Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
TTC Construction, LLC - Coolidge Road Widening and Paving - S 88th Ave to 80th Ave
1 1 1 1 1 1 1 1 1 CITY cttRK City of Yakima Engineering Division Coolidge Road Widening and Paving S. 88th Avenue to S. 80th Avenue --T- Construction Contract Specifications & Bid Documents Federal Aid No. CM- 4560(001) City Project Number 2217 129 North Second Street °� '� T Phone (509) 575 -6111 Yakima, WA 98901 °".,, Fax (509) 576 -6314 August 2010 City of Yakima Project: (Name) Coolidge Road Widening and Paving (Address) Federal Aid No. CM -456 (001) To: (contractor) FTC Construction, LLC P.O. Box 365 Yakima, WA. 98907 L— I Change Order Change Order Number 1_ Change Order Date July 14, 2011_ Contract Number 2217_ Contract Date May 19, 2011_ You are directed to make the following changes in this Contract: This change is to add working days to the contract due to the following delays and or added work. 5 -23 -11 Additional trees were removed for right of way agreement 5 hours 5 -24 -11 Additional silt fence installed to block sprinklers from orchard off road 5 hours 6 -1 -11 Dewatering storm retention pit from orchard sprinklers to install catch basins 5 hours 6 -2 -11 Dimension change in West retention pit to narrow and deepen 4 hours 6 -14 -11 Dewatering retention pit from orchard once again 8 hour 6 -29 -11 Fixing soft area due to orchard water left on for two days 8 hours 7 -7 -11 Water from orchard on road ordered TTC to cone off this area and no work to be done to prep grade impact 3 days ' 6 -30 -11 Elevation change between Station 18 +90 to Station 25 +90 raised a foot and a half to get pipe Clearance 2 days Total days added-to- contract are 10 days See attached sheets This is to be considered as much a part of the contract documents as if it was included in the original con- tract. Not valid until signed by both the Approving Authority and Contractor. Signature of the Contractor indicated agreement herewith, including any adjustment on the Contract Sum or Contract Time. The original Contract Sum was ..................................................... ............................... $ 516,447.89 Net change by previous Change Orders ............................................... ..............................$ 0.00 The Contract Sum prior to this Change Order ................................ ............................... $ 516,447.89 The Contract Sum will be: ❑ Increased ❑ Decreased .q Unchanged by this Change Order $ The New Contract Sum including this Change Order will be .................. ............................... $ 516,447.89 The Contract Time will be: tp lncreased ❑ Decreased ❑ Unchanged by 10 working days The New Contract Time will be 50 working days Contractor By Appr I Recco r nded By Construction Supervisor Approved By "— Title City Manager Title / Date 7, 14 , (1 By� /11"/) c City Engineer Date I I Date — —11 Date 6 I Based on Original to: ❑ Contractor Copies to: 6 Region ❑ Construction Administrator DOT Form 570 -001 EF 11 OSC Accounting ❑ City Engineering TT C ConBhwaion, LLC P.O. Box 365 Yakima, Wa. 98907 (509) 457 -3969 Fax (509) 457 -2945 City of Yakima June 22,2011 129 N Second St Yakima, Wa. 98901 Re: Coolidge Road Widening & Paving City of Yakima Project No. 2217 Federal Aid No.: CM-456 (001) Additional Days to Contract TTC Construction is requesting One (1) work week extension to contract due to delays to project on the following days: 5 -23 -11 —Additional Trees to be removed from orchard @ the intersection of 80th & Coolidge - delay was for 5 Hours • 5 -24 -11 — Silt Fence to be installed to re- direct orchard sprinklers (Ball property) - -- 5 Hours 0 6 -1 -11 - -- Dewatering efforts due to orchard irrigation — water entering Retention System -5 Hours • 6 -2 -11 — Down Time for Engineer design for Fabric Overlap in Retention System — 2 Hours • 6 -3 -11 - -- Down Time waiting Dimension Adjustment on Retention Systems — 2 Hours • 6 -14 -11 - -- Dewatering efforts Due to water in Retention System — 8 Hours 6 - ? ?? - -- Soft area in Roadway repair - - - -- 8 Hours Sincerely, AJ Heckart TTC Construction, LLC , Cc; Mike Welch — TTC Nick Perry — TTC Supervisor File: 1 - -. TTC comtmetaon LLc 9 P.O. Box 365 Yakima, Wa. 98907 (509) 457 -3969 Fax (509) 457 -2945 Y City of Yakima July 13, 2011 129 N Second St Yakima, Wa. 98901 Re: Coolidge Road Widening & Paving City of Yakima Project No. 2217 Federal Aid No.: CM-466 (001) Additional Days to Contract Items TTC Construction is requesting One (1) Week extension to contract due to delays to project for the following items. Additional days requested due the Water Run Off from the Orchard Sprinklers on the Ball property. TTC was directed by City of Yakima Not to work in the areas where there was Water in Roadway. This impacted and delayed our work progress by (3) three days. Additional days requested due to Change in Elevation in roadway. Per the direction by the City of Yakima with regards to this change it impacted and delayed our work progress by (2) days. Sincerely, AJ Heckart TTC Construction, LLC Cc; Mike Welch — TTC Nick Perry — TTC Supervisor File: 1 DEf`ARTAIENT OF CORIAIUVIT) "AND ECONOR7IC DEVELOPAIEN 129 North Second Street Yakima., Washiti -ton. 98901 Photi.e: (509) 575 -6113 o Fax (509) 576 -6792 A2ichetel Morales, Director Wednesday, October 13, 2010 TTC Construction, LLC P.O. Box 365 Yakima, WA 98907 Re: Coolidge Road Widening and Paving City Project No. 2217 Federal Aid No.: CM- 4560(001) Dear Sirs: 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 October 4, 2010 in the amount of $ 516,447.89. This letter is official notification of the award of the contract to your company by the City of Yakima Enclosed is a copy of the proposal and 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 special ACORD 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 (509) 575 -6138. For your information, we are enclosing a copy of the bid summary for this project. Sincerely, Zy Dou 9 PE . City Engineer encl. cc: Bruce Floyd, Construction Engineer Brett Sheffield, Chief Engineer Randy Tabert, Design Engineer Susie Cutter, Contract Specialist Roger Arms, VVSDOT City Clerk Debbie Baldoz, Finance File BID SUMMARY Coolidge Road - Widening and Paving S. 88th Avenue to S. 80th Avenue CITY PROJECT NO. 2217 ENGINEERS ESTIMATE ROAD CONSTRUCTION NORTHWEST, INC. Renton, WA WEST COAST CONST. CO., INC. Woodinville, WA JOHANSEN EXCAVATING, INC. Buckley, WA ITEM Bid Security 5 % BID BOND 5 % BID BOND 5 % BID BOND NO. ITEM QTY UNIT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT 1 SPCC PLAN 1 LS 500.00 500.00 700.00 700.00 1.00 1.00 950.00 950.00 2 MOBILIZATION 1 LS 48,000.00 48,000.00 31,000.00 31,000.00 50,000.00 50,000.00 38,000.00 38,000.00 3 PROJECT TEMPORARY TRAFFIC CONTROL 1 LS 25,000.00 25,000.00 23,500.00 23,500.00 2,000.00 2,000.00 26,000.00 26,000.00 4 CLEARING AND GRUBBING 1 LS 10,000.00 10,000.00 3,250.00 3,250.00 3,500.00 3,500.00 4,000.00 4,000.00 5 SAW -CUT, PER INCH DEPTH 350 LF 2.00 700.00 1.00 350.00 1.00 350.00 0.65 227.50 6 ROADWAY EXCAVATION INCL. HAUL 1320 CY 12.00 15,840.00 14.00 18,480.00 11.50 15,180.00 7.50 9,900.00 7 CRUSHED SURFACING TOP COURSE (For Trench Back- 1200 TON 1 22.00 26,400.00 1.00 1,200.00 15.00 18,000.00 17.00 20,400.00 8 CRUSHED SURFACING TOP COURSE (Sidewalk) 159 TON 22.00 3,498.001 32.25 5,127.75 20.00 3,180.00 30.00 4,770.00 9 CRUSHED SURFACING BASE COURSE 2800 TON 15.00 42,000.00 17.00 47,600.00 20.00 56,000.00 15.001 42,000.00 10 ASPHALT TREATED BASE 2030 TON 75.00 152,250.00 62.25 126,367.50 53.00 107,590.00 65.00 131,950.00 11 HMA CL. % IN., PG 64 -28 1035 TON 87.00 90,045.00 71.50 74,002.50 74.00 76,590.00 81.00 83,835.00 12 JOB MIX COMPLIANCE PRICE ADJUSTMENT -1 CALC 1.00 -1.00 1.00 -1.00 -1.00 1.00 1.00 -1.00 13 COMPACTION PRICE ADJUSTMENT -1 CALC 1.00 -1.00 1.00 -1.00 -1.00 1.00 1.00 -1.00 14 PLAIN CONC. CULV. PIPE 12 IN. DIAM 35 LF 30.00 1,050.00 53.00 1,855.00 50.00 1,750.00 44.50 1,557.50 15 CORRUGATED POLYETHYLENE CULV. PIPE 12 IN. DIAM 225 LF 1 28.00 6,300.001 41.00 9,225.00 43.00 9,675.00 20.50 4,612.50 16 CORRUGATED POLYETHYLENE STORM SEWER PIPE 12 1220 LF 25.00 30,500.001 36.00 43,920.00 36.00 43,920.00 23.00 28,060.00 17 STORMWATER TREATMENT SYSTEM 1 LS 25,000.00 25,000.00 34,800.00 34,800.00 37,000.00 37,000.00 32,750.00 32,750.00 18 CATCH BASIN TYPE 1 19 EA 1,000.00 19,000.00 700.00 13,300.00 700.00 13,300.00 645.00 12,255.00 19 VANED GRATE FOR CATCH BASIN, TYPE 1 19 EA 300.00 5,700.00 200.00 3,800.00 150.00 2,850.00 235.00 4,465.00 20 DRAINAGE RETENTION BASIN W/24 IN. DIAM. PERF. 346 LF 100.00 34,600.00 72.00 24,912.00 69.00 23,874.00 78.00 26,988.00 21 ADJUST MANHOLE 4 EA 250.00 1,000.00 400.00 1,600.00 300.00 1,200.00 370.00 1,480.00 22 STRUCTURE EXCAVATION CL. B INCL. HAUL 1720 CY 8.00 13,760.00 0.10 172.00 9.00 15,480.00 11.00 18,920.00 23 SHORING OR EXTRA EXCAVATION CL. B 700 LF 2.00 1,400.00 0.10 70.00 3.00 2,100.00 0.40 280.00 24 ADJUST VALVE BOX 7 EA 200.00 1,400.00 240.001 1,680.00 200.00 1,400.00 275.00 1,925.00 25 SILT FENCE 4940 LF 4.00 19,760.00 4.00 19,760.00 3.501 17,290.00 3.85 19,019.00 26 ESC LEAD 6 DAY 100.00 600.00 75.00 450.00 50.00 300.00 62.00 372.00 27 CEMENT CONC. TRAFFIC CURB AND GUTTER 5265 LF 11.00 57,915.00 11.50 60,547.50 10.00 52,650.00 11.35 59,757.75 28 REMOVING AND RESETTING FENCE 350 LF 30.00 10,500.00 21.00 7,350.00 14.00 4,900.00 13.50 4,725.00 29 REMOVING FENCE 1 FA 5,000.00 5,000.00 5,000.00 5,000.00 5,000.00 5,000.00 5,000.00 5,000.00 30 CEMENT CONC. SIDEWALK, 4 I THICK 26 SY 30.00 780.00 39.25 1,020.50 40.00 1,040.00 61.50 1,599.00 31 CEMENT CONC. CURB RAMP, TYPE PARALLEL A 1 EA 1,000.00 1,000.00 930.00 930.00 900.00 900.00 1,100.00 1,100.00 32 MAILBOX SUPPORT TYPE 1 4 EA 200.00 800001 350.001 1,400.001 200.001 800.00 215.00 860.00 33 REPAIR OR REPLACEMENT 1 FA 30,000.00 30,000.00 30,000.001 30,000.00 1 30,000.001 30,000.00 30,000.00 30,000.00 TOTAL 680,296.00 593,367.75 597,822.00 617,756.25 CITY OF YAKIMA Coolidge Road - Widening and Paving S. 88th Avenue to S. 80th Avenue PROJECT NO. 2217 Federal Aid Project No.: CM- 4560(001) h DATE: October 4, 2010 FILE: Coolidge Road Bid Sum.pub SHEET 2 of 2 BID SUMMARY Coolidge Road - Widening and Paving S 88th Avenue to S. 80th Avenue CITY PROJECT NO. 2217 ENGINEERS ESTIMATE ROAD CONSTRUCTION NORTHWEST, INC. Renton, WA WEST COAST CONST. CO., INC. Woodinville, WA JOHANSEN EXCAVATING, INC. Buckley, WA ITEM Bid Security 5 % BID BOND 5 % BID BOND 5 % BID BOND NO. ITEM QTY UNIT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT 1 SPCC PLAN 1 LS 500.00 500.00 700.00 700.00 1.00 1.00 950.00 950.00 2 MOBILIZATION 1 LS 48,000.00 48,000.00 31,000.00 31,000.00 50,000.00 50,000.00 38,000.00 38,000.00 3 PROJECT TEMPORARY TRAFFIC CONTROL 1 LS 25,000.00 25,000.00 23,500.00 23,500.00 2,000.00 2,000.00 26,000.00 26,000.00 4 CLEARING AND GRUBBING 1 LS 10,000.00 10,000.00 3,250.00 3,250.00 3,500.00 3,500.00 4,000.00 4,000.00 5 SAW -CUT, PER INCH DEPTH 350 LF 2.00 700.00 1.00 350.00 1.00 350.00 0.65 227.50 6 ROADWAY EXCAVATION INCL. HAUL 1320 CY 12.00 15,840.00 14.001 18,480.00 11.501 15,180.00 7.501 9,900.00 7 CRUSHED SURFACING TOP COURSE (For Trench Back- 1200 TON 22.00 26,400.00 1.00 1,200.00 15.00 18,000.00 17.00 20,400.00 8 CRUSHED SURFACING TOP COURSE (Sidewalk) 159 TON 22.00 3,498.00 32.25 5,127.75 20.00 3,180.00 30.00 4,770.00 9 CRUSHED SURFACING BASE COURSE 2800 TON 15.00 42,000.00 17.00 47,600.00 20.00 56,000.00 15.00 42,000.00 10 ASPHALT TREATED BASE 2030 TON 75.00 152,250.00 62.25 126,367.50 53.00 107,590.00 65.00 131,950.00 11 HMA CL. % IN., PG 64 -28 1035 TON 87.00 90,045.00 71.50 74,002.50 74.00 76,590.00 81.00 83,835.00 12 JOB MIX COMPLIANCE PRICE ADJUSTMENT -1 CALC 1.00 -1.00 1.00 -1.00 -1.00 1.00 1.00 -1.00 13 COMPACTION PRICE ADJUSTMENT -1 CALC 1.00 -1.001 1.00 -1.00 -1.001 1.00 1.00 -1.00 14 PLAIN CONC. CULV. PIPE 12 IN. DIAM 35 LF 30.00 1,050.001 53.00 1,855.00 50.00 1,750.00 44.50 1,557.50 15 CORRUGATED POLYETHYLENE CULV. PIPE 12 IN. DIAM. 225 LF 1 28.00 6,300.001 41.00 9,225.00 43.00 9,675.00 20.50 4,612.50 16 CORRUGATED POLYETHYLENE STORM SEWER PIPE 12 12201 LF 1 25.00 30,500.001 36.00 43,920.00 36.00 43,920.00 23.00 28,060.00 17 STORMWATER TREATMENT SYSTEM 1 LS 1 25,000.00 25,000.001 34,800.00 34,800.00 37,000.00 37,000.00 32,750.00 32,750.00 18 CATCH BASIN TYPE 1 19 EA 1,000.00 19,000.00 700.00 13,300.00 700.00 13,300.00 645.00 12,255.00 19 VANED GRATE FOR CATCH BASIN, TYPE 1 19 EA 300.00 5,700.00 200.00 3,800.00 150.00 2,850.00 235.00 4,465.00 20 DRAINAGE RETENTION BASIN W/24 IN. DIAM. PERF. 346 LF 100.00 34,600.00 72.00 24,912.001 69.00 23,874.00 78.00 26,988.00 21 ADJUST MANHOLE 4 EA 250.00 1,000.00 400.00 1,600.00 300.00 1,200.00 370.00 1,480.00 22 STRUCTURE EXCAVATION CL. B INCL. HAUL 1720 CY 8.00 13,760.00 0.10 172.00 9.001 15,480.00 11.00 18,920.00 23 SHORING OR EXTRA EXCAVATION CL. B 700 LF 2.00 1,400.00 0.10 70.00 3.00 2,100.00 0.401 280.00 24 ADJUST VALVE BOX 7 EA 200.00 1,400.00 240.00 1,680.00 200.00 1,400.00 275.001 1,925.00 25 SILT FENCE 4940 LF 1 4.00 19,760.00 4.00 19,760.00 3.50 17,290.00 3.851 19,019.00 26 ESC LEAD 6 DAY 100.00 600.00 75.00 450.00 50.00 300.00 62.00 372.00 27 CEMENT CONC. TRAFFIC CURB AND GUTTER 5265 LF 11.00 57,915.00 11.501 60,547.50 10.00 52,650.00 11.35 59,757.75 28 REMOVING AND RESETTING FENCE 350 LF 30.00 10,500.00 21.00 7,350.00 14.00 4,900.00 1350 4,725.00 29 REMOVING FENCE 1 FA 5,000.00 5,000.00 5,000.00 5,000.00 5,000.00 5,000.00 5,000.00 5,000.00 30 CEMENT CONC. SIDEWALK, 4 IN. THICK 26 SY 30.00 78000 39.25 1,020.50 40.00 1,040.00 61.50 1,599.00 31 CEMENT CONC. CURB RAMP, TYPE PARALLEL A 1 EA 1,000.00 1,000.00 930.00 930.00 900.00 900.00 1,100.00 1,100.00 32 MAILBOX SUPPORT TYPE 1 4 EA 200.00 800.00 350.00 1,400.00 20000 800.00 215.00 860.00 33 REPAIR OR REPLACEMENT 1 FA 30,000.00 30,000.00 30,000.00 30,000.00 30,000.00 30,000.00 30,000.00 30,000.00 TOTAL 680,296.00 593,367.75 597,822.00 1617,756.25 CITY OF YAKIMA Coolidge Road - Widening and Paving S. 88th Avenue to S. 80th Avenue S PROJECT NO. 2217 Federal Aid Project No.: CM- 4560(001) DATE: October 4, 2010 h"`�� FILE: Coolidge Road Bid Sum pub SHEET 2 of 2 DEPARTMENT OF COMMUNITY AND ECONOMIC DEVELOPMENT 129 .North Second Street Yakima, Washington 98901 Phone: (509) 575 -6113 • Fax (509) 576 -6792 Michael Morales, Director ADDENDUM NO. 1 TO THE BID DOCUMENTS & SPECIFICATIONS FOR THE CITY OF YAKIMA, WA for Coolidge Road Widening and Paving S. 88th Avenue to S. 80th Avenue CITY OF YAKIMA PROJECT NUMBER 2217 NEW BID OPENING: Tuesday, Sept. 28th, 2:00 p.m., City Hall Council Chambers TO THE ATTENTION OF ALL BIDDERS AND PLAN HOLDERS: The Construction Contract Specifications & Bid Documents shall be modified as follows: 1.) Bid Opening Date has changed to September 28, 2010 at 2:00 pm in Yakima City Hall Council Chambers. 2.) Replace proposal sheets with the new attached proposal sheets. 3.) The following items were added; 7 water valve box adjusts, 4 manhole adjusts, 4 Type I Mailbox supports, 1 additional Type I Catch Basin and 125 LF of Corrugated Polyethylene Culvert Pipe, 12 in Diam. 4.) Replace plan sheet 4 of 7 with the attached sheet. 125' additional CPE piping and a Catch Basin Type I - Solid Lid were added to plan and profile for surface drainage. 5.) Federal Wage rates that are the correct date are included in this package. 6.) Be aware some Plan & Specification sets had plan sheet 2 after sheet 7. It is not missing. 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: , 2: { g -21 - to Brett Sheffer , PE Date Chief Engineer ** END OF ADDENDUM NO. 1 ** IAddendum I Page 1 of 9/21/2010 ITEM PROPOSAL BID SHEET ' City of Yakima ' Coolidge Road Widening and Paving S.88 th Avenue to S. 80th Avenue ' City Project No. 2217 Federal Aid No.: CM- 4560(001) ITEM PROPOSAL ITEM QTY UNIT UNIT PRICE AMOUNT NO. PAYMENT SECTION DOLLARS DOLLARS 1 SPCC PLAN 1 LS 1 -07.15 2 MOBILIZATION 1 LS 1 -09.7 3 PROJECT TEMPORARY TRAFFIC CONTROL 1 LS 1 -10.5 4 CLEARING AND GRUBBING 1 LS 2 -01.5 5 SAW -CUT, PER INCH DEPTH 350 LF 2 -02.5 6 ROADWAY EXCAVATION INCL. HAUL 1320 CY 2 -03.5 7 CRUSHED SURFACING TOP COURSE (For Trench 1200 TON Backfill) 4 -04.5 8 CRUSHED SURFACING TOP COURSE (Sidewalk) 159 TON 4 -04.5 9 CRUSHED SURFACING BASE COURSE 2800 TON 4 -04.5 10 ASPHALT TREATED BASE 2030 TON 4 -06.5 11 HMA CL. '/2 IN., PG 64 -28 1035 TON 5 -04.5 12 JOB MIX COMPLIANCE PRICE ADJUSTMENT -1 CALC 5 -04.5 13 COMPACTION PRICE ADJUSTMENT -1 CALC 5 -04.5 14 PLAIN CONC. CULV. PIPE 12 IN. DIAM 35 LF 7 -02.5 15 CORRUGATED POLYETHYLENE CULV. PIPE 12 225 LF IN. DIAM. 7 -02.5 16 CORRUGATED POLYETHYLENE STORM SEWER 1220 LF PIPE 12 IN. DIAM. 7 -04.5 17 STORMWATER TREATMENT SYSTEM 1 LS 7 -04.5 18 CATCH BASIN TYPE 1 19 EA 7 -05.5 IAddendum 1 Page 1 of 2 9/21/2010 Coolidge Road Widening and Paving City Project #2217 (cont.) ITEM PROPOSAL ITEM QTY UNIT UNIT AMOUNT NO PAYMENT SECTION PRICE 19 VANED GRATE FOR CATCH BASIN, TYPE 1 19 EA 7 -05.5 20 DRAINAGE RETENTION BASIN W/24 IN. DIAM. 346 LF PERF. PIPE 7 -05.5 21 ADJUST MANHOLE 4 EA 7 -05.5 22 STRUCTURE EXCAVATION CL. B INCL. HAUL 1720 CY 7 -05.5 23 SHORING OR EXTRA EXCAVATION CL. B 700 LF 7 -05.5 24 ADJUST VALVE BOX 7 EA 7 -09.5 25 SILT FENCE 4940 LF 8 -01.5 26 ESC LEAD 6 DAY 8 -02.5 27 CEMENT CONC. TRAFFIC CURB AND GUTTER 5265 LF 8 -04.5 28 REMOVING AND RESETTING FENCE 350 LF 8 -12.5 29 REMOVING FENCE 1 FA $5,000.00 8 -12.5 30 CEMENT CONC. SIDEWALK, 4 IN. THICK 26 SY 8 -14.5 31 CEMENT CONC. CURB RAMP, TYPE PARALLEL A 1 EA 8 -14.5 32 MAILBOX SUPPORT TYPE 1 4 EA 8 -18.5 33 REPAIR OR REPLACEMENT 1 FA $30,000.00 8 -30.5 TOTAL: IAddendum 1 Page 2 of 2 9/21/2010 VARIES A SEE PLANS F COMPACT BACKFILL TO 95% l DRAIN ROCK 409 VOIDS vv SECTION A -A 1' 6 MIL PLASTIC SHEETING OVER TH TO BE ANCHORED A MIN. OF 18" EDGE OF TRENCH NON WOVEN GEOTEXTILE FABRIC ALL AROUND STA. 21 +90 TO 23 +79 34+59 TO 36 +14 CENTERED IN TRENCH INFILTRATION TRENCH 'MOTH * DEPTH 10' 4.17' 6' 4' SECTION B -B TREATMENT SYSTEM (TYP.) APPROVED: 9 -20 -10 CITY OF YAKIMA - ENGINEERING DIVISION RETENTION BASIN DETAIL P1 i� v SEE DETAIL R24 FOR TRENCH PATCHING /` SUITABLE EARTH FOUNDATION (SEE NOTE) NATIVE MATERIAL SHALL BE USED FOR BACKFILL UNLESS OTHERWISE DIRECTED BY THE ENGINEER. CRUSHED SURFACING TOP COURSE SHALL BE USED FOR BEDDING MATERIAL UNLESS OTHERWISE DIRECTED BY THE ENGINEER. UNSUITABLE FOUNDATION MATERIAL SHALL BE REPLACED WITH GRAVEL BACKFILL FOR FOUNDATIONS CLASS B. s4 ii EXCAVATION \\ PAYMENT LINE FOR PIPES 15 INCHES AND UNDER — Engineering I.D. + 30 INCHES ti SUITABLE EARTH FOUNDATION (SEE NOTE) NATIVE MATERIAL SHALL BE USED FOR BACKFILL UNLESS OTHERWISE DIRECTED BY THE ENGINEER. CRUSHED SURFACING TOP COURSE SHALL BE USED FOR BEDDING MATERIAL UNLESS OTHERWISE DIRECTED BY THE ENGINEER. UNSUITABLE FOUNDATION MATERIAL SHALL BE REPLACED WITH GRAVEL BACKFILL FOR FOUNDATIONS CLASS B. s4 TYPICAL TRENCH SECTION NTS City of Yakima — Engineering Division APPROVED: 2.10.99 CITY OF YAKIMA - STANDARD DETAIL TYPICAL TRENCH DETAIL I S4 3 N Y m 0 ircy BOLT -DOWN HOLE (TYP.) 5J8" - 11 NC, SEE DETAIL & NOTE 2 O TOP SECTION ( A 001 V a 21n• DETAIL CB NOTES 1. This frame is designed to accommodate 20" x 24" grates or covers as shown on Standard Plans B- 30.20, B- 30.30, B -30.40 and B- 30.50. 2. When bolt -down grates or covers are specified in the Contract provide two holes in the frame that are verticalty aligned with the grate or cover slots. Tap each hole to accept a 5/8" - 11 NC x 2" alien head cap screw. Location of bolt down holes varies among different manufacturers. 3. Refer to Standard Specification 9-05.15(2) for additional requirements. RECESSED ALLEN HEAD CAP SCREW 5/8• - 11 NC x 2" GRATE v i FRAME SECTION BOLT -DOWN DETAIL SEE NOTE 2 3 Y 0 24" -I _ 2 12" DIAM. HOLE O O D O O O O O O O O O B TOP BOLT -DOWN SLOT DETAIL AND NOTE 1 �4 3/4" 13/4' 1 12• I ! I 39'R - SEE NOTE 2 SECTION O SECTION O NOTES 1. When bolt-down covers are specified in the Contract, provide two slots In the cover that are vertically aligned with the holes in the frame. Location of bolt-down slots varies among different manufacturers. 2. Alternative reinforcing designs are acceptable in lieu of the rib design. 3. Refer to Standard Specification 9-05.15(2) for additional requirements. 4. For frame details, see Standard Plan B- 30.10. 5" 314" DLAM. HOLE • O ISOMETRIC 3 4' 1 va• i BOLT -DOWN SLOT DETAIL SEE NOTE 1 OP VA9y� �rF� , 1, �oF 9 Issse Ao w� of �s�ONAL EXPIRES JULY I, 2001 �+���� RECTANGULAR SOLID METAL COVER STANDARD PLAN B -30.20 -01 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Kevin l Dayton 11 -21 -06 _ mire armo•r�mlxea rHre wmhi^Gb Lab 0.0� of 1—p—M- MAILBOX & PLATFORM DIMENSIONS MAILBOX DIMENSIONS PLATFORM DIMENSIONS SIZE L W H L W H 1 1B' 612' 812" 17" 6" 1" 1A 21' 8' 1012' 19" 712- 1" 2 24' 1 1112" 1312' 21' 11" 1" m 7/18' v 1 114" o SLOT gyp.) m 2 J VARIABLE 8" TO 12" EDGE OF SHOULDER OR TURNOUT ? 'll � SYMMETRICAL ABOUT CENTERLINE �'• _ 5118" • 1 1w I _7 1 /8• SLOT (TYP.) I 0 3 OO 0 AT EDGE OF o I o SHOULDER 3ne" (7w.) L 5/B' R (TYP.) END r _ TOP 1/4" • 5/6' SYMM. ABT SLOT (TYP.) I SIDE PLATFORM DETAIL SYMM.ABT 7/16' DIAM. HOLE PLACEMENT FOR HOLE (TYP.) ALTERNATE DESIGN (TYP.) 7 12" 2 314' 2 3/4' 7/16' DIAM. TOP HOLE (TYP.) NEWSPAPER BOX 7/16' DIAM. 11/2* ANTI -TWIST PLATE DETAIL - SEE NOTE 4 HOLE (TYP.) ` T a go. 'v V—viii m BEND 0 ANTI -TWIST PLATE - SEE DETAILS _ 1 SHEETS 1 8 2, SEE NOTE 1 SIDE 2" ISOMETRIC FRONT BRACKET DETAIL VARIABLE VAIAB RLE 0' TO 12" 0" TO 12" FACE OF CURB -,� BACK OF SIDEWALK � STEEL OR -k STEEL OR STEEL OR WOOD POST WOOD POST io WOOD POST CURB TYPE VARIES SIDEWALK BEHIND CURB BEHIND SIDEWALK * UNLESS OTHERWISE SHOWN IN THE PLANS MAILBOX PLACEMENT SECTIONS MAILBOX. PLATFORM. 8 POST MAILBOX MAILBOX MOUNTING HOLE (TYP.) SPACE PROVIDED ON BOTH ° ENDS TO ALLOW ACCESS TO ry FASTENERS (SEE NOTE 3) PLATFORM 3' -3 -MIN. O.C. I 4'- 3"MIN. ALIGNMENT DETAIL POST TO POST U.S. U.S. U.S. U.S. U.S. U.S. MAIL MAIL MAIL MAIL AWL MAIL �'C - PA n ¢ MAILBOX SUPPORT TYPE 2 �P�O�Q, OP WA9y7 yO J i l h FOR DETAILS gg SEE STD. PLAN H -70.20 — Jill, 4 C6 GW �0 .pf, 25557 �O X /ONAL EXPIRES JUNE 19. 2008 5 �p 5 - -- MAILBOX SUPPORT 5 TYPE 1 STANDARD PLAN H- 70.10 -00 SHEET 2 OF 2 SHEETS STEEL POST APPROVED FOR PUBLICATION WOOD POST Pasco Bakotich 111 09-05 -07 — � , V—O . BgIME9, POST PLACEMENT DETAIL 7 wmhi -g— Sw DWG .IIT—p -"rbn N m D WOOD POST FASTENERS SIZE TYPE QUANTITY WASHERS LOCKNUTS 31W DIAM. • 4 314- BOLT 2 1 4 2 316" DIAM. • 3W BOLT 4 1 B 4 3/16' DIAM.. IN SCREW 4 1 a 4 STEEL POST FASTENERS SIZE / TYPE I QUANTITY I WASHERS I LOCKNUTS SW DLAM. x 2 314" BOLT 1 2 4 2 318" DIAM. " 314- BOLT 4 8 1 4 3116" DAM. • 1" SCREW 4 8 4 17/8" M -CLAMP 2 4 4 NOTES MAILBOX -SIZE 1, to OR 2 (SIZE to SHOWN) 1. A socket and wedge anchoring system that meets the (SEE TABLE, SHEET z, NCHRP 350 crash test criteria may be substituted in lieu FOR DIMENSIONS) of the anti -twist plate designs shown. Anti-twist plates are not required for wood post installations. 1 I • �' I I • ✓' 2. The platform design shown on this plan features slots that . 1' PHILLPS HEAD ac necessary Several types of mailbox supports, only those 3116• r SCREW, 2 WASHERS, N VVV slots ts necessary for assembling the type being installed are a e required. An adjustable platform may be used in lieu of AND INSET WITH this design, but it must fit the bracket design shown on this NYLON INSERT (TYP.) g � 9 4 sErs MIN. plan. Brackets are required for all single -post installations. - ®® ® Field drilling may be necessary. •' 3. Center the mailbox on the platform to ensure space for the PLATFORM mailbox door to open and to allow space for installing the ® ® PLATFORM (SEE DETAIL, O (SEE DETAIL, fasteners (See ALIGNMENT DETAIL, Sheet 2). Spacing ®® SHEET 2, SEE NOTE 2) O ® SHEET 2, SEE of mailbox mounting holes varies among manufacturers. NOTE z) Attachment of the mailbox to the platform may require drill - �i Q f% ADDITIONAL WASHERS ing additional holes through the mailbox to fit the platform. ® -AS REQUIRED TO i FILL GAP (TYP.) ® , 4. Attach a newspaper box to a steel post with two 1 7/8" ® Muffler Clamps spaced 4" apart Field drill 7/16" holes In ® the newspaper box to fit Use 2 1/2" x 1/4" lag bolts to attach newspaper boxes to wood posts. Newspaper boxes e must not extend beyond the front of the mailbox when the {�Q mailbox door is dosed. 318 - • 4 314' HEX HEAD e BOLT, 2 WASHERS & 5. A Type 2 Support (Standard Plan H- 70.20) is required when LOCKNUT. LENGTH 2 or more mailboxes are to be Installed on one support. e TO FIT (TYP.) BRACKET (TYP.) :0 (SEE DETAIL, SHEET 2) 3/8' • 2 3/4' HEX BOLT .4, 2 WASHERS & .A BRACKET (TYP.) LOCKNUT (TYP.) SHEE DETAIL, ) 11/2 Ot�CH, Pqs� � 1 112" 31W • 314- HEX BOLT 2WASHERS AND �..�� : m�4 r��OF WA9y � �. &a LOCKNUT (TYP.) 4" ANTI -TWIST PLATE (SEE DETAIL, ` 4' 0.• SHEET 2, SEE NOTE I) _g4 o /6' HOLE BO A q y� N 1W 2a557 71 0. 7/16 - HOLE (TYP.) 76- HOLE(TYP.) �..,• s/ Q,C� 3B'•z314•HIX ONAL �•..,. 0.,, BOLT, NUT & 2 4' 4 " 4 WOOD POST (SEE STEEL POST (SEE p.,. WASHERS (TYP.) EXPIRES JUNE 19, 2008±; 1( STD. SPEC. 9- 28.14(1)) 0•., STD. SPEC. 9 -32.1) 44 o, MAILBOX SUPPORT ANTI -TWIST PLATE (SEE DETAIL, a'. 4 ' 1 TYPE 1 SHEET 2, SEE NOTE 1) _ � STEEL POST _\ 13• STANDARD PLAN H- 70.10 -00 1 7/6' MUFFLER CLAMP (1 7/8- M�LAMP) SHEET 1 OF 2 SHEETS 2 LOCKNUTS & 2 WASHERS (TYP.) ALTERNATE APPROVED FOR PUBLICATION ANTI -TWIST PLATE Pasco BekOtleh Ill 09 -05-07 WOOD POST ASSEMBLY DETAIL DESIGN ..� --- — (SEE FOR STEEL. POST TIOANS NOT SHOWN) STEEL POST ASSEMBLY DETAIL Ir wanl„os, :� DqpmnnW of Trmvparlvlbn General Decision Number: WA100001 09/10/2010 WA1 Superseded General Decision Number: WA20080001 State: Washington Construction Type: Highway Counties: Washington Statewide. HIGHWAY (Excludes D.O.E. Hanford Site in Benton and Franklin Counties) Modification Number Publication Date 0 03/12/2010 1 03/19/2010 2 04/16/2010 3 07/02/2010 4 07/30/2010 5 08/06/2010 6 08/20/2010 7 09/10/2010 CARP0001 -008 09/01/2009 Rates Fringes Carpenters: COLUMBIA RIVER AREA - ADAMS, BENTON, COLUMBIA, DOUGLAS (EAST OF THE 120TH MERIDIAN), FERRY, FRANKLIN, GRANT, OKANOGAN (EAST OF THE 120TH MERIDIAN) AND WALLA WALLA COUNTIES GROUP 1 :...................$ 27.73 10.56 GROUP 2 :...................$ 29.73 10.56 GROUP 3: ................... $ 28.00 10.56 GROUP 4 :...................$ 27.73 10.56 GROUP 5: ................... $ 63.50 10.56 GROUP 6 ....................$ 30.75 10.56 GROUP 7 ....................$ 31.75 10.56 GROUP 8 ....................$ 28.00 10.56 GROUP 9 ....................$ 33.75 10.56 WA100001 Modification 7 1 P a g e Federal Highway Wage Determinations 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: 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 ' GROUP 5: Diver Wet GROUP 6: Diver Tender, Manifold Operator, ROV Operator ' 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). , WA100001 Modification 7 2 1 P a g e ' Federal Highway Wage Determinations 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 a chemical "splash suit ". LEVEL A +$1.00 per hour - This level utilizes a fully encapsulated suit with a self - contained breathing apparatus or a supplied air line. ---------------------------------------------------------- - - - - -- WA100001 Modification 7 3 1 P a g e Federal Highway Wage Determinations CARP0003 -006 06/01/2007 SOUTHWEST WASHINGTON: CLARK, COWLITZ, KLICKITAT, LEWIS(Piledriver only), PACIFIC (South of a straight line made by extending the north boundary line of Wahkiakum County west to Willapa Bay to the Pacific Ocean), SKAMANIA AND WAHKIAKUM COUNTIES and INCLUDES THE ENTIRE PENINSULA WEST OF WILLAPA BAY SEE ZONE DESCRIPTION FOR CITIES BASE POINTS ZONE 1: Rates Fringes Carpenters: CARPENTERS ..................$ 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 - $0.85 Zone 3 - 1.25 Zone 4 - 1.70 Zone 5 - 2.00 Zone 6 - 3.00 WA100001 Modification 7 4 1 P a g e Federal Highway Wage Determinations BASEPOINTS: ASTORIA, LONGVIEW, PORTLAND, THE DALLES, AND VANCOUVER, (NOTE: All dispatches for Washington State Counties: Cowlitz, Wahkiakum and Pacific shall be from Longview Local #1707 and mileage shall be computed from that point.) ' ZONE 1: Projects located within 30 miles of the respective city hall of the above mentioned cities ZONE 2: Projects located more than 30 miles and less than 40 miles of the respective city of the above mentioned cities ' ZONE 3: Projects located more than 40 miles and less than 50 miles of the respective city of the above mentioned cities ZONE 4: Projects located more than 50 miles and less than 60 miles of the respective city of the above mentioned cities. ' ZONE 5: Projects located more than 60 miles and less than 70 miles of the respective city of the above mentioned cities ZONE 6: Projects located more than 70 miles of the respected city of the above mentioned cities CARP0770 -003 06/01/2009 ' Rates Fringes Carpenters: CENTRAL WASHINGTON: ' CHELAN, DOUGLAS (WEST OF THE 120TH MERIDIAN), KITTITAS, OKANOGAN (WEST OF THE 120TH MERIDIAN) AND ' YAKIMA COUNTIES CARPENTERS ON CREOSOTE MATERIAL ...................$ 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 WA100001 Modification 7 5 1 P a g e Federal Highway Wage Determinations (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 ---------------------------------------------------------------- WA100001 Modification 7 6 1 P a g c ' Federal Highway Wage Determinations CARP0770 -006 06/01/2009 Rates Fringes Carpenters: WESTERN WASHINGTON: CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS (excludes piledrivers only), 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 BRIDGE CARPENTERS .......... $ 35.39 13.08 CARPENTERS ON CREOSOTE MATERIAL ...................$ 35.49 13.08 CARPENTERS .................$ 35.39 13.08 DIVERS TENDER ..............$ 39.15 13.08 DIVERS .....................$ 87.20 13.08 MILLWRIGHT AND MACHINE ERECTORS.. .................$ 36.39 13.08 PILEDRIVER, DRIVING, PULLING, CUTTING, PLACING COLLARS, SETTING, WELDING OR CRESOTE TREATED MATERIAL, ALL PILING ....... $ 35.59 13.08 (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 WA1OOOO1 Modification 7 7 1 P a g e Federal Highway Wage Determinations 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 $1.50 /hour ---------------------------------------------------------------- ELEC0046 -001 06/01/2009 ' CALLAM, JEFFERSON, KING AND KITSAP COUNTIES Rates Fringes ' CABLE SPLICER ....................$ 44.89 30 +15.71 ELECTRICIAN ��������._...�..������$ 40.81 +15.71 ' ---- - - - * ELECO048 -003 0110112010 -3$ CLARK, KLICKITAT AND SKAMANIA COUNTIES ' Rates Fringes CABLE SPLICER ....................$ 39.66 $16.58 ' ELECTRICIAN ......................$ 36.05 $16.58 HOURLY ZONE PAY: 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 $9.00 /hour ' *These are not miles driven. Zones are based on Delorrne Street Atlas USA 2006 plus. -- -------------------------------------------------- ' - - - - -- WA100001 Modification 7 8 1 P a g e. ' Federal Highway Wage Determinations ELECO073 -001 01/01/2010 ADAMS, FERRY, LINCOLN, PEND OREILLE, SPOKANE, STEVENS, WHITMAN COUNTIES Rates Fringes CABLE SPLICER ....................$ 28.62 3% +12.98 ELECTRICIAN ......................$ 28.37 13.98 ---------------------------------------------------------------- ELEC0076 -002 09/01/2009 GRAYS HARBOR, LEWIS, MASON, PACIFIC, PIERCE, AND THURSTON COUNTIES Rates Fringes CABLE SPLICER ....................$ 38.32 3% +16.45 ELECTRICIAN ......................$ 34.84 3% +16.40 ---------------------------------------------------------------- ELEC0112 -005 07/01/2010 ASOTIN, BENTON, COLUMBIA, FRANKLIN, GARFIELD, KITTITAS, WALLA WALLA, YAKIMA COUNTIES Rates Fringes CABLE SPLICER ....................$ 36.70 3% +13.73 ELECTRICIAN ......................$ 35.20 3% +14.23 ---------------------------------------------------------------- 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 ---------------------------------------------------------- - - - - -- WA100001 Modification 7 9 P a g e Federal Highway Wage Determinations ELECO191 -004 03/01/2008 t CHELAN, DOUGLAS, GRANT AND OKANOGAN COUNTIES Rates Fringes CABLE SPLICER ....................$ 32.46 3% +12.81 ELECTRICIAN ......................$ 29.51 3% +12.81 ---------------------------------------------------------------- ELEC0970 -001 01/01/2009 COWLITZ AND WAHKIAKUM COUNTY , Rates Fringes CABLE SPLICER ....................$ 34.68 30 +9.59 ELECTRICIAN ......................$ 31.53 3% +9.59 ---------------------------------------------------------------- ENGI0302 -003 06/01/2009 ' 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 SHOWN BELOW) Zone 1 (0 -25 radius miles): WA100001 Modification 7 10 1 P a g e Federal Highway Wage Determinations Rates Fringes Power equipment operators: Group 1A ...................$ 35.79 15.15 Group 1AA ..................$ 36.36 15.15 Group 1AAA .................$ 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 1AAA - Cranes -over 300 tons, or 300 ' ft of boom (including jib with attachments) WA100001 Modification 7 10 1 P a g e Federal Highway Wage Determinations 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 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 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; 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 under .................... ..__. ... ... - _ ._.._...- . _...................- - - - --. -- WA100001 Modification 7 11 ( P a g e Federal Highway Wage Determinations 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 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. 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. H -4 Class "A" Suit - Base wage rate plus $ .75 per hour. WA100001 Modification 7 12 1 P a g e ' Federal Highway Wage Determinations ENGI0370 -002 06/01/2010 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 1A ...................$ 23.21 11.05 GROUP 1 .....................$ 24.26 11.55 GROUP 2 .....................$ 24.58 11.55 ' GROUP 3 .....................$ 25.19 11.55 GROUP 4 .....................$ 25.35 11.55 GROUP 5 .....................$ 25.51 11.55 GROUP 6 .....................$ 25.79 11.55 ' GROUP 7 .....................$ 26.06 11.55 GROUP 8 .....................$ 27.16 11.55 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 WA100001 Modification 7 13 1 P a g e 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 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 - 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) WA100001 Modification 7 14 1 P a g e Federal Highway Wage Determinations 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); 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 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) 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 WA100001 Modification 7 15 P a g e 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 $1.00 an hour above classification. ---------------------------------------------------------- - - - - -- WA100001 Modification 7 16 1 P a g e ' Federal Highway Wage Determinations ENGI0612 -006 06/01/2009 LEWIS,PIERCE, PACIFIC (portion lying north of a parallel line extending west from the northern boundary of Wahkaikum County to the sea) AND THURSTON COUNTIES ON PROJECTS DESCRIBED IN FOOTNOTE A BELOW, THE RATE FOR EACH GROUP SHALL BE 90% OF THE BASE RATE PLUS FULL FRINGE BENEFITS. ON ALL OTHER WORK, THE FOLLOWING RATES APPLY. Zone 1 (0 -25 radius miles): Rates Fringes Power equipment operators: GROUP 1A ...................$ 35.79 15.15 GROUP 1AA ..................$ 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) = $ .70 Zone 3 (Over 45 radius miles) - $1.00 BASEPOINTS: CENTRALIA, OLYMPIA, TACOMA POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1 AAA - Cranes -over 300 tons or 300 ft of boom (including jib with attachments) GROUP 1AA - Cranes- 200 tonsto 300 tons, or 250 ft of boom (including jib with attachments; Tower crane over 175 ft in height, bas to boom WA100001 Modification 7 17 1 P a g e Federal Highway Wage Determinations 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 WA100001 Modification 7 18 1 P a g e Federal Highway Wage Determinations 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 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. 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. 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 Rates Fringes Power equipment operators: (See Footnote A) GROUP 1 .....................$ 37.27 GROUP 1A ....................$ 39.13 GROUP 1B ....................$ 41.00 GROUP 2 .....................$ 35.64 GROUP 3 .....................$ 34.64 GROUP 4 .....................$ 33.71 ' GROUP 5 .....................$ 32.60 GROUP 6 .....................$ 29.61 WA100001 Modification 7 Federal Highway Wage Determinations 11.50 11.50 11.50 11.50 11.50 11.50 11.50 11.50 19 Page 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: 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. 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 I 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 t WA100001 Modification 7 20 1 P a g e ' 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, Dll, 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: Shovel, Dragline, Clamshell operators 3 cu. yds. but less than 5 cu yds. WA100001 Modification 7 21 P a g e Federal Highway Wage Determinations 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 Clamshelll, 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 Filling Machine Operator; REMOTE CONTROL: Concrete Cleaning Decontamination Machine Operator; Ultra High Pressure Water Jet Cutting Tool System Operator /Mechanic; Vacuum Blasting Machine Operator /mechanic; REPAIRMEN, HEAVY DUTY: Diesel Electric Engineer (Plant or Floating; Bolt Threading WA100001 Modification 7 22 1 P a g e Federal Highway Wage Determinations * PAIN0005 -006 07/01/2009 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: Application of Cold Tar Products, Epoxies, Polyure thanes, Acids, Radiation Resistant Material, Water and Sandblasting ............ $ 21.50 7.98 Over 30' /Swing Stage Work..$ 22.20 7.98 Brush, Roller, Striping, Steam - cleaning and Spray .... $ 15.09 6.78 Lead Abatement, Asbestos Abatement ...................$ 21.50 7.98 *$.70 shall be paid over and above the basic wage rates listed for work on swing stages and high work of over 30 feet. ---------------------------------------------------------------- PAIN0055 -002 07/01/2009 CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA, AND WAHKIAKUM COUNTIES Rates Fringes Painters: Brush & Roller ..............$ 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 07/01/2010 CLARK, COWLITZ, KLICKITAT, SKAMANIA and WAHKIAKUM COUNTIES Rates Fringes Painters: HIGHWAY & PARKING LOT STRIPER .....................$ 32.06 8.78 ---------------------------------------------------------- - - - - -- WA100001 Modification 7 33 1 P a g e 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 - $2.00 BASE POINTS: Spokane, Pasco, Lewiston; Wenatchee Zone 1: 0 - 45 radius miles from the main post office Zone 2: Over 45 radius miles from the main post office ---------------------------------------------------------------- PLAS0528 -001 08/01/2010 CLALLAM, COWLITZ, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PACIFIC, PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON, WAHKIAKUM AND WHATCOM COUNTIES Rates Fringes Cement Masons: CEMENT MASON ................$ 33.00 13.88 COMPOSITION, TROWEL MACHINE, GRINDER, POWER TOOLS, GUNNITE NOZZLE ....... $ 35.90 13.75 TROWLING MACHINE OPERATOR ON COMPOSITION ..............$ 36.90 13.75 ---------------------------------------------------------------- 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 WA100001 Modification 7 34 1 P a g e 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. WA100001 Modification 7 Federal Highway Wage Determinations 35 1 Page 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 truuks: 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 WA100001 Modification 7 36 1 P a g e I Federal Highway Wage Determinations ' 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 1 - __ - - - - -- --------------- - - - - -- tailgate) Trucks; Industrial Lift Truck (mechanical ---- - - - - -- --------------------- * TEAM0174 -001 06/01/2009 ' 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 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 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 WA100001 Modification 7 37 1 P a g e 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. ' ----------------------------------------------------- - - - - -- WA1OOOO1 Modification 7 38 1 P a g e ' 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 Truck drivers: (ANYONE WORKING ON HAZMAT JOBS SEE FOOTNOTE A BELOW) ZONE 1: GROUP 1 ....................$ 20.02 GROUP 2 ....................$ 22.29 GROUP 3 ....................$ 22.79 GROUP 4 ....................$ 23.12 GROUP 5 ....................$ 23.23 GROUP 6 ....................$ 23.40 GROUP 7 ....................$ 23.93 GROUP 8 ....................$ 24.26 Fringes 10.86 10.86 10.86 10.86 10.86 10.86 10.86 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) WA100001 Modification 7 39 1 P a g e Federal Highway Wage Determinations 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 WA100001 Modification 7 40 1 P a g e I Federal Highway Wage Determinations 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)). ---------------------------------------------------------- - - - - -- ' 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 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. ............. _ WA100001 Modification 7 411 P a g e 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 WA100001 Modification 7 42 1 P a g e ' Federal Highway Wage Determinations DE1`4RTMENT OF COMMUNITYAND ECONOMIC DEVELOPMENT 129 North Second Strect Yakiata, Washinglott 98901 Phone: (509) 575 -6113 - Fax (509) 576 -6792 Michael Morales, Director ADDENDUM NO. 2 TO THE BID DOCUMENTS & SPECIFICATIONS FOR THE CITY OF YAKIMA, WA for Coolidge Road Widening and Paving S. 88th Avenue to S. 80th Avenue FEDERAL AID NO.: CM- 4560(001) CITY OF YAKIMA PROJECT NUMBER 2217 NEW BID OPENING: Monday, October 4th, 2:00 p.m., City Hall Council Chambers TO THE ATTENTION OF ALL BIDDERS AND PLAN HOLDERS: The Construction Contract Specifications & Bid Documents shall be modified as follows: 1.) Bid Opening Date has changed to October 4, 2010 at 2:00 pm in Yakima City Hall Council Chambers. 2.) Please include the attached DBE Utilization Certification Form as part of the proposal package. Fill out and submit as part of the bid proposal.. 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: amm of /Zg1O Brett Sh field, PE Date Chief Engineer ** END OF ADDENDUM NO. 2 ** IAddendum 2 Page 1 of 2 9/28/2010 Washington State Ashk APM Department of Transportation Disadvantaged Business Enterprise Utilization Certification To be eligible for award of this contract the bidder must fill out and submit, as part of its bid proposal, the following Disadvantaged Business Enterprise Utilization Certification relating to Disadvantaged Business Enterprise (DBE) requirements. The Contracting Agency shall consider as non - responsive and shall reject any bid proposal that does not contain a DBE Certification which properly demonstrates that the bidder will meet the DBE participation requirements in one of the manners provided for in the proposed contract. If the bidder is relying on the good faith effort method to meet the DBE assigned contract goal, documentation in addition to the certificate must be submitted with the bid proposal as support for such efforts. The successful bidder's DBE Certification shall be deemed a part of the resulting contract. Information on certified firms is available from OMWBE, telephone 360- 753 -9693. certifies that the Disadvantaged Business Enterprise Name of Bidder (DBE) Firms listed below have been contacted regarding participation on this project. If this bidder is successful on this project and is awarded the contract, it shall assure that subcontracts or supply agreements are executed with those firms where an "Amount to be Applied Towards Goal" is listed. (If necessary, use additional sheet.) .. �. ��a�w r.' - ° =Name f'DB' E� _ S. o 5r :a,r `sYrb „Certificate.Nu`mber- �. �: d'" n'S°' .. F'Y' ya " % °:i "• a ��' ...8' Pro'ect:F'tole • "� -� k s£� �� ,"�, �. �. ,�. f;i*f.�f �"t:t• r.¢'; :`..S•.e.3. ,.�- ��Y':� � r �;:••� -: - ° fig, ' +..� "v.v., . �. - � Descri tion�'ofWork ".. , r .p 6ii9"'i �ti i: .F- ii^ �edCu ` #' . -. Tom; is ""s. ?, -a� `� •.:�� ^`�.�'�<j�;�r,i�_ "." _ 0 x � u Amount =to ��be�A lied. I?I?w �Towards:Goal � _ 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. Disadvantaged Business Enterprise Subcontracting Goal: 5% DBE Total $ * Regular Dealer status must be approved prior to bid submittal by the Office of Equal Opportunity, Wash. State Dept. of Transportation, on each contract. ** See the section "Counting DBE Participation Toward Meeting the Goal" in the Contract Document. * ** The Contracting Agency will utilize this amount to determine whether or not the bidder has met the goal. In the event of an arithmetic difference between this total and the sum of the individual amounts listed above, then the sum of the amounts listed shall prevail and the total will be revised accordingly. DOT Form 272 -056 EF Coolidge Road Widening & Paving - Addendum #2 Revised 7/07 City Of Yakima Coolidge Road Widening and Paving (S. 88th Avenue to S. 80th Avenue) City Project No. 2217 Fed. Aid. No.: CM- 4560(001) �g E R S,y � G of w asfll y F.C� ✓ 39107 �S,sI�'1i4L 1 CONTENTS CITY OF YAKIMA Coolidge Road Widening and Paving S. 88th Avenue to S. 80th Avenue City Project No. 2217 Fed. Aid. No.: CM- 4560(001) SECTION PAGE INVITATION TO BID ................................................. ............................... 5 STANDARD SPECIFICATIONS Standard Specifications .................................................... ............................... 7 Amendments to the 2010 Standard Specifications ................. ............................... 7 CONTRACT PROVISIONS General Special-Provisions ............................................... ............................... 47 ProjectDescription .................................................... ............................... 48 1 -02 Bid Procedures and Conditions ............................. ............................... 49 1 -03 Award and Execution of Contract ........................... ............................... 54 1 -04 Scope of Work ................................................... ............................... 56 1 -05 Control of Work .................................................. ............................... 56 1 -06 Control of Materials ............................................. ............................... 59 1 -07 Legal Relations and Responsibilities to the Public ..... ............................... 60 1 -08 Prosecution and Progress ................................... ............................... 87 1 -09 Measurement and Payment ................................. ............................... 90 1 -10 Temporary Traffic Control ................................... ............................... 92 2 -01 Clearing, Grubbing, and Roadside Cleanup ............ ............................... 93 2 -02 Removal of Structures and Obstructions ................. ............................... 93 2 -03 Roadway Excavation and Embankment ................. ............................... 93 4 -06 Asphalt Treated Base ......................................... ............................... 94 5 -04 Hot Mix Asphalt ................................................. ............................... 94 7 -04 Storm Sewers ................................................... ............................... 99 7 -05 Manholes, Inlets, Catch Basins, and Drywells .......... ............................... 100 8 -01 Erosion Control and Water Pollution Control ........... ............................... 101 8 -04 Curbs, Gutters and Spillways ................................ ............................... 101 8 -14 Cement Concrete Sidewalks ................................ ............................... 102 8 -30 Repair or Replacement ........................................ ............................... 104 9 -03 Aggregates ........................................................ ............................... 105 9 -05 Drainage Structures, Culverts, and Conduits ............ ............................... 106 STANDARDPLANS .................................................... ............................... 107 Required Contract Provisions for Federal Aid Contracts ........... ............................... 113 ContractForm ................................................................ ............................... 115 Performance Bond Form ................................................... ............................... 117 Informational Certificate of Insurance .................................. ............................... 119 Informational Additional Insured Endorsement ...................... ............................... 121 Minimum Wage Affidavit Form ........................................... ............................... 123 PREVAILING WAGE RATES PrevailingWage Rates ..................................................... ............................... 125 (State Wage Rates attached as Supplements) PROPOSAL ProposalForm ............................................................... ............................... 169 Item Proposal Bid Sheet .................................................... ............................... 171 3 BidBond Form ............................................................... ............................... 175 Non - Collusion Declaration ................................................ ............................... 177 Certification for Federal -Aid Contracts .................................. ............................... 179 Non - Discrimination Provision ............................................ ............................... 181 Women and Minority Business Enterprise Policy ................... ............................... 183 CouncilResolution .......................................................... ............................... 185 Affirmative Action Plan ..................................................... ............................... 187 BiddersCertification ........................................................ ............................... 189 Contractor and Subcontractor or Lower Tier Subcontractor Cert. for Fed. Aid Projects.. 191 Materially and Responsiveness .......................................... ............................... 193 Proposal Signature Sheet ................................................. ............................... 195 Bidders Check List .......................................................... ............................... 197 PLANS & DETAILS Project Details Standard Details Traffic Control Plan Construction Plans (under separate cover) 4 ' 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 September 23, 2010 and will then and there be opened and publicly read for the construction of ' CITY OF YAKIMA Coolidge Road, Widening and Paving (S. 88th Avenue to S. 80th Avenue) City Project No. 2217 Fed. Aid. No.: CM- 4560(001) This project consists of making improvements to Coolidge Road from 88th Avenue to 80th Avenue. The work shall consist of constructing a new 28 foot wide asphalt roadway on an existing gravel road including curb and gutter and storm drainage. The north side of the roadway behind the curb will be graded for future sidewalk. Project will include the following approximate quantities: 1320 cubic yards of roadway excavation; 2,800 tons of crushed surfacing base course; 2,030 tons of ATB; 1,035 tons of HMA; 346 linear feet of drainage retention basin; 1 each of stormwater treatment system; 5,265 linear feet of cement ' concrete traffic curb and gutter, and other related improvements all 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 $35.00 for each set, non refundable. ' 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. IDATED this 31 t day of August, 2010 ' Deborah J. Kloster CITY CLERK PUBLISH: September 2, 2010 September 9, 2010 r 1 1 INTRODUCTION The following Amendments and Special Provisions shall be used in conjunction with the 2010 Standard Specifications for Road, Bridge, and Municipal Construction. AMENDMENTS TO THE STANDARD SPECIFICATIONS The following Amendments to the Standard Specifications are made a part of this contract and supersede any conflicting provisions of the Standard Specifications. For informational purposes, the date following each Amendment title indicates the implementation date of the Amendment or the latest date of revision. Each Amendment contains all current revisions to the applicable section of the Standard Specifications and may include references which do not apply to this particular project. SECTION 1 -01, DEFINITIONS AND TERMS August 2, 2010 1- 01.2(1) Associations and Miscellaneous The abbreviation and definition "AREA American Railway Engineering Association" is replaced with the following: AREMA American Railway Engineering and Maintenance Association SECTION 1 -06, CONTROL OF MATERIALS April 5, 2010 1 -06.1 Approval of Materials Prior to Use This section is supplemented with the following new sub - section: 1- 06.1(4) Fabrication Inspection Expense In the event the Contractor elects to have items fabricated beyond 300 miles from Seattle, Washington the Contracting Agency will deduct from payment due the Contractor costs to perform fabrication inspection on the following items: ' Steel Bridges and Steel Bridge components • Cantilever Sign Structures and Sign Bridges • Cylindrical, Disc, Pin, and Spherical Bearings 1 Modular Expansion Joints • Additional items as may be determined by the Engineer. t I The deductions for fabrication inspection costs will be as shown in the Payment Table below. Zone Place of Fabrication Reduction in Payment 1 Within 300 airline miles from None Seattle 2 Between 300 and 3,000 airline $700.00 per *inspection day miles from Seattle 3 Over 3,000 airline miles from $1,000 per *inspection day, Seattle but not less than $2,500 per 7 trip *Note - An inspection day includes any calendar day or portion of a calendar day spent inspecting at or traveling to and from a place of fabrication. Where fabrication of an item takes place in more than one zone, the reduction in payment will be computed on the basis of the entire item being fabricated in the furthest of zones where any fabrication takes place on that item. The rates for Zone 2 and 3 shall be applied for the full duration time of all fabrication inspection activities to include but not limited to; plant approvals, prefabrication meetings, fabrication, coatings and final inspection. 1- 06.2(2)A General Table 2 "Pay Factors" on page 1 -39 is revised to read: Table 2 Pau Factors PAY FACTOR Minimum Required Percent of Work Within Specification Limits for a Given Factor (PU + PL) -100 Category n =3 n =4 n =5 n_6 n_7 n_8 n =9 n =10 n =12 n_15 n_18 n_23 n_30 n_43 n_67 to to to to to to to to n =11 n =14 n =17 n =22 n =29 n =42 n =66 1.05 100 100 100 100 100 100 100 100 100 100 1.04 100 99 97 95 96 96 96 97 97 97 97 1.03 100 98 96 94 92 93 93 94 95 95 96 96 1.02 99 97 94 91 89 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 76 80 81 82 83 84 85 86 87 89 90 91 0.98 64 70 74 76 78 79 80 81 82 84 85 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 76 78 79 80 82 83 84 86 0.94 58 63 67 69 71 72 73 75 76 78 79 80 82 83 85 0.93 57 62 65 67 69 71 72 73 75 76 78 79 80 82 84 0.92 55 60 63 66 68 69 70 72 73 75 76 78 79 81 82 0.91 54 59 62 64 66 68 69 70 72 74 75 76 78 79 81 0.90 53 57 61 63 65 66 67 69 71 72 74 75 77 78 80 0.89 51 56 59 62 63 65 66 68 69 71 72 74 75 77 79 0.88 50 55 58 60 62 64 65 66 68 70 71 73 74 76 78 0.87 49 53 57 59 61 62 63 65 67 68 70 71 73 75 77 0.86 48 52 55 58 59 61 62 64 66 67 69 70 72 74 76 (uonunuea) Table 2 "Pay Factors" on page 1 -40 is revised to read: I✓ 1 1 L 1 Table 2 Pav Factors (continued) PAY FACTOR Minimum Required Percent of Work Within Specification Limits for a Given Factor (Pu + PJ -100 Category n_3 n_4 n_5 n_6 n_7 n =8 n =9 n =10 n =12 n =15 n_18 n_23 n_30 n_43 n =67 to to to to to to to to n =11 n =14 n =17 n_22 n_29 n_42 n =66 0.85 46 51 54 56 58 60 61 62 64 66 67 69 71 72 75 0.84 45 49 53 55 57 58 60 61 63 65 66 68 70 71 73 0.83 44 48 51 54 56 57 58 60 62 64 65 67 69 70 72 0.82 43 47 50 53 54 56 57 59 61 62 64 66 67 69 71 0.81 1 41 46 1 49 51 1 53 55 1 56 1 58 59 1 61 63 64 66 1 68 1 70 0.80 40 44 48 50 52 54 55 56 58 60 62 63 65 67 69 0.79 39 43 46 49 51 52 54 55 57 59 61 62 64 66 68 0.78 38 42 45 48 50 51 52 54 56 58 59 61 63 65 67 0.77 36 41 44 46 48 50 51 53 55 57 58 60 62 64 66 0.76 35 39 43 45 47 49 50 52 54 56 57 59 61 63 65 0.75 33 38 42 44 46 48 49 51 53 54 56 58 60 62 64 REJECT Values Less Than Those Shown Above 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 smaller (P + P) - 100 value. SECTION 1 -07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC August 2, 2010 1 -07.2 Sales Tax The third sentence in the first paragraph is revised to read: The Contractor should contact Vendor Payments (a division of Accounting & Financial Services) of the Department of Transportation in Olympia, Washington for answers to questions in this area. The first sentence in the third paragraph is revised to read: The Contracting Agency will pay the retained percentage only if the Contractor has obtained from the State Department of Revenue a certificate showing that all Contract - related taxes have been paid (RCW 60.28.051). 1- 07.9(1) General The second sentence in the fourth paragraph is revised to read: When the project involves highway Work, heavy Work and building Work, the Contract Provisions may list a Federal wage and fringe benefit rate for the highway Work, a separate Federal wage and fringe benefit rate for both the heavy Work and the building Work. 1- 07.13(4) Repair of Damage The last sentence in the first paragraph is revised to read: For damage qualifying for relief under Sections 1- 07.13(1), 1- 07.13(2), 1= 07.13(3), or 8- 17.5, payment will be made in accordance with Section 1 -09.4 using the estimated Bid item Reimbursement for Third Party Damage". ' 1 -07.15 Temporary Water Pollution /Erosion Control The fourth paragraph is deleted. t 1- 07.15(1) Spill Prevention, Control and Countermeasures Plan The third sentence in the first paragraph is revised to read: 9 No on -site construction activities may commence until the Contracting Agency accepts a SPCC Plan for the project. In item number 10., the first paragraph below the pay item "SPCC Plan," lump sum is revised to read: When the written SPCC Plan is accepted by the Contracting Agency, the Contractor shall receive 50- percent of the lump sum Contract price for the plan. 1- 07.16(2) Vegetation Protection and Restoration The second paragraph is revised to read: Damage which may require replacement of vegetation includes torn bark stripping, broken branches, exposed root systems, cut root systems, poisoned root systems, compaction of surface soil and roots, puncture wounds, drastic reduction of surface roots or leaf canopy, changes in grade greater than 6- inches, or any other changes to the location that may jeopardize the survival or health of the vegetation to be preserved. The third paragraph is revised to read: When large roots of trees designated to be saved are exposed by the Contractor's operation, they shall be wrapped with heavy, moist material such as burlap or canvas for protection and to prevent excessive drying. The material shall be kept moist and securely fastened until the roots are covered to finish grade. All material and fastening material shall be removed from the roots before covering. All roots 1 -inch or larger in diameter, which are damaged, shall be pruned with a sharp saw or pruning shear. Damaged, torn, or ripped bark shall be removed as ordered by the Engineer at no additional cost to the Contracting Agency. The fourth paragraph is revised to read: Any pruning activity required to complete the Work as specified shall be performed by a Certified Arborist as designated by the Engineer. SECTION 1 -08, PROSECUTION AND PROGRESS April 5, 2010 1 -08.1 Subcontracting The second and third sentences in the eighth paragraph are revised to read: This Certification shall be submitted to the Project Engineer on WSDOT form 421 -023, "Quarterly Report of Amounts Paid as MBE/WBE Participants ", quarterly for the State fiscal quarters: January 1 through March 31, April 1 through June 30, July 1 through September 30, October 1 through December 31, and for any remaining portion of a quarter through Physical Completion of the Contract. The report is due 20 calendar days following the fiscal quarter end or 20- calendar days after Physical Completion of the Contract. The last sentence in the ninth paragraph is revised to read: When required, this "Quarterly Report of Amounts Credited as DBE Participation" is in lieu of WSDOT form 421 -023, "Quarterly Report of Amounts Paid as MBE/WBE Participants ". 1 -08.5 Time for Completion The last two sentences in the first paragraph are revised to read: 10 t When any of these holidays fall on a Sunday, the following Monday shall be counted a nonworking day. When the holiday falls on a Saturday, the preceding Friday shall be counted a nonworking day. The days between December. 25 and January 1 will be classified as nonworking days. SECTION 1 -09, MEASUREMENT AND PAYMENT August 2, 2010 1 -09.9 Payments The first paragraph is revised to read: The basis of payment will be the actual quantities of Work performed according to the Contract and as specified for payment. The Contractor shall submit a breakdown of the cost of lump sum Items to enable the Project Engineer to determine the Work performed on a monthly basis. Lump sum item breakdowns shall be submitted prior to the first progress payment that includes payment for the Bid Item in question. A breakdown is not required for lump sum items that include a basis for incremental payments as part of the respective Specification. Absent a lump sum breakdown the Project Engineer will make a determination based on information available. The Project Engineer's determination of the cost of work shall be final. In the third paragraph, the second sentence is deleted. 1- 09.11(1)A Disputes Review Board Membership This section is supplemented with the following new paragraph: The Contracting Agency and Contractor shall indemnify and hold harmless the Board Members from and against all claims, damages, losses and expenses, including but not limited to attorney's fees arising out of and resulting from the actions and recommendations of the Board. SECTION 1 -10, TEMPORARY TRAFFIC CONTROL April 5, 2010 In Division 1 -10, all references to "truck mounted" are revised to read "transportable ". 1- 10.2(3) Conformance to Established Standards In the fifth paragraph, the reference "(TMA's)" is deleted. 1- 10.3(2)C Lane Closure Setup/Takedown In the second paragraph, the reference to "TMA/arrow board" is revised to read "transportable attenuator /arrow board ". 1- 10.3(3)A Construction Signs In the fourth" paragraph "height" is replaced with "top of the ballast ". 1- 10.3(3)J Truck Mounted Attenuator The title for this section is revised to read: 1- 10.3(3)J Transportable Attenuator 11 In the second and fourth paragraphs, the references to "TMA" are revised to read "Transportable Attenuator ". In the first paragraph, the first sentence is revised to read: Where shown on an approved traffic control plan or where ordered by the Engineer, the Contractor shall provide, operate, and maintain transportable impact attenuators as required in Section 9- 35.12. In the third paragraph, the reference to "truck's" is revised to read "host vehicle's ". 1- 10.4(2) Item Bids with Lump Sum for Incidentals All references to "Truck Mounted Impact Attenuator(s)" are revised to read "Transportable Attenuator(s)". In the eighth paragraph, the first sentence is revised to read: "Transportable Attenuator" will be measured per each one time only for each host vehicle with mounted or attached impact attenuator used on the project. In the last sentence of the ninth paragraph, the reference to "TMA" is replaced with "transportable attenuator". 1- 10.5(2) Item Bids with Lump Sum for Incidentals All references to "truck mounted impact attenuator(s)" are revised to read "transportable attenuator(s)". SECTION 2 -01, CLEARING, GRUBBING, AND ROADSIDE CLEANUP April 5, 2010 2- 01.3(2) Grubbing In the first paragraph Item 2. e. is revised to read: e. Upon which embankments will be placed except stumps may be close -cut or trimmed as allowed in Section 2- 01.3(1) item 3. SECTION 2 -02, REMOVAL OF STRUCTURES AND OBSTRUCTIONS January 4, 2010 2 -02.3 Construction Requirements The fourth paragraph is revised to read: The Contractor may dispose of waste material in Contracting Agency owned sites if the Special Provisions or the Engineer permits it. Otherwise, the Contractor shall arrange to dispose of waste at no expense to the Contracting Agency and the disposal shall meet the requirements of Section 2- 03.3(7)C. 12 u u SECTION 5 -04, HOT MIX ASPHALT April 5, 2010 5- 04.3(8)A1 General The second sentence in the second paragraph is revised to read: Statistical evaluation will be used for a class of HMA with the same PG grade of asphalt binder, when the Proposal quantities exceed 4,000 -tons. The third paragraph is revised to read: Nonstatistical evaluation will be used for the acceptance of HMA when the Proposal quantities for a class of HMA, with the same PG grade of asphalt binder, are 4,000 -tons or less. 5- 04.3(8)A4 Definition of Sampling Lot and Sublot The first sentence in the first paragraph is revised to read: A lot is represented by randomly selected samples of the same mix design that will be ' tested for acceptance with a maximum of 15 sublots per lot; the final lot for a mix design may be increased to 25 sublots ' 5- 04.3(10)61 General The first sentence in the second paragraph is revised to read: ' A lot is represented by randomly selected samples of the same mix design that will be tested for acceptance with a maximum of 15 sublots per lot; the final lot for a mix design may be increased to 25 sublots. ' SECTION 5 -05, CEMENT CONCRETE PAVEMENT April 5, 2010 ' 5- 05.3(4)A Acceptance of Portland Cement Concrete Pavement All references to " AASHTO T 22" are revised to read " WSDOT FOP for AASHTO T 22 ". 1 The eighth paragraph is revised to read: ' Acceptance testing for compliance of air content and 28 -day compressive strength shall be conducted from samples prepared according to WSDOT FOP for WAQTC TM 2. Air content shall be determined by conducting WSDOT FOP for WAQTC / AASHTO T 152. Compressive Strength shall be determined by WSDOT FOP for AASHTO T 23 and WSDOT FOP for AASHTO T 22. ' 5- 05.3(12) Surface Smoothness The first paragraph is revised to read: ' The pavement smoothness will be checked with equipment furnished and 'operated by the Contractor, under supervision of the Engineer, within 48 -hours following placement of concrete. Smoothness of all pavement placed except Shoulders, ramp tapers, intersections, tight horizontal curves, and small or irregular areas as defined by Section 5- ' 05.3(3) unless specified otherwise, will be measured with a recording profilograph, as specified in Section 5- 05.3(3), parallel to centerline, from which the profile index will be determined in accordance with WSDOT Test Method 807. Tight horizontal curves are ' 13 curves having a centerline radius of curve less than 1,000 feet and pavement within the superelevation transition of those curves. 5- 05.3(16) Protection of Pavement All references to " AASHTO T 22" are revised to read "WSDOT FOP for AASHTO T 22 ". 5- 05.3(17) Opening to Traffic All references to " AASHTO T 22" are revised to read "WSDOT FOP for AASHTO T 22 ". SECTION 7 -02, CULVERTS January 4, 2010 7 -02.2 Materials In the first paragraph, the following two items are inserted after the item "Corrugated Polyethylene Culvert Pipe 9- 05.19 ": Steel Rib Reinforced Polyethylene Culvert Pipe 9 -05.21 High Density Polyethylene (HDPE) Pipe 9 -05.23 7 -02.5 Payment This section is supplemented with the following: "Steel Rib Reinforced Polyethylene Culvert Pipe In. Diam. ", per linear foot. "High Density Polyethylene (HDPE) Pipe In. Diam. ", per linear foot. SECTION 7 -04, STORM SEWERS January 4, 2010 7 -04.2 Materials In the first paragraph, the following two items are inserted after the item "Corrugated Polyethylene Storm Sewer Pipe 9- 05.20 ": Steel Rib Reinforced Polyethylene Storm Sewer Pipe 9 -05.22 High Density Polyethylene (HDPE) Pipe 9 -05.23 7 -04.5 Payment This section is supplemented with the following: "Steel Rib Reinforced Polyethylene Storm Sewer Pipe In. Diam. ", per linear foot. "High Density Polyethylene (HDPE) Pipe In. Diam. ", per linear foot. SECTION 8 -01, EROSION CONTROL AND WATER POLLUTION CONTROL August 2, 2010 8 -01.2 Materials In the first paragraph, the following is inserted after the first sentence: Corrugated Polyethylene Drain Pipe 9- 05.1(6) 8- 01.3(1) General In.the sixth paragraph, the first sentence is revised to read: 14 When natural elements rut or erode the slope, the Contractor shall restore and. repair the damage with the eroded material where possible, and remove and dispose of any. ' remaining material found in ditches and culverts. In the seventh paragraph the first two sentences are deleted. ' The table in the seventh paragraph is revised to read: ' Western Washington (West of the Cascade Mountain crest) May 1 through September 30 17 Acres October 1 through April 30 5 Acres Eastern Washington (East of the Cascade Mountain crest.) April 1 through October 31 17 Acres November 1 through March 31 5 Acres ' The eighth paragraph is revised to read: The Engineer may increase or decrease the limits based on project conditions. The ninth paragraph is revised to read: tErodible earth is defined as any surface where soils', grindings, or other materials may be capable of being displaced and transported by rain, wind, or surface water runoff. The 10th paragraph is revised to read: ' Erodible earth not being worked, whether at final grade or not, shall be covered within the specified time period, (see the tables below) using an approved soil covering practice. ' 8- 01.3(1)A Submittals This section is revised to read: ' When a Temporary Erosion and Sediment Control (TESC) Plan is included in the Plans, the Contractor shall either adopt or modify the existing TESC Plan. If modified, the Contractor's TESC Plan shall meet all requirements of Chapter 6 -2 of the current edition of ' the WSDOT Highway Runoff Manual. The Contractor shall provide a schedule for TESC Plan implementation and incorporate it into the Contractor's progress schedule. The Contractor shall obtain the Engineer's approval of the TESC Plan and schedule prior to the beginning of Work. The TESC Plan shall cover all areas that maybe affected inside and outside the limits of the project (including all Contracting Agency- provided .sources, disposal sites, and haul roads, and all nearby land, streams, and other bodies of water). 15 Western Washington (West of the Cascade Mountain crest► October 1 through April 30 2 -days maximum May 1 to September 30 7 -days maximum Eastern Washington (East of the Cascade Mountain crest.) October 1 through June 30 5 -days maximum July 1 through September 30 10 -days maximum ' 8- 01.3(1)A Submittals This section is revised to read: ' When a Temporary Erosion and Sediment Control (TESC) Plan is included in the Plans, the Contractor shall either adopt or modify the existing TESC Plan. If modified, the Contractor's TESC Plan shall meet all requirements of Chapter 6 -2 of the current edition of ' the WSDOT Highway Runoff Manual. The Contractor shall provide a schedule for TESC Plan implementation and incorporate it into the Contractor's progress schedule. The Contractor shall obtain the Engineer's approval of the TESC Plan and schedule prior to the beginning of Work. The TESC Plan shall cover all areas that maybe affected inside and outside the limits of the project (including all Contracting Agency- provided .sources, disposal sites, and haul roads, and all nearby land, streams, and other bodies of water). 15 The Contractor shall allow at least 5- working days for the Engineer to review any original or revised TESC Plan. Failure to approve all or part of any such Plan shall not make the Contracting Agency liable to the Contractor for any Work delays. 8- 01.3(1)6 Erosion and Sediment Control (ESC) Lead In the last paragraph, "Form Number 220 -030 EF" is revised to read "WSDOT Form Number 220 -030 EF ". 8- 01.3(1)C Water Management In number 2., the reference to "Standard Specification" is revised to read "Section ". Number 3., is revised to read: 3. Offsite Water Prior to disruption of the normal watercourse, the Contractor shall intercept the offsite stormwater and pipe it either through or around the project site. This water shall not be combined with onsite stormwater. It shall be discharged at its pre- construction outfall point in such a manner that there is no increase in erosion below the site. The method for performing this Work shall be submitted by the Contractor for the Engineer's approval. 8- 01.3(1)D Dispersion /Infiltration This section is revised to read: Water shall be conveyed only to dispersion or infiltration areas designated in the TESC Plan or to sites approved by the Engineer. Water shall be conveyed to designated dispersion areas at a rate such that, when runoff leaves the area, and enters waters of the State, turbidity standards are achieved. Water shall be conveyed to designated infiltration areas at a rate that does not produce surface runoff. 8- 01.3(2)6 Seeding and Fertilizing The fourth paragraph is revised to read: The seed applied using a hydroseeder shall have a tracer added to visibly aid uniform application. This tracer shall not be harmful to plant, aquatic or animal life. If HECP Type 3 Mulch is used as a tracer, the application rate shall not exceed 250 - pounds per acre. In the fifth paragraph, "hydro seeder" is revised to read "hydroseeder ". 8- 01.3(2)D Mulching In the second paragraph, the second sentence is revised to read: Wood strand mulch shall be applied by hand or by straw blower on seeded areas. In the third paragraph, "1" is revised to read "a single" and "hydro seeder" is revised to read "hydroseeder ". The fourth paragraph is revised to read: Temporary seed applied outside the application windows established in 8- 01.3(2)F shall be covered with a mulch containing either HECP Type 2 Mulch or HECP Type 1 Mulch, as designated by the Engineer. 16 11 1 8- 01.3(2)E Tacking Agent and Soil Binders The following new paragraph is inserted at the beginning of this Section: Tacking agent or soil binders applied using a hydroseeder shall have a mulch tracer added to visibly aid uniform application. This tracer shall not be harmful to plant, aquatic or animal life. If HECP Type 3 Mulch is used as a tracer, the application rate shall not exceed 250 - pounds per acre. The second sentence in the first paragraph below "Soil Binding Using Polyacrylamide (PAM)" is revised to read: A minimum of 200 - pounds per acre of HECP Type 3 Mulch shall be applied with the dissolved PAM. In the second paragraph below "Soil Binding Using Polyacrylamide (PAM) ", "within" is revised to read "after". The paragraph "Soil Binding Using Bonded Fiber Matrix (BFM)" including title is revised to read: Soil Binding Using HECP Type 2 Mulch The HECP Type 2 Mulch shall be hydraulically applied in accordance with the manufacturer's installation instructions. The HECP Type 2 Mulch may require a 24 to 48 hour curing period to achieve maximum performance and shall not be applied when precipitation is predicted within 24 to 48 hours, or on saturated soils, as determined by the Engineer. The last paragraph including titled is revised to read: Soil Binding Using HECP Type 1 Mulch The HECP Type 1 Mulch shall be hydraulically applied in accordance with the manufacturer's installation instructions and recommendations. 8- 01.3(2)F Dates for Application of Final Seed, Fertilizer, and Mulch The first paragraph is revised to read: Unless otherwise approved by the Engineer, the final application of seeding, fertilizing, and mulching of slopes shall be performed during the following periods: Western Washington' (West of the Cascade Mountain crest) March 1 through May 15 September 1 through October 1 Eastern Washington (East of the Cascade Mountain crest) October 1 through November 15 only ' Where Contract timing is appropriate, seeding, fertilizing, and mulching shall be accomplished during the fall period listed above. Written permission to seed after October 1 will only be given when Physical Completion of the project is imminent and the environmental conditions are conducive to sfitisfactory growth. 8- 01.3(2)G Protection and Care of Seeded Areas The first paragraph is revised to read: 17 The Contractor shall be responsible to ensure a healthy stand of grass. The Contractor shall restore eroded areas, clean up and properly dispose of eroded materials, and reapply the seed, fertilizer, and mulch, at no additional cost to the Contracting Agency. In the second paragraph, number 1. is revised to read: 1. At the Contractor's expense, seed, fertilizer and mulch shall be reapplied in areas that have been damaged through any cause prior to final inspection, and reapplied to areas that have failed to receive a uniform application at the specified rate. 8- 01.3(2)H Inspection The first sentence is revised to read: Inspection of seeded areas will be made upon completion of seeding, temporary seeding, fertilizing, and mulching. The third sentence is revised to read: Areas that have not received a uniform application of seed, fertilizer, or mulch at the specified rate, as determined by the Engineer, shall be reseeded, refertilized, or remulched at the Contractor's expense prior to payment. 8- 01.3(2)1 Mowing In the first paragraph, the last sentence is revised to read: Trimming around traffic facilities, Structures, planting areas, or other features extending above ground shall be accomplished preceding or simultaneously with each mowing. 8- 01.3(3) Placing Erosion Control Blanket In the first sentence, "Standard" is deleted. The second sentence is revised to read: Temporary erosion control blankets, having an open area of 60- percent or greater, may be installed prior to seeding. 8- 01.3(4) Placing Compost Blanket In the first paragraph, "before" is revised to read "prior to ". The last sentence is revised to read: Compost shall be Coarse Compost. 8- 01.3(5) Placing Plastic Covering The first sentence is revised to read: Plastic shall be placed with at least a 12 -inch overlap of all seams. 8- 01.3(6)A Geotextile- Encased Check Dam The first paragraph is deleted. 8- 01.3(6)B Rock Check Dam This section including title is revised to read: 18 8- 01.3(6)B Quarry Spall Check Dam The rock used to construct rock check dams shall meet the requirements for quarry spalls. 8- 01.3(6)D Wattle Check Dam This section is revised to read: Wattle check dams shall be installed in accordance with the Plans. 8- 01.3(6)E Coir Log This section is revised to read: Coir logs shall be installed in accordance with the Plans. 8- 01.3(9)A Silt Fence In the second paragraph, the second sentence is revised to read: The strength of the wire or plastic mesh shall be equivalent to or greater than what is required in Section 9- 33.2(1), Table 6 for unsupported geotextile (i.e., 180 lbs. grab tensile strength in the machine direction). 8- 01.3(9)B Gravel Filter, Wood Chip or Compost Berm In the second paragraph, the last sentence is deleted. The third paragraph is revised to read: The Compost Berm shall be constructed in accordance with the detail in the Plans. Compost shall be Coarse Compost. 8- 01.3(9)C Straw Bale Barrier This section is revised to read: Straw Bale Barriers shall be installed in accordance with the Plans. 8- 01.3(9)D Inlet Protection This section is revised to read: Inlet protection shall be installed below or above, or as a prefabricated cover at each inlet ' grate, as shown in the Plans. Inlet protection devices shall be installed prior to beginning clearing, grubbing, or earthwork activities. Geotextile fabric in all prefabricated inlet protection devices shall meet or exceed the requirements of Section 9 -33.2, Table 1 for Moderate Survivability, and the minimum filtration properties of Table 2. When the depth of accumulated sediment and debris reaches approximately '/2 the height of an internal device or'/ the height of the external device (or less when so specified by the manufacturers) or as designated by the Engineer, the deposits shall be removed and stabilized on site in accordance with Section 8- 01.3(16). ' 8- 01.3(10) Wattles In the first paragraph, the third sentence is revised to read: 1 19 Excavated material shall be spread evenly along the uphill slope and be compacted using hand tamping or other method approved by the Engineer. This section is supplemented with the following new paragraph: The Contractor shall exercise care when installing wattles to ensure that the method of installation minimizes disturbance of waterways and prevents sediment or pollutant discharge into waterbodies. 8- 01.3(12) Compost Sock In the first paragraph, "sock" is revised to read "socks" and "streambed" is revised to read "waterbodies ". In the second paragraph "bank" is revised to read "slope ". In the third paragraph "and" is revised to read "or ". This section is supplemented with the following new paragraph: Compost for Compost Socks shall be Coarse Compost. 8- 01.3(14) Temporary Pipe Slope Drain The first paragraph is revised to read: Temporary pipe slope drain shall be Corrugated Polyethylene Drain Pipe and shall be constructed in accordance with the Plans The last paragraph is revised to read: Placement of outflow of the pipe shall not pond water on road surface. 8- 01.3(15) Maintenance In the fourth paragraph, the last sentence is revised to read: Clean sediments may be stabilized on site using approved BMPs as approved by the Engineer. 8- 01.3(16) Removal In the second paragraph, the last sentence is revised to read: This may include, but is not limited to, ripping the soil, incorporating soil amendments, and seeding with the specified seed. 8 -01.4 Measurement The eighth paragraph is revised to read: Silt fence, gravel filter, compost berms, and wood chip berms will be measured by the linear foot along the ground line of completed barrier. 8 -01.5 Payment The following bid items are relocated after the bid item "Check Dam ": "Inlet Protection ", per each. 20 r "Gravel Filter Berm ", per linear foot. The following new paragraph is inserted before the bid item "Stabilized Construction Entrance ": The unit Contract price per linear foot for "Check Dam" and "Gravel Filter Berm" and per each for "Inlet Protection" shall be full pay for all equipment, labor and materials to perform the Work as specified, including installation, removal and disposal at an approved disposal site. The paragraph after the bid item "Temporary Curb" is revised to read: The unit Contract price per linear foot for temporary curb shall include all costs to install, maintain, remove, and dispose of the temporary curb. The following bid item is inserted after the bid item "Mulching with Pam ": "Mulching with HECP Type 3 Mulch ", per acre. The bid item "Mulching with BFM" is revised to read: "Mulching with HECP Type 2 Mulch" The bid item "Mulching with MBFM /FRM" is revised to read: "Mulching with HECP Type 1 Mulch" SECTION 8 -02, ROADSIDE RESTORATION January 4, 2010 8- 02.3(2) Roadside Work Plan In the first paragraph, the second sentence is revised to read: The roadside work plan shall define the Work necessary to provide all Contract requirements, including: wetland excavation, soil preparation, habitat, Structure placement, planting area preparation, seeding area preparation, bark mulch and compost placement, seeding, planting, plant replacement, irrigation, and weed control in narrative form. ' The first sentence under "Progress Schedule" is revised to read: A progress schedule shall be submitted in accordance with Section 1 -08.3. The Progress Schedule shall include the planned time periods for Work necessary to provide all Contract requirements in accordance with Sections 8 -01, 8 -02, and 8 -03. ' The first sentence under "Weed and Pest Control Plan" is revised to read: The Weed and Pest Control Plan shall be submitted and approved prior to starting any ' Work defined in Sections 8 -01, and 8 -02. In the third paragraph under Weed and Pest Control Plan the first and second sentences are revised to read: The plan shall be prepared and signed by a licensed Commercial Pest Control Operator or Consultant when chemical pesticides are proposed. The plan shall include methods of ' 21 weed control; dates of weed control operations; and the name, application rate, and Material Safety Data Sheets of all proposed herbicides. The last paragraph under "Plant Establishment Plan" is deleted. 8- 02.3(2)A Chemical Pesticides This section is deleted. 8- 02.3(2)B Weed and Pest Control This section is deleted. 8- 02.3(3) Planting Area Weed Control This section including title is revised to read: 8- 02.3(3) Weed and Pest Control The Contractor shall control weed and pest species within the project area using integrated pest management principles consisting of mechanical, biological and chemical controls that are outlined in the Weed and Pest Control Plan or as designated by the Engineer. Those weeds specified as noxious by the Washington State Department of Agriculture, the local Weed District, or the County Noxious Weed Control Board and other species identified by the Contracting Agency shall be controlled on the project in accordance with the weed and pest control plan. The Contractor shall control weeds not otherwise covered in accordance with Section 8- 02.3(3)A, Planting Area Weed Control in all areas within the project limits, including erosion control seeding area and vegetation preservation areas, as designated by the Engineer. This section is supplemented with the following new sub - sections: 8- 02.3(3)A Planting Area Weed Control All planting areas shall be prepared so that they are weed and debris free at the time of planting and until completion of the project. The planting areas shall include the entire ground surface, regardless of cover, all planting beds, areas around plants, and those areas shown in the Plans. All applications of post- emergent herbicides shall be made while green and growing tissue is present. Should unwanted vegetation reach the seed stage, in violation of these Specifications, the Contractor shall physically remove and bag the seed heads. All physically removed vegetation and seed heads shall be disposed of off site at no cost to the Contracting Agency. Weed barrier mats shall be installed as shown in the Plans. Mats shall be 3 -feet square and shall be secured by a minimum of 5- staples per mat. Mats and staples shall be installed according to the manufacturer's recommendations. 8- 02.3(3)B Chemical Pesticides Application of chemical pesticides shall be in accordance with the label recommendations, the Washington State Department of Ecology, local sensitive area ordinances, and Washington State Department of Agriculture laws and regulations. Only those herbicides listed in the table Herbicides Approved for Use on WSDOT Rights of Way at http: / /www.wsdot.wa.gov/ Maintenance /Roadside /herbicide_use.htm may be used. 22 ' The applicator shall be licensed by the State of Washington as a Commercial Applicator or Commercial Operator with additional endorsements as required by the Special Provisions or the proposed weed control plan. The Contractor shall furnish the Engineer evidence that all operators are licensed with appropriate endorsements, and that the pesticide used is registered for use by the Washington State Department of Agriculture. All chemicals shall be delivered to the job site in the original containers. The licensed applicator or operator ' shall complete a Commercial Pesticide Application Record (DOT Form 540 -509) each day the pesticide is applied, and furnish a copy to the Engineer by the following business day. ' The Contractor shall ensure confinement of the chemicals within the areas designated. The use of spray chemical pesticides shall require the use of anti -drift and activating agents, and a spray pattern indicator unless otherwise allowed by the Engineer: ' The Contractor shall assume all responsibility for rendering any area unsatisfactory for planting by reason of chemical application. Damage to adjacent areas, either on or off the Highway Right of Way, shall be repaired to the satisfaction of the Engineer or the property ' owner, and the cost of such repair shall be borne by the Contractor. 8- 02.3(5) Planting Area Preparation ' In the first paragraph, the second sentence is revised to read: Material displaced by the Contractor's operations that interferes with drainage shall be ' removed from the channel and disposed of as approved by the Engineer. 8- 02.3(7) Layout of Planting ' The second paragraph is deleted. 8- 02.3(8) Planting ' In the second paragraph, the first and second sentences are revised to read: Under no circumstances will planting be permitted during unsuitable soil or weather conditions as determined by the Engineer. Unsuitable conditions may include frozen soil, ' freezing weather, saturated soil, standing water, high winds, heavy rains, and high water levels. IThe fourth paragraph is revised to read: Plants shall not be placed below the finished grade. ' The fifth paragraph is revised to read: ' Planting hole sizes for plant material shall be in accordance with the details shown in the Plans. Any glazed surface of the planting hole shall be roughened prior to planting. The following new paragraph is inserted after the fifth paragraph: All cuttings shall be planted immediately if buds begin to swell. ' 8- 02.3(9) Pruning, Staking, Guying, and Wrapping In the first paragraph, the last sentence is revised to read: ' All other pruning shall be performed only after the plants have been in the ground at least one year and when plants are dormant. ' 23 8- 02.3(13) Plant Establishment In the third paragraph, the first sentence is revised to read: During the first -year plant establishment period, the Contractor shall perform all Work necessary to ensure the resumption and continued growth of the transplanted material. In the fourth paragraph, "propose" is revised to read "submit ". 8- 02.3(15) Live Fascines In the first paragraph, the fourth sentence is revised to read: Dead branches may be placed within the live fascine and on the side exposed to the air. In the second paragraph, the third sentence is deleted. In the second paragraph, the seventh sentence is revised to read: The live stakes shall be driven through the live fascine vertically into the slope. 8- 02.3(16)A Lawn Installation In the third paragraph, the last two items "West of the summit of the Cascade Range - March 1 to October 1." and "East of the summit of the Cascade Range - April 15 to October 1." are revised to read: Western Washington (West of the Cascade Mountain crest) March through May 15 September 1 through October 1 The fifth paragraph is revised to read: Eastern Washington (East of the Cascade Mountain crest) October 1 through November 15 Topsoil for seeded or sodded lawns shall be placed at the depth and locations as shown in the Plans. The topsoil shall be cultivated to the specified depth, raked to a smooth even grade without low areas that trap water and compacted, all as approved by the Engineer. In the sixth paragraph, the last sentence is revised to read: Following placement, the sod shall be rolled with a smooth roller to establish contact with the soil. 8 -02.4 Measurement The seventh paragraph is revised to read: Fine compost, medium compost and coarse compost will be measured by the cubic yard in the haul conveyance at the point of delivery. 8 -02.5 Payment The following new paragraph is inserted above the paragraph beginning with "Payment shall be increased to 90- percent...... ": Plant establishment milestones are achieved when plants meet conditions described in Section 8- 02.3(13). The following is inserted after the bid item "Fine Compost ": 24 "Medium Compost ", per cubic yard. The paragraph for the bid item "Weed Control" is revised to read: "Weed and Pest Control ", will be paid in accordance with Section 1 -09.6. The following new paragraph is inserted after the bid item "Soil Amendment ": The unit Contract price per cubic yard for "Soil Amendment" shall be full pay for furnishing and incorporating the soil amendment into the existing soil. The following new paragraph is inserted after the bid item "Bark or Wood Chip Mulch ": The unit Contract price per cubic yard for "Bark or Wood Chip Mulch" shall be full pay for furnishing and spreading the mulch onto the existing soil. SECTION 8 -14, CEMENT CONCRETE SIDEWALKS April 5, 2010 8- 14.3(5) Curb Ramp Detectable Warning Surface Retrofit This section including heading is revised to read: 8- 14.3(5) Detectable Warning Surface Detectable warning surfaces shall consist of truncated domes as shown in the Plans. Where a detectable warning surface is to be applied, the Contractor shall attach the detectable warning surface to the pavement surface according to the manufacturer's recommendations. The detectable warning surface shall be located as shown in the Plans. The Contractor shall use one of the detectable warning surface products listed in the Qualified Products List or submit another product for approval by the Project Engineer. If the Plans require, the detectable warning surface shall be capable of being bonded to a cement concrete surface or to an asphalt concrete surface. Vertical edges of the detectable warning surface shall be flush with the adjoining surface to the extent possible (otherwise not be more than 1/4 -inch above the surface of the pavement) after installation. 8 -14.4 Measurement The second sentence in the first paragraph is revised to read: Cement concrete curb ramp type will be measured per each for the complete curb ramp type installed and includes the installation of the detectable warning surface. The second paragraph is revised to read: Detectable warning surface will be measured by the' square foot of detectable warning surface material installed as shown in the Plans. 8 -14.5 Payment The pay item "Cement Conc. Curb Ramp Type " is supplemented with the following new paragraph: The unit Contract price per each for "Cement Concrete Curb Ramp Type ", shall be full pay for installing the curb ramp as specified including the "Detectable Warning Surface ". 25 The pay item "Curb Ramp Detectable Warning Surface Retrofit" is revised to read "Detectable Warning Surface ". SECTION 8 -21, PERMANENT SIGNING August 2, 2010 8- 21.3(4) Sign Removal In the fourth paragraph, the following sentence is inserted after the second sentence: Where signs are removed from existing overhead sign Structures, the existing vertical sign support braces shall also be removed. In the fourth paragraph, the third sentence is revised to read: Aluminum signs, wood signs, wood sign posts, wood structures, metal sign posts, wind beams, and other metal structural members, and all existing fastening hardware connecting such members being removed, shall become the property of the Contractor and shall be removed from the project. 8- 21.3(9)F Foundations In the ninth paragraph, the following new statement is inserted as number 1. Existing numbers 1 through 6 of the ninth paragraph shall be renumbered to 2 through 7. 1. Foundation excavations shall conform to the requirements of Section 2- 09.3(3). In the tenth paragraph, item number 2. is revised to read: 2. Steel reinforcement, including spiral reinforcing, shall conform to Section 9 -07.2. SECTION 9 -01, PORTLAND CEMENT April 5, 2010 9- 01.2(1) Portland Cement In the first paragraph, all the text after "shall not exceed 8- percent by weight" is deleted and the paragraph ends. In the second paragraph, "per" is revised to read "in accordance with ". SECTION 9 -02, BITUMINOUS MATERIALS August 2, 2010 9- 02.1(9) Coal Tar Pitch Emulsion, Cationic Asphalt Emulsion Blend Sealer This section including title is revised to read: 9- 02.1(9) Vacant SECTION 9 -03, AGGREGATES August 2, 2010 In this Division, all references to "AASHTO TP 61" are revised to read "AASHTO T 335'. 26 9- 03.11(2) Streambed Cobbles The first paragraph is revised to read: Streambed cobbles shall be clean, naturally occurring water rounded gravel material. Streambed cobbles shall have a well graded distribution of cobble sizes and conform to one or more of the following gradings as shown in the Plans: Percent Passing Approximate Size Note 1 4" Cobbles 6" Cobbles 8" Cobbles 10" Cobbles 12" Cobbles 12" 100 10" 100 70 -90 8" 100 70 -90 - 6" 100 70 -90 5" 70 -90 30 -60. 4" 100 30 -60. 3" 70 -90 30 -60. 2" 30 -60. 1'/2" 20 -50 3/4' 10 max. 10 max. 10 max. 10 max. 10 max. In the second paragraph, "determine" is revised to read "determined ". ' SECTION 9 -05, DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS January 4, 2010 ' 9- 05.12(2) Profile Wall PVC. Culvert Pipe, Profile Wall PVC Storm Sewer Pipe, and Profile Wall PVC Sanitary Sewer Pipe In the fourth paragraph, the word "producer's" is revised to read "Manufacturer's ". ' 9 -05.13 Ductile Iron Sewer Pipe The second and third paragraphs are revised to read: rDuctile iron pipe shall conform to. ANSI A 21.51 or AWWA C151 and shall be cement mortar lined and have a 1- mil seal coat per AWWA C104, or a Ceramic Filled Amine cured ' Novalac Epoxy lining, as indicated on the Plans or in the Special Provisions. The ductile iron pipe shall be Special Thickness Class 50, Minimum Pressure Class 350, or the Class indicated on the Plans or in the Special Provisions. ' Nonrestrained joints shall be either rubber gasket type, push on type, or mechanical type meeting the requirements of AWWA C111. ' Division 9 -05 is supplemented with the following new sections: 1 27 9 -05.21 Steel Rib Reinforced Polyethylene Culvert Pipe Steel rib reinforced polyethylene culvert pipe shall meet the requirements of ASTM F2562 Class 1 for steel reinforced thermoplastic ribbed pipe and fittings for pipe 24 -inch to 60 -inch diameter with silt -tight joints. Silt -tight joints for steel reinforced polyethylene culvert pipe shall be made with a bell /bell or bell and spigot coupling and incorporate the use of a gasket conforming to the requirements of ASTM F 477. All gaskets shall be installed on the pipe by the manufacturer. Qualification for each manufacturer of steel reinforced polyethylene culvert pipe requires an approved joint system and a formal quality control plan for each plant proposed for consideration. A Manufacturer's Certificate of Compliance shall be required and shall accompany the materials delivered to the project. The certificate shall clearly identify production lots for all materials represented. The Contracting Agency may conduct verification tests of pipe stiffness or other properties as it deems appropriate. 9 -05.22 Steel Rib Reinforced Polyethylene Storm Sewer Pipe Steel rib reinforced polyethylene storm sewer pipe shall meet the requirements of ASTM F2562 Class 1 for steel reinforced thermoplastic ribbed pipe and fittings. The maximum diameter for steel reinforced polyethylene storm sewer pipe shall be the diameter for which a manufacturer has submitted a qualified joint. Qualified manufacturers and approved joints are listed in the Qualified Products Lists. Fittings shall be rotationally molded, injection molded, or factory welded. All joints for steel reinforced polyethylene storm sewer pipe shall be made with a bell and spigot coupling and conform to ASTM D 3212 using elastomeric gaskets conforming to ASTM F 477. All gaskets shall be installed on the pipe by the manufacturer. Qualification for each manufacturer of steel reinforced polyethylene storm sewer pipe requires joint system conformance to ASTM D 3212 using elastomeric gaskets conforming to ASTM F 477 and a formal quality control plan for each plant proposed for consideration. A Manufacturer's Certificate of Compliance shall be required and shall accompany the materials delivered to the project. The certificate shall clearly identify production lots for all materials represented. The Contracting Agency may conduct verification tests of pipe stiffness or other properties as it deems appropriate. 9 -05.23 High Density Polyethylene (HDPE) Pipe HDPE pipe shall be manufactured from resins meeting the requirements of ASTM D3350 ' with a cell classification of 345464C and a Plastic Pipe Institute (PPI) designation of PE 3408. The pipes shall have a minimum standard dimension ratio (SDR) of 32.5. ' HDPE pipe shall be joined into a continuous length by an approved joining method. The joints shall not create an increase in the outside diameter of the pipe. The joints shall ' be fused, snap together or threaded. The joints shall be water tight, rubber gasketed if applicable, and pressure testable to the requirements of ASTM D 3212. t 28 1 Joints to be welded by butt fusion, shall meet the requirements of ASTM F 2620 and the manufacturer's recommendations. Fusion equipment used in the joining procedure shall be capable of meeting all conditions recommended by the pipe manufacturer, including but not ' limited to fusion temperature, alignment, and fusion pressure. All field welds shall be made with fusion equipment equipped with a Data Logger. Temperature, fusion pressure and a graphic representation of the fusion cycle shall be part of the Quality Control records. ' Electro fusion may be used for field closures as necessary. Joint strength shall be equal or greater than the tensile strength of the pipe. ' Fittings shall be manufactured from the same resins and Cell Classification as-the pipe unless specified otherwise in the Plans or Specifications. Butt fusion fittings and Flanged or Mechanical joint adapters shall have a manufacturing standard of ASTM D3261. Electro ' fusion fittings shall have a manufacturing standard of ASTM F1055. HDPE pipe to be used as liner pipe shall meet the requirements of AASHTO M 326 and this specification. ' The supplier shall furnish a Manufacturer's Certification of Compliance stating the materials meet the requirements of ASTM D 3350 with the correct cell classification with the physical properties listed above. The supplier shall certify the dimensions meet the requirements of ASTM F 714 or as indicated in this Specification or the Plans. At the time of manufacture, each lot of pipe, liner, and fittings shall be inspected for defects and tested for Elevated Temperature Sustain Pressure in accordance with ASTM F 714. The Contractor shall not install any pipe that is more than 2 years old from the date of manufacture. At the time of delivery, the pipe shall be homogeneous throughout, uniform in color, free of cracks, holes, foreign materials, blisters, or deleterious faults. Pipe shall be marked at 5 foot intervals or less with a coded number which identifies the manufacturer, SDR, size, material, machine, and date on which the pipe was ' manufactured. SECTION 9 -14, EROSION CONTROL AND ROADSIDE PLANTING ' August 2, 2010 Section 9 -14 is deleted in its entirety and replaced with the following: ' 9 -14.1 Soil ' 9- 14.1(1) Topsoil Type A Topsoil Type A shall be as specified in the Special Provisions. t 9- 14.1(2) Topsoil Type B Topsoil Type B shall be native topsoil taken from within the project limits either from the area where roadway excavation is to be performed or from strippings from borrow, pit, or quarry sites, or from other designated sources. The general limits of the material to be ' utilized for topsoil will be indicated in the Plans or in the Special Provisions. The Engineer will make the final determination of the areas where the most suitable material exists within these general limits. The Contractor shall reserve this material for the specified use. ' Material for Topsoil Type B shall not be taken from a depth greater than 1 foot from the existing ground unless otherwise designated by the Engineer. 29 In the production of Topsoil Type B, all vegetative matter less than 4 feet in height, shall become a part of the topsoil. Prior to topsoil removal, the Contractor shall reduce the native vegetation to a height not exceeding 1 foot. Noxious weeds, as designated by authorized State and County officials, shall not be incorporated in the topsoil, and shall be removed and disposed of as designated elsewhere or as approved by the Engineer. 9- 14.1(3) Topsoil Type C Topsoil Type C shall be native topsoil meeting the requirements of Topsoil Type B but obtained from a source provided by the Contractor outside of the Contracting Agency owned right of way. 9 -14.2 Seed Grasses, legumes, or cover crop seed of the type specified shall conform to the standards for "Certified" grade seed or better as outlined by the State of Washington Department of Agriculture "Rules for Seed Certification," latest edition. Seed shall be furnished in standard containers on which shall be shown the following information: 1. Common and botanical names of seed 2. Lot number 3. Net weight 4 Pure live seed All seed vendors must have a business license issued by the Washington State Department of Licensing with a "seed dealer" endorsement. Upon request, the Contractor shall furnish the Engineer with copies of the applicable licenses and endorsements. Upon request, the Contractor shall furnish to the Engineer duplicate copies of a statement signed by the vendor certifying that each lot of seed has been tested by a recognized seed testing laboratory within six months before the date of delivery on the project. Seed which has become wet, moldy, or otherwise damaged in transit or storage will not be accepted. 9 -14.3 Fertilizer Fertilizer shall be a standard commercial grade of organic or inorganic fertilizer of the kind and quality specified. It may be separate or in a mixture containing the percentage of total nitrogen, available phosphoric acid, water - soluble potash, or sulfur in the amounts specified. All fertilizers shall be furnished in standard unopened containers with weight, name of plant nutrients, and manufacturer's guaranteed statement of analysis clearly marked, all in accordance with State and Federal laws. Fertilizer shall be supplied in one of the following forms: A dry free - flowing granular fertilizer, suitable for application by agricultural fertilizer spreader. 2 A soluble form that will permit complete suspension of insoluble particles in water, suitable for application by power sprayer. 3 A homogeneous pellet, suitable for application through a ferti -blast gun. 4 A tablet or other form of controlled release with a minimum of a six month release period. 5 A liquid suitable for application by a power sprayer or hydroseeder. 317 ' 9 -14.4 Mulch and Amendments All amendments shall be delivered to the site in the original, unopened containers bearing the manufacturer's guaranteed chemical analysis and name. In lieu of containers, ' amendments may be furnished in bulk. A manufacturer's certificate of compliance shall accompany each delivery. Compost and other organic amendments shall be accompanied with all applicable health certificates and permits. ' 9- 14.4(1) Straw Straw shall be in an air dried condition free of noxious weeds, seeds, and other materials ' detrimental to plant life. Hay is not acceptable. All straw material shall be Certified Weed Free Straw using North American Weed Management Association (NAWMA) standards or the Washington Wilderness Hay and Mulch (WWHAM) program run by the Washington State Noxious Weed Control Board. Information can be found at http: / /www.nwcb .wa.gov /http: / /www.nwcb.wa.gov/ ' In lieu of Certified Weed Free Straw, the Contractor shall provide documentation that the material is steam or heat treated to kill seeds, or shall provide U.S., Washington, or other State's Department of Agriculture laboratory test reports, dated within 90 days prior to the ' date of application, showing there are no viable seeds in the straw. Straw mulch shall be suitable for spreading with mulch blower equipment. ' 9- 14.4(2) Hydraulically Applied Erosion Control Products (HECPs) All HECPs shall be biodegradable and in a dry condition free of noxious weeds, seeds, ' chemical printing ink, germination inhibitors, herbicide residue, chlorine bleach, rock, metal, plastic, and other materials detrimental to plant life. Up to 5 percent by weight may be photodegradable material. The HECP shall be suitable for spreading with a hydroseeder. All HECPs shall be furnished premixed by the manufacturer with Type A or Type B Tackifier ' as specified in 9- 14.4(7). Under no circumstances will field mixing of additives or components be acceptable. ' The Contractor shall provide test results, dated within three years prior to the date of application, from an independent, accredited laboratory, as approved by the Engineer, showing the product meets the following requirements: 31 Properties Test Method Requirements Acute Toxicity EPA - 821 -R -02 -012 Methods Four replicates are required with No for Measuring Acute Toxicity of statistically significant reduction in Effluents. Test leachate from survival in 100% leachate for a recommended application rate Daphnid at 48 hours and receiving 2 inches of rainfall Oncorhynchus mykiss (rainbow per hour using static test for trout) at 96 hours. No- Observed - Adverse- Effect- Concentration NOEC Solvents EPA 8260B Benzene- < 0.03 mg /kg Methylene chloride — < 0.02 mg /kg Naphthalene — < 5 mg /kg Tetrachloroethylene — < 0.05 mg /kg Toluene — < 7 mg /kg Trichloroethylene — < 0.03 mg /kg X lenes — < 9 mg/kg Heavy Metals EPA 6020A Total Metals Antimony — < 4 mg /kg Arsenic — < 6 mg /kg Barium — < 80 mg/kg Boron — < 100 mg /kg Cadmium — < 2 mg /kg Chromium — < 2 mg /kg Copper— < 5 mg/kg Lead — < 5 mg /kg Mercury — < 2 mg /kg Nickel — < 2 mg/kg Selenium — < 10 mg/kg Strontium — < 30 mg /kg Zinc — < 5 m /k Water Holding ASTM D 7367 900 percent minimum Capacity Organic Matter ASTM D 586 90 percent minimum Content Moisture ASTM D 644 15 percent maximum Content Seed ASTM D 7322 HECP HECP HECP Germination Type 1 Type 2 Type 3 Enhancement 420 400 200 percent percent percent minimum minimum minimum If the HECP contains cotton or straw, the Contractor shall provide documentation that the ' material has been steam or heat treated to kill seeds, or shall provide U.S., Washington, or other State's Department of Agriculture laboratory test reports, dated within 90 days prior to the date of application, showing there are no viable seeds in the mulch. , The HECP shall be manufactured in such a manner that when agitated in slurry tanks with water, the fibers will become uniformly suspended, without clumping, to form a ' homogeneous slurry. When hydraulically applied, the material shall form a strong moisture - holding mat that allows the continuous absorption and infiltration of water. The HECP shall contain a dye to facilitate placement and inspection of the material. Dye ' shall be non -toxic to plants, animals, and aquatic life and shall not stain concrete or painted surfaces. 32 1 The HECP shall be furnished with a Material Safety Data Sheet (MSDS) that demonstrates that the product is not harmful to plants, animals, and aquatic life. t 9- 14.4(2)A HECP Type 1 Mulch HECP Type 1 Mulch shall demonstrate the ability to adhere to the soil and create a blanket - like mass within two hours of application and shall bond with the soil surface to create a t continuous, porous, absorbent, and flexible erosion resistant blanket that allows for seed germination and plant growth and conforms to the requirements in Table ' HECP Type 1 Mulch Test Requirements. ' The Contractor shall provide test results documenting the mulch meets the requirements in Table' HECP Type 1 Mulch Test Requirements. Prior to January 1, 2012, the Contractor shall supply independent ASTM D 6459 test results from one of the following testing facilities: ' National Transportation Product Evaluation Program (NTPEP) Utah State University's Utah Water Research Laboratory Texas Transportation Institute San Diego State University's Soil Erosion Research Laboratory TRI Environmental, Inc Effective January 1, 2012, the Contractor shall supply independent test results from the National Transportation Product Evaluation Program (NTPEP). Table' HECP Type 1 Mulch Test Requirements Properties Test Method Requirements Performance in ASTM D 6459 - Test in one C Factor = 0.01 maximum using Protecting soil type. Soil tested shall be Revised Universal Soil Loss Slopes from sandy loam as defined by the Equation (RUSLE) Rainfall- NRCS Soil Texture Triangle Induced Erosion 9- 14.4(2)B HECP Type 2 Mulch Within 48 hours of application, the HECP Type 2 Mulch shall bond with the soil surface to create a continuous, absorbent, flexible erosion resistant blanket that allows for seed germination and plant growth and conform to the requirements in Table 2 HECP Type 2 Mulch Test Requirements. The Contractor shall provide test results documenting the mulch meets the requirements in Table 2 HECP Type 2 Mulch Test Requirements. Prior to January 1, 2012, the Contractor shall supply independent ASTM D 6459 test results from one of the following testing facilities: National Transportation Product Evaluation Program (NTPEP) Utah State University's Utah Water Research Laboratory Texas Transportation Institute San Diego State University's Soil Erosion Research Laboratory TRI Environmental, Inc.: Effective January 1, 2012, the Contractor- shall supply..: iritlependent test results from the National Transportation Product Evaluation Program (NTPEP). 33 Table 2 HECP Tvne 2 Mulch Test Reauirements Properties Test Method Requirements Performance in ASTM D 6459 - Test in one C Factor = 0.05 maximum using Protecting soil type. Soil tested shall be Revised Universal Soil Loss Slopes from sandy loam as defined by the Equation (RUSLE) Rainfall- NRCS Soil Texture Triangle Induced Conservation Service (NRCS) Erosion Soil Texture Triangle 9- 14.4(2)C HECP Type 3 Mulch The Contractor shall provide test results documenting the mulch meets the requirements in Table 3 HECP Type 3 Mulch Test Requirements. Prior to January 1, 2012, the Contractor shall supply independent ASTM D 6459 test results from one of the following testing facilities: National Transportation Product Evaluation Program (NTPEP) Utah State University's Utah Water Research Laboratory Texas Transportation Institute San Diego State University's Soil Erosion Research Laboratory TRI Environmental, Inc Effective January 1, 2012, the Contractor shall supply independent test results from the National Transportation Product Evaluation Program (NTPEP). Table 3 HECP Tvoe 3 Mulch Test Reauirements Properties Test Method Requirements Performance in ASTM D 6459 - Test in one C Factor = 0.15 maximum using Protecting Slopes soil type. Soil tested shall be Revised Universal Soil Loss from Rainfall- sandy loam as defined by the Equation (RUSLE) Induced Erosion National Resources Conservation Service (NRCS) Soil Texture Triangle 9- 14.4(3) Bark or Wood Chips Bark or wood chip mulch shall be derived from Douglas fir, pine, or hemlock species. It shall not contain resin, tannin, or other compounds in quantities that would be detrimental to plant life. Sawdust shall not be used as mulch. Bark or wood chips, when tested, shall be according to WSDOT Test Method T 123 prior to placement and shall meet the following loose volume gradation: Sieve Size Percent Passing Minimum Maximum 2" 95 100 No. 4 0 30 9- 14.4(4) Wood Strand Mulch Wood strand mulch shall be a blend of angular, loose, long, thin wood pieces that are frayed, with a high length -to -width ratio and shall be derived from native conifer or deciduous trees. A minimum of 95 percent of the wood strand shall have lengths between 2 and 10 inches. At least 50 percent of the length of each strand shall have a width and 34 thickness between 1/16 and '/2 inch. No single strand shall have a width or thickness greater than 1/2 inch. The mulch shall not contain salt, preservatives, glue, resin, tannin, or other compounds in quantities that would be detrimental to plant life. Sawdust or wood chips or shavings will not be acceptable. Products shall be tested according to WSDOT Test Method 125 prior to acceptance. 9- 14.4(5) Lime ' Agriculture lime shall be of standard manufacture, flour grade or in pelletized form, meeting the requirements of ASTM C 602. ' 9- 14.4(6) Gypsum Gypsum shall consist of Calcium Sulfate (CaSO42H2O) in a pelletized or granular form. 100 percent shall pass through a No. 8 sieve. 9- 14.4(7) Tackifier Tackifiers are used as a tie -down for soil, compost, seed, and /or mulch. Tackifier shall contain no growth or germination inhibiting materials, and shall not reduce infiltration rates. Tackifier shall hydrate in water and readily blend with other slurry materials and conform to the requirements in Table 4 Tackifier Test Requirements. The Contractor shall provide test results documenting the tackifier meets the requirements in Table 4 Tackifier Test Requirements. t Before January 1, 2012, the Contractor shall supply independent ASTM D 6459 test results from one of the following testing facilities: ' National Transportation Product Evaluation Program (NTPEP) Utah State University's Utah Water Research Laboratory Texas Transportation Institute San Diego State University's Soil Erosion Research Laboratory ' TRI Environmental, Inc Effective January 1, 2012, the Contractor shall supply independent test results from the ' National Transportation Product Evaluation Program (NTPEP). Table 4 Tackifier Test Requirements Properties Test Method Requirements Heavy Metals Test at manufacturer's See Table in Section 9- Solvents recommended application rate 14.4(2) Acute Toxicity Performance in Modified ASTM D 6459 on C Factor = 0.15 maximum Protecting Slopes 3(H):1(V) slope with 2 inches of using Revised Universal from Rainfall- rainfall evenly distributed over a Soil Loss Equation Induced Erosion period of 100 minutes. Test in (RUSLE) one soil type. Soil tested shall be sandy loam as defined by the National Resources Conservation Service (NRCS) Soil Texture Triangle 35 9- 14.4(7)A Organic Tackifier Organic tackifier shall be derived from natural plant sources and shall have an MSDS that demonstrates to the satisfaction of the Engineer that the product is not harmful to plants, animals, and aquatic life. 9- 14.4(7)B Synthetic Tackifier Synthetic tackifier shall have an MSDS that demonstrates to the satisfaction of the Engineer that the product is not harmful to plants, animals, and aquatic life. 9- 14.4(8) Compost Compost products shall be the result of the biological degradation and transformation of plant- derived materials under controlled conditions designed to promote aerobic decomposition. Compost shall be stable with regard to oxygen consumption and carbon dioxide generation. Compost shall be mature with regard to its suitability for serving as a soil amendment or an erosion control BMP as defined below. The compost shall have a moisture content that has no visible free water or dust produced when handling the material. Compost production and quality shall comply with Chapter 173 -350 WAC. Compost products shall meet the following physical criteria: Compost material shall be tested in accordance with U.S. Composting Council Testing Methods for the Examination of Compost and Composting ( TMECC) 02.02 -B, "Sample Sieving for Aggregate Size Classification ". Fine compost shall meet the following gradation: Sieve Size Percent Passing Minimum Maximum 2" 100 1 " 95 100 5/8" 90 100 1/4" 1 75 100 Maximum particle length of 6 inches. Medium compost shall meet the following gradation: Sieve Size Percent Passing Minimum Maximum 2" 100 ill 95 100 5/8" 90 100 1/4" 1 75 85 Maximum particle length of 6 inches. Medium compost shall have a carbon to nitrogen ratio (C:N) between 18:1 and 30:1. The carbon to nitrogen ratio shall be calculated using the dry weight of "Organic Carbon" using TMECC 04.01A divided by the dry weight of "Total N" using TMECC 04.02D. Coarse compost shall meet the following gradation: 36 D Sieve Size Percent Passing Minimum Maximum 3" 100 1" 90 100 3/4" 70 100 1/4" 140 60 Maximum particle length of 6 inches. 2. The pH shall be between 6.0 and 8.5 when tested in accordance with U.S. Composting Council TMECC 04.11 -A, 1:5 Slurry pH ". 3. Manufactured inert material (plastic, concrete, ceramics, metal, etc.) shall be less than 1.0 percent by weight as determined by U.S. Composting Council TMECC 03.08 -A "Classification of Inerts by Sieve Size ". 4. Minimum organic matter shall be 40 percent by dry weight basis as determined by U.S. Composting Council TMECC 05.07A "Loss -On- Ignition Organic Matter Method (LOI) ". ' 5. Soluble salt contents shall be less than 4.0 mmhos /cm when tested in accordance with U.S. Composting Council TMECC 04.10 "Electrical Conductivity ". ' 6. Maturity shall be greater than 80 percent in accordance with U.S. Composting Council TMECC 05.05 -A, "Germination and Root Elongation ". 7. Stability shall be 7 mg CO2 —C /g OM /day or below in accordance with U.S. Composting Council TMECC 05.08 -B "Carbon Dioxide Evolution Rate ". 8. The compost product shall originate a minimum of 65 percent by volume from recycled plant waste as defined in WAC 173 -350 as "Type 1 Feedstocks." A maximum of 35 percent by volume of "Type 2 Feedstocks," source- separated food waste, and /or ' biosolids may be substituted for recycled plant waste. The Contractor shall provide a list of feedstock sources by percentage in the final compost product. 9. The Engineer may evaluate compost for maturity using U.S. Composting Council ' TMECC 05.08 -E "Solvita® Maturity Index ". Fine compost shall score a number 6 or above on the Solvita@ Compost Maturity Test. Coarse compost shall score a 5 or above on the Solvita® Compost Maturity Test. 9- 14.4(8)A Compost Submittal Requirements The Contractor shall submit the following information to the Engineer for approval: The Qualified Products List printed page or a Request for Approval of Material(DOT Form 350 -071 EF). 2. A copy of the Solid Waste Handling Permit issued to the manufacturer by the Jurisdictional Health Department in accordance with WAC 173 -350 (Minimum Functional Standards for Solid Waste Handling). 3. The Contractor shall verify in writing, and provide lab analyses, that the material complies with the processes, testing, and standards specified in WAC 173 -350 and these Specifications. An independent Seal of Testing Assurance (STA) Program certified laboratory shall perform the analysis. 37 4. A copy of the manufacturer's Seal of Testing Assurance (STA) certification as issued by the U.S. Composting Council. 9- 14.4(8)B Compost Acceptance Fourteen days prior to application, the Contractor shall submit a sample of the compost approved for use, and a STA test report dated within 90 calendar days of the application, and the list of feed stocks by volume for each compost type to the Engineer for review. The Contractor shall use only compost that has been tested within 90 calendar days of application and meets the requirements in Section 9- 14.4(8). Compost not conforming to the above requirements or taken from a source other than those tested and accepted shall not be used. 9- 14.4(9) Vacant 9- 14.4(10) Vacant 9 -14.5 Erosion Control Devices 9- 14.5(1) Polyacrylamide (PAM) Polyacrylamide (PAM) products shall meet ANSI /NSF Standard 60 for drinking water treatment with an AMD content not to exceed 0.05 percent. PAM shall be anionic, linear, and not cross - linked. The minimum average molecular weight shall be greater than 5 mg /mole and minimum 30 percent charge density. The product shall contain at least 80 percent active ingredients and have a moisture content not exceeding 10 percent by weight. PAM shall be delivered in a dry granular or powder form. 9- 14.5(2) Erosion Control Blanket Temporary erosion control blanket shall be made of natural plant fibers. The Contractor shall supply independent test results from the National Transportation Product Evaluation Program (NTPEP) meeting the requirements in the following table: Properties ASTM Test Method Requirements Protecting Slopes D 6459 - Test in one soil Maximum C factor of from Rainfall- type. Soil tested shall be 0.15 using Revised Induced Erosion sandy loam as defined Universal Soil Loss by the NRCS Soil Equation (RUSLE) Texture Triangle Dry Weight per Unit D 6475 0.36 lb/sq. yd. Area minimum Performance in D 6460 Test in one soil 1.0 lb/sq. ft. Protecting Earthen type. Soil tested shall be minimum Channels from loam as defined by the Stormwater- NRCS Soil Texture Induced Erosion Triangle Seed Germination D 7322 200 percent Enhancement I I minimum Netting, if present, shall be biodegradable with a life span not to exceed one year Permanent erosion control blanket shall meet the following requirements: Properties ASTM Test Method Requirements UV Stability D 4355 Minimum 80 percent W 9- 14.5(2)A Erosion Control Blanket Approval ' The Contractor shall select erosion control blanket products that bear the Quality and Data Oversight and Review (QDOR) seal from the Erosion Control and Technology Council (ECTC). All materials selected shall be currently listed on the QDOR products list available ' at www.ectc.org /qdor 9- 14.5(3) Clear Plastic Covering ' Clear plastic covering shall meet the requirements of ASTM D 4397 for polyethylene sheeting having a minimum thickness of 6 mils. ' 9- 14.5(4) Geotextile- Encased Check Dam The geotextile- encased check dam shall be a urethane foam core encased in geotextile material. The minimum length of the unit shall be 7 feet. The foam core shall be a minimum of 8 inches in height, and have a minimum base width of 16 inches. The geotextile material shall overhang the foam by at least 6 inches at each end, and shall have apron type flaps that extend a minimum of 24 inches on each side of ' the check dam. The geotextile material shall meet the requirements in Section 9 -33. 9- 14.5(5) Wattles Wattles shall consist of cylinders of biodegradable plant material such as weed -free straw, coir, compost, wood chips, excelsior, or wood fiber or shavings encased within biodegradable netting. Wattles shall be a minimum of 5 inches in diameter. Netting material ' shall be clean, evenly woven, and free of encrusted concrete or other contaminating materials such as preservatives. Netting material shall be free from cuts, tears, or weak places and shall have a minimum lifespan of 6 months. ' Compost filler shall be coarse compost and shall meet the material requirements as specified in Section 9- 14.4(8). If wood chips are used they shall meet the material requirements as specified in Section 9- 14.4(3). If wood shavings are used, 80 percent of ' the fibers shall have a minimum length of 6 inches between 0.030 and 0.50 inches wide, and between 0.017 and 0.13 inches thick. 1 39 strength retained after 500 hours in a xenon arc device Protecting Slopes D 6459 with 0.12 inch Maximum C factor of 0.15 from Rainfall- average raindrop size.* using Revised Universal Induced Erosion Test in one soil type. Soil Loss Equation Soil tested shall be (RUSLE) loam as defined by the NRCS Soil Texture Triangle ** Dry Weight per D 6475 0.50 lb/sq. yd. minimum Unit Area Performance in D 6460 Test in one soil 2.0 lb/sq. ft. minimum Protecting type. Soil tested shall Earthen Channels be loam as defined by from Stormwater- the NRCS Soil Texture Induced Erosion Triangle" Seed D 7322 200 percent minimum Germination Enhancement 9- 14.5(2)A Erosion Control Blanket Approval ' The Contractor shall select erosion control blanket products that bear the Quality and Data Oversight and Review (QDOR) seal from the Erosion Control and Technology Council (ECTC). All materials selected shall be currently listed on the QDOR products list available ' at www.ectc.org /qdor 9- 14.5(3) Clear Plastic Covering ' Clear plastic covering shall meet the requirements of ASTM D 4397 for polyethylene sheeting having a minimum thickness of 6 mils. ' 9- 14.5(4) Geotextile- Encased Check Dam The geotextile- encased check dam shall be a urethane foam core encased in geotextile material. The minimum length of the unit shall be 7 feet. The foam core shall be a minimum of 8 inches in height, and have a minimum base width of 16 inches. The geotextile material shall overhang the foam by at least 6 inches at each end, and shall have apron type flaps that extend a minimum of 24 inches on each side of ' the check dam. The geotextile material shall meet the requirements in Section 9 -33. 9- 14.5(5) Wattles Wattles shall consist of cylinders of biodegradable plant material such as weed -free straw, coir, compost, wood chips, excelsior, or wood fiber or shavings encased within biodegradable netting. Wattles shall be a minimum of 5 inches in diameter. Netting material ' shall be clean, evenly woven, and free of encrusted concrete or other contaminating materials such as preservatives. Netting material shall be free from cuts, tears, or weak places and shall have a minimum lifespan of 6 months. ' Compost filler shall be coarse compost and shall meet the material requirements as specified in Section 9- 14.4(8). If wood chips are used they shall meet the material requirements as specified in Section 9- 14.4(3). If wood shavings are used, 80 percent of ' the fibers shall have a minimum length of 6 inches between 0.030 and 0.50 inches wide, and between 0.017 and 0.13 inches thick. 1 39 Wood stakes for wattles shall be made from untreated Douglas fir, hemlock, or pine species. Wood stakes shall be 2 inch by 2 inch nominal dimension and 36 inches in length. 9- 14.5(6) Compost Socks Compost socks shall consist of extra heavy weight biodegradable fabric, with a minimum strand thickness of 5 mils. The fabric shall be filled with Coarse Compost. Compost socks shall be at least 8 inches in diameter. The fabric shall be clean, evenly woven, and free of encrusted concrete or other contaminating materials and shall be free from cuts, tears, broken or missing yarns, and be free of thin, open, or weak areas and shall be free of any type of preservative. Coarse compost filler shall meet the material requirements as specified in Section 9- 14.4(8). Wood stakes for compost socks shall be made from untreated Douglas fir, hemlock, or pine species. Wood stakes shall be 2 inch by 2 inch nominal dimension and 36 inches in length, 9- 14.5(7) Coir Log Coir logs shall be made of 100 percent durable coconut (coir) fiber uniformly compacted within woven netting made of bristle coir twine with minimum strength of 80 Ibs tensile strength. The netting shall have nominal 2 inch by 2 inch openings. Log segments shall have a maximum length of 20 feet, with a minimum diameter as shown in the Plans. Logs shall have a minimum density of 7 Ibs /cf. Stakes shall be untreated Douglas fir, hemlock, or pine species. Wood stakes shall have a notch to secure the rope ties. Rope ties shall be of 1/4 inch diameter commercially available hemp rope. 9- 14.5(8) High Visibility Fencing High visibility fence shall be UV stabilized, orange, high- density polyethylene or polypropylene mesh, and shall be at least 4 -feet in height. Support posts shall be wood or steel in accordance with Standard Plan 1- 10.10 -00. The posts shall have sufficient strength and durability to support the fence through the life of the project. 9 -14.6 Plant Materials 9- 14.6(1) Description Bareroot plants are grown in the ground and harvested without soil or growing medium around their roots. Container plants are grown in pots or flats that prevent root growth beyond the sides and bottom of the container. Balled and burlapped plants are grown in the ground and harvested with soil around a core of undisturbed roots. This rootball is wrapped in burlap and tied or placed in a wire basket or other supportive structure. Cuttings are live plant material without a previously developed root system. Source plants for cuttings shall be dormant when cuttings are taken and all cuts shall be made with a sharp instrument. Cuttings may be collected. If cuttings are collected, the requirement to be nursery grown or held in nursery conditions does not apply. Written permission shall be obtained from property owners and provided to the Engineer before cuttings are collected. 40 I The Contractor shall collect cuttings in accordance with applicable sensitive area ordinances. Cuttings shall meet the following requirements: ' A. Live branch cuttings shall have flexible top growth with terminal buds and may have side branches. The rooting end shall be cut at an approximate 45 degree angle. ' B. Live stake cuttings shall have a straight top cut immediately above a bud. The lower, rooting end shall be cut at an approximate 45 degree angle. Live stakes are ' cut from one to two year old wood. Live stake cuttings shall be cut and installed with the bark intact with no branches or stems attached, and be '/2 to 1'h inch in diameter. iC. Live pole cuttings shall have a minimum 2 inch diameter and no more than three branches which shall be pruned back to the first bud from the main stem. ' Rhizomes shall be a prostrate or subterranean stem, usually rooting at the nodes and becoming erect at the apex. Rhizomes shall have a minimum of two growth points. Tubers shall be a thickened and short subterranean branch having numerous buds or eyes. 1 9- 14.6(2) Quality At the time of delivery all plant material furnished shall meet the grades established by the ' latest edition of the American Standard for Nursery Stock, (ASNS) ANSI Z60.1 and shall conform to the size and acceptable conditions as listed in the Contract, and shall be free of all foreign plant material. ' All plant material shall comply with State and Federal laws with respect to inspection for plant diseases and insect infestation. tAll plant material shall be purchased from a nursery licensed to sell plants in Washington State. ' Live woody or herbaceous plant material, except cuttings, rhizomes, and tubers, shall be vigorous, well formed, with well developed fibrous root systems, free from dead branches, and from damage caused by an absence or an excess of heat or moisture, insects, ' disease, mechanical or other causes detrimental to good plant development. Evergreen plants shall be well foliated and of good color. Deciduous trees that have solitary leaders shall have only the lateral branches thinned by pruning. All conifer trees shall have only one ' leader (growing apex) and one terminal bud, and shall not be sheared or shaped. Trees having a damaged or missing leader, multiple leaders, or Y- crotches shall be rejected. Root balls of plant materials shall be solidly held together by a fibrous root system and shall be composed only of the soil in which the plant has been actually growing. Balled and burlapped rootballs shall be securely wrapped with jute burlap or other packing material not ' injurious to the plant life. Root balls shall be free of weed or foreign plant growth. Plant materials shall be nursery grown stock. Plant material, with the exception of cuttings, ' gathered from native stands shall be held under nursery conditions for a minimum of one full growing season, shall be free of all foreign plant material, and meet all of the requirements of these Specifications, the Plans, and the Special Provisions. Container grown plants shall be plants transplanted into a container and grown in that container sufficiently long for new fibrous roots to have developed so that the root mass will retain its shape and hold together when removed from the container, without having roots ' 41 that circle the pot. Plant material which is root bound, as determined by the Engineer, shall be rejected. Container plants shall be free of weed or foreign plant growth. Container sizes for plant material of a larger grade than provided for in the container grown Specifications of the ASNS shall be determined by the volume of the root ball specified in the ASNS for the same size plant material. All bare root plant materials shall have a heavy fibrous root system and be dormant at the time of planting. Average height to spread proportions and branching shall be in accordance with the applicable sections, illustrations, and accompanying notes of the ASNS. Plants specified or identified as "Street Tree Grade" shall be trees with straight trunks, full and symmetrical branching, central leader, and be developed, grown, and propagated with a full branching crown. A "Street Tree Grade" designation requires the highest grade of nursery shade or ornamental tree production which shall be supplied. Street trees with improperly pruned, broken, or damaged branches, trunk, or root structure shall be rejected. In all cases, whether supplied balled and burlapped or in a container, the root crown (top of root structure) of the tree shall be at the top of the finish soil level. Trees supplied and delivered in a nursery fabric bag will not be accepted. Plants which have been determined by the Engineer to have suffered damage for the following reasons will be rejected: Girdling of the roots, stem, or a major branch. 2. Deformities of the stem or major branches. 3. Lack of symmetry. 4. Dead or defoliated tops or branches. 5. Defects, injury, and condition which renders the plant unsuitable for its intended use. Plants that are grafted shall have roots of the same genus as the specified plant. 9- 14.6(3) Handling and Shipping Handling and shipping shall be done in a manner that is not detrimental to the plants. The nursery shall furnish a notice of shipment in triplicate at the time of shipment of each truck load or other lot of plant material. The original copy shall be delivered to the Project Engineer, the duplicate to the consignee and the triplicate shall accompany the shipment to be furnished to the Inspector at the job site. The notice shall contain the following information: 1. Name of shipper. 2. Date of shipment. 3. Name of commodity. (Including all names as specified in the Contract.) 4. Consignee and delivery point. 42 H I 5. State Contract number. 6. Point from which shipped. 7. Quantity contained. 8. Size. (Height, runner length, caliper, etc. as required.) 9. Signature of shipper by authorized representative. To acclimate plant materials to Northwest conditions, all plant materials used on a project shall be grown continuously outdoors north of the 42nd Latitude (Oregon - California border) from not later than August 1 of the year prior to the time of planting. All container grown plants shall be handled by the container. All balled and burlapped plants shall be handled by the ball. Plant material shall be packed for shipment in accordance with prevailing practice for the type of plant being shipped, and shall be protected at all times against drying, sun, wind, heat, freezing, and similar detrimental conditions both during shipment and during related handling. Where necessary, plant material shall be temporarily heeled in. When transported in closed vehicles, plants shall receive adequate ventilation to prevent sweating. When transported in open vehicles, plants shall be protected by tarpaulins or other suitable cover material. 9- 14.6(4) Tagging Plants delivered as a single unit of 25 or less of the same size, species, and variety, shall be clearly marked and tagged. Plants delivered in large quantities of more than 25 shall be segregated as to variety, grade, and size; and one plant in each 25, or fraction thereof, of each variety, grade, and size shall be tagged. 9- 14.6(5) Inspection The Contracting Agency will make an inspection of plant material at the source when requested by the Engineer. However, such preliminary approval shall not be considered as final acceptance for payment. Final inspection and approval (or rejection) will only occur when the plant material has been delivered to the Project site. The Contractor shall notify the Engineer, not less than 48 hours in advance, of plant material delivery to the project. 9- 14.6(6) Substitution of Plants ' No substitution of plant material, species or variety, will be permitted unless evidence is submitted in writing to the Engineer that a specified plant cannot be obtained and has been unobtainable since the Award of the Contract. If substitution is permitted, it can be made ' only with written approval by the Engineer. The nearest variety, size, and grade, as approved by the Engineer, shall then be furnished. Container or balled and burlapped plant material may be substituted for bare root plant ' material. Container grown plant material may be substituted for balled and burlapped plant materials. When substitution is allowed, use current ASNS standards to determine the correct rootball volume (container or balled and burlapped) of the substituted material that corresponds to that of the specified material. These substitutions shall be approved by the Engineer and be at no cost to the Contracting Agency. 1 43 9- 14.6(7) Temporary Storage Plants stored under temporary conditions prior to installation shall be the responsibility of the Contractor. Plants stored on the project shall be protected at all times from extreme weather conditions by insulating the roots, root balls, or containers with sawdust, soil, compost, bark or wood chips, or other approved material and shall be kept moist at all times prior to planting. Cuttings shall continually be shaded and protected from wind. Cuttings shall be protected from drying at all times and shall be heeled into moist soil or other insulating material or placed in water if not installed within eight hours of cutting. Cuttings to be stored for later installation shall be bundled, laid horizontally, and completely buried under 6 inches of water, moist soil or placed in cold storage at a temperature of 34 °F and 90 percent humidity. Cuttings that are not planted within 24 hours of cutting shall be soaked in water for 24 hours prior to planting. Cuttings taken when the temperature is higher than 50 °F shall not be stored for later use. Cuttings that already have developed roots shall not be used. 9- 14.6(8) Sod The available grass mixtures on the current market shall be submitted to the Engineer for selection and approval. The sod shall be field grown one calendar year or older, have a well developed root structure, and be free of all weeds, disease, and insect damage. Prior to cutting, the sod shall be green, in an active and vigorous state of growth, and mowed to a height not exceeding 1 inch. The sod shall be cut with a minimum of 1 inch of soil adhering. 9 -14.7 Stakes, Guys, and Wrapping Stakes shall be installed as shown in the Plans. Commercial plant ties may be used in lieu of hose and wire guying upon approval of the Engineer. The minimum size of wire used for guying shall be 12 gauge, soft drawn. Hose for guying shall be nylon, rubber, or reinforced plastic and shall have an inside diameter of at least 1 inch. Tree wrap shall be a crinkled waterproof paper weighing not less than 4.0 pounds per 100 square feet and shall be made up of two sheets cemented together with asphalt. SECTION 9 -23, CONCRETE CURING MATERIALS AND ADMIXTURES August 2, 2010 9 -23.1 Sheet Materials for Curing Concrete In the first paragraph, "AASHTO M 171" is revised to read "ASTM C 171 ". 9 -23.2 Liquid Membrane Forming Concrete Curing Compounds The first paragraph is revised to read: Liquid membrane - forming compounds for curing concrete shall conform to the requirements of ASTM C 309 Type 1 or 2, Class A or B, except that the water retention 44 t when tested in accordance with WSDOT Test Method 814 shall be 2.50 grams for all applications. F r. 1 45 ' SPECIAL PROVISIONS The following Special Provisions are made a part of this contract and supersede any conflicting ' provisions of the 2010 Standard Specifications for Road, Bridge and Municipal Construction, and the foregoing Amendments to the Standard Specifications. ' Several types of Special Provisions are included in this contract; General, Region, Bridges and Structures, and Project Specific. Special Provisions types are differentiated as follows: ' (date) General Special Provision Notes a revision to a General Special Provision and also notes a Project Specific Special Provision. (Regions' date) Region Special Provision (BSP date) Bridges and Structures Special Provision ' General Special Provisions are similar to Standard Specifications in that they typically apply to many projects, usually in more than one Region. Usually, the only difference from one project to another is the inclusion of variable project data, inserted as a "fill -in ". 1 Region Special Provisions are commonly applicable within the designated Region. Region designations are as follows: ' Regions' ER Eastern Region ' NCR North Central Region NWR Northwest Region OR Olympic Region ' SCR South Central Region SWR Southwest Region WSF Washington State Ferries Division ' Bridges and Structures Special Provisions are similar to Standard Specifications in that they typically apply to many projects, usually in more than one Region. Usually, the only difference from one project to another is the inclusion of variable project data, inserted as a "fill -in ". Project Specific Special Provisions normally appear only in the contract for which they were ' developed. 1 47 DIVISION 1 GENERAL REQUIREMENTS DESCRIPTION OF WORK (March 13, 1995) This contract consists of making improvements to Coolidge Road from 88th Avenue to 80th Avenue by widening the roadway, paving it with hot mix asphalt and installing curb, gutter and a stormwater runoff treatment system and other work, all in accordance with the attached Contract Plans, these Contract Provisions, and the Standard Specifications. 1 -01.3 Definitions (September 12, 2008 APWA GSP) This Section is supplemented with the following: All references in the Standard Specifications to the terms "State ", "Department of Transportation ", "Washington State Transportation Commission ", "Commission ", "Secretary of Transportation ", "Secretary", "Headquarters ", and "State Treasurer" shall be revised to read "Contracting Agency ". All references to "State Materials Laboratory" shall be revised to read "Contracting Agency designated location ". The venue of all causes of action arising from the advertisement, award, execution, and performance of the contract shall be in the Superior Court of the County where the Contracting Agency's headquarters are located. Additive A supplemental unit of work or group of bid items, identified separately in the proposal, which may, at the discretion of the Contracting Agency, be awarded in addition to the base bid. Alternate One of two or more units of work or groups of bid items, identified separately in the proposal, from which the Contracting Agency may make a choice between different methods or material of construction for performing the same work. Contract Documents See definition for "Contract ". Contract Time The period of time established by the terms and conditions of the contract within which the work must be physically completed. Dates Bid Opening Date The date on which the Contracting Agency publicly opens and reads the bids. Award Date The date of the formal decision of the Contracting Agency to accept the lowest responsible and responsive bidder for the work. 48 1 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. BID PROCEDURES AND CONDITIONS 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 (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: 49 (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: Information as to where Bid Documents can be obtained or reviewed will be found in the Call for Bids (Advertisement for Bids) for the work. After award of the contract, plans and specifications will be issued to the Contractor at no cost as detailed below: To Prime Contractor Reduced plans (11" x 17 ") and Contract Provisions Large plans (e.g., 22" x 34 ") and Contract Provisions No. of Sets Basis of Distribution 10 Furnished automatically upon award. N/A Furnished only upon request. Additional plans and Contract Provisions may be purchased by the Contractor by payment of the cost stated in the Invitation to Bid. 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. 50 F1 C� ' 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. ' 1 -02.6 Preparation of Proposal (October 10, 2008 APWA GSP) ' Supplement the second paragraph with the following: 4. If a minimum bid amount has been established for any item the unit or lump sum price ' must equal or exceed the minimum amount stated. (August 2, 2004) ' The fifth and sixth paragraphs of Section 1 -02.6 are deleted. 1 -02.7 Bid Deposit (October 1, 2005 APWA GSP) ' Supplement this section with the following: ' Bid bonds shall contain the following: 1. Contracting Agency- assigned number for the project; ' 2. Name of the project; 3. The Contracting Agency named as obligee; 4. The amount of the bid bond stated either as a dollar figure or as a percentage which represents five percent of the maximum bid amount that could be awarded; 5. Signature of the bidder's officer empowered to sign official statements. The signature of the person authorized to submit the bid should agree with the signature on the bond, and ' the title of the person must accompany the said signature; 6. The signature of the surety's officer empowered to sign the bond and the power of attorney. ' If so stated in the Contract Provisions, bidder must use the bond form included in the Contract Provisions. 1 51 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. Public Opening Of Proposal Section 1 -02.12 is supplemented with the following: Date Of Opening Bids Sealed bids are to be received at the following location prior to the time specified: 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. 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 -02.13 Irregular Proposals (March 25, 2009 APWA GSP) Revise item 1 to read: A proposal will be considered irregular and will be rejected if: a. The Bidder is not prequalified when so required; b. The authorized proposal form furnished by the Contracting Agency is not used or is altered; C. The completed proposal form contains any unauthorized additions, deletions, alternate Bids, or conditions; d. The Bidder adds provisions reserving the right to reject or accept the award, or enter into the Contract; e. A price per unit cannot be determined from the Bid Proposal; f. The Proposal form is not properly executed; g. The Bidder fails to submit or properly complete a Subcontractor list, if 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; i. 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 project 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: 52 ll it u 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 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 53 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, 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 countv 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 -03.1 Consideration of Bids (January 23, 2006 APWA GSP) Revise the first paragraph to read: After opening and reading proposals, the Contracting Agency will check them for correctness of extensions of the prices per unit and the total price. If a discrepancy exists between the price per unit and the extended amount of any bid item, the price per unit will control. If a minimum bid amount has been established for any item and the bidder's unit or lump sum price is less than the minimum specified amount, the Contracting Agency will unilaterally revise the unit or lump sum price, to the minimum specified amount and recalculate the extension. The total of extensions, corrected where necessary, including sales taxes where applicable and such additives and /or alternates as selected by the Contracting Agency, will be used by the Contracting Agency for award purposes and to fix the Awarded Contract Price amount and the amount of the contract bond. 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 54 �I 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: 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). 1 -03.7 Judicial Review Delete the last sentence in its entirety and replace it with the following: Such review, if any, shall be timely filed in the Superior Court of Yakima County, Washington. 55 1 -04 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, 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, 7. Contracting Agency's Standard Plans (if any), and 8. WSDOT /APWA Standard Plans for Road, Bridge, and Municipal Construction. 1 -05 CONTROL OF WORK 1 -05.4 Conformity With and Deviations from Plans and Stakes This section is supplemented with the following: The Contractor shall be responsible for all project surveying. 1 -05.5 Survey Monuments (New Section) Add the following new section: The Contractor will reference all known existing monuments or markers relating to subdivisions, plats, roads, street centerline intersections, etc. The Contractor shall take special care to protect these monuments or markers and also the reference points. In the event the Contractor is negligent in preserving such monuments and markers, the points will be reset by a licensed surveyor at the Contractor's expense. All Washington State Laws regarding survey monuments are applicable and the contractor shall familiarize themselves with WAC statutes. 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. 56 ' If the Contractor fails to comply with a written order to remedy what the Engineer determines to be an emergency situation, the Engineer may have the defective and unauthorized work corrected immediately, have the rejected work removed and replaced, or have work the Contractor refuses to perform completed by using Contracting Agency or other forces. An emergency situation is any situation when, in the opinion of the Engineer, a delay in its remedy could be potentially unsafe, or might cause serious risk of loss or damage to the ' public. Direct or indirect costs incurred by the Contracting Agency attributable to correcting and ' remedying defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment will be deducted by the Engineer from monies due, or to become due, the Contractor. Such direct and indirect costs shall include ' in particular, but without limitation, compensation for additional professional services required, and costs for repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of the Contractor's unauthorized work. ' No adjustment in contract time or compensation will be allowed because of the delay in the performance of the work attributable to the exercise of the Contracting Agency's rights provided by this Section. ' The rights exercised under the provisions of this section shall not diminish the Contracting Agency's right to pursue any other avenue for additional remedy or damages with respect to ' the Contractor's failure to perform the work as required. 1 -05.11 Final Inspection tDelete this section and replace it with the following: ' 1 -05.11 Final Inspections and Operational Testing (October 1, 2005 APWA GSP) 1- 05.11(1) Substantial Completion Date ' When the Contractor considers the work to be substantially complete, the Contractor shall so notify the Engineer and request the Engineer establish the Substantial Completion Date. The Contractor's request shall list the specific items of work that remain to be completed in order to reach physical completion. The Engineer will schedule an inspection of the work with the Contractor to determine the status of completion. The Engineer may also establish the Substantial Completion Date unilaterally. If, after this inspection, the Engineer concurs with the Contractor that the work is substantially complete and ready for its intended use, the Engineer, by written notice to the Contractor, will set the Substantial Completion Date. If, after this inspection the Engineer does not consider the work substantially complete and ready for its intended use, the ' Engineer will, by written notice, so notify the Contractor giving the reasons therefor. Upon receipt of written notice concurring in or denying substantial completion, whichever is applicable, the Contractor shall pursue vigorously, diligently and without unauthorized ' interruption, the work necessary to reach Substantial and Physical Completion. The Contractor shall provide the Engineer with a revised schedule indicating when the Contractor expects to reach substantial and physical completion of the work. 1 57 The above process shall be repeated until the Engineer establishes the Substantial Completion Date and the Contractor considers the work physically complete and ready for final inspection. 1- 05.11(2) Final Inspection and Physical Completion Date When the Contractor considers the work physically complete and ready for final inspection, the Contractor by written notice, shall request the Engineer to schedule a final inspection. The Engineer will set a date for final inspection. The Engineer and the Contractor will then make a final inspection and the Engineer will notify the Contractor in writing of all particulars in which the final inspection reveals the work incomplete or unacceptable. The Contractor shall immediately take such corrective measures as are necessary to remedy the listed deficiencies. Corrective work shall be pursued vigorously, diligently, and without interruption until physical completion of the listed deficiencies. This process will continue until the Engineer is satisfied the listed deficiencies have been corrected. If action to correct the listed deficiencies is not initiated within 7 days after receipt of the written notice listing the deficiencies, the Engineer may, upon written notice to the Contractor, take whatever steps are necessary to correct those deficiencies pursuant to Section 1 -05.7. The Contractor will not be allowed an extension of contract time because of a delay in the performance of the work attributable to the exercise of the Engineer's right hereunder. Upon correction of all deficiencies, the Engineer will notify the Contractor and the Contracting Agency, in writing, of the date upon which the work was considered physically complete. That date shall constitute the Physical Completion Date of the contract, but shall not imply acceptance of the work or that all the obligations of the Contractor under the contract have been fulfilled. 1- 05.11(3) Operational Testing It is the intent of the Contracting Agency to have at the Physical Completion Date a complete and operable system. Therefore when the work involves the installation of machinery or other mechanical equipment; street lighting, electrical distribution or signal systems; irrigation systems; buildings; or other similar work it may be desirable for the Engineer to have the Contractor operate and test the work for a period of time after final inspection but prior to the physical completion date. Whenever items of work are listed in the Contract Provisions for operational testing they shall be fully tested under operating conditions for the time period specified to ensure their acceptability prior to the Physical Completion Date. During and following the test period, the Contractor shall correct any items of workmanship, materials, or equipment which prove faulty, or that are not in first class operating condition. Equipment, electrical controls, meters, or other devices and equipment to be tested during this period shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which they were installed. The Physical Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer. The costs for power, gas, labor, material, supplies, and everything else needed to successfully complete operational testing, shall be included in the unit contract prices related to the system being tested, unless specifically set forth otherwise in the proposal. Operational and test periods, when required by the Engineer, shall not affect a manufacturer's guaranties or warranties furnished under the terms of the contract. M 1 J Cl ' 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. ' Add the following new section: 1 -05.16 Water and Power (October 1, 2005 APWA GSP) ' The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the work, unless the contract includes power and water as a pay item. ' 1 -06 CONTROL OF MATERIAL Foreign Made Materials ' Section 1 -06 is supplemented with the following: (August 2, 2010) 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. Minor amounts of foreign steel and iron may be utilized 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. Manufacturing begins with the initial melting and mixing, and continues through the coating t 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 1 59 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 -07 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 .E injured on the project site. Employees should not be permitted to work on the project site before the Contractor has established and made known procedures for removal of injured persons to a hospital or a doctor's care. ' The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of the Contractor's plant, appliances, and methods, and for any damage or injury resulting from ' their failure, or improper maintenance, use, or operation. The Contractor shall be solely and completely responsible for the conditions of the project site, including safety for all persons and property in the performance of the work. This requirement shall apply continuously, and ' not be limited to normal working hours. The required or implied duty of the Engineer to conduct construction review of the Contractor's performance does not, and shall not, be intended to include review and adequacy of the Contractor's safety measures in, on, or near ' the project site. 1 -07.2 State Sales Tax ' Delete this section, including its sub - sections, in its entirety and replace it with the following: 1 -07.2 State Sales Tax ' (October 1, 2005 APWA GSP) 1- 07.2(1) General ' The Washington State Department of Revenue has issued special rules on the State sales tax. Sections 1- 07.2(1) through 1- 07.2(4) are meant to clarify those rules. The Contractor ' should contact 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. t 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. tThe 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. 61 1- 07.2(3) State Sales Tax — Rule 170 WAC 458 -20 -170, and its related rules, apply to the constructing and repairing of new or existing buildings, or other structures, upon real property. This includes, but is not limited to, the construction of streets, roads, highways, etc., owned by the state of Washington; water mains and their appurtenances; sanitary sewers and sewage disposal systems unless such sewers and disposal systems are within, and a part of, a street or road drainage system; telephone, telegraph, electrical power distribution lines, or other conduits or lines in or above streets or roads, unless such power lines become a part of a street or road lighting system; and installing or attaching of any article of tangible personal property in or to real property, whether or not such personal property becomes a part of the realty by virtue of installation. For work performed in such cases, the Contractor shall collect from the Contracting Agency, retail sales tax on the full contract price. The Contracting Agency will automatically add this sales tax to each payment to the Contractor. For this reason, the Contractor shall not include the retail sales tax in the unit bid item prices, or in any other contract amount subject to Rule 170, with the following exception. Exception: The Contracting Agency will not add in sales tax for a payment the Contractor or a subcontractor makes on the purchase or rental of tools, machinery, equipment, or consumable supplies not integrated into the project. Such sales taxes shall be included in the unit bid item prices or in any other contract amount. 1- 07.2(4) Services The Contractor shall not collect retail sales tax from the Contracting Agency on any contract wholly for professional or other services (as defined in Washington State Department of Revenue Rules 138 and 244). (March 13, 1995) The work on this contract is to be performed upon lands whose ownership obligates the Contractor to pay Sales tax. The provisions of Section 1- 07.2(1) apply. 1 -07.5 Environmental Regulations 1- 07.5(1) General This section is supplemented with the following: The Contractor shall be liable for the payment of all fines and penalties resulting from failure to comply with the federal, state and local pollution control 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. 62 Add the following to Section 1 -07.6: The Contractor shall have or obtain a valid City of Yakima Business License for the duration of this project. ' Wages General ' Section 1- 07.9(1) is supplemented with the following: (May 11, 2010) ' 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. WA100001. ' The State rates incorporated in this contract are applicable to all construction activities associated with this contract. ' Requirements For Nondiscrimination Section 1 -07.11 is supplemented with the following: (March 6, 2000) Requirement For Affirmative Action to Ensure Equal Employment Opportunify (Executive Order 11246) 1. The Contractor's attention is called to the Equal Opportunity Clause and the Standard Federal Equal Employment Opportunity Construction Contract Specifications set forth herein. 2. The goals and timetables for minority and female participation set by the Office of Federal Contract Compliance Programs, expressed in percentage terms for the Contractor's aggregate work force in each construction craft and in each trade on all construction work in the covered area, are as follows: Women - Statewide Timetable Goal Until further notice 6.9% Minorities - by Standard Metropolitan Statistical Area (SMSA) Spokane, WA: SMSA Counties: Spokane, WA 2.8 WA Spokane. Non -SMSA Counties 3.0 WA Adams; WA Asotin; WA Columbia; WA Ferry; Lincoln, WA Pend Oreille; WA Stevens; WA Whitman. 63 WA Garfield; WA Richland, WA SMSA Counties: Richland Kennewick, WA WA Benton; WA Franklin. Non -SMSA Counties WA Walla Walla. Yakima, WA: SMSA Counties: Yakima, WA WA Yakima. Non -SMSA Counties WA Chelan; WA Douglas; 5.4 3.6 9.7 7.2 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. Portland, OR: SMSA Counties: Portland, OR -WA WA Clark. Non -SMSA Counties WA Cowlitz; 4.5 3.8 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 64 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 112461 As used in these specifications: a. Covered Area means the geographical area described in the solicitation from which this contract resulted; b. Director means Director, Office of Federal Contract Compliance Programs, United States Department of Labor, or any person to whom the Director delegates authority; c. Employer Identification Number means the Federal Social Security number used on the Employer's Quarterly Federal Tax Return, U. S. Treasury Department Form 941; d. Minority includes: (1) Black, a person having origins in any of the Black Racial Groups of Africa. ' (2) Hispanic, a fluent Spanish speaking, Spanish surnamed person of Mexican, Puerto Rican, Cuban, Central American, South American, or other Spanish origin. ' (3) Asian or Pacific Islander, a person having origins in any of the original peoples of the Pacific rim or the Pacific Islands, the Hawaiian Islands and Samoa. (4) American Indian or Alaskan Native, a person having origins in any of the original peoples of North America, and who maintain cultural identification through tribal affiliation or community recognition. ' 2. Whenever the Contractor, or any Subcontractor at any tier, subcontracts a portion of the work involving any construction trade, it shall physically include in each subcontract ' in excess of $10,000 the provisions of these specifications and the Notice which contains the applicable goals for minority and female participation and which is set forth in the solicitations from which this contract resulted. ' 3. If the Contractor is participating (pursuant to 41 CFR 60 -4.5) in a Hometown Plan approved by the U.S. Department of Labor in the covered area either individually or through an association, its affirmative action obligations on all work in the Plan area (including goals and timetables) shall be in accordance with that Plan for those trades which have unions participating in the Plan. Contractors must be able to demonstrate their participation in and compliance with the provisions of any such Hometown Plan. t 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. ' 65 4. The Contractor shall implement the specific affirmative action standards provided in paragraphs 7a through 7p of this Special Provision. The goals set forth in the solicitation from which this contract resulted are expressed as percentages of the total hours of employment and training of minority and female utilization the Contractor should reasonably be able to achieve in each construction trade in which it has employees in the covered area. Covered construction contractors performing construction work in geographical areas where they do not have a Federal or federally assisted construction contract shall apply the minority and female goals established for the geographical area where the work is being performed. The Contractor is expected to make substantially uniform progress in meeting its goals in each craft during the period specified. 5. Neither the provisions of any collective bargaining agreement, nor the failure by a union with whom the Contractor has a collective bargaining agreement, to refer either minorities or women shall excuse the Contractor's obligations under these specifications, Executive Order 11246, or the regulations promulgated pursuant thereto. 6. In order for the nonworking training hours of apprentices and trainees to be counted in meeting the goals, such apprentices and trainees must be employed by the Contractor during the training period, and the Contractor must have made a commitment to employ the apprentices and trainees at the completion of their training, subject to the availability of employment opportunities. Trainees must be trained pursuant to training programs approved by the U.S. Department of Labor. 7. The Contractor shall take specific affirmative actions to ensure equal employment opportunity. The evaluation of the Contractor's compliance with these specifications shall be based upon its effort to achieve maximum results from its action. The Contractor shall document these efforts fully, and shall implement affirmative action steps at least as extensive as the following: a. Ensure and maintain a working environment free of harassment, intimidation, and coercion at all sites, and in all facilities at which the Contractor's employees are assigned to work. The Contractor, where possible, will assign two or more women to each construction project. The Contractor shall specifically ensure that all foremen, superintendents, and other on -site supervisory personnel are aware of and carry out the Contractor's obligation to maintain such a working environment, with specific attention to minority or female individuals working at such sites or in such facilities. b. Establish and maintain a current list of minority and female recruitment sources, provide written notification to minority and female recruitment sources and to community organizations when the Contractor or its unions have employment opportunities available, and maintain a record of the organizations' responses. c. Maintain a current file of the names, addresses and telephone numbers of each minority and female off - the - street applicant and minority or female referral from a union, a recruitment source or community organization and of what action was taken with respect to each such individual. If such individual was sent to the union hiring hall for referral and was not referred back to the Contractor by the union or, if referred, not employed by the Contractor, this shall be documented in the file with the reason therefor, along with whatever additional actions the Contractor may have taken. .. L� J 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. t f. Disseminate the Contractor's EEO policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting the Contractor in meeting its EEO obligations; by including it in any policy ' manual and collective bargaining agreement; by publicizing it in the company newspaper, annual report, etc.; by specific review of the policy with all management personnel and with all minority and female employees at least once a year; and by posting the company EEO policy on bulletin boards ' accessible to all employees at each location where construction work is performed. ' 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 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 t 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 ' 67 employees to seek or to prepare for, through appropriate training, etc., such opportunities. m. Ensure that seniority practices, job classifications, work assignments and other personnel practices, do not have a discriminatory effect by continually monitoring all personnel and employment related activities to ensure that the EEO policy and the Contractor's obligations under these specifications are being carried out. n. Ensure that all facilities and company activities are nonsegregated except that separate or single -user toilet and necessary changing facilities shall be provided to assure privacy between the sexes. o. Document and maintain a record of all solicitations of offers for subcontracts from minority and female construction contractors and suppliers, including circulation of solicitations to minority and female contractor associations and other business associations. p. Conduct a review, at least annually, of all supervisors' adherence to and performance under the Contractor's EEO policies and affirmative action obligations. 8. Contractors are encouraged to participate in voluntary associations which assist in fulfilling one or more of their affirmative action obligations (7a through 7p). The efforts of a contractor association, joint contractor - union, contractor - community, or other similar group of which the Contractor is a member and participant, may be asserted as fulfilling any one or more of the obligations under 7a through 7p of this Special Provision provided that the Contractor actively participates in the group, makes every effort to assure that the group has a positive impact on the employment of minorities and women in the industry, ensure that the concrete benefits of the program are reflected in the Contractor's minority and female work -force participation, makes a good faith effort to meet its individual goals and timetables, and can provide access to documentation which demonstrate the effectiveness of actions taken on behalf of the Contractor. The obligation to comply, however, is the Contractor's and failure of such a group to fulfill an obligation shall not be a defense for the Contractor's noncompliance. 9. A single goal for minorities and a separate single goal for women have been established. The Contractor, however, is required to provide equal employment opportunity and to take affirmative action for all minority groups, both male and female, and all women, both minority and non - minority. Consequently, the Contractor may be in violation of the Executive Order if a particular group is employed in substantially disparate manner (for example, even though the Contractor has achieved its goals for 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 68 carry out such sanctions and penalties shall be in violation of these specifications and Executive Order 11246, as amended. 13. The Contractor, in fulfilling its obligations under these specifications, shall implement specific affirmative action steps, at least as extensive as those standards prescribed in paragraph 7 of this Special Provision, so as to achieve maximum results from its efforts to ensure equal employment opportunity. If the Contractor fails to comply with the requirements of the Executive Order, the implementing regulations, or these specifications, the Director shall proceed in accordance with 41 CFR 60 -4.8. 14. The Contractor shall designate a responsible official to monitor all employment related activity to ensure that the company EEO policy is being carried out, to submit reports relating to the provisions hereof as may be required by the government and to keep records. Records shall at least include, for each employee, their name, address, telephone numbers, construction trade, union affiliation if any, employee identification number when assigned, social security number, race, sex, status (e.g., mechanic, apprentice, trainee, helper, or laborer), dates of changes in status, hours worked per week in the indicated trade, rate of pay, and locations at which the work was performed. Records shall be maintained in an easily understandable and retrievable form; however, to the degree that existing records satisfy this requirement, the Contractors will not be required to maintain separate records. 15. Nothing herein provided shall be construed as a limitation upon the application of other laws which establish different standards of compliance or upon the application of requirements for the hiring of local or other area residents (e.g., those under the Public Works Employment Act of 1977 and the Community Development Block Grant Program). (January 4, 2010) Disadvantaged Business Enterprise Condition of Award Participation The Disadvantaged Business Enterprise (DBE) requirements of 49 CFR Part 26 apply to this contract. This goal is considered a condition of award. DBE Goals The Contracting Agency has established a goal in the amount of: * ** 5% * ** DBE Eligibility Selection of DBEs DBEs proposed by the bidder shall be listed as DBEs on the current list of firms certified by the Office of Minority and Women's Business Enterprises ( OMWBE.) In absence of being listed, the Contractor may provide written proof from OMWBE documenting that their proposed DBEs are currently certified. A list of firms certified by OMWBE is available from that office and on line through their website ( http: / /www.omwbe .wa.gov /biznetwas /mainmenu.asp) or by telephone at (360) 704 -1181. It shall be the responsibility of the bidder to confirm with OMWBE that the certification of any proposed DBE firm is current and that the firm is certified in the North American Industry Classification System (NAICS) code for the work being proposed. In establishing the certification status of any subcontractor or supplier, the bidder may rely upon the website list or upon any written commitments from OMWBE provided that information is obtained no earlier than 24 hours prior to the time set for bid submittals. Proposed firms not meeting the specified requirements at the time fixed for the opening of bids will not be credited by the Contracting Agency for the purpose of meeting the goals. The amounts committed to a non - certified firm will not be counted in the evaluation of the bidder's DBE submittal. In the event that a DBE firm listed is certified at the time of the submission of the bid, but the listed DBE firm is subsequently determined to be ineligible prior to execution of the contract, then the contract execution will proceed and the Contractor will be required to substitute a certified DBE firm for the same amount or to make a good faith effort to do so. Counting DBE Participation Toward Meeting the Goal and Substitution Requirements When a DBE firm participates in a contract, only the value of the work actually performed by the DBE will be counted towards the DBE goal. 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 and equipment the DBE Subcontractor purchases or leases from the Prime Contractor or its affiliates, 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 toward DBE goals. 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 must have prior written approval from the Contracting Agency. The arrangement must not erode a DBE firm's ability to perform a Commercially Useful Function (See discussion of CUF, below). 2. Count the entire amount of fees or commissions charged by a DBE firm for providing a bona fide service, such as professional, technical, consultant, or managerial services, or for providing bonds or insurance. 3. When a DBE subcontracts part of the work of its contract to another firm, the value of the subcontracted work may be counted toward the DBE goal 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 toward the DBE goal. The DBE firm may further subcontract to lower tier DBE subcontractors to the extent specified by section 1 -08.1. 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 in a commercially useful function with its own forces. 5. Continue to count the work subcontracted to a decertified DBE firm after decertification, provided the prime contractor had a subcontract in force before the decertification and the prime contractor's actions did not influence the DBE's decertification. 70 C I -1 r 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. In the event that the DBE Prime contractor becomes decertified during the contract, for reasons other than graduation from the program, the portion of the work performed after the decertification will not count toward the goal. If this work is part of the Condition of Award the prime will be required to meet the Condition of award and may do so by increasing the dollars and work to another DBE firm in an amount equal to that which can not be counted, utilize the dollars committed /paid to a non -COA DBE who is already on the project, or make a good faith effort to do so. If the reason for decertification is for graduation, the work of the decertified DBE prime contractor may continue to be counted toward the goal. Joint Venture When a DBE performs as a participant in a,joint venture, only that portion of the total dollar value of the contract equal to the distinct, clearly defined portion of the work that the DBE performs with its own forces will count toward COA DBE goal In the event that the DBE Joint Venture contractor becomes decertified during the contract, for reasons other than graduation from the program, the portion of the work performed after the decertification will not count toward the DBE goal. If this work is part of the Condition of Award the Joint Venture will be required to meet the Condition of award and may do so by increasing the dollars and work to another DBE firm in an amount equal to that which can not be counted, utilize the dollars committed /paid to a non -COA DBE who is already on the project, or make a good faith effort to do so. If the reason for decertification is for graduation the work of the decertified DBE Joint Venture contractor may continue to be counted toward the goal. Changes in the Quantity of Work Owner initiated Change Orders In the event the Contracting Agency reduces quantities or deletes work items that impact a DBE's work and insufficient work remains on the contract, the Contracting Agency may relieve the prime contractor from attainment of that portion of the goal. Original Quantity Under runs In the event that work committed to a DBE firm as part of the COA, under runs the original planned quantities and that work is completed according to the contract, the contractor shall not be required to substitute work for the portion of the COA not achieved. Contractor - Initiated Proposals — General ' 1. Reductions or Deletions Any reduction or deletion of Condition of Award DBE work that is proposed by the Contractor under this provision shall not be permitted without the express t prior written consent of the Contracting Agency, including concurrence by WSDOT /OEO, which shall have the discretion to deny approval. ' The Contractor must notify and obtain written approval from the contracting agency prior to replacing a DBE or making any change in the participation. Approval for replacement will be granted only if it is demonstrated that the 1 DBE is unable or unwilling to perform. The Contractor must make every good faith effort to find another certified DBE subcontractor to substitute for the original DBE. The good faith efforts shall be directed at finding another DBE ' 71 to perform at least the same amount of work under the contract as the original DBE, to the extent needed to meet the contract goal. Any deviation from the DBE condition -of -award letter or contract specifications must be approved by Change Order issued by the Contracting Agency. The Contractor shall notify affected DBEs in writing of any changes in the scope of work which result in a reduction in the dollar amount of condition -of -award to the contract. In addition to the above requirements for reductions in the Condition of Award, additional requirements apply to the two cases of Contractor - Initiated work substitution proposals. Where the contract allows alternate work methods which serve to delete or create underruns in condition of award DBE work, and the Contractor selects that alternate method or, where the Contractor proposes a substitute work method or material that serves to diminish or delete work committed to a DBE and replace it with other work, then the Contractor must demonstrate one of the following: a. That the replacement work will be performed by the same DBE (as long as the DBE is certified in the respective item of work) in a modification of the Condition of Award agreement; or b. That the DBE is aware that its work will be deleted or will experience underruns and has agreed in writing to the change. If this occurs, the Contractor shall substitute other work of equivalent value to a certified DBE or provide documentation of good faith efforts to do so; or c. That the DBE is not capable of performing the replacement work or has declined to perform the work at a reasonably competitive price. If this occurs, the Contractor shall substitute other work of equivalent value to a certified DBE or provide documentation of good faith efforts to do so. 2. Additions As stated above, any change in the condition of award will be evidenced by a change order. Where the revision includes work committed to a new DBE subcontractor, not previously involved in the project, then a Request to Sublet shall be submitted in accordance with Section 1 -08.1. If the commitment of work is in the form of additional existing subcontractor, then a new Request to Sublet However, the Contractor must document efforts to assur e subcontractor is capable of performing the additional wo writing) to the change. r G t tasks assigned to an shall not be required. ' that the existing DBE rk and has agreed (in Commercially Useful Function Payments to a DBE firm will count toward DBE goals only if the DBE is performing a commercially useful function on the contract. 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 72 J ' 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. ' 2. A DBE does not perform a commercially useful function if its role is limited to that of an extra participant in a transaction, contract, or project through which ' funds are passed in order to obtain the appearance of DBE participation. Trucking ' Use the following factors in determining whether a DBE trucking company is performing a commercially useful function: 1. The DBE must be responsible for the management and supervision of the ' entire trucking operation for which it is listed on a particular contract. 2. The DBE must itself own and, with its own workforce, operate at least one ' fully licensed, insured, and operational truck used on the contract. 3. The DBE receives credit only for the total value of the transportation services ' it provides on the contract using trucks it owns or leases, licenses, insures, and operates with drivers it employs. ' 4. For purposes of this paragraph a lease must indicate that the DBE has exclusive use of and control over the truck. This does not preclude the leased truck from working for others during the term of the lease with the consent of the DBE, so long as the lease gives the DBE absolute priority for use of the leased truck. Leased trucks must display the name and identification number of the DBE. 5. The DBE may lease trucks from another DBE firm and may enter an agreement with an owner - operator who is certified as a DBE. The DBE who leases trucks from another DBE or employs a DBE owner - operator receives credit 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 ' credit only for the fee or commission it receives as a result of the lease arrangement. The DBE does not receive credit for the total value of the transportation services provided by the lessee, since these services are not provided by a DBE. 7. In any lease or owner - operator situation, as described in paragraphs 5 & 6 ' above, the following rules shall apply: • A written lease /rental agreement on all trucks leased or rented, showing the true ownership and the terms of the rental must be submitted and approved by the Contracting Agency prior to the beginning of the work. The agreement must show the lessor's name, trucks to be leased, and agreed upon amount or method of ' payment (hour, ton, or per load). All lease agreements shall be for a long -term relationship, rather than for the individual project. Does not apply to owner - operator arrangements. ' 73 Only the vehicle, (not the operator) is leased or rented. Does not apply to owner - operator arrangements. 8. In order for DBE project goals to be credited, DBE trucking firms must be covered by a subcontract or a written agreement approved by the Contracting Agency prior to performing their portion of the work. Expenditures paid to other DBEs Expenditures paid to other DBEs for materials or supplies may be counted toward DBE goals as provided in the following: Manufacturer 1. Counting If the materials or supplies are obtained from a DBE manufacturer, count 100 percent of the cost of the materials or supplies toward DBE goals. 2. Definition To be a manufacturer, the firm operates or maintains a factory or establishment that produces, on the premises, the materials, supplies, articles, or equipment required under the contract and of the general character described by the specifications. 3. In order to receive credit as a DBE manufacturer, the firm must have received an "on- site" review and been approved by WSDOT -OEO to operate as a DBE Manufacturing firm prior to bid opening on any USDOT federally- assisted contract. Use of a DBE manufacturer that has not received an on -site review and approval by WSDOT -OEO prior to bid opening will result in the bid being declared non - responsive. To schedule a review, the manufacturing firm must submit a written request to WSDOT /OEO and may not receive credit towards DBE participation until the completion of the review. Once a firm's manufacturing process has been approved in writing, it is not necessary to resubmit the firm for approval unless the manufacturing process has substantially changed. Information on approved manufacturers (per contract) may be obtained from WSDOT -OEO. Regular Dealer 1. Counting If the materials or supplies are purchased from a DBE regular dealer, 60 percent of the cost of the materials or supplies will count toward DBE goals. 2. Definition a) To be a regular dealer, the firm must own, operate or maintain a store, warehouse, or other establishment in which the materials, supplies, articles or equipment of the general character described by the specifications and required under the contract are bought, kept in stock, and regularly sold or leased to the public in the usual course of business. It must also be an established, regular business that engages, as its principal business and under its own name, in the purchase and sale or lease of the products in question. b) A person may be a regular dealer in such bulk items as petroleum products, steel, cement, gravel, stone, or asphalt without owning, 74 F1 7 1 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. I 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. OEO must be in receipt of ' this request at least seven (7) calendar days prior to bid opening. 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. DBE firms that are approved as regular dealers for a ' contract (whenever possible) will be listed on the WSDOT Internet Homepage at: www.wsdot.wa.gov /biz/contaa/ prior to the time of bid opening. In addition, bidders may request confirmation of the DBE supplier's approval to ' operate as a regular dealer on a specific contract by writing the Office of Equal Opportunity, Washington State Department of Transportation, P.O. Box 47314, Olympia, WA 98504 -7314 or by phone at (360) 705 -7085. Use of a ' supplier that has not received approval as a regular dealer prior to bid opening will result in the bid being declared nonresponsive. (unless the contribution of the regular dealer was not necessary to meet the project goal). ' 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 toward the goal. No part of the cost of the materials and supplies themselves may be applied toward DBE goals. DBE Utilization Certification To be eligible for award of the contract, the bidder must properly complete and submit a DBE Utilization Certification which has been made a part of the bidder's formal bid proposal. The Certification will be used by the Contracting Agency in determining ' whether the bidder's bid proposal satisfies the DBE contract requirements. For each DBE described in the Certification, the bidder shall state the project role and ' work item in which that DBE will participate. A general description of the work to be performed by the DBE shall be included. If a DBE will perform a partial item of work, the bidder shall also include a dollar amount for each partial item of work. The bidder ' shall also include a dollar amount for each DBE listed in the Certification that will be applied towards meeting or exceeding the assigned DBE contract goal. ' In the event of arithmetic errors in completing the Certification, the amount listed to be applied towards the goal for each DBE shall govern and the DBE total shall be adjusted accordingly. The information and commitments demonstrated in the ' 75 Certification shall become a condition of any subsequent award of a contract to that bidder and the Certification itself shall become a part of the subsequent contract. The Contracting Agency shall consider as non - responsive and shall reject any bid proposal submitted that does not contain a DBE Certification or contains a DBE Certification that fails to demonstrate that the bidder will meet the DBE participation requirements in one of the manners permitted by the contract as described below. Selection of Successful Bidder /Good Faith Efforts The successful bidder shall be selected on the basis of having submitted the lowest responsive bid, which demonstrates good faith effort to achieve the goal. Good faith efforts must be provided with the bid proposal. The first step in demonstrating good faith efforts is to document, through the DBE Utilization Certification, that the bidder has obtained enough DBE participation to meet or exceed the assigned DBE goal. If the bidder is unable to meet the goal as demonstrated above, the bidder shall supply documentation in addition to the DBE Utilization Certification of their good faith efforts to meet the DBE assigned contract goal. The additional documentation, if required, must be provided with the bid proposal. Based upon all of the relevant documentation submitted with the bid, the Contracting Agency shall determine whether the bidder has made a sufficient good faith effort to seek DBE participation. The Contracting Agency will make a fair and reasonable judgment whether a bidder that did not meet the goal made adequate good faith efforts. The quality, quantity, and intensity of the different kinds of efforts that the bidder has made will be considered. A determination will be made whether the efforts employed by the bidder were those that one could reasonably expect a bidder to take if the bidder were actively and aggressively trying to obtain DBE participation sufficient to meet the DBE contract goal. Mere pro forma efforts will not be considered to be good faith efforts to meet the DBE contract requirements. The following is a list of types of actions, which will be considered as part of the bidder's good faith efforts to obtain DBE participation. It is not intended to be a mandatory checklist, nor is it intended to be exclusive or exhaustive. Other factors or types of efforts may be relevant in appropriate cases: Attendance by the bidder at any pre - solicitation or pre -bid meetings that were scheduled by the Contracting Agency to inform DBEs of contracting and subcontracting or material supply opportunities available on the project; 2. Contacting local Tribes, Tribal Employment Rights Offices (TERO) concerning the subcontracting or supply opportunities in sufficient time to allow the enterprises to participate effectively; 3. Selection by the bidder of specific economically feasible units of the project to be performed by DBEs in order to increase the likelihood of participation by DBEs even if the bidder preferred to perform these work items as the prime contractor; 4. Advertising by the bidder in general circulation, trade association minority and trade oriented, women focus publications, concerning the subcontracting or supply opportunities; 5. Providing written notice from the bidder to a reasonable number of specific DBEs, identified from the OMWBE Directory of Certified Firms for the 76 FI ' selected subcontracting or material supply work, in sufficient time to allow the enterprises to participate effectively; ' 6. Follow -up by the bidder of initial solicitations of interest by contacting the DBEs to determine with certainty whether they were interested. Documentation of this kind of action may include the information outlined below: a. The names, addresses, telephone numbers of DBEs who were contacted, the dates of initial contact, and whether initial solicitations of interest were followed -up by contacting the DBEs to determine with certainty whether the DBEs were interested; requirements of the Contracting Agency; ' 11. Using the services of minority community organizations, minority contractor groups, local, state, and federal minority business assistance offices and other organizations identified by WSDOT and advocates for disadvantaged, minority, and women businesses that provide assistance in the recruitment and placement of disadvantaged, minority, and women business enterprises; and ' 12. Using DBE Supportive Services by contacting the Office of Minority and Women's Business Enterprises DBE Supportive Services Offices: Seattle: (206) 553 -7356 Tacoma: (253) 680 -7393 ' If, after review of the documentation provided in the bidder's proposal, the Contracting Agency determines that a good faith effort was made to secure DBE participation, the assigned DBE goal will not be reduced to the bidder's partial commitment. However, ' the bidder will be formally advised in the award letter that the partial commitment will satisfy the terms of the contract and there will be no adverse effect on the Contractor as a result of the reduced attainment. ' 77 b. A description of the information provided to the DBEs regarding the plans, specifications, and estimated quantities for portions of the work to be performed; c. Documentation of each DBE contacted but rejected and the reason(s) for that rejection; r7. Providing, to interested DBEs, adequate information about the plans, specifications, and requirements for the selected subcontracting or material ' supply work; 8. Negotiating in good faith with DBE firms, and not, without justifiable ' ,the reason, rejecting as unsatisfactory, bids that are prepared by any DBE; 9. Advertising nd making efforts to obtain DBE participation that were 9 9 p P reasonably expected to produce a level of participation sufficient to meet the goal or requirements of the Contracting Agency; 10. Making any other efforts to obtain DBE participation that were reasonably expected to produce a level of participation sufficient to meet the goal or requirements of the Contracting Agency; ' 11. Using the services of minority community organizations, minority contractor groups, local, state, and federal minority business assistance offices and other organizations identified by WSDOT and advocates for disadvantaged, minority, and women businesses that provide assistance in the recruitment and placement of disadvantaged, minority, and women business enterprises; and ' 12. Using DBE Supportive Services by contacting the Office of Minority and Women's Business Enterprises DBE Supportive Services Offices: Seattle: (206) 553 -7356 Tacoma: (253) 680 -7393 ' If, after review of the documentation provided in the bidder's proposal, the Contracting Agency determines that a good faith effort was made to secure DBE participation, the assigned DBE goal will not be reduced to the bidder's partial commitment. However, ' the bidder will be formally advised in the award letter that the partial commitment will satisfy the terms of the contract and there will be no adverse effect on the Contractor as a result of the reduced attainment. ' 77 Should the low and otherwise responsive bidder fail to meet the DBE participation requirements in one of the manners provided in the proposed contract, its bid proposal will be rejected as non - responsive and the next lowest responsive bid accepted unless the Contracting Agency chooses to reject all bids. Administrative Reconsideration 1. A bidder has the right to reconsideration in the event its bid has been found to be nonresponsive due to a failure to make adequate good faith efforts to meet the DBE goal requirements of this specification. The bidder must request reconsideration within five working days of notification of being nonresponsive or forfeit the right to reconsideration. 2. The Contracting Agency's decision on reconsideration of the bidders good faith efforts shall be made by an official who did not take part in the original determination that the bidder failed to meet the goal or make adequate good_ faith efforts to do so. 3. The bidder shall have the opportunity to meet in person with the official for the purpose of setting forth the bidder's position as to why the documents provided with its bid proposal supported adequate good faith efforts to meet the DBE contract requirements. The bidder's support for its position must be based on its bid submittal. The bidder may provide further explanation /clarification of the information and materials in the submittal, but no new materials or information will be considered by the official in reaching a decision on reconsideration. 4. The official shall send the bidder a written decision on reconsideration, explaining the basis for the finding as to whether the bidder's bid submittal supported adequate good faith efforts to meet the DBE contract requirements. The Contracting Agency has been advised that the United States Department of Transportation will not accept appeals concerning results of the reconsideration process. 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. The Contracting Agency will notify the successful bidder of the award of the contract in writing and will include a request for a further breakdown of the DBE information. After award and prior to execution of the contract, the bidder shall submit the following items: (1) Additional information for all successful DBE's as shown on the DBE Utilization Certification: • Correct business name, federal employee identification number (if available), and mailing address. • List of all bid items assigned to each successful DBE firm, including unit prices and extensions. • Description of partial items (if any) to be sublet to each successful DBE firm specifying the distinct elements of work under each item to 78 n be performed by the DBE and including the dollar value of the DBE portion. Total amounts shown for each DBE shall not be less than the amount shown on the Utilization Certification. This submittal, showing the DBE work item breakdown, when accepted by the Contracting Agency and resulting in contract execution, shall become a part of the contract. A breakdown that does not conform to the DBE Utilization Certification or that demonstrates a lesser amount of DBE participation than that included in the Certification will be returned for correction. The contract will not be executed by the Contracting Agency until a satisfactory breakdown has been submitted. (2) A list of all firms who submitted a bid or quote in an attempt to participate in �. this project whether they were successful or not. Include the correct business name, federal employer identification number (optional) and a mailing address. The firms identified by the Contractor may be contacted to solicit general information as follows: ' 1. age of the firm ' 2. average of its gross annual receipts over the past three years Procedures After Execution Reporting The Contractor shall submit a "Quarterly Report of Amounts Credited as DBE Participation" (actual payments) on a quarterly basis for any calendar quarter in which DBE work is accomplished or upon completion of the project, as appropriate. The quarterly reports are due on January 20th April 20th, July 20tH and October 20th of each year. The dollars reported will be in accordance with the "Counting DBE 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. Damages for Noncompliance When a Contractor violates the DBE provisions of the contract, the Contracting Agency may incur damages. These damages consist of additional administrative costs including, but not limited to, the inspection, supervision, engineering, compliance, and legal staff time and expenses necessary for investigating, reporting, and correcting violations as well as loss of federal funding. Damages attributable to a Contractor's violations of the DBE provisions may be deducted from progress payments due to the Contractor or from retainage withheld by the Contracting Agency as allowed by RCW 60.28.021. Before any money is withheld, the Contractor will be provided with a notice ' of the basis of the violations and an opportunity to respond. The Contracting Agency's decision to recover damages for a DBE violation does not ' limit its ability to suspend or revoke the Contractor's pre - qualification status or seek other remedies as allowed by federal or state law. In appropriate circumstances, the 1 79 Contracting Agency may also refer the Contractor to state or federal authorities for , additional sanctions. Required Disadvantaged Business Enterprise Provisions ' The Contractor 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 contracts, which contain funding assistance from the United States Department of Transportation. 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 Contracting Agency deems appropriate. If the Contractor does not comply with any part of its contract as required under 49 CFR part 26, and /or any other applicable law or regulation regarding DBE, the Contracting Agency may withhold payment, suspend, or terminate the contract, and subject the Contractor to civil penalties of up to ten percent of the amount of the ' contract for each violation. In the case of WSDOT contracts, repeated violations, exceeding a single violation, may disqualify the Contractor from further participation in WSDOT contracts for a period of up to three years. An apparent low bidder must be in compliance with these contract provisions as a condition precedent to the granting of a notice of award by the Contracting Agency. The Contractor is entitled to request an adjudicative proceeding with respect to the Contracting Agency's determination of contract violation and assessed penalties by filing a written application within thirty days of receipt of notification. The adjudicative proceeding, if requested, will be conducted by an administrative law judge pursuant to the procedures set forth in RCW 34.05 and Chapter 10.08 of the Washington Administrative Code. Payment Compensation for all costs involved with complying with the conditions of this specification and any associated DBE requirements is included in payment for the associated contract items of work. 1 7 1 1 80 1 1 I (March 13, 1995) Federal Agency Inspection Section 1 -07.12 is supplemented with the following: Required Federal Aid Provisions The Required Contract Provisions Federal Aid the amendments thereto supersede any Specifications and are made a part of this cor provisions of FHWA 1273, as amended, are Ii then the Washington State Law shall prevail. Construction Contracts (FHWA 1273) and conflicting provisions of the Standard :ract; provided, however, that if any of the ss restrictive than Washington State Law, 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. ' Contractor's Responsibility for Work (August 6, 2001) Repair of Damage Section 1- 07.13(4) is revised to read: ' The Contractor shall promptly repair all damage to either temporary or permanent work as directed by the Engineer. For damage qualifying for relief under Sections 1- 07.13(1), 1- 07.13(2) or 1- 07.13(3), payment will be made in accordance with Section ' 1 -04.4. Payment will be limited to repair of damaged work only. No payment will be made for delay or disruption of work. ' Spill Prevention, Control and Countermeasures Plan Section 1- 07.15(1) is supplemented with the following: (August 3, 2009) The Contractor shall address the following items in the SPCC Plan in addition to the requirements of Section 1- 07.15(1): Mixing, Transfers, & Storage 1. All oil, fuel or chemical storage tanks or containers shall be diked and located on impervious surfaces so as to prevent spill from escaping. 2. All liquid products shall be stored and mixed on impervious surfaces in a secure water tight environment and provide containment to handle the maximum volume of liquid products on site at any given time. 3. Proper security shall be maintained to prevent vandalism. 4. Drip pans or other protective devices shall be required for all transfer operations. ' 81 Spills Paint and solvent spills shall be treated as oil spills and shall be prevented from reaching storm drains or other discharges. No cleaning solvents or chemicals used for tool or equipment cleaning may be discharged to the ground or water. Maintenance of Equipment Fuel hoses, oil drums, oil or fuel transfer valves and fittings, etc, shall be checked regularly for drips or leaks and shall be maintained and stored properly to prevent spills into State waters. Disposal Spilled waste, chemicals or petroleum products shall be transported off site for disposal at a facility approved by the Department of Ecology. The materials shall not be discharged to any sanitary sewer without approval of the local sewer authority. Reporting and Cleanup The Contractor's designated person for managing and implementing the SPCC Plan shall report hazardous material spills as follows: Spills into State water (including ponds, ditches, seasonally dry streams, and wetlands) — Immediately call all of the following: National Response Center 1- 800 - 424 -8802 WA State Div. of Emergency Management (24 hr) 1- 800 - 258 -5990 Ecology Central Regional Office 509- 575 -2490 Spill to Soil (Including encounters of pre- existing contamination): Ecology Central Regional Office 509 - 575 -2490 Report immediately if threatening to health or environment (i.e., explosive, flammable, toxic vapors, shallow groundwater, nearby creek), otherwise within 90 days Underground Storage Tank (confirmed release of material) Ecology Central Regional Office Report within 24 hours (April 2, 2007) Utilities and Similar Facilities Section 1 -07.17 is supplemented with the following:. 509 - 575 -2790 Locations and dimensions shown in the Plans for existing facilities are in accordance with available information obtained without uncovering, measuring, or other verification. The following addresses and telephone numbers of utility companies known or suspected of having facilities within the project limits are supplied for the Contractor's convenience: Qwest 8 W 2nd Ave, Room 304 Yakima, Washington 98902 509 - 575 -7183 Charter Cable 1005 N 16th Avenue Yakima, Washington 98902 509 - 575 -1697 City of Yakima Wastewater Division 2220 E. Viola, Yakima, Washington 98901 509 - 575 -6077 82 I I I Cascade Natural Gas Corporation 401 N 1st Street, Yakima, Washington 98901 509 -457 -5905 Pacific Power PO Box 1729 Yakima, Washington 98907 509 - 575 -3146 The Contractor shall notify the Upper Yakima Valley Utilities Coordinating Council- ' Area 5, telephone number 1- 800 - 553 -4344, at least 72 hours prior to start of excavation so that underground utilities may be marked. It shall be the contractor's responsibility to investigate the presence and location of all utilities prior to bid opening and assess their impacts on his construction activities. Utilities, new or old, may be renewed, relocated, or adjusted for the proposed construction. The Contractor shall, prior to beginning any work, meet with all utility organizations (public and private) in the field to familiarize himself with plans and 1 schedules of the installations on new, relocated, or adjusted utilities. Both public and private utility organizations may be doing utility installations within the area. The proposed construction work must be coordinated with these utility installations. The Contractor shall coordinate his work with other contractors who may be working in the project area and cooperate with them. 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. ' 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 1 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. 1 83 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. Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract, upon which the Contracting Agency may, after giving five business days notice to the Contractor to correct the breach, immediately terminate the contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the Contracting Agency on demand, or at the sole discretion of the Contracting Agency, offset against funds due the Contractor from the Contracting Agency. J. All costs for insurance shall be incidental to and included in the unit or lump sum prices of the contract and no additional payment will be made. 1- 07.18(2) Additional Insured All insurance policies, with the exception of Professional Liability and Workers Compensation, shall name the following listed entities as additional insured(s): • the Contracting Agency and its officers, elected officials, employees, agents, and volunteers The above - listed entities shall be additional insured(s) for the full available limits of liability maintained by the Contractor, whether primary, excess, contingent or otherwise, irrespective of whether such limits maintained by the Contractor are greater than those required by this Contract, and irrespective of whether the Certificate of Insurance provided by the Contractor pursuant to 1- 07.18(3) describes limits lower than those maintained by the Contractor. 1- 07.18(3) Subcontractors Contractor shall ensure that each subcontractor of every tier obtains and maintains at a minimum the insurance coverages listed in 1- 07.18(5)A and 1- 07.18(5)6. Upon request of the Contracting Agency, the Contractor shall provide evidence of such insurance. 1- 07.18(4) Evidence of Insurance The Contractor shall deliver to the Contracting Agency a Certificate(s) of Insurance and endorsements for each policy of insurance meeting the requirements set forth herein when the Contractor delivers the signed Contract for the work. The certificate and endorsements must conform to the following requirements: 1. An ACORD certificate or a form determined by the Contracting Agency to be equivalent 2. Copies of all endorsements naming Contracting Agency and all other entities listed in 1- 07.18(2) as Additional Insured(s), showing the policy number. The Contractor may submit a copy of any blanket additional insured clause from its policies instead of a separate 84 LF� 1 I endorsement. A statement of additional insured status on an ACORD Certificate of Insurance shall not satisfy this requirement. 3. Any other amendatory endorsements to show the coverage required herein. 1- 07.18(5) Coverages and Limits The insurance shall provide the minimum coverages and limits set forth below. Providing coverage in these stated minimum limits shall not be construed to relieve the Contractor from liability in excess of such limits. All deductibles and self- insured retentions must be disclosed and are subject to approval by the Contracting Agency. The cost of any claim payments falling within the deductible shall be the responsibility of the Contractor. 1- 07.18(5)A Commercial General Liability A policy of Commercial General Liability Insurance, including: Per project aggregate Premises /Operations Liability Products /Completed Operations — for a period of one year following final acceptance of the work. Personal /Advertising Injury Contractual Liability Independent Contractors Liability Stop Gap / Employers' Liability Explosion, Collapse, or Underground Property Damage (XCU) Blasting (only required when the Contractor's work under this Contract includes exposures to which this specified coverage responds) Such policy must provide the following minimum limits: $1,000,000 Each Occurrence $2,000,000 General Aggregate $1,000,000 Products & Completed Operations Aggregate $1,000,000 Personal & Advertising Injury, each offence Stop Gap / Employers' Liability $1,000,000 Each Accident $1,000,000 Disease - Policy Limit $1,000,000 Disease - Each Employee 1- 07.18(5)B Automobile Liability ' Automobile Liability for owned, non - owned, hired, and leased vehicles, with an MCS 90 endorsement and a CA 9948 endorsement attached if "pollutants" are to be transported. Such policy(ies) must provide the following minimum limit: $1,000,000 combined single limit 1- 07.18(5)C Workers' Compensation The Contractor shall comply with Workers' Compensation coverage as required by the Industrial Insurance laws of the state of Washington. 85 Public Convenience And Safety Construction Under Traffic Section 1- 07.23(1) is supplemented with the following: (April 2, 2007) Work Zone Clear Zone The Work Zone Clear Zone (WZCZ) applies during working and nonworking hours. The WZCZ applies only to temporary roadside objects introduced by the Contractor's operations and does not apply to preexisting conditions or permanent Work. Those work operations that are actively in progress shall be in accordance with adopted and approved Traffic Control Plans, and other contract requirements. During nonworking hours equipment or materials shall not be within the WZCZ unless they are protected by permanent guardrail or temporary concrete barrier. The use of temporary concrete barrier shall be permitted only if the Engineer approves the installation and location. During actual hours of work, unless protected as described above, only materials absolutely necessary to construction shall be within the WZCZ and only construction vehicles absolutely necessary to construction shall be allowed within the WZCZ or allowed to stop or park on the shoulder of the roadway. The Contractor's nonessential vehicles and employees private vehicles shall not be permitted to park within the WZCZ at any time unless protected as described above. Deviation from the above requirements shall not occur unless the Contractor has requested the deviation in writing and the Engineer has provided written approval. Minimum WZCZ distances are measured from the edge of traveled way and will be determined as follows: Postle peed K Distance From': TraveledWay,: T )1 35 mph or less 10 " 40 mph 15 45 to 55 mph 20 60 mph or greater 30 " or 2 -feet beyond the outside edge of sidewalk Minimum Work Zone Clear Zone Distance 1 -07.24 Rights of Way (October 1, 2005 APWA GSP) Delete this section in its entirety, and replace it with the following: Street right of way lines, limits of easements, and limits of construction permits are indicated in the Plans. The Contractor's construction activities shall be confined within these limits, unless arrangements for use of private property are made. Generally, the Contracting Agency will have obtained, prior to bid opening, all rights of way and easements, both permanent and temporary, necessary for carrying out the work. ' Exceptions to this are noted in the Bid Documents or will'be brought to the Contractor's attention by a duly issued Addendum. Each property owner shall be given 48 hours notice prior to entry by the Contractor. This ' includes entry onto easements and private property where private improvements must be adjusted. tThe Contractor shall be responsible for providing, without expense or liability to the Contracting Agency, any additional land and access thereto that the Contractor may desire ' for temporary construction facilities, storage of materials, or other Contractor needs. However, before using any private property, whether adjoining the work or not, the Contractor shall file with the Engineer a written permission of the private property owner, and, upon vacating the premises, a written release from the property owner of each property ' disturbed or otherwise interfered with by reasons of construction pursued under this contract. The statement shall be signed by the private property owner, or proper authority acting for the owner of the private property affected, stating that permission has been ' granted to use the property and all necessary permits have been obtained or, in the case of a release, that the restoration of the property has been satisfactorily accomplished. The statement shall include the parcel number, address, and date of signature. Written releases must be filed with the Engineer before the Completion Date will be established. 1 -07.29 Notifying Property Owners (New Section) The following new section shall be added to the Standard Specifications: When construction activities will affect ingress and egress to a property along the project alignment, the Contractor shall be responsible for notifying the occupant/occupants of the property 24 hours prior to the construction activity beginning. If personal contact with the occupant is not possible, the Contractor shall leave written notification. 1 -08 PROSECUTION AND PROGRESS ' Add the following new section: 1 -08.0 Preliminary Matters ' (May 25, 2006 APWA GSP) 1 87 Whenever any of the work is accomplished on or through property other than public right of ' way, the Contractor shall meet and fulfill all covenants and stipulations of any easement agreement obtained by the Contracting Agency from the owner of the private property. Copies of the easement agreements may be included in the Contract Provisions or made ' available to the Contractor as soon as practical after they have been obtained by the Engineer. ' Whenever easements or rights of entry have not been acquired prior to advertising, these areas are so noted in the Plans. The Contractor shall not proceed with any portion of the work in areas where right of way, easements or rights of entry have not been acquired until ' the Engineer certifies to the Contractor that the right of way or easement is available or that the right of entry has been received. If the Contractor is delayed due to acts of omission on the part of the Contracting Agency in obtaining easements, rights of entry or right of way, the Contractor will be entitled to an extension of time. The Contractor agrees that such delay shall not be a breach of contract. Each property owner shall be given 48 hours notice prior to entry by the Contractor. This ' includes entry onto easements and private property where private improvements must be adjusted. tThe Contractor shall be responsible for providing, without expense or liability to the Contracting Agency, any additional land and access thereto that the Contractor may desire ' for temporary construction facilities, storage of materials, or other Contractor needs. However, before using any private property, whether adjoining the work or not, the Contractor shall file with the Engineer a written permission of the private property owner, and, upon vacating the premises, a written release from the property owner of each property ' disturbed or otherwise interfered with by reasons of construction pursued under this contract. The statement shall be signed by the private property owner, or proper authority acting for the owner of the private property affected, stating that permission has been ' granted to use the property and all necessary permits have been obtained or, in the case of a release, that the restoration of the property has been satisfactorily accomplished. The statement shall include the parcel number, address, and date of signature. Written releases must be filed with the Engineer before the Completion Date will be established. 1 -07.29 Notifying Property Owners (New Section) The following new section shall be added to the Standard Specifications: When construction activities will affect ingress and egress to a property along the project alignment, the Contractor shall be responsible for notifying the occupant/occupants of the property 24 hours prior to the construction activity beginning. If personal contact with the occupant is not possible, the Contractor shall leave written notification. 1 -08 PROSECUTION AND PROGRESS ' Add the following new section: 1 -08.0 Preliminary Matters ' (May 25, 2006 APWA GSP) 1 87 Add the following new section: 1- 08.0(1) Preconstruction Conference (October 10, 2008 APWA GSP) Prior to the Contractor beginning the work, a preconstruction conference will be held between the Contractor, the Engineer and such other interested parties as may be invited. The purpose of the preconstruction conference will be: 1. To review the initial progress schedule; 2. To establish a working understanding among the various parties associated or affected by the work; 3. To establish and review procedures for progress payment, notifications, approvals, submittals, etc.; 4. To establish normal working hours for the work; 5. To review safety standards and traffic control; and 6. To discuss such other related items as may be pertinent to the work. The Contractor shall prepare and submit at the preconstruction conference the following: 1. A breakdown of all lump sum items; 2. A preliminary schedule of working drawing submittals; and 3. A list of material sources for approval if applicable. Subcontracting Section 1 -08.1 is supplemented with the following: (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 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). 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 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. 1 -08.4 Prosecution Of Work Revise this section to read: -I 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 the contract. 1 -08.5 Time For Completion (March 13, 1995) Section 1 -08.5 is supplemented with the following: This project shall be physically completed within 40 working days. (June 28, 2007 APWA GSP, Option A) Revise the third and fourth paragraphs to read: Contract time shall begin on the first working day following the Notice to Proceed Date. ' Each working day shall be charged to the contract as it occurs, until the contract work is physically complete. If substantial completion has been granted and all the authorized working days have been used, charging of working days will cease. Each week the ' Engineer will provide the Contractor'a statement that shows the number of working days: (1) charged to the contract the week before; (2) specified for the physical completion of the contract; and (3) remaining for the physical completion of the contract. The statement will also show the nonworking days and any partial or whole day the Engineer declares as unworkable. Within 10 calendar days after the date of each statement, the Contractor shall file a written protest of any alleged discrepancies in it. To be considered by the Engineer, the protest shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of time disputed. By not filing such detailed protest in that period, the Contractor shall be deemed as having accepted the statement as correct. If the Contractor elects to work 10 hours a day and 4 days a week (a 4 -10 schedule) and the fifth day of the week in which a 4 -10 shift is worked would ordinarily be 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 1 89 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 -08.7 Maintenance During Suspension (October 1, 2005 APWA GSP) Revise the second paragraph to read: At no expense to the Contracting Agency, the Contractor shall provide through the construction area a safe, smooth, and unobstructed roadway, sidewalk, and path for public use during suspension (as required in Section 1 -07.23 or the Special Provisions). This may include a temporary road or detour. 1 -09 MEASUREMENT AND PAYMENT 1 -09.6 Force Account (October 10, 2008 APWA GSP) Supplement this section with the following: The Contracting Agency has estimated and included in the Proposal, dollar amounts for all items to be paid per force account, only to provide a common proposal for Bidders. All such dollar amounts are to become a part of Contractor's total bid. However, the Contracting Agency does not warrant expressly or by implication, that the actual amount of work will correspond with those estimates. Payment will be made on the basis of the amount of work actually authorized by Engineer. 1 -09.9 Payments (October 10, 2008 APWA GSP) Revise the first paragraph to read: The basis of payment will be the actual quantities of Work performed according to the Contract and as specified for payment. For items Bid as lump sum, with a bid price of more than or equal to $20,000, the Contractor shall submit a breakdown of their lump sum price in sufficient detail for the Project Engineer to determine the value of the Work performed on a monthly basis. Lump sum breakdowns shall be provided to the Project Engineer no later than the date of the preconstruction conference. Delete the third paragraph and replace it with the following: Progress payments for completed work and material on hand will be based upon progress estimates prepared by the Engineer. A progress estimate cutoff date will be established at the preconstruction conference. 0 I Progress payments will be made in accordance with the progress estimate less: 1. Retainage per Section 1- 09.9(1); 2. The amount of Progress Payments previously made; and 3. Funds withheld by the Contracting Agency for disbursement in accordance with the Contract Documents. ' Progress payments for work performed shall not be evidence of acceptable performance or an admission by the Contracting Agency that any work has been satisfactorily completed. ' The determination of payments under the contract will be final in accordance with Section 1 -05.1. Payments will be made by warrants, issued by the Contracting Agency's fiscal officer, against the appropriate fund source for the project. Payments received on account of work performed by a subcontractor are subject to the provisions of RCW 39.04.250. 1- 09.13(3) Claims $250,000 or Less (October 1, 2005 APWA GSP) Delete this Section and replace it with the following: 1 The Contractor and the Contracting Agency mutually agree that those claims that total $250,000 or less, submitted in accordance with Section 1 -09.11 and not resolved by nonbinding ADR processes, shall be resolved through litigation unless the parties mutually ' agree in writing to resolve the claim through binding arbitration. 1 1 91 The initial progress estimate will be made not later than 30 days after the Contractor commences the work, and successive progress estimates will be made every month thereafter until the Completion Date. Progress estimates made during progress of the work are tentative, and made only for the purpose of determining progress payment. The progress estimates are subject to change at any time prior to the calculation of the Final Payment. The value of the progress estimate will be the sum of the following: 1. Unit Price Items in the Bid Form — the approximate quantity of acceptable units of work completed multiplied by the unit price. 2. Lump Sum Items in the Bid Form — partial payment for lump sum Bid items will be a percentage of the price in the Proposal based on the Engineer's determination of the amount of Work performed, with consideration given to, but not exclusively based on, the Contractor's lump sum breakdown for that item. 3. Materials on Hand — 100 percent of invoiced cost of material delivered to Job site or other storage area approved by the Engineer. 4. Change Orders — entitlement for approved extra cost or completed extra work as determined by the Engineer. Progress payments will be made in accordance with the progress estimate less: 1. Retainage per Section 1- 09.9(1); 2. The amount of Progress Payments previously made; and 3. Funds withheld by the Contracting Agency for disbursement in accordance with the Contract Documents. ' Progress payments for work performed shall not be evidence of acceptable performance or an admission by the Contracting Agency that any work has been satisfactorily completed. ' The determination of payments under the contract will be final in accordance with Section 1 -05.1. Payments will be made by warrants, issued by the Contracting Agency's fiscal officer, against the appropriate fund source for the project. Payments received on account of work performed by a subcontractor are subject to the provisions of RCW 39.04.250. 1- 09.13(3) Claims $250,000 or Less (October 1, 2005 APWA GSP) Delete this Section and replace it with the following: 1 The Contractor and the Contracting Agency mutually agree that those claims that total $250,000 or less, submitted in accordance with Section 1 -09.11 and not resolved by nonbinding ADR processes, shall be resolved through litigation unless the parties mutually ' agree in writing to resolve the claim through binding arbitration. 1 1 91 1 -10 TEMPORARY TRAFFIC CONTROL 1- 10.2(1) Traffic Control Management General (December 1, 2008) Section 1- 10.2(1) is supplemented with the following: Only training with WSDOT TCS card and WSDOT training curriculum is recognized in the State of Washington. The Traffic Control Supervisor shall be certified by one of the following: The Northwest Laborers - Employers Training Trust 27055 Ohio Ave. Kingston, WA 98346 (360) 297 -3035 Evergreen Safety Council 401 Pontius Ave. N. Seattle, WA 98109 1- 800 - 521 -0778 or (206) 382 -4090 The American Traffic Safety Services Association 15 Riverside Parkway, Suite 100 Fredericksburg, Virginia 22406 -1022 Training Dept. Toll Free (877) 642 -4637 Phone: (540) 368 -1701 1 -10.4 (1) Measurement Lump Sum Bid for Project (No Unit Items) Section 1- 10.4(1) is supplemented with the following: (August 2, 2004) The proposal contains the item "Project Temporary Traffic Control," lump sum. The provisions of Section 1- 10.4(1) shall apply. DIVISION 2 EARTHWORK 2 -01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP 2 -01.1 Description (March 13, 1995) Clearing and grubbing on this project shall be performed within the following limits: Between the edge of the existing gravel roadway and right of way lines as detailed in the plans from the beginning of the project to the end. 2 -01.2 Disposal of Useable Material and Debris Revise the third paragraph as follows: Change the word "three" to "two." 2- 01.2(1) Disposal Method No. 1 — Open Burning This section is deleted. 2 -02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 2 -02.4 Measurement Section 2 -02.4 is supplemented with the following: Saw Cut, Per Inch Depth will be measured by the linear foot per inch of depth. 2 -02.5 Payment Section 2 -02.5 is supplemented with the following: "Saw Cut, Per Inch Depth ", per linear foot. ROADWAY EXCAVATION AND EMBANKMENT Construction Requirements IEmbankment Construction (March 13, 1995) Compacting Earth Embankments Section 2- 03.3(14)C is supplemented with the following: All embankments, except waste embankments, shall be compacted using Method A. 1 1 93 DIVISION 4 BASES ASPHALT TREATED BASE Materials Section 4 -06.2 is supplemented with the following: (October 25, 1999) The grade of paving asphalt used in asphalt treated base shall be PG 64 -28 unless otherwise ordered by the Engineer. DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS 5 -04 HOT MIX ASPHALT 5 -04.3 Construction Requirements 5- 04.3(7)A Mix Design (March 10, 2010 APWA GSP) Delete this section and replace it with the following; General. Prior to the production of HMA, the Contractor shall determine a design aggregate structure and asphalt binder content in accordance with WSDOT Standard Operating Procedure 732. Once the design aggregate structure and asphalt binder content have been determined, the Contractor shall submit the HMA mix design on DOT form 350 -042 demonstrating the design meets the requirements of Sections 9- 03.8(2) and 9- 03.8(6). HMA accepted by nonstatistical evaluation requires a mix design verification. For HMA accepted by commercial evaluation only the first page of DOT form 350 -042 and the percent of asphalt binder is required. In no case shall the paving begin before the determination of anti -strip requirements has been made. Anti - strip requirements will be determined by: a. Testing by WSDOT in accordance with TM 718. b. Testing by Contractor in accordance with WSDOT TM 718. C. Historical aggregate source ant -strip use provided by WDOT. The mix design will be the initial Job Mix Formula (JMF) for the HMA being produced. Any additional adjustments to the JMF will require the approval of the Project Engineer and may be made per Section 9- 03.8(7). 2. Mix Design Verification. Verification shall be accomplished by one of the following processes: a. Submit samples to WSDOT State Materials Lab for WSDOT verification testing in accordance with WSDOT Standard Specifications. b. The contracting agency will perform tests to verify the mix design in accordance with the Field Verification Testing Process. 94 I 1 I iLJ IJ I 1 I,] 1� n .1 1 1 1 n 1 C. Reference a mix design that has been previously verified by the Field Verification Testing Process or verified by WSDOT State Materials Lab on a previous project. d. Perform Field Verification Testing on a sample of HMA provided by the Contractor prior to paving. Mix design verification is valid for one year from the date of verification. At the discretion of the Engineer, agencies may accept mix designs verified beyond the verification year with certification from the Contractor that the materials and sources are the same as those shown on the original mix design. 3. Field Verification Testing Process. The Contracting agency will collect three Production Samples of HMA on the first day of paving per AASHTO T 168 sampling procedures. a. The Contracting agency will test one Production Sample in accordance with section 5- 04.3(8)A for field verification per the requirements of Section 9- 03.8(7). b. If the test results from the first Production Sample are within the tolerances of section 9- 03.8(7), the mix design will be considered verified and the test results will be used as acceptance sample number one. C. If the test results from the first Production Sample are outside the tolerances of section 9- 03.8(7), the other two samples will be tested and the results of all three tests will be used for acceptance in accordance with Section 5- 04.5(1) and will be used in the calculation of the CPF the maximum CPF shall be 1.00. 4. Prior to the first day of paving, six Ignition Furnace Calibration Samples shall be obtained to calibrate the Ignition Furnaces used for acceptance testing of the HMA. Calibration samples shall be provided by the Contractor when directed by the Engineer. Calibration samples shall be prepared in accordance with WSDOT SOP 728. 5- 04.3(8)A1, General (March 10, 2010 APWA GSP) Delete these sections and replace them with the following: Acceptance of HMA shall be as defined under nonstatistical or commercial evaluation. Nonstatistical evaluation will be used for all HMA not designated as Commercial HMA in the contract documents. Commercial evaluation will be used for Commercial HMA and for other classes of HMA in the following applications: sidewalks, road approaches, ditches, slopes, paths, trails, gores, prelevel, and pavement repair. Other nonstructural applications of HMA accepted by commercial evaluation shall be as approved by the Project Engineer. Sampling and testing of HMA accepted by commercial evaluation will be at the option of the Project Engineer. Commercial HMA can be accepted by a contractor certification letter stating the material meets the HMA requirements defined in the contract. 5- 04.3(8)A4, Definition of Sampling Lot and Sublot (March 10, 2010 APWA GSP) Delete this section and replace it with the following: For the purpose of acceptance sampling and testing, a lot is defined as the total quantity of material or work produced for each job mix formula (JMF) placed. Only one lot per mix design will be expected to occur. The initial JMF is defined in Section 5- 04.3(7)A Mix Design. The Contractor may request a change in the JMF in accordance with Section 9- 03.8(7). If the request is approved, all of the material produced up to the time of the change will be evaluated on the basis of tests on samples taken from that material and a new lot will begin. For proposal quantities less then 2500 tons sampling and testing for evaluation shall be performed as described in 5- 04.3(7)A, item 3, Field Verification Testing Process. The verification sample referenced in item 3b may be used as an acceptance sample, additional testing will be at the discretion of the Engineer. When using a previously verified mix design, testing for volumetric properties may be waived at the engineer's discretion. At least one acceptance sample is required when using this method of acceptance. For proposal quantities greater than 2500 tons sampling and testing for evaluation shall be performed as described in 5- 04.3(7)A, item 3, Field Verification Testing Process, for the first 2500 tons of mix placed. The verification sample referenced in item 3b may be used as an acceptance sample for the first 2500 tons of mix placed. Additional testing will be at the rate of one sample per 800 tons of mix placed or as directed by the Engineer. When using a previously verified mix design, testing for volumetric properties may be waived at the engineer's discretion. 5- 04.3(8)A5, Test Results (March 10, 2010 APWA GSP) Delete this section and replace it with the following: The Engineer will furnish the Contractor with a copy of the results of all acceptance testing performed in the field at the beginning of the next paving shift. The Engineer will also provide the Composite Pay Factor (CPF) of the completed sublots after three sublots have been produced. The CPF will be provided by the midpoint of the next paving shift after sampling. Sublot sample test results (gradation and asphalt binder content) may be challenged by the Contractor. For HMA mixture accepted by statistical evaluation with a mix design that did not meet the verification tolerances, the test results in the test section including the percent air voids (Va) may be challenged. To challenge test results, the Contractor shall submit a written challenge within 7- calendar days after receipt of the specific test results. A split of the original acceptance sample will be sent for testing to either the Region Materials Laboratory or the State Materials Laboratory as determined by the Project Engineer. The split of the sample with challenged results will not be tested with the same equipment or by the same tester that ran the original acceptance test. The challenge sample will be tested for a complete gradation analysis and for asphalt binder content. The results of the challenge sample will be compared to the original results of the acceptance sample test and evaluated according to the following criteria: Deviation U.S. No. 4 sieve and larger Percent passing ±4.0 U.S. No. 8 sieve Percent passing ±2.0 U.S. No. 200 sieve Percent passing ±0.4 Asphalt binder Percent binder content ±0.3 Va Percent Va ±0.7 I ' If the results of the challenge sample testing are within the allowable deviation established above for each parameter, the acceptance sample test results will be used for acceptance of the HMA. The cost of testing will be deducted from any monies due or that may come due ' the Contractor under the Contract at the rate of $250 per challenge sample. If the results of the challenge sample testing are outside of any one parameter established above, the challenge sample will be used for acceptance of the HMA and the cost of testing will be the 1 Contracting Agency's responsibility. 5- 04.3(8)A7 Test Section — HMA Mixtures ' (March 10, 2010 APWA GSP) Delete this section. ' 5- 04.5(1)A Price Adjustments for Quality of HMA Mixture (March 10, 2010 APWA GSP) ' Delete the first paragraph and table and replaced them with the following: Statistical analysis of quality of gradation and asphalt content will be performed based on ' Section 1 -06.2 using the following price adjustment factors: Table of Price Adjustment Factors Constituent Factor "f" All aggregate passing: 1 '/2 ", 1 ", % ", '/2 ", 3/8" and No. 4 sieves 2 ' All aggregate passing No. 8 15 All aggregate passing No. 200 sieve 20 Asphalt binder 52 Delete items 1 -3 in Paragraph two and replaced with the following: A pay factor will be calculated for sieves listed in Section 9- 03.8(7) for the class of HMA and for the asphalt binder. 1. Nonstatistical Evaluation. Each lot of HMA produced under Nonstatisical ' Evaluation and having all constituents falling within the tolerance limits of the job mix formula shall be accepted at the unit contract price with no further evaluation. When one or more constituents fall outside the nonstatistical acceptance tolerance limits in ' Section 9- 03.8(7), the lot shall be evaluated in accordance with Section 1 -06.2 to determine the appropriate CPF. The nonstatistical tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1.00. When less than three sublots exist, backup samples of the existing sublots or samples from the street shall be tested to provide a minimum of three sets of results for evaluation. 2. Commercial Evaluation. If sampled and tested, HMA produced under Commercial Evaluation and having all constituents falling within the tolerance limits of the job mix formula shall be accepted at the unit contract price with no further evaluation. When one or more constituents fall outside the commercial acceptance tolerance limits in ' Section 9- 03.8(7), the lot shall be evaluated to determine the appropriate CPF. The commercial tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1.00. When less than three sublots exist, backup samples of ' the existing sublots or samples from the street shall be tested to provide a minimum of three sets of results for evaluation. 1 97 For each lot of HMA produced under Nonstatistical or Commercial Evaluation when the calculated CPF is less than 1.00, a Nonconforming Mix factor (NCMF) will be determined. The NCMF equals the algebraic difference of CPF minus 1.00 multiplied by 60 percent. The Job Mix Compliance Price Adjustment will be calculated as the product of the NCMF, the quantity of HMA in the lot in tons, and the unit contract price per ton of the mix. If a constituent is not measured in accordance with these Specifications, its individual pay factor will be considered 1.00 in calculating the composite pay factor. 5- 04.5(1)6 Price Adjustments for Quality of HMA Compaction (March 10, 2010 APWA GSP) Delete this section and replace it with the following: The maximum CPF of a compaction lot is 1.00 For each compaction lot of HMA when the CPF is less than 1.00, a Nonconforming Compaction Factor (NCCF) will be determined. THE NCCF equals the algebraic difference of CPF minus 1.00 multiplied by 40 percent. The Compaction Price Adjustment will be calculated as the product of the NCCF, the quantity of HMA in the lot in tons and the unit contract price per ton of the mix. DIVISION 7 DRAINAGE STRUCTURES, STORMSEWERS, SANITARY SEWERS, WATER MAINS AND CONDUITS 7 -04 STORM SEWERS 7 -04.1 Description Section 7 -04.1 is, supplemented with the following: ' This work shall include purchasing and installing four separate stormwater treatment systems. All four systems shall be purchased from the same manufacturer. 7 -04.2 Materials ' Section 7 -04.2 is supplemented with the following: Stormwater Treatment System No. 1: The stormwater treatment filtration system to be used on this project shall be the following, or approved equal: " CONTECH Stormwater Solutions CDS2015 -4 ", manufactured by CONTECH Stormwater Solutions Inc, 11835 NE Glenn Widing Drive, Portland, OR 97220. Their phone number is 1- 800 - 548 -4667. ' Stormwater Treatment System No. 2: The stormwater treatment filtration system to be used on this project shall be the following, or approved equal: ' " CONTECH Stormwater Solutions CDS2015 -4 ", manufactured by CONTECH Stormwater Solutions Inc, 11835 NE Glenn Widing Drive, Portland, OR 97220. Their phone number is 1- 800 - 548 -4667. ' Stormwater Treatment System No. 3: The stormwater treatment filtration system to be used on this project shall be the following, or approved equal: ' " CONTECH Stormwater Solutions CDS2015 -4 ", manufactured by CONTECH Stormwater Solutions Inc, 11835 NE Glenn Widing Drive, Portland, OR 97220. Their ' phone number is 1- 800 - 548 -4667. Stormwater Treatment System No. 4: The stormwater treatment filtration system to be used on this project shall be the following, or approved equal: " CONTECH Stormwater Solutions CDS2015 -4 ", manufactured by CONTECH t Stormwater Solutions Inc, 11835 NE Glenn Widing Drive, Portland, OR 97220. Their phone number is 1- 800 - 548 -4667. 7 -04.3 Construction Requirements ' Section 7 -04.3 is supplemented with the following: The stormwater treatment systems shall be installed per the manufacturer's specifications. ' 7 -04.4 Measurement Section 7 -04.4 is supplemented with the following: ' Stormwater Treatment Systems, will be measured per lump sum. 1 99 7 -04.5 Payment Section 7 -04.5 is supplemented with the following: "Stormwater Treatment Systems ", lump sum. The unit contract per each for "Stormwater Treatment Systems" shall be full payment for all labor, equipment and materials required for the complete installation of the stormwater treatment filtration system according to the manufacturer's specifications, including structure excavation, shoring or extra excavation, gravel backfill, backfilling, and connecting the inflow and outflow pipes. All costs associated with Structure Excavation Class B Incl. Haul for storm sewer pipe shall be in the unit Contract price for the item installed. 7 -05 MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS 7 -05.1 Description This section is supplemented with the following: This work shall also consist of removing and replacing catch basin frame and grate. 7 -05.2 Materials Section 7 -05.2 of the Standard Specifications shall be revised as follows: Precast Concrete Catch Basin: Catch basins shall be WSDOT Standard Plan B -1 Catch Basin Type 1 and the reversible frame and herringbone grate shall be manufactured in accordance with Section 9- 05.15(2). 7- 05.3(1) Adjusting Manholes and Catch Basins to Grade Delete and replace with the following: Manholes, junction boxes, water valve boxes, and similar structures shall be adjusted prior to placement of sidewalk concrete or curb and gutter construction. Catch basins and other utility castings to be adjusted in areas of hot mix asphalt shall be adjusted as detailed in Section 5- 04.3(13). When shown in the plans that the existing catch basins are located in areas where the curb and gutter is to be removed and replaced, the frame and grate of the catch basin shall be removed and replaced. The new frame and grates shall be a reversible frame and herringbone grate. 7 -05.4 Measurement Supplement this section with the following: Removing and replacing frame and grate will be measured per each for each unit removed and replaced. 7 -05.5 Payment Section 7 -05.5 is supplemented with the following: All costs associated with Structure Excavation Class B Incl. Haul for catch basins shall be in the unit Contract price for the item installed. 100 1 1 C DIVISION 8 MISCELLANEOUS CONSTRUCTION 8 -01 EROSION CONTROL AND WATER POLLUTION CONTROL 8 -01.3 Construction Requirements 8- 01.3(1) General Section 8- 01.3(1) is supplemented with the following: (April 3, 2006) Erodible Soil Eastern Washington The eighth paragraph of Section 8- 01.3(1) is revised to read: Erodible soil not being worked whether at final grade or not, shall be covered within the following time period using an approved soil cover practice, unless authorized by the Engineer: July 1 through September 30 30 days October 1 through June 30 15 days 8 -04 CURBS, GUTTERS AND SPILLWAYS 8- 04.3(1) Cement Concrete Curbs, Gutters and Spillways Add the following: Cement concrete curb and gutter constructed on this project shall be as shown on the Detail Sheet of the Plans. "Barrier" cement concrete curb and gutter sections as shown on the Detail Sheet shall be used on the roadway as shown on the Plans. "Driveway Depression" cement concrete curb and gutter as shown on the Detail Sheet shall be used at all driveway and wheelchair ramp locations as shown on the Plans and as directed in the field by the Engineer. Cement concrete curb and gutter which does not comply with the section details on the Plans shall be removed and replaced at the Contractor's expense. A template shall be required to be placed at the back of curb for construction of driveway ' transitions from Barrier to Driveway curb and gutter. The Contractor shall also be required to use a template at the back of Driveway Depression curb and gutter to ensure a straight and uniform back of curb in conformance with the Details. ' The new concrete curb and gutter shall be cured in accordance with SECTION 5- 05.3(13)B of the Standard Specifications. Application of the curing compound shall be in ' accordance with the manufacturer's recommendations. 8 -04.5 Payment ' Section 8 -04.5 of the Standard Specifications shall be revised as follows: The unit price bid for "Cement Concrete Traffic Curb and Gutter," per linear foot, shall be ' full compensation for all labor, equipment, materials, and incidental costs required to construct Barrier and Driveway Depression curb and gutter, including curb and gutter 1 101 adjacent to commercial driveway approaches, as shown on the Plans, including steel reinforcement in driveways or catch basins. 8 -14 CEMENT CONCRETE SIDEWALKS 8 -14.1 Description Supplement this section with the following: This work shall also include furnishing and installing new signpost sockets, at locations shown on the plans or as indicated by the Engineer. 8 -14.2 Materials Add the following: Sign Post Socket 8 -14.3 Construction Requirements 8- 14.3(3) Placing and Finishing Concrete. Supplement this section by with the following: VLOC Model #23 -VR1- Concrete For use with 2 -3/8" OD sign posts Prior to placing of any sidewalk, a pre -slab meeting will be held between the Contacting Agency and the Contractor to discuss the expectations of the sidewalk. Required at that meeting will be a representative of the prime contractor along with the foreman over the concrete work. The first half block of cement concrete pavement placed on this project shall be deemed a test section where the Contractor will demonstrate his ability to place and finish the concrete sidewalk in a manner acceptable to the Engineer. Any portions of the worked deemed unacceptable shall be removed and repaired in a manner acceptable to the Engineer, up to and including the total removal of the sidewalk. Once the test section has been approved by the Engineer, it will be referenced during construction for comparison of newly poured concrete sidewalk. Any section of cement concrete sidewalk not meeting the quality of work of this test section shall be removed and replaced by the Contractor at no cost to the Contracting Agency. A four -inch shine shall be placed on the edge of all sidewalk joints. All sidewalks not located in driveway approach areas shall be four (4) inches in thickness, unless otherwise noted on the Plans. All sidewalks located in a driveway approach area shall be six (6) inches in thickness. Existing sidewalks at match lines shall be removed to the nearest convenient existing joint or sawcut in a neat vertical, straight transverse line at locations approved by the Engineer. Joint filler material to form a new expansion joint shall be placed as indicated on the Standard Detail for Sidewalk. 102 At all driveway and handicap ramp depressions, the back of the sidewalk grade shall be depressed to maintain a 2 percent transverse grade from back of curb to back of sidewalk, unless otherwise noted on the plans. Signpost Sockets shall be set 1/2 inch above the finished sidewalk so that the erected signs will be plumb when installed. The Contractor shall correct any misaligned sockets at his own expense. ' The completed surface of the sidewalk shall not vary more than %4 -inch from the lower edge of a 10 -foot straightedge placed on the surface parallel to the curbing. ' The Contractor shall provide construction joints as detailed in the Plans, where it is necessary, to stage the forming of sidewalk work in order to maintain access to adjoining businesses. All existing and new utility boxes located or to be located in the finished sidewalk areas shall be adjusted and supported to be flush with the finish grade of the new sidewalk prior to the sidewalk being placed around them. The utility boxes shall be aligned to have two ' sides matching concrete joints or score lines. Sidewalks shall be scored as detailed in the plans and 15 -pound roofing felt shall be used ' as a bond breaker at the construction joints adjacent to the building, the joints adjacent to the curb and around the light bases. Every third transverse score joint (every 18') shall be made to a depth of 1.5 inches. Concrete sidewalk shall be cured in accordance with ' Section 5- 05.3(13)A of the Standard Specifications. Application of the curing compound shall be in accordance with the manufacturer's recommendations. Failure to properly secure or seal the cement concrete sidewalk will require the Contractor to remove and ' replace the sidewalk section at..his expense. No mars shall be allowed in the concrete finish. The Contractor shall remove and replace any slabs that have any mars, such as, scuff marks, scratched in lettering, etc. at no cost to tthe Contracting Agency, no matter who or what the cause. 8 -14.4 Measurement ' Supplement this section with the following: Signpost Sockets will be measured per each in place. ' No specific unit of measurement shall apply to the lump sum item of cement concrete sidewalk test section. 8 -14.5 Payment Supplement this section with the following: "Cement Conc. Sidewalk _ In. Thick ", per square yard. The unit contract price per square yard for "Cement Conc. Sidewalk _ In. Thick" shall be ' full compensation for furnishing and placing the sidewalk, including furnishing, placing and compacting the crushed surfacing top course as detailed in the Plans. 1 103 8 -30 REPAIR OR REPLACEMENT (New Section) 8 -30.1 Description The work shall consist of repair of any incidental damages to landscaping, fencing, private irrigation, top soil, turf, or other miscellaneous items within or adjacent to the project area. This includes complete replacement of items that are beyond repair as determined by the Engineer. 8 -30.5 Payment Payment will be made for the following bid items: "Repair or Replacement ", by force account. For the purpose of providing a common proposal for all bidders, and for that purpose only, the City has estimated the force account for "Repair or Replacement ", and has arbitrarily entered the amount for the pay item in the proposal to become a part of the total bid by the Contractor. 104 ' DIVISION 9 MATERIALS 9 -03 AGGREGATES ' 9 -03.8 Aggregates for Asphalt Concrete 9- 03.8(2) HMA Test Requirements (March 10, 2010 APWA GSP) Section 9- 03.8(2) is supplemented with the following: ' ESAL's The number of ESAL's for the design and acceptance of the HMA shall be one million. 9- 03.8(7) HMA Tolerances and Adjustments ' (May 25, 2006 APWA GSP) Item 1 is deleted and replaced with: 1. Job Mix Formula Tolerances. After the JMF is determined as required in 5- 04.3(7)A, ' the constituents of the mixture at the time of acceptance shall conform to the following tolerances: Nonstatistical Commercial ' Evaluation Evaluation Aggregate, percent passing 1" 3/4 ",' /z ", and 3/8" sieves ±6% ±8% ' U.S. No. 4 sieve ±6% ±8% U.S. No. 8 sieve ±6% ±8% U.S. No. 200 sieve ±2.0% ±3.0% ' Asphalt Binder ±0.5% ±0.7% These tolerance limits constitute the allowable limits as described in Section 1 -06.2. The tolerance limit for aggregate shall not exceed the limits of the control points section, except the tolerance limits for sieves designated as 100% passing will be 99 -100. The tolerance limits on ' sieves shall only apply to sieves with control points. 9 -03.12 Gravel Backfill Materials Section 9- 03.12(5) is supplemented with the following: ' 3/4" — 2" Crushed Washed Stone shall conform to the following gradings: Sieve Size Percent Passing 2" square 100 1" square 50 -100 3/4" square 0 -20 ' U.S. No. 200 0 -1.5 Measurement ' 105 Section 9- 03.12(5) is supplemented with the following: 3/" — 2" crushed washed stone will be measured by the ton. Payment Section 9- 03.12(5) is supplemented with the following: Payment will be made in accordance with Section 1 -04.1, for the following bid item included in the Proposal: "3/" — 2" Crushed Washed Stone ", per ton. 9 -05 DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS 9 -05.15 Metal Castings 9- 05.15(1) Manhole Ring and Cover Revise this section to read: All new manhole rings and covers shall be purchased by the Contractor from Olympic Foundry, Casting NO. MH33Y, Yakima Standard Ring and Cover. The Contractor shall also provide all labor and equipment for handling the manhole rings and covers. All used castings shall become the property of the City of Yakima and shall be delivered to the Wastewater Collection- Maintenance Facility at 204 W. Pine by the Contractor. Prior arrangements must be made to assure the facility will be open for delivery. 9- 05.15(2) Metal Frame, Grate and Solid Metal Cover for Catch Basins or Inlets This section is supplemented with the following: Castings for the Catch Basins on this project shall be as shown on the City of Yakima Standard Detail. 106 ' STANDARD PLANS December 7, 2009 The State of Washington Standard Plans for Road, Bridge and Municipal Construction M21 -01 transmitted under Publications Transmittal No. PT 09 -013, effective December 7, 2009 is made a part of this contract. ' The Standard Plans are revised as follows: All Standard Plans All references in the Standard Plans to "Asphalt Concrete Pavement" shall be revised to read "Hot Mix Asphalt ". ' All references in the Standard Plans to the abbreviation "ACP" shall be revised to read "HMA". B -10.20 and B10.40 Substitute "step ",in lieu of "handhold" on plan ' C -3, C -36, C -3C Note 1 is revised as follows: replace reference F -2b with F -10.42 CC =4 Deleted C -10 (sheet 2 of 2) 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.) ' JJ =5 Deleted ' J -7a Deleted ' J- 40.10. Section A replace 3" MIN. with 3" MAX. ' J -40.30 Diamond Note 2: Was = Copper Split Bolt Clamp ' 107 Is = Copper Solder Less Crimp Connector K -80.30 In the NARROW BASE, END view, the reference to Std. Plan C -8e is revised to Std. Plan K -80.35 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 Delete all references to tension cable and substitute tension wire. L- 30.10, Sheet 2 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. 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- 10.20 - 00......10/05/07 6/01 /06 A- 10.30 - 00......10/05/07 6/01 /06 A- 20.10- 00 ........ 8/31 /07 A- 30.10- 00 ...... 11 /08/07 A- 30.15- 00 ...... 11 /08/07 A- 30.30- 00 ...... 11 /08/07 B -5.20- 00 .......... 6/01 /06 B -5.40- 00 .......... 6/01 /06 B -5.60- 00 .......... 6/01 /06 B- 10.20- 00 ........ 6/01 /06 B- 10.40- 00 ........ 6/01 /06 B- 10.60- 00........6/08/06 11 /08/07 B- 15.20- 00........ 6/01/06 B- 15.40- 00 ........ 6/01 /06 B- 15.60 - 00 ........ 6/01 /06 B- 20.20- 01 ...... 11/21/06 B- 20.40- 02........6/10/08 B- 35.40- 00........6/08/06 B- 20.60- 02........ 6/10/08 B- 25.20 - 00........6/08/06 B- 40.20- 00........6/01/06 B- 25.60- 00 ........ 6/01 /06 B- 30.10 - 00........6/08/06 B- 40.40- 00 ........ A- 30.35 - 00......10/12/07 A- 40.00- 00 ........ 8/11/09 A- 40.10- 01........ 8/11/09 A- 40.15- 00 ........ 8/11 /09 A- 40.20- 00........ 9/20/07 A- 40.50- 00 ...... 11 /08/07 A-50.10-00--...11/17/08 A- 60.40- 00 ........ A- 50.20- 01....... 9/22/09 A- 50.30 - 00 ..... 11 /17/08 A- 50.40 - 00.....11 /17/08 A- 60.10 - 01 ...... 10/ 14/09 A- 60.20- 01 ......... 8/11 /09 A- 60.30- 00 ....... 11 /08/07 A- 60.40- 00 ........ 8/31 /07 B- 30.50- 00........6/01/06 B- 75.20- 01.......6/10/08 B- 30.70- 01........8/31/07 B- 75.50- 01.......6/10/08 B- 30.80- 00........6/08/06 B- 75.60- 00.......6/08/06 B- 30.90- 01........9/20/07 B- 80.20- 00.......6/08/06 B- 35.20- 00........6/08/06 B- 80.40- 00 ....... 6/01 /06 B- 35.40- 00........6/08/06 B- 82.20- 00 ....... 6/01 /06 B- 40.20- 00........6/01/06 B- 85.10- 01.......6/10/08 B- 40.40- 00 ........ 6/01 /06 B- 85.20- 00 ....... 6/01 /06 B- 45.20- 00 ........ 6/01 /06 B- 85.30- 00 ....... 6/01 /06 B- 45.40- 00 ........ 6/01 /06 B- 85.40- 00.......6/08/06 B- 50.20- 00........6/01/06 B- 85.50- 01.......6/10/08 B- 55.20- 00 ........ 6/01 /06 B- 90.10- 00.......6/08/06 B- 60.20- 00........6/08/06 B- 90.20- 00.......6/08/06 B- 60.40- 00 ........ 6/01 /06 B- 90.30- 00.......6/08/06 B- 65.20- 00 ........ 6/01 /06 B- 90.40- 00.......6/08/06 108 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 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 -1 a .................10/14/09 D- 2.06- 01 ........ C -1 b ................10/31 /03 C -1 c ..................5/30/97 D- 2.10- 00 ........ C -1 d ................10/31 /03 C- 2 ....................1 /06/00 C- 2a ..................6/21 /06 C- 2b ..................6/21 /06 C- 2c ..................6/21 /06 C- 2d ..................6/21 /06 C- 2e ..................6/21 /06 C- 2f ................... 3/14/97 C- 2g .................. 7/27/01 C -2 h .................. 3/28/97 C -2 i ................... 3/28/97 C -2j ................... 6/12/98 C -2 k .................. 7/27/01 C -2 n .................. 7/27/01 C- 2o ..................7 /13/01 C- 2p ................10/31 /03 C- 3 ..................10 /04/05 C- 3a ................10 /04/05 C -3 b ................10 /04/05 C- 3c ..................6/21 /06 C -4 b .................. 6/08/06 C- 4b ..................6/08/06 10/ 14/09 D -2.02- 00 ........ 11 /10/05 D -2.04- 00 ........ 11 /10/05 D- 2.06- 01 ........ 1 /06/09 D- 2.08- 00 ........ 11 /10/05 D- 2.10- 00 ........ 11 /10/05 D- 2.12- 00 ........ 11 /10/05 D- 2.14- 00 ........ 11 /10/05 D- 2.16- 00 ........ 11 /10/05 D- 2.18- 00 ........ 11 /10/05 D- 2.20- 00 ........ 11 /10/05 D- 2.30- 00 ........ 11 /10/05 D- 2.32 - 00 ........ 11/10/05 D- 2.34- 01 ........ 1 /06/09 D- 2.36- 02 ........ 1 /06/09 D- 2.38- 00 ........ 11 /10/05 D- 2.40- 00 ........ 11 /10/05 D- 2.42- 00 ........ 11 /10/05 E- 1 ....................2 /21 /07 E -2 .................... 5/29/98 C- 4e ..................2/20/03 D- 2.60- 00 ........ C- 4f ................... 6/30/04 C- 5 ..................10 / 14/09 C- 6 .................... 5/30/97 C- 6a ................10/14/09 D- 2.68- 00 ........ C- 6c ..................1 /06/00 C -6d .................. 5/30/97 C- 6f ................... 7/25/97 C- 7 ..................10 /31 /03 C- 7a ................10/31 /03 C- 8 .................... 2/10/09 C- 8a ..................7/25/97 D- 2.92- 00 ........ C -8 b .................. 2/10/09 C- 8e ..................2/21 /07 C- 8f ................... 6/30/04 C- 10 ..................7 /31 /98 C- 13 .................... 7/3/08 C- 13a .................. 7/3/08 C -13 b ................ 7/3/08 C- 13c ................. 7/3/08 C -14 a ................. 7/3/08 C -14 b ................ 7/26/02 C- 14c ................. 7/3/08 C- 14d .................7/3/08 2/03/09 C- 14e .................7/3/08 C- 14h ...............2/10/09 10/ 14/09 D- 2.44- 00 ........ 11 /10/05 D- 2.46- 00 ........ 11 /10/05 D- 2.48- 00 ........ 11 /10/05 D- 2.60- 00 ........ 11 /10/05 D- 2.62- 00 ........ 11 /10/05 D- 2.64- 01 ........ 1 /06/09 D- 2.66- 00 ........ 11 /10/05 D- 2.68- 00 ........ 11 /10/05 D- 2.78- 00 ........ 11 /10/05 D- 2.80- 00 ........ 11 /10/05 D- 2.82- 00 ........ 11 /10/05 D- 2.84- 00 ........ 11 /10/05 D- 2.86- 00 ........ 11 /10/05 D- 2.88- 00 ........ 11 /10/05 D- 2.92- 00 ........ 11 /10/05 D- 3 .................... 7/13/05 Ma ..................12/02/08 C- 22.16- 00........ E- 4 .................... 8/27/03 E- 4a .................. 8/27/03 109 C- 14i .................2/10/09 6/30/04 C -14 j ...............12 /02/03 C- 14k .................2/10/09 D-6 ................... C -15 a ................. 7/3/08 C -15 b ................. 7/3/08 C- 16a ...............11 /08/05 C -16 b ...............11 /08/05 C-20.14-01 ...... 10/ 14/09 C- 20.15- 00......10/14/09 D- 10.35- 00......... C- 20.18- 00......10/14/09 D- 10.40 - 01......12/02/08 C- 20.19 - 00 ...... 10/ 14/09 C- 20.40- 01......10/14/09 D- 15.10 - 01......12/02/08 C- 20.42- 01......10/14/09 D- 15.20- 01 ........ C- 22.14- 00........ 2/03/09 C- 22.16- 00........ 2/03/09 C- 22.40 - 01......10/05/07 C- 23.60- 01......10/14/09 C- 25.18- 01........ 9/20/07 C- 25.20 - 04....':.10/14/09 C- 25.22- 03 ...... 10/ 14/09 C- 25.26- 01......10/14/09 C- 25.80- 01........ 7/3/08 C- 28.40 - 00........2/06/07 C- 40.14- 00........ 2/03/09 C- 40.16 - 00........2/03/09 C- 40.18 - 01 ...... 10/ 14/09 C- 90.10- 00........ 7/3/08 D -3 b ................. 6/30/04 D- 3c ................. 6/30/04 D- 4 .................12 /11 /98 D-6 ................... 6/19/98 D- 10.10 - 01......12/02/08 D- 10.15 - 01......12/02/08 D- 10.20- 00 ......... 7/8/08 D- 10.25- 00......... 7/8/08 D- 10.30- 00......... 7/8/08 D- 10.35- 00......... 7/8/08 D- 10.40 - 01......12/02/08 D- 10.45- 01......12/02/08 D- 15.10 - 01......12/02/08 D- 15.20- 01 ........ 1 /06/09 D- 15.30 - 01......12/02/08 I � F- 10.12- 00.......12/20/06 F- 30.10- 00 ........ 1 /23/07 F- 40.18- 00.......2/07/07 K- 40.60- 00.......2/15/07 ' F- 10.16- 00.......12/20/06 F- 40.10- 01......10/05/07 F- 40.20- 00.....10/05/07 K- 20.20- 01......10/12/07 F- 10.40- 01 ........... 7/3 /08 F- 40.12- 00........2/07/07 K- 55.20- 00.......2/15/07 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 /08/07 G- 70.20- 00......10/5/07 G- 20.10- 00........9/20/07 G- 22.10- 01 .......... 7/3 /08 G- 25.10- 01 ...... G- 30.10- 00 ..... 1 /06/09 11 /08/07 G- 70.30- 00......10/5/07 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 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 - 01.....10/14/09 ' 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 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- 01 ......... 8/11 /09 1- 30.40- 00.......10/12/07 1- 50.20- 00 .......... 8/31 /07 ' 1- 30.10- 01 ......... 8/11 /09 1- 30.50- 00 ....... 11 /14/07 1- 60.10- 00 .......... 8/31 /07 1- 30.15- 00 ......... 8/11 /09 1- 40.10- 00.........9/20 /07 1- 60.20- 00 .......... 8/31 /07 1- 30.20- 00.........9/20 /07 1- 40.20- 00.........9/20 /07 1- 80.10- 01 .......... 8/11 /09 ' 1- 30.30- 00.........9/20 /07 1- 50.10- 00.........9/20 /07 J- 1f ....................6/23/00 J- 16c ................. 2/10/09 J- 28.24- 00.......8/07/07 ' J- 3 .....................8 /01/97 J- 18 ................. 2 /10/09 J- 28.26- 01......12/02/08 J- 3b J- 19 ................. 2 /10/09 J- 28.30- 01.......10/14/09 ...................3/04/05 J- 3c ...................6/24/02 J- 20 ................. 9 /02/05 J- 28.40- 01.......10/14/09 ' J- 3d .................11/05/03 J- 20.10- 00......10/14/09 J- 28.42- 00.......8/07/07 J- 6c J- 20.15- 00......10/14/09 J- 28.45- 00.......8/07/07 ...................4/24/98 J- 7c ...................6/19/98 J- 20.16- 00......10/14/09 J- 28.50- 00.......8/07/07 J- 7d ...................4/24/98 J- 20.20- 00......10/14/09 J- 28.60- 00.......8/07/07 J- 8a J- 20.26- 00......10/14/09 J- 28.70- 00.......11/08/07 ...................5/20/04 J- 8b ..................5/20/04 J- 21.10- 00......10/14/09 J- 40.10- 01......10/14/09 ' J- 8c ...................5/20/04 J- 21.15- 00......10/14/09 J- 40.30- 00......1/06/09 J- 8d J- 21.16- 00......10/14/09 J- 75.10- 00......2/10/09 ..................5/20/04 J- 9a ..................4/24/98 J- 21.17- 00......10/14/09 J- 75.20- 00......2/10/09 ' J- 10 ..................7 /18/97 J- 21.20- 00......10/14/09 J- 75.30- 00.......2/10/09 J -11 b J- 22.15- 00......10/14/09 J- 75.40- 00......10/14/09 .................9/02/05 J- 12 ..................2 /10/09 J- 22.16- 00......10/14/09 J- 75.45- 00......10/14/09 ' J- 16a ................3/04/05 J- 28.10- 00......8/07/07 J- 90.10- 00.......2/10/09 J- 16b ................2/10/09 J- 28.22- 00.......8/07/07 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.......2/15/07 110 ' K- 20.40- 00........2/15/07 K- 32.20- 00........2/15/07 K- 60.20 -02 M- 1.60- 01 ......... K- 20.60- 00........2/15/07 M- 1.80- 02 ......... K- 32.40- 00........2/15/07 M- 2.20- 01 .......... K- 60.40 -00 M- 2.40- 01 ......... K- 22.20 - 01......10/12/07 M- 2.60- 01 ......... K- 32.60- 00........2/15/07 M- 3.10- 02......... K- 70.20 -00 M- 3.20- 01 ......... K- 24.20- 00........2/15/07 M- 3.30- 02......... K- 32.80- 00........2/15/07 M- 3.40- 02......... K- 80.10 -00 ' K- 24.40- 01......10/12/07 M -5.10- 01 ......... K- 34.20- 00........2/15/07 K- 80.20 -00 K- 24.60- 00........2/15/07 ' K- 36.20- 00........2/15/07 K- 80.30 -00 ' K- 24.80- 01......10/12/07 K- 26.20- 00........2/15/07 K- 40.20- 00........2/15/07 K- 40.40- 00........2/15/07 K- 80.35 -00 K- 80.37 -00 L- 10.10- 00 ........ 2/21 /07 L- 20.10- 00........ 2/07/07 L- 30.10- 00........ 2/07/07 M- 1.20- 01 ......... 1 /30/07 M- 1.40 - 01 ......... 1 /30/07 M- 1.60- 01 ......... 1 /30/07 M- 1.80- 02 ......... 8/31 /07 M- 2.20- 01 .......... 1 /30/07 M- 2.40- 01 ......... 1 /30/07 M- 2.60- 01 ......... 1 /30/07 M- 3.10- 02......... 2/10/09 M- 3.20- 01 ......... 1 /30/07 M- 3.30- 02......... 2/10/09 M- 3.40- 02......... 2/10/09 M- 3.50- 01 ......... 1 /30/07 M -5.10- 01 ......... 1 /30/07 L- 40.10- 00 ........ 2/21 /07 L- 40.15- 00 ........ 2/21 /07 L- 40.20- 00 ........ 2/21 /07 M- 7.50- 01 ......... 1 /30/07 M- 9.50- 01 ......... 1 /30/07 M- 9.60 - 00 ....... 2/ 10/09 M- 11.10 - 01 ....... 1 /30/07 M- 15.10- 01.......2/06/07 10/ 12/07 M- 17.10 -02 ......... 7/3/08 M- 20.10- 01 ....... 1 /30/07 M- 20.20- 01 ....... 1 /30/07 M-20.30-02 ..... 10/ 14/09 M- 20.40- 01 ....... 1 /30/07 M- 20.50- 01 ....... 1 /30/07 M- 24.20- 01 ....... 5/31 /06 M- 24.40- 01 ....... 5/31 /06 111 .....7/3/08 ...2/15/07 ...2/15/07 ...2/21 /07 .12/20/06 ...2/21 /07 ...2/21 /07 ...2/21 /07 L- 70.10- 01 ....... 5/21 /08 L- 70.20- 01 ....... 5/21 /08 M- 24.60 - 02.......2/06/07 M- 40.10 - 00......9/20/07 M-40.20-00 ... 10/ 12/07 M- 40.30- 00...... 9/20/07 M- 40.40- 00...... 9/20/07 M- 40.50- 00...... 9/20/07 M- 40.60 - 00......9/20/07 M- 60.10- 00...... 9/05/07 M- 60.20- 01...... 2/03/09 M- 65.10- 01......5/21 /08 M- 80.10- 00......6/10/08 M- 80.20- 00......6/10/08 M- 80.30- 00......6/10/08 1 CI I 1 Required Contract Provisions Federal -Aid Construction Contracts Follow this page 113 0 1 h Required Contract Provisions Federal -Aid Construction Contracts FHWA -1273 Electronic Version — March 10, 1994 I. General II. Nondiscrimination III. Nonsegregated Facilities IV. Payment of Predetermined Minimum Wage V. Statements and Payrolls VI. Record of Materials, Supplies, and Labor VII. Subletting or Assigning the Contract VIII. Safety: Accident Prevention IX. False Statements Concerning Highway Projects X. Implementation of Clean Air Act and Federal Water Pollution Control Act XI. Certification Regarding Debarment, Suspension Ineligibility, and Voluntary Exclusion X11. Certification Regarding Use of Contract Funds for Lobbying Attachments A. Employment Preference for Appalachian Contracts (included in Appalachian contracts only) 1 2 6 7 12 14 14 15 16 17 17 21 23 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. 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: Section I, paragraph 2; Section IV, paragraphs 1, 2, 3, 4, and 7; Section V, paragraphs 1 and 2a through 2g. 1 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. Selection of Labor: During the performance of this contract, the contractor shall not: 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. NONDISCRIMINATION (Applicable to all Federal -aid construction contracts and to all related subcontracts of $10,000 or more.) 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 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: "It is the policy of this Company to assure that applicants are employed, and that employees are treated during employment, 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 r_ u 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 contractor's staff who are authorized to hire, supervise, promote, and discharge employees, or who recommend such action, or who are substantially involved in such action, will be made fully cognizant of, and will implement, the contractor's 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. b. All new supervisory or personnel office employees will be given a thorough indoctrination by the EEO Officer, covering all major aspects of the contractor's 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 contractor's procedures for locating and hiring minority group employees. d. Notices and posters setting forth the contractor's EEO policy will be placed in areas readily accessible to employees, applicants for employment and potential employees. e. The contractor's 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. Recruitment: When advertising for employees, the contractor will include in all advertisements for employees the notation: "An Equal Opportunity Employer." All such 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 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. 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. 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 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 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. C. The contractor will advise employees and applicants for employment of available training programs and entrance requirements for each. 0 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. 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 contractor's 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 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. The contractor shall notify all potential subcontractors and suppliers of his /her EEO obligations under this contract. 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 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 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. 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; 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 report training data. NONSEGREGATED FACILITIES (Applicable to all Federal -aid construction contracts and to all related subcontracts of $10,000 or more.) 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 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. 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, ' 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 (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 ' 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 ' 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 ' 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 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 ' 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 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. ' b. Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time ' actually worked therein, provided, that the employer's payroll records 7 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: 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. 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; 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 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. In the event the contractor or subcontractors, as appropriate, the laborers or 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 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 8 r 3. 4. that additional time is necessary. 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. Payment of Fringe Benefits: 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. 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. Apprentices and Trainees (Programs of the U.S. DOL) and Helpers: a. Apprentices: 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 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. 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) 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. 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. 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. 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. 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. I O] 1� r. n 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 ' 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. ' 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. 11 Violation: 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, 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: 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. 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 J d 1 H 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. 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. 13 VII 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. 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. VI. RECORD OF MATERIALS, SUPPLIES, AND LABOR 1. On all Federal -aid contracts on the National Highway System, except those which provide 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: 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 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. SUBLETTING OR ASSIGNING THE CONTRACT 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 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 1 1 1 1 1 1 1 1 1 1 1 Vill 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. 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. 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. SAFETY: ACCIDENT PREVENTION 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 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). 15 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 I 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 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: 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 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 furnished 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. " 16 I r I1 ' 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 sec., 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. ' 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 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) ' 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 ' 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 explanation shall disqualify such a person from participation in this transaction. 17 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 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. 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. 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. The prospective primary participant further agrees by submitting this proposal that it 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. 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. Nothing contained in the foregoing shall be construed to require establishment of a 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. 18 1 fl 1 ri 0 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. 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, 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. 19 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. The terms "covered transaction," "debarred," "suspended," "ineligible," "primary covered transaction," "participant," "person," "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 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. The prospective lower tier participant further agrees by submitting this proposal that 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. 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. Nothing contained in the foregoing shall be construed to require establishment of a 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. 20 C ' i. Except for transactions authorized under paragraph a 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. ' Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion - -Lower 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. 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 $100,000 - 49 CFR 20) ' 1. The prospective participant certifies, by signing and submitting this bid or proposal, to the best of 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, tloan, 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. 21 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. 22 I L 1 ATTACHMENT A - EMPLOYMENT PREFERENCE FOR APPALACHIAN CONTRACTS (Applicable to Appalachian contracts only.) 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 is situated, except: To the extent that qualified persons regularly residing in the area are not available. For the reasonable needs of the contractor to employ supervisory or specially experienced personnel necessary to assure an efficient execution of the contract work. 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 1 c 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. 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 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 required. 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 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 1c 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. 23 AMENDMENT REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS (Exclusive of Appalachian Contracts) Section I, 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: The reference to 49 CFR 23 is revised to read 49 CFR 26. Under Section II, Paragraph 8b is supplemented with the following: 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. Amendment to Form FHWA 1273 Revised March 26, 2009 LI Amendment to Form FHWA 1273 ' Revised March 26, 2009 Under Section II, in accordance with standard specification 1- 08.1(1) and applicable RCWs a new 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. 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 Enhancement projects outside the highway right -of -way.) Under Section IV, Paragraph 2b(4) is deleted. ' 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 ". 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 ". Amendment to Form FHWA 1273 ' Revised March 26, 2009 Under Section V, Paragraph 2b, the first sentence is revised to read: "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 Amendment to Form FHWA 1273 Revised March 26, 2009 3 CONTRACT THIS AGREEMENT, made and entered into in triplicate, this i4' day of c-+06 t-, 2010, by and between the City of Yakima, hereinafter called the Owner, and TTC Construction, LLC, a Limited Liability Company in the State of Washington, hereinafter called the Contractor. WITNESSETH: 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. The Contractor shall do all work and furnish all tools, materials, labor and equipment for THE BID AMOUNT OF:$ 516,447.89, for Coolidge Road Widening and Paving, City Project No. 2217, all in accordance with, and as described in the attached plans and specifications and the 2010 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 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 Forty (40) working days. If work has not commenced within the ten (10) days after the Notice to Proceed, the first chargeable working day shall be the 11th day after the date on which the City issues the Notice to Proceed. ' 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. ' 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. ' ll. 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 t specifications and the schedule of unit or itemized prices hereto attached, at the time and in the manner 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 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 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 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. ' Countersigned: CITY OF YAKIMA CONTRACTOR this ( bbl day of OciobP_ 2010. w a Limited Liability Company ' Contractor \ \ By: -tity Manager ' Attest: �e�G23- (Print Name) r 1 Its: � �) ' Ci C k (President, Owner, etc.) Address: V C) 2So, 3CQS- ' 1Gk�v.,,ua,�►s c,�,-g0i 10!13%2010 16:41 FAT 509 457 2945 'I'fC Construction ltd 0003 %0003 PERFORMANCE BOND BOND TO CITY Or YAKIMA KNOW AU MEN BY THESE PRESENTS- Bond No. BDA710928 T;zatwe,lheunderaignec, TIC Construction, LLC a Yakima Corporation as Principal and M11CO Insurance Company -a a corporation organized and existing under the laws of the State of Iowa as a surety corporation, and qualified under the laws of the State of Washington to become surety upon bonds of contractors with municipal corporaticr,s, as surety, are jointly and severally herd and firmly bound to the CITY OF YAKIbtA ir. the penal sum of $ 516,447.89 for the payment of which sum on demand we bind ourselves and cur successors, heirs, administrators or personal representatives, as the case maybe. This obllgat on is entered into in pursuance of tje statutes of the State of WastangL,n, the Ordinances of the CITY OF YAKIMA. ' DA.TED at Yakima, Washington, this 28�dav of (�--t0ber 20110. Never - the -less, the conditions of the above obligations are such that: WHEREAS, pursuant to action taken by the Yakima City Council on 0--tober 28th, 2010, the City Manager and City Clark of the CITY OF ' YAKIMA has let cr is about to let to the said TTC Construction, LLC ate above bounded- Prindpat, a certain contract, the said contract being numbered 2217 and providing for Cool i.ge Road Widening (which contract is referred to herein ana is made a part hereof as though attached hereto), and. and Paving 'WHEREAS, ;he said Principal has accaptod, or is about to accept, the said contract, and undertake to perform the work therein provided for in the manner and within fire time set forth; ' NOW THEREFORE, if the said TTC Construction, LLC shall faithfully perform all Of the provisions of said contract In the manner and within the time therein set forth, or withtln such extensions of time as may be granted under said contract, and shall pay all laborers, mechanics, sub -connectors 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 YAKIMA. their employees, agents, and elected or appointed a8icials, harmless from any damage occasioned to any person or property by reason of any carelessness or neglicence on the par, of saic principal, or any sub - contractor in the performance of said work and shall indemnify and hold the CITY OF YAKIMA, its employees, agents, and elected or appointed officials, harmless from any damage or expense by reason of failure of pe formance as specified In said contract or from defects appearing or developing in the material or workmanship provide.- 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. Appravo a toto -n: (G . A.acmeyl 1 TTC Construction, LLC {Gonirzc�r) {Print tla:raJ (President. Owner, etc...) AMCO Insurance Company 71 Li. Repp ?nrt Name) Attornev -i_n -Fact Its: im Power of Attorney KNOW ALL MEN BY TI -I ESE PRESENTS That AMCO Insurance Company, a corporation organized under the laws of the State of Iowa, with its principal office in the City of Des Moines, Iowa, hereinafter called "Company ", does hereby make, constitute and appoint GEORGE C. SCHROEDER 11. KEITH MCNALLY CI -IRIS LARSON KATHY GURLEY HEATHER ANDERSON JO ANN MIKKELSEN W. W. WELLER ERIN L. REPP SPOKANE WA each in his individual capacity, its true and lawful ALtorney -In -Fact with full power and authority to sign, seal, and execute in its behalf any and all bonds and undertakings and other obligatory instruments of similar nature (except bonds guaranteeing the payment of principal and interest of notes, mortgage bonds and mortgages) in penalties riot exceeding the sum of ONE MILLION AND NO 1100 DOLLARS ($ 1,000,000.00 ) and to bind the Company thereby, as fully and to the same extent as if'such instruments were signed by the duly authorized oflcers of the Company; and all acts of said Attorney pursuant to the authority hereby given are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the following By -Laws duly adopted by the Board of Directors of the Company. ARTICLE 7 EXECUTION 017 CONTRACTS "Section 7.4 Instruments Issued by the Corporation. Bonds, undertakings, and other obligatory instruments of similar nature, other than insurance policies and insurance endorsements, issued by the Corporation shall be validly executed and binding on the Corporation when signed by the President or a Vice President or by the Attorney(s) -In -Fact appointed by the President or by a Vice President." "Section 7.5 Appointment of Agents. The President or a Vice President shall have the power to appoint agents of the Corporation, or other persons, as Attorney(s) -In -Fact to act on behalf of the Corporation in the execution of bonds, undertakings, and other obligatory instruments of similar nature, other than insurance policies and endorsements, with full power to bind the Corporation by their signature and execution of any such instrument. The appointment of such Attorney(s)-In-F, act shall be accomplished by Powers of Attorney signed by the President or the Vice President." This Power of Attorney is signed and sealed by facsimile under and by the following By -Laws duly adopted by the Board of Directors of the Company. ARTICLE 7 EXECUTION OF CONTRACTS "Section 7.6 Verifications . The Secretary, or any Assistant Secretary, is authorized to certify that any such Power of Attorney signed is validly executed and binding on the Corporation and to certify that any bond, undertaking, or obligatory instrument of similar nature, other than insurance policies and endorsements, to which the Power of Attorney is attached is and shall continue to be a valid and binding obligation of the Corporation, according to its terms, when executed by Attorney(s) -In -Fact appointed by the President or Vice President." "Section 7.7 Use of Corporate Seal. It shall not be necessary to the valid execution and binding effect on the Corporation of any bond, undertaking, or obligatory instrument of similar nature, other than insurance policies and endorsements, signed on behalf of the Corporation by the President or a Vice President, or Attorney(s)-In-Fact appointed by the President or a Vice President, or of any Power of Attorney executed on behalf of the Corporation appointing Attorney(s) -In -Pact to act for the Corporation, or of any certificate to be executed by the Secretary or an Assistant Secretary, as hereinabove in Sections 7.4, 7.5, and 7.6 provided, that the corporate seal be affixed to any such instrument, but the person authorized to sign such instrument may affix the corporate seal. A facsimile corporate seal affixed to any such instrument shall be as effective and binding as the original seal." "Section 7.8 Other Facsimile Signatures. A facsimile signature of the President or of a Vice President affixed to any bond, undertaking, or obligatory instrument of similar nature, other than policies and endorsements, or to a Power of Attorney signed by such President or a Vice President, as herein in Sections 7.4 and 7.5 provided, or a facsimile signature of the Secretary or of an Assistant Secretary to any certificate as herein in Section 7.6 provided, shall be effective and binding upon the Corporation with the same force and effect as the original signatures of any such officers." "Section 7.9 Former Officers. A facsimile signature of a former officer shall be of the same validity as that of an existing officer, when affixed to any insurance policy or insurance endorsement, any bond or undertaking, any Power of Attorney or certificate, as herein in Sections 7.1, 7.2, 7.4, 7.5, and 7.6 provided." IN WITNESS WHEREOF, the Company has caused these presents to be signed by its Vice President and its corporate seal to be hereunto affixed this 29 day of 3,1vE 2008 AMCO INSURANCE COMPANY SEAL- 0 S1'A1'E OF IOWA 1/ 0 By: / f�.� Vice President COUNTY OF FOLK ss 44 - On this 29 day of JUNE 20(�bT before me personally came Brett tJarman, to me known, who, being by me duly sworn, did depose and say that he is Vice President of AMCO Insurance Company, the corporation described in and which executed the above instrument; that he knows the seal of said corporation, that the seal affixed to said instrument is such corporation seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he has signed his name thereto pursuant to like authority, and acknowledged the same to be the act and deed of said corporation. SANDYALITZ Sandy Alilz ffi Co ntrw d=1W?6S Notary Public in ��t t he SL6 e of Iowa �6t7o My caring =km Ewt"M March 2a, 2or1 CERTIFICATE 1, the undersigned, Assistant Secretary of AMCO Insurance Company, a corporation organized under the laws of the State of Iowa, do hereby certify that the foregoing Power of Attorney is still in force, and further certify that Sections 7.4 through 7.9 inclusion of Article 7 of the By -Laws of the Company set forth in said Power of Attorney are still in force. IN TESTIMONY WHEREOF, 1 have subscribed my name and affixed the seal of the company this 28th day of ChvpbEY' 2010 � 20570 /=r • • :` 1 This Power of Attorney expires 0 : SE,� = / Assistant Secretary 06/29/11 Bda 1 (03 -08) 00 ��`�� A 7 1% CERTIFICATE OF LIABILITY INSURANCE DATE 11 /1 /DD/YYYY) „/,/2010 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. 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). PRODUCER Commercial Lines - (509) 248 -7460 Wells Fargo Insurance Services USA, Inc. - CA Lic #: OD08408 1430 North 16th Avenue, Building H Yakima, WA 98902 -1381 CONTACT Julie Shaw NAME: PHONE / . Ext : (509) 853 -4228 FAX No): (509) 248 -9007 E � ADDRESS: Julie.Shaw @wellsfargo.com PRODUCER T-FC04970 CUSTOMER ID : INSURERS AFFORDING COVERAGE NAIC # INSURED TTC Construction, LLC INSURER A: North Pacific Insurance Co 23892 INSURER B $ 1,000,000 INSURER C $ 100,000 PO Box 365 INSURER D: INSURER E Yakima, WA 98907 INSURER F: $ 5,000 PERSONAL & ADV INJURY ' COVERAGES rFRTIFIrATF NIIMRFR• -l"0454 RFVI-RlnN NIIMRFR• See below THIS IS TO C ERTIFY THAT 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. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL SUBR POLICY NUMBER POLICY EFF MM /DD/YYYY POLICY EXP MM /DD/YYYY LIMITS A GENERAL LIABILITY X COMMERCIAL ENERAL LIABILITY G X 008174417 10/18/2010 10/18/2011 EACH OCCURRENCE $ 1,000,000 DAMAGE TO RENTED PREMISES Ea occurrence $ 100,000 CLAIMS -MADE PX-1 OCCUR MED EXP (Any one person) $ 5,000 PERSONAL & ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP /OP AGG $ 2,000,000 POLICY X P'0. LOC $ A AUTOMOBILE LIABILITY C08174417 10/18/2010 10/18/2011 COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 X ANY AUTO BODILY INJURY (Per person) $ ALL OWNED AUTOS BODILY INJURY (Per accident) $ SCHEDULED AUTOS HIRED AUTOS PROPERTY DAMAGE (Per accident) $ $ NON -OWNED AUTOS A X UMBRELLA LAB X OCCUR C08174417 10/18/2010 10/18/2011 EACH OCCURRENCE $ 1,000,000 AGGREGATE $ 1,000,000 EXCESS LAB CLAIMS -MADE DEDUCTIBLE $ $ RETENTION $ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? ❑ N / A C08174417 Stop Gap EL Only 10/18/2010 10/18/2011 WC STA IU- X OTH- TORY E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS I VEHICLES (Attach ACORD 101, Additional Remarks Schedule, If more space Is required) RE:City of Yakima, Coolidge Road Widening & Paving City Project No. 2217. The City of Yakima, their agents, employees, and elected and appointed officials are additional insured under general liability if required by written contract. 10 Days Notice of Cancellation due to Non - payment of Premium. 45 Days Notice for all other reasons. 1 CERTIFICATE HOLDER rANrFI 1 ATInN (This certificate replaces certificate# 1995446 issued on 11/1/2010) @ 1988 -2009 ACORD CORPORATION. All rights reserved. ACORD 25 (2009/09) The ACORD name and logo are registered marks of ACORD SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Yakima THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 129 N. 2nd Street Yakima, WA 98901 AUTHORIZED REPRESENTATIVE (This certificate replaces certificate# 1995446 issued on 11/1/2010) @ 1988 -2009 ACORD CORPORATION. All rights reserved. ACORD 25 (2009/09) The ACORD name and logo are registered marks of ACORD ,MMERCIAL GENERAL LIABILITY CG 84 16 12 03 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ' GENERAL LIABILITY MASTER PAK PLUS ' FOR CONSTRUCTION This endorsement modifies insurance provided under the following: ' COMMERCIAL GENERAL LIABILITY COVERAGE PART INDEX ' r--� -- PAGE SUBJECT BLANKET ADDITIONAL INSURED (OWNERS, LESSEES, CONTRACTORS OR LESSORS) 2 ' o FIRE, LIGHTNING, EXPLOSION AND SPRINKLER LEAKAGE DAMAGE TO PREMISES YOU RENT 3 s ' `T^ NON -OWNED WATERCRAFT 4 SUPPLEMENTARY PAYMENTS (BAIL BONDS) 4 ' PERSONAL AND ADVERTISING INJURY - ELECTRONIC PUBLICATION EXTENSION 5 N AGGREGATE LIMITS (PER LOCATION) 5 ' AGGREGATE LIMITS (PERPROJECT) 5 VOLUNTARY PROPERTY DAMAGE COVERAGE 6 tOFF PREMISES CARE, CUSTODY OR CONTROL COVERAGE 6 NEWLY FORMED OR ACQUIRED ORGANIZATIONS 7 ' DUTIES IN THE EVENT OF OCCURRENCE, OFFENSE, CLAIM OR SUIT 7 BODILY INJURY (MENTAL ANGUISH) 8 ' e WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS 8 ' MEDICAL PAYMENTS 8 BROAD NAMED INSURED 8 ' BROADENED MOBILE EQUIPMENT' 8 INCIDENTAL MALPRACTICE LIABILITY 8 ' NON -OWNED AIRCRAFT 9 PROPERTY DAMAGE - ELEVATORS 9 ' Includes copyrighted material of ISO Properties., Inc., with its permission. CG 84 16 12 03 o ISO Properties, Inc., 21303 Page I of 9 1. BLANKET ADDITIONAL IN HD (Owners, Lessees, Contractors or L, )rs) (Includes a Primary /Non- Contributory provision) Who Is An Insured Section II is amended to include as an insured any person or organization whom you are required to name as an additional insured on this policy in a written contract or written agreement. The written contract or written agreement must be currently In effect or becoming effective during the term of this policy and executed prior to the "bodily injury," "property damage" or "personal and advertising injury." The insurance provided the additional insured is limited as follows: A. The person or organization is only an additional Insured with respect to liability: 1. Arising out of real property, as described in a written contract or written agreement, that you own, rent, lease, or occupy; or 2. Caused in whole or in part by your ongoing operations performed for that insured. The insurance provided the additional insured in 1.A.2. above does not apply to: a. Coverage A - Bodily Injury and Property Damage Liability, Coverage B - Personal and Ad- vertising Injury Liability or defense coverage under the Supplementary Payments arising out of an architect's, engineer's or surveyor's rendering of or failure to render any professional services including: (1) The preparing, approving, or failing to prepare or approve maps, shop drawings, opin- ions, reports, surveys, field orders, change orders or drawings and specifications; and (2) Supervisory, inspection, architectural or engineering activities, b. "Bodily injury" or "property damage" occurring after: (1) All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) were performed by or on behalf of the additional insured(s) at the site where the covered operations have been completed; or (2) That portion of "your work" out of which the Injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontrac- tor engaged in performing operations for a principal as part of the same project. 0 B. The limits of insurance applicable to the additional insured are those specified in a written contract or written agreement or the limits of Insurance as stated in the Declarations of this policy and defined in Section III - Limits Of Insurance of this policy, whichever are less. These limits are inclusive of and not in addition to the limits of insurance available under this policy. C. The insurance provided the additional insured does not apply to the liability resulting from the sole negligence of the additional insured. Includes copyrighted material of ISO Properties., Inc., with its permission. CG 84 16 1203 m ISO Properties, Inc., 2003 Page 2 of 9 D. As respects the coverE ..provided to the additional insured ui ,r this endorsement, Section IV- Conditions is amended as follows: The following is added to Condition 2. Duties In The Event Of Occurrence, Offense, Claim, or Suit: An additional insured under this endorsement will as soon as practicable: a. Give written notice of an "occurrence" or an offense, that may result in a.claim or "suit" under this insurance to us; b. Tender the defense and indemnity of any claim or "suit" to all Insurers whom also have insurance available to the additional insured; and c. Agree to make available any other insurance which the additional insured has for a loss �— we cover under this Coverage Part, 2. The following is added to Condition 3. Legal Action Against Us: We have no duty to defend or indemnify an additional insured under this endorsement until we e receive written notice of a claim or "suit" from the additional insured. s 3. The following is added to Paragraph a., Primary Insurance of Condition 4. Other Insurance: If the additional insured's policy has an Other Insurance provision making its policy excess, and a Named Insured has agreed in a written contract or written agreement to provide the .additional insured coverage on a primary and noncontributory basis, this policy shall be primary and we will not seek contribution from the additional Insured's policy for damages we cover. 4. The following is added to Paragraph b., Excess Insurance of Condition 4. Other Insurance: Except as provided in Paragraph 4.a. Primary Insurance as amended above, any coverage provided hereunder shall be excess over any other valid and collectible insurance available to the additional insured whether primary, excess, contingent or on any other basis. In the event an additional insured has other coverage available for an "occurrence" by virtue of also being an additional insured on other policies, this insurance is excess over those other policies. 2. FIRE, LIGHTNING, EXPLOSION AND SPRINKLER LEAKAGE DAMAGE TO PREMISES YOU RENT If Damage To Premises Rented To You under Coverage A Is not otherwise excluded from this policy, the following applies: A. The last paragraph of 2. Exclusions of Section I -Coverage A is replaced by the followi °ng: If Damage To Premises Rented To You is not otherwise excluded, Exclusions c. through n. do not apply to damage by fire, Lightning, "explosion" or sprinkler leakage to premises while rented to you or temporarily occupied by you with permission of the owner. A separate limit of Insurance applies to this coverage as described in Section 111 - Limits Of Insurance. Includes copyrighted material of ISO Properties., Inc., with its permission. CG 84 16 12 03 © ISO Properties, Inc., 2003 Page 3 of 9 B. Paragraph 6. of St on III - Limits Of Insurance is replaced b� a following: 6. Subject to 5. above, the higher of $300,000 or the Damage To Premises Rented To You Limit ' shown in the Summary of Limits and Charges section of this policy is the most we will pay under Coverage A for damages because of "property damage" to premises rented to you or ' temporarily occupied by you with the permission of the owner arising out of any one fire, lightning, "explosion" or sprinkler leakage incident. C. Paragraph b.(1)(b) of Condition 4. Other Insurance (Section IV - Conditions) is replaced by the ' following: fl) That is Fire, Lightning, Explosion or Sprinkler Leakage insurance for premises rented to you or I temporarily occupied by you with the permission of the owner; D. Paragraph 9.a. of the definition of "insured contract" in Section V- Definitions is replaced by the*, following: 9. "Insured contract" means: a. A contract for the lease of premises. However, that portion of the contract for a lease of premises that indemnifies any person or organization for damages by fire, lightning, "explosion" or sprinkler leakage to premises while rented to you or temporarily occupied by you with the permission of the owner is not an "insured contract "; E. The following definition is added to Section V -Definitions: "Explosion" means a sudden release of expanding pressure accompanied by a noise, a bursting forth of material and evidence of the scattering of debris to locations further than would have resulted by gravity alone. "Explosion" does not include any of the following: 1. Artificially generated electrical current including electrical arcing that disturbs electrical devices, appliances orwires; 2. Rupture or bursting of water pipes; 3. Explosion of steam boilers, steam pipes, steam engines or steam turbines owned or leased by you, or operated under your control; or 4. Rupture or bursting caused by centrifugal force. 3. NON -OWNED WATERCRAFT Subparagraph g.(2) of Paragraph 2., Exclusions of Section I - Coverage A is replaced by the following: (2) A watercraft you do not own that is: (a) Less than 51 feet long; and (b) Not being used to carry persons or property for a charge; 4. SUPPLEMENTARY PAYMENTS In the Supplementary Payments - Coverages A and 8 provision: The limit for the cost of bail bonds in Paragraph 1.b. is changed from $250 to $1000. Includes copyrighted material of ISO Properties., Inc., with its permission. CG 64 16 12 03 © ISO Properties, Inc., 2003 Page 4 of 9 I 5. PERSONAL AND ADVERTIS A INJURY -ELECTRONIC PUBLICATION.. .-TENSION Paragraphs 14.b., d. and e. of Section V- Definitions are replaced by the following: b. Malicious prosecution or abuse of process; d. Oral, written, televised, videotaped or electronic publication of material that slanders or libels a person or organization or disparages a person's or organization's goods, products or services; e. Oral, written, televised, videotaped or electronic publication of material that violates a person's right of privacy; The following is added to Paragraph 14. "Personal and Advertising Injury" of Section V- Definitions: h. Discrimination or humiliation that results in injury to the feelings or reputation of a natural person, but only if such discrimination or humiliation is: (1) Not done intentionally by or at the direction of: (a) An insured; or (b) Any "executive officer" director, stockholder, partner or member of the insured; and 8 t ' (2) Not directly or indirectly related to the employment, prospective employment or termination of employment of any person or persons by any insured. Subparagraphs b. and c. of 2., Exclusions of Section I - Coverage B - Personal And Advertising Injury ' N Liability are replaced by the following: b. Material Published With Knowledge Of Falsity ' "Personal and advertising injury" arising out of oral, written, televised, videotaped or electronic publication of material, if done by or at the direction of the insured with knowledge of its falsity; c. Material Published Prior To Policy Period "Personal and advertising injury" arising out of oral, written, televised, videotaped or electronic publication of material whose first publication took place before the beginning of the policy pe- riod; 6. AGGREGATE LIMITS OF INSURANCE (PER LOCATION) The General Aggregate Limit under Section III Limits Of Insurance applies separately to each of your "locations" owned by or rented to you or temporarily occupied by you with the permission of the owner. "Location" means premises .involving the same or connecting lots, or premises whose connection is interrupted only by a street, roadway, waterway or right -of -way of a railroad. 7. AGGREGATE LIMITS OF INSURANCE (PER PROJECTI The General Aggregate Limit under Section III Limits Of Insurance applies separately to each of your projects away from, premises owned by or rented to you. ' Includes copyrighted material of ISO Properties., Inc., with its permission. CG 84 16 12 03 © ISO Properties, Inc., 2003 Page 5 of 9 i 8. VOLUNTARY PROPERTY D�..AAGE COVERAGE At your request, we will pay for "loss" to property of others caused by your business operations. The most we will pay for this coverage is $500 each "occurrence." The "loss" must occur during the policy period, The "occurrence" must take place in the "coverage territory ". "Loss" means unintended damage or destruction. "Loss" does not mean disappearance, abstraction or theft. This coverage does not apply to: 1. Damage arising out of the use of any "auto "; 2. Property you own, occupy, rent or lease from others; or 3. Property on your premises for sale, service, repair or storage. None of the other policy exclusions apply to this coverage. If the policy to which this endorsement is attached is written with a property damage liability deductible, the deductible shall apply to Voluntary Property Damage. The limit of coverage stated above shall not be reduced by the amount of this deductible. 9. OFF PREMISES CARE, CUSTODY OR CONTROL COVERAGE A. We will pay those sums that you become legally obligated to pay as damages because of "property damage" to personal property of others while In your or your "employees" care, custody or control or real property of others over which you or your "employees" are exercising physical control if the +'property damage" arises out of your business operations. This Coverage is subject to sections B., C., D. and E. below. B. Exclusions This insurance shall not apply to: 1. "Property damage" of property at premises owned, rented, leased, operated or used by you; 2. "Property damage" of property while in transit; 3. The cost.of repairing or replacing (a) Any of your work defectively or incorrectly done by you or by others on your behalf; or (b) Any product manufactured, sold or supplied by you, unless the "property damage" is caused directly by you after delivery of the product or completion of the work and resulting from a subsequent undertaking; or 4. "Property damage" of property caused by or arising out of the "Products- completed operations hazard ". C. Limits Of Insurance - The most we will pay for "property damage" under this Section 9. is $25,000 for each "occurrence ". The most we will pay for the sum of all damages covered under this Section 9. ° .because of "property damage" is an annual aggregate limit of $25,000. The Limits of Insurance provided under this Section 9. are inclusive of and not in addition to any other limits provided in the policy or endorsements attached to it. D. Deductible - We will not pay for "pro.perty damage" in any one "occurrence" until the amount of "property damage" exceeds $250. If the policy to which this endorsement is attached contains a "property damage" deductible, that deductible shall apply if it Is greater than $250. E. In the event of "property damage" covered by this endorsement, you shall, if requested by us, replace the property or furnish the labor and materials necessary for repairs thereto at your actual cost, excluding profit or overhead charges. Includes copyrighted material of ISO Properties., Inc., with its permission. CG 84 16 12 03 © ISO Properties, Inc., 2003 Page 6 of 9 10. NEWLY. FORMED OR ACOL .:D ORGANIZATIONS A. In Paragraph 4. of Section 11- Who Is An Insured is deleted and replaced by the following: 4. Any business entity acquired by you or incorporated or organized by you under the .laws of any individual state of the United States of America_;over which you maintain majority ownership interest exceeding fifty percent. Such acquired or newly formed organization will qualify as a Named Insured if there Is no similar insurance available to that entity. However: a. Coverage under this provision applies only until the expiration of the policy period in which the entity was acquired or incorporated or organized by you. b. Coverage A does not apply to "bodily injury" or "property damage" that occurred before the entity was acquired or incorporated or organized by you. c. Coverage B does not apply to "personal and advertising injury" arising out of an offense committed before the entity was acquired or incorporated or organized by you. d. Records and descriptions of operations must be maintained by the first Named Insured. B. This Section 10. does not apply to newly formed or acquired organizations if coverage is s excluded either by provisions of the Coverage Part or by other endorsement(s) attached to it. 11. DUTIES IN THE EVENT OF OCCURRENCE, OFFENSE, CLAIM OR SUIT A. The requirements in Section IV - Conditions, Paragraph 2.a., that you must see to it that we are notified of an "occurrence" applies only when the "occurrence" is known to: 1. You, If you are an individual; 2. A partner, if you are a partnership; 3. A member or manager, if you are a limited liability company; 4. An executive officer or designee, If you are a corporation; 5. A trustee, if you are a trust; or 6. A designee, if you are any other type of organization. B. The requirements in Section IV - Conditions Paragraph 2.b. that you must see to it that we receive written notice of a claim or "suit" will not be considered breached unless the breach occurs after such claim or "suit" is known to: 1. You, if you are an individual; 2. A partner, if you are a partnership; -3. A member or manager if you are a limited liability company; 4. An executive officer or designee, if you are a corporation. S. A trustee, if you are a trust; or 6. A designee; if you are any other type of organization. Knowledge of an 'occurrence," claim or "suit" by the agent, servant or "employee" of any insured shall not in itself constitute knowledge of the insured unless an officer or designee shall have received notice from its agent, servant or "employee ". Includes copyrighted material of ISO Properties., Inc., with its permission. CG 84 16 12 03 0 ISO Properties, Inc., 2003 Page 7 of 9 12. BODtLY INJURY - Paragraph 3. of the definition of "bodily injury" in the Section V - Definitions is replaced by the following: 3. "Bodily injury" means bodily injury, sickness or disease sustained by a person, Including mental anguish or death resulting from any of these at any time. 13. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS We have the right to recover our payments from anyone liable for an Injury covered by this policy. We will not enforce our right against any person or organization for whom you perform work under a written contract that requires you to obtain this agreement from us. This agreement shall not operate directly or indirectly to benefit anyone not named in the agreement. 14. MEDICAL PAYMENTS If Coverage C Medical Payments is not otherwise excluded, the Medical Expense Limit provided by this policy shall be the greater of: A. $10,000; or B. The amount shown in the Declarations. 15. BROAD NAMED INSURED Paragraph 2.a.(1)(d) of Section 11- Who Is An Insured is replaced by the following: . (d) Arising out of his or her providing or failing to provide professional health care services. However, this exclusion does not apply to nurses, emergency medical technicians or paramedics who are employed by you to provide medical or paramedical services to your employees. 16. BROADENED MOBILE EQUIPMENT Paragraph 12.f.(1) of Section V - Definitions is replaced by the following: (1) Equipment designed primarily for: (a) Snow removal; (b) Road maintenance, but not construction or resurfacing; or (c) Street cleaning provided that vehicles have a Gross Vehicle Weight of 1,000 pounds or great- er; 17. INCIDENTAL MALPRACTICE LIABILITY Paragraph 3. of Section V - Definitions is replaced by the following: 3. "Bodily injury" means bodily injury, sickness, disease or "incidental medical malpractice" sus- tained by a person, including mental anguish or death resulting from any of these at any time. The following is added to Section V - Definitions: 23. "Incidental medical malpractice" means Injury arising out of the negligent rendering or failure to render medical or paramedical services to persons by any physician, dentist, nurse, emergency medical technician or paramedic who Is employed by you to provide such services provided you are not engaged in the business or occupation of providing any services referred to in this defini- tion. Includes copyrighted material of ISO Properties., Inc., with its permission. ' CG 84 16 12 03 o ISO Properties, Inc., 2003 Page 8 of 9 ' 18. NON -OWNED A4RCRAFT The following is added to Subparagraph g, of 2., Exclusions of Section I - Coverage A Bodily Injury And Property Damage Liability: (6) an aircraft with a paid crew, that is hired, chartered;or loaned but is not owned by any Insured. ' 19. PROPERTY DAMAGE, ELEVATORS The following is added to Subparagraph j. of 2., Exclusions of Section I - Coverage A Bodily Injury And �---- Property Damage Liability: Paragraphs (3) and (4) of this exclusion do not apply to the use of elevators. All other terms and conditions of your policy remain unchanged. D A l 7 CO ' C ' Includes copyrighted material of ISO Properties., Inc., with its permission. CG 84 16 12 03 ® ISO Properties, Inc., 2003 Page 9 of 9 i MINIMUM WAGE AFFIDAVIT ' 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. Contractor Subscribed and sworn to before me on this day of 201 Notary Public in and for the State of Washington residing at 1 ' 123 PREVAILING WAGE RATES ' 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. ' In as much 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 Telephone: 360- 902 -5335 I 1 125 General Decision Number: WA100001 08/06/2010 WA1 Superseded General Decision Number: WA20080001 State: Washington Construction Type: Highway Counties: Washington Statewide. HIGHWAY (Excludes D.O.E. Hanford Site in Benton and Franklin Counties) Modification Number Publication Date 0 03/12/2010 1 03/19/2010 2 04/16/2010 3 07/02/2010 4 07/30/2010 5 08/06/2010 CARP0001 -008 09/01/2009 Rates Fringes Carpenters: COLUMBIA RIVER AREA - ADAMS, BENTON, COLUMBIA, DOUGLAS (EAST OF THE 120TH MERIDIAN), FERRY, FRANKLIN, GRANT, OKANOGAN (EAST OF THE 120TH MERIDIAN) AND WALLA WALLA COUNTIES GROUP 1 :...................$ 27.73 10.56 GROUP 2: ................... $ 29.73 10.56 GROUP 3 ....................$ 28.00 10.56 GROUP 4 :...................$ 27.73 10.56 GROUP 5 :...................$ 63.50 10.56 GROUP 6 ....................$ 30.75 10.56 GROUP 7 ....................$ 31.75 10.56 GROUP 8 ....................$ 28.00 10.56 GROUP 9 ....................$ 33.75 10.56 126 I 0 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: 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 GROUP 5: Diver Wet GROUP 6: Diver Tender, Manifold Operator, ROV Operator 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). 127 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 a chemical "splash suit ". LEVEL A +$1.00 per hour - This level utilizes a fully encapsulated suit with a self - contained breathing apparatus or a supplied air line. ---------------------------------------------------------- - - - - -- 128 CARP0003 =006 06/01/2007 SOUTHWEST WASHINGTON: CLARK, COWLITZ, KLICKITAT, LEWIS(Piledriver only), PACIFIC (South of a straight line made by extending the north boundary line of Wahkiakum County west to Willapa Bay to the Pacific Ocean), SKAMANIA AND WAHKIAKUM COUNTIES and INCLUDES THE ENTIRE PENINSULA WEST OF WILLAPA BAY SEE ZONE DESCRIPTION FOR CITIES BASE POINTS ZONE 1: Rates Carpenters: CARPENTERS ..................$ 27.56 DIVERS TENDERS ..............$ 30.28 DIVERS ......................$ 68.84 DRYWALL .....................$ 27.56 MILLWRIGHTS .................$ 28.04 PILEDRIVERS .................$ 28.04 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 - $0.85 Zone 3 - 1.25 Zone 4 - 1.70 Zone 5 - 2.00 Zone 6 - 3.00 129 Fringes 13.30 13.30 13.30 13.30 13.30 13.30 BASEPOINTS: ASTORIA, LONGVIEW, PORTLAND, THE DALLES, AND VANCOUVER, (NOTE: All dispatches for Washington State Counties: Cowlitz, Wahkiakum and Pacific shall be from Longview Local #1707 and mileage shall be computed from that point.) ZONE 1: Projects located within 30 miles of the respective city hall of the above mentioned cities ZONE 2: Projects located more than 30 miles and less than 40 miles of the respective city of the above mentioned cities ZONE 3: Projects located more than 40 miles and less than 50 miles of the respective city of the above mentioned cities ZONE 4: Projects located more than 50 miles and less than 60 miles of the respective city of the above mentioned cities. ZONE 5: Projects located more than 60 miles and less than 70 miles of the respective city of the above mentioned cities ZONE 6: Projects located more than 70 miles of the respected city of the above mentioned cities CARP0770 -003 06/01/2009 130 Rates Fringes Carpenters: CENTRAL WASHINGTON: CHELAN, DOUGLAS (WEST OF THE 120TH MERIDIAN), KITTITAS, OKANOGAN (WEST OF THE 120TH MERIDIAN) AND YAKIMA COUNTIES CARPENTERS ON CREOSOTE MATERIAL ...................$ 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 11.97 130 7 ' (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 ---------------------------------------------------------- - - - - -- k 1 131 CARP0770 -006 06/01/2009 Rates Fringes Carpenters: WESTERN WASHINGTON: CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS (excludes piledrivers only), 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 BRIDGE CARPENTERS .......... $ 35.39 13.08 CARPENTERS ON CREOSOTE MATERIAL ...................$ 35.49 13.08 CARPENTERS .................$ 35.39 13.08 DIVERS TENDER ..............$ 39.15 13.08 DIVERS .....................$ 87.20 13.08 MILLWRIGHT AND MACHINE ERECTORS ...................$ 36.39 13.08 PILEDRIVER, DRIVING, PULLING, CUTTING, PLACING COLLARS, SETTING, WELDING OR CRESOTE TREATED MATERIAL, ALL PILING ....... $ 35.59 13.08 (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 132 11 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 $1.50 /hour ELEC0046 -001 06/01/2009 CALLAM, JEFFERSON, KING AND KITSAP COUNTIES Rates Fringes CABLE SPLICER ....................$ 44.89 3% +15.71 ELECTRICIAN ......................$ 40.81 3% +15.71 ---------------------------------------------------------------- * ELEC0048 -003 01/01/2010 CLARK, KLICKITAT AND SKAMANIA COUNTIES Rates Fringes CABLE SPLICER ....................$ 39.66 $16.58 ELECTRICIAN ......................$ 36.05 $16.58 HOURLY ZONE PAY: 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 $9.00 /hour *These are not miles driven. Zones are based on Delorrne Street Atlas USA 2006 plus. ---------------------------------------------------------- - - - - -- 133 ELEC0073 -001 01/01/2010 ADAMS, FERRY, LINCOLN, PEND OREILLE, SPOKANE, STEVENS, WHITMAN COUNTIES Rates Fringes CABLE SPLICER ....................$ 28.62 3% +12.98 ELECTRICIAN ......................$ 28.37 13.98 ---------------------------------------------------------------- ELEC0076 -002 09/01/2009 GRAYS HARBOR, LEWIS, MASON, PACIFIC, PIERCE, AND THURSTON COUNTIES Rates Fringes CABLE SPLICER ....................$ 38.32 3% +16.45 ELECTRICIAN ......................$ 34.84 30 +16.40 ---------------------------------------------------------------- * ELEC0112 -005 07/01/2010 ASOTIN, BENTON, COLUMBIA, FRANKLIN, GARFIELD, KITTITAS, WALLA WALLA, YAKIMA COUNTIES 134 Rates Fringes CABLE SPLICER ....................$ 36.70 3% +13.73 ELECTRICIAN ......................$ 35.20 3% +14.23 ---------------------------------------------------------------- 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 - - - - -- 134 F ELEC0191 -004 03/01/2008 CHELAN, DOUGLAS, GRANT AND OKANOGAN COUNTIES Rates Fringes CABLE SPLICER ....................$ 32.46 3% +12.81 ELECTRICIAN ......................$ 29.51 3% +12.81 ---------------------------------------------------------------- ELEC0970 -001 01/01/2009 COWLITZ AND WAHKIAKUM COUNTY IRates Fringes CABLE SPLICER ....................$ 34.68 3% +9.59 ELECTRICIAN ......................$ - 31_53 - -- -- - - - -3% +959 1 ------------------- - - - - -- -- - - - - -- ENGI0302 -003 06/01/2009 ' 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 ' SHOWN BELOW) Zone 1 (0 -25 radius miles): Rates Power equipment operators: Group 1A ...................$ 35.79 Group 1AA ..................$ 36.36 Group 1AAA .................$ 36.92 Group 1 .....................$ 35.24 Group 2 .....................$ 34.75 Group 3 .....................$ 34.33 Group 4 .....................$ 31.97 Zone Differential (Add to Zone 1 rates): Zone 2 (26 -45 radius miles) - $1.00 Zone 3 (Over 45 radius miles) - $1.30 Fringes 15.15 15.15 15.15 15.15 15.15 15.15 15.15 BASEPOINTS: Aberdeen, Bellingham, Bremerton, Everett, Kent, Mount Vernon, Port Angeles, Port Townsend, Seattle, Shelton, Wenatchee, Yakima POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1AAA - Cranes -over 300 tons, or 300 ft of boom (including jib with attachments) 135 GROUP 1AA - 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 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 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; 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 under 136 rGROUP 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 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. Ci 1 1 137 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 H -4 Class Class "B" "A" Suit Suit - Base - Base wage rate wage rate plus plus $ .50 per hour. $ per hour. .75 Ci 1 1 137 ---------------------------------------------------------------- * ENGI0370 -002 06/01/2010 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 1A ...................$ 23.21 11.05 GROUP 1 .....................$ 24.26 11.55 GROUP 2 .....................$ 24.58 11.55 GROUP 3 .....................$ 25.19 11.55 GROUP 4 .....................$ 25.35 11.55 GROUP 5 .....................$ 25.51 11.55 GROUP 6 .....................$ 25.79 11.55 GROUP 7 .....................$ 26.06 11.55 GROUP 8 .....................$ 27.16 11.55 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 138 GROUP 2: A -frame Truck (single drum); Assistant Refrigeration n 1 139 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 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 - 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 n 1 139 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); 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 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) 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 140 1 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 $1.00 an hour above classification. ---------------------------------------------------------------- 1 141 ENGI0612 -006 06/01/2009 LEWIS,PIERCE, PACIFIC (portion lying north of a parallel line extending west from the northern boundary of Wahkaikum County to the sea) AND THURSTON COUNTIES ON PROJECTS DESCRIBED IN FOOTNOTE A BELOW, THE RATE FOR EACH GROUP SHALL BE 90% OF THE BASE RATE PLUS FULL FRINGE BENEFITS. ON ALL OTHER WORK, THE FOLLOWING RATES APPLY. Zone 1 (0 -25 radius miles): Rates Fringes Power equipment operators: GROUP 1A ...................$ 35.79 15.15 GROUP JAA ..................$ 36.36 15.15 GROUP 1AAA .................$ 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) _ $ .70 Zone 3 (Over 45 radius miles) - $1.00 BASEPOINTS: CENTRALIA, OLYMPIA, TACOMA POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1 AAA - Cranes -over 300 tons or 300 ft of boom (including jib with attachments) GROUP 1AA - Cranes- 200 tonsto 300 tons, or 250 ft of boom (including jib with attachments; Tower crane over 175 ft in height, bas to boom 142 it I 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 143 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 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. 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. 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 Rates Power equipment operators: (See Footnote A) GROUP 1 .....................$ 37.27 GROUP 1A ....................$ 39.13 GROUP 13 ....................$ 41.00 GROUP 2 .....................$ 35.64 GROUP 3 .....................$ 34.64 GROUP 4 .....................$ 33.71 GROUP 5 .....................$ 32.60 GROUP 6 .....................$ 29.61 Zone Differential (add to Zone 1 rates): 144 Fringes 11.50 11.50 11.50 11.50 11.50 11.50 11.50 11.50 C ' 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: ' 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 projects 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. ' 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 1 145 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, Dll, 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: Shovel, Dragline, Clamshell operators 3 cu. yds. but less than 5 cu yds. 146 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 Clamshelll, 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 ' Filling Machine Operator; REMOTE CONTROL: Concrete Cleaning Decontamination Machine Operator; Ultra High Pressure Water Jet Cutting Tool System Operator /Mechanic; Vacuum Blasting ' Machine Operator /mechanic; REPAIRMEN, HEAVY DUTY: Diesel Electric Engineer (Plant or Floating; Bolt Threading Machine operator; Drill Doctor (Bit Grinder); H.D. ' 147 Mechanic; Machine Tool Operator; RUBBER -TIRED SCRAPERS: 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; Self Loading, paddle wheel, auger type 15 cu. yds. and over, single engine; Water pulls, water wagons; SHOVEL, DRAGLINE, CLAMSHELL, SKOOPER OPERATOR: Diesel Electric 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 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; TRENCHING MACHINE: Trenching Machine operator, digging capacity over 3 ft depth; Back filling machine operator; TUNNEL: Mucking machine operator GROUP 5: ASPHALT: Extrusion Machine Operator; Roller Operator (any asphalt mix); Asphalt Burner and Reconditioner Operator (any type); Roto -Mill, pavement 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 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 type); Pavement Grinder and /or Grooving Machine Operator (riding type); Cement Pump Operator, Fuller - Kenyon and similar; Concrete Pump Operator; Grouting Machine Operator; 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 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; 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; CRANE: Helicopter Hoist Operator; Hoist Operator, single drum; Elevator Operator; A -frame Truck Operator, Double drum; Boom Truck Operator; HYDRAULIC CRANE OPERATOR: 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 robotic; HYDRAULIC HOES EXCAVATORS: Hydraulic Backhoe Operator, wheel type (Ford, John Deere, Case type); Hydraulic Backhoe Operator track type up to and including 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); 148 ' 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; 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; 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 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 ' 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 ---------------------------------------------------------------- IRON0014 -005 07/01/2009 tADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND ORIELLE, SPOKANE, 149 STEVENS, WALLA WALLA AND WHITMAN COUNTIES Rates Fringes IRONWORKER .......................$ 30.79 17.40 ---------------------------------------------------------------- IRON0029 -002 07/01/2010 CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA, AND WAHKAIKUM COUNTIES Rates Fringes IRONWORKER .......................$ 33.62 21.10 ---------------------------------------------------------------- IRON0086 -002 07/01/2010 YAKIMA, KITTITAS AND CHELAN COUNTIES Rates Fringes IRONWORKER .......................$ 31.09 21.10 ---------------------------------------------------------------- IRON0086 -004 07/01/2010 CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PIERCE, SKAGIT, SNOHOMISH, THURSTON, AND WHATCOM COUNTIES Rates Fringes IRONWORKER .......................$ 37.67 21.10 ---------------------------------------------------------- - - - - -- 150 C LABO0001 -002 06/01/2009 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 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 LABORERS CLASSIFICATIONS 151 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 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: utilizes a fully encapsulated suit with a self - contained breathing apparatus or a supplied air line). ---------------------------------------------------------- - - - - -- 152 n r 0 LAB00238 -004 06/01/2010 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 Laborers: ZONE 1: GROUP 1 ....................$ 20.76 GROUP 2 ....................$ 22.86 GROUP 3 ....................$ 23.13 GROUP 4 ....................$ 23.40 GROUP 5 ....................$ 23.68 GROUP 6 ....................$ 24.85 Zone Differential (Add to Zone 1 rate): $2.00 BASE POINTS: Spokane, Pasco, Lewiston Fringes 9.40 9.40 9.40 9.40 9.40 8.75 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 GROUP 3: Aspaalt Raker; Asphalt Roller, walking; Cement 153 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 154 r rLABO0238 -006 06/01/2009 r COUNTIES EAST OF THE 120TH MERIDIAN: CHELAN, COLUMBIA, DOUGLAS, FERRY, ADAMS, ASOTIN, BENTON, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND OREILLE, STEVENS, SPOKANE, WALLA WALLA, WHITMAN r Rates Fringes r Hod Carrier ......................$ 24.10 8.75 ---------------------------------------------------------------- LAB00335 -001 06/01/2010 rCLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH OF A STRAIGHT LINE MADE'BY EXTENDING THE NORTH BOUNDARY LINE OF WAHKIAKUM COUNTY rWEST TO THE PACIFIC OCEAN), SKAMANIA AND WAHKIAKUM COUNTIES Rates Fringes rLaborers: ZONE 1: GROUP 1 .....................$ 27.51 10.15 r GROUP 2 ....................$ 28.11 10.15 GROUP. 3 .............. ..$ 28.55 10.15 GROUP 4 ....................$ 28.93 10.15 r GROUP 5 ....................$ GROUP 6 ....................$ 25.01 10.15 22.59 10.15 GROUP 7 ....................$ 19.39 10.15 Zone Differential (Add to Zone 1 rates): r Zone 2 $ 0.65 Zone 3 - 1.15 r Zone 4 - 1.70 Zone 5 - 2.75 BASE POINTS: GOLDENDALE, LONGVIEW, AND VANCOUVER rZONE 1: Projects within 30 miles of the respective city all. ZONE 2: More than 30 miles but less than 40 miles from the r 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 r respective city hall. ZONE 5: More than 80 miles from the respective city hall. r r r r 155 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 156 1 1 GROUP 4: Asphalt Raker; Concrete Saw Operator (walls); Concrete Nozzelman; Grade Checker; Pipelayer; Laser Beam (pipelaying)- applicable when employee assigned to move, set 1 up, align; Laser Beam; Tunnel Miners; Motorman -Dinky Locomotive - Tunnel; Powderman- Tunnel; Shield Operator- Tunnel 1 GROUP 5: Traffic Flaggers GROUP 6: Fence Builders 1 GROUP 7: Landscaping or Planting Laborers ----- ----- ----------- ---- -------- --------- ---------------------- LAB00335 -019 06/01/2008 1 Rates Fringes Hod Carrier ......................$ 29_58------- 8.40 1 ---------------------- - - - - -- - - - - - -- - - -- - -- PAIN0 005 -002 07/01/2009 1 STATEWIDE EXCEPT CLARK, COWLITZ, KLICKITAT, PACIFIC SKAMANIA, AND WAHKIAKUM COUNTIES (SOUTH), 1 Rates Fringes Painters: 1 STRIPERS $ 27 40 ------------------ - -------------- 1150 - - - - - -- 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 1 PAINTER--------------------- - - - - -$ 20.82 --------- ------- - - ----- - - - - -- 1 1 1 1 1 1 157 * PAIN0005 -006 07/01/2009 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: Application of Cold Tar Products, Epoxies, Polyure thanes, Acids, Radiation Resistant Material, Water and Sandblasting ............ $ 21.50 7.98 Over 30' /Swing Stage Work..$ 22.20 7.98 Brush, Roller, Striping, Steam - cleaning and Spray .... $ 15.09 6.78 Lead Abatement, Asbestos Abatement ...................$ 21.50 7.98 *$.70 shall be paid over and above the basic wage rates listed for work on swing stages and high work of over 30 feet. ---------------------------------------------------------------- PAIN0055 -002 07/01/2009 CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA, AND WAHKIAKUM COUNTIES Rates Fringes Painters: Brush & Roller ..............$ 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 ---------------------------------------------------------- - - - - -- 158 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 - $2.00 BASE POINTS: Spokane, Pasco, Lewiston; Wenatchee Zone l: 0 - 45 radius miles from the main "post office Zone 2: Over 45 radius miles from the main post office ---------------------------------------------------------------- PLAS0528 -001 06/01/2010 CLALLAM, COWLITZ, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PACIFIC, PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON, WAHKIAKUM AND WHATCOM COUNTIES Rates Fringes Cement Masons: CEMENT MASON ................$ 35.40 13.75 COMPOSITION, TROWEL MACHINE, GRINDER, POWER TOOLS, GUNNITE NOZZLE ....... $ 35.90 13.75 TROWLING MACHINE OPERATOR ON COMPOSITION ..............$ 36.90 13.75 PLASOS55 -002 06/01/2009 CLARK, KLICKITAT AND SKAMANIA COUNTIES ZONE 1: 1 Rates Fringes 159 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 ...............$ COMPOSITION WORKERS AND 28.87 15.59 POWER MACHINERY OPERATORS ... $ 29.41 15.59 159 Zone Differential (Add To Zone 1 Rates): Zone 2 - $0.65 Zone 3 - 1.15 Zone 4 - 1.70 Zone 5 - 3.00 BASE POINTS: BEND, CORVALLIS, EUGENE, MEDFORD, PORTLAND, SALEM, THE DALLES, VANCOUVER ZONE 1: Projects within 30 miles of the respective city hall ZONE 2: More than 30 miles but less than 40 miles from the respective city hall. ZONE 3: More than 40 miles but less than 50 miles from the respective city hall. ZONE 4: More than 50 miles but less than 80 miles from the respective city hall. ZONE 5: More than 80 miles from the respective city hall ---------------------------------------------------------------- TEAM0037 -002 06/01/2009 CLARK, COWLITZ, KLICKITAT, PACIFIC (South of a straight line made by extending the north boundary line of Wahkiakum County west to the Pacific Ocean), SKAMANIA, AND WAHKIAKUM COUNTIES Truck drive ZONE 1 GROUP GROUP GROUP GROUP GROUP GROUP GROUP Rates rs: 1 ....................$ 26.90 2 ....................$ 27.02 3 ....................$ 27.15 4 ....................$ 27.41 5 ....................$ 27.63 6 ....................$ 27.79 7 ....................$ 27.99 Zone Differential (Add to Zone 1 Rates): Zone 2 - $0.65 Zone 3 - 1.15 Zone 4 - 1.70 Zone 5 - 2.75 Fringes 12.75 12.75 12.75 12.75 12.75 12.75 12.75 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. 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. 160 i ' 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 GROUP 7: Dump Trucks, side, end and bottom dumps, including 1 161 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 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 Truck drivers: CENTRALIA RAYMOND ZONE A: EVERETT SHELTON 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 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 162 L 1 1 LI 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 $2.00 per hour for onsite work only) GROUP 4 - Escort or Pilot Car GROUP 5 - Mechanic HAZMAT PROJECTS Anyone working on a HAZMAT job, where HAZMAT certification required, shall be compensated as a premium, in addition to the classification working in as follows: LEVEL C: +$.25 per hour - This level uses an air purifying respirator or additional protective clothing. LEVEL B: +$.50 per hour - Uses same respirator protection Level A. Supplied air line is provided in conjunction with a chemical "splash suit." LEVEL A: +$.75 per hour - This level utilizes a fully - encapsulated suit with a self - contained breathing apparatus or a supplied air line. ------------------------------------------------------- - - - - -- 1 163 is as 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 Truck drivers: (ANYONE WORKING ON HAZMAT JOBS SEE FOOTNOTE A BELOW) ZONE 1: GROUP 1 ....................$ 20.02 GROUP 2 ....................$ 22.29 GROUP 3 ....................$ 22.79 GROUP 4 ....................$ 23.12 GROUP 5 ....................$ 23.23 GROUP 6 ....................$ 23.40 GROUP 7 ....................$ 23.93 GROUP 8 ....................$ 24.26 Fringes 10.86 10.86 10.86 10.86 10.86 10.86 10.86 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) GROUP 5: Dumptor (over 6 yds.); Lowboy (50 tons & under); Self- loading Roll Off; Semi -Truck & Trailer; Tractor with 164 ' 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 C 1 165 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)). 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 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. 166 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 Il ' 167 1 J 1 �I 'I I State of Washington DEPARTMENT OF LABOR AND INDUSTRIES Prevailing Wage Section - Telephone (360) 902 -5335 PO Bos 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 theouly rate of fringe benefits. On public works projects, worker's wage rate must add to not less than this total. A brief description of overtime calculation requirements is provided on the Benefit Code Key. Prevailing Wage Rates for the Effective Date of: 9/23/10 County Trade Job Classification Wage Holiday Code ve ime Code Notes Yakima Asbestos Abatement Workers Journey Level $17.83 1 Yakima Boilermakers Journey Level $35.48 1 Yakima Brick Mason Journey Level $40.03 5A 1 M Yakima Building Service Employees Janitor $8.55 1 Yakima Building Service Employees Shampooer $11.14 1 Yakima Building Service Employees Waxer $8.55 1 Yakima Building Service Employees Window Cleaner $9.14 1 Yakima Cabinet Makers (In Shop) Journey Level $16.35 1 Yakima Carpenters Journey Level $29.72 1 Yakima Cement Masons Journey Level $35685 5D 1N Yakima Divers & Tenders Diver $100.28 5D 1M 8A Yakima Divers & Tenders Diver On Standby $56.68 5D 1M Yakima Divers & Tenders Diver Tender $52.23 5D 1 M Yakima Divers & Tenders Surface Rcv & Rov Operator $52.23 5D 1M Yakima Divers & Tenders Surface Rcv & Rov Operator Tender $48.85 5A 1 B Yakima Dredge Workers Assistant Engineer $49.57 5D 1T 8L Yakima Dredge Workers Assistant Mate(deckhand) $49.06 5D 1T 8L Yakima Dredge Workers Engineer Welder $49.62 5D 1T 8L Yakima Dredge Workers Leverman, Hydraulic $51.19 5D 1T 8L Yakima Dredge Workers Maintenance $49.06 5D 1T 8L Yakima Dredge Workers Mates And Boatmen $49.57 5D 1T 8L Yakima Dredge Workers Oiler $49.19 5D 1T 8L Yakima Drywall Applicator Journey Level $37.70 5D 1 M Yakima Drywall Tapers Journey Level $31.71 5A 1 P Yakima Electrical Fixture Maintenance Workers Journey Level $43.32 1 Yakima Electricians - Inside Cable Splicer $52.41 5A 1E Yakima Electricians - Inside Journey Level $50.60 5A 1 E Yakima Electricians - Inside Welder $54.75 5A 1 E Yakima Electricians - Motor Shop Craftsman $15.37 1 Yakima Electricians - Motor Shop Journey Level $14.69 1 Yakima Electricians - Powerline Construction Cable Splicer $61.08 5A 4A d Asbestos Abatement Yakima Workers Journey Level $17.83 1 Electricians - Powerline Yakima Construction Certified Line Welder $55.81 5A 4A Electricians - Powerline Yakima Construction Groundperson $39.83 5A 4A Electricians - Powerline Yakima Construction Head Groundperson $42.02 5A 4A Electricians - Powerline Heavy Line Equipment Yakima Construction Operator $55.81 5A 4A Electricians - Powerline Yakima Construction Jackhammer Operator $42.02 5A 4A Electricians - Powerline Journey Level Yakima Construction Lineperson $55.81 5A 4A Electricians - Powerline Line Equipment Yakima Construction I Operator $47.20 5A 4A Electricians - Powerline Yakima Construction Pole Sprayer $55.81 5A 4A Electricians - Powerline Yakima Construction Powderperson $42.02 5A 4A Yakima Electronic Technicians Journey Level $23.40 1 Yakima Elevator Constructors Mechanic $67.91 6Q 4A Yakima Elevator Constructors Mechanic In Charge $73.87 6Q 4A Fabricated Precast Concrete Yakima Products Craftsman $8.72 1 Fabricated Precast Concrete Yakima Products Journey Level $8.55 1 Yakima Fence Erectors Fence Erector $13.79 1 Yakima Flaggers liourney Level $24.62 1 Yakima Glaziers Journey Level $22.43 61 1B Heat & Frost Insulators And Yakima Asbestos Workers Journey Level $25.32 1 Heating Equipment Yakima Mechanics Journey Level $34.85 1 Hod Carriers & Mason Yakima Tenders Journey Level $32.55 5D 1 H Industrial Engine And Yakima Machine Mechanics Journey Level $15.65 1 Industrial Power Vacuum Yakima Cleaner Journey Level $9.24 1 Yakima Inland Boatmen Journey Level $8.55 1 Inspection/Cleaning/Sealing Of Sewer & Water Systems Cleaner Operator, Yakima By Remote Control Foamer Operator $9.73 1 Inspection /Cleaning /Sealing Of Sewer & Water Systems Yakima By Remote Control Grout Truck Operator $11.48 1 1 nspection /C lean ing /Sealing Of Sewer & Water Systems Yakima By Remote Control Head Operator $12.78 1 d L. 1 1 1 1 1 Yakima Asbestos Abatement Workers Journey Level $17.83 7- 1 Yakima I nspection /Cleaning /Sealing Of Sewer & Water Systems By Remote Control Technician $8.55 1 Yakima Inspection /Cleaning /Sealing Of Sewer & Water Systems By Remote Control Tv Truck Operator $10.53 1 Yakima Insulation Applicators IJourney Level $37.70 5D 1M Yakima Ironworkers Journeyman $50.94 5A 10 Yakima Laborers Air, Gas Or Electric Vibrating Screed $31.61 5D 1 H Yakima Laborers Airtrac Drill Operator $32.55 5D 1 H Yakima Laborers Ballast Regular Machine $31.61 5D 1 H Yakima Laborers Batch Weighman $29.65 5D 1 H Yakima Laborers Brick Pavers $31.61 5D 1H Yakima Laborers Brush Cutter $31.61 5D 1 H Yakima Laborers Brush Hog Feeder $31.61 5D 1H Yakima Laborers Burner $31.61 5D 1H Yakima Laborers Caisson Worker $32.55 5D 1 H Yakima Laborers Carpenter Tender $31.61 5D 1 H Yakima Laborers Cement Dumper - paving $32.16 5D 1 H Yakima Laborers Cement Finisher Tender $31.61 5D 1H Yakima Laborers Change House Or Dry Shack $31.61 5D 1 H Yakima Laborers Chipping Gun (under 30 Lbs.) $31.61 5D 1 H Yakima Laborers Chipping Gun(30 Lbs. And Over) $32.16 5D 1 H Yakima Laborers Choker Setter $31.61 5D 1 H Yakima Laborers Chuck Tender $31.61 5D 1 H Yakima Laborers Clary Power Spreader $32.16 5D 1 H Yakima Laborers jClean -up Laborer $31.61 5D 1H Yakima Laborers Concrete Dumper /chute Operator $32.16 5D 1H Yakima Laborers Concrete Form Stripper $31.61 5D 1H Yakima Laborers Concrete Placement Crew $32.16 5D 1H Yakima Laborers Concrete Saw Operator /core Driller $32.16 5D 1 H Yakima Laborers Crusher Feeder $29.65 5D 1H Yakima Laborers Curing Laborer $31.61 5D 1 H Yakima Laborers Demolition: Wrecking & Moving (incl. Charred Material) $31.61 5D 1 H Yakima Laborers Ditch Digger $31.61 5D 1H Yakima Laborers Diver $32.55 5D 1H Yakima Asbestos Abatement lworkers Journey Level $17.83 1 Yakima Laborers Drill Operator (hydraulic,diamond) $32.16 5D 1 H Yakima Laborers Dry Stack Walls $31.61 5D 1 H Yakima Laborers Dump Person $31.61 5D 1H Yakima Laborers Epoxy Technician $31.61 5D 1 H Yakima Laborers Erosion Control Worker $31.61 5D 1 H Yakima Laborers Faller & Bucker Chain Saw $32.16 5D 1 H Yakima Laborers Fine Graders $31.61 5D 1 H Yakima Laborers Firewatch $29.65 5D 1 H Yakima Laborers Form Setter $31.61 5D 1 H Yakima Laborers Gabian Basket Builders $31.61 5D 1 H Yakima Laborers General Laborer $31.61 5D 1H Yakima Laborers Grade Checker & Transit Person $32.55 5D 1 H Yakima Laborers Grinders $31.61 5D 1 H Yakima Laborers Grout Machine Tender $31.61 5D 1 H Yakima Laborers Groutmen (pressure) including Post Tension Beams $32.16 5D 1 H Yakima Laborers Guardrail Erector $31.61 5D 1 H Yakima Laborers Hazardous Waste Worker (level A) $32.55 5D 1 H Yakima Laborers Hazardous Waste Worker (level B) $32.16 5D 1 H Yakima Laborers Hazardous Waste Worker (level C) $31.61 5D 1 H Yakima Laborers High Scaler $32.55 5D 1 H Yakima Laborers Jackhammer $32.16 5D 1 H Yakima Laborers Laserbeam Operator $32.16 5D 1 H Yakima Laborers Maintenance Person $31.61 5D 1 H Yakima Laborers Manhole Builder - mudman $32.16 5D 1 H Yakima Laborers Material Yard Person $31.61 5D 1 H Yakima Laborers Miner $32.55 5D 1 H Yakima Laborers Mortarman & Hodcarrier $32.16 5D 1 H Yakima Laborers Motorman -dinky Locomotive $32.16 5D 1 H Yakima Laborers Nozzleman (concrete Pump, Green Cutter When Using Combination Of High Pressure Air & Water On Concrete & Rock, Sandblast, Gunite, Shotcrete, Water Bla $32.16 5D 1H Yakima Laborers Pavement Breaker $32.16 5D 1 H 1 1 r 1 [--I IL 1 fl h J Yakima Asbestos Abatement Workers Journey Level $17.83 1 Yakima Laborers Pilot Car $29.65 5D 1 H Yakima Laborers Pipe Layer(lead) $32.55 5D 1 H Yakima Laborers Pipe Layer /tailor $32.16 5D 1 H Yakima Laborers Pipe Pot Tender $32.16 5D 1 H Yakima Laborers Pipe Reliner $32.16 5D 1 H Yakima Laborers Pipe Wrapper $32.16 5D 1 H Yakima Laborers Pot Tender $31.61 5D 1 H Yakima Laborers Powderman $32.55 5D 1H Yakima Laborers Powderman's Helper $31.61 5D 1H Yakima Laborers Power Jacks $32.16 5D 1H Yakima Laborers Railroad Spike Puller - Power $32.16 5D 1H Yakima Laborers Raker - Asphalt $32.55 5D 1H Yakima Laborers Re- timberman $32.55 5D 1H Yakima Laborers Remote Equipment Operator $32.16 5D 1H Yakima Laborers Rigger /signal Person $32.16 5D 1H Yakima Laborers Rip Rap Person $31.61 5D 1H Yakima Laborers Rivet Buster $32.16 5D 1H Yakima Laborers Rodder $32.16 5D 1H Yakima Laborers Scaffold Erector $31.61 5D 1H Yakima Laborers Scale Person $31.61 5D 1H Yakima Laborers Sloper (over 20)" $32.16 5D 1H Yakima Laborers Sloper Sprayer $31.61 5D 1H Yakima Laborers Spreader (concrete) $32.16 5D 1H Yakima Laborers Stake Hopper $31.61 5D 1H Yakima Laborers Stock Piler $31.61 5D 1H Yakima Laborers Tamper & Similar Electric, Air & Gas Operated Tools $32.16 5D 1H Yakima Laborers Tamper (multiple & Self propelled) $32.16 5D 1H Yakima Laborers Timber Person - Sewer. (lagger, Shorer & Cribber) $32.16 5D 1H Yakima Laborers Toolroom Person (at Jobsite) $31.61 5D 1H Yakima Laborers Topper $31.61 5D 1H Yakima Laborers Track Laborer $31.61 5D 1H Yakima Laborers Track Liner (power) $32.16 5D 1H Yakima Laborers Truck Spotter $31.61 5D 1H Yakima Laborers Tugger Operator $32.16 5D 1H Yakima Laborers Vibrator $32.16 5D 1H Yakima Laborers Vinyl Seamer $31.61 5D 1H Yakima Laborers Watchman $27.11 5D 1H Yakima Laborers Welder $32.16 5D 1H Yakima Laborers Well Point Laborer $32.16 5D 1H Yakima Laborers Window Washer /cleaner $27.11 5D 1H Yakima Asbestos Abatement Workers Journey Level $17.83 1 Yakima Laborers - Underground Sewer & Water General Laborer & T $31.61 5D 1 H Yakima Laborers - Underground Sewer & Water Pipe Layer $32.16 5D 1 H Yakima Landscape Construction Irrigation Or Lawn Sprinkler Installers $9.00 1 Yakima Landscape Construction Landscape Equipment Operators Or Truck Drivers $15.45 1 Yakima Landscape Construction Landscaping Or Planting Laborers $9.00 1 Yakima Lathers Journey Level $37.70 5D 1M Yakima Marble Setters Journey Level $40.03 5A 1M Yakima Metal Fabrication (In Shop) Fitter $12.00 1 Yakima IMetal Fabrication (In Shop) Laborer $10.31 1 Yakima Metal Fabrication (In Shop) Machine Operator $11.32 1 Yakima Metal Fabrication (In Shop) Painter $12.00 1 Yakima Metal Fabrication (In Shop) Welder $11.32 1 Yakima Millwright Journey Level $26.05 1 Yakima Modular Buildings Journey Level $14.11 1 Yakima Painters Journeyman $28.12 6Z 1W Yakima Pile Driver Journey Level $48.04 5A IM Yakima Plasterers Journey Level $46.63 5B 1 R Yakima Playground & Park Equipment Installers Journey Level $8.55 1 Yakima Plumbers & Pipefitters Journey Level $28.75 1 Yakima Power Equipment Operators Asphalt Plant Operators $50.39 5D 1T 8P Yakima Power Equipment Operators Assistant Engineer $47.12 5D 1T 8P Yakima Power Equipment Operators Barrier Machine (zipper) $49.90 5D 1T 8P Yakima Power Equipment Operators Batch Plant Operator, Concrete $49.90 5D 1T 8P Yakima Power Equipment Operators Bobcat $47.12 5D 1T 8P Yakima Power Equipment Operators Brokk - Remote Demolition Equipment $47.12 5D 1T 8P Yakima Power Equipment Operators Brooms $47.12 5D 1T 8P Yakima Power Equipment Operators Bump Cutter $49.90 5D 1T 8P Yakima Power Equipment Operators Cableways $50.39 5D 1T 8P Yakima Power Equipment Operators Chipper $49.90 5D 1T 8P Yakima Power Equipment Operators Compressor $47.12 5D 1T 8P r� [I 11 1 1 1 11 Asbestos Abatement —T Yakima Workers Journey Level $17.83 1 Concrete Finish Yakima Power Equipment Operators Machine -laser Screed $47.12 5D 1T 8P Concrete Pump - Mounted Or Trailer High Pressure Line Pump, Pump High Yakima Power Equipment Operators Pressure. $49.48 5D 1T 8P Concrete Pump: Truck Mount With Boom Yakima Power Equipment Operators Attachment Up To 42m $49.90 5D 1T 8P Yakima Power Equipment Operators Conveyors $49.48 5D 1T _ 8P Cranes: 20 Tons Through 44 Tons With Yakima Power Equipment Operators Attachments $49.90 5D 1T 8P Cranes: 100 Tons Through 199 Tons, Or 150' Of Boom Yakima Power Equipment Operators (including Jib With $50.94 5D 1T 8P Cranes: 200 Tons To 300 Tons, Or 250' Of Boom (including Jib Yakima Power Equipment Operators With Attachments) $51.51 5D 1T 8P Cranes: 45 Tons Through 99 Tons, Under 150' Of Boom (including Jib With Yakima Power Equipment Operators Attachments) $50.39 5D 1T 8P Cranes: A -frame - 10 Yakima Power Equipment Operators Tons And Under $47.12 5D 1T 8P Cranes: Friction 100 Tons Through 199 Yakima Power Equipment Operators Tons $51.51 5D 1T 8P Cranes: Friction Over Yakima Power Equipment Operators 200 Tons $52.07 5D 1T 8P Cranes: Over 300 Tons Or 300' Of Boom (including Jib With Yakima Power Equipment Operators Attachments) $52.07 5D 1T 8P Cranes: Through 19 Tons With Attachments Yakima Power Equipment Operators A -frame Over 10 Tons $49.48 5D 1T 8P Yakima Power Equipment Operators Crusher $49.90 5D 1T 8P Deck Engineer /deck Yakima Power Equipment Operators Winches (power) $49.90 5D 1T 8P 1 j 1 1 ri r Asbestos Abatement Yakima Workers Journey Level $17.83 1 Derricks, On Building Yakima Power Equipment Operators Work $50.39 5D IT 8P Yakima Power Equipment Operators Dozers D -9 & Under $49.48 5D IT 8P Drill Oilers: Auger Type, Truck Or Crane Yakima Power Equipment Operators Mount $49.48 5D IT 8P Yakima Power Equipment Operators Drilling Machine $49.90 5D IT 8P Elevator And Man -lift: Permanent And Shaft Yakima Power Equipment Operators Type $47.12 5D 1T 8P Finishing Machine, Bidwell And Gamaco & Yakima Power Equipment Operators Similar Equipment $49.90 5D IT 8P Forklift: 3000 Lbs And Yakima Power Equipment Operators Over With Attachments $49.48 5D 1T 8P Forklifts: Under 3000 Yakima Power Equipment Operators Lbs. With Attachments $47.12 5D IT 8P Grade Engineer: Using Blue Prints, Cut Yakima Power Equipment Operators Sheets, Etc $49.90 5D IT 8P Gradechecker /stakema Yakima Power Equipment Operators n $47.12 5D IT 8P Yakima Power Equipment Operators Guardrail Punch $49.90 5D IT 8P Hard Tail End Dump Articulating Off- Road Equipment 45 Yards. & Yakima Power Equipment Operators Over $50.39 1 5D IT 8P Hard Tail End Dump Articulating Off -road Equipment Under 45 Yakima Power Equipment Operators Yards $49.90 5D IT 8P Horizontal /directional Yakima Power Equipment Operators Drill Locator $49.48 5D 1T 8P Horizontal /directional Yakima Power Equipment Operators Drill Operator $49.90 5D IT 8P Hydralifts /boom Trucks Yakima Power Equipment Operators Over 10 Tons $49.48 5D IT 8P Hydralifts /boom Trucks, Yakima Power Equipment Operators 10 Tons And Under $47.12 5D IT 8P Loader, Overhead 8 Yakima Power Equipment Operators Yards. & Over $50.94 5D IT 8P Loader, Overhead, 6 Yards. But Not Yakima Power Equipment Operators Including 8 Yards $50.39 5D IT 8P 1 j 1 1 ri r 1 u L Asbestos Abatement Yakima Workers Journey Level $17.83 1 Loaders, Overhead Yakima Power Equipment Operators Under 6 Yards $49.90 5D 1T 8P Yakima Power Equipment Operators Loaders, Plant Feed $49.90 5D 1T 8P Loaders: Elevating Yakima Power Equipment Operators Type Belt $49.48 5D 1T 8P Yakima Power Equipment Operators Locomotives, All $49.90 5D 1T 8P Material Transfer Yakima Power Equipment Operators Device $49.90 5D 1T 8P Mechanics, All (leadmen - $0.50 Per Yakima Power Equipment Operators Hour Over Mechanic) $50.94 5D 1T 8P Motor Patrol Grader - Yakima Power Equipment Operators Non - finishing $49.48 5D 1T 8P Motor Patrol Graders, Yakima Power Equipment Operators Finishing $50.39 5D 1T 8P Mucking Machine, Mole, Tunnel Drill, Boring, Road Header Yakima Power Equipment Operators And /or Shield $50.39 5D 1T 8P Oil Distributors, Blower Distribution & Mulch Yakima Power Equipment Operators Seeding Operator $47.12 5D 1T 8P Outside Hoists (elevators And Manlifts), Air Yakima Power Equipment Operators Tuggers,strato _ $49.48 5D 1T 8P Overhead, Bridge Type Crane: 20 Tons Yakima Power Equipment Operators Through 44 Tons $49.90 5D 1T 8P Overhead, Bridge Type: 100 Tons And Yakima Power Equipment Operators Over $50.94 5D 1T 8P Overhead, Bridge Type: 45 Tons Through Yakima Power Equipment Operators 99 Tons $50.39 5D 1T 8P Yakima Power Equipment Operators Pavement Breaker $47.12 5D 1T 8P Pile Driver (other Than Yakima Power Equipment Operators Crane Mount) $49.90 5D 1T 8P Plant Oiler - Asphalt, Yakima Power Equipment Operators Crusher $49.48 5D 1T 8P Posthole Digger, Yakima Power Equipment Operators Mechanical ° $47.12 5D 1T 8P Yakima Power Equipment Operators Power Plant $47.12 5D 1T 8P Yakima Power Equipment Operators Pumps - Water $47.12 5D 1T 8P Yakima Asbestos Abatement Workers Journey Level $17.83 Quad 9, Hd 41, D10 Yakima Power Equipment Operators And Over $50.39 5D 1T 8P Quick Tower - No Cab, Under 100 Feet In Yakima Power Equipment Operators Height Based To Boom $47.12 5D 1T 8P Remote Control Operator On Rubber Tired Earth Moving Yakima Power Equipment Operators Equipment $50.39 5D 1T 8P Yakima Power Equipment Operators Rigger And Bellman $47.12 5D 1T 8P Yakima Power Equipment Operators Rollagon $50.39 5D 1T 8P Roller, Other Than Yakima Power Equipment Operators Plant Mix $47.12 5D 1T 8P Roller, Plant Mix Or Yakima Power Equipment Operators Multi -lift Materials $49.48 5D 1T 8P Yakima Power Equipment Operators Roto -mill, Roto - grinder $49.90 5D 1T I 8P Yakima Power Equipment Operators (Saws - Concrete $49.48 5D 1T 8P Scraper, Self Propelled Yakima Power Equipment Operators Under 45 Yards $49.90 5D 1T 8P Scrapers - Concrete & Yakima Power Equipment Operators Carry All $49.48 5D 1T 8P Scrapers, Self - propelled: 45 Yards Yakima Power Equipment Operators And Over $50.39 5D 1T 8P Service Engineers - Yakima Power Equipment Operators Equipment $49.48 5D 1T 8P Shotcrete /gunite Yakima Power Equipment Operators lEquipment $47.12 5D 1T 8P Shovel , Excavator, Backhoe, Tractors Yakima Power Equipment Operators Under 15 Metric Tons. $49.48 5D 1T 8P Shovel, Excavator, Backhoe: Over 30 Metric Tons To 50 Yakima Power Equipment Operators Metric Tons $50.39 5D 1T 8P Shovel, Excavator, Backhoes, Tractors: 15 Yakima Power Equipment Operators To 30 Metric Tons $49.90 5D 1T 8P Shovel, Excavator, Backhoes: Over 50 Metric Tons To 90 Yakima Power Equipment Operators Metric Tons $50.94 5D 1T 8P l 11 fl r 1 1 1 1 Asbestos Abatement Yakima Workers Journey Level $17.83 1 Shovel, Excavator, Backhoes: Over 90 Yakima Power Equipment Operators Metric Tons $51.51 5D 1T 8P Yakima Power Equipment Operators Slipform Pavers $50.39 5D 1T 8P Spreader, Topsider & Yakima Power Equipment Operators , Screedman $50.39 5D 1T 8P Yakima Power Equipment Operators Subgrader Trimmer $49.90 5D 1T 8P Tower Bucket Yakima Power Equipment Operators Elevators $49.48 5D 1T 8P Tower Crane Over 175'in Height, Base To Yakima Power Equipment Operators Boom $51.51 5D 1T 8P Tower Crane Up To 175' In Height Base To Yakima Power Equipment Operators Boom $50.94 5D 1T 8P Transporters, All Track Yakima Power Equipment Operators Or Truck Type $50.39 5D 1T 8P Yakima Power Equipment Operators Trenching Machines $49.48 5D 1T 8P Truck Crane Oiler /driver - 100 Tons Yakima Power Equipment Operators And Over $49.90 5D 1T 8P Truck Crane Oiler /driver Under 100 Yakima Power Equipment Operators Tons $49.48 5D 1T 8P Truck Mount Portable Yakima Power Equipment Operators Conveyor $49.90 5D 1T 8P Yakima Power Equipment Operators Welder $50.39 5D 1T 8P Wheel Tractors, Yakima Power Equipment Operators Farrriall Type $47.12 5D 1T 8P Yakima Power Equipment Operators Yo Yo Pay Dozer $49.90 5D 1T 8P Power Equipment Operators- Asphalt Plant Yakima Underground Sewer & Water Operators $50.39 5D 1T 8P Power Equipment Operators - Yakima Underground Sewer & Water Assistant Engineer $47.12 5D 1T 8P Power Equipment Operators- Barrier Machine Yakima Underground Sewer & Water (zipper) ' $49.90 5D 1T 8P Power Equipment Operators- Batch Plant Operator, Yakima Underground Sewer & Water Concrete $49.90 5D 1T 8P Power Equipment Operators - Yakima Underground Sewer & Water Bobcat $47.12 5D 1T 8P i] Asbestos Abatement Yakima Workers Journey Level $17.83 1 Power Equipment Operators- Brokk - Remote Yakima Underground Sewer & Water Demolition Equipment $47.12 5D 1T ( 8P Power Equipment Operators - Yakima Underground Sewer & Water Brooms $47.12 5D 1T 8P Power Equipment Operators - Yakima Underground Sewer & Water Bump Cutter $49.90 5D 1T 8P Power Equipment Operators - Yakima Underground Sewer & Water Cableways $50.39 5D 1T 8P Power Equipment Operators - Yakima Underground Sewer & Water Chipper $49.90 5D 1T 8P Power Equipment Operators - Yakima Underground Sewer & Water Compressor $47.12 5D 1T 8P Power Equipment Operators- Concrete Finish Yakima Underground Sewer & Water Machine -laser Screed $47.12 5D 1T 8P Concrete Pump - Mounted Or Trailer High Pressure Line Power Equipment Operators- Pump, Pump High Yakima Underground Sewer & Water Pressure. $49.48 5D 1T 8P Concrete Pump: Truck Power Equipment Operators- Mount With Boom Yakima Underground Sewer & Water Attachment Up To 42m $49.90 5D 1T 8P Power Equipment Operators - Yakima Underground Sewer & Water Conveyors $49.48 5D 1T 8P Cranes: 20 Tons Power Equipment Operators- Through 44 Tons With Yakima Underground Sewer & Water Attachments $49.90 5D 1T 8P Cranes: 100 Tons Through 199 Tons, Or Power Equipment Operators- 150' Of Boom Yakima Underground Sewer & Water (including Jib With $50.94 5D 1T 8P Cranes: 200 Tons To 300 Tons, Or 250' Of Power Equipment Operators- Boom (including Jib Yakima Underground Sewer & Water With Attachments) $51.51 5D 1T 8P Cranes: 45 Tons Through 99 Tons, Under 150' Of Boom Power Equipment Operators- (including Jib With Yakima Underground Sewer & Water Attachments) $50.39 5D 1T 8P i] 1 J J 1 Asbestos Abatement Yakima Workers Journey Level $17.83 1 Power Equipment Operators- Cranes: A -frame - 10 Yakima Underground Sewer & Water Tons And Under $47.12 5D 1T 8P Cranes: Friction 100 Power Equipment Operators- Tons Through 199 Yakima Underground Sewer & Water Tons $51.51 5D 1T 8P Power Equipment Operators- Cranes: Friction Over Yakima Underground Sewer & Water 200 Tons $52.07 5D 1T 8P Cranes: Over 300 Tons Or 300' Of Boom Power Equipment Operators- (including Jib With Yakima Underground Sewer & Water Attachments) $52.07 5D 1T 8P Cranes: Through 19 Power Equipment Operators- Tons With Attachments Yakima Underground Sewer & Water A -frame Over 10 Tons $49.48 5D 1T 8P Power Equipment Operators - Yakima Underground Sewer & Water Crusher $49.90 5D 1T 8P Power Equipment Operators- Deck Engineer /deck Yakima Underground Sewer & Water Winches (power) $49.90 5D 1T 8P Power Equipment Operators- Derricks, On Building Yakima Underground Sewer & Water Work $50.39 5D 1T 8P Power Equipment Operators - Yakima Underground Sewer & Water Dozers D -9 & Under $49.48 5D 1T 8P Drill Oilers: Auger Power Equipment Operators- Type, Truck Or Crane Yakima Underground Sewer & Water Mount $49.48 5D. 1T 8P Power Equipment Operators - Yakima Underground Sewer & Water Drilling Machine $49.90 5D 1T 8P Elevator And Man -lift: Power Equipment Operators- Permanent And Shaft Yakima Underground Sewer & Water Type $47.12 5D 1T 8P Finishing Machine, Power Equipment Operators- Bidwell And Gamaco & Yakima Underground Sewer & Water Similar Equipment $49.90 5D 1T 8P Power Equipment Operators- Forklift: 3000 Lbs And Yakima Underground Sewer & Water Over With Attachments $49.48 5D 1T 8P Power Equipment Operators- Forklifts: Under 3000 Yakima Underground Sewer & Water Lbs. With Attachments $47.12 5D 1T 8P Grade Engineer: Using Power Equipment Operators- Blue Prints, Cut Yakima Underground Sewer & Water Sheets, Etc $49.90 5D 1T 8P 1 fl Asbestos Abatement Yakima Workers Journey Level $17.83 1 Power Equipment Operators- Gradechecker /stakema Yakima Underground Sewer & Water n $47.12 5D 1T 8P Power Equipment Operators - Yakima Underground Sewer & Water Guardrail Punch $49.90 5D 1T 8P Hard Tail End Dump Articulating Off- Road Power Equipment Operators- Equipment 45 Yards. & Yakima Underground Sewer & Water Over $50.39 5D 1T 8P Hard Tail End Dump Articulating Off -road Power Equipment Operators- Equipment Under 45 Yakima Underground Sewer & Water Yards $49.90 5D 1T 8P Power Equipment Operators- Horizontal /directional Yakima Underground Sewer & Water Drill Locator $49.48 5D 1T 8P Power Equipment Operators- Horizontal /directional Yakima Underground Sewer & Water Drill Operator $49.90 5D 1T 8P Power Equipment Operators- Hydralifts /boom Trucks Yakima Underground Sewer & Water Over 10 Tons $49.48 5D 1T 8P Power Equipment Operators- Hydralifts /boom Trucks, Yakima Underground Sewer & Water 10 Tons And Under $47.12 5D 1T 8P Power Equipment Operators- Loader, Overhead 8 Yakima Underground Sewer & Water Yards. & Over $50.94 5D 1T 8P Loader, Overhead, 6 Power Equipment Operators- Yards. But Not Yakima Underground Sewer & Water Including 8 Yards $50.39 5D 1T 8P Power Equipment Operators- Loaders, Overhead Yakima Underground Sewer & Water Under 6 Yards $49.90 5D 1T 8P Power Equipment Operators - Yakima Underground Sewer & Water Loaders, Plant Feed $49.90 5D 1T 8P Power Equipment Operators- Loaders: Elevating Yakima Underground Sewer & Water Type Belt $49.48 5D 1T 8P Power Equipment Operators - Yakima Underground Sewer & Water Locomotives, All $49.90 5D 1T 8P Power Equipment Operators- Material Transfer Yakima Underground Sewer & Water Device $49.90 5D 1T 8P Mechanics, All Power Equipment Operators- (leadmen - $0.50 Per Yakima Underground Sewer & Water Hour Over Mechanic) $50.94 5D 1T 8P 1 fl r 1 1 II 1 Asbestos Abatement Yakima lWorkers Journey Level $17.83 1 Power Equipment Operators- Motor Patrol Grader - Yakima Underground Sewer & Water Non - finishing $49.48 5D 1T 8P Power Equipment Operators- Motor Patrol Graders, Yakima Underground Sewer & Water Finishing $50.39 5D 1T 8P Mucking Machine, Mole, Tunnel Drill, Power Equipment Operators- Boring, Road Header Yakima Underground Sewer & Water And /or Shield $50.39 5D 1T 8P Oil Distributors, Blower Power Equipment Operators- Distribution & Mulch Yakima Underground Sewer & Water Seeding Operator $47.12 5D 1T 8P Outside Hoists (elevators And - Power Equipment Operators- Manlifts), Air Yakima Underground Sewer & Water Tuggers,strato $49.48 5D 1T 8P Overhead, Bridge Type Power Equipment Operators- Crane: 20 Tons Yakima Underground Sewer & Water Through 44 Tons $49.90 5D 1T 8P Overhead, Bridge Power Equipment Operators- Type: 100 Tons And Yakima Underground Sewer & Water Over $50.94 5D 1T 8P Overhead, Bridge Power Equipment Operators- Type: 45 Tons Through Yakima Underground Sewer & Water 99 Tons $50.39 5D 1T 8P Power Equipment Operators - Yakima Underground Sewer & Water Pavement Breaker $47.12 5D 1T 8P Power Equipment Operators- Pile Driver (other Than Yakima Underground Sewer & Water Crane Mount) $49.90 5D 1T 8P Power Equipment Operators- Plant Oiler - Asphalt, Yakima Underground Sewer & Water Crusher $49.48 5D 1T 8P Power Equipment Operators- Posthole Digger, Yakima Underground Sewer & Water Mechanical $47.12 5D 1T 8P Power Equipment Operators - Yakima Underground Sewer & Water Power Plant $47.12 5D 1T 8P Power Equipment Operators - Yakima Underground Sewer & Water Pumps - Water $47.12 5D 1T 8P Power Equipment Operators- Quad 9, Hd 41, D10 Yakima Underground Sewer & Water And Over $50.39 5D 1T 8P C� 1 Asbestos Abatement Yakima Workers Journey Level $17.83 1 Quick Tower - No Cab, Power Equipment Operators- Under 100 Feet In Yakima Underground Sewer & Water Height Based To Boom $47.12 5D 1T 8P Remote Control Operator On Rubber Power Equipment Operators- Tired Earth Moving Yakima Underground Sewer & Water Equipment $50.39 5D 1T 8P Power Equipment Operators - Yakima Underground Sewer & Water Rigger And Bellman $47.12 5D 1T 8P Power Equipment Operators - Yakima Underground Sewer & Water Rollagon $50.39 5D 1T 8P Power Equipment Operators- Roller, Other Than Yakima Underground Sewer & Water Plant Mix $47.12 5D 1T 8P Power Equipment Operators- Roller, Plant Mix Or Yakima Underground Sewer & Water Multi -lift Materials $49.48 5D 1T 8P Power Equipment Operators - Yakima Underground Sewer & Water Roto -mill, Roto - grinder $49.90 5D 1T 8P Power Equipment Operators - Yakima Underground Sewer & Water Saws - Concrete $49.48 5D 1T 8P Power Equipment Operators- Scraper, Self Propelled Yakima Underground Sewer & Water Under 45 Yards $49.90 5D 1T 8P Power Equipment Operators- Scrapers - Concrete & Yakima Underground Sewer & Water Carry All $49.48 5D 1T 8P Scrapers, Self - Power Equipment Operators- propelled: 45 Yards Yakima Underground Sewer & Water And Over $50.39 5D 1T 8P Power Equipment Operators- Service Engineers - Yakima Underground Sewer & Water Equipment $49.48 5D 1T 8P Power Equipment Operators- Shotcrete /gunite Yakima Underground Sewer & Water Equipment $47.12 5D 1T 8P Shovel , Excavator, Power Equipment Operators- Backhoe, Tractors Yakima Underground Sewer & Water Under 15 Metric Tons. $49.48 5D 1T 8P Shovel, Excavator, Backhoe: Over 30 Power Equipment Operators- Metric Tons To 50 Yakima Underground Sewer & Water Metric Tons $50.39 5D 1T 8P C� 1 1 1 1 1 1 1 u 11 Asbestos Abatement Yakima Workers Journey Level $17.83 1 Shovel, Excavator, Power Equipment Operators- Backhoes, Tractors: 15 Yakima Underground Sewer & Water To 30 Metric Tons $49.90 5D 1T 8P Shovel, Excavator, Backhoes: Over 50 Power Equipment Operators- Metric Tons To 90 Yakima Underground Sewer & Water Metric Tons $50.94 5D 1T 8P Shovel, Excavator, Power Equipment Operators -, Backhoes: Over 90 Yakima Underground Sewer & Water Metric Tons $51.51 5D 1T 8P Power Equipment Operators - Yakima Underground Sewer & Water Slipform Pavers $50.39 5D 1T 8P Power Equipment Operators- Spreader, Topsider & Yakima Underground Sewer & Water Screedman $50.39 5D 1T 8P Power Equipment Operators - Yakima Underground Sewer & Water Subgrader Trimmer $49.90 5D 1T 8P Power Equipment Operators- Tower Bucket Yakima Underground Sewer & Water Elevators $49.48 5D 1T 8P Tower Crane Over Power Equipment Operators- 175'in Height, Base To Yakima Underground Sewer & Water Boom $51.51 5D 1T 8P Tower Crane Up To Power Equipment Operators- 175' In Height Base To Yakima Underground Sewer & Water Boom $50.94 5D 1T 8P Power Equipment Operators- Transporters, All Track Yakima Underground Sewer & Water Or Truck Type $50.39 5D 1T 8P Power Equipment Operators - Yakima Underground Sewer & Water Trenching Machines $49.48 5D 1T 8P Truck Crane Power Equipment Operators- Oiler /driver - 100 Tons Yakima Underground Sewer & Water And Over $49.90 5D 1T 8P Truck Crane Power Equipment Operators- Oiler /driver Under 100 Yakima Underground Sewer & Water Tons $49.48 5D 1T 8P Power Equipment Operators- Truck Mount Portable Yakima Underground Sewer & Water Conveyor $49.90 5D 1T 8P Power Equipment Operators - Yakima Underground Sewer & Water Welder $50.39 5D 1T 8P Power Equipment Operators- Wheel Tractors, Yakima Underground Sewer & Water Farmall Type $47.12 5D 1T 8P Yakima Asbestos Abatement Workers Journey Level $17.83 1 Yakima Power Equipment Operators - Underground Sewer & Water Yo Yo Pay Dozer $49.90 5D 1T 8P Yakima Power Line Clearance Tree Trimmers Journey Level In Charge $40.79 5A 4A Yakima Power Line Clearance Tree Trimmers Spray Person $38.73 5A 4A Yakima Power Line Clearance Tree Trimmers Tree Equipment Operator $40.79 5A 4A Yakima Power Line Clearance Tree Trimmers Tree Trimmer $36.50 5A 4A Yakima Power Line Clearance Tree Trimmers Tree Trimmer Groundperson $27.55 5A 4A Yakima Refrigeration & Air Conditioning Mechanics Journey Level $28.11 1 Yakima Residential Brick Mason Journey Level $29.00 1 Yakima Residential Carpenters Journey Level $17.14 1 Yakima Residential Cement Masons Journey Level $11.86 1 Yakima Residential Drywall Applicators Journey Level $18.00 1 Yakima Residential Drywall Tapers Journey Level $17.00 1 Yakima Residential Electricians Journey Level $21.98 1 Yakima Residential Glaziers Journey Level $22.43 61 1 B Yakima Residential Insulation Applicators Journey Level $14.38 1 Yakima Residential Laborers Journey Level $11.02 1 Yakima Residential Marble Setters Journey Level $29.00 1 Yakima Residential Painters Journey Level $16.32 1 Yakima Residential Plumbers & Pipefitters Journey Level $20.55 1 Yakima Residential Refrigeration & Air Conditioning Mechanics Journey Level $28.11 1 Yakima Residential Sheet Metal Workers Journey Level $34.85 5A 1X Yakima Residential Soft Floor Layers Journey Level $17.55 1 Yakima Residential Sprinkler Fitters (Fire Protection) Journey Level $8.55 1 Yakima Residential Stone Masons Journey Level $16.00 1 Yakima Residential Terrazzo Workers Journey Level $8.55 1 Yakima Residential Terrazzo/Tile Finishers Journey Level $17.00 1 Yakima Residential Tile Setters Journey Level $16.78 1 Yakima Roofers Journey Level $12.00 1 Yakima Sheet Metal Workers Journey Level $48.61 5A 1X Yakima Shipbuilding & Ship Repair (Journey Level $8.55 1 Yakima Sign Makers & Installers (Electrical) . Journey Level $14.65 1 Asbestos Abatement Yakima lWorkers Journey Level $17.83 1 Sign Makers & Installers (Non Yakima Electrical) Journey Level $14.65 1 Yakima Soft Floor Layers Journey Level $23.11 5A 1 N Yakima Solar Controls For Windows Journey Level $8.55 1 Sprinkler Fitters (Fire Yakima Protection) Journey Level $26.36 1 Stage Rigging Mechanics Yakima (Non Structural) Journey Level $13.23 1 Yakima Stone Masons Journey Level $40.03 5A 1 M Street And Parking Lot Yakima Sweeper Workers Journey Level $8.55 1 Yakima Surveyors Chain Person $9.25 1 Yakima Surveyors Instrument Person $12.05 1 Yakima Surveyors Party Chief $15.05 1 Telecommunication Yakima Technicians Journey Level $20.00 1 Telephone Line Construction - Yakima Outside Cable Splicer $32.27 5A 2B Telephone Line Construction - Hole Digger /Ground _ Yakima Outside Person $18.10 5A 2B Telephone Line Construction - Yakima Outside Installer (Repairer) $30.94 5A 2B Telephone Line Construction - Special Aparatus Yakima Outside Installer 1 $32.27 5A 2B Telephone Line Construction - Special Apparatus Yakima Outside Installer II $31.62 5A 2B Telephone Line Construction !Telephone Equipment Yakima Outside Operator (Heavy) $32.27 5A 2B Telephone Line Construction - Telephone Equipment Yakima Outside Operator (Light) $30.02 5A 2B Telephone Line Construction - Yakima Outside Telephone Lineperson $30.02 5A 2B Telephone Line Construction - Television Yakima Outside Groundperson $17.18 5A 2B Telephone Line Construction Television Yakima Outside Lineperson /Installer $22.73 5A 2B Telephone Line Construction - Television System Yakima Outside Technician $27.09 5A 2B Telephone Line Construction - Yakima Outside Television Technician $24.35 5A 2B Telephone Line Construction - Yakima Outside Tree Trimmer $30.02 5A 2B Yakima Terrazzo Workers Journey Level $31.90 5A 1M Yakima Tile Setters Journey Level $31.90 5A 1M Tile, Marble & Terrazzo Yakima Finishers Journey Level $27.82 5A 1M Yakima Traffic Control Stripers Journey Level $38.90 5A 1 K Yakima Truck Drivers Asphalt Mix $14.19 1 Asbestos Abatement Yakima Workers Journey Level $17.83 1 Dump Truck & Yakima Truck Drivers T $36.16 61 2G Yakima Truck Drivers Dump Truck(c.wa -760) $36.16 61 2G Yakima ITruck Drivers Mixer Trucks $36.16 61 2G Other Trucks(c.wa- Yakima Truck Drivers 760) $36.16 61 2G Well Drillers & Irrigation Irrigation Pump Yakima Pump Installers Installer $25.44 1 Well Drillers & Irrigation Yakima Pump Installers Oiler $9.20 1 Well Drillers & Irrigation Yakima Pump Installers Well Driller $18.00 1 BENEFIT CODE KEY - EFFECTIVE 09 -01 -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. 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 09 -01 -2010 -2- Q. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND UP TO TEN (10) HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT CHRISTMAS DAY) SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON CHRISTMAS DAY SHALL BE PAID AT TWO AND ONE -HALF TIMES THE 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 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. 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. 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 FLOURS 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. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ' 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. r BENEFIT CODE KEY - EFFECTIVE 09 -01 -2010 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 -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 MONDAY THROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL HOURS WORKED ON SUNDAYS SHALL BE 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 M. 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 OF WAGE. ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON HOLIDAYS SHALL BE 0. 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 RATE OF WAGE. WORKED ON PAID HOLIDAYS SHALL' BE PAID AT TWO AND ONE -HALF TIMES THE HOURLY RATE OF WAGE P. INCLUDING HOLIDAY PAY. ' H. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT 8) HOURS ON SATURDAY AND ALL HOURS WORKED ON WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. 2. 1. ALL HOURS WORKED ON SATURDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE - ' HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND ON LABOR DAY SHALL BE ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. 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 S. HOURLY RATE OF WAGE. ' K. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY. L. ALL HOURS WORKED ON SATURDAYS (OR ON THE REGULAR DAY OFF DURING A WORKWEEK OTHER THAN MONDAY THROUGH FRIDAY) AND HOLIDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE, EXCEPT LABOR DAY WHICH SHALL BE PAID AT DOUBLE THE HOURLY RATE. ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ' M. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ' 0. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. P. THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF ' WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT 8) HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES 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 4A. BENEFIT CODE KEY- EFFECTIVE 09 -01 -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. 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 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. 1- I01-IDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY, AND CHRISTMAS DAY (7). K. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (9). L. HOLIDAYS. NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). M. HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS AND CHRISTMAS DAY (9). N. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (9). P. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AND SATURDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (9). IF A HOLIDAY FALLS ON SUNDAY, THE FOLLOWING MONDAY SHALL BE CONSIDERED AS A HOLIDAY. 5. 6. BENEFIT CODE KEY - EFFECTIVE 09 -01 -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). 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). 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). 1. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). J. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY AFTER CHRISTMAS, AND A FLOATING HOLIDAY (9). L. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY. (8) Q. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY (8). UNPAID HOLIDAY: PRESIDENTS' DAY. BENEFIT CODE KEY- EFFECTIVE 09 -01 -2010 -6- T. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (9). U. HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS DAY, CHRISTMAS DAY (9). 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 FIAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A: $1.00, LEVEL B: $0.75, LEVEL C: $0.50, AND LEVEL D: $0.25 WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - CLASS A SUIT: $2.00, CLASS B SUIT: $1.50, CLASS C SUIT: $1.00, AND CLASS D SUIT $0.50. 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 determinations (360) 902 -5330 questions regarding the policy, WSDOT's Predetermined List, or for of covered and non - covered workers shall be directed to State L &I at ' Supplemental to Wage Rates 09/01/2010 Edition, Published August, 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 - - - -- -- — rt- - -- - -- -- - 3. Prefabricated steel grate suppos 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 09/01/2010 Edition, Published August, 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 i 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 i Sections. X See Std. Plans. 16. Precast Catch Basin - Catch Basin type 1, 1 L, 1 P, and 2 With adjustment sections. See Std. Plans. X Supplemental to Wage Rates 09/01/2010 Edition, Published August, 2010 3 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. 19. Precast Grate Inlet Type 2 with extension and top units. See Std. Plans 20. Metal frames, vaned grates, and hoods for Combination Inlets. See Std. Plans 21. Precast Concrete u Utility 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. ft Vault Risers -For use with Valve Vaults and Utilities Vaults. 23. Valve Vault - For use with underground utilities. X See Contract Plans for details. 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 permanent barrier. 25. Reinforced Earth Wall Panels — Reinforced Earth Wall Panels in size and shape as shown in the Plans. Fabrication plant has annual approval for methods and materials to be used. See Shop Drawing. Fabrication at other locations may be approved, after facilities inspection, contact HQ. 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 09/01/2010 Edition, Published August, 2010 I I I I I I I I I I I I I I I 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 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 of methods and materials to be used. Shop Drawing to be 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. 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. 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 for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)A 33. Monument Case and Cover See Std. Plan. Supplemental to Wage Rates 5 09/01/2010 Edition, Published August, 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 AASHTO -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 09/01/2010 Edition, Published August, 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 Message Std Signing Messa e 43. Cutting & bending reinforcing steel X 44. Guardrail components Custom Standard End Sec Sec f 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 09/01/2010 Edition, Published August, 2010 I WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator ITEM DESCRIPTION YES NO I 53. Fencing materials X 54. Guide Posts 55. Traffic Buttons 56. Epoxy 57. Cribbing 58. Water distribution materials 59. Steel "H" piles 60. Steel pipe for concrete pile casings 61. Steel pile tips, standard X 62. Steel pile tips, custom Supplemental to Wage Rates 8 09/01/2010 Edition, Published August, 2010 I 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 09/01/2010 (See Benefit Code Key) Classification Code Prevailing Overtime Holiday _ Wage Code Code Supplemental to Wage Rates 09/01/2010 Edition, Published August, 2010 9 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 09/01/2010 Edition, Published August, 2010 9 METAL FABRICATION (IN SHOP) EFFECTIVE 09/01/2010 (See Benefit Code Key) Classification Code Prevailing Overtime Holiday Wage Code Code FITTER LABORER LAYEROUT MACHINE OPERATOR PAINTER WELDER MACHINE OPERATOR FITTER WELDER FITTERIWELDER PAINTER FITTER LABORER MACHINE OPERATOR PAINTER WELDER FITTER LABORER MACHINE OPERATOR WELDER Counties Covered: CLARK $27.49 $19.21 $28.77 $28.77 $25.31 $26.89 Counties Covered: COWLITZ $25.33 $25.33 $25.33 Counties Covered: GRANT $10.79 $8.55 Counties Covered: KING $15.86 $9.78 $13.04 $11.10 $15.48 Counties Covered: KITSAP $26.96 $8.55 $13.83 $13.83 1E 1E 1E 1E 1E 1E 1B 1B 1B I I 6H 6H 6H 6H 6H 6H Supplemental to Wage Rates 10 09/01/2010 Edition, Published August, 2010 METAL FABRICATION (IN SHOP) EFFECTIVE 09/01/2010 (See Benefit Code Key) Classification Code Prevailing Overtime Holiday Waqe Code Code Supplemental to Wage Rates 09/01/2010 Edition, Published August, 2010 11 Counties Covered: KLICKITAT, SKAMANIA, WAHKIAKUM FITTERMELDER $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 09/01/2010 Edition, Published August, 2010 11 METAL FABRICATION (IN SHOP) EFFECTIVE 09101/2010 (See Benefit Code Key) Classification Code Prevailing Overtime Holiday Wage Code Code Supplemental to Wage Rates 12 09/01/2010 Edition, Published August, 2010 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 21JI 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 09/01/2010 Edition, Published August, 2010 FABRICATED PRECAST CONCRETE PRODUCTS EFFECTIVE 09/01/2010 ********************************************************************* * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** (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 09/01/2010 Edition, Published August, 2010 13 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 ' 09/01/2010 Edition, Published August, 2010 F 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 09/01/2010 Edition, Published August, 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 09/01/2010 Edition, Published August, 2010 ,,I 1 I PROPOSAL To the City Clerk Yakima, Washington This certifies that the undersigned has examined the location of: City of Yakima Coolidge Road Widening and Paving S.88 th Avenue to S. 80th Avenue City Project No. 2217 Federal Aid No.: CM- 4560(001) and that the plans, specifications and contract governing the work embraced in this improvement, 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 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. 169 ITEM PROPOSAL BID SHEET City of Yakima Coolidge Road Widening and Paving S.88 th Avenue to S. 80th Avenue City Project No. 2217 Federal Aid No.: CM- 4560(001) ITEM PROPOSAL ITEM QTY UNIT UNIT PRICE AMOUNT NO. PAYMENT SECTION DOLLARS DOLLARS 1 SPCC PLAN 1 LS 94-6 , ,4 2 1 -07.15 , 2 MOBILIZATION 1 -09.7 1 LS 5 66 663 5 3 PROJECT TEMPORARY TRAFFIC CONTROL 1 -10.5 1 LS /� '887¢ ��887 4 CLEARING AND GRUBBING 1 LS s 27 // S� �� 7 2 -01.5 .2, 5 SAW -CUT, PER INCH DEPTH 350 LF 10-3 2 -02.5 360— 6 ROADWAY EXCAVATION INCL. HAUL 1320 CY 07 /� 05 a� 6,5-8 7 - CRUSHED SURFACING TOP COURSE (For Trench 1200 TON Backfill) 4 -04.-04. 5 � � $ Z 40 � l 5�8 f 8 CRUSHED SURFACING TOP COURSE (Sidewalk) 4 159 TON p D� / / � -04.5 4-29 fJ `i 46 1 9 CRUSHED SURFACING BASE COURSE 2800 TON 16 6 f 0'-0 p t 7 6 4 -04.5 7 10 ASPHALT TREATED BASE 4 -06.5 2030 TON 48 08 �M " U�C4�_ 11 HMA CL. 1/2 IN., PG 64 -28 1035 TON 67 D� 5 -04.5 7 1 2 JOB MIX COMPLIANCE PRICE ADJUSTMENT 5 -04.5 -1 CALC 13 COMPACTION PRICE ADJUSTMENT' -1 CALC 5 -04.5 14 PLAIN CONC. CULV. PIPE 12 IN. DIAM 35 LF 7 -02.5 15 CORRUGATED POLYETHYLENE CULV. PIPE 12 225 LF DIAM. A 9� ? 753 7- 7 -02.5 °l 16 CORRUGATED POLYETHYLENE STORM SEWER PIPE 12 IN. DIAM. 1220 LF /��� 7 ! 74 -04.5 17 STORMWATER TREATMENT SYSTEM 1 LS 37 7 -04.5 8 18 CATCH BASIN TYPE 1 7 -05.5 19 EA — 3 Ad'tl'endu�m_ Page 1 of 2 9/21/2Or1'0-- II . , Coolidge Road Widening and Paving City Project #2217 (cont.) ITEM PROPOSAL ITEM QTY UNIT UNIT AMOUNT NO PAYMENT SECTION PRICE 19 VANED GRATE FOR CATCH BASIN, TYPE 1 7 19 EA -05.5 20 DRAINAGE RETENTION BASIN W/24 IN. DIAM. PERF. PIPE 346 LF / 7 -05.5 F✓ 21 ADJUST MANHOLE 7 -05.5 4 EA ,1 22 STRUCTURE EXCAVATION CL. 6 INCL. HAUL 7 1720 CY ? A/ 9a 7 -05.5 23 SHORING OR EXTRA EXCAVATION CL. B 7 -05.5 700 LF 0.2c) del 24 ADJUST VALVE BOX 7 EA ��/ 46 l / ,2 7 -09.5 4j 25 SILT FENCE 4940 LF / �g� q 4 33 8 -01.5 ! e 26 ESC LEAD 6 DAY pp J pp Q 8 -02.5 27 CEMENT CONC. TRAFFIC CURB AND GUTTER 8 5265 LF 8 .� �752 -04.5 28 REMOVING AND RESETTING FENCE 8 350 LF Z ° ���70 -12.5 29 REMOVING FENCE 1 FA $5,000.00 8 -12.5 30 CEMENT CONIC. SIDEWALK, 4 IN. THICK 26 SY 8 -14.5 `T1 31 CEMENT CONC. CURB RAMP, TYPE PARALLEL A 8 1 EA � ��� 7 �]^ 6 -14.5 ! 32 MAILBOX SUPPORT TYPE 1 8 -18.5 4 EA 15 c' �9 — 33 REPAIR OR REPLACEMENT 8 -30.5 1 FA $30,000.00 TOTAL: - 4+7 Y Ad'end:urn 1, k Page 2 of 2 9/21/2010 D 4 09/24/2010 12:21 F.0 509 45' 2945 TTC Construction @0002/0003 BID BOND FORM Herewith find deposit in the form of a certified check, cashiers check, or cash in the arnount of $ which amount is not lass than five percant of the total bid. Sign Here BID BOND KNOW ALL MEN BY THESE PRESENTS: That we, TTC Construction, LLC as principal, and _AMED fnG„ranrr, C'nmpanv as Surety, are held and firmly bound unto the City of Yakima, as Obligee, in the penal sum of Five Percent of Amount Bid(5 1701)ollars, 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 fhe Obligee shall make any award to the Principal for City of Yakima — Coolidce Rd Widening & Paving , according to the terms of the proposal or bid made by the Principal therefore, 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, Nay 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. SIGNED, SEALED AND DATED THIS 28th DAY OF September 201 0 TTC Construction, LIZ AMCO Ins incipal Company Surety Repp, Attorney -in -Fact Received return of deposit in the sum of $ 175 .201 Power of Attorney KNOW ALL MEN BY THESE PRESENTS That AMCO Insurance Company, a corporation organized under the laws of the Slate of' Iowa, with its principal office in the City of Des Moines, Iowa, hereinafter called "Company", does hereby make, constitute and appoint GEORGE C. SCHROEDER 1-1. KEITH MCNALLY CHRIS LARSON KATHY GURLEY HEATHER ANDERSON JO ANN MIKKELSEN W. W. WELLER ERIN L. REPP SPOKANE WA each in his individual capacity, its true and lawful Attorney-In-Fact with full power and authority to sign, seal, and execute in its behalf any and all bonds and undertakings and other obligatory instruments of similar nature (except bonds guaranteeing the payment of principal and interest of' notes, mortgage bonds and mortgages) in penalties riot exceeding the sum of ONE MILLION AND NO /100 DOLLARS (S 1,000,000.00 ) and to bind the Company thereby, as fully and to the same extent as if'such instruments were signed by the duly authorized officers of the Company; and all acts of said Attorney pursuant to the authority hereby given are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the following lay -Laws duly adopted by the Board of Directors of the Company. ARTICLE 7 EXECUTION OF CONTRACTS "Section 7.4 Instruments Issued by the Corporation. Bonds, undertakings, and other obligatory instruments of similar nature, other than insurance policies and insurance endorsements, issued by the Corporation shall be validly executed and binding on the Corporation when signed by the President or a Vice President or by the Attorney(s) -In -fact appointed by the President or by a Vice President." "Section 7.5 Appointment of Agents. The President or a Vice President shall have the power to appoint agents of the Corporation, or other persons, as Attorney(s) -In -fact to act on behalf of the Corporation in the execution of bonds, undertakings, and other obligatory instruments of similar nature, other than insurance policies and endorsements, with full power to bind the Corporation by their signature and execution of any such instrument. The appointment of such Attorney(s) -In -Fact shall be accomplished by Powers of Attorney signed by the President or the Vice President." This Power of Attorney is signed and sealed by facsimile under and by the following By -Laws duly adopted by the Board of Directors of the Company. ARTICLE 7 EXECUTION OF CONTRACTS "Section 7.6 Verifications . The Secretary, or any Assistant Secretary, is authorized to certify that any such Power of Attorney signed is validly executed and binding on the Corporation and to certify that any bond, undertaking, or obligatory instrument of similar nature, other than insurance policies and endorsements, to which the Power of Attorney is attached is and shall continue to be a valid and binding obligation of the Corporation, according to its terms, when executed by Attorney(s) -in-fact appointed by the President or Vice President." "Section 7.7 Use of Corporate Seal. it shall not be necessary to the valid execution and binding effect on the Corporation of any bond, undertaking, or obligatory instrument of similar nature, other than insurance policies and endorsements, signed on behalf of the Corporation by the President or a Vice President, or Attorney(s) -In -Fact appointed by the President or a Vice President, or of any Power of Attorney executed on behalf of the Corporation appointing Attorney(s)-in-Fact to act for the Corporation, or of any certificate to be executed by the Secretary or an Assistant Secretary, as hereinabove in Sections 7.4, 7.5, and 7.6 provided, that the corporate seal be affixed to any such instrument, but the person authorized to sign such instrument may affix the corporate seal. A facsimile corporate seal affixed to any such instrument shall be as effective and binding as the original seal." "Section 7.8 Other Facsimile Signatures. A facsimile signature of the President or of a Vice President affixed to any bond, undertaking, or obligatory instrument of similar nature, other than policies and endorsements, or to a Power of Attorney signed by such President or a Vice President, as herein in Sections 7.4 and 7.5 provided, or a facsimile signature of the Secretary or of an Assistant Secretary to any certificate as herein in Section 7.6 provided, shall be effective and binding upon the Corporation with the same force and effect as the original signatures of any such officers." "Section 7.9 Former Officers. A facsimile signature of a former officer shall be of the same validity as that of an existing officer, when affixed to any insurance policy or insurance endorsement, any bond or undertaking, any Power of Attorney or certificate, as herein in Sections 7.1, 7.2, 7.4, 7.5, and 7.6 provided." IN WITNESS WHEREOF, the Company has caused these presents to be signed by its Vice President and its corporate seal to be hereunto affixed this 29 day of 1 E 2008 AMCO INSURANCE COMPANY STATE OF IOWA 1 'S Z - % By: Z� f � Vice President COUNTY OF POLK ss �� "4P On this 29 day of JUNE 20 before me personally came Brett Harman, to me known, who, being by me duly sworn, did depose and say that he is Vice President of AMCO Insurance Company, the corporation described in and which executed the above instrument; that he knows the seal of said corporation, that the seal affixed to said instrument is such corporation seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he has signed his name thereto pursuant to like authority, and acknowledged the same to be the act and deed of said corporation. mar SAPIDYALITZ Sandy Alitz ffi� � rhmow es Notary Public in and for the State of Iowa CERTIFICATE 1, the undersigned, Assistant Secretary of AMCO Insurance Company, a corporation organized under the laws of the State of Iowa, do hereby certify that the foregoing Power of Attorney is still in force, and further certify that Sections 7.4 through 7.9 inclusion of Article 7 of the By -Laws of the Company set forth in said Power of Attorney are still in force. IN TESTIMONY WHEREOF, I have subscribed my name and affixed the seal of the company this t;i�YT�aY of JC1Jt'li 2010 ^ 20570 / This Power of Attorney expires / : gj„ / �s.stantecret Aary 06/29/11 /� •s.o,.;. Bda 1 (03 -08) 00 �,��� NON - COLLUSION DECLARATION ' I, 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. 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 To report bid rigging activities call: 1-800-424-9071 ' 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. 177 Certification for Federal -Aid Contracts The prospective participant certifies by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: (1) 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. ' (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. DOT Form 272 -040 EF Revised 1/2000 179 NON - DISCRIMINATION PROVISION 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 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, 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." 181 IWOMEN 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. t 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 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. 183 RESOLUTION NO. D " 4 8 16 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- 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: 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. ,Q ADOPTED BY THE CITY COUNCIL this ti day of 1983. ATTEST: City Clerk 185 IAFFIRMATIVE 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 subject to these Bid Conditions hereby agree to inform their subcontractors of their respective obligations under the t terms and requirements of these Bid Conditions, including the provisions relating to goals of minority and women employment and training. 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 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. ' f. The contractor shall disseminate his EEO policy externally by informing and discussing it with all recruitment sources; by advertising in news media, specifically 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 ' 187 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 to recruit their friends and relatives. i. The contractor shall validate all man specifications; selection requirements, tests, etc. The contractor shall make every effort to promote after school, summer and vacation employment to minority youth. 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 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. 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. 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. 188 Adw Washington State ®® Department of Transportation Disadvantaged Business Enterprise Utilization Certification To be eligible for award of this contract the bidder must fill out and submit, as part of its bid proposal, the following Disadvantaged Business Enterprise Utilization Certification relating to Disadvantaged Business Enterprise (DBE) requirements. The Contracting Agency shall consider as non - responsive and shall reject any bid proposal that does not contain a DBE Certification which properly demonstrates that the bidder will meet the DBE participation requirements in one of the manners provided for in the proposed contract. If the bidder is relying on the good faith effort method to meet the DBE assigned contract goal, documentation in addition to the certificate must be submitted with the bid proposal as support for such efforts. The successful bidder's DBE Certification shall be deemed a part of the resulting contract. Information on certified firms is available from OMWBE, telephone 360 - 753 -9693. %`TC LLG certifies that the Disadvantaged Business Enterprise Name of Bidder (DBE) Firms listed below have been contacted regarding participation on this project If this bidder is successful on this project and is awarded the contract, it shall assure that subcontracts or supply agreements are executed with those firms where an "Amount to be Applied Towards Goal" is listed. (If necessary, use additional sheet.) Name of DBE - Certificate Number Project Role * Description of Work Amount to ** be Applied Towards Goal /' 2. 3. 4. 5. 6. 7. 8. 9. 10, Disadvantaged Business Enterprise Subcontracting Goal: 5% DBE Total $ 44,71-3 * Regular Dealer status must be approved prior to bid submittal by t of Equal Opportunity, Wash. State Dept. of Transportation, on each contract. ** See the section "Counting DBE Participation Toward Meeting the Goal" in the Contract Document. * ** The Contracting Agency will utilize this amount to determine whether or not the bidder has met the goal. In the event of an arithmetic difference between this total and the sum of the individual amounts listed above, then the sum of the amounts listed shall prevail and the total will be revised accordingly. DOT Form 272 -056 EF Coolidge Road Widening & Paving - Addendum #2 Revised 7107 SEP -2e -2010 oe:42A FROM: acr'GL`LU 1 U WCU U0--3U ru1 UfIWpC TO:4572945 P.2 MA MU. JODUGQ I U 1 U r. UC/ UJ �.. .r., DAYS a MAILEC) a STATE Of WASHINGTON 'NI`'14LS (,)F[-'IC�F OF MINORrrY AND WOMEN'S BUSINESS ENTERPR S _14 40i, WAITR STREET 5W • POST OFFICE BOX 41160 • OLYMPIA, WASHINGTON 9 "'I160 (360) 753 -9693 • FAX (360) 506.7079 June 12, 2008 Gr1I.BT?.R1' PAT'1'FRSON G I I .BERT PA'n"EKSON CONCRETE PO BOX 262 WAPK I'O, WA 98951 Certifica{ ion identification Number: D5M9620363 Dear Business Owner: Congrat►alationsl Your business has been certified as a Minority Business Enterprise (Mill~:) for IIIO State program and as a Disadvantaged Business lnterprise (ARE) for the Federal program. This certification is issued in compliance with U.S. Department of TranspoTlation requirements under Chapter 49 Code of Federal Regulation (CFR), Fart 26. Its certification anaiveisaty date is June 12, 2011. ]'he firm's cetlification is based on the following- Business Description: CONCRI TIT CURBS, SIDEWALKS, DRIVEWAYS, ENTRY WALKS AND LANDSCAPING SEMCES, RETAINING WAILS. Primary North American Industry Classification System (NAICS) Code: 2'38110 - POURED CONCRETE FOUNDATION AND STRUCTURE CONTRAC'Y'ORS Other NAiCS cocks: 561730 - t.A'NDSCAPI.NCG SM- VICES The state and federal programs require the firm be reviewed for recertification every three years from Its anniversary date. The federal program also requires the fum's owner submit an an idavit ragnrding the firm's continued eligibility each. year on its anniversary data. OMWl3R will send the necessary forms for you to complete approximately suety (60) days prior to their due data. If the forms are timely submitted, the firm will remain certified pending completion of OM W BE's review. Failure to timely submit the forms may result in the firm being decertified (state program) find /or determined to have failed to cooperate (federal program), in which ease the finn's federal certification may be removed. The slate and federal programs require the firm to notify OMWBE in writing of any changes in ils ownership, control, Size or activities, and provide supporting documentation dcseribing the change(s). This information Tnusr be submitted within thirty (30) days of the change(s). SEP -28 -2010 08:42A FROM: vr;v'• v• cviv Ir•vlRa, Company Name: Address: Name & Title: Date: TO:4572945 VVJ JVL VVUI nv•vvvv 91a11% -Ivia agree to provide the services to I . Inc., per our attached quote for the following project; N• - Bid date & Time: I agree that Should 10 awarded this project (Company Name) ,_wfl! be In agreement with their commitment for this project and will enter Into a binding sub - contract for the services as outlined In our attached quote. I certify that (Company Name)__ 1 ,bor� presently debarred from bidding/working on any Federal, State or Public Works Project at this time. DBE Certification # :_ J04 9& X 363 NAICS State ContracItpir Registration*: -Expires: Signatur Date P.3 OMWBE Directory Profile: GILBERT PATTERSON CONCRETE Name: GILBERT PATTERSON CONCRETE Business Description: CONCRETE CURBS, SIDEWALKS, DRIVEWAYS, ENTRY WALKS AND LANDSCAPING SERVICES, RETAINING WALLS. Street: PO BOX 262 City: WAPATO State: WA Zip: 98951 Voice: (509) 877 -6677 Fax: (509) 877 -6677 E -mail: Contact: PATTERSON GILBERT Owner: PATTERSON GILBERT Certification No.: D5M9620363 Washington Cert.: MBE Federal Cert.: DBE Prime NAILS: 238110 2nd NAICS: 561730 3rd NAICS: 4th NAICS: 5th NAICS: 6th NAICS: 7th NAICS: 8th NAICS: Copyright 1995- 2008BIP Software, Inc. All Rights Reserved. Contractor and Subcontractor or �APWashington State Lower Tier Subcontractor Department of Transportation Certification for Federal -Aid Projects (Required for each Subcontractor or Lower Tier Subcontractor on all Federal -Aid projects) Contract Number Federal -Aid Number State Route Number c;:)-/-7- CM- 2<6orool) Subcontractor or Lower Tier Subcontractor To be signed by proposed subcontractor or lower tier subcontractor 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 certify the above statement to be true and correct. Company Signature Title Contractor Certification To be completed and signed by the contractor Date 1. �L A written agreement has been executed between my firm and the above subcontractor. 2. ❑ A written agreement has been executed between (the subcontractor) and the above lower tier subcontractor. All documents required by the special provision entitled "Required Federal -Aid Provisions" are included in the agreement for (1) or (2) marked above. I certify the above statements under Contractor Certification to be true and correct. Company Signature �_� d n1,r iQ� � Date S- ' <0 Title DOT Form 420 -004 EF Revised 03/2008 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. C OK.�7- �,l�lG7? -, z-GC certifies that: (BIDDER) 1. It intends to use the follo 'ng listed construction trades in the work under the contract ,A.-" and; as to those trades for which it is required by these Bid Conditions to comply with these Bid 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: 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. (Signature of Authorized Representative of Bidder) 189 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 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. 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 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. 193 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 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. 194 1 1 PROPOSAL Coolidge Road Widening and Paving S.88 th Avenue to S. 80th Avenue City Project No. 2217 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 CERTIFIED CHECK PROPOSAL BOND 0 DOLLARS ❑ ($ ) PAYABLE TO THE STATE TREASURER X IN THE AMOUNT OF 5% OF THE BID ** Receipt is hereby acknowledged of addendum(s) No.(s ;� / O PoQ00N. Q Sol -¢S7 PHONE NUMBER W,6, SIGNATURE OF AUTHORIZED OFF!,CIAL(s) FIRM NAM LL (ADRESS) ' �i4,r'��►�4, Gy� :rl�9e � STATE OF WASHINGTON CONTRACTORS LICENSE NUMBER OG- ®D3�lf FEDERAL ID No. L,? l oz 0 �- o �O l WA STATE EMPLOYMENT SECURITY REFERENCE NO. 11" /l�' 6 a DO 7" (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 communication. 195 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 less than 5% of the total amount bid and may be shown in dollars or on a percentage basis. C. SUBCONTRACTOR LIST (required for contracts greater than $1,000,000) The form must be filled in for the specific trades listed. Failure to provide a complete subcontractor list at time of bid WILL NOT render the bid non - responsive, except for the specific trades listed. 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 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. 197 3 m 0 ,yA 20+ 5 s� 6 "OR 12" Q G #3 BAR EACH CORNER #3 BAR EACH SIDE #3 BAR EACH WAY ONE #3 BAR HOOP FOR 6" HEIGHT TWO #3 BAR HOOPS FOR 12" HEIGHT RECTANGULAR ADJUSTMENT SECTION �NOTi. PRECAST BASE SECTION PIPE ALLOWANCES Logy MAXIMUM PIPE MATERIAL INSIDE DIAMETER REINFORCED OR 12' PLAIN CONCRETE ALL METAL PIPE 15" CPSSP * 12, (STD. SPEC. &-05.20) STANDARD PLAN B- 5.20 -00 SOLID WALL PVC 1s" (STD. SPEC. 9. 05.12(1)) PROFILE WALL PVC 15" (STD. SPEC. 9-05.12(2)) * CORRUGATED POLYETHYLENE STORM SEWER PIPE #3 BAR EACH CORNER 18" MIN #3 BAR HOOP NOTES 1. As acceptable alternatives to the rebar shown in the PRECAST BASE SECTION, fibers (placed according to the Standard Specifications), or wire mesh having a minimum area of 0.12 square inches per foot shall be used with the minimum required rebar shown in the ALTERNATIVE PRECAST BASE SECTION. Wire mesh shall not be placed in the knockouts. 2. The knockout diameter shall not be greater than 20 ". Knockouts shall have a wall thickness of 2" minimum to 2.5" maximum. Provide a 1.5" minimum gap between the knockout wall and the outside of the pipe. After the pipe is installed, fill the gap with joint mortar in accordance with Standard Specification 9 -04.3. 3. The maximum depth from the finished grade to the lowest pipe invert shall be 5'. 4. The frame and grate may be installed with the flange up or down. The frame may be cast into the adjustment section. 5. The Precast Base Section may have a rounded floor, and the walls may be sloped at a rate of 1:24 or steeper. 6. The opening shall be measured at the top of the precast base section. 7. All pickup holes shall be grouted full after the basin has been placed. SEE NOTE 1 ALTERNATIVE PRECAST BASE SECTION �w r. w Logy SOP WA9y� �0 AC7' ,PQ01 STS �S�ONAl, EXPIRES JULY I. 2007ii CATCH BASIN TYPE 1 STANDARD PLAN B- 5.20 -00 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Harold J. Peterkso 06 -01 -06 are _ arw ao" �on� WO W-M-pbn Sb Dpm f Tim —i.. CENTRAL 712" TRUCK NOTE ISLAND APRON 512" 2" 1. See Standard Plan F -30.10 for Curb Expansion and Contraction Joint spacing. 12" R. 1' R _ FACE OF CURB STRUCK ROUNDABOUT LANE TRUCK 1' -0" ROUNDABOUTIJWE APRON APRON 8" b 7' 3" FACE OF CURB 7" 3" FACE OF CURB MATCH TRUCK MATCH TRUCK 1- R 12' R. D APRON SLOPE APRON SLOPE MATCH ROUNDABOUT CEMENT CONCRETE OR D TRUCK APRON i2" R. /j 12' R 12' R. /� 12' R. LANE CROSS SLOPE ASPHALT CONCRETE b TRUCK APRON -� '/ TRUCK APRON '/ 12'R SIDEWALK OR PATH ROUNDABOUT LANE °. � � � ROUNDABOUT LANE 378' RE MOLDED JOINT FILLER D eo (WHEN ADJACENT TO CEMENT ' n ' b CONCRETE SIDEWALK) s 12" CEMENT CONCRETE PEDESTRIAN CURB ROUNDABOUT CENTRAL ISLAND ROUNDABOUT TRUCK APRON ROUNDABOUT TRUCK APRON CEMENT CONCRETE CURB CEMENT CONCRETE CURB CEMENT CONCRETE 6" CEMENT CONCRETE 12' R CURB RAMP, LANDING, CURB AND GUTTER 1 R OR DRIVEWAY VARIES FACE OF CURB VARIES 12" TO 24" FACE OF CURB FACE OF CURB FACE OF CURB FROM S" TO 0" VARIES 1" 10" TO 22' 1" B 12' 8 12" VARIES FROM O TO O", SLOPE (SEE CONTRACT) 5112" 1" VARIES ON DE OF CURB 1" R 3I8" PREMOLDED MATCH ROADWAY ` ' R 1" R. MATCH ROADWAY 12" R 1"k MATCH ROADWAY MATCH ROADWAY JOINT FILLER SLOPE b 12' R SLOPE SLOPE SLOPE 12" R � °. ° ROADWAY b 12 " R 12R. ROADWAY 2 ROADWAY CEMENT CONCRETE ROADWAY 0 'z.0 % PEDESTRIAN CURB ° D ' ° __ ____ 1"R. � D D AT CURB RAMPS, LANDINGS, w N AND DRIVEWAY ENTRANCES ro . D tO FLUSH WITH GUTTER PAN AT CURB D RAMP ENTRANCE - 12" VERTICAL LIP 11 12' 11 '10— 1' - 6' i 1 _6" AT DRIVEWAY ENTRANCE J DUAL -FACED CEMENT CONCRETE CEMENT CONCRETE DEPRESSED CURB SECTION a TRAFFIC CURB AND GUTTER TRAFFIC CURB AND GUTTER AT CURB RAMPS AND FEN�0 DRIVEWAY ENTRANCES �� OF WASy7� Ix FACE OF CURB VARIES 12" TO 24" FACE OF CURB FACE OF CURB [C 5d5dtld Y m FACE OF CURB VARIES 7114* 1" 10" TO 22" 1' 8 12" �O 38298 O �� d p (SEE CONTRAI 3' 4' 9 512' 1" 1 12' R. ANA. 1 "R. 1 "R 11T R. 1'R 12 "R. ��aNAL �'� d l!p ROADWAY ° ROADWAY to ROADWAY ° b ROADWAY5�2� D D CEMENT CONCRETE CURBS D D ° D o STANDARD PLAN F- 10.12 -01 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Pasco Bakodch /it 06 -03 -10 e1AlE 0E &OM ObI1EIIt OAIE DUAL -FACED CEMENT CEMENT CONCRETE MOUNTABLE CEMENT Wedd.,M she. D.p,m .fT,mepaft0- CONCRETE TRAFFIC CURB TRAFFIC CURB CONCRETE TRAFFIC CURB To 7 N Y m 0 M M ' M M ' M M M M M M M M M M M M M 5.0"R. 131- 0 1/4" Z 5 -0314' x 5.03/4' 3/8' PRE MOLDED JOINT FILLER 2 r r tV CEMENT CONCRETE v CURB AND GUTTER 5 -0"R. 5' -0"R. RECTANGULAR FRAME AND GRATE - NOT GUTTER PAN INCLUDED IN CURB AND GUTTER BID ITEM NOTES PLAN VIEW 1. The intent of this design is to facilitate the compaction of Hot Mix Asphalt pavement adjacent to a drainage structure. CENTERLINE OF FRAME r CATCH BASIN GUTTER PAN FACE OF �— g GRATE - SEE NOTE 2 2. The centerline of the drainage structure may differ from the is CURB centerline of the frame and grate. I( Y - 10 VARIES 12' 8 12' 13' 8 12' 1'- B' - 2'- 10 12' (1AS') FACE OF CURB 5 12" 1" SLOPE THE GUTTER PAN DOWN TO 5 12" 1" 112'R. 1' RJ11R;o MATCH THE RECTANGULAR FRAME 12" R 1" R MATCH ROADWAY ROADWAY SLOPE }— SLOPE ° . RECESS S" TOP OF I 1• R. TOP OF >w ' / 12" 12' R. ROADWAY ° 12' R. ROADWAY J. D.4 g x ° r SECTION ADJUSTMENT SECTION -NOT INCLUDED O •'�'8 � IN CURB AND GUTTER BID ITEM DRAINAGE STRUCTURE - NOT INCLUDED ^ ° IN CURB AND GUTTER BID ITEM SECTION O 0 . 024035 was A Q. p tl I STS R NAL Ito EXPIRES JULY 27, 2007 NO CEMENT CONCRETE CURB AND GUTTER PAN a, STANDARD PLAN F- 10.16 -00 " `;•s. - - RN, SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION ISOMETRIC VIEW Kevin J. Dayton 12-20 -06 wa.nlxa�x smi. o.v.nx.�axeTbx i M = = == M M i M M M M = = == M 16- 0" MAX - SEE CONTRACT PLANS 15'- (" MAX. - SEE NOTE 7 -4' -M MIN SEE NOTE 7 SIDEWALK GRADE BREAK GRADE BREAK v 8.3% MAX 8.3% MAX. GRADE BREAK 2.0% MAX. CURB RAMP LANDING CURB RAMP 318" EXPANSION JOINT (TYP.) - SEE STANDARD PLAN F -30.10 SECTION O "CEMENT CONGRET PARALLEL A" PAY ISOMETRIC VIEW TYPE PARALLEL A PAY LIMIT 15'- 0" MAX ^ ISEE CONTRACT PL SEE NOTE 7 -4' -P MIN SIDEWALK GRADE BREAK .. 8.3% MAX. GIt• 2.0% MAX. �- CURB RAMP LANDING 3B' EXPANSION JOINT (TYP.) - SEE STANDARD PLAN F-30.10 SECTION O 'CEMENT CONCRETE CURB RAMP TYPE PARALLEL PEDESTRIAN CURB - SEE STANDARD PLAN F -10.12 ISOMETRIC VIEW TYPE PARALLEL B PAY LIMIT FEN °6 y��qC OF wASy�2B08 aa ? A�0IS9810 PARALLEL CURB RAMP STANDARD PLAN F- 40.12 -01 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Pasco Bakotich N 0 6-03.10 Ask STATE OEBIGN EINiO ®t MTE T w `Al� tea. o.Prm.n ar 1.�onato� NOTES Provide a separate curb ramp for each marked or unmarked crosswalk. SEE CONTRACT PLANS SEE CONTRACT PLANS - 4' - W MIN. I - 4' - 0' MIN. I 318' EXPANSION JOINT (TYP.) PEDESTRIAN CURB 318' EXPANSION JOINT (TYP.) PEDESTRIAN CURB - SEE NOTE 4 _1. Curb ramp location shall be placed within the width of the associated crosswalk, or as shown in the Contract Plans. - SEE STD. PLAN F -30.10 LANDING I ^ SEE NOTE 4 - SEE STANDARD PLAN F -30.10 LANDING 2. Where "GRADE BREAK" Is called out, the entire length of the grade break between the two adjacent surface planes shall be flush. SIDEWALK B CURB AND GUTTER - ' 3. Do not place gratings, junction boxes, access covers, or other appurts- o �. _,. SIDEWALK r nances In front of thre curb ramp or on any part of the curb ramp or landing. 3" R. :.::_..:....... .::::::::::::_::::::::: 4. See Contract Plans for the curb design specified. See Standard Plan CURB & GUTTER SEE cormucr PLANS F -10.12 for Curb, Curb and Gutter, and Pedestrian Curb Details. - 4' - 0" MIN. [TYP.) CURB RAMP CURB RAMP DETECTABLE WARNING SURFACE CURB RAMP DETECTABLE WARNING SURFACE SEE CONTRACT PLANS \ . ^ SEE STANDARD PLAN F•45.10 5. See Standard Plan F -30.10 for Cement Concrete Sidewalk Details. FACE OF CURB - SEE STANDARD PLAN F -46.10 ^ 4' - 0' N. See Contract Plans for width and placement of sidewalk. (r FACE OF CURB (i DEPRESSED CURB & GUTTER DEPRESSED CURB &GUTTER CROSSWALK CROSSWALK 6. The Bid Item "Cement Concrete Curb Ramp Type _" does not include W D _.__.. o �. the adacent Curb, Curb and Gutter, Pedestrian Curb or Sidewalks. - ' J 7aW' 7. The curb ramp maximum running slope shall not require the ramp length PLAN VIEW DETECTABLE WARNING SURFACE GRADE PLAN to exceed 15 feet to avoid chasing the slope indefinitely when connecting LL TYPE PARALLEL A - SEE STANDARD PLAN F45.10 BREAK TYPE PARALLEL B to stee p g rades. When applying the 15 foot max length, the running slope m COUNTER SLOPE of the Curb ramp shall be as flat as leasable. SEE CONTRACT PLANS 5.0% MAX - c -anaN GRADE 8. Curb ramp, landing, & flares shall receive broom finish. See Standard VARIES BREAK SpeClBcatlons 8-14. ([� 20% MAX I LEGEND ROADWAY - SLOPE IN EITHER DIRECTION CEMES CONCRETE DEPRESSED LANDING PEDESTRIlW CURB CURB & GUTTER - SEE STANDARD PLAN F -10.12 - SEE NOTE 8 & 4 gECTION O 16- 0" MAX - SEE CONTRACT PLANS 15'- (" MAX. - SEE NOTE 7 -4' -M MIN SEE NOTE 7 SIDEWALK GRADE BREAK GRADE BREAK v 8.3% MAX 8.3% MAX. GRADE BREAK 2.0% MAX. CURB RAMP LANDING CURB RAMP 318" EXPANSION JOINT (TYP.) - SEE STANDARD PLAN F -30.10 SECTION O "CEMENT CONGRET PARALLEL A" PAY ISOMETRIC VIEW TYPE PARALLEL A PAY LIMIT 15'- 0" MAX ^ ISEE CONTRACT PL SEE NOTE 7 -4' -P MIN SIDEWALK GRADE BREAK .. 8.3% MAX. GIt• 2.0% MAX. �- CURB RAMP LANDING 3B' EXPANSION JOINT (TYP.) - SEE STANDARD PLAN F-30.10 SECTION O 'CEMENT CONCRETE CURB RAMP TYPE PARALLEL PEDESTRIAN CURB - SEE STANDARD PLAN F -10.12 ISOMETRIC VIEW TYPE PARALLEL B PAY LIMIT FEN °6 y��qC OF wASy�2B08 aa ? A�0IS9810 PARALLEL CURB RAMP STANDARD PLAN F- 40.12 -01 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Pasco Bakotich N 0 6-03.10 Ask STATE OEBIGN EINiO ®t MTE T w `Al� tea. o.Prm.n ar 1.�onato� i W Ix W m S 0 M M M M M M M M M M M ! M M M M M M M POST - SEE STD. SPEC. 8.01.3(9)A GEOTEXTILE COMPACTED b NATIVE SOIL fV FLO a SEE NOTE 3 BURY GEOTEXTILE z4" IN TRENCH NOTE DURING EXCAVATION, MINIMIZE DISTURBING THE GROUND TYPICAL SPLICE .` AROUND TRENCH AS MUCH AS IS FEASIBLE AND SMOOTH - SEE DETAIL ? SURFACE FOLLOWING EXCAVATION TO AVOID CONCENTRATING FLOWS. SECTION GEOTEXTILE FOR TEMPORARY SILT FENCE SEE STANDARD SPECIFICATION SECTION "&2 (IN TABLES o� POST Q0 NOTES 1. Maximize detention of storrmwater by placing fence as far away from toe of slope as possible without encroaching on sensitive areas or outside of the clearing boundaries. 2. Install silt fencing along Contours. 3. Install the ends of the silt fence to point slightly up -slope to pre- vent sediment from flowing around the ends of the fence. 4. Perform maintenance in accordance with Standard Specifications 8.01.3(8)A and 8.01.3(16). TYPICAL SILT FENCE WITHOUT BACKUP SUPPORT STAPLE (TYPICAL) .. STATE OF M (�(� WASHINGTON REGISTERED SEEN T E 3 ISOMETRIC (4 PER POST) ))� \% LANDSCAPE ARCHITECT MARK W.MAURER CERTIFICATE NO. 000598 FABRIC (GEOTEXTILE) core �x.w.wexorAUau.a ewrov. (TYPICAL) oeneurwemwicnnraTe newarw.,mmsrreen�a.vo A/MTIDMM.GIOI P l®/p HEATTE xA,f/,oNl df.1206Y1I� p lRlgomAlinl A NOV WYeeMAxmuW RGEiT. SILT FENCE STANDARD PLAN 1- 30.15 -00 SPLICED FENCE SECTIONS SHALL BE CLOSE ENOUGH TOGETHER TO PREVENT SHEET 1 OF 1 SHEET SILT LADEN WATER FROM ESCAPING THROUGH THE FENCE AT THE OVERLAP. APPROVED FOR PUBLICATION JOINING SECTIONS SHALL NOT BE PLACED IN LOW SPOTS OR IN SUMP LOCATIONS. - Pasco Bakodch /it 08 -11 -09 SPLICE DETAIL Allk erATEDEmaxEHaraEee DATE W-hi o n Sb D.porlm.nt of T�mspwNtlen 2 NOTES 0 1. Size the Below Inlet Grate Device (BIGD) for the storm water structure it will service. 2. The BIGD shall have a built -in high -flow relief system (overflow bypass). m 3. The retrieval system must allow removal of the BIGD without spilling the 0 collected material. 4. Perform maintenance in accordance with Standard Specification 8- 01.3(15). 5" MAX. DRAINAGE GRATE TRIM GRATE FRAME ;\ n d D \ / SEDIMENT AND DEBRIS 4 \ / OVERFLOW BYPASS BELOW INLET GRATE DEVICE FILTERED J ° WATER � 0 Q Q SECTION VIEW NOT TO SCALE DRAINAGE GRATE - RECTANGULAR GRATE SHOWN RETRIEVAL SYSTEM (TYP.) BELOW INLET GRATE DEVICE OVERFLOW BYPASS (TYP.) STATE OF WASHINGTON REGISTERED LANDSCAPE ARCHITECT MARK W.MAURER CERTIFICATE NO. 000598 STORM DRAIN INLET PROTECTION STANDARD PLAN 1 -40.20 -00 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Pasco Bakodch Ill 09 -20-07 YtAIE OF£pY BIOWFEII MiE 7 w° ue. s o.PmnY«Y Y1 T mapaaelbn z m w �m 0 LONGITUDINAL BUFFER SPACE B POSTED SPEED (MPH) 25 30 35 40 45 LENGTH B (FEET) 55 85 120 170 270 CHANNELIZING DEVICE SPACING POSTED SPEED (MPH) IN TAPER (FEET) IN TANGENT (FEET) 35145 30 e0 25130 20 40 a a x x W20-1 ROAD WORK �✓2� AHEAD ONE LANE ROAD AHEAD ENO G20-2A ROAD WORK q SIGN SPACING = X RURAL ROADS 45155 MPH 50D t RURAL ROADS 6 URBAN ARTERIALS 35140 MPH 350' z RURAL ROADS, URBAN ARTERIALS, 25 130 MPH 200' t RESIDENTIAL 8 BUSINESS DISTRICTS URBAN STREETS 25 MPH OR LESS 100' ! ALL SIGNS ARE BLACK ON ORANGE UNLESS DESIGNATED OTHERWISE ALL SIGN SPACING MAY BE ADJUSTED TO ACCOMMODATE AT -GRADE INTERSECTIONS AND DRIVEWAYS. Ri -2 VV2014 RAN ° ® ° CHANNEUZJNG DEVICES ® v 3-2 E LANE FLASHING WARNING LIGHT ROAD <O:HEAO R1 -2a ONCONINB \ \�/ BIW TRAFFIC B i 100' MAX. 15' X X ® ON; RKAREA� ® 1 a ®® 0 s N LEGEND N SIGN LOCATION ° ® ° CHANNEUZJNG DEVICES ® BARRICADE —TYPE 3 L FLASHING WARNING LIGHT W1JR q 0 N NOTES 1. This plan Is Intended for use on roadways when traffic volumes create sufficient gaps for motor vehicles to yield. 2. Steady Burning Warning Lights (Type C per MUTCD) shall be used to mark Channel'Iz1ng Devices at night 3. Adequate sight distance shall be provided for drivers to see opposing traffic, otherwise use flaggers and/or Temporary Signal. 4. Extend Channelizing Device taper across shoulder - recommended. 5. Post mount signs when In place for 3 days or longer. 6. For speed limit 35 mph or higher replace W1 -3R with W14R. 7. For signs size refer to Manual on Uniform Traffic Control Devices (MUTCD) and WSDOT Sign Fabrication Manual M55-05. 8. Consider using a PCMS for additional advance warning. v�rzo -1 ROAD WORK AHEAD I N p a END G20-2A NOAD WORK FOR LOCAL AGENCY USE ONLY NOT FOR USE ON STATE ROUTES Ig �eot5335 ��70NAL �`yG E %PARES AUGUST 9. 2009�� LANE CLOSURE WITHOUT FLAGGERS — LOW VOLUME ROAD STANDARD PLAN K- 20.20 -01 SHEET i OF 1 SHEET APPROVED FOR PUBLICATION Pasco BakoUch W10-12-07 RATE°3°x Bg - M. Twd&V- s°" D.p. e f T' ..p k °°n w °o Z7 W m O 6 TO 12' EDGE OF TRAVELED WAY I SIGN INSTALLATION (FILL SECTION) 8' TO 12' r SHOULDER 6 MIN. 3' MIN. EDGE OF TRAVELED WAY FACE OF BARRIER OR GUARDRAIL SIGN INSTALLATION (BEHIND TRAFFIC BARRIER) SIGN IT TO 12' SHOULDER 2' MIN. 0• MIN. EDGE OF 3• MAX, TRAVELED WAY 1< CURB FACE CURB SIGN INSTALLATION (CURB SECTION) 6 TO 1T SHOULDER t 6 MIN. SIGN EDGE OF 0" MIN. TRAVELED 3• MAX .s WAY V V PRIMARY SIGN SUPPLEMENTAL PLAQUE SIGN WITH SUPPLEMENTAL " PLAQUE INSTALLATION (FILL SECTION) PRIMARY SIGN SUPPLEMENTAL PLAQUE IF TO 12' HEIGHT V SHOULDER TO BOTTOM OF SIGN TO BOTTOM OF SIGN EDGE OF i��°•. (WHEN REQUIRED) TRAVELED WAY 6 MINIMUM V MINIMUM URBAN T MINIMUM 6 MINIMUM "4th EDGE OF SIGN SHALL 4" i NOT INTRUDE ON EDGE OF SIDEWALK CURB FACE V SIDEWALK CURB SIGN INSTALLATION (SIDEWALK AND CURB SECTION) 6 TO 12' SHOULDER 6 MIN. 4' EDGE OF TRAVELED �s WAY I �I V DITCH SIGN INSTALLATION (DITCH SECTION) NOTES 1. For sign Installation details, see Std. Plan G - series. 2. In rural areas, the "V" Height can be a minimum of 7 feet for primary signs and 6 feet for the supplemental plaques for greater visibility, as directed by the engineer. 3. The -V" height for signs, with an area of more than 50 square feet and two or more sign supports, is 7 feet in both rural and urban areas. �g J. 7' p SIGN Z' Shy 0 .QB 25335 40 Q L 3 �i II S TEQ` t� Stl EXPIRES AUGUST 9, 2007 Nil CLASS A CONSTRUCTION SIGNING INSTALLATION STANDARD PLAN K- 80.70 -00 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Ken L. Smith 02 -21-07 UA.OFBIOX BIOtMiPI M. look T Waodng � Skft oopwft.a.rT—iommian HEIGHT V TO BOTTOM OF SIGN TO BOTTOM OF (NO SUPPLEMENTAL SUPPLEMENTAL PLAQUE PLAQUE) (WHEN REQUIRED) RURAL 6 MINIMUM V MINIMUM URBAN T MINIMUM 6 MINIMUM �g J. 7' p SIGN Z' Shy 0 .QB 25335 40 Q L 3 �i II S TEQ` t� Stl EXPIRES AUGUST 9, 2007 Nil CLASS A CONSTRUCTION SIGNING INSTALLATION STANDARD PLAN K- 80.70 -00 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Ken L. Smith 02 -21-07 UA.OFBIOX BIOtMiPI M. look T Waodng � Skft oopwft.a.rT—iommian ' THROUGH JOINTS ON EACH SIDE OF AND AROUND EACH UTILITY APPURTENANCE. 7HANDICAP SIZE AND POSITION, DARD DETAILS. SIDEWALK JOINTING SEE PLANS 0.33' CEMENT CONCRETE COLD JOINT S = 0.02 ft/ft _ t ➢ COMPACTED ' SUBGRADE SEE PLANS 0.17' MIN. CSTC (COMPACTED DEPTH) 4" STANDARD SECTION t COLD JOINT S = 0.02 ft/ft 0.5' CEMENT CONCRETE COMPACTED SUBGRADE 0.17' MIN. CSTC (COMPACTED DEPTH) 6" SIDEWALK SECTION ' NOTES 1. THROUGH JOINTS WITH 3/8" JOINT MATERIAL SHALL BE PLACED AT 20' INTERVALS OR MATCH EXISTING CURB JOINTS. 2. 1 1/2" DEEP DUMMY JOINTS SHALL BE SCORED INTO THE CONCRETE AT ALTERNATING 10' INTERVALS. 3. "V" GROOVES SHALL BE PLACED AT 5' INTERVALS. 4. ALL JOINTS, "V" GROOVES, AND EDGES SHALL BE FINISHED WITH AN EDGER HAVING A 1/4" RADIUS. ' 5. SEE PLANS FOR WIDTH AND POSITION OF SIDEWALK. 6. WSDOT CLASS 3000 CONCRETE WITH COARSE AGGREGATE GRADING NO. 5. op �. City Of Yakima City f Yakima - Standard Detail Engineering En y �,. g g Division CEMENT CONCRETE SIDEWALK R5 ' 129 North Second Street •„m Yakima, Washington NOT TO SCALE Revision 05 -2009 END SECTION LENGTH SHALL BE AT LEAST SIX TIMES THE DIAMETER OF THE PIPE (SEE STD. SPEC. THERMOPLASTIC PIPE NOTES 1. The culvert ends shall be beveled to match the embankment or ditch slope and shall not be beveled flatter than 4HA V. When slopes are between 4H:1 V and 6H:1 V, shape the slope in the vicintiy of the culvert and to ensure that no part of the culvert protrudes more than 4" above the ground line. 2. Field cutting of culvert ends is permitted when approved by the Engineer. All field-cut culvert pipe shall be treated with treatment as shown in the Standard Specifications or General Special Provisions. 4" MAX. ----------------- -------------------------------------- li4H:1 V OR S EDER 4 - - - - - - -- Ir --- - - - - -- - - - -- - - - - -- 4" MAX. CONCRETE PIPE END SECTION LENGTH SHALL BE AT LEAST SIX TIMES THE DIAMETER OF THE PIPE (SEE STD. SPEC. O O O 4N'1V OR S TEEPER 4" MAX. METAL PIPE FOR CULVERTS 30" DIAMETER OR LESS J. yr ®k pF WA9y��A° �o� E 155e8 O � NJ�GIsTeA s1ONAL V. Ygg EXPIRES JULY I. 2007$iF BEVELED END SECTIONS STANDARD PLAN 8- 70.20 -00 SHEET I OF 1 SHEET APPROVED FOR PUBLICATION Harold J. Peterleso 06 -01 -06 SPATE OEBgM BIOOIE81 Mh 101k CT wwr3np� S m M T.m. PWftn" COLLAR WIDTH SEE NOTE 1 CAST-IN-PLACE CONCRETE COLLAR > Ir- I 1 1 III' I 1 1 III I Ir_J STEEL WELDED WIRE FABRIC - SEE NOTE 2 CONCRETE COLLAR OPTION ... ... .... CONCRETE PIPE - SEE NOTE 3 24- WADE, V THICK RUBBER GASKET IN ACCORDANCE WITH STD. SPEC. 9-04.4(3) COUPLING BAND OPTION NOTES 1. The Concrete Collar width shall be one half of the outside pipe diameter of the largest pipe. The minimum Concrete Collar width shall be 12 ". Concrete Collars may be used with all pipe materials and diameters. The Concrete Collar option shall only be used to extend existing pipes. 2. Steel Welded Wire Fabric shall be In accordance with Standard Specification 9-07.7. Install two wraps for size 6 x 6 W1.4 x W1.4 (10 Gage) Steel Welded Wire Fabric or one wrap for any of the following saes: 8 x 6 VV2.1 x W2.1 (8 Gage) 6 x 6 W2.9 x W2.9 (6 Gage) 4 x 4 W2.9 x W2.9 (6 Gage) 4 x 4 W4.0 x W4.0 (4 Gage) 3. When a Coupling Band connection requires attachment to the bell end of a concrete pipe, the bell end of the pipe shall be removed before the connection is installed. 4. Increase the outside diameter of the metal pipe to match the outside diameter of the concrete pipe by installing 12" Wide rubber gaskets, thickness as required (Coupling Band only). The rubber gaskets shall be in accordance With Standard Specification 9-04.4(3). 5. Use a flat Type K Coupling Band. Type K Coupling Bends with dimples are not allowed for the installation detail shown. The Coupling Band option shall only be used for extending ex- isting pipes that have an inside diameter of 36" or less. QV W A 4 �I' k k8 �o� p lessee yo�3 �97ONAL y'�G pp EXPIRES JULY I, 2007 4+i�a� CONNECTION DETAILS FOR DISSIMILAR CULVERT PIPE STANDARD PLAN B- 60.20 -00 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Harold J. Peterfeso 06 -08-06 mM��oa� a,E WwN'gl S1 DWw6md of 7 rompab0en 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Coolidge Road Widening &Paving S. 88th Avenue to S. 80th Avenue City of Yakima Project No. 2217 Federal Aid No.: CM- 4560(001) SHEET INDEX Station Limits Sheet _.WRING To Description 1 ND ,aER, I I 2 10 +00 14 +80 Plan & Profile Coolidge Road - -- - jN 4 20 +00 W E - 5 ------ - = - - -- — -. - ----' ' --- s WASHINGTON AVE - -. - qr Plan & Profile Coolidge Road 6 HEATHERS A - -- 35 +00 Plan & Profile Coolidge Road 7 35 +00 I ' ATGOM AVENUE_, Plan & Profile Coolidge Road UUULID _. - "OOT(DGE COOUDGE A ' pRAEQl1RN LOOa'(PVT3 I ProjectAre6 �- ;- I - -; � - Coolidge Road Widening &Paving S. 88th Avenue to S. 80th Avenue City of Yakima Project No. 2217 Federal Aid No.: CM- 4560(001) SHEET INDEX Station Limits Sheet From To Description 1 Legend, Notes 2 10 +00 14 +80 Plan & Profile Coolidge Road 3 14 +80 20 +00 Plan & Profile Coolidge Road 4 20 +00 25 +00 Plan & Profile Coolidge Road 5 25 +00 30 +00 Plan & Profile Coolidge Road 6 30 +00 35 +00 Plan & Profile Coolidge Road 7 35 +00 END Plan & Profile Coolidge Road VICINITY MAP SCALE 1"=1500' 9-1-to a�bER Shy ` of WAs PLAN DISCLAIMER UNDERGROUND FEATURES SHOWN HEREON REPRESENT BEST AVAILABLE INFORMATION AS OBTAINED FROM LOCAL RECORDS AND VISIBLE SURFACE EVIDENCE. THE CONTRACTOR 39407 R A'FCISTEF'� 4'<V IS CAUTIONED TO VERIFY THE LOCATION AND DEPTH OF ALL �SSIONA UNDERGROUND FACILITIES. STATE LAW REQUIRES THAT ALL EXCAVATION WORK MUST BE PROCEEDED BY NOTIFICATION TO ALL OWNERS OF UNDERGROUND FACILITIES THROUGH A ONE NUMBER LOCATOR SERVICE: 1- 800 - 553 -4344 August 2010 LEGEND GENERAL NOTES -- EXISTING RIGHT OF WAY 1. ALL ROADWAY DIMENSIONS SHOWN ON PLANS ARE TO BACK OF CURB NEW RIGHT OF WAY 2. CONTRACTOR SHALL MAINTAIN ONE (1) LANE OF TRAFFIC - - - - - - - - - - - - - EX. EDGE OF PAVEMENT AT ALL TIMES DURING THE COURSE OF THE PROJECT UNLESS SD NEW STORM DRAINAGE OTHERWISE APPROVED. o T T EX. USG TELEPHONE 3. ACCESS TO EXISTING RESIDENCES AND BUSINESSES MUST BE c EX. U�G POWER MAINTAINED DURING THE COURSE OF THE PROJECT U i O J O O w EX. WATERMAIN 4. ROADWAY SIGNS WILL BE RESET BY CITY FORCES 4) � C O GAS EX. GAS LINE 5. NEW MAILBOX SUPPORTS ARE TO BE FIELD LOCATED. U -X -X- EX. FENCE 6. CITY FORCES WILL PERFORM STRIPING ON ENTIRE PROJECT. s EX. SAN. SEWER 7. ALL RESIDENTIAL DRIVEWAYS SHALL HAVE A 3' (APPROX) ASPHALT OR PK NAIL IN SIDEWALK @ SE CORNER CONCRETE DRIVEWAY APRON CONSTRUCTED BETWEEN THE BACK OF R EX. FIRE HYDRANT SIDEWALK AND THE EXISTING DRIVEWAY AS SHOWN ON THE PLANS. D4 EX. WATER VALVE 7 ®WM EX. WATER METER OMB EX. MAILBOX Pw0 EX. TELEPHONE PEDESTAL ■ NEW CATCH BASIN (TYPE 1 OR 1L) 0 NEW TYPE 2 CATCH BASIN Q EX. SEWER MANHOLE ❑ EX. CATCH BASIN CONSTRUCTION NOTES V EX. TREE NEW ASPHALT PAVEMENT OADJUST TO FINISHED GRADE O2 SIGN TO BE RELOCATED BY CITY FORCES ORELOCATE MAILBOX TO LOCATION DETERMINED IN FIELD OTO BE RELOCATED BY PACIFIC POWER O5 RESET EXISTING FENCE TO RIGHT OF WAY LINE O6 TO BE RELOCATED BY QWEST � r 39407 Cyr R�lSTERE� lS�' 'SIONAL S' G, O cn E L � c � o c O S C ._ O c +� z E U u1 } C � cz (1) 0 Q o CV O O ++ O Z 00 L U O U O ° a- z M 0 �_ E 0 Co > a� �< 00 O O0 U O cfj U H c c m U 11 w m ii W U) U m O U O ?� N @ O w CL 0 2 > O Z � o O z OAT!/& c N U i O J O O 4) � C O U ELEVATION DATUM: PK NAIL IN SIDEWALK @ SE CORNER OF INT. OF 88TH & COOLIDGE RD. ELEVATION = 1314.45 7 8 -2 -2010 1 129 Ilr��l' -�n II II ROADWAY u u u I I n n u u II n 1 s' II RELIMINARY PLAT a 19' - -�" 5511: CAMEO COURT T ~ APPLE T E LLJ DL R/W Lu 2:64�71r (n O - 00 u't= °i �-p r y� •max n a W - �` 284,. %' =ws s:•,!�..,ti:; Z = 1302:15 ,`;;".•'�" i;� Q-rim .::'.• -- g CURB RETURN DATA PC 15 +05.04 14.5 LT. 1304.16 MC PT 15+30.04 (505 RT.) 304.43 PT 15 +30.04 39.5 T 11301.84 R = 25.0' T = 25.00' L = 39.27' D = 90'00'00° 11 FUTURE ROADWAY II DATA II T. 11304.L6 II I1 u u 39.27' II 90'00'00" ,1 II 11 I 11 I I CURB RETURN PC 15+05.04 5.5 R 39.5 LT. MC 11303 .21 PT 15+30.04 (505 RT.) 11302.22 R =25.0' L= T = 25.00' A _ APPLE TREE CONST. CO. LLC 1902 S 84TH AVE 181331 -42003 CURB RETURN DATA 0 N 39.5 LT. 1304.69 ��. H 11303.27 p'to 100:LF 11301.84 R = 25.0' T = 25.00' S = :0.0028 FT /FT W d II RIM EL:= 1304.00 = F- J cn w ........................ ........... . ............................... o . w IL IL 36.14 LF - 8 ": PVC W U) v o 0 U m S = -0.0102 FT /FT o............. ............ ............ :....... 00 ......... ......... ......... .. 2R' T,(PE..1...:. :.. i . :.. ... . . .. ........ ........ ......... 0 ...... 'M' 1304.78 :............ 1304.28 I ........ : : : 13Q1.65 ....:............ :..... 1...... ............ :............ I ............ APPLE TREE CONST. CO. LLC 1902 S 84TH AVE 181331 -42003 CURB RETURN DATA PC 15 +68.04 39.5 LT. 1304.69 MC H 11303.27 PT 15 +93.04 14.5 T. 11301.84 R = 25.0' T = 25.00' L = 39.27' A= 90'00'00" NEW 10' UTILITY EASEMENT IXR/N - 4 IX E P.U. FASaOIT APPLE TREE CONST. CO. LLC OCCIDENTAL AVE /S 88TH AAxE 181331 -43404 5 CURB RETURN DATA P 5 +68.4 50.5 1302.29 MC H 11302.06 P 15 +93.04 5 5 RT.) 11301.84 R = 25.0'. T = 25.00' = 39.27' A = 90'00'00" GRATE: EL= 1300.49 : � CB 1R I.E. 12" OUT (S) = 1297.90 : STA. 1E .......... .......... ..... ... ..:. I.E. 12" 0 : I.E. 12" o °O• +.0 .........:.... II II Q w i ........ :......... .. W ........,.. :........... aIL 38 EF - 12 ":CPE .............................. S =: 0.0122 FT /FT ' P 17 +57.96 14.5 T 1297.1 MC 200' H ........... .. .........:. ........... ;........ 1 ... ............ ;........ ............... .;...........:.. EX .SSMH U) EX: SSMH (48 ") : .. �F.. ......... � 2�2.. Q....... . . . .... 129.0,1....1.28,9.2 ....1288..4....... . 1291.84 1291.09 1290.26 1289.37 1288.42 STA. 15+59.8 :47.3 LT: W RIM EL:= 1304.00 STA. 15 +54.80 (5.0:' LT.) Z ........................ I.E. 10° OUT -1298 91 (E) =1297.60: LE: IN = 1295.50 ....... ....... I..- ....................... U LE; OUT = 1295.40: EX. SSMH v o 0 U m c STA. :15 +59.8D (52.7':RT.) :......................... � O :............ :............ :. ........CB' 1 \I 31 NEW R/W TGRAVEL I I I CURB RETURN DATA P 17 +57.96 14.5 T 1297.1 MC 11295, 5 PT 18+51.96 14. T. .... 1219.92 R =25.0' L= 29.53' T = 16.76' A = 67'39'59" � FU(URE ROADINA'� n CURB RETURN DATA PC 18+28.83 30.0 T 1296.90 MC 11295, 5 PT 18+51.96 14. T. .... 1219.92 R =25.0' L= 29.53' T = 16.76' A= 67'39'59" P3 HOLDINGS WASHINGTON LLC 2002 S 84TH AVE 181331 -42005 NEW R/W •C8� �. 2R_ _ x x x x x x x x x x AP.. 18 +82 (14.5' RT) - - - TBC EL- 1293.31 - - IX R/N' 2 5 GEORGIA L WATT GEORGIA L WATT 5 8404 COOLIDGE RD 8404 COOLIDGE 181331 -43402 181331 -43401 �gE R sy 0� v 39407 w� RE'C15TER� �' ZONAL ECG` co F- W W 2 1n - W p a (n M: 1 O xm ,r ++ N x � U) w Z J U Q 1290 ........Q 'EX..� ...... NEW � 00. 49..... .................:.......................:.... 3....130.3..8....1.30,3, 1304.28 .............................. ..... ..... STA: •19 +30" 13:5- L.T.).:............ ........ .... 1219.92 ............:........R1M..EL: 129.9..4 .... 1299.32 . 1.29,8, 8 ....129.8•.2....129,7.5 1298.71 iN (N = 1297.60 .. �F.. ......... � 2�2.. Q....... . . . .... 129.0,1....1.28,9.2 ....1288..4....... . 1291.84 1291.09 1290.26 1289.37 1288.42 GRATE EL. =1 91.16 TBC LT Y 1304.50 :OUT (E) =1297.60: O •>` I.E. 12- OUT (S) = 1288.57 129:8.93 ^` v o 0 U m c ......................... :......................... � O :............ :............ :. ........CB' ......... ......... ......... .. 2R' T,(PE..1...:. :.. i . :.. ... . . .. ........ ........ ......... 0 ...... 'M' 1304.78 :............ 1304.28 I ........ : : : 13Q1.65 ....:............ :..... 1...... ............ :............ I ............ FINISHBD GRADE Ct STA. 19+30.(13.5 RT-.) 1299.92 :100' 1298.75 I ............. 1298.15 ............:..... w 1296.36 1295.76 I ............ 1295.17 1294.57 1293.97 :............ :...... 1...................:............ o o U i 1292.75 I.......................:..... GRATE EL =:1 91.16 o 0 1289.59 1288.64 I............ oo j � i I.E. 12" IN (N & W): = 1288.27 0 o o Z 17 +00 � w = ;. ......... +..� ^ .........:.......... ...........:.......... .... :.. 1:E 12" OUT (E) = 1288.27......:.... ova .. ......... .. .. ......... ........ .. .. . ...... 3p0.1$ N :...........:. _ a0 o Ci N M w cn ' ............:.........5 H J :.......s.`:.00.....j.T... Q .�. 1 5... 311 ��`�`..�.. :...> >..: II II....... :..+ o........ tl F D XISTI G ROA • WAY W - c4 N `�......� W .. ............................'.... S;p ........;...................... ; ........ ... .. ., ..... .:.. .. `\``\ ..N a ..... ........ (L :...... 0323 Fr c~i1 w FZ 12" CPE , : 5 5 z � �.. ° a ........ ......... ......... ..... ..... ........ ... ....... 8" EX' SSMH :48" : 25 LF f 12" CFE U H 1290 ........Q 'EX..� ...... NEW � C 3....130.3..8....1.30,3, 1304.28 RIM EL= 1302:00 .....:............:............ .....h.•E:..1D:�..tN. {.N).. =.. 3 ....130.2.7....1.302.2....1301, 7... 1303.78 1303.27 1302.74 1302.20 1301.65 O 1300.51 .... 1219.92 ............:........R1M..EL: 129.9..4 .... 1299.32 . 1.29,8, 8 ....129.8•.2....129,7.5 1298.71 17+ 1 (5, LT S 79 9 -' 129'6:30.....:..........:...... = I.E.; IN 188.14 I.E.: OUT = 1.288.04 . . . . .... 1296..8 .... 1298.09 1297.48 1296.86 cz .. �F.. ......... � 2�2.. Q....... . . . .... 129.0,1....1.28,9.2 ....1288..4....... . 1291.84 1291.09 1290.26 1289.37 1288.42 TBC LT Y 1304.50 1301.87 cz CD m O •>` y 129:8.93 ^` v o 0 U m c (D C rn m � O O �+ c Z m O U w pJ Y v> 0 TBC RT J........... 1304.78 :............ 1304.28 I ........ : : : 13Q1.65 ....:............ :..... 1...... ............ :............ I ............ 1301.09 :............ 1300.51 :...... L.....:............:............ 1299.92 129.9.34 1298.75 I ............. 1298.15 ............:..... o N ol 1296.36 1295.76 I ............ 1295.17 1294.57 1293.97 :............ :...... 1...................:............ o o U i 1292.75 I.......................:..... 1292.06 1291.31 o 0 1289.59 1288.64 I............ o j � (D N 3 o o Z 17 +00 � Lo U a� U O 18 +00 O 19 +00 _0 Z co a E 20 +00 Q o L _ a0 o U U u) 1290 ........Q 'EX..� ...... NEW � ...........:...... � 1304..8....1.30,4, 1304.78 3....130.3..8....1.30,3, 1304.28 RIM EL= 1302:00 .....:............:............ .....h.•E:..1D:�..tN. {.N).. =.. 3 ....130.2.7....1.302.2....1301, 7... 1303.78 1303.27 1302.74 1302.20 1301.65 1298•. s3 .......:............:............: ..1391:1.....1300..5....1.300.0 1301.09 1300.51 .... 1219.92 ............:........R1M..EL: 129.9..4 .... 1299.32 . 1.29,8, 8 ....129.8•.2....129,7.5 1298.71 17+ 1 (5, LT S 79 9 -' 129'6:30.....:..........:...... = I.E.; IN 188.14 I.E.: OUT = 1.288.04 . . . . .... 1296..8 .... 1298.09 1297.48 1296.86 22 .2 = 0 (8120- FT ....... }.L.F. ....................... ....... S ' = 0036 Fr FT: . . . . . . . . . . 129,6.2 .... 1295..5 .... 1.29,4, 9 .... 1294..3 .... 1.29,3.7. .... 1293..0 .... 1292, 4.....14.17....1.290.9 1296.24 1295.62 1295.01 1294.39 1293.77 1293.15 1292.53 .. �F.. ......... � 2�2.. Q....... . . . .... 129.0,1....1.28,9.2 ....1288..4....... . 1291.84 1291.09 1290.26 1289.37 1288.42 TBC LT 1305.00 1304.50 1301.87 1301.31 130:0.73 1300.14 1299.54 129:8.93 1298.31 1297.70 1293.99 129.3.37 1232.75 129.2.06 1291.31 1250.48 128.9.59 1288.64 TBC RT J........... 1304.78 :............ 1304.28 I ........ : : : 13Q1.65 ....:............ :..... 1...... ............ :............ I ............ 1301.09 :............ 1300.51 :...... L.....:............:............ 1299.92 129.9.34 1298.75 I ............. 1298.15 ............:..... 1297.56 1296.96 1................................ 1296.36 1295.76 I ............ 1295.17 1294.57 1293.97 :............ :...... 1...................:............ 1293.37 1292.75 I.......................:..... 1292.06 1291.31 129:0.48 1 ................................ 1289.59 1288.64 I............ 15 +00 16 +00 17 +00 18 +00 19 +00 20 +00 O � cn j W y @ II U C7 O U N 3 _N o 12 a O S > a� 0 0 00 O CL + o V N 6 N O 3 7 12 12 12 1270 CURB RETURN DATA PC 22+94.61 (14.5 LT7- F1278.43 Mc 11278.01 34.81 1 T) 11277.59 L = 31.72' A= 90*51'56" P3 HOLDINGS WASHINGTON LLC Ll 96heTJZ,�!U L R = 20.0' F- 2002 S 84TH AVE T = 20.30' LLI 181331-42005 LLI U) Lli NEW R/W 50 W U) -TX-X-X-X-X-x-x- x BIC- FOR FU "f--= + - - - - - - - - - - - - - GRAVE EDGE OF' L ul, "A. J- C14 O7� 46.. So, W65" , E C. L � - . 4, %' A, 3 C U) Z� X-X-X-X-x-x-x-x-x- x- #1 Q LEI lim DL R/W PP 1317-y R/W < I Kelm 5 GEORGIA L WATT 5 8404 COOLIDGE RD 181331-43402 Bert, I---- Im C) --'.-FINISHED GRADE � + ..... CB 43L (TYPE vi STA;. 21+57 (1 .... 00 cl GRATE- EL.=1280.90 .... 0. 0 Go I.E. :12" OUT '�:=1278.27: L = 31.50' A = 90*14'11" I.E. 12 INi(W & N):�1277. 97 uj -i ui + 04 II (TYPE 1) - 77`1� I.E. 12" OUT (E)=1276.27 21 +57 . (13.5 RT. :E "o CB #5L E 0 :I.E. IN =: 1274.95 0 0- IL .. ..... ....... RIM EL-1278.06 I.E. 10 IN kl�-: 1273.23 I.E. 127 OUP(E)!:= 127,3.23' ......... ..... ... ........ :CB-- R-(-FWE-1.). ........ ................. .... n C4 r� 0. 0 Go :STA. 21+90JY3 L = 31.50' A = 90*14'11" I.E. 12 INi(W & N):�1277. 97 uj -i ui + 04 r- N 765:RT.) :G Eli.= k I.E. B" OUT =1280 . 9a I.E. 12" OUT (E)=1276.27 z :E "o CB #5L E 0 :I.E. IN =: 1274.95 0 0 ........ ................ .................. STA.: 20+05 :(28.0' RT. ) + ao . .......... ...................... .......... . ........... ................ ........ . .... ...... > : 1. L. VV I - o: ....................................... n C4 r� Lij 11278.05 R = 20.0' T = 20.08' L = 31.50' A = 90*14'11" F- (1) uj -i ui S Z5 C-4 LLI I.E. B" OUT =1280 . 9a 11 LF - 12" CPE z :E "o CB #5L E c) c: LU ....................... ........ ................ .................. STA.: 20+05 :(28.0' RT. ) . ........ (L CL STA. 22+F9Q V) -j U.) o . ..... ............ ............ ...... . . . . . ... .... ...... . .. ........ ....................... GRATE-F I (L (L w U) ........... A, WASIV, o 0 o C - 0��, r3k cD . . ............ I.E. OUT =1:275.10 0- CL c/) SSNAH #3 (48") LOW PT :STA 23 +79.04 FT FT / FT 04 (D LL. -F-- STA*. 20+05:(5.0' LT--) lsl-:-Lf ........ .............. C) 7 �1.E. IN J.E. 8 OU (NE) =1270.60 C) ......... ............ 302 -.FT . . ........ ................. ......................... . . .... + 1. E. :8" IN 12K.70 120.7.5....1256..6...1.2856 :EXISTING ROADWAY 1264,0 ..... 12613,5-126216 88-76j, .................................................. 189.43 LF -o--.00w L 77� 0- z ICIc� - CURB RETURN DATA LE- :0 IN 1.4 (y- 3) - I z ou. / u I.E. :8" OU kE) =1280.60 25 LF - 12": PE 1277.50 < ...... ...... D. 0.1 zo.. I FT . ..... ........... PT 23+60.27 (14.5' LT.) 11278.05 R = 20.0' T = 20.08' L = 31.50' A = 90*14'11" U) STA.: 20+05 i(28.0' LT. ) S Z5 In LLI I.E. B" OUT =1280 . 9a 11 LF - 12" CPE z :E "o S = 0.0109 FT-/FT c) c: LU ....................... ........ ................ .................. STA.: 20+05 :(28.0' RT. ) . ........ V) C-) I.E. 8" OUT 1281.03 c; Ljj o I w w o (L 88-76j, .................................................. 189.43 LF -o--.00w L 77� 0- z ICIc� - CURB RETURN DATA PC23+40.27 34.58 LT. 1277.50 Mc ............ ............ 11277.78 PT 23+60.27 (14.5' LT.) 11278.05 R = 20.0' T = 20.08' L = 31.50' A = 90*14'11" set 's uj LON P & MICHELLE GIENGER IlRml rnni Imp, pr) T- 0 =V SWTS #2 EX R/W U) n181331-41006 IlLli 2 V O X-X- c: x- + T T ILL 2 L ROBERT A & JOAN M BALL 181331-44402 GRATE EL.=1277.51 I.E. A 2" IN 1274.37 CB-:-oR- .(TYPE. .11 ........... ...... . LE: -.12". -ou-T. �tl'274.37:, STA. 23+79. (13.b K.T.) GRATE EL.=1277.41 SW TRE�ATMENT SYSTEM #2 I.E.: IN = 1274.07 STA. 23+79 (20.5 RT. ) I.E.: IN = 1274.07 RIM El-�--1278.00: : ........... :. LE.' OUT`-'1273.87* 'I:E:'IN 273:23 ............ loo, 39407 RE'cisr�tiD lye ZONAL ECG ............ + 0 ........ ! CD ........ ............ - cl) ............ ............ .W........;... co > r- 04 + -q cis 0) S Ln ........................ S Z5 In 0 o 0 o N >1 :E "o ............ c) c: LU Z II % o . ........ V) C-) o c; Ljj o I w w o (L 1: (L I (L (L E R U) ........... A, WASIV, o 0 o C - 0��, r3k cD . . ............ - 77n .......... LOW-PT-4:E-L-. .8 1 ii7 2 39407 RE'cisr�tiD lye ZONAL ECG ............ + , F-� '': ... - .... * ........ ! CD ........ ............ - *4, ............ ............ .W........;... po, 04 r- 04 + -q C) C:) + C) 04 r- C14 ........................ S Z5 ............. C4 04 STUB 8" .. .. ..................... (NE):. w ............ II .......... II ........ II % _j ............ ............ . ........ V) C-) �! : c; Ljj w w > -�0.607, (L 1: (L I (L (L CL U) ........... . . ............ - 77n .......... LOW-PT-4:E-L-. .8 1 ii7 2 . . .. ........................ .. 0 + < LOW PT :STA 23 +79.04 FT FT / FT 04 (D LL. -F-- 2!! • CPE... lsl-:-Lf ........ .............. C) �1.E. IN J.E. 8 OU (NE) =1270.60 '7,9 I.E. 8." OUT =:1269.80 U) 24" PERF.:CPE 25 LF - 12 CPE w S: = 0.0120 FT/FT z ....................... ............ ......... ......................... ............ ............ . ............ • 8 LF - 12" CPE •-JSSMH 8" 5TUB (S) S 0.0275: FT FT 0 STA. 23+32.66 (23V RT.) i�- P" r)H+ 1 ')-71 -7) 8.7 LT. < o > co a) ..................... ......................... ........................ 06 ................................................. C) C:) + C) 0 + L0 04 cm ........................ S Z5 ............. C= E .... .............. STUB 8" .. .. ..................... (NE):. t15 ........................ C13 . ........... U 0 c; 2 Z i.E. 8" IN 127D.70 T a 8" & S) ==�.1270.70 : STA.: 23+61.6� (35.0 _J L .7 > < 0 -q- (D LL. 00 C) �1.E. IN J.E. 8 OU (NE) =1270.60 '7,9 I.E. 8." OUT =:1269.80 U5 120.7.5....1256..6...1.2856 . .... 1264,0 ..... 12613,5-126216 .... 1.2151,7 .... 1 2w,9 .... 120-1 .... 1279,5 .... 127 .9,0 .... 1 V.U.... 127.8,3 .... 127.a,l ..... 121a.J. ... 121 7.7,7 .... 1?,17.4 .... .... 12 121.7,2 .... 127.7,1 .... 121.7,2 .... IZ17-5 .... 121.7,15 .... 1215,0 .... 1275A ........ NEW CL 1298.42 1297.45 1296.49 1295.53 1294.57 1283.61 1292.69 1281.85 1281.10 1290.44 1279.85 1279.36 1218.94 1278.61 127'S.37 121:8.20 1218.09 127'7.97 1217.86 1217.82 1217.87 1217.99 121B.20 1218.48 1218.77 1219.06 TBC LT 1288.64 1287.67 1286.71 1285,75 121§439 1283.83 1282.91 12k.07 1281.32 1260.66 12k07 127�9.58 1279.16 1278.133 1218.59 1278.04 1218.09 1218.21 127�8.42 1278.70 1218.99 1279.28 TBC RT 1288.64 1287.67 1286.71 1285.75 1284.79 1283.83 1282.91 1282.07 1281.32 1260.66 12k07 1219.58 1279.16 1278.83 127*8.59 127-8.42 1278.31 1278.19 127-8.08 1278.04 1278.09 12?8.21 12�B.42 127�1.70 1278.99 1279.28 _j ............ 1 ............ ................... .......................... ............ ............ ...... ............ .......... ......... ... ............ j ..... ............ ............ i ............ ............ I ...... ............ ............ i ....................... ......... I ..... ............ ............ 1 ............ 20+00 21+00 22+00 23+00 24+00 25+00 o > co a) 0- > C\j 06 0 C) C:) + C) 0 + L0 04 cm -q (5 S Z5 Z C= E CO CD 42 t15 C13 U) U 0 c; 2 Z E > < 0 -q- (D LL. 00 C) 00 O U5 �-- I � DT c- ci) ILI) II LL) t5 O co .(D . .0 ff 12 IL 0 > (1) 1270 tr_ - 0 C) C:) + C) 0 + L0 04 06 04 . (16 c_- 42 t15 C13 U) co W W W �w�//•�� v/ O 0 Lo N cn W Z J U f- Q Lf W W U) W ,W^ VJ O 0 0 (Y) F- U) W Z J U I- Q EX- q ... 12 8•.4 .... 127$.8 .... :............................... CB d 7L TYPE 1 100' ..... ............. ......................... ..... 12 $0.1.....12$0•.4....12130,6 .. ......... ......... ........ ......... ........ 200 :. .......... ......... ........ ........ 1281,1.....12$ ?:1..... 12$1:2 .... 1. 281,2 .... STA. 25 +60 1:3.5 LT. 1. 2$ 1, 2 .... 12$1: 2 ..... 12$?: 1..... + N M 12 $?,1 ..... 1285 1.2$1.R.... GRATE: EL.= 1279.63 . 1 T -• 7 1 0 Lo C3 NEW � 1279.06 rn ' > + N .:. 04 N c N ,o rn l( ) ..w 1280.75 1280.93 2 w CB 7R TYPE y N II `� II II II II FINISH GRADE N , ; II > w 1281.24 1281.22 STA. 25 +60 1 3.5 RT.)a 1281.15 1281.08 J ; 1280.90 1280.78 J = 1279.87 U) ........W GRATE : EL.= 1279.63 11..1.2 „ ?..IN.._..1276:5.1... ": Q II• v~i ...H. J .. ...........:............ Ln w ; 5 w : ...........:................. S ; N w : .............. ......... :.. ; 5 i. > .. c� ' d ....................:.......... N � (A . 1281.40 1281.41 UJ I.E. 12 OUT = 1276.51 > > d � a a : b.07� 1281.41 12$1.37 a.. a. W 1281.12 1281.00 TBC RT 1279.28 :tea. - -- 1280.45 - - -- - - -- - -- - - - - - U) 1280 0 ... .....1.45°0 .........:.......... __----------- ........:.... .......;....................... _____ ;. :.. ......... ......... ......... ......... ......... ......... ......... ......... ....... HIGH• PT•• ELE /•s.128124........;.......... ........ ......... ...........°o.......... , 1281.44 1281.41 In __ = ---- EXISTIiJG ROADWAY �/ 1281.12 : J........... 1 ............:................. HIGH PT STA: = 28 +55.17 C(- ( -lv o 1............:............:..... ; ; 1............:............:...... 1.....:............:............ 1............:............:..... ........ . ......................:........ :............,...........:......... ...............:............... ..... 1 y 2 U.. I ................. . 25 +00 W 12" Cl'E S:= 0.0120 FT /FT: • o 1275 Z 28 +00 Z ........J U�O ..... ......:............:........... ........ ...:............ :............ :............ :... .................... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... .... . ^9 .. ....... 4� . 1 ��. s . _ .... )NA L ECG Q EX- q ... 12 8•.4 .... 127$.8 .... 1279 ..2 .... 1279.5 .... 1279..9 ..... 12 $0.1.....12$0•.4....12130,6 0 .... 1280. .$ .... 1.2$1.0 .... 1281,1.....12$ ?:1..... 12$1:2 .... 1. 281,2 .... 1281: 2.... 1. 2$ 1, 2 .... 12$1: 2 ..... 12$?: 1..... 12$ 1:. Q.... 1. 2$ 1, 0. .... 12$ 1. 1 ..... 12 $?,1 ..... 12$1:.Q .... 1.2$1.R.... 1280 ..9....12e0.7 .........:..... NEW � 1279.06 1279.36 1279.65 1279.94 128'0.23 1280.51 1280.75 1280.93 1281.05 1281.12 1281.14 1281.15 1281.17 1281.18 1281.19 1281.21 1281.22 1281.23 1281.24 1281.22 1281.19 1281.15 1281.08 1281.00 1280.90 1280.78 TBC LT 127:9.28 127:9.58 1279.87 1280.16 1280.45 128.0.73 1280.97 1281.15 1281.27 1281.34 12$1.36 12$1.37 1281.39 1281.40 1281.41 1281.43 1281.44 1281.45 1281.46 1281.44 1281.41 12$1.37 12$1.30 12$1.22 1281.12 1281.00 TBC RT 1279.28 1279.58 1279.87 1280.16 1280.45 1280.73 1280.97 1281.15 1281.27 1281.34 1281.36 1281.37 1281.39 1281.40 1281.41 1281.43 1281.44 1281.45 1281.46 1281.44 1281.41 1281.37 1281.30 1281.22 1281.12 1281.00 J........... 1 ............:................. 1.....:............:............ 1............:............:..... 1......:............:............ 1............:............:...... 1.....:............:............ 1............:............:..... 1......:............:............ 1............:............:. ..... 1 ............................... I ................. . 25 +00 26 +00 27 +00 28 +00 29 +00 30 +00 o� 1280 (D U II Lu II a� U O O U N 3 .N O @ p N CL Cl = > c Oo O CD co 0 0 N C6 Coo N 1270 o m a .0 m fA 'n a � L n� v o U L m O C: y �3 FD }' c Z E Y \ U X1.1 a D1 c) 0 o af 0 ®'. :. �P o o U o of o i 3 / > C N Q �- N ZZ: o O p 00 o Z co u-) U O U O O > Q ° o LL .� 5 • 0 0 CO U U cli o� 1280 (D U II Lu II a� U O O U N 3 .N O @ p N CL Cl = > 5 7 O Oo O CD co 0 N C6 N 1270 o 5 7 cn O CD CD co ll� 0 0) : �ilk 54+b9 16;5 K1.) .. ........... ......... ........ ............ ............ ............ ............ ............ ............ ............ ............ ............ ............ ............ ............ ............ ............ ............ : ..... ....... ... GRATE-:EL=1�76;77 ........ ........... 0 0 1. E. 12'! IN N &: W)= 1273.93 QB W8R 1) STA: 33+25 (13.b RT.�. I.E. 12. u (s): = 1273.93 GRkrIf EL.=1277.86 co I_ w U) w w Y) CD O U-) c/) W Z_ _j ......... UN . . . . . II I, ........ ............ Ld ............ ...... ... ............ FINISH. •GIRWE ............ ....... r I.E. !N 127b.01 ....... I.E. b ... LONNIE P & MICHELLE GIENGER ......... ... ............ Lo .. ........ 8007 COOLIDGE RD Lu x- 181331-41011 L 1,3 lei n GRATE. El -1276-77 E c: Z E Lu ui >_ LLJ SHOP 1. 11 ol C13 #8L: (TYPE 1): ee of I.E. 12 OUT (S) 12 74.23 1 o O o o 1280 o ly I DIRT ROAD NEW R core. V > m CL > < NEW R/W 3: STA. 33+25 (13.5 LT.) NEW R/W 7- SW:TREATME SYS TEM #3 co Lo i5 VIL RZ C6 7 7 r) M R/W _2: _ 7 ------- - - - - - - - - - - - GRADE DEOR HR _E -SIDEWAI RE - -f- - - - - - - - - - - - - - - T - - - -- - T T T T T T T ........ ��T STA. 34+59i(20.5 RTj) ....... P; --I ui -c W I.E. OUT =1275.Sl z_ RIM EL.= 1278.00 w Jz 0 'ED f R��l 'Y.'.7 F,77 P'--7 7 p U) , ............ CB,49RILD,� :1 ... .... ............ ......................... ... ............ ............ ........ ............ ............ ......... I.E.: 12- OUV�E)==1271.43 ............. ............ + lEXfSTfKG'R0AQw`AY ............... . EX R/W + 1275 ROBERT A & JOAN M BALL C) co o? iASft, A- 4, . rix . ... ............................... 181331-44402 13 LF . s 0-0081- ll� 0 0) : �ilk 54+b9 16;5 K1.) .. ........... ......... ........ ............ ............ ............ ............ ............ ............ ............ ............ ............ ............ ............ ............ ............ ............ ............ : ..... ....... ... GRATE-:EL=1�76;77 ........ ........... 0 0 1. E. 12'! IN N &: W)= 1273.93 QB W8R 1) STA: 33+25 (13.b RT.�. I.E. 12. u (s): = 1273.93 GRkrIf EL.=1277.86 co I_ w U) w w Y) CD O U-) c/) W Z_ _j , I ° i- U) cf) w 0) 0 cl A) EL 0 2 > ......... ,zr . . . . . . . . . . . ........ V) ........ ............ Ld ............ ...... ... ............ FINISH. •GIRWE ............ ....... r I.E. !N 127b.01 ....... I.E. b ... .... . ........... ............ CB TYPE . ...... -'STA.- 34+59 - (1-3.5 ll-) ......... ... ............ Lo .. ........ 06 Lu < Lr) ,;I- L 0 o lei n GRATE. El -1276-77 E c: Z E Lu ui >_ LLJ 1. 11 ol C13 #8L: (TYPE 1): ee of I.E. 12 OUT (S) 12 74.23 o O o o 1280 o ly U) V > m CL > < C- CN 4 3: STA. 33+25 (13.5 LT.) o 0 Z SW:TREATME SYS TEM #3 co Lo i5 C6 .05 V) ........... Lli ............ ...... .... ........... ............ : ............ -0.817o 'GRATE, f L.1--1,277.86 ........ ............ ............ ....... ........ ��T STA. 34+59i(20.5 RTj) ....... --I ui W I.E. OUT =1275.Sl RIM EL.= 1278.00 w V) I.E.: 12" IN 1271.43 U) ............ ..... ............ ... .... ............ ......................... ... ............ ............ ........ ............ ............ ......... I.E.: 12- OUV�E)==1271.43 ............. ............ + lEXfSTfKG'R0AQw`AY ............... . + 1275 C) co o? iASft, A- 4, . rix . ... ............................... 13 LF . s 0-0081- ........... ............ Lo In < ........ .. ......... .......... ...... F�/FT ...... ........... C/) 25 12 12": CPE V) w S = 0.0120 25 LF 12" CP Lu ........ z .......... 0 39107 ........... ......... ............ ............ ....... ...... ............ ............ ............ ............ ............ ............ C).0_ 0 012. FT/F.T ....... ............ 12 FT/F.T .. ........... ............ z ................. 0 10 L 1� 8 LF - 32" CPE 0 S = 0.0150 FT/FT 155.73 1270 ........................ ...... ............ ............ ....... ............ .......... ............. ......... ........ ............ ............ ............ ............ ............ ............ ........... 7, _EX I?aQ 7 .... 12a,0,5 .... U5.0.4 .... 12a,0,2 .... 125,Q,Q .... 127.9,9 .... 1279.7 .... 127,9,Q .... 12,79.4 .... . 9,2 .... 127 - :15,7 121, .9,1 .... 1275,9 .... 12-1 ..... ;5,5 .... I Zl.a-.4 ..... 127$,3 .... 12i 121.15,1 .... 12i.7,9 .... I V. a, 0 .... 127,7,7 .... 127.7,5 .... J277,3 .... I Z77,2 .... 12Y,7,Q .... 121.15,9 .... 1276,7 ... ...... NEW 1280`78 1280.64 1280.49 1280.33 1280.16 1280.00 127-9.84 127-9.68 1279.51 127-9.35 1279.19 127-9.03 127-8.86 1278.70 1278.54 1278.38 1278.21 1278.05 1277.89 127-7.73 127-7.56 127-7.40 127-7.24 127-7.08 1276.91 1276.7� TBC LT 12151.00 128.0.86 12&0.71 1280.55 128.0.38 1*.22 128.'0.06 127.'9.90 1279.73 127.*9.57 127'9.41 127.9.25 127.9.08 127.'B.92 127"8.76 127'8.60 127.'B.43 127*.8.27 1278.11 127'.7.95 1277.78 127.'7.62 127-7.46 127.'7.30 127'.7.13 127'6.97 TBJ RT 1281.00 I. 1280.86 1280.71 1280.55 1280.38 1280.22 1280.06 127.9.90 127.9.73 127.9.57 1279.41 127.9.25 127.9.08 I I I :. I 127B.92 1278.76 127.,8.60 I 1276.43 127.8.27 1278.11 I 1277.95 1277.78 1277.62 1277.46 I :. I. 1277.30 1277.13 1276.97 I . . ............................. ' * 304 0 0 ......................... ..... ... 1. ..: ............ . . .... ................................ ............. ............ ..... 31+00 32+00 ............................... ............: 33+00 ............ . . .... ................................ ............: ............ . ..... 34+00 ............................... ............ ......... 35+00 , I ° i- U) cf) w 0) 0 cl A) EL 0 2 > C 0 L__ CD D c+ 2 > E + Lo 06 cis 0) < Lr) ,;I- L 0 o lei n E c: Z E 0 ui >_ O 1. 11 ol ee of o O o o o ly V > m CL > < C- CN 4 3: C45 = 0) o 0 Z co co Lo i5 C6 .05 O cu E 0 > cu < _q LE CD 00 0 co --I 0 - c) c/) , I ° i- U) cf) w 0) 0 cl A) EL 0 2 > a) 1270 L__ CD D c+ 2 cD + Lo 06 ca o E Agv;� Aw lq�� A�r NgA JOHN-TRUSTEE NJ MILLER 8003 COOLIDGE RD u') 181331-41012 U) NEW R W cw 7 - Lh + 4 _56' Lo CY) cr, J0 L LLJ z uLrNEw,Ydxac DL R/W Q CURB RETURN DATA I_ - - < PC 36+12.2371-4.37T.) 11275.78 C MC 6 ROBERT A & JOAN M BALL 181331-44402 CURVE TABLE CURVE LENGTH RADIUS DELTA PT 36+3 .26 (40.21' RT) 11276.57 R = 25.0' L = 40.30' T = 26.05' A= 9222'00" ROBERT A & JOAN M BALL 181331-44402 CURVE TABLE CURVE LENGTH RADIUS DELTA TAN Cl 70.73 1000.00 4*03'08" 35.38 C2 70.73 1000.00 4*03'08" 35.38 JEFF & LILLIE WAIDNER 8007 COOLIDGE RD 181332-32002 iveo EX R/W T . . . . . T T_ 71 PT 36+!�.45 37 r, u P, - N 89 6 E - - - - - - - - - - - - - - - - - - - I !R R DL R/W F56P R/W LLI LLJ o181332-33436 C) 00 uj ....... ......... EX:. q ..... IV!5,7 .... loo, C, 1280 Q ....127M + � Lo 00 co co n + po CD .......... ........... ........... ............ + ........ ..................... ............ ............ ............ ............ NEW � 1276.75 12716.59 1275.42 1276.24 1276.04 (n Lu Ld Q II i� 1275.59 ............ . ..... V) _j _j LLI uj ........... ............ ......... ................... ............................... ... IL ......... ......... ............ . 127*6.81 Ld cL 1275 ........... ........................ Lu Lu -1.2 ......... ............ ............. ............ ....... ..................... '1:1� ....... ! ............ ............. 7 EXISTING ROADWAY 127.'5.56 TBC RT 1276.97 I 1276.81 1276.64 ............ .......... ........ 0 . CD ............ ............ ............ ............ ............ ...... . ....... ............ ........... S =:0.0120 FT/FT 127.6.04 1275.81 Lo S 0.0000: FT/FT 24" PERF:CPE 7 1270 cy) .... ........:............:........F 9 LF: - 12° CPE I.E.=:1270.93 S /FT ...... ............ .............. I ------- -Ca #j OL WZE:' 1')- .�.:0.0133..FT . J U) STA. :36+14 (13.5 LT.) ...... I ...... ............ : ... ............ ......... 37+00 W GRATE EL.=12-1-5.25 5 W TREATMENT SYSTEM #4 Z I.E. 12" OUT =1272.45 STA. 36+1.4 (21.5 RT.) Fl- ... ........:............i........ ......................... ......... CB: 41DR - (.T*PE - .1.) ............. EL=1275.00 ..... i ............ ............ ............ STA. 36+14: 5 RT. I'E. 12: INj (N); 1271.43 3 . U . 0 GRATE EL.=lY76.25 1;'E. 12 OUT (W = 1:271.43 1265 < I.E: 12" IN =i: 1272.15: . .......... ........ 2 I.E.: 12 OUT. =1272.15 ............ ............ ...................................... ! ............ ............ ............ ............ ............ .............. ....... ......... EX:. q ..... IV!5,7 .... 121,6,5 ....1276..3....1276. to Q ....127M ....1275.7.....1275..6....1275, CD CD 3 ....1275..0....1.274.6 ....1274..2........ NEW � 1276.75 12716.59 1275.42 1276.24 1276.04 1275.82 1275.59 127-5.34 TBC LT 127�.97 127*6.81 1276.64 127.'6.46 127.*6.26 127.'6.04 127'5.81 127.'5.56 TBC RT 1276.97 I 1276.81 1276.64 1276.46 127.6.26 127.6.04 1275.81 127.5.56 : ......................... ................................ 35+00 o o ......................... J I ........................ 36+00 ...... I ...... ............ : ... ............ ......... 37+00 ia E R O'/f WAS711 uj 39407 �sS10NAL ROW q � ROADWAY ROW vari6s ROW Varies Varies 25'- 351 0,_ 5' 30'- 35' GRADE FOR 5' 14.5' 14.5' 0.33' DEPTH I SIDEWALK 0.17' HMA CL 1/2' PG 64-28 (COMPACTED DEPTH) 0,33' ATB (COMPACTED DEPTH) 0.50' CSBC (COMPACTED DEPTH) 1275 , I ° T c- cn a) 0 If Lu co --ffi if cO a) N 2 12 0 a) CL 0 = > (D to 0 E�EE 0 CD CD C) C-4 E'- 06 o as 0) o U) o . :E 0 c U Lu Z.g o o J O U c' 0) E- O u > co (1) Fl- 0 < 06 C) c\l C-1 U . ( c- 5 a o 3 Z IUD) co cf) 2 0 ci CZ Z M E 0 0 W > < -6 a) 0) ti co CC) A0 0 U5 1275 , I ° T c- cn a) 0 If Lu co --ffi if cO a) N 2 12 0 a) CL 0 = > 7 (D to 1265 E�EE 0 CD cq CD C) C-4 06 co U) Cn a- .2 7 COTTONWOOD PARTNE S ; A S 89TH AVE 181331 -31425 o f o o i z ' C 4 ' l P T IR----------^ W 6 I - 5 S - SIDEWALK n - w w w' 3 - -� WI Qw APPLE TREE o CONST. CO. LLC N 0 0 APPLE TREE CONST. CO. LLC O P 1, 1902 S 84TH AVE p RNLI R AT N p p L� 7 R�� 181331-42003 COU CURB RETURN DATA PC 10 +16.75 39.66 T. 1317 85 mc 11 316&Z PT 13 +0 4 (395 LTJ R = 25.0' L = 39.43' T = 25.16' A = 90'21'47" APPLE TREE CONST; CO. LLC 8703 COOLIDGE RD 3 181331 -42004 CURB RETURN DATA PC 1 (14.5- 1310.03 MC 11309 .79 PT 13 +0 4 (395 LTJ R = 25.0' L = 39.27' T = 25.00' A= 90'00'00" I r NEW 10' UTILITY EASEMENT / \IX R/'/ NEW R/NV ' GRAVEL \ - - - - -- '/� -NEW 4" CONC. SIDEWALK NEW SIDEWALK RAMP - TYPE ARALLEL A IX R/w CURB RETURN DATA PC 10 +16.19 39 RT. 39.5 MC 1 1315-39 R =25.0' L= 39.24' T = 24.97' A = 89'56'26" COOLIDGE /S 881H An oo z I APPLE TREE CONST. CO. LLC 181331 -34491 2101 S 88TH AVE I l I 181331 -43406 y�' S, �pw :µ=by °..,- N"GRAVELi`; � �° °,,. ;`i „�F` `42wkq`m "^•`' Ei • t�.- 4'�+''eiz''': ^'�,',�°��y..�T,:, 4f g, y� s •.•:.C':t�, ,.ta,,,._ >9 „y'K �. .:.,7.,» 1 Sawa• .'.ca'. ! ,.,dc:., as C a :,aa :G. CO�a,OLIIDGE ROAD �'�� �eocEoF,'cR�v� °. �s,,:�,�s:;•rm_ _:�, .r,. -,: a� «���'�-', _ _ _ - _ - - - - - - -5 -� : _ �� _ ,- „$w�.ia�•C::y:'�„- „ay,^„r�,, r:.t:t."u'`r4.c'� A.P.- 12+20 (14.5' RT) TBC EL= 1311.46 CART PATH APPLE TREE CONST. CO. LLC OCCIDENTAL AVE /S 88TH AVE 181331 -43403 APPLE TREE GOLF COURSE F pJFF_ FOW -IAY APPLE TREE CONST. CO. LLC kNj 1902 S 84TH AVE 181331 -42003 CURB RETURN DATA P 13+ 5 39.5 309 5 MC R = 25.0' T = 25.00' L = 39.27' � = 90'00'00" IR N W ?' NEW 10' UTILITY EASEMENT w "Y \ - - -.-_o - - -- W k.;. GRADE FOR FUTURE SIDEWALK w r, l�„" a` aw'';:'_;,' Y: .:':,•;s�;.r�..::c;:_- 'Sd':�;ac -4 3 + z- %n�W -h w _- i aR t W x---x x x EX p nM . Z - A.P.= 14+45 (25.5 RT) _ TBC m 1305.65 x IX K P.U. EAMUNT C) Q 1300 c 0 + + .CD r co 3 cd Eo C13 0 m � C "L m EX ..� ....: . .......131.E ....1. 315, 3.....1315..9....1.3]5, v 0 0 iA °r mm 3..... 1314..7......131.4.]..... 131'.3.•.5....1.31;2, 9, .... 1312 :4.....13.11,9..... N �O 131:1,.4.... 1.31;0,9.....131•.4....1.31 O, Q .... 130. 9.. 5 ..... 13.Q9.1.....13Q8,6 .... 1.305.2 ....130.7.,7.....13.Q7.• 1.....13Q6.6....1.3Q6.2 0. ....130.5.7....1.305.2....13( 01 :NEW 131;6.21 131;5.71 1315.22 1314.72 1314.22 1313.73 1313.23 1312.73 1312.24 131;1.74 131;1.24 1310.74 1310.25 1309.75 1309.25 1308.76 1308.26 1307.76 1307.27 1306.77 1306.27 1305.78 1305.28 13C :TBC LT 1316.43 1315.93 1315.44 131:4.94 1314.44 1313.95 1313.45 1312.95 1312.46 131:1.96 131:1.46 131 .0.96 131 0.47 O U u5 1307.49 130.6.99 1306.49 13((6.00 1305.50 13C :TBC RT : 1316.43 I............:...... 1315.93 1315.44 131:4.94 131:4.44 1............. 1313.95 1313.45 1312.95 1312.46 131:1.96 131:1.46 1310.94 131.0.43 1309.91 1309.39 1.......................:..... 1308.88 1308.36 1307.84 1307.33 1306.81 i.. 1306.29 1305.78 I 1305.28 13C ............:............:............ 10 +00 ......:......1.....:........... ;............ 11+00 ...........:.....1......:...... , .....:............ 1.. ..........:............:......I 12 +00 .....:............:............ 13 +00 1......:............:............ ..........:............:. 14 +00 ..... .................. cv .. w w U.. w w U) .o...... 00 U) w Z 2 U Q .4.,5....... 4.78 5.00 4.78 1310 � I �?r" II O7 L) 11 O U) @ II W U O O U O N (L O S 1300 c 0 + + .CD r co 3 cd Eo C13 0 m � C "L m v 0 0 iA °r mm �� Ln C o Z E Y N �O W W a } _o C] 0. N 01 3 0 Qf 0 0, O O i 0 � Q) o 0 co > ° Q o N 0 0) o o c) Z o � � O Cn � a : o 0 O U ° O � C Z cu a E Q .Y 5 > a� Q i cu o LL - °O O 00 U O U u5 1310 � I �?r" II O7 L) 11 O U) @ II W U O O U O N (L O S 1300 a) 0 L 0 + + (7 r _x� W cd � o 2 7 r C C' C 0 0 �I I COTTONWOOD PARTN S S 89TH AVE 181331 -31425 i i h= �Mmwmwmwm p VA , APPLE TREE CONST. CO. LLC COOL.IDGE /S 88TH AtE 181331 -34491 w m Q W w N I w Z 2 H I o I i i I' IIIIIIIIIMM LyI� 2 I— co co U I I FUTURE RDADWAY c (D o °f APPLE TREE CONST' CO. LLC u 3 m L 8703 COOLIDG� RD n ;; Q C y 181331-42004 ' 10°'" PRELIMINARY PLAT 11 ss11 �3 SILT FENCE -� SEE DET IL SILT FENCE -SEE DETAIL CAMEO COURT r W � c Z e 1 APPLE 7 co m o DL km FOR IFUTURE SIDEWALK Z� GRADE FOR FUTURE SIDEWALK x w o ze4 tl a -- --- ----- ----1-1 ----- --- - - ___%_ _____�_________________________ --- _-- _- - -- - -__ 12 13 14 15 B S N N �.•.. I COOLIDGE ROAD Z 3 ®. _______— ._____ I-- -2'Ee- -------------------------------------------------------- —_ EDCE acn.�cL N N R 0 a %— air ru umrt a r ru umr y a� twmrt - aTiru. umr unt P– APPLE TREE CONST. CO. LL Q 0 APPLE TREE CONST. CO. LLC OCCIDENTAL AVE /S 88TH A OCCIDENTAL AVE /S 88TH AVE S I Lt FENCE - SEE DETAIL 'I I' 181331 -43404 11 FIJNRE ROADWAY II IY 181331 -43403 Q 0 C APPLE TREE CONST. CO. LLC SILT FENCE -SEE DETAIL SILT FENCE -SEE DETAIL;; o Z3 Q 04 2101 S 88TH AVE APPLE TREE GOLF COURSE I �� U o 0 181331 -43406 II 3 C O o z II p n u i O 00 Ern° U . Ci O U d p = z° E rY c= -2 Y I Q (D u- I ° ,,,� W U c CJ U w M I w z H Oa) w En j o w :�-- z 0) U II w U) II ID U m O V O C` d O 2 > c ca U w H TE/1 0 I I Aw e n e� APPLE TREE CONST. CO. LLC I L� RY P1A� p LE -jR�� 11 II UN ;;FUf LIRE APPLE TREE CONST. CO. LLC 11 ROADWAY ii APPLE TREE CONST. CO. LLC 1902 S 84TH AVE PRE 181331 -42003 COURT AT A p 1902 S 84TH AVE ;; 1902 S 84TH AVE 181331 -42003 II 181331 -42003 co 0) FUTURE RDADWAY c (D o °f APPLE TREE CONST' CO. LLC u 3 m L 8703 COOLIDG� RD n ;; Q C y 181331-42004 ' 10°'" PRELIMINARY PLAT 11 ss11 �3 SILT FENCE -� SEE DET IL SILT FENCE -SEE DETAIL CAMEO COURT r W � c Z e 1 APPLE 7 co m o DL km FOR IFUTURE SIDEWALK Z� GRADE FOR FUTURE SIDEWALK x w o ze4 tl a -- --- ----- ----1-1 ----- --- - - ___%_ _____�_________________________ --- _-- _- - -- - -__ 12 13 14 15 B S N N �.•.. I COOLIDGE ROAD Z 3 ®. _______— ._____ I-- -2'Ee- -------------------------------------------------------- —_ EDCE acn.�cL N N R 0 a %— air ru umrt a r ru umr y a� twmrt - aTiru. umr unt P– APPLE TREE CONST. CO. LL Q 0 APPLE TREE CONST. CO. LLC OCCIDENTAL AVE /S 88TH A OCCIDENTAL AVE /S 88TH AVE S I Lt FENCE - SEE DETAIL 'I I' 181331 -43404 11 FIJNRE ROADWAY II IY 181331 -43403 Q 0 C APPLE TREE CONST. CO. LLC SILT FENCE -SEE DETAIL SILT FENCE -SEE DETAIL;; o Z3 Q 04 2101 S 88TH AVE APPLE TREE GOLF COURSE I �� U o 0 181331 -43406 II 3 C O o z II p n u i O 00 Ern° U . Ci O U d p = z° E rY c= -2 Y I Q (D u- I ° ,,,� W U c CJ U w M I w z H Oa) w En j o w :�-- z 0) U II w U) II ID U m O V O C` d O 2 > c ca U w H TE/1 7 W Q N n s W a W W N W Z cH i / I UN HOUSE LON P & MICHELLE GIENGER O 8201 COOUDGE RD ON P & MICHELLE CIENGER 181331 -41006 SILT FENCE - SEE DETAIL 8201 COOLIDGE RD SILT FENCE - SEE DETAIL F 3 m 181331 - 41006 W x x x x x x x x x x x x�wYl���� �R -gl�� .. cR.�L i cR�x�L W V I «ur �.L ----------- ,A -- iT i al,Q1%�i -- ----- `L---------- - - - - -- - - -- ce 066 I — +�—- -�— - -- -- — ---------------------------- - - - - -- EDGE DR GRwEL W ------ - - - - -- -- ----------------------- - - - - -- - -- - - - - -- Z SWTS R I = DL I OgoAD ROBERT A & JOAN M BALL SILT FENCE - SEE DETAIL ROBERT A & JOAN M BALL 181331 -44402 181331 -44402 SILT FENCE - SEE DETAIL I II 111 LONNIE P & MICHELLE GIENGER 8007 COOUDGE RD mQ 181331 -41011 ! SPAT FENCE - SEE DETAIL Q SILT FENCE - SEE DETAIL W SHOP DIRT r W � RDM r W— - - —_— — --------------------------- _ -- U Q ROBERT A & JOAN M BALL Q 181331 -41012 --------- - - - - -- —� JOHN- TRUSTEE MILLER 8003 COOLIDGE RD SILT FENCE - SEE DETAIL svaw IR IR _____ ___ _—_____ ____ - -_ _ __ - -__ ___— ______ __ —_ EDGE M GR.\fL u COOLIDGE ROAD ce n ix SILT FENCE SEE DETAIL SILT FENCE - SEE DETAIL 181331 -44402 E R of -39407 U /11 V� REY.7STERf'� 'ONAL ECG` ROBERT A & JOAN M BALL 181331 -44402 L PT J6+9j.45 i7 LLI QN / I o I I( °o BIZ I I � � I o a> y `11 o � Z w U) I I d 0 I > c a U U) W H TESC 2 C O � 0 cis rn m � C •L m y p a N � O o� Q W C y Lc) �3 `o }' U W Z E a Y Y o 3 0 0 K � N 0 U !Y m � O C U CV cq C O O Z 00 U of O .. p U CL Z E cu Y ¢ Qi > -p Q li O U r-+ 00 U U) o a> y `11 o � Z w U) I I d 0 I > c a U U) W H TESC 2