IN SHOP) I JOURNEY LEVEL $19.24 1 CARPENTERS ACOUSTICAL WORKER $37.22 1M 5D BRIDGE, DOCK AND WARF CARPENTERS $47.36 1M 5D I CARPENTER $37.22 1M 5D CREOSOTED MATERIAL $37,22 1M 5D DRYWALL APPLICATOR $37.22 1M 5D I FLOOR FINISHER $37.22 1M 5D FLOOR LAYER $37.22 1M 5D FLOOR SANDER $37.22 1M 5D MILLWRIGHT $48.36 1M 5D I PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND WELDING $47.56 1M 5D SAWFILER $37.22 1M 5D SHINGLER $37.22 1M 50 II STATIONARY POWER SAW OPERATOR $37.22 1M 5D STATIONARY WOODWORKING TOOLS $37,22 1M 5D CEMENT MASONS JOURNEY LEVEL $35.30 1N 5D I DIVERS & TENDERS DIVER $100.28 1M 5D 8A DIVER ON STANDBY $56.68 1M 5D I DIVER TENDER $52.23 1M 5D SURFACE RCV & ROV OPERATOR $52.23 1M 5D SURFACE RCV & ROV OPERATOR TENDER $50.72 1B 5A DREDGE WORKERS I 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 1T 5D 8L II LEVERMAN, HYDRAULIC $51.19 1T 5D 8L Page 1 1 1 YAKIMA COUNTY EFFECTIVE 09 -02 -2009 1 *************************************************************************** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** (See Benefit Code Key) Over 1 PREVAILING Time Holiday Note Classification WAGE Code Code Code MAINTENANCE $49.06 1T 5D 8L MATES $49.57 1T 5D 8L 1 OILER $49.19 1T 5D 8L DRYWALL TAPERS JOURNEY LEVEL $31.71 1P 5A 1 ELECTRICAL FIXTURE MAINTENANCE WORKERS JOURNEY LEVEL $20,99 1 ELECTRICIANS - INSIDE CABLE SPLICER $51.64 1E 5A i JOURNEY LEVEL $49.84 1E 5A WELDER $53.44 1E 5A ELECTRICIANS - MOTOR SHOP 1 CRAFTSMAN $15.37 2A 6C JOURNEY LEVEL $14.69 2A 6C ELECTRICIANS - POWERLINE CONSTRUCTION CABLE SPLICER $59.79 4A 5A 1 CERTIFIED LINE WELDER $54.59 4A 5A GROUNDPERSON $39.07 4A 5A HEAD GROUNDPERSON $41.22 4A 5A 1 HEAVY LINE EQUIPMENT OPERATOR $54.59 4A 5A JACKHAMMER OPERATOR $41.22 4A 5A JOURNEY LEVEL LINEPERSON $54.59 4A 5A LINE EQUIPMENT OPERATOR $46.32 4A 5A 1 POLE SPRAYER $54.59 4A 5A POWDERPERSON $41.22 4A 5A ELECTRONIC TECHNICIANS ELECTRONIC TECHNICIANS JOURNEY LEVEL $23.40 1 1 ELEVATOR CONSTRUCTORS MECHANIC $64.81 4A 6Q MECHANIC IN CHARGE $70.60 4A 6Q 1 FABRICATED PRECAST CONCRETE PRODUCTS CRAFTSMAN $8 1 LABORER $8.55 1 FENCE ERECTORS 1 FENCE ERECTOR $21.64 1 FLAGGERS JOURNEY LEVEL $29.65 1H 5D 1 GLAZIERS JOURNEY LEVEL $22.43 1B 61 HEAT & FROST INSULATORS AND ASBESTOS WORKERS MECHANIC $23.18 1 1 HEATING EQUIPMENT MECHANICS MECHANIC $13.91 1 HOD CARRIERS & MASON TENDERS 1 JOURNEY LEVEL $32.55 1H 5D INDUSTRIAL ENGINE AND MACHINE MECHANICS MECHANIC $15.65 1 INDUSTRIAL POWER VACUUM CLEANER 1 JOURNEY LEVEL $9 1 INSPECTION /CLEANING /SEALING OF SEWER & WATER SYSTEMS BY REMOTE CONTROL CLEANER OPERATOR, FOAMER OPERATOR $9,73 1 1 Page 2 1 1 YAKIMA COUNTY I EFFECTIVE 09 -02 -2009 (See Benefit Code Key) Over I PREVAILING Time Holiday Note Classification WAGE Code Code Code GROUT TRUCK OPERATOR $11.48 1 I HEAD OPERATOR $12.78 1 TECHNICIAN $8 1 TV TRUCK OPERATOR $10.53 1 I INSULATION APPLICATORS JOURNEY LEVEL $32.91 1 IRONWORKERS JOURNEY LEVEL $48.72 10 5A I LABORERS ALL CLASSIFICATIONS $18.12 1 LABORERS - UNDERGROUND SEWER & WATER I GENERAL LABORER & TOPMAN $31.61 1 H 5D PIPE LAYER $32.16 1H 5D LANDSCAPE CONSTRUCTION IRRIGATION OR LAWN SPRINKLER INSTALLERS $9.00 1 I LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $15.45 1 LANDSCAPING OR PLANTING LABORERS $9.00 1 LATHERS JOURNEY LEVEL $37.22 1M 5D I METAL FABRICATION (IN SHOP) FITTER $12.00 1 LABORER $10.31 1 I MACHINE OPERATOR $11.32 1 PAINTER $12.00 1 WELDER $11.32 1 MODULAR BUILDINGS I JOURNEY LEVEL $14.11 1 PAINTERS JOURNEY LEVEL $20.05 1 I PLASTERERS JOURNEY LEVEL $46.63 1R 5B PLAYGROUND & PARK EQUIPMENT INSTALLERS JOURNEY LEVEL $8.55 1 I PLUMBERS & PIPEFITTERS JOURNEY LEVEL $61.24 2V 5A POWER EQUIPMENT OPERATORS I ASPHALT PLANT OPERATOR $50.39 1T 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 I BACKHOE, EXCAVATOR SHOVEL, OVER 90 METRIC TONS $51.51 1T 5D 8P BACKHOE, EXCAVATOR, SHOVEL, OVER 30 METRIC TONS TO 50 $50.39 1T 5D 8P METRIC TONS BACKHOE, EXCAVATOR, SHOVEL, TRACTORS UNDER 15 METRIC TONS $49.48 1T 5D 8P I 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 1T 5D 8P BELT LOADERS (ELEVATING TYPE) $49.48 1T 5D 8P I BOBCAT (SKID STEER) $47.12 1T 5D 8P BROKK- REMOTE DEMOLITION EQUIPMENT $47.12 1T 5D 8P BROOMS $47.12 1T 5D 8P I BUMP CUTTER $49,90 1T 5D 8P • Page 3 1 YAKIMA COUNTY EFFECTIVE 09 -02 -2009 I *************************************************************************** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** (See Benefit Code Key) Over I PREVAILING Time Holiday Note Classification WAGE Code Code Code CABLEWAYS $50.39 1T 5D 8P CHIPPER $49.90 1T 5D 8P COMPRESSORS $47.12 1T 5D 8P CONCRETE FINISH MACHINE - LASER SCREED $47.12 1T 5D 8P CONCRETE PUMPS $49.48 1T 5D 8P I 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 I 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 I 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 I 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 I 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 I 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 I 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 II 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 I 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 I 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 IT 5D 8P GRADECHECKER AND STAKEMAN $47.12 1T 5D 8P I 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 I 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 5D 8P LOADERS, OVERHEAD (6 YD UP TO 8 YD) $50.39 1T 5D 8P I LOADERS, OVERHEAD (8 YD & OVER) $50.94 1T 5D 8P LOADERS, OVERHEAD (UNDER 6 YD), PLANT FEED $49.90 1T 5D 8P LOCOMOTIVES, ALL $49.90 1T 5D 8P MECHANICS, ALL $50.94 1T 5D 8P I Page 4 1 YAKIMA COUNTY I EFFECTIVE 09 -02 -2009 (See Benefit Code Key) Over I PREVAILING Time Holiday Note Classification WAGE Code Code Code MIXERS, ASPHALT PLANT $49.90 1T 5D 8P I MOTOR PATROL GRADER (FINISHING) $50.39 1T 5D 8P MOTOR PATROL GRADER (NON- FINISHING) $49.48 1T 5D 8P MUCKING MACHINE, MOLE, TUNNEL DRILL AND /OR SHIELD $50.39 1T 5D 8P I 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 I 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 I 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 I ROLLAGON $50.39 1T 5D 8P ROLLER, OTHER THAN PLANT ROAD MIX $47.12 1T 5D 8P ROLLERS, PLANTMIX OR MULTILIFT MATERIALS $49.48 1T 5D 8P I ROTO -MILL, ROTO- GRINDER $49.90 1T 5D 8P SAWS, CONCRETE $49.48 IT 5D 8P SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING $50.39 1T 5D 8P OFF -ROAD EQUIPMENT (45 YD AND OVER) I SCRAPERS, CONCRETE AND CARRY ALL $49.48 1T 5D 8P SCRAPER -SELF PROPELLED, HARD -TAIL END DUMP, ARTICULATING $49,90 IT 5D 8P OFF -ROAD EQUIPMENT (UNDER 45 YARDS) SHOTCRETE GUNITE $47.12 1T 5D 8P I SLIPFORM PAVERS $50.39 1T 5D 8P SPREADER, TOPSIDER & SCREEDMAN $50.39 1T 5D 8P SUBGRADE TRIMMER $49.90 1T 5D 8P I TOWER BUCKET ELEVATORS $49.48 1T 5D 8P TRACTORS, (75 HP & UNDER ) $49.48 1T 5D 8P TRACTORS, (OVER 75 HP) $49.90 1T 5D 8P TRANSFER MATERIAL SERVICE MACHINE $49.90 1T 5D 8P I 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 1T 5D 8P III 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 1T 5D 8P I YO YO PAY DOZER $49.90 1T 5D 8P POWER EQUIPMENT OPERATORS- UNDERGROUND SEWER & WATER (SEE POWER EQUIPMENT OPERATORS) POWER LINE CLEARANCE TREE TRIMMERS I JOURNEY LEVEL IN CHARGE $39.33 4A 5A SPRAY PERSON $37.24 4A 5A TREE EQUIPMENT OPERATOR $37.85 4A 5A I TREE TRIMMER $35.21 4A 5A TREE TRIMMER GROUNDPERSON $26.58 4A 5A REFRIGERATION & AIR CONDITIONING MECHANICS MECHANIC $61.24 2V 5A I Page 5 1 YAKIMA COUNTY EFFECTIVE 09 -02 -2009 *************************************************************************** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code RESIDENTIAL BRICK & MARBLE MASONS I JOURNEY LEVEL $29.00 1 RESIDENTIAL CARPENTERS JOURNEY LEVEL $14.58 1 RESIDENTIAL CEMENT MASONS I JOURNEY LEVEL $11.86 1 RESIDENTIAL DRYWALL TAPERS JOURNEY LEVEL $19.08 1 RESIDENTIAL ELECTRICIANS I JOURNEY LEVEL $21.98 1 RESIDENTIAL GLAZIERS JOURNEY LEVEL $22.43 1B 61 t RESIDENTIAL INSULATION APPLICATORS JOURNEY LEVEL $10.00 1 RESIDENTIAL LABORERS JOURNEY LEVEL $8.55 1 I RESIDENTIAL PAINTERS JOURNEY LEVEL $13.89 1 RESIDENTIAL PLUMBERS & PIPEFITTERS JOURNEY LEVEL $15.56 1 RESIDENTIAL SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) $34.85 1X 5A RESIDENTIAL SOFT FLOOR LAYERS t JOURNEY LEVEL $17.55 1 RESIDENTIAL TERRAZZO /TILE FINISHERS JOURNEY LEVEL $17.00 1 I RESIDENTIAL TERRAZZO /TILE SETTERS JOURNEY LEVEL $8.55 1 ROOFERS JOURNEY LEVEL $32.52 2P 51 USING IRRITABLE BITUMINOUS MATERIALS $35.52 2P 51 SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) $48.01 1X 5A SIGN MAKERS 8 INSTALLERS (ELECTRICAL) I JOURNEY LEVEL $14.65 1 SIGN MAKERS B INSTALLERS (NON- ELECTRICAL) JOURNEY LEVEL $14.65 1 SOFT FLOOR LAYERS JOURNEY LEVEL $23.11 1N 5A SOLAR CONTROLS FOR WINDOWS JOURNEY LEVEL $8.55 1 I SPRINKLER FITTERS (FIRE PROTECTION) JOURNEY LEVEL $46.30 1R 5Q STAGE RIGGING MECHANICS (NON STRUCTURAL) I JOURNEY LEVEL $13.23 1 STREET AND PARKING LOT SWEEPER WORKERS JOURNEY LEVEL $8.55 1 SURVEYORS I CHAIN PERSON $9.25 1 INSTRUMENT PERSON $12.05 1 PARTY CHIEF $15.05 1 I Page 6 1 YAKIMA COUNTY I EFFECTIVE 09 -02 -2009 (See Benefit Code Key) Over I PREVAILING Time Holiday Note Classification WAGE Code Code Code TELECOMMUNICATION TECHNICIANS I TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $20.00 1 TELEPHONE LINE CONSTRUCTION - OUTSIDE CABLE SPLICER $32.27 2B 5A I HOLE DIGGER /GROUND PERSON $18.10 2B 5A INSTALLER (REPAIRER) $30.94 2B 5A JOURNEY LEVEL TELEPHONE LINEPERSON $30.02 28 5A SPECIAL APPARATUS INSTALLER I $32.27 2B 5A I SPECIAL APPARATUS INSTALLER 11 $31.62 2B 5A TELEPHONE EQUIPMENT OPERATOR (HEAVY) $32.27 2B 5A TELEPHONE EQUIPMENT OPERATOR (LIGHT) $30.02 2B 5A I 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 I TREE TRIMMER $30.02 2B 5A TERRAZZO WORKERS & TILE SETTERS JOURNEY LEVEL $30.37 1M 5A TILE, MARBLE & TERRAZZO FINISHERS I FINISHER $26.29 1M 5A TRAFFIC CONTROL STRIPERS JOURNEY LEVEL $38.90 1K 5A I TRUCK DRIVERS ASPHALT MIX $14.19 1 DUMP TRUCK $34.24 2G 61 DUMP TRUCK & TRAILER $34.24 2G 61 I OTHER TRUCKS $34.24 2G 61 TRANSIT MIXER $34.24 2G 61 WELL DRILLERS & IRRIGATION PUMP INSTALLERS I IRRIGATION PUMP INSTALLER $25.44 1 OILER $9.20 1 WELL DRILLER $18.00 1 1 1 1 1 1 1 Page 7 1 Washington State Department of Labor and Industries ' Policy Statement (Regarding the Production of "Standard" or "Non- standard" Items) Below is the department's (State L &I's) list of criteria to be used in determining whether a prefabricated item is "standard" or "non- standard ". For items not appearing on WSDOT's predetermined list, these criteria shall be used by the Contractor (and the Contractor's subcontractors, agents to subcontractors, suppliers, manufacturers, and fabricators) to determine coverage under RCW 39.12. The production, in the State of Washington, of non - standard items is covered by RCW 39.12, and the production of ' standard items is not. The production of any item outside the State of Washington is not covered by RCW 39.12. 1. Is the item fabricated for a public works project? If not, it is not subject to RCW 39.12. If it is, go to question 2. 2. Is the item fabricated on the public works jobsite? If it is, the work is covered under ' RCW 39.12. If not, go to question 3. 3. Is the item fabricated in an assembly /fabrication plant set up for, and dedicated primarily to, the public works project? If it is, the work is covered by RCW 39.12. If not, 1 go to question 4. 4. Does the item require any assembly, cutting, modification or other fabrication by the supplier? If not, the work is not covered by RCW 39.12. If yes, go to question 5. 5. Is the prefabricated item intended for the public works project typically an inventory item which could reasonably be sold on the general market? If not, the work is covered ' by RCW 39.12. If yes, go to question 6. 6. Does the specific prefabricated item, generally defined as standard, have any ' unusual characteristics such as shape, type of material, strength requirements, finish, etc? If yes, the work is covered under RCW 39.12. Any firm with questions regarding the policy, WSDOT's Predetermined List, or for determinations of covered and non - covered workers shall be directed to State L &I at (360) 902 -5330. t 1 1 Supplemental to Wage Rates 1 9/2/09 Reversion Edition, Published 9/1/2009 WSDOT's 1 Predetermined List for Suppliers - Manufactures - Fabricator Below is a list of potentially prefabricated items, originally furnished by WSDOT to Washington State Department of Labor and Industries, that may be considered non- standard and therefore covered by the prevailing wage law, RCW 39.12. Items marked with an X in the "YES" column should be considered to be non - standard and therefore covered by RCW 39.12. Items marked with an X in the "NO" column should be considered to be standard and therefore not covered. Of course, exceptions to this general list may occur, and in that case shall be evaluated according to the criteria described in State and L &I's policy statement. ITEM DESCRIPTION YES NO 1 1. Metal rectangular frames, solid metal covers, herringbone grates, and bi- directional vaned grates for Catch Basin X Types 1, 1L, 1P, and 2 and Concrete Inlets. See Std. Plans 2. Metal circular frames (rings) and covers, circular grates, and prefabricated ladders for Manhole Types 1, 2, and 3, X Drywell Types 1, 2, and 3 and Catch Basin Type 2. See Std. Plans 3. Prefabricated steel grate supports and welded grates, metal frames and dual vaned grates, and Type 1, 2, and X 3 structural tubing grates for Drop Inlets. See Std. Plans. 4. Concrete Pipe - Plain Concrete pipe and reinforced concrete pipe Class 2 to 5 sizes smaller than 60 inch diameter. X 5. Concrete Pipe - Plain Concrete pipe and reinforced concrete pipe Class 2 to 5 sizes larger than 60 inch diameter. X ! 1 6. Corrugated Steel Pipe - Steel lock seam corrugated pipe for culverts and storm sewers, sizes 30 inch X to 120 inches in diameter. May also be treated, 1 thru 5. 7. Corrugated Aluminum Pipe - Aluminum lock seam corrugated pipe for culverts and storm sewers, sizes 30 inch to 120 inches in X diameter. May also be treated, #5. 1 ------------- - - - - -- ------- - - - - -- - - - -- - - - -- - - - -- - - -- - - -- 1 1 Supplemental to Wage Rates 2 1 9/2/09 Reversion Edition, Published 9/1/2009 1 1 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator I ITEM DESCRIPTION YES NO 8. Anchor Bolts & Nuts - Anchor Bolts and Nuts, for I mounting sign structures, luminaries and other items, shall be made from commercial bolt stock. X See Contract Plans and Std. Plans for size and material type. I 9. Aluminum Pedestrian Handrail - Pedestrian handrail conforming to the type and material specifications set forth in the contract plans. Welding of aluminum shall be X 1 in accordance with Section 9- 28.14(3). i 10. Major Structural Steel Fabrication - Fabrication of major steel I items such as trusses, beams, girders, etc., for bridges. X j 11. Minor Structural Steel Fabrication - Fabrication of minor steel Items such as special hangers, brackets, access doors for I structures, access ladders for irrigation boxes, bridge expansion joint systems, etc., involving welding, cutting, punching and /or X boring of holes. See Contact Plans for item description and shop I drawings. 12. Aluminum Bridge Railing Type BP - Metal bridge railing conforming to the type and material specifications set forth I in the Contract Plans. Welding of aluminum shall be in X accordance with Section 9- 28.14(3). I 13. Concrete Piling -- Precast - Prestressed concrete piling for use as 55 and 70 ton concrete piling. Concrete to conform to Section 9 -19.1 of Std. Spec.. X 1 14. Precast Manhole Types 1, 2, and 3 with cones, adjustment sections and flat top slabs. See Std. Plans. X I 15. Precast Drywell Types 1, 2, and with cones and adjustment Sections. X See Std. Plans. 1 16. Precast Catch Basin - Catch Basin type 1, 1 L, 1 P, and 2 With adjustment sections. See Std. Plans. X 1 1 1 Supplemental to Wage Rates 3 9/2/09 Reversion Edition, Published 9/1/2009 1 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator ITEM DESCRIPTION YES NO N� 17. Precast Concrete Inlet - with adjustment sections, See Std. Plans X ' N� ~^ | �� 18. Precast Drop Inlet Type 1 and 2 with metal grate supports. See Std. Plans. X 1 19. Precast Grate Inlet Type 2 with extension and top units. See Std. Plans X ------------ ----------' -------- — ------'--- --------------- "� 20. Metal frannea, vaned gnataa, and hoods for Combination Inlets. See Std. Plans X � � .. -- U� 21. Precast Concrete Utility Vaults - Precast Concrete utility vaults of various sizes. Used for in ground storage of utility facilities and controls. See Contract Plans for size and construction � requirements. Shop drawings are to be provided for approval ^^ prior to casting 22. Vault Riser - For use with Valve Vaults --- Utilities — ----- ----' N� �� Vaults. X 23. Valve For underground utilities. � � ]� See Con�actPlans �vdetails. ^^ 24. Precast Concrete Barrier - Precast Concrete Barrier for use as new barrier or may also be used as Temporary Concrete Barrier. OnIy new state approved barrier may be used as X ^~ ! �� permanent barrier . 25. Reinforced Panels Earth Panels in —'—'----'--� size and shape as shown in the Plans. Fabrication plant has i 111 annual approval for methods and materials to be used. See Shop Drawing. X Fabrication at other locations may be approved, after facilities N� inspection, contact HQ. Lab. 26. PraoaotConoreb*VVoUa - ProoaatConorab»VVaUa - Ub-upvvaU panel in size and shape as shown in Plans. � �� Fabrication plant has annual approval for methods and materials ^^ . tobeused | 0� �� 1 Supplemental to Wage Rates 4 �� 9/2/09 Reversion Edition, Published 9/1/2009 1 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator ITEM DESCRIPTION YES NO 27. Precast Railroad Crossings - Concrete Crossing Structure Slabs. X 28. 12, 18 and 26 inch Standard Precast Prestressed Girder — Standard Precast Prestressed Girder for use in structures. Fabricator plant has annual approval of methods and materials to ' be used. Shop Drawing to be provided for approval prior to X casting girders. See Std. Spec. Section 6- 02.3(25)A 1 29. Prestressed Concrete Girder Series 4 -14 - Prestressed Concrete Girders for use in structures. Fabricator plant has annual approval ' of methods and materials to be used. Shop Drawing to be X provided for approval prior to casting girders. See Std. Spec. Section 6- 02.3(25)A ' 30. Prestressed Tri -Beam Girder - Prestressed Tri -Beam Girders for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. X See Std. Spec. Section 6- 02.3(25)A 31. Prestressed Precast Hollow -Core Slab — Precast Prestressed Hollow -core slab for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. X l _ See Std. Spec. Section 6- 02.3(25)A. 32. Prestressed -Bulb Tee Girder - Bulb Tee Prestressed Girder for use in structures. Fabricator plant has annual approval of ' methods and materials to be used. Shop Drawing to be provided X for approval prior to casting girders. See Std. Spec. Section 6- 02.3(25)A 1 - -' 33. Monument Case and Cover X See Std. Plan. 1 1 1 1 Supplemental to Wage Rates 5 9/2/09 Reversion Edition, Published 9/1/2009 1 1 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator ITEM DESCRIPTION YES NO r 34. Cantilever Sign Structure - Cantilever Sign Structure fabricated from steel tubing meeting AASHTO -M -183. See Std. Plans, and Contract Plans for details. The steel structure X shall be galvanized after fabrication in accordance with AASHTO-M-111. 1 35. Mono -tube Sign Structures - Mono -tube Sign Bridge fabricated to details shown in the Plans. Shop drawings for X approval are required prior to fabrication. 36. Steel Sign Bridges - Steel Sign Bridges fabricated from steel tubing meeting AASHTO -M -138 for Aluminum Alloys. See Std. Plans, and Contract Plans for details. The steel structure X shall be galvanized after fabrication in accordance with AASHTO -M -111. 37. Steel Sign Post - Fabricated Steel Sign Posts as detailed in Std Plans. Shop drawings for approval are to be provided prior to X 1 fabrication 38. Light Standard - Prestressed - Spun, prestressed, hollow concrete poles. X Light Standards - Lighting Standards for use on highway ' 39. Li 9 9 9 illumination systems, poles to be fabricated to conform with methods and materials as specified on Std. Plans. See Specia X Provisions for pre- approved drawings. 40. Traffic Signal Standards - Traffic Signal Standards for use on highway and /or street signal systems. Standards to be fabricated X to conform with methods and material as specified on Std. Plans. See Special Provisions for pre- approved drawings 41. Precast Concrete Sloped Mountable Curb (Single and DualFaced) X See Std. Plans. 1 1 1 Supplemental to Wage Rates 6 9/2/09 Reversion Edition, Published 9/1/2009 1 1 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator 111 ITEM DESCRIPTION YES NO 42. Traffic Signs - Prior to approval of a Fabricator of Traffic Signs, the sources of the following materials must be submitted and approved for reflective sheeting, legend material, and aluminum sheeting. X X NOTE: *" Fabrication inspection required. Only signs tagged "Fabrication Approved" by WSDOT Sign Fabrication Inspector to be installed Custom Std ' Message Message Sign 43. Cutting & bending reinforcing steel X ' 44. Guardrail components X X Custom Standard End Sec Sec 45. Aggregates /Concrete mixes Covered by ' WAC 296 - 127 -018 46. Asphalt Covered by WAC 296- 127 -018 1 47. Fiber fabrics – — — — X 48. Electrical wiring /components X 49. treated or untreated timber pile X 50. Girder pads (elastomeric bearing) X 51. Standard Dimension lumber X 1 52. Irrigation components X 1 1 1 1 Supplemental to Wage Rates 7 9/2/09 Reversion Edition, Published 9/1/2009 1 1 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator ITEM DESCRIPTION YES NO 53. Fencing materials X 54. Guide Posts X 55. Traffic Buttons X 56. Epoxy X ; 57. Cribbing X ; 1 58. Water distribution materials X 59. Steel "H" piles X 60. Steel pipe for concrete pile casings X 61. Steel pile tips, standard X 62. Steel pile tips, custom X 1 Supplemental to Wage Rates 8 9/2/09 Reversion Edition, Published 9/1/2009 1 1 State of Washington I Department of Labor and Industries Prevailing Wage Section - Telephone (360) 902 - PO Box 44540, Olympia, WA 98504 -4540 Washington State Prevailing Wage I 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. I METAL FABRICATION (IN SHOP) EFFECTIVE 09/02/2009 ********************************************************************* * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** (See Benefit Code Key) I Classification Code Prevailing Overtime Holiday Wage Code Code I Counties Covered: ADAMS, ASOTIN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, KITTITAS LINCOLN, OKANOGAN, PEND ORIELLE, STEVENS, WALLA WALLA AND WHITMAN I FITTER/WELDER $12.76 1 LABORER $8.55 1 MACHINE OPERATOR $12.66 1 1 PAINTER $10.20 1 I Counties Covered: BENTON MACHINE OPERATOR $10.53 1 I PAINTER $9.76 1 WELDER $16.70 1 1 Counties Covered: I CHELAN FITTER $15.04 1 LABORER $9.54 1 I MACHINE OPERATOR $9.71 1 PAINTER $9.93 1 WELDER $12.24 1 I Counties Covered: CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, LEWIS, MASON, PACIFIC SAN JUAN AND SKAGIT I FITTER/WELDER $15.16 1 LABORER $11.13 1 MACHINE OPERATOR $10.66 1 1 PAINTER $11.41 1 1 1 Supplemental to Wage Rates 9 9/2/09 Reversion Edition, Published 9/1/2009 1 1 1 METAL FABRICATION (IN SHOP) I EFFECTIVE 09/02/2009 ********************************************************************* * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** (See Benefit Code Key) Classification Code Prevailing Overtime Holiday I Wage Code Code Counties Covered: CLARK FITTER $27.49 1E 6H I LABORER $19.21 1E 6H MACHINE OPERATOR $28.77 1E 6H PAINTER $25.31 1E 6H WELDER $26.89 1E 6H 1 LAYEROUT $28.77 1E 6H Counties Covered: COWLITZ MACHINE OPERATOR $24.65 1B 6V I FITTER $24.65 1B 6V WELDER $24.65 1B 6V Counties Covered: I GRANT FITTER/WELDER $10.79 1 1 PAINTER $8.55 1 Counties Covered: KING FITTER $15.86 1 I LABORER $9.78 1 MACHINE OPERATOR $13.04 1 PAINTER $11.10 1 WELDER 15.48 I Counties Covered: KITSAP FITTER $26.96 1 LABORER $8.55 1 MACHINE OPERATOR $13.83 1 WELDER $13.83 1 1 1 1 Supplemental to Wage Rates 10 1 9/2/09 Reversion Edition, Published 9/1/2009 1 1 1 I METAL FABRICATION (IN SHOP) EFFECTIVE 09/02/2009 ********************************************************************* * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** I (See Benefit Code Key) Classification Code Prevailing Overtime Holiday Wage Code Code I Counties Covered: KLICKITAT, SKAMANIA, WAHKIAKUM I FITTER/WELDER $16.99 1 LABORER $10.44 1 MACHINE OPERATOR $17.21 1 PAINTER $17.03 1 1 Counties Covered: PIERCE 1 FITTER $15.25 1 LABORER $10.32 1 MACHINE OPERATOR $13.98 1 I WELDER $13.98 1 Counties Covered: SNOHOMISH I FITTER/WELDER $15.38 1 LABORER $9,79 1 MACHINE OPERATOR $8.84 1 I PAINTER $9.98 1 Counties Covered: SPOKANE I FITTER $12.59 1 LABORER $8.55 1 I MACHINE OPERATOR $13.26 1 PAINTER $10.27 1 WELDER $10.80 1 1 1 1 1 1 Supplemental to Wage Rates 11 9/2/09 Reversion Edition, Published 9/1/2009 1 1 METAL FABRICATION (IN SHOP) 1 EFFECTIVE 09/02/2009 (See Benefit Code Key) 1 Classification Code Prevailing Overtime Holiday Wage Code Code I Counties Covered: THURSTON FITTER $26.24 1A 6T I LABORER $16.42 1A 6T MACHINE OPERATOR $20.23 1A 6T LAYEROUT $28.56 1A 6T I WELDER $23.97 1A 6T Counties Covered: WHATCOM I FITTER/WELDER $13.81 1 LABORER $9.00 1 MACHINE OPERATOR $13.81 1 Counties Covered: YAKIMA FITTER $12.00 1 I LABORER $10.31 1 MACHINE OPERATOR $11.32 1 PAINTER $12.00 1 WELDER $11.32 1 I 1 1 1 1 1 1 Supplemental to Wage Rates 12 r 9/2/09 Reversion Edition, Published 9/1/2009 1 1 1 I FABRICATED PRECAST CONCRETE PRODUCTS EFFECTIVE 09/02/2009 I (See Benefit Code Key) Classification Code Prevailing Overtime Holiday Wage Code Code I Counties Covered: ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS, FERRY, GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND OREILLE, STEVENS, WALLA WALLA AND WHITMAN 1 ALL CLASSIFICATIONS $9.96 1 I Counties Covered: CHELAN, KITTITAS, KLICKITAT AND SKAMANIA ALL CLASSIFICATIONS 8.61 1 I Counties Covered: CLALLAM, CLARK, COWLITZ, GRAYS HARBOR, ISLAND, JEFFERSON, KITSAP,LEWIS, MASON, PACIFIC, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WAHKIAKUM 1 ALL CLASSIFICATIONS $13.50 1 Counties Covered: I FRANKLIN ALL CLASSIFICATIONS $11.50 1 1 Counties Covered: • KING ALL CLASSIFICATIONS $13.60 2K 5B I Counties Covered: PIERCE ALL CLASSIFICATIONS $9.28 1 I Counties Covered: SPOKANE 1 ALL CLASSIFICATIONS $20.23 1 Counties Covered: WHATCOM I ALL CLASSIFICATIONS $13.67 1 Counties Covered: I YAKIMA CRAFTSMAN $8.72 1 LABORER $8.55 1 1 1 Supplemental to Wage Rates 13 9/2/09 Reversion Edition, Published 9/1/2009 WSDOT's List of State Occupations not applicable to Heavy and Highway Construction Projects This project is subject to the state hourly minimum rates for wages and fringe benefits in the contract provisions, as provided by the state Department of Labor and Industries. The following list of occupations, is comprised of those occupations that are not normally used in the construction of heavy and highway projects. When considering job classifications for use and / or payment when bidding on, or building heavy and highway construction projects for, or administered by WSDOT, these Occupations will be excepted from the included "Washington State Prevailing Wage Rates For Public Work Contracts" documents. , • Electrical Fixture Maintenance Workers • Electricians - Motor Shop • Heating Equipment Mechanics • Industrial Engine and Machine Mechanics • Industrial Power Vacuum Cleaners • Inspection, Cleaning, Sealing of Water Systems by Remote Control • Laborers - Underground Sewer & Water • Machinists (Hydroelectric Site Work) • Modular Buildings • Playground & Park Equipment Installers • Power Equipment Operators - Underground Sewer & Water • Residential ***ALL ASSOCIATED RATES * ** • Sign Makers and Installers (Non - Electrical) • Sign Makers and Installers (Electrical) • Stage Rigging Mechanics (Non Structural) ' The following occupations may be used only as outlined in the preceding text concerning "WSDOT's list for Suppliers - Manufacturers - Fabricators" • Fabricated Precast Concrete Products • Metal Fabrication (In Shop) Definitions for the Scope of Work for prevailing wages may be found at the Washington State Department of Labor and Industries web site and in WAC Chapter 296 -127. Supplemental to Wage Rates 14 ' 9/2/09 Reversion Edition, Published 9/1/2009 1 1 Washington State Department of Labor and Industries Policy Statements (Regarding Production and Delivery of Gravel, Concrete, Asphalt, etc.) 1 WAC 296- 127 -018 Agency filings affecting this section ' Coverage and exemptions of workers involved in the production and delivery of gravel, concrete, asphalt, or similar materials. 1 (1) The materials covered under this section include but are not limited to: Sand, gravel, crushed rock, concrete, asphalt, or other similar materials. (2) All workers, regardless of by whom employed, are subject to the provisions of 1 chapter 39.12 RCW when they perform any or all of the following functions: (a) They deliver or discharge any of the above - listed materials to a public works ' project site: (i) At one or more point(s) directly upon the location where the material will be ' incorporated into the project; or (ii) At multiple points at the project; or (iii) Adjacent to the location and coordinated with the incorporation of those materials. (b) They wait at or near a public works project site to perform any tasks subject to this ' section of the rule. (c) They remove any materials from a public works construction site pursuant to contract requirements or specifications (e.g., excavated materials, materials from 1 demolished structures, clean -up materials, etc.). (d) They work in a materials production facility (e.g., batch plant, borrow pit, rock quarry, etc.) which is established for a public works project for the specific, but not necessarily exclusive, purpose of supplying materials for the project. (e) They deliver concrete to a public works site regardless of the method of incorporation. (f) They assist or participate in the incorporation of any materials into the public works ' project. 1 1 1 Supplemental to Wage Rates 15 9/2/09 Reversion Edition, Published 9/1/2009 1 1 1 (3) All travel time that relates to the work covered under subsection (2) of this section requires the payment of prevailing wages. Travel time includes time spent waiting to load, loading, transporting, waiting to unload, and delivering materials. Travel time would include all time spent in travel in support of a public works project whether the vehicle is empty or full. For example, travel time spent returning to a supply source to obtain another load of material for use on a public works site or returning to the public works site to obtain another load of excavated material is time spent in travel that is subject to prevailing wage. Travel to a supply source, including travel from a public works site, to obtain materials for use on a private project would not be travel subject to the prevailing wage. (4) Workers are not subject to the provisions of chapter 39.12 RCW when they deliver 1 materials to a stockpile. (a) A "stockpile" is defined as materials delivered to a pile located away from the site of incorporation such that the stockpiled materials must be physically moved from the stockpile and transported to another location on the project site in order to be incorporated into the project. (b) A stockpile does not include any of the functions described in subsection (2)(a) through (f) of this section; nor does a stockpile include materials delivered or distributed to multiple locations upon the project site; nor does a stockpile include materials dumped at the place of incorporation, or adjacent to the location and coordinated with the incorporation. (5) The applicable prevailing wage rate shall be determined by the locality in which 1 the work is performed. Workers subject to subsection (2)(d) of this section, who produce such materials at an off -site facility shall be paid the applicable prevailing wage rates for the county in which the off -site facility is located. Workers subject to subsection (2) of this section, who deliver such materials to a public works project site shall be paid the applicable prevailing wage rates for the county in which the public works project is located. 1 [Statutory Authority: Chapter 39.12 RCW, RCW 43.22.051 and 43.22.270. 08 -24 -101, § 1 296- 127 -018, filed 12/2/08, effective 1/2/09. Statutory Authority: Chapters 39.04 and 39.12 RCW and RCW 43.22.270. 92 -01 -104 and 92 -08 -101, § 296- 127 -018, filed 1 12/18/91 and 4/1/92, effective 8/31/92.] 1 1 1 Supplemental to Wage Rates 16 1 9/2/09 Reversion Edition, Published 9/1/2009 1 ' BENEFIT CODE KEY - EFFECTIVE 09 -02 -2009 OVERTIME CODES OVERTIME CALCULATIONS ARE BASED ON THE HOURLY RATE ACTUALLY PAID TO THE WORKER. ON PUBLIC WORKS PROJECTS, THE HOURLY RATE MUST BE NOT LESS THAN THE PREVAILING RATE OF WAGE MINUS THE ' HOURLY RATE OF THE COST OF FRINGE BENEFITS ACTUALLY PROVIDED FOR THE WORKER. 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. 1 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 1 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. 1 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. 1 P. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF CIRCUMSTANCES WARRANT) AND SUNDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. BENEFIT CODE KEY - EFFECTIVE 09 -02 -2009 -2- 1. Q. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND UP TO TEN (10) HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT CHRISTMAS DAY) SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON CHRISTMAS DAY SHALL BE PAID AT TWO AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. R. ALL 1 -LOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. S. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER OVERTIME HOURS WORKED, EXCEPT LABOR DAY, SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. T. WORK PERFORMED IN EXCESS OF EIGHT (8) HOURS OF STRAIGHT TIME PER DAY, OR TEN (10) HOURS OF STRAIGHT TIME PER DAY WHEN FOUR TEN (10) HOUR SHIFTS ARE ESTABLISHED, OR FORTY (40) HOURS OF STRAIGHT TIME PER WEEK, MONDAY THROUGH FRIDAY, OR OUTSIDE THE NORMAL SHIFT, AND ALL WORK ON SATURDAYS SHALL BE PAID AT TIME AND ONE -HALF THE STRAIGHT TIME RATE. HOURS WORKED OVER TWELVE HOURS (12) IN A SINGLE SHIFT AND ALL WORK PERFORMED AFTER 6:00 PM SATURDAY TO 6:00 AM MONDAY AND HOLIDAYS SHALL BE PAID AT DOUBLE THE STRAIGHT TIME RATE OF PAY. THE EMPLOYER SHALL HAVE THE SOLE DISCRETION TO ASSIGN OVERTIME WORK TO EMPLOYEES. PRIMARY CONSIDERATION FOR OVERTIME WORK SHALL BE GIVEN TO EMPLOYEES REGULARLY ASSIGNED TO THE WORK TO BE PERFORMED ON OVERTIME SITUATIONS. AFTER AN EMPLOYEE HAS WORKED EIGHT (8) HOURS AT AN APPLICABLE OVERTIME RATE, ALL ADDITIONAL HOURS SHALL BE AT THE APPLICABLE OVERTIME RATE UNTIL SUCH TIME AS THE EMPLOYEE HAS HAD A BREAK OF EIGHT (8) 1 -LOURS OR MORE. U. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF 1 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 FLOURS 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 1 -TOURS 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 1 -TOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. BENEFIT CODE KEY - EFFECTIVE 09 -02 -2009 -3- I 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. ' V. ALL HOURS WORKED ON SATURDAYS AND ON MAKE -UP DAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. 1 BENEFIT CODE KEY - EFFECTIVE 09 -02 -2009 -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. 1 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 YEARS 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 YEARS 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 C1- IRISTMAS DAY (8). F. HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (11). G. HOLIDAYS: NEW YEARS 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 CFIRJSTMAS 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, TI- IANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (9). P. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, TI- IANKSGIVING 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. 1 I BENEFIT CODE KEY - EFFECTIVE 09 -02 -2009 -5- I Q. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (6). 1 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). I U. PAID HOLIDAYS: NEW YEARS DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (8). V. PAID HOLIDAYS: SIX (6) PAID HOLIDAYS. I W. PAID HOLIDAYS: NINE (9) PAID HOLIDAYS. X. HOLIDAYS: AFTER 520 HOURS - NEW YEAR'S DAY, THANKSGIVING DAY AND CHRISTMAS DAY. AFTER 2080 HOURS I - 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). P6. 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, I 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 I CHRISTMAS DAY (9). D. PAID HOLIDAYS: NEW YEARS DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY BEFORE OR THE DAY AFTER CHRISTMAS DAY (9). I 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). I 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). U 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). I H. PAID HOLIDAYS: NEW YEARS 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 1 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 I 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: 111 PRESIDENTS' DAY. BENEFIT CODE KEY - EFFECTIVE 09 -02 -2009 -6- T. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (9). U. HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS DAY, CHRISTMAS DAY (9). V. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY, CHRISTMAS DAY, AND ONE DAY OF THE EMPLOYEE'S CHOICE (9). W. PAID HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, DAY BEFORE OR AFTER CHRISTMAS DAY (10). X. PAID HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE OR AFTER NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, DAY BEFORE OR AFTER CHRISTMAS DAY, EMPLOYEE'S BIRTHDAY (11). Y. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND A FLOATING HOLIDAY (9). Z. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). IF A HOLIDAY FALLS ON SATURDAY, THE PRECEDING FRIDAY SHALL BE CONSIDERED AS THE HOLIDAY. IF A HOLIDAY FALLS ON SUNDAY, THE FOLLOWING MONDAY SHALL BE CONSIDERED AS THE HOLIDAY. NOTE CODES ' 8. A. IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE: OVER 50' TO 100' - $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 1 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. 1 1 1 1 PROPOSAL To the City Clerk Yakima, Washington 1 This certifies that the undersigned has examined the location of: City of Yakima 1 Yakima Valley Transportation Company Preservation Trolley Barn Repairs City Project No. 2153 1 Federal Aid No. STPE - 1485(019) 1 and that the plans, specifications and contract governing the work embraced in this improvement, 1 and the method by which payment will be made for said work, is understood. The undersigned hereby proposes to undertake and complete the work embraced in this improvement, or as much thereof as can be completed with the money available in accordance with the said plans, specifications and contract, and the following schedule of rates and prices. NOTE: Unit prices for all items, all extensions, and total amount of bid, shall be shown, and be 1 written in ink or typed. Show unit prices in figures only. Figures written to the right of the dot (decimal) in the dollars column shall be considered as cents. 1 1 1 1 1 255 1 I ITEM PROPOSAL BID SHEET City of Yakima 1 Yakima Valley Transportation Company Preservation 1 Trolley Barn Repairs I City Project No. 2153 Federal Aid No.: STPE- 1485(019) I ITEM PROPOSAL ITEM QTY UNIT UNIT PRICE AMOUNT NO. PAYMENT SECTION DOLLARS DOLLARS SPCC PLAN 1 1 -07.15 1 LS MOBILIZATION 2 1 -09.7 1 LS 3 JACKING AND SHORING EXISTING CRANE 1 LS 4 REMOVING AND DISPOSING OF EXISTING WOOD BEAM 83 LF 5 INSTALL WOOD BEAM 83 LF 6 STRUCTURAL STEEL - STIFFENER BRACKET 1717 LB 7 STRUCTURAL STEEL - CRANE STOP BRACKET 34 LB 8 REMOVE AND REATTACH POWER WIRE 2 EA 9 STRUCTURAL STEEL - WALER BEAM 1056 LB 10 RECONSTRUCT WOOD FRAMING ON SOUTH WALL 620 SF 11 REMOVE EXISTING TENSION TIE 2 EA 12 CONSTRUCT TENSION TIE 2 EA 13 REPAIR OVERHEAD ROLLER DOOR 2 EA 14 CONSTRUCT COLUMN BASE 2 EA 15 REPAIR SPALL ON EXTERIOR OF WEST WALL 350 SF 16 DISPOSE OF DEBRIS MATERIAL 10 CY 17 MISCELLANEOUS WORK - FORCE ACCOUNT 1 FA $10,000 $10,000 I 1 TOTAL: $ 1 1 257 BID BOND FORM Herewith find deposit in the form of a certified check, cashiers check or cash in the amount of $ which amount is not less than five percent of the total bid. ' Sign Here 1 BID BOND 1 KNOW ALL MEN BY THESE PRESENTS: That we, , as principal, and , as Surety, are held and firmly bound unto the City of Yakima, as Obligee, in the penal sum of Dollars, for the payment of which the Principal and the Surety bind themselves, their heirs, executors, ' administrators, successors and assigns, jointly and severally, by these presents. The condition of this obligation is such that if the Obligee shall make any award to the Principal for , according to the -terms of the proposal or bid made by the Principal therefor, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure so to do, pay and forfeit to the Obligee the penal amount of the deposit specified in the call 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. 1 SIGNED, SEALED AND DATED THIS DAY OF , 20 1 Principal 1 ' 20 Received return of deposit in the sum of $ 1 1 1 1 1 259 1 NON - COLLUSION DECLARATION 1, by signing the proposal, hereby declare, under penalty of perjury under the laws of the United States that the following statements are true and correct: 1. That the undersigned person(s), firm, association or corporation has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the project for which this proposal is submitted. 1 2. That by signing the signature page of this proposal, I am deemed to have signed and have agreed to the provisions of this declaration. NOTICE TO ALL BIDDERS 1 To report bid rigging activities call: I - 800 - 424 -9071 The U.S. Department of Transportation (USDOT) operates the above toll -free "hotline" Monday through Friday, 8:00 a.m. to 5:00 p.m., Eastern time. Anyone with knowledge of possible bid rigging, bidder collusion, or other fraudulent activities should use the "hotline" to report such activities. The "hotline" is part of USDOT's continuing effort to identify and investigate highway construction contract fraud and abuse and is operated under the direction of the USDOT Inspector General. All information will be treated confidentially and caller anonymity will be respected. 1 1 1 1 1 1 1 1 1 261 1 1 1 1 1 1 1 Certification for Federal -Aid Contracts 1 1 1 1 1 1 1. 1 1 1 1 263 Certification for Federal -Aid Contracts 1 t The prospective participant certifies by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: No Federal appropriated f n (1 ) funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress ' in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan or cooperative agreement. ' (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or ' employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form -LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. This certification is material representation of the fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each failure. ' The prospective participant also agrees by submitting his or her bid or proposal that he or she shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such subrecipients shall certify and disclose accordingly. 1 1 1 DOT Form 272 -040 EF Revised 1/2000 NON - DISCRIMINATION PROVISION 1 During the performance of this contract, the contractor agrees as follows: (1) The contractor will not discriminate against any employee or applicant for employment ' because of race, color, religion, sex, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex or national origin. Such action shall include, but ' not be limited to the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the 1 contracting officer setting forth the provisions of this nondiscrimination clause. `(2) The contractor will, in all solicitations or advertisements for employees placed by or on behalf ' of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex or national origin. *(3) The contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice, to be provided by the agency contracting officer, advising the labor union or workers' representative of the contractor's commitments under Section 202 of Executive Order No. 11246 of September 24, ' 1965, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. "(4) The contractor will comply with all provisions of Executive Order No. 11246 of September 24, 1 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. `(5) The contractor will furnish all information and reports required by Executive Order No. 11246 of September 24, 1965, and by the rules regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the contracting agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. "(6) In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any such rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts in accordance with procedures authorized in Executive Order No. 11246 of September 24, 1965, and such other sanctions may be imposed and remedies involved as provided in Executive Order No. 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. "(7) The contractor will include the provisions of Paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or orders 01 the Secretary of Labor issued pursuant to Section 204 of Executive Order No. 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order as the contracting agency may direct as a means of enforcing such provisions including sanctions for noncompliance: Provided however, that in the event the contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the contracting agency, the contractor may request the United States to enter into such litigation to protect the interests of the United States." 1 265 1 WOMEN AND MINORITY BUSINESS ENTERPRISE POLICY It is the policy of the City of Yakima that women and minority business enterprises shall have the maximum opportunity to participate in the performance of work relating to the City's activities. To this end, the City is committed to take all necessary and reasonable steps in accordance with state and federal rules and regulations to ensure women and minority business enterprises the maximum opportunity to compete for and to perform contracts. ' In order to enhance opportunities for women and minority businesses to participate in certain contractor opportunities with the City of Yakima, and as a recipient of federal and state financial assistance, the City is committed to a women and minority business enterprise utilization ' program. The City is determined to maximize women and minority business opportunities through participation in the competitive bidding process through women and minority business enterprise affirmative action programs administratively established by the City Manager and monitored and implemented in accordance with state and federal rules and regulations. All women and minority ' business enterprise programs shall include specific goals for participation of women and minority businesses in City projects of at least ten percent (10 %) of the total dollar value of City contract over $10,000. Goals shall be reviewed and updated annually by the City Manager for applicability t and to ensure that the intent of this policy is accomplished. This statement of policy will be widely disseminated to all managers, supervisors, minorities and women employed by the City of Yakima as well as to contractors, vendors, suppliers, minorities ' and women who may seek the City's procurement and construction contracts related to the women and minority business enterprise programs. Contractors associations will be made aware of construction projects affected by this policy through all available avenues to assure that plans /specifications, bid forms, and invitations to bid are as widely distributed as possible. 1 1 1 1 1 1 1 1 1 267 RESOLUTION NO. D` 418 1 6 ' A RESOLUTION adopting a "Women And Minority Business Enterprise Policy" for the City of Yakima. ' WHEREAS, the City of Yakima is the recipient of federal and state assistance which assistance carries with it the obli- 1 gation of contracting with. Women And Minority Business Enter- prises for the performance of public works, and WHEREAS, it is the intention of the City of Yakima that Women And Minority Business Enterprises shall have the maximum ' practicable opportunity to participate in the performance of such public works, and ' WHEREAS, the City of Yakima is determined to maximize Women And Minority Business Enterprise opportunities for parti- cipation in its competitive bidding process through the adoption ' of the "Women And Minority Business Enterprise Policy" statement ' attached hereto, now, therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: II The City Council hereby adopts the "Women And Minority Business Enterprise Policy ", a copy of which is attached hereto ' and by reference made a part hereof. ADOPTED BY THE CITY COUNCIL this .:.43 F Ut day of r c ,� e , 1983. (779o ( ' Mayor ' ATTEST: •7 3 City Clerk i 269 AFFIRMATIVE ACTION PLAN The bidders, contractors and subcontractors will not be eligible for award of a contract under this Advertisement for Bids unless it certifies as prescribed, that it adopts the minimum goals and ' timetable of minority and women workforce utilization and specific affirmative action steps as set forth by the City of Yakima, This is directed at increasing minority and women workforce utilization by means of applying good faith efforts to carrying out such steps. ' However, no contractor or subcontractor shall be found to be in noncompliance solely on account of its failure to meet its goals within its timetables, but such contractor shall be given the opportunity to demonstrate that it has instituted all of the specific affirmative action steps specified ' by the City of Yakima, and has made every good faith effort to make these steps work toward the attainment of its goals, all to the purpose of expanding minority and women workforce utilization on all of its projects in the City of Yakima, Washington. In all cases, the compliance of a bidder, contractor or subcontractor will be determined in accordance with its respective obligations under the terms of these Bid Conditions. All bidders and all contractors and subcontractors performing or to perform work on projects t subject to these Bid Conditions hereby agree to inform their subcontractors of their respective obligations under the terms and requirements of these Bid Conditions, including the provisions relating to goals of minority and women employment and training. 1 Specific Affirmative Action Steps Bidders, contractors and subcontractors subject to this contract must engage in affirmative action directed at increasing minority and women workforce utilization, which is at least as extensive and as specific as the following steps: a. The contractor shall notify community organizations that the contractor has ' employment opportunities available and shall maintain records of the organizations' response. ' b. The contractor shall maintain a file of the names and addresses of each minority and women worker referred to him and what action was taken with respect to each such referred worker, and if the worker was not employed, the reasons therefore. If suchworker was not sent to the union hiring hall for referral or if such worker was not employed by the contractor, the contractor's file shall document this and the reasons therefore. ' c. The contractor shall promptly notify the City of Yakima Engineering Division an Contract Compliance Officer when the union or unions with whom the contractor has collective bargaining agreement has not referred to the contractor a minority or woman worker sent by the contractor or the contractor has other information that the 1 union referral process has impeded him in his efforts to meet his goal. d. The contractor shall participate in training programs in the area, especially those ' funded by the Department of Labor. e. The contractor shall disseminate his EEO policy within his own organization by including it in any policy manual; by publicizing it in company newspapers, annual ' reports, etc., by conducting staff, employee and union representatives' meetings to explain and discuss the policy; by posting of the policy; and by specific review of the policy with minority employees. 1 f. The contractor shall disseminate his EEO policy externally by informing and discussing it with all recruitment sources; by advertising in news media, specifically 1 271 1 including minority news media; and by notifying and discussing it with all subcontractors and suppliers. g. The contractor shall make specific efforts and constant personal (both written and oral) recruitment efforts directed at all minority or women organizations, schools with minority students, minority recruitment organizations and minority training organizations, within the contractor's recruitment areas. h. The contractor shall make specific efforts to encourage present minority employees 1 to recruit their friends and relatives. i. The contractor shall validate all man specifications; selection requirements, tests, etc. 1 j. The contractor shall make every effort to promote after school, summer and vacation employment to minority youth. 1 k. The contractor shall develop on- the -job training opportunities and participate and assist in any association or employer group training programs relevant to the 1 contractor's employee needs consistent with its obligations under this bid. I. The contractor shall continually inventory and evaluate all minority and women personnel for promotion opportunities and encourage minority and women employees to seek such opportunities. m. The contractor shall make sure that seniority practices, job classifications, etc., do not have a discriminatory effect. n. The contractor shall make certain that all facilities and company activities are non- segregated. 1 o. The contractor shall continually monitor all personnel activities to ensure that his EEO policy is being carried out. p. The contractor shall solicit bids for subcontracts from available minority and women subcontractors, engaged in the trades covered by these Bid Conditions, including circulation of minority and women contractor associations. 1 q. Non cooperation: In the event the union is unable to provide the contractor with a reasonable flow of minority and women referrals within the time limit set forth in the collective bargaining agreements, the contractor shall, through independent recruitment efforts, fill the employment vacancies without regard to race, color, religion, sex or national origin, making full efforts to obtain qualified and /or qualifiable minorities and women. (The U.S. Department of Labor has held that it shall be no excuse that the union with which the contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority or women employees.) In the event the union referral practice prevents the contractor from meeting the obligations pursuant to Executive Order 11246 and 23 CFR Part 230 as amended, and the Standard Specifications, such contractor shall immediately notify the City of Yakima Engineering Department or the City of Yakima Compliance Officer. 1 1 1 272 1 1 BIDDERS CERTIFICATION A bidder will not be eligible for award of a contract under this invitation for bids unless such bidder has submitted as a part of its bid the following certification, which will be deemed a part of the resulting contract: certifies that: ' (BIDDER) 1. It intends to use the following listed construction trades in the work under the contract 1 and; as to those trades for which it is required by these Bid Conditions to comply with these Bid Y PY Conditions, it adopts the minimum minority and women workforce utilization goals and the ' specific affirmative action steps for all construction work (both federal and non - federal) in the Yakima, Washington area subject to these Bid Conditions, those trades being: 1 1 and; ' 2. It will obtain from each of its subcontractors and submit to the contracting or administering agency prior to the award of any sub - contract under this contract the Subcontractor Certification required by these Bid Conditions. 1 (Signature of Authorized Representative of Bidder) 1 1 1 1 1 273 1 1 1 1 1 Contractor and Subcontractor or Lower Tier Subcontractor Certification for Federal -Aid Projects I DOT FORM 420 -004EF Follows this page as an 1 Attachment 1 1 1 1 1 1 1 1 1 1 1 1 275 1 Contractor and Subcontractor or �� Washington State Lower Tier Subcontractor Departme of 'TY ansportation 1 Certification for Federal -Aid Projects (Required for each Subcontractor or Lower Tier Subcontractor on all Federal -Aid projects) I Contract Number Federal -Aid Number State Route Number Subcontractor or Lower Tier Subcontractor I To be signed by proposed subcontractor or lower tier subcontractor I The contract documents for this subcontract include as part of the subcontract a special provision entitled "Required Federal -Aid Provisions ", the "Required Contract Provisions Federal -Aid Construction Contracts (FHWA 1273) ", and the minimum wage rates. I I certify the above statement to be true and correct. I Company t Signature Date I Title 1 Contractor Certification To be completed and signed by the contractor 1 ' 1. A written agreement has been executed between my firm and the above subcontractor. I 2. 1 1 A written agreement has been executed between (the subcontractor) and the above lower tier subcontractor. I All documents required by the special provision entitled "Required Federal -Aid Provisions" are included in the agreement for (1) or (2) marked above. I I certify the above statements under Contractor Certification to be true and correct. 1 Company I Signature Date I Title I DOT Form 420 -004 EF Revised 03/2008 1 Materially and Responsiveness The certification required to be made by the bidder pursuant to these Bid Conditions is material, and will govern the bidder's performance on the project and will be made a part of his bid. Failure ' to submit the certification will render the bid non responsive. Compliance and Enforcement ' Contractors are responsible for informing their subcontractor (regardless of tier) as to their respective obligations under the conditions of the contract here (as applicable). Bidders, contractors and subcontractors hereby agree to refrain from entering into any contract or contract ' modification subject to Executive Order 11246, as amended on September 24, 1965, with a contractor debarred from, or who is determined not to be a responsible' bidder for, government contracts and federally assisted construction contracts pursuant to Executive Order. The bidder, contractor or subcontractor shall carry out such sanctions and penalties for violation of the equal ' opportunity clause including suspension, termination and cancellation of existing subcontracts as may be imposed or ordered by the administering agency, the contracting agency or the Office of Federal Contract Compliance pursuant to the Executive Order. Any bidder, or contractor or subcontractor who shall fail to carry out such sanctions and penalties shall be deemed to be in non - compliance with these Bid Conditions and Executive Order 11246, as amended. Nothing herein is intended to relieve any contractor or subcontractor during the term of its ' contract on this project from compliance with Executive Order 11246, as amended, and the Equal Opportunity Clause of its contract. ' Violation of any substantial requirement in the affirmative action plan by a contractor or subcontractor covered by these Bid Conditions including the failure of such contractor or subcontractor to make a good faith effort to meet it fair share of the trade's goals of minority and women workforce utilization, and shall be grounds for imposition of the sanctions and penalties 1 provided at Section 209 (a) of Executive Order 11246, as amended. Each agency shall review its contractors' and subcontractors' employment practices during the performance of the contract. If the agency determines that the affirmative action plan no longer represents effective affirmative action, it shall so notify the Office of Federal Contract Compliance which shall be solely responsible for any final determination of that question and the Consequences thereof. 1 In regard to these conditions, if the contractor or subcontractor meets its goals or if the contractor or subcontractor can demonstrate that it has made every good faith effort to meet those goals, ' the contractor of the subcontractor shall be presumed to be in compliance with Executive Order 11246, as amended, the implementing regulations and its obligations under these Bid Conditions and no formal sanctions or proceedings leading toward sanctions shall be instituted unless the agency otherwise determines that the contractor or subcontractor is not providing equal employment opportunities. In judging whether a contractor or subcontractor has met its goals, the agency will consider each contractors or subcontractor's minority and women workforce utilization and will not take into consideration the minority and women workforce utilization of its ' subcontractors. Where the agency finds that the contractor or subcontractor has failed to comply with the requirement of Executive Order 11246, as amended, the implementing regulations and its obligations under these Bid Conditions, the agency shall take such action and impose such sanctions as may be appropriate under Executive Order and the regulations. When the agency ' proceeds with such formal action, it has the burden of proving that the contractor has not met the requirements of these Bid Conditions, but the contractor's failure to meet his goals shall shift to him the requirement to come forward with evidence to show that he has met the "good faith" ' requirements of these Bid Conditions by instituting at least the Specific Affirmative Action steps listed above and by making every good faith effort to make those steps work toward the attainment of its goals within its timetables. The pendency of such formal proceedings shall be 1 277 1 taken into consideration by Federal agencies in determining whether such contractor or Subcontractor can comply with the requirements of Executive Order 11246, as amended, and is therefore a "responsible prospective contractor" within the meaning of the Federal Procurement Regulations. It shall be no excuse that the union with which the contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority and women employees. The procedures set forth in these conditions shall not apply to any contract when the head of the contracting or administering agency determines that such contract is essential to the national security and that its award without following such procedures is necessary to the national security. Upon making such a determination, the agency head will notify, in writing, the Director of the Office of Federal Contractor Compliance within thirty days. Requests for exemptions from these Bid Conditions must be made in writing, with justification, to the: Director Office of Federal Contractor Compliance U.S. Department of Labor Washington, D.C. 20210 and shall be forwarded through and with the endorsement of the agency head. Contractors and 1 subcontractors must keep such records and file such reports relating to the provisions of these Bid Conditions as shall be required by the contracting or administering agency or the Office of Federal Contractor Compliance. 1 1 1 1 1 1 1 1 1 278 1 1 ' PROPOSAL Yakima Valley Transportation Company Preservation Trolley Barn Repairs ' City Project No.: 2153, Federal Aid No.: STPE- 1485(019) The bidder is hereby advised that by signature of this proposal he /she is deemed to have ' acknowledged all requirements and signed all certificates contained herein. A proposal guaranty in an amount of five percent (5 %) of the total bid, based upon the approximate estimate of quantities at the above prices and in the form as indicated below, is attached hereto: CASH ❑ IN THE AMOUNT OF ' CASHIER'S CHECK ❑ DOLLARS CERTIFIED CHECK ❑ ($ ) PAYABLE TO THE STATE TREASURER ' PROPOSAL BOND ❑ IN THE AMOUNT OF 5% OF THE BID " Receipt is hereby acknowledged of addendum(s) No.(s) , & ' SIGNATURE OF AUTHORIZED OFFICIAL(s) SP‘. FIRM NAME (ADRESS) ' PHONE NUMBER STATE OF WASHINGTON CONTRACTORS LICENSE NUMBER FEDERAL ID No. 1 1 1 1 1 1 1 WA STATE EMPLOYMENT SECURITY REFERENCE NO. ' Note: (1) This proposal form is not transferable and any alteration of the firm's name entered hereon without prior permission from the Secretary of Transportation will be cause for ' considering the proposal irregular and subsequent rejection of the bid. (2) Please refer to section 1 -02.6 of the standard specifications, re: "Preparation of Proposal," or "Article 4" of the Instructions to Bidders for building construction jobs. ' (3) Should it be necessary to modify this proposal either in writing or by electronic means, please make reference to the following proposal number in your 1 communication. ' 279 BIDDER'S CHECK LIST The bidder's attention is especially called to the following forms, which must be executed, as required, and submitted on the form purchased from the City and bound in the Contract Documents: A. PROPOSAL The unit prices, extensions and total amounts bid must be shown in the spaces ' provided. B. BID BOND ACCOMPANYING BID This Bid Bond form is to be executed by the bidder and the surety company unless ' bid is accompanied by a certified check. The amount of this bond shall be not Tess than 5% of the total amount bid and may be shown in dollars or on a percentage basis. 1 C. SUBCONTRACTOR LIST The form must be filled in for the specific trades listed. Failure to provide a complete subcontractor list at the time of bid for trades other than those listed at the top of the Subcontractor List form WILL NOT render the bid non - responsive. D. BIDDER'S CERTIFICATION ' E. PROPOSAL SIGNATURE SHEET Must be filled in and signed by the bidder. F. MBE/WBE FORM It is requested that The Bidder's Certification of the "Affirmative Action Profile" in the MBE/WBE Form be filled in and signed by the bidder. Failure to provide this 1 information WILL NOT render the bid non - responsive. The following forms are to be executed after the contract is awarded: ' A. CONTRACT This agreement is to be executed by the successful bidder. B. PERFORMANCE BOND To be executed by the successful bidder and his /her surety company. ' C. CERTIFICATE OF INSURANCE Refer to attached Informational Certificate of Insurance and Additional Insured Endorsement. Also refer to Section 1 -07.18 (APWA) of the Standard Specifications and Special Provisions. ' D. DOT Form 420 -004EF Refer to Required Contract Provisions Federal -Aid Construction Contracts FHWA- 1273. ' 281 I 1 CITY OF YAKIMA 1 YAKIMA COUNTY . ' i ° a WASHINGTON 1 TRANSIT (YvT) B UILDING YAKIMA VALLEY 1 306 W PINE St, YAKIMA, WA 98902 YAK /MA CITY PROJECT #2153 FEDERAL AID NO. STPE- 1486(019) � ++n,, f ^'" "�°,>-� r.�a'�',�:a „."” �' ' is � ' :: �:. - "` . .±'e' t �:: -�"'. ;�1.�`'.�. ' i stir ", - �.;;�;^; ^ � ; "tv; � \} Z- ^YS.:IS ?:'.•v.`w..`s.b+...N ` m.. "E,• : 'C.' {. d °,': `wPv Y; -2 . . CITY OF YAKIMA OFFICIALS �4 -:: n�; __ . z4 ,: \\ \ )���5 � � , y t�� ..a = � r . t ' � ' . . 5 ' C `4'{t ";�• t a � . .. � "� .x. �."�.. , - vT • 6�i x y .�. � S I �'� ? t'' a �a— � {` ,..„ ` r ' : . 'ate , � w , -. ,. i,14174 .s ...`. 1 ,� d + d . • i ' ' � ' ; °I; __ - t G4=� = A.C. DAVIS —' M AYOR. Micah Cawley 4s s J � ...-,;"Ni , ,y 3 : , : 9 -' , :6 1 Kathy `'' F g� ° '::;.,,: \ 9 ASSISTANT MAYOR at Coffey � ,= o-' ± y ( lc yy _ R 7 . .r 7 •' � ;t- ° - ,.�*.�, '� f r�,�' S se a M YE3.-R:�iil lA +. : : q --•- .. :,' °.' ,"",�k."'`�• I. 7 �'/' �,1' 16..t/ime. a ,, ,,., ,, it.n <� . i ➢ , .-, " "-: a Yi ` ' LIONS rl COUNCIL MEMBERS: Rick Ensey • l E { fir.: � ', , ,4 :c. s er �► y � � PARK �� � �.. ,6:�� ' �.,� ,. '� �. w' {� ; i:c r,, '�'•r. _ - =k?',�`" i , an '"kaw°, i ✓�� / � D ave Edier a � � . � .:� : : 7 + � ,t_ , � � ; ��� t� ; . � . �_ ,,,,,, :� � ti Ili /1417\11C 0\ .�F,a.. ; a,:a'.::.y "x�.�'�'' • <` `�.^, s � z:'> „•� •.`�`��- '` �3'.R � ?v .. i; ' y a ,'. 4 :4': .�i:; ;� DAVIS Dave Ettl - �° - 4 i , t� ki ` ' *_'' �s °' PROJECT LOCATION a e :{` :_ : , s ; , � FIELD / 306 W PINE ST • ; ° 0 E t a s u. i ,o.,:q ,,, ,,, ' „. : . �_�: _ ` , 7/ I]� YAKIMA, NA 989D2 k t - p ; �� p 1w” do -s , , �. , Y6 v O +.' a ,� '1 k =zs r , x ... :s`:. y' t:c I:.,r fi ^QiT . ;' .. L�`I =r � 1 � M aureen Adkison �} �, � � 4 }d • z &'°: o f r ,r CC aK 3 z '� ;� '• � ;��• `F�lS &z 0I'��•r rl 04 Y - "� : � ."•.;{3 AX3'�i'+ � y . 1 Bill Lover =8j . = w .: 1 � tfNI S r PROJECT 4CINI TY MAP PROJECT LOCA T10N MAP (SCALE : N.T.S.) I (SCALE : N7S) GENERAL PROJECT TASKS & DESCRIPTION: PRD+FCT TASKS - I 1, REPLACE DAMAGED CRANE RAIL BEAMS 2. REPAIR DAMAGED CRANE RAIL COLUMN BASES J. INSTALL CRANE STOPS AT NORTH END OF CRANE RAL. 4. INSTALL BRACING CONNECTION MEMBERS TO ATTACH CRANE RAIL BEAM TO HEST WALL SNORING .5. REPAIR SOUTH WALL OF BUILDING. INCLUDING DISCONNECTION AND RE— CONNECTION OF TROLLEY POWER LINE AND SUPPORTING CABLE I BRACING PLAN SHEET INDEX 6. REMOVE AND DISPOSE OF DEBRIS PILES ON THE WEST SIDE OF THE BUILDING PRO,'CT DESCRIPTION — SHEET DESCRIPTION I 1. THE WOOD CRANE BEAMS SUPPORTING THE CRANE RAIL IDEN N Af7ED HEREIN THE PLANS ARE SPLITTING AND CRACKING DUE 70 AGE AND 81 EXISRNC BUILDING PLAN & NOTES DUE 70 THE CRANE RESTING IN THE CNITY OF THESE MEMBERS. THE CRANE RAIL HAS DISPLACED AS MUCH AS 3— INCHES 2 82 EXISRNC BUILDING ELEVATIONS SECTIONS DOWNWARD INTO THE VW BEAMS AND HAS RESULTED IN THE STRANDING OF 774E CRANE IN THE CURRENT LOCA TION. IT 15 ASSUMED NAT THE CRANE WILL NEED TO 8f LIFTED AND SHORED IN PLACE IN ORDER TO REPLACE THE EXISTING CRANE BEAMS. consult B3 CRANE SHORING COIiSTRUCRON SEOUENCE ACCESS 70 1N I £ BUILDING AND OPERATION OF 7HE CRONE LL NEED TO BE COORDINATED 111TH THE FACUKES MANAGER UPON REPLACEMENT OF PE IDENTIFIED BEAMS, THE CRANE WILL NEED TO BE TESTED IN THE PRESENCE OF THE FACLIRES MANAGER AND THE I 84 BEAM REPLACEMENT ELEVATION �- DETAILS ENGINEER OF RECORD FOR 7H£ PRO,.ECT iT IS 7HE CONTRACTORS RESPONSIBILITY 70 COORDINATE AND ARRANGE A RM£ FOR ALL TO BE PRESENT. tlf .. BS INTERIOR WEST WALL ELEVATION Bt DETAILS' 2.. NO OF 7HE CRANE RAIL - SUPPORT COLUMNS ARE ROiiLU AT THE BASE THE WOOD COLUMNS WLL NEED 7O BE CUT OFF TO SOUND• a � 86 INTERIOR SOUTH WALL ELEVATION & DETAILS MATERIAL AND SUPPORT FH7N CAST—IN—PLACE CONCRETE BASES oil 3. THE CRANE WILL DE REPAIRED 70 NOT SERVICE 7O THE NORTH END OF ME BUILDING, AND CRANE S70PS WILL DE INSTALLED TO /' ¢ '� � [ DEI.INF.A76 TI-JE LIMITS OF MERAn . /; ,k.";1 67 CRANE SHORING STRUCTURE 4. THE STRUCTURAL INTEGRITY OF' THE WEST WALL IS NOT KWOV,N AND IS CURREN TLY BRACED. A CONNECTION OF 1NE EXISTING BRACING ' 88 MISCELLANEOUS DETAILS SYSTEM 70 THE CRANE RAIL BEAM WILL BE INSTALLED. 5. THE WOOD FRAMING ON THE SOUTH SIDE OF THE BUILDING HAS BECOME ROTTED, AND THE TENSION FROM THE TROLLEY POWER LINE IS • ` '42 6/al PULLING 774F WALL OUTWARD. 774E 'WOOD FRAMING VALE BE RE— CONSTRUCTED. 1.....,.„,,,, ' 6. TEST PITS WERE PERFORMED ON THE WEST ROE OF THE BUILDING AND DEBRIS PILES WERE LEFT IN PLACE. THESE ALES WILL BE 1 REMOVED AND PROPERLY DISPOSED.. • REVISIONS GENERAL NOTES: N0. DESCRIPTION/DATE BY CONTACT INFORMA710N 1 jIIIII FACILITIES MANAGER: JOE RIEF (509) 945 -0469 CITY REPRESENTATIVE• BRET7 SHEFFIELD (509) 576 -6797 - ENGINEER OF RECORD: KEVIN HINKLEY (425) 522 -4150 .9 .... t ¢ i . GENERAL STRUCTURAL NOTES N ,BY • a 1. ALL MATERIAL AND WORKMANSHIP SHALL BE IN ACCORDANCE WITH THE REQUIREMENTS OF THE � 1` - CT) 2 4 5 6 7 8 Q q:) 1 Q 11 Q 12 Q 13 14 15 1 E 17 18 19 Q WASHINGTON STATE DEPARTMENT OF 7RANSPORTA770N "STANDARD SPfCIFICAAONS FOR ROAD, to . u Q (73;) Q Q Q Q Q Q Q Q Q BRIDGE AND MUNICIPAL CONSTRUCTION" DATED 2008 AND AMENDMENTS y+ 2. THE STRUCTURE HAS BEEN DESIGNED IN ACCORDANCE WITH THE REQUIREMENTS OF THE 2006 l A 2A 4A 6A 8A 9A • 3A /NTERNA ]TONAL BUILDING CODE (IBC). LIMITS OF LIMITS OF SA 7A 8A 3. THE GENERAL CONTRACTOR SHALL VERIFY ALL DIMENS10N5 AND SITE CONDITIONS BEFORE 'a I 1 1 1 DEBRIS PILE 1 1 I DEBRIS PILE 1 I 1 I STARTING WORK. THE ENGINEER SHALL BE NOTIFIED OF ANY DISCREPANCIES USE DETAIL • I ! (TO BE ! I (TO 8f EXISTING MARKED "TYPICAL" WHEREVER APPLICABLE. CHANGES, OMISSIONS OR SUBS17TU17ONS ARE NOT " - ' ! REMOVED) I ? `:I REMOVED) ��BLOCK 1 { PERMITTED WITHOUT WRITTEN APPROVAL FROM THE ENGINEER. ! FOOTING .. , _ j I 4. NO WELDING SHALL BE PERMITTING INSIDE THE BUILDING. : - . III i "` FOR WALL EXI W � I I ( __ en 1 L III I I I ! BRACI I . I I 1 ;, I 0 � _ ' . I I i { I , !{ ;� ( T YP.) 1 W ALL BR ACING 1 1 1 I !I 5. THE DESIGN, ADEQUACY AND SAFETY OF ERECTION BRACING SHORING TEMPORARY SUPPORTS • j f1 a r g y „ Iii j 1 - , (TYP.) 1 ili ETC., 1S THE SOLE RESPONSIBILITY OF THE CONTRACTOR, AND HAS NOT BEEN CONSIDERED BY 1HE ENGINEER OF RECORD THE CONTRACTOR 1S RESPONSIBLE FOR THE STABILITY OF THE : ^ �� I i : , !i '; � I: P " STRUCTUR PR /OR TO 11-IE COMPLETION OF ALL MEMBERS AND FINISH MATERIALS THE ) I 1 21 ^ I! _{ __ _ Li 'I _ 1 I 1' CONTRACTOR S PROVIDE THE NECESSARY BRACING TO PROVIDE STABILITY PRIOR TO THE w - 7 * -X S' _ 4_, •, •r iY „,_r ". p i as r _ zy.: :i cu, s, j , < .xr�z - I *^ � i Ts /L* c sz_ *is t j�7 APPLICATION OF THE ABOVE MENT]ON£0 COMPONENTS 3 I 1 ■ I u ! i 6. THE GENERAL NOTES APPLY TO ALL STRUCTURES UNLESS NOTED OTHERWISE. ,C LIMITS OF WEST BEAMS TO BE REPLACED ' LIMITS OF NEW WEST BEAM BRACING Q i I 1 ( 1 I LIMITS OF CRANE) 7. SHOP DRAWINGS OF THE ^, E SHORING SYSTEM AND NEW MEMBERS SHALL BE DESIGNED AND /OR r V j L i I 1 1 1 1 I 1 I 1 1 1 I I STOP TO BE ADDED I 1 CHECKED BY THE GENERAL CONTRACTOR AND SEALED BY A WASHINGTON PROFESSIONAL v `� I 1 ENGINEER PRIOR TO SUBMITTING TO THE ENGINEER FOR APPROVAL. GENERAL CONTRACTOR IS • I OPENING 0- ! i I I i RESPONSIBLE FOR VERIFICATION AND COORDINA17ON OF DIMENSIONS AND DETAILS FOR EACH p OVERHEAD DOOR i ( SUBCONTRACTOR. �{ : p � - I I I 1 I r 1 I r 7 I ( I I I I j 8. SEISMIC DESIGN OF THE STRUCTURE HAS BEEN COMPLETED USING: a' • II I a APPROX. LIMITS OF P/ r AREA _ _ _ _ J ! ACCELERATION COEFFICIENT = 0.20g o `• r 1 \ APPROX. LIMITS OF RAIL TRACK (TYP.) i FRONT SOIL PROFILE TYPE _ II �JC pi `LI MITS OF SOUTH WALL I I /' _� l _� L QPENING SITE M COEFAC/EN7 S = 2.0 TO BE REPAIRED I I I 1 1 / - -_ I 1 LIMITS OF CRANE 1 STOP TO BE ADDED 9• DESIGN LOADS ... I OVERHEAD DOOR I c'---"` I ...-0 I I - DE AD A D 33 PCF OPENING 1 - -} ------t - - - - �� L - - -- 1 1 I REPAIR I 1 CONCRETE 160 PCF COLUMN BASE STEEL - 490 PCF 1 177 , 1 I 1 DEAD LOAD OF CRANE FRAME 250 PLF (ESTIMATED) W I LIMITS OF EAST BEAMS TO BE REPLACED DEAD LOAD OF CRANE MOTOR 2,000 LBS. (ESTIMATED) i LIMITS OF EXIST CRANE (STALLED IN PLACE) I LIVE LOAD CRANE LIFT CAPACITY 15,000 LBS O O Y. 1, ! — – :. .r w. _ ,._ 1 .. _- - I - I I _ _l. _ J. ea Ill �_ FOUNDATION C7 Z t r{ i• r- v - ... .. -� _ i 1} -.-r -.T �_ -.,.. w..-�' - T. __ –. W _ Z ;csts = � S t .?sue u s w >_•� - �ho� {r a - - - -`t I r t p a�`�T - REFER TO THE GEOTECHNICAL REPORT PREPARED BY SHANNON AND WILSON, INC. DATED I APRIL 2, 2009 FOR FOUNDING THE SHORING STRUCTURE ON NATIVE GROUND. BEARING ON O 7 �_ ; ' WOOD FLOOR lS NO T ALLOWED. O I I f I I ) CO o Z I / DOOR A I I ; 1 I — - -<, 10. MATERIALS: Q M( 5 OPENING ! - (TVP.) l� in c -_- _ l \ W000 ' w NEW BEAMS INSTALLED SHALL 'BE ROUGH SAWN DOUGLAS F7R -LARCH NO. 1 OR BETTER, F- Q 1 0 I I KILN DRIED. FRAMING ANCHORS AND CONNEC11OS IF USED SHALL BE "SIMPSON OR N d Z I 1 3 1 I ; T APPROVED EQUAL. NAILING AND PENETRAIlONS N SHALL MA TCH EXISTING. Z Q w H- D I. * r J � P ROPRIETARY PRODUCTS E _ 0 O I 1 i \ - - ° - - - 0 MANUFACTURED PRODUCTS OR SUBSPTUAONS SHALL BE APPROVED BY 7H£ ENGINEER PRIOR z m -S G,_ -- . ,-- - -e- -a a. ., Y 4 e--o. — r is - - o- -- - 3. 1 °-- •'.•:� .. - a ---- -q.. -4--- 1.it• - TO FABRICATION. w o I MAN ACCESS CONCR > a U J Z DOOR A. ALL CAST -IN -PLACE CONCRETE SHALL BE CLASS 4000. w I B. ALL REINFORCING STEEL SHALL CONFORM TO AASHTO M -31 GRADE 60. Y t p Y o C ' 7 - I DENOTES DEBRIS PILE CONCRETE RUBBLE C. UNLESS OTHERWISE SHOWN IN THE PLANS THE CONCRETE COVER MEASURED FROM THE < 0 } W 1) (5 6 dI AN D SOIL E S REMOVED FACE OF 7H17 CONCRETE TO THE FACE OF ANY REINFORCING STEEL SHALL BE THREE 7 8 9 1 INCHES AT THE BOTTOM OF THE FOOTINGS, TWO INCHES AT THE TOP OF THE FOOTINGS, AND ONE AND ONE HALF INCHES AT ALL OTHER LOCATIONS SCALE: I D. ALL EXTERIOR CORNERS AND EDGES SHALL HAVE A J/" CHAMFER AND ALL INTERIOR AS NOTED CORNERS SHAIL HAVE A 3 /" FILLET BAR IS ONE 180 ON ORIGINAL DRAWING ADJUST SCALES ACCORDINGLY I A. ALL STRUCTURAL STEEL SHALL BE M270, GRADE 36. EXISTING BUILDING PLAN B. ALL BOLTS AND SHALL BE A307 AND INCLUDE NUT, WASHER AND LOCK WASHER. • D LEGEND (SCALE : % " =1 0) 11. THE CONTRACTOR SHALL NOTIFY AND COORDINATE WORK WITH FACILITIES MANAGER FOR PRO [CT NO 0731 ACCESS CONTROL OF ALL THE AFFECTED UTILITIES INCLUDING POWER SUPPLY TO THE TROLLEY DRAWN BY KBH - TEST PIT VEHICLES o DATE 5 -se -09 1 0, SHEET B1 of 8 1 REVISIONS N0. DESCRIPTION/DATE 8Y 1 o- T. r- 8A (;)I Cr) 3A 9A 8A 6 4A 2A 1 � �$ Y ' n • 5' -1%8 8' -7J / 14' -8 /e 14' - 7/6 ° 14' -5 /s 14' -8/z 14' 8/2 14' -6 %z 14' -9/ 14' -4/9 9' - 7 J /4 ° 5' - /z° Wa •• R,- a � ' I -- - -- -- --- - - - - - --- -- -- - - - -- -- -- - -- - - --- -- - - - -- - - - L -. y ' 1 _ : =� N = _ __ _ Y - - _ `N - = -- N <••_----- - - ' — � t - -- _ T �` =_ _ _ ( - iS j I I ' - �- rT , ° I - i { � I ❑ !, -r ' . ._ ! -� - f - i i 1 l ; e 1 , ! i ; 1 � ,, { �� I � . I � 7 _ %� l i I i ! :, ! 1 i 1 i � ! 17 i I I! Ti .I - i i i I: I_i ! L; t - l i f + !! ((( III h � � -- - �i „ I t l - 1 -- .. - -- f n I�(-.�..- - r --� .. r ❑ -f- 1 L 0i F_r- { : -� i _ - h i f I 1 t I t r ; I! L , J I: -E . a _ ,I _ _ ,��r� � • • • � ` r r , - - -- r i t i. _ p10 r }%,1 ..� � ., } :R V sir ii�ii i� i y, i � ' . . ' y _ r y r - sy :I� - DENOTES PORTION OF WALL TO BE REPAIRED. • y�� e , r / r. r r r r r i • r dei r �# r r - r r I y I �� r f 6 ! ;FL:;sP;;;A;N r 17 ` � t l 4 ') .. itf • I )r: . i1 Y . ' fa s ` . s 4 rtz ,- .i 4, .�! '�i ` r . at n.Arei f +t t�i_ *� ! + Mi :�i ?yr , '. ".+ 4 � 44rs ., • $ -y.:r .'.'. .. a r a, f 1 w .,,. y.- A • w �.' fi N i 1 _ I _ -r- 4 1 : -.t''�R' r 1 : ' Y I i _ F._. Yy ... I , , ,. I 140, . . r r . l r 1 " f' 4 . . „ I . _ �V rZ I i 1 i OA- + . - 3 � I r � s 1' ! : �! s—., a ..r. -i z . -. sL-.: r _ .ma . - 4' - - 1-0 y :11 •F w . c . - e-.-.- i a.. 1 . r :o s • R, iS� _ S f� f y �% ! i i ±i r # t. : rt- ii r t- z,E . I. 1 « _ _- tit -- ; ' . 1 - - . 4 , s cif -- @RICK WALL - REPAIR TO MATCH EXlST1NG r t`� ��"f j : . ^ t• r N =t � r "t 1 ^tl/� 4 ; «i } ` � ��� .,,i r 1 i 1 r � ^� .L i SURFACE, SEE SPECJFICA DONS co � .� �`. .Y •�: .. 2��M -... �.. .��,..�:� .� - !y..r .T-,.. y ►._ .. • 4.. M • a N 1 E 7 '-i• ro e • _�1y . .t.' y � f� M�iy71^�7I Awe- F `r�� � �1�. rI t � t r 1tt11 or., e of t O W � -.r- : .., -.. -:. - .a '. .-..- 4. ..- li ... - s? re :. ..T- L .t= a� t a.- �.�rc - `.i '- 1 V 2G I S C I ' % i 1 l y'I "� i?I 1 m ! I 1 �/ +T��If IRif>1F��1 ``r � 1 � I � r 1 w � ` 1 ~s-.1 �.tl M �� ' 7 i s - = 1 �F37 P -! !' i .. .. ... ' 3 f .- y .4. _ : : s., , f 'r_ a poWli ra ;: • ' I P',. _ tom : r.�"� ! � ^st.1 ' I Wi ' . -- I - 3 .4 ' a... i _ r ■ —.■. ENTRY ■ it— — ' . I ■. ■ . �° DOOR N 6 1 1 1 1 1 I I 1 I 11 1 1 I 1 1 1 V I 1 8' -6J /+ 7' -11%z 7' -11J/s I 8' -1 %s 7 -11%2° 8' -1" 8' -0" 8' -0 7' -11 8' -1%s" 7'- 10 /t" 8' -1 8' -0 %2 8' -0" 8' -d /2 7' -11" L8' -0 10 -7" -I`.„A.'_. 14t -3v." �e �'.' 1 1 9 18 17 1 6 1 5 1 4 1 3 12 11 10 (5 $ � (5 6� C51 3� 2 � a �II0i (5 1 Z EXISTING BUILDING WEST EXTERIOR WALL ELEVA TION (SCALE : %1 " =1' -0) U W cn 1 ( Q z z I I o 0 I — 45 -0° 4 . -0" J rn (^ r i 11 _ _�_ _- __- _- _- _- __--- -�--- - _____ -_ _____ ___ _ _____ __ _ _ -_- - - - - EXIST POSITION OF 1 - Q � U' I Ilk SI ' 1 _ = _ ______-_ _ _ _ _ _ -_-- � _ - __ _ ___ � - -_ _ _ _ - - -__ _ __-_ _ --_ _ ' _ € tC EXIST. 1 CRANE MOTOR EX/S T N d Z .. - ? _ - __________ ____________________ _! CRANE RAIL BEAM �= CRANE RAIL BEAM Q w Q __ - _ _ _ _ _ I = I 15 TON NILES CRANE I ` ) - J _ I /i �Q, •ifi �• _ its t 1 ' rr j t " " i4► i�O �R ♦ t 'i fly Ir 1 I 1 K J W a 0 CO t i�rt� _ t f i • tt r t ! ti�Y ` •_ I Q Z Q C3 I 'rt v :-:-.77:-:-:.-.7- ; Mr si} t i��i� i i tt�t��t iw i b � : DOOR D OOR > 4 - U J Z I iAk h� t OVERHEAD _ _ _ OVERHEA r� E i� q 1 1 fi Mi 9, , EAST SECTION I Q tit" • DOOR r-t' 3. ��• �'!. � nt OF ■ Q Q F— ■ 'tat DOOR _ _ _ _ _ _- s a � � ' c OPENING OPEN ING 2 +.rai OPENING i .. _ _ _ __ _ _- OPENING 4. . t , . Z BEYOND BEYOND W (n I bt t:� + , ' t A t rt BUILDING (BEYOND) Z (BEYOND) Y c0 y t a+ DOOR 10441411.: r x o • h ♦r t' t rit t r ' . tr4 ti r Q W RAISED W�t'� Q o X ��� 141 I. OPENING .Ii 4 trIM ' FLOOR >- M Y l W f r e t .tk a ►'� rr4! t q t �YY. }Y�� .r « `. °� i — -- _ c s - ' ( �°.. -( x Li r SCALE i jj ' AS NOTED - 12' -3" x,7'_0" , ..1P' -3 : � ' ? ' ° � - ? � DENOTES • SIDING TO BAR IS ONE INCH ON ORIGINAL DRAWING 1-_-_-_1 - ^ 12.3' ADJUST SCALES BE REMOVED AND ACCORDINGLY ' REPLACED (n 1 P•) o' s PROJECT NO. 0731 EXISTING BUILDING SOUTH EXTERIOR WALL ELEVA TION SECTION A DRAWN BY KBN (SCALE : %B " =1' -0) (SCALE : % " =1 " -0) - ° DATE s -ze -Ds o o SHEET B2 of 8 I. REVISIONS NO. DESCRIPTION/DATE BY B A Cr) °. I I e Y =' - - V lc1 1 , c . i 1 ' (I 1 \1... . . _ _. i, ti, ),1 t r it • 4 EXIST. _ POSI710N OF _ _ d I - EXIST. _ _ 1 CRANE MOTOR EXIST. REMOVE CRANE RAIL AND BEAM = a CRANE RAIL BEAM CRANE RAIL BEAM EXIST. CXIST �� CRANE RAIL BEAM / \ CRANE RAIL BEAM 15 TON NILES CRANE IS TON NI LES CRANE B E YOND - ^�' ` ` .11 ` ! 1 � - -- -- 0 . EAST SEC77ON r , EAST SEC7lON el 1 i OF ' 1 CRAN SHORING PLATFORM -. 0 „ BUILDING OF .. Y ' " ; I !T1 BU' I I r i . RAISED W000 • _ �_ 1, FLOOR A ' -- __ — w vg ['1C-4 , ill C ONSTRUCTION SEQUENCE 1 CONSTRUCTION SEQUENCE 3 7t n ;- (SCALE : %8 " =1' -0) (SCALE : %8 " =1' -0) ✓'= el c 1 1 w • is U Z W D CY CONSTRUCTION SEQUENCE w t Q Q N CONSTRUCTION SEQUENCE 1: Z 1. CONSTRUCT SHORING PLATFORM TO LIFT WEST END OF EXISTING STALLED CRANE. Z O 2. NO WELDING SHALL BE PERMITTED INSIDE BUILDING p (V 0 -- �; - - �, ( J� rn j' i, ■ i j/ j �� ��� CON57RUCTON SEQUENCE 2.' m O i_ - g 1. JACK CRANE TO ALLOW ROOM FOR REMOVING EXISTING CRANE RAILS AND BEAMS < CO Z EXIST. \ EXIST. 10 BE REPLACED ON THE WEST 5 /DE OF BUILDING. - O CRANE RAIL BEAM �� 1 CRANE RAIL BEAM 2. REMOVE CRANE RAIL IN VICINITY OF FAILING BEAMS. (LENGTH OF RAIL SECTIONS F Q 1 U I - _ 1 15 TON NILES CRANE MAY BE UP TO 40 FEET) (n m w _ r; 11)11. 3. REMOVE SECTIONS OF FAILING BEAMS. Z Y U f 0 •`"• 4. REPLACE SECTIONS OF BEAMS. ALIGN PROFILE OF BEAMS TO MATCH EXISTING *< V) Z - - i41 = 1 ". --REMOVE CRANE RAIL AND PROFILE. I- . O - I . ! ; ,. OBEAMS TO BE REPLACED 5. RE- INSTALL THE REMOVED CRANE RAIL. ATTACH W117-/ NEW Y2" DIAM. x 6" LONG LL N a Z O , • - . \ A307 LAC BOLTS _ • EAST SECTION OF • 6. LOWER CRANE ONTO CRANE RAIL. - a CRANE SHORING PLATFORM Z O (1) 5 Q r -� BUILDING ' 1 I a d U Q w .• RAISED W00D 7 w • CONSTRUCTION SEQUENCE 3: w '! FLOOR . 1. MOVE CONSTRUCTION SHORING PLATFORM TO LIFT EAST SIDE OF CRANE. Q p - _ m 2. JACK CRANE TO ALLOW ROOM FOR REMOVING EXISTING CRANE RAILS AND BEAMS M >- 1..,. 0 ' = ° ^,rj TO BE REPLACED ON THE EAST SIDE OF BUILDING. ,I7.J�� '1. 3. REMOVE CRANE RAIL IN VICINITY OF FAILING BEAMS. SCALE: jYT i +::: ,. 4. REMOVE SECTIONS OF FAILING BEAMS. AS NOTED 5 REPLACE SEC770N OF BEAMS ALIGN PROFILE OF BEAM TO MATCH EXISTING PROFILE. BAR 15 ONE INCH ON 6. RE- INSTALL THE REMOVED CRANE RAILS. ATTACH WITH NEW %2" DIAM. x 6" LONG ORIGINAL DRAWING A307 LAG BOLTS ADJUST ACCORDING 7. LOWER CRANE ONTO CRANE RAIL. I _ 1 _ 8. CONTACT FACIL117ES MANAGER AND ENGINEER OF RECORD TO ARRANGE TIME TO D CONSTRUCTION SEQUENCE 2 TEST THE OPERA TA 170N OF THE CRANE. P ROJECT N0. 0731 (SCALE : 1 /8" =1' -0 . DRAWN BY KBH 1 DATE 5 -28 -09 0 SHEET B3 OF 8 1 REVISIONS c NO. DESCRIPT ON/DATE BY OF n n TOP OF CRANE RAIL n APPROX/N RA RAIL ' Y �T \TTJ EXIST. CRANE RAIL (r0 BE REMOVED -� 1 T COLUMN COLUMN A COLUMN & BEAM Jr COLUMN COLUMN &BEAM JT. & RE -SET IN PLACE) EXIST. BEAM & COLUMN IP. m r - ~7 19' -1 FAILING WOOD CRANE BEAM (TO BE REPLACED) 15' -1t FAILING WOOD CRANE BEAM (TO BE REPLACED) Y 1 A . REMOVE EXIST. %2" DIAM. x 4" LAC � V1 1 I BOLT (SALVAGE FOR RE -USE &FOR 1 a V t'4 • , ■ OWNER) & REPLACE W1714 %2" DIAM. x ! $ 8 6 " LAG BOLT (TIP. ®2' -0" O.C.) • ` : ;// / / / // // // , ,, / // ' / / / / / / / / / / / / / / / , �� r 1 „ + g ••`' a - 1 /,// ////////////////// / / / / / / / / / / /, / / / / / / / / / / / / / / / / /// ,/'/////// / / / / / / / / / / / / / / / / / / / / / / / / / / / / /// // , ////////////////////// // // -/ r' 1 y in 1111/// 111///1/ // 1/7/1/1/ EXIST. AM T REPLACED / , //1/1/1/1/1/1/1/1/1/1/1/1/11/1/////////1/1///1/1/1/1/ , E S BE (0 BE E L CED r rrr - 1111,, '� 1111. „ � '^ �� NEW ROUGH AWN d 1`” Y Y E 0 S D OUGLAS I i� . • I RR-LARCH N0. 1 OR BETTER) - / ----- 1 � ^+ ROD ANCHORS APPROX. 4' -0" / /11 9 11 / / N / ) ` ' / / (rrn.) * l0'_7" z * 8' - d / 7_11' ' 0 �2 ` /If � / ,/ r to 1 co I "t . ` _ RAISED WOOD V z ' FLOOR x FOUNDATION : / 353 �; I I I (MATERIAL UNKNOWN) 1 i l' p �: G\l A a- J > <' ) < " _ < L < .. a , ., a " 1 • �� * DENOTES: FIELD VERIFY DIMENSIONS I * DENOTES' FIELD VERIFY DIMENSIONS WEST WALL BUILDING ELEVA TION A -., '-- (LIMITS OF WEST BEAMS r0 BE REPLACED) g1 LO (SCALE : i2` =1' -0 (SCALE : 1 SECTI A II _ _I (S%2 " =1' -O) J 9 9 TOP OF CRANE RAIL 9 A PPROX. CATION OF 8 7 �j JT. IN CRANE RAIL Q 0 1 COLUMN COLUMN A COLUMN & BEAM Jr COLUMN ' COLUMN & BEAM JT. 16' -1 ` WOOD CRANE BEAM (TO BE REP CED 16' -0 FAILING WOOD 'AWE BEAM (TO BE REPLACED) Z O t - p Q / • i /11 / / / / / /'/ / / /'/ / / / / / / / / / / / / /// /,,,//////////// / / / / /, / / / / / / / / / / / / / / / / / / / / / / //. m rn J / //////////// / / / / / / / / / / / / / / / / / / / / / / / / / / / / //, ///////// /////////////////////////////// // W / ////////// / / / / / / / / / / / / / /, / / / / / / / / / / / / / /// // //////////// / / / / / / / / / / / / / / / / / / / / / / / / / / / /, // I.`) c0 / /,//////// ///////////,//,///////////// //,///////////// / / / / / / / /, / / / / / / / / / / / / / / / / / / / /// � /// 1 MM. _ MEW � MEP cn m w Z U 1- - APPROX. 4' -0" ROD ANCHORS Q w W t * 7' -11 � 8 ' -1%" (TIP.) * 7'- 703 I * 8 , -1" F.- > o I wNa ti /\,/ /\,/ - /\./ > w _ o w z�Q I < d U J CC V V V * - tO Y w FOUNDATION I SCALE: I I 1 (MATERIAL UNKNOWN) 1 1 AS NOTED BAR IS ONE INCH ON ORIGINAL DRAWING ADJUST SCALES NOTE: ACCORDINGLY 1. REMOVE CRANE RAIL FOR REPLACEMENT OF FAILING BEAM I 4 1 < m dG 4 .j c q 1 c 441 ■ - S o . 1 . (LENGTH OF RAIL SEC17ONS MAY BE UP TO 40 FEET) n4 4 2. CRANE RAIL IS ATTACHED TO BEAMS WTI LAG BOLTS' PROJECT NO. 0731 4 , t e ° ' 4 SPACED AT APPROX. 2' -0" O.C. a , , e s a . ^ J. REMOVE SECAONS OF FAILING BEAMS oRAWr BY NBN - - - - - �- -` - - - - - - - - - - ` - - - - - - - �- - - 4. REPLACE WITH NEW BEAMS r DATE 5-28-09 t 5. ALIGN PROFILE OF BEAMS TO MATCH EXISTING PROFILE. DENOTES: FIELD VERIFY DIMENSIONS EAST WALL BUILDING ELEVATION B 6. RE- INSTALL THE REMOVED CRANE RAIL. ATTACH WITH NEW CA SHEET (LIMITS OF EAST BEAM TO BE REPLACED) gl %2 DIAM. x 6` LONG A307 LAG BOLTS. w B4 of 8 (SCALE : V2` =1' -0) - 1 I REVISIONS NO. DESCRIPTION/DATE BY lA 2A 4A 6A 8A 9A 9 3A � 17 cs 1 0 STIFFENER BRACET ( N r- SEE DETAIL CRANE STOP BRACKET SEE DETAIL I " 1 . --I — - - -- - -- -- - - -- - -- - - fl — -- - - - - - - `�4, a 1 . x •r i' -- = -- 1 .7_ = - - ? '.- _ _�, ii __ —'� ----- ------- - -- 1 1 I „, i � - rte . �t i ! , a i i i i j i ` . ; 'I 11 ' ! T i G�� 1 u , • I - - - :i -- I i i TJ , ! � i I I i� , f I , .. n :I .„ 11 III I' I I I a 1 u III 1,-- I II; --,� ' f - l I Lij 1 , ,, 1 I I_ ■ i I I ' i i f I � 8 , 8 -6 6,� B — 1 8 ; 6 - - 8 8 6 ' - d i I L........... ____2 6 Q. B I 8 B - i B� 8' 8 B - .B� ; ;� - 8 8 6 — B - 8�, 8 L______ B - I R 1 °= /- " • ® ® ® • - ®- ® vv ;u� .• n av vv - m ® - 3 - ® ; - ® . aa, ®, ` ''''''j" s y � ' � � t` 5 i ;y ' -"'� 9' ,�: �: - �' • '•• -'•..- • � � • r ��cyy - c'^ • ► _ _ � �. • .:� '� �` vS � • �� • .� y ,�, ..i .�{ • k s " n 5L -ti ti r, s i• ;. - X Mel?. . �-.) 1.? „CO • r s . ■ . ;• :• .1 �. - C . ... J� -- - `� r '` . - • , � s ♦ �a1: i L r 3 Y om• •���::ss • N . • `a 'r 'r 3r it - ' • i i I '' `� �? • ` t." I .• ` "• • .' _ r I • I C • I rk I I . I I, S • I ,,- '� 1 $ I ' � j �] •% ' ' ' 1 • 11 -� t ,iir • ^: .S N 7 ,Y .. v i > sue`; • c • s • I I I I ' I -,-1.!,__ �� I vo I r ,[ I I I � ' II I I I ^ ' I •. ^C -'"%`� • •,• •7 Y ,r * „ es.,, r ♦ r• _ • oy r ' �,� ; •X:. S L • , • , �'� • � ' 4 � .,�-+ h�s+� ._, C ? _• _ c l v � • > f�j_ . , g <, :,-- }' �, ,r t� 1 ,+ , ,• i. i. • • �. �j ��;'. A V , �� .� .�a • i• ° •• A�• i fil u3 � h � T } • - > . r dr IV*. ►• .• r.• ri�pok, i vr' • •• r+ EN 1RY' r, i ,• } ) w, • %^l ^, i.7 '<, w ` • ' 4• '*' 't' - _ .. "' • -• .� '• • '.. 'r G + '. i1. . . '`.'.' •. :• � i DOOR �'` w '.. L • `ra �� � V V "sue, i _ 4, .I f • + I • ✓l 2i► :- .. . y ,- , � , • 1y 1 ,..` I r • I =� I , I C- • I �� I _ I �_� I CX - w I I 1 I I _ I I I I t J v�: � a:� ;� �. - �:` - ' �' • 4.. � � �� - v1. . a ..t .... • � , c. • ; � - � -- �'� ▪ ' s-; - �* ..r : ��"- � - • i.SL i..� � c :r a� 1 2 4 ep 7 9 10 11 12 114 eD 16 17 8 19 • ,.. D' Viffay 1 a (5(5 e la V) J - EXISTING BUILDING WEST INTERIOR WALL ELEVATION LJ (SCALE : 4 %16 •• =1 ' - D ") 0 1 , EXIST BEAM & COLUMN ATTACH CRANE STOP EXIST. BEAM &COLUMN c,3 BRACKET P TO TOP Z %2" DIAM. x 4" -- - -- 1 - -: - - -- OF EXIST. BEAM & % p/AM. x 4" CONTINUOUSLY Y SHIM I ' Z LAG BOLT LE LAC BOLT ( ) RAIL BETWEEN (TYP.) I _ 1 -1 _ BRACKETS OR BEVEL -1 N j • l 10 BEAM TO ATTACH - 0 laJ (NlN) )0" I MC 6x12 " _ CRANE STO/ BRACET m a o - CHANNEL ATTACH STIFFENER BRACKET 1 FLUSH W/ TOP OF I W R TO TOP OF EXIST BEAM & T. BEAM I � CONTINUOUSLY SHIM RAIL I �_ � EXIST. ! v CV .- J I OUTSIDE WEST WALL BETWEEN BRACKETS OR I /� _ FLAT SIDE TOWARDS CRANE I- Q I Q BEVEL BEAM TO ATTACH i 1— 12- STIFFENER BRACET FLUSH W/ 1 IQ i /L 4 x 5 /16 x 0' -4" PLATE 1 Z Q 0 H ~ TOP OF BEAM y I / WA SHER (TYP., EA. SIDE) 1 - N j - + • € EXIST CHANNEL CONNECTION BOLT ; ~ - ix O W I • • i =T '' i t (ADD WASHER AND LOCK WASHER) • .o 2j J 1.!) d Q v I, N-1.- I ,‘ /4 " -1 J Q Z Q fX o�� Ff6x 5 /6x0 11" I \\I — �; g W r MC 6 OR R 546 x 6 W/ R 2 x 10 STIFFENER R ON EACH SID \ 3 , S f6 x 3 x Z c9- � F V /i In - ; � i f 1,-) A PROVIDE LEVEL SURFA h ) - J r ' SCALE: _ / \ i �\ \ /! WITH NON - SHRINK GROUT _ ; , t AS NOTED / \ i t �,�- -- - ,,% . ' l� ` \- .-- .._..� // /" \ ,,,.' -' \ I ,•',. --, . \ BAR IS ONE INCH ON I �. i' ` "`-�� - - i . J �l �" ADJUST SCALES - -\ # DENOTES TO FIELD MEASURE I� \ ORIGINAL SC I PRIOR TO REMOVING RAIL & e ! ` ACCIXtDINCLV 1 ( L3x3x46x2' -3" t —___ - CUT TO FIT PRIOR TO WELDING. — - D' (PAINT HI-GLOSS YELLOW) 1 i i L r \__ NO WELDING IS PERMITTED i \, -- - -- , INSIDE THE BUILDING. PROJECT N0. 0731 . DRAWN BY KBH TYPICAL STIFFENER BRACKET DETAIL CRANE STOP BRACKET DETAIL r DATE 5 -28 -09 o I (SCALE : 1 %2 " =1' -0) (34 REO'D) (SCALE : 1Y2 " =1' -0) (2 REO'D, 1 AS SHOWN & 1 OPPOSITE HAND) SHEET w B5 OF 8 1 REVISIONS N DESCRIPTION/DATE BY I SISTER 2x6 DOUG -FIR /2 OR 1 19 BETTER TO EXIST. 2x6 EXISTING METAL FLASHING FRAMING, FASTEN W/ A II NAILS ®2' -0 O.C. MAX. . ` co .- - � �,y `ct • !! .. .-- -- - ------- _ _ _ _ - - - - - - - - - --,. _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ I € BOTT CHORD OF TRUSS e AicSEIE0CABLE - TOP OF STONE I 1 . 41 • IN • ' ATTACHMENT DETAIL ... • WALL (TW.) x22 L, FASTEN T.0 EA WAER . NEW BEAM 2x6 W/ 1/2" x 4" LAG SQL TS SALVAGED RAIL W/ fROM NEW SEE CABLE SEE END DETAIL t CRANE — - ATTACHMENT DETAIL (nP•. EA. END) I 1 WASHER & LOCK WASHER \ 1 WALL + - - r II 71 I I 1 ---+ — -- = o }�� *WOOD BEVEL SIDING I 60 MIN. GRADE D" BUILDING PAPER I I o I P' >c� — - - - - - - l* 7 h6" SHEATHING I o SISTER 2x6 ®16" O.C. Z }� ! ` 1 i C��_� ` I CABLE BRACE 5 A co e -- moo -- ,-� o e ' OVERHEAD OVERHEAD _ , o . s l - 1 -'"` - t' >v OPENING DOOR ��} - { 3Y� POWER CABLE 1 v z • o - i 7- , ; • g 1 OPENING ma y • ( `_�'O I - ;^ { � � / /,�5<�l�� I C 10x22 WALER BEAM g p • • • : ' rC� � 1 1 i F � CS V' j. r .- APPROX. TOP OF STONE I C V L 4' y - OVERHEAD • OVERHEAD WALL (WHERE PRESENT) I f / FROM CRANE RAIL W/ NEW ( 1i tl DOOR DOOR �� },,,, � n OPENING OPENING � � :� }` WASHER & LOCK WASHER 7 - 1 -11---- % ..A , I (li .,,z...„11_2_7, ._.,.. ...? 1 • ° -s (r- *** 1 - 0 - - --' :.- ,.,-- —,(1,-;-_ ,__,,e._--, _ . . _. , ,......_ . . , , .. . , „....„ / 1 1 L i c _ -T I � - p 07E5 - \ I \_ PROVIDE W000 BEVEL SIDING THAT � — l SHALL BE 1x6 SHIPLAPPED CENTER �� I I ` t ,/, ''')\ MATCH, STANDARD OR BETTER GRADE, � � / �, 1 SAWN FACE. SEAL WI7N j t t ( _ \ ( �; J `� { Z ' SEMI- TRANSPARENT OIL -BASED BROWN -1 - _-_ C J ' `+ __ J It\ r STAIN Y _ _ l J � O _LA _ C r _ - I, I i �! I ll ( / V ---- ‘y /' 7 i= C V I y Z �iT I EXISTING BUILDING SOUTH INTERIOR WALL ELEVA TION °' J In N (SCALE : i " =1' -0 SECTION A CO o w (SCALE : J/4"=1'-0") - Q oo J O DOOR & 3 N Q POWER CABLE (EXTEND I < 1 TO S OF BUILDING) 6 Z Y F d CABLE ATTACHMENT NOTES: MC 10x22 /a " DIAM. CABLE BRAC E. NEW 2x FRAMING (TYP.) MC .10x22 Q w N 1111 . (EXTEND T.0 BOTTOM >- D 1. DETACH POWER CABLES CONNECTED ABOVE CHORD OF ]BUSS) 3" ! I -- - Z OVERHEAD DOORS TO BUILDING. R 1 _p" T J W [L N I LOCATION FOR RE- ATTACHMENT . J w p 2 . DETACH BRACE CABLE CONNECTED TO TRUSS. 1 %z" 1V2" w /z " DIAM. x 6° Q Z - Q • ______ __ DRILLED -IN- MASONRY Ct 3. REMOVE £XIST7NG SIDING FROM SOUTH SIDE OF .- EPDXY SET ANCHOR > a U J - BUILDING- 1 BOLT < a < III 4. REMOVE EXISTING OVERHEAD DOORS - - - "46" DIAM. n 5. RE -PLUMB EXISTING 2x6 FRAMING. I HOLE %2"x4" LAG BOLT Y (0 Y - p ~ — — Z A 6. SISTER NEW 2x6 STUDS TO EXISTING 2x6 I SALVAGED FROM I } < fRAMINFRAMING' &NAIL W/ 16d NAILS ®2' 0" O.C. II de ;1; RAIL W/ NEW 1 - MAX. I 'n 9 R a WASHER &LOCK pp�� I • 7. SIDE WITH 7 4 6 ° SHEATHING & NAIL W/ 8d NAILS 1 - WASHER 6 16"0.C. 0 �p--- - = - - -- -I SCALE : II ® O.C. - S NOTED MAX. J (T�•) 8. PAPER &SIDE SOUTH SIDE OF BUILDING. L I 3 BAR IS ONE INCH ON 9. ERECT MC 10x22 WALER BEAM, END CONNECT & -- _ ORIGINAL DRAWING — LAG SCREW TO NEW 2x6 STUDS. ADJUST SCALES 10. ATTACH CABLE STRUT TO BOTTOM CHORD OF -� ACCORDINGLY TRUSS. ALIGN NORMAL TO SOUTH WALL. I 11. ATTACH POWER CABLE TO SOUTH SIDE OF 4 L 4x4x x 0 -6 D I II BUILDING. PROVIDE 5 /6 DIAM. TREADED ROD PROVIDED NON- SHRINK GROUT PROJECT NO. 0731 THROUGH TRUSS, EYE BOLT PLATE WASHER & BRG. ( PAD MIN. 1" THICK ) 1 \\ 1 I °. DRAWN BY KBH TURNBUCKLE CONNECTED TO %2" DIAM. LOW PLATE WASHER, SEE DETAIL N t �; 5 RELAXA 170N 7 -WIRE (ASSHTO M203 GR. 270) / n 1 2. / ' ° DATE 5-28-09 I STRAND WIRE W177-I EYE HOOK. • ` o SHEET TENS /ON CABLES EQUALLY. CABLE ATTACHMENT DETAIL PLATE WASHER END DETAIL (SCALE : 1 %p" = 1' -0) (SCALE : N.T.S.) (SCALE : 3 " =1' -0) - B6 OF i P . REVISIONS NO. DESCRIPPON/DATE BY € JACK SUPPORT F JACK SUPPORT 1 CRANE BEAM CRANE BEAM co 1 € JACK SUPPORT i' JACK SUPPORT . i> . .t. „, // SHORINGB1 OCK IN G --- ; / ; / / / ----. SOFFIT OF CRANE BEAM JACK -'' , . a 1 JACK . I JACK I 1 d --” CAP BEAM (TYP.) SHORING BLOCKING I CAP BEAM PER ..,-, CONTRACTOR DESIGN TO tal) I (TYP.) SUPPORT CRANE, e Y (ryp.) 0 •,-I ---' W 1 SHORING BLOCKING, AND -- JACKING SYSTEM (TYP.) NU L 3 x 3 x 5 /16 x -9'-1 1" -\\ co j • ,/,,L Jx3xif6x,9-1 1 r • ■ 6 = 2) 1 u i 7= C.) § - I ■ • , LJx3x 1" L 3 x 3 x J46 x -9'- 1 1 " ,,,, . eratza .,. z 1 T . . i rs 3x3xYix-lt-3 " TS3x..3xx-17'-3" .--'''''''' S3x3x - ------ Mc ■ .' ., / 4=,;•!.:.....:., . , .. /t 1 y. 1:0 ,,,, X -1 7'-.3" 1.... TS 3 x 3 x 2 a ip 1 , . —\., . z , / 74 x -1 7'-3" I z C , 5 /8" DIAM. BOLT (TYP.) ''' "../ >.. , / , ' .. z / . C 5 /8' . DIAM. BOLT (TYP.) ;. . . I ,,, • L.3x3x4f6x 1" . .1 s,f-s, r ''' / v 1.3X3X 1 CC 0 CJ 14 2 o 4 L. 1 L.3x3x,x,x L.3,3x6x-7,-3 _7,-J. z" 3x..- .., m 7 „ UJ I %a z M Cn 03 iN, 0) •---' 0 2 z In d- CY I , c7) M 1 -I- 1 L3x3x416x-9 . bi REMOVE & REPLACE WOOD FLOORING FOR SHORING 2 STRUCTURE (TYP.) ____ _ ___ ,„,,,,, • ; _1 M I Z I C .:( V REMOVE & REPLACE WOOD L3x3x L3x..3x3W6x--t-3"7 I I 1, 7 Z FLOORING FOR SHORING % — SIZE & BEARING STRUCTURE (T(T)1.)_1 i // le e SURFACE TO DISTRIBUTE OVER SURFACE 4.5 SQ. FT (TYP.) 0 4.5 SO. FT (rnp.) > r >- u A \ ( __ _ ___ _ j - s% Ss1R7BE RING STRUCTURE < 0 < Li Ct - o _ - 7 ; - - -- T -- a - a - __ _ ____ ___ . .... T a ! : T - 1:1 --7-- 11 -- i - TIT l; i -- -- 1 —1- SCA NOTED I .\\,_ 1 , . ' A ■ . 44 1 i._ _ 1 _, _ . AS BAR IS ONE INCH ON ORIGINAL DRAWING pRo jEc A T DA N J O S . T SCALES 0731 • ----- 4 . , . .. , . , ,..‘, t , , ... , ,, . : . ,_________ ._:. . / ' ' <I. <,, 4 ' ■ . ' a ' r _ : *.' : ' : f .1 , ; , ,..., ___ ___. _ ______ 8 ° ACCORDINGLY , .. . DRA BY . KBH 1 4 ° / t4 DRAM BY NOTE: DATE 5-28-09 1. SEE GENERAL NOTES ON SHEET Bl. ?., ° I CRANE — NORTH & SOUTH MEMBERS ELEVATION CRANE — EAST & WEST MEMBERS ELEVATI 1 ON 2. SEE CONSTRUCTION SEQUENCE NOTES ON SHEET B3. ,I,., SHEET ffi B7 8 (SCALE: J/4"=r (SCALE: 3/4"= Li or _., 1 1 REVISIONS NO DESCRIPTION/DATE BY REMOVE ALL UNSOUND WALL MATERIAL EXIST STONE WALL PER SPECIAL PROVISIONS. WOOD COLUMN RESTORE WITH APPROVED MORTAR. — �_ o- ;,. ' '< 111 EXIST STONE WALL - V$.1 16- • FOUND NEW COLUMN BASE ? \ ,2¢ �. O • F ORM TO DIMENSIONS OF ON EXIST. CONCRETE OR 3" '\ 8 rig EXIST. WOOD COLUMN / I UNDISTURBED SOIL I ; a 1 )1 y .i, ,, e I I I I I I III I I I °- ' 4" /Z izr ,,,, , n ‘rAjr,/,‘ o L 4 I / 7, I IIA,,f m 1 / c - ) (APPROX. 16"x18") r" J j r ' 4 1 I \ LL. / / /'/ / / /1 0 • VW c t //// / / / /1; // ; / / . /A ,,,,/( 4 ORIGINAL CONCRETE J¢ i i o // / // %/ // -- n____1[ SURFACE BEFORE a p 1 %z" CLR W k i / / / / / } }} %z" SAW cur (TYP.) DE7ERl0RA710 T 1P. �' \ 1 2 �' - / // �i / / / / / i / � \ . EX/SANG WALL E Q J/3 VERT ® — — J \________„! — 6Q SURFACE Q EA. CORNER �. d •' NOTE , a ° d C'. 2 3 HOOPS® T ) n ° ° ° s a 4•1 d 1 O t La BLAST CLEAN EXISTING STONE & MORTAR 2 p 6" O.C. FOR i ° ° U 1 SURFACE PER SPECIAL PROVISIONS BEFORE COLUMN BASE j �_� Q ° a a 3 g 4 RESTORING. TYPICAL ° G a 4 a I T/CAL SURFACE REPAIR SEC (SCALE : N. C\1 L r.s.J SECTION A (SCALE : 1 Y2"=1'-0") — COLUMN REPAIR DETAIL 1 (SCALE . 1 1 /2" =1' -0) �� 1 CD . Z CI - E EV m� o (1) E , n a° J up I _ w o Z Y v N W N O 0 — IZ ° g >a0 J J M3 <w 0 I — Lu >- M >- M SCALE: AS NOTED BAR IS ONE INCH ON O RIGINAL DRAWING ADJUST SCALES ACCORDINGLY 0" 1 PROJECT NO. 0731 3 v DRAWN BY KBH DATE 5 -28 -09 , SHEET B8 OF 8 L 1