Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
R-2017-097 Airport Security Gate Improvements Agreement with Boise River Fence, Inc. 3-53-0089-40
A RESOLUTION RESOLUTION NO. R-2017-097 authorizing the execution of an agreement with Boise River Fence, Inc. of Boise, Idaho, to provide Security Gate Improvements for the Yakima Air Terminal - McAllister Field WHEREAS, the City owns and operates the Yakima Air Terminal -McAllister Field in accordance with applicable Federal, State and Local regulations, and WHEREAS the Yakima Air Terminal -McAllister Field, in conjunction with the Federal Aviation Administration and the Transportation Security Administration, have identified the requirement to replace the airport's vehicle and pedestrian access gates that have outlived their useful life and can no longer be relied up on to remain secure, and WHEREAS, the Yakima Air Terminal -McAllister Field advertised the need for replacing eleven vehicle and nine pedestrian gates under a competitive bidding process and received three bids that were thoroughly evaluated; the airport has identified a lowest responsive and responsible bidder and has provided a letter of recommendation to the FAA to award the bid, and WHEREAS, upon receiving FAA approval to award the bid to the lowest responsive and responsible bidder, the City of Yakima is now ready to enter into the contract with Boise River Fence, Inc that is attached hereto and incorporated herein by this reference to assemble and install security gates the Air Terminal requires, and WHEREAS, the City Council has determined that approval of said agreement will promote the purposes of the Yakima Air Terminal -McAllister Field, will promote increased aviation safety and security, as well as provide for the general health, safety and welfare of the citizens and is therefore in the best interests of residents of the City of Yakima, Now, Therefore BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The City Manager is hereby authorized and directed to execute and administer the attached and incorporated agreement with Boise River Fence, Inc , of Boise Idaho in an amount of seven hundred forty-three thousand, three hundred and eighty-eight dollars and ten cents ($743,388 10) to assemble and install the required security gates for the Yakima Air Terminal -McAllister Field. ADOPTED BY THE CITY COUNCIL this 1st day of August 2017 athy Coffey, BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDASTATEMENT 1 Item No. 6.1. For Meeting of: August 1, 2017 ITEM TITLE: Resolution authorizing the execution of an agreement with Boise River Fence, Inc. of Boise, Idaho, to provide security gate improvements for the Yakima Air Terminal -McAllister Field SUBMITTED BY: Robert K. Peterson, Airport Director, 509-575-6149 SUMMARY EXPLANATION: Through close coordination with the Federal Aviation Administration and Transportation Security Administration, it has been recommended that the airport replace and upgrade the airport's security gate system that has outlived its useful life. As a result, the Yakima Air Terminal - McAllister Field is in the process of replacing eleven vehicle and nine pedestrian security gates under a Federal Aviation Administration funded Airport Improvement Project #3-53-0089-40. Through a competitive bidding process, the airport received three bids which were evaluated and the lowest responsive and responsible bidder has been identified. This agreement will award the contract to Boise River Fence, Inc. of Boise, Idaho in the amount of seven hundred forty-three thousand, three hundred eighty-eight dollars and ten cents ($743,388.10) to assemble and install the required security gates for the Yakima Air Terminal -McAllister Field. ITEM BUDGETED: STRATEGIC PRIORITY: APPROVED FOR SUBMITTAL: Yes Public Safety City Manager STAFF RECOMMENDATION: Adopt Resolution. BOARD/COMMITTEE RECOMMENDATION: ATTACHMENTS: Description D Resolution D Contract Upload Date 7/20/2017 7120!2017 Type Resolution Contract 2 CITY OF YAKIMA YAKIMA AIR TERMINAL CONTRACT DOCUMENTS FOR SECURITY IMPROVEMENTS UPGRADE AIP NO. 3-53-0089-040 HLA PROJECT NO. 16164 f Engineering anti Land Surveying, Inc. "ORIGINAL - CITY OF YAKIMA" June 2017 ADDENDUM NO. 1 To the Contract Provisions for CITY OF YAKIMA, WASHINGTON SECURITY IMPROVEMENTS UPGRADE HLA Project No 16164 BID OPENING: July 13, 2017 2:00 P.M. To the attention of all bidders for the above project: The following additions, revisions, and/or modifications are made to the Contract Documents, Plans, and Specifications for this project: ITEM 1 — CONTRACT DOCUMENTS — ITEM F-162 — CHAIN LINK FENCE Delete paragraph 162-2.1 and replace with the following. The fabric shall be woven with a 9 -gauge galvanized steel wire in a 2 -inch (50 mm) mesh .and shall meet the requirements of ASTM A392, Class 2. ITEM 2 — CONTRACT DOCUMENTS — SHEET 3-5 Remove sheet 3-5 and replace with 3-5R. The quantity of item 12 has been increased to 3 ITEM 3 — CONTRACT DOCUMENTS — ITEM SP -500 — CANTILEVER SLIDE GATES Revise section 1 03, paragraph D, Item 3 to read: "The aluminum welders and welding process must be certified per section 2.01 B " ITEM 4 — CONTRACT PLANS — SHEET C4 Replace sheet C4 to sheet C4R. ITEM 5 — CONTRACT PLANS — SHEET C7 Replace sheet C7 to sheet C7R. ITEM 6 — CONTRACT DOCUMENTS — PREVAILING WAGE RATES The Federal Wage Rate requirements for this project have changed Delete General Decisions WA170001 06/16/2017, Modification Number 9 found in Section 5 and replace with General Decision WA170001 06/30/2017, Modification Number 10 (attached) G:\PROJECTS\2016\ 16164E\Addendum\Addendum #1.doc ADDENDUM NO. 1 QUESTIONS RECEIVED: Question 1: If the existing base material under the asphalt meets 95% compaction either already or by rolling, water or other compaction methods, do we really need to replace that material? Question 1 Answer: Existing material must be removed and replaced per the contract documents Question 2: Can pre -cast Tight post bases be used? Question 2 Answer: Yes. Question 3: Can existing gate posts in certain areas be reused if they have a solid footing and no visible rust? Question 3 Answer: Undamaged posts with solid footings and no visible rust may be reused provided they are compatible with the new gate system. Any posts not compatible with new gates must be removed at no cost to the owner Question 4: On gate G10 can we just make an electrical junction at the operator location to service the light, rather than at the Tight location as shown on the plans? Question 4 Answer: This would be acceptable provided that no additional circuitry other than shown on the plans is incorporated into the junction box. Question 5: %2" x 3" x 8 -gauge weld mesh does not appear to be commercially available What is the requirement or intent? Is there a known source for that mesh? Question 5 Answer: The intent of this mesh is to prevent reach through on the gates. If this specific material cannot be obtained, a similar gauge, aesthetically pleasing material such as expanded metal sheet, wire mesh, or perforated metal sheet could be substituted. The contractor should anticipate using material with approximately 1/2" openings Question 6: Will it be possible to mix some work phases together to compress the schedule if it is pre - planned and doesn't seem to disrupt airport traffic with your ultimate authorization? Question 6 Answer: Yes, phases may be combined based on coordination with the Airport and Airport Tenants Adjacent phases (Phase 1 and Phase 2 or Phase 2 and Phase 3, etc.) will not be combined to minimize airport operation impacts All combining of phases will be dependent on approval from Yakima Airport management. Question 7: Can the requirements for a certified welder be' waived if adequate experience can be provided to establish product quality? Question 7 Answer: Certified welders will be required as indicated in the contract specifications. All Bidders shall acknowledge receipt of the ADDENDUM on the proposal form prior to bid opening 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 Michael D Uhlman, PE HLA Engineering and Land Surveying, Inc 2803 River Road Yakima, WA 98902 Phone (509) 966-7000 G:\PROJECTS\2016\16164E\Addendum\Addendum #1.doc ?7,0,4 -7 Date ADDENDUM NO. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 UNIT PRICE BID PROPOSAL (NOTE: Unit prices for all items, all extensions, and total amount of bid must be shown. Any changes/corrections to the bid must be initialed by the signer of the bid, in accordance with Section 20-07.) CITY OF YAKIMA - YAKIMA AIR TERMINAL SECURITY IMPROVEMENTS UPGRADE AIP NO 3-53-0089-040 HLA PROJECT NO 16164 ITEM NO. ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE AMOUNT DOLLARS -CTS DOLLARS -CTS SCHEDULE A — SECURITY IMPROVEMENTS UPGRADE 1 Mobilization LS --- X --- = 2 Temporary Fencing, Flagging, Marking, and Signing LS X --- = 3 15' Cantilever Slide Gate, Complete EA 1 X = 4 20' Cantilever Slide Gate, Complete EA 4 X = 5 21' Cantilever Slide Gate, Complete EA 1 X = 6 24' Cantilever Slide Gate, Complete EA 1 X = 7 25' Cantilever Slide Gate, Complete EA 1 X = 8 30' Cantilever Slide Gate, Complete EA 1 X = 9 20' Vertical Pivot Gate, Complete EA 2 X = 10 Pedestrian Swing Gate, Complete EA 7 X = 11 Electric Pedestrian Swing Gate, Complete EA 1 X = 12 Cement Concrete Curb Ramp EA 3 X = 13 Unclassified Excavation Incl. Haul, P-152 CY 330 X = 14 Crushed Surfacing Base Course, SP -209 TON 500 X = 15 HMA Cl. 1/2 -Inch PG 64-28 — Commercial, SP- 401 TON 200 X = 16 Permanent Signing LS --- X --- = 17 Security Lighting, In Place LS --- X --- = SCHEDULE A SUBTOTAL 8.2% WASHINGTON STATE SALES TAX SCHEDULE A TOTAL G:\PROJECTS\2016\16164E\Addendum\Unit Price Bid Proposal -Addendum No 1 docx 3-5R 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 CATE 01 AVAILABLE FOR USE DURING PHASE 2 MANUAL GATE AVAILABLE FOR USE DURING PHASE 2 McCORMICK AIR WEST GATE 05 AVAILABLE FOR USE DURING PHASE 2 W♦•E S 0 75 150 300 NON—MOVEMENT BOUNDARY CONTRACTOR TO NOT CROSS GATE G3 AVAILABLE FOR USE DURING PHASE 2 TRIUMPH AVIATION RNWgy//� /'NON—MOVEMENT BOUNDARY /// CONTRACTOR TO NOT CROSS %✓ //, /i., f/%///%7Tr /ty/-7 ,• '' hHlt PHASE 2 CONSTRUCTION NOTES. N1 INSTALL NEW 15' CANTILEVER GATE WITH TYPE 1 OPERATOR PER DETAIL 12. N4 INSTALL NEW 20' CANTILEVER GATE WITH TYPE 1 OPERATOR PER DETAIL 12. N9 INSTALL NEW MECHANICAL PEDESTRIAN GATE PER DETAIL 14 CONSTRUCT NEW ASPHALT PER DETAIL 5. TEMPORARY FENCE. ADD POST AND CHAIN LINK FABRIC PER SECURITY FENCING DETAIL, DETAIL 10 PROTECT EXISTING FENCE AND POSTS IN PLACE. CONSTRUCT 4' WIDE SIDEWALK RAMP PER DETAIL 16. MATCH FLUSH TO EXISTING ASPHALT INSTALL NEW SINGLE LEVEL MOUNTING POST AND KEYPAD WITH VOICE CALL FUNCTION. INSTALL BASE PER MOUNTING POST MANUFACTURER RECOMMENDATION. SAWCUT AND CHIP OUT CONCRETE AS REQUIRED FOR INSTALLATION OF REQUIRED CONDUIT PATCH WITH APPROVED MATERIAL. INSTALL 4' WIDE ASPHALT RAMP PER DETAIL 17 MATCH FLUSH WITH EXISTING SIDEWALK. REFER TO ELECTRICAL DESIGN SHEETS El THRU E14. W.•♦ E 0 5 10 20 15' P LIFE FLIGHT McCORMICK AIR CENTER GATE G2 / N W -=-E • / /' S 0 / 5 10 / 20 4014*HLA Engineering and Land Surveying, Inc. ° 2803 River Road Yakima, WA 98902 509.966.7000 Fax 509.965.3800 www.hlacivil.com ADDENDUM 1 7/10/17 JOB NUMBER: DATE. 16164 6-19-17 FILE NAMES. DRAWING. 16164 dwg PLAN: SHEETS.dwg YAKIMA AIR TERMINAL SECURITY IMPROVEMENTS UPGRADE ' AIP3-53-0089-38 REVISION DATE DESIGNED BY ENTERED BY MDU BFP SITE PLAN SHEET C4R OF 37 \�1 W�•♦E 0 50 100 200 MIM i� / AIRP/ORT / , /,ADMINISTRATION / I 1 91 r✓//McCOMCK j" '7/ /AIR„CENT �/MAINTENANCE CNTER/ •ri/ , /�' / YAKIMA r/ AEROSPORT '5 /j f GATE P4 AVAILABLE FOR, USE DURING PHASE 5 GATE G7 AVAILABLE FOR/ ';USE DURING PHASE 5 i NON—MOVEMENT BOUNDARY CONTRACTOR TO NOT CROSS ?��/ti / :%r% //•// ////v 77 /--;7----;-'' PHASE 5 NON—MOVEMENT BOUNDARY CONTRACTOR TO NOT CROSS REFER TO ELECTRICAL DESIGN SHEETS El THRU E14. YAKIMA AIR TERMINAL / GATE P7 ALL WORK INSIDE THE SECURITY GATE SHALL REQUIRE COORDINATION AND ESCORT BY YAKIMA AIRPORT MAINTENANCE STAFF ADVANCED LIFE SYSTEMS / / / / / W ♦•• E 0 5 10 20 YAKIMA AEROSPORT / / ! / ,/ /1/ GATE P8 ADVANCED LIFE SYSTEMS CONSTRUCTION NOTES: N9 INSTALL NEW MECHANICAL PEDESTRIAN GATE PER DETAIL 14 INSTALL NEW ELECTRICAL STRIKE PEDESTRIAN GATE PER DETAIL 13. CONSTRUCT NEW ASPHALT PER DETAIL 5. TEMPORARY FENCE. REMOVE AND REPLACE EXISTING 6' x 5' CONCRETE PANEL FOR NEW GATE AND CONDUIT INSTALLATION SEE DETAIL 1 INSTALL NEW 20' VERTICAL PIVOT GATE WITH TYPE 3 GATE OPERATOR PER DETAIL 11 REMOVE GATE AND REPLACE EXISTING GATE OPENING WITH 7', 9—GAUGE CHAIN LINK FABRIC. INCLUDE ADDITIONAL 1' OF BARB WIRE (3 STRANDS) ON TOP PER CHAIN LINK SECURITY FENCING DETAIL. SECURE CHAIN LINK TO NEW OR EXISTING POSTS AS REQUIRED INSTALL NEW SINGLE LEVEL MOUNTING POST AND KEYPAD REUSE EXISTING CONCRETE BASE. SEE DETAILS 3,6,7 SAWCUT AND CHIP OUT CONCRETE AS REQUIRED FOR INSTALLATION OF REQUIRED CONDUIT PATCH WITH APPROVED MATERIAL. ADD POST AND CHAIN LINK FABRIC PER SECURITY FENCING DETAIL, DETAIL 10 REUSE EXISTING BOLLARDS. PROTECT EXISTING MONUMENT CASE IN PLACE. PROVIDE 1 12 ASPHALT TAPER. INSTALL NEW MOUNTING POST RELOCATE EXISTING CARD READER ONTO NEW MOUNTING POST INSTALL MOUNTING POST PER MANUFACTURE RECOMMENDATIONS. SAWCUT, REMOVE AND RESTORE CONCRETE AS REQUIRED FOR CONSTRUCTION OF NEW PEDESTRIAN GATE. MATCH TO ADJACENT PAVEMENT, SEE DETAIL 1 20' W♦ •E 10 20 YAKIMA AEROSPORT •/11 •/ • /• "- / GATE G9 / tkelk. Engineering and Land Surveying, Inc, 2803 River Road Yakima, WA 98902 509.966.7000 Fax 509.965.3800 www.hlacivil.com ADDENDUM 1 7/10/17 JOB NUMBER: DATE. 16164 6-19-17 FILE NAMES. DRAWING. 16164 dwg PLAN: SHEETS. dwg YAKIMA AIR TERMINAL SECURITY IMPROVEMENTS UPGRADE AI P3-53-0089-38 REVISION DATE DESIGNED BY MDU ENTERED BY BFP SITE PLAN SHEET C7R OF 37 Page 1 of 40 General Decision Number: WA170001 06/30/2017 WA1 Superseded General Decision Number: WA20160001 State: Washington Construction Type: Highway Counties: Washington Statewide. HIGHWAY (Excludes D.O.E. Hanford Site in Benton and Franklin Counties) Note: Under Executive Order (E0) 13658, an hourly minimum wage of $10.20 for calendar year 2017 applies to all contracts subject to the Davis -Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2015. If this contract is covered by the E0, the contractor must pay all workers in any classification listed on this wage determination at least $10.20 (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2017. The E0 minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections uhder the E0 is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/06/2017 1 01/13/2017 2 02/03/2017 3 02/10/2017 4 03/03/2017 5 04/14/2017 6 05/19/2017 7 06/02/2017 8 06/09/2017 9 06/16/2017 10 06/30/2017 CARP0001-008 06/01/2015 Rates Fringes CARPENTER GROUP 1 $ 27.61 14.00 GROUP 2 $ 41.86 14.49 GROUP 3 $ 32.97 14.00 GROUP 4 $ 31.94 14.00 GROUP 5 $ 73.44 14.00 GROUP 6 $ 35.02 14.00 GROUP 7 $ 36.72 14.00 GROUP 8 $ 33.27 14.00 GROUP 9 $ 35.02 14.00 CARPENTER & DIVER CLASSIFICATIONS: GROUP 1: Carpenter https://www.wdol.gov/wdol/scafiles/davisbacon/WAl.dvb?v=10 7/10/2017 Page 2 of 40 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). 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 https://www.wdol.gov/wdol/scafiles/davisbacon/WA1.dvb?v=10 7/10/2017 Page 3 of 40 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. CARP0003-006 10/01/2011 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 $ 32.04 14.18 DIVERS TENDERS $ 36.34 14.18 DIVERS $ 77.08 14.18 DRYWALL $ 27.56 14.18 MILLWRIGHTS $ 32.19 14.18 PILEDRIVERS $ 33.04 14.18 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 https://www.wdol.gov/wdol/scafiles/davisbacon/WALdvb?v=10 7/10/2017 Zone Zone Zone Zone Zone Zone Differential (Add up Zone 1 rates): 2 - $0.85 3 - 1.25 4 - 1.70 5 - 2.00 6 - 3.00 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 city ZONE miles ZONE miles 1: Projects located within 30 miles of the respective hall of the above mentioned cities 2: Projects located more than 30 miles and less than 40 of the respective city of the above mentioned cities 3: Projects located more than 40 miles and less than 50 of the respective city of the above mentioned cities ZONE 4: Projects located more than miles of the respective city of the ZONE 5: Projects located more than miles of the respective city of the ZONE 6: Projects located more than city of the above mentioned cities 50 miles and less than 60 above mentioned cities. 60 miles and less than 70 above mentioned cities 70 miles of the respected CARP0770-003 06/01/2015 Rates Fringes CARPENTER CENTRAL WASHINGTON: CHELAN, DOUGLAS (WEST OF THE 120TH MERIDIAN), KITTITAS, OKANOGAN (WEST OF THE 120TH MERIDIAN) AND YAKIMA COUNTIES CARPENTERS ON CREOSOTE MATERIAL $ 40.46 13.66 CARPENTERS $ 40.36 13.66 DIVERS TENDER $ 35.02 14.00 DIVERS $ 73.44 14.00 MILLWRIGHT AND MACHINE ERECTORS $ 41.86 13.66 PILEDRIVER, DRIVING, PULLING, CUTTING, PLACING COLLARS, SETTING, WELDING OR CRESOTE TREATED MATERIAL, ALL PILING $ 40.61 13.66 (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 Page 4 of 40 https://www.wdol.gov/wdol/scafiles/davisbacon/WA1.dvb?v=10 7/10/2017 Auburn Renton Aberdeen-Hoquiam Ellensburg Centralia Chelan Bremerton Shelton Tacoma Everett Mount Vernon Pt. Townsend Zone Pay: 0 -25 radius miles 26-35 radius miles 36-45 radius miles 46-55 radius miles Over 55 radius miles Free $1.00/hour $1.15/hour $1.35/hour $1.55/hour Anacortes Yakima Wenatchee Port Angeles Sunnyside (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 26-45 radius miles Over 45 radius miles .Free $ .70/hour $1.50/hour CARP0770-006 06/01/2016 Rates CARPENTER 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 $ 40.92 CARPENTERS ON CREOSOTE MATERIAL $ 40.46 CARPENTERS $ 40.92 DIVERS TENDER $ 44.67 DIVERS $ 93.56 MILLWRIGHT AND MACHINE ERECTORS $ 41.86 PILEDRIVER, DRIVING, PULLING, CUTTING, PLACING COLLARS, SETTING, WELDING OR CRESOTE TREATED MATERIAL, ALL PILING $ 40.61 Fringes 14.59 13.66 14.59 13.66 13.66 13.66 13.66 (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - ALL https://www.wdol.gov/wdol/scafiles/davisbacon/WA1.dvb?v=10 Page 5 of 40 7/10/2017 Page 6 of 40 i 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 Auburn Renton Aberdeen-Hoquiam Ellensburg Centralia Chelan Olympia Bremerton Shelton Tacoma Everett Mount Vernon Pt. Townsend Zone Pay: 0 -25 radius miles 26-35 radius miles 36-45 radius miles 46-55 radius miles Over 55 radius miles Free $1.00/hour $1.15/hour $1.35/hour $1.55/hour Bellingham Anacortes Yakima Wenatchee Port Angeles Sunnyside (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 26-45 radius miles Over 45 radius miles Free $ .70/hour $1.50/hour ELEC0046-001 02/06/2017 CALLAM, JEFFERSON, KING AND KITSAP COUNTIES Rates Fringes CABLE SPLICER $ 46.87 3%+15.96 ELECTRICIAN $ 47.56 3%+19.31 * ELEC0048-003 01/01/2017 CLARK, KLICKITAT AND SKAMANIA COUNTIES Rates Fringes CABLE SPLICER $ 44.22 21.50 ELECTRICIAN $ 40.20 22.18 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 https://www.wdol.gov/wdol/scafiles/davisbacon/WAl.dvb?v=10 7/10/2017 1 1 1 1 1 1 1 1 1 1 1 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 ELEC0048-029 01/01/2017 COWLITZ AND WAHKIAKUM COUNTY Rates Fringes CABLE SPLICER $ 44.22 ELECTRICIAN $ 40.20 21.50 22.18 ELEC0073-001 07/01/2016 ADAMS, FERRY, LINCOLN, PEND OREILLE, SPOKANE, STEVENS, WHITMAN COUNTIES Rates Fringes CABLE SPLICER $ 34.10 ELECTRICIAN $ 31.50 16.68 17.60 ELEC0076-002 09/01/2016 GRAYS HARBOR, LEWIS, MASON, PACIFIC, PIERCE, AND THURSTON COUNTIES Rates Fringes CABLE SPLICER $ 40.05 ELECTRICIAN $ 36.41 24.49 24.38 ELEC0112-005 06/01/2016 ASOTIN, BENTON, COLUMBIA, FRANKLIN, GARFIELD, KITTITAS, WALLA WALLA, YAKIMA COUNTIES Rates Fringes CABLE SPLICER $ 42.32 18.95 ELECTRICIAN $ 40.30 18.89 ELEC0191-003 06/01/2017 ISLAND, SAN JUAN, SNOHOMISH, SKAGIT AND WHATCOM COUNTIES Rates Fringes CABLE SPLICER $ 44.23 ELECTRICIAN $ 43.45 17.73 19.69 Page 7 of 40 https://www.wdol.gov/wdol/scafiles/davisbacon/WAl.dvb?v=10 7/10/2017 Page 8 of 40 ELEC0191-004 06/01/2017 CHELAN, DOUGLAS, GRANT AND OKANOGAN COUNTIES Rates Fringes CABLE SPLICER $ 40.82 17.63 ELECTRICIAN $ 40.65 19.59 ENGI0302-003 06/01/2017 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 Zone 1 (0-25 radius miles): Rates Fringes POWER EQUIPMENT OPERATOR Group lA $ 41.90 19.20 Group IAA $ 42.52 19.20 Group 1AAA $ 43.13 19.20 Group 1 $ 41.29 19:20 Group 2 $ 40.76 19.20 Group 3 $ 40.29 19.20 Group 4 $ 37.70 19.20 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) 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 1A - 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 https://www.wdol.gov/wdol/scafiles/davisbacon/WA1.dvb?v=10 7/10/2017 Page 9 of 40 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 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 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 https://www.wdol.gov/wdol/scafiles/davisbacon/WAl.dvb?v=10 7/10/2017 Page 10 of 40 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 H-3 Class H-4 Class „C„ B„ „A„ Suit - Base wage rate plus $ .25 per hour. Suit - Base wage rate plus $ .50 per hour. Suit - Base wage rate plus $ .75 per hour. ENGI0370-002 06/01/2017 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 OPERATOR GROUP 1 $ 27.11 15.20 GROUP 2 $ 27.43 15.20 GROUP 3 $ 28.04 15.20 GROUP 4 $ 28.20 15.20 GROUP 5 $ 28.36 15.20 GROUP 6 $ 28.64 15.20 GROUP 7 $ 28.91 15.20 GROUP 8 $ 30.01 15.20 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 1: Bit Grinders; Bolt Threading Machine; Compressors (under 2000 CFM, gas, diesel, or electric power); Deck Hand; 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 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; https://www.wdol.gov/wdol/scafiles/davisbacon/WAl.dvb?v=10 7/10/2017 Page 11 of 40 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) 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); https://www.wdol.gov/wdol/scafiles/davisbacon/WAl.dvb?v=10 7/10/2017 Page 12 of 40 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 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. ENGI0612-012 06/01/2014 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 https://www.wdol.gov/wdol/scafiles/davisbaoon/WA1.dvb?v=10 7/10/2017 Page 13 of 40 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 OPERATOR GROUP 1A $ 38.39 17.40 GROUP IAA $ 38.96 17.40 GROUP lAAA $ 39.52 17.40 GROUP 1 $ 37.84 17.40 GROUP 2 $ 37.35 17.40 GROUP 3 $ 36.93 17.40 GROUP 4 $ 34.57 17.40 Zone Differential (Add to Zone 1 rates): Zone 2 (26-45 radius miles) = $1.00 Zone 3 (Over 45 radius miles) - $1.30 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 IAA - Cranes- 200 tonsto 300 tons, or 250 ft of boom (including jib with attachments; Tower crane over 175 ft in height, bas to boom 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; https://www.wdol.gov/wdol/scafiles/davisbacon/WAl.dvb?v=10 7/10/2017 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 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, Class "D" Suit - Base wage rate plus $ .50 per hour. H-2 Class "C" Suit - Base wage rate plus $1.00 per hour. Page 14 of 40 L https://www.wdol.gov/wdol/scafiles/davisbacon/WA1.dvb?v=10 7/10/2017 Page 15 of 40 H-3 Class "B" Suit - Base wage rate plus $1.50 per hour. H-4 Class "A" Suit - Base wage rate plus $2.00 per hour. ENGI0701-002 01/01/2015 CLARK, COWLITZ, KLICKKITAT, PACIFIC (SOUTH), SKAMANIA, AND WAHKIAKUM COUNTIES POWER RQUIPMENT OPERATORS: ZONE 1 Rates Fringes POWER EQUIPMENT OPERATOR GROUP 1 $ 39.47 14.10 GROUP 1A $ 41.44 14.10 GROUP 1B $ 43.42 14.10 GROUP 2 $ 37.58 14.10 GROUP 3 $ 36.44 14.10 GROUP 4 $ 35.36 14.10 GROUP 5 $ 34.13 14.10 GROUP 6 $ 30.94 14.10 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 respective city hall of the above mentioned cities shall receive Zone I pay for all classifications. https://www.wdol.gov/wdol/scafiles/davisbacon/WAl.dvb?v=10 7/10/2017 Page 16 of 40 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 Plan and or Wet mix three (3) units or more; Crane, Floating one hundred and fifty (150) ton but less than two hundred and fifty (250) ton; Crane, two hundred (200) ton through two hundred ninety nine (299) ton with two hundred foot (200') boom or less (including jib, inserts and/or attachments); Crane, ninety (90) ton through one hundred ninety nine (199) ton with over two hundred (200') boom Including jib, inserts and/or attachments); Crane, Tower Crane with one hundred seventy five foot (175') tower or less and with less than two hundred foot (200') jib; Crane, Whirley ninety (90) ton and over; Helicopter when used in erecting work Group lA Crane, floating two hundred•fifty (250) ton and over; Crane, two hundred (200) ton through two hundred ninety nine (299) ton, with over two hundred •foot (200') boom (including jib, inserts and/or attachments); Crane, three hundred (300) ton through three hundred ninety nine (399) ton; Crane, Tower Crane with over one hundred seventy five foot (175') tower or over two hundred foot (200') jib; Crane, tower Crane on rail system or 2nd tower or more in work radius Group 1B Crane, three hundred (300) ton through three hundred ninety nine (399) ton, with over two hundred foot (200') boom (including jib, inserts and/or attachments); Floating crane, three hundred fifty (350) ton and over; Crane, four hundred (400) ton and over Group 2 Asphalt Plant (any type); Asphalt Roto -Mill, pavement profiler eight foot (8') lateral cut and over; Auto Grader or "Trimmer"; Blade, Robotic; Bulldozer, Robotic Equipment (any type); Bulldozer, over one hundred twenty thousand (120,000) lbs. and above; Concrete Batch Plant and/or Wet Mix one (1) and two (2) drum; Concrete Diamond Head Profiler; Canal Trimmer; Concrete, Automatic Slip Form Paver (Assistant to the Operator required); Crane, Boom Truck fifty (50) ton and with over one hundred fifty foot (150') boom and over; Crane, Floating (derrick barge) thirty (30) ton but less than one hundred fifty (150) ton; Crane, Cableway twenty-five (25) ton and over; Crane, Floating Clamshell three (3) cu. Yds. And over; Crane, ninety (90) ton through one hundred ninety nine (199) ton up to and including two hundred foot (200') of boom https://www.wdol.gov/wdol/scafiles/davisbacon/WAl.dvb?v=10 7/10/2017 Page 17 of 40 (including jib inserts and/or attachments); Crane; fifty (50) ton through eighty nine (89) ton with over one hundred fifty foot (150') boom (including jib inserts and/or attachments); Crane, Whirley under ninety (90) ton; Crusher Plant; Excavator over one hundred thirty thousand (130,000) lbs.; Loader one hundred twenty thousand (120,000) lbs. and above; Remote Controlled Earth Moving Equipment; Shovel, Dragline, Clamshell, five (5) cu. Yds. And over; Underwater Equipment remote or otherwise, when used in construction work; Wheel Excavator any size Group 3 Bulldozer, over seventy thousand (70,000) lbs. up to and including one hundred twenty thousand (120,000) lbs.; Crane, Boom Truck fifty (50) ton and over with less than one hundred fifty foot (150') boom; Crane, fifty (50) ton through eighty nine (89) ton with one hundred fifty foot (150') boom or less (including jib inserts and/or attachments); Crane, Shovel, Dragline or Clamshell three (3) cu. yds. but less than five (5) cu. Yds.; Excavator over eighty thousand (80,000) lbs. through one hundred thirty thousand (130,000) lbs.; Loader sixty thousand (60,000) lbs. and less than' one hundred twenty thousand (120,000) lbs. Group 4 Asphalt, Screed; Asphalt Paver; Asphalt Roto -Mill, pavement profiler, under eight foot (8') lateral cut; Asphalt, Material Transfer Vehicle Operator; Back Filling Machine; Backhoe, Robotic, track and wheel type up to and including twenty thousand (20,000) lbs. with any attachments; Blade (any type); Boatman; Boring Machine; Bulldozer over twenty thousand (20,000) lbs. and more than one hundred (100) horse up to seventy thousand (70,000) lbs.; Cable -Plow (any type); Cableway up to twenty five (25) ton; Cat Drill (John Henry); Chippers; Compactor, multi -engine; Compactor, Robotic; Compactor with blade self-propelled; Concrete, Breaker; Concrete, Grout Plant; Concrete, Mixer Mobile; Concrete, Paving Road Mixer; Concrete, Reinforced Tank Banding Machine; Crane, Boom Truck twenty (20) ton and under fifty (50) ton; Crane, Bridge Locomotive, Gantry and Overhead; Crane, Carry Deck; Crane, Chicago Boom and similar types; Crane, Derrick Operator, under one hundred (100) ton; Crane, Floating Clamshell, Dragline, etc. Operator, under three (3) cu. yds. Or less than thirty (30) ton; Crane, under fifty (50) ton; Crane, Quick Tower under one hundred foot (100') in height and less than one hundred fifty foot (150') jib (on rail included); Diesel -Electric Engineer (Plant or Floating); Directional Drill over twenty thousand (20,000) lbs. pullback; Drill Cat Operator; Drill Doctor and/or Bit Grinder; Driller, Percussion, Diamond, Core, Cable, Rotary and similar type; Excavator Operator over twenty thousand (20,000) lbs. through eighty thousand (80,000) lbs.; Generator Operator; Grade -all; Guardrail Machines, i.e. punch, auger, etc.; Hammer Operator (Piledriver); Hoist, stiff leg, guy derrick or similar type, fifty (50) ton and over; Hoist, two (2) drums or more; Hydro Axe (loader mounted or similar type); Jack Operator, Elevating Barges, Barge Operator, self -unloading; https://www.wdol.gov/wdol/scafiles/davisbacon/WA1.dvb?v=10 7/10/2017 Page 18 of 40 Loader Operator, front end and overhead, twenty five thousand (25,000) lbs. and less than sixty thousand (60,000) lbs.; Log Skidders; Piledriver Operator (not crane type); Pipe, Bending, Cleaning, Doping and Wrapping Machines; Rail, Ballast Tamper Multi -Purpose; Rubber -tired Dozers and Pushers; Scraper, all types; Side -Boom; Skip Loader, Drag Box; Strump Grinder (loader mounted or similar type); Surface Heater and Planer; Tractor, rubber -tired, over fifty (50) HP Flywheel; Trenching Machine three foot (3') depth and deeper; Tub Grinder (used for wood debris); Tunnel Boring Machine Mechanic; Tunnel, Mucking Machine; Ultra High Pressure Water Jet Cutting Tool System Operator; Vacuum Blasting Machine Operator; Water pulls, Water wagons Group 5 Asphalt, Extrusion Machine; Asphalt, Roller (any asphalt mix); Asphalt, Roto -Mill pavement profiler ground man; Bulldozer, twenty thousand (20,000) lbs. or less, or one hundred (100) horse or less; Cement Pump; Chip Spreading Machine; Churn Drill and Earth Boring Machine; Compactor, self-propelled without blade; Compressor, (any power) one thousand two hundred fifty (1,250) cu. ft. and over, total capacity; Concrete, Batch Plant Quality control; Concrete, Combination Mixer and compressor operator, gunite work; Concrete, Curb Machine, Mechanical Berm, Curb and/or Curb and Gutter; Concrete, Finishing Machine; Concrete, Grouting Machine; Concrete, Internal Full Slab Vibrator Operator; Concrete, Joint Machine; Concrete, Mixer single drum, any capacity; Concrete, Paving Machine eight foot (8') or less; Concrete, Planer; Concrete, Pump; Concrete, Pump Truck; Concrete, Pumperete Operator (any type); Concrete, Slip Form Pumps, power driven hydraulic lifting device for concrete forms; Conveyored Material Hauler; Crane, Boom Truck under twenty (20) tons; Crane, Boom Type lifting device, five (5) ton capacity or less; Drill, Directional type less than twenty thousand (20,000) lbs. pullback; Fork Lift, over ten (10) ton or Robotic; Helicopter Hoist; Hoist Operator, single drum; Hydraulic Backhoe track type up to and including twenty thousand (20,000) lbs.; Hydraulic Backhoe wheel type (any make); Laser Screed; Loaders, rubber -tired type, less than twenty five thousand (25,000) lbs.; Pavement Grinder and/or Grooving Machine (riding type); Pipe, cast in place Pipe Laying Machine; Puiva-Mixer or similar types; Pump Operator, more than five (5) pumps (any size); Rail, Ballast Compactor, Regulator, or Tamper machines; Service Oiler (Greaser); Sweeper Self -Propelled; Tractor, Rubber -Tired, fifty (50) HP flywheel and under; Trenching Machine Operator, maximum digging capacity three foot (3') depth; Tunnel, Locomotive, Dinkey; Tunnel, Power Jumbo setting slip forms, etc. Group 6 Asphalt, Pugmill (any type); Asphalt, Raker; Asphalt, Truck Mounted Asphalt Spreader, with Screed; Auger Oiler; Boatman; Bobcat, skid steed (less than one (1) yard); Broom, self-propelled; Compressor Operator (any power) under 1,250 cu. ft. total capacity; Concrete Curing Machine (riding type); Concrete Saw; Conveyor Operator or https://www.wdol.gov/wdol/scafiles/davisbacon/WA1.dvb?v=10 7/10/2017 Page 19 of 40 Assistant; Crane, Tugger; Crusher Feederman; Crusher Oiler; Deckhand; Drill, Directional Locator; Fork Lift; Grade Checker; Guardrail Punch Oiler; Hydrographic Seeder Machine, straw, pulp or seed; Hydrostatic Pump Operator; Mixer Box (CTB, dry batch, etc.); Oiler; Plant Oiler; Pump (any power); Rail, Brakeman, Switchman, Motorman; Rail, Tamping Machine, mechanical, self-propelled; Rigger; Roller grading (not asphalt); Truck, Crane Oiler -Driver IRON0014-005 07/01/2016 ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND ORIELLE, SPOKANE, STEVENS, WALLA WALLA AND WHITMAN COUNTIES Rates Fringes IRONWORKER $ 32.89 24.56 IRON0029-002 07/01/2015 CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA, AND WAHKAIKUM COUNTIES Rates Fringes IRONWORKER $ 34.12 23.04 IRON0086-002 07/01/2016 YAKIMA, KITTITAS AND CHELAN COUNTIES Rates IRONWORKER $ 32.89 Fringes 24.56 IRON0086-004 07/01/2016 CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PIERCE, SKAGIT, SNOHOMISH, THURSTON, AND WHATCOM COUNTIES Rates Fringes IRONWORKER $ 40.52 24.71 LAB00238-004 06/01/2017 PASCO AREA: ADAMS, BENTON, COLUMBIA,DOUGLAS (East of 120th Meridian), FERRY, FRANKLIN, GRANT, OKANOGAN, WALLA WALLA SPOKANE AREA: ASOTIN, GARFIELD, LINCOLN, PEND OREILLE, SPOKANE, STEVENS & WHITMAN COUNTIES Rates Fringes https://www.wdol.gov/wdol/scafiles/davisbacon/WALdvb?v=10 7/10/2017 Page 20 of 40 LABORER (PASCO) GROUP 1 $ 24.66 11.30 GROUP 2 $ 26.76 11.30 GROUP 3 $ 27.03 11.30 GROUP 4 $ 27.30 11.30 GROUP 5 $ 27.58 11.30 LABORER (SPOKANE) GROUP 1 $ 24.66 11.30 GROUP 2 $ 26.76 11.30 GROUP 3 $ 27.03 11.30 GROUP 4 $ 27.30 11.30 GROUP 5. $ 27.58 11.30 Zone Differential (Add to Zone 1 rate): $2.00 BASE POINTS: Spokane, Pasco, Lewiston Zone 1: 0-45 radius miles from the main post office. Zone 2: 45 radius miles and over from the main post office. LABORERS CLASSIFICATIONS GROUP 1: Flagman; Landscape Laborer; Scaleman; Traffic Control Maintenance Laborer (to include erection and maintenance of barricades, signs and relief of flagperson); Window Washer/Cleaner (detail cleanup, such as, but not limited to cleaning floors, ceilings, walls, windows, etc. prior to final acceptance by the owner) GROUP 2: Asbestos Abatement Worker; Brush Hog Feeder; Carpenter Tender; Cement Handler; Clean-up Laborer; Concrete Crewman (to include stripping of forms, hand operating jacks on slip form construction, application of concrete curing compounds, pumperete machine, signaling, handling the nozzle of squeezcrete or similar machine,6 inches and smaller); Confined Space Attendant; Concrete Signalman; Crusher Feeder; Demolition (to include clean-up, burning, loading, wrecking and salvage of all material); Dumpman; Fence Erector; Firewatch; Form Cleaning Machine Feeder, Stacker; General Laborer; Grout Machine Header Tender; Guard Rail (to include guard rails, guide and reference posts, sign posts, and right-of-way markers); Hazardous Waste Worker, Level D (no respirator is used and skin protection is minimal); Miner, Class "A" (to include all bull gang, concrete crewman, dumpman and pumperete crewman, including distributing pipe, assembly & dismantle, and nipper); Nipper; Riprap Man; Sandblast Tailhoseman; Scaffold Erector (wood or steel); Stake Jumper; Structural Mover (to include separating foundation, preparation, cribbing, shoring, jacking and unloading of structures); Tailhoseman (water nozzle); Timber Bucker and Faller (by hand); Track Laborer (RR); Truck Loader; Well -Point Man; A11 Other Work Classifications Not Specially Listed Shall Be Classified As General Laborer GROUP 3: Asphalt Roller, walking; Cement Finisher Tender; Concrete Saw, walking; Demolition Torch; Dope Pot Firemen, non-mechanical; Driller Tender (when required to move and position machine); Form Setter, Paving; Grade Checker using https://www.wdol.gov/wdol/scafiles/davisbacon/WA1.dvb?v=10 7/10/2017 Page 21 of 40 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; Aspahit Raker;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) LAB00238-006 06/01/2017 COUNTIES EAST OF THE 120TH MERIDIAN: ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND OREILLE, STEVENS, SPOKANE, WALLA WALLA, WHITMAN Rates Fringes Hod Carrier $ 26.76 11.30 LAB00252-010 06/01/2017 CLALLAM, GRAYS HARBOR, JEFFERSON, KITSAP, LEWIS, MASON, PACIFIC (EXCLUDING SOUTHWEST), PIERCE, AND THURSTON COUNTIES https://www.wdol.gov/wdol/scafiles/davisbacon/WAl.dvb?v=10 7/10/2017 Page 22 of 40 Rates Fringes LABORER GROUP 1 $ 24.85 10.99 GROUP 2 $ 28.45 10.99 GROUP 3 $ 35.54 10.99 GROUP 4 $ 36.41 10.99 GROUP 5 $ 36.99 10.99 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 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 Personf Riggers; Scale Person; Sloper Sprayer; Signal Person; Stock Piler; Stake Hopper; Toolroom Man (at job site); Topper-Tailer; Track https://www.wdol.gov/wdol/scafiles/davisbacon/WA1.dvb?v=10 7/10/2017 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). LAB00292-008 06/01/2017 ISLAND, SAN JUAN, SKAGIT, SNOHOMISH, AND WHATCOM COUNTIES Rates LABORER GROUP 1 $ 24.85 GROUP 2 $ 28.45 GROUP 3 $ 35.54 GROUP 4 $ 36.41 GROUP 5 $ 36.99 BASE POINTS: BELLINGHAM, MT. VERNON, EVERETT, TACOMA, OLYMPIA, CENTRALIA, ABERDEEN, SHELTON, TOWNSEND, PT. ANGELES, AND BREMERTON Fringes 10.99 10.99 10.99 10.99 10.99 SEATTLE, KENT, PT. 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 https://www.wdol.gov/wdol/scafiles/davisbacon/WAl.dvb?v=10 Page 23 of 40 7/10/2017 Page'24 of 40 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 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). https://www.wdol.gov/wdol/scafiles/davisbacon/WA1.dvb?v=10 7/10/2017 Page 25 of 40 * LAB00335-001 06/01/2017 CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH OF A STRAIGHT LINE MADE BY EXTENDING THE NORTH BOUNDARY LINE OF WAHKIAKUM COUNTY WEST TO THE PACIFIC OCEAN), SKAMANIA AND WAHKIAKUM COUNTIES Rates Fringes Laborers: ZONE 1: GROUP 1 $ 31.36 10.89 GROUP 2 $ 32.01 10.89 GROUP 3 $ 32.49 10.89 GROUP 4 $ 32.90 10.89 GROUP 5 $ 28.68 10.89 GROUP 6 $ 26.07 10.89 GROUP 7 $ 22.62 10.89 Zone Differential (Add to Zone 1 rates): Zone 2 $ 0.65 Zone 3 - 1.15 Zone 4 - 1.70 Zone 5 - 2.75 BASE POINTS: GOLDENDALE, LONGVIEW, AND VANCOUVER ZONE 1: Projects within 30 miles of the respective city all. ZONE 2: More than 30 miles but less than 40 miles from the respective city hall. ZONE 3: More than 40 miles but less than 50 miles from the respective city hall. ZONE 4: More than 50 miles but less than 80 miles from the respective city hall. ZONE 5: More than 80 miles from the respective city hall. LABORERS CLASSIFICATIONS GROUP 1: Asphalt Plant Laborers; Asphalt Spreaders; Batch Weighman; Groomers; 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; 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) https://www.wdol.gov/wdol/scafiles/davisbacon/WA1.dvb?v=10 7/10/2017 Page 26 of 40 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 trabks, 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 GROUP 4: Asphalt Raker; Concrete Saw Operator (walls); Concrete Nozzelman; Grade Checker; Pipelayer; Laser Beam (pipelaying) -applicable when employee assigned to move, set up, align; Laser Beam; Tunnel Miners; Motorman -Dinky Locomotive -Tunnel; Powderman-Tunnel; Shield Operator -Tunnel GROUP 5: Traffic Flaggers GROUP 6: Fence Builders GROUP 7: Landscaping or Planting Laborers LAB00335-019 09/01/2013 Rates Fringes Hod Carrier $ 30.47 10.05 LAB00348-003 06/01/2017 CHELAN, DOUGLAS (W OF 12TH MERIDIAN), KITTITAS, AND YAKIMA COUNTIES Rates Fringes LABORER GROUP 1 $ 21.21 10.99 https://www.wdol.gov/wdol/scafiles/davisbacon/WAl.dvb?v=10 7/10/2017 Page 27 of 40 GROUP 2 $ 24.31 10.99 GROUP 3 $ 26.60 10.99 GROUP 4 $ 27.24 10.99 GROUP 5 $ 27.70 10.99 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 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, https://www.wdol.gov/wdol/scafiles/davisbacon/WA1.dvb?v=10 7/10/2017 Page 28 of 40 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). LAB00440-001 06/01/2017 KING COUNTY Rates Fringes LABORER GROUP 1 $ 24.85 10.99 ' GROUP 2 $ 28.45 10.99 GROUP 3 $ 35.54 10.99 GROUP 4 $ 36.41 10.99 GROUP 5 $ 36.99 10.99 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): https://www.wdol.gov/wdol/scafiles/davisbacon/WA1.dvb?v=10 7/10/2017 Page 29 of 40 ZONE 2 - $2.25 LABORERS CLASSIFICATIONS GROUP 1: Landscaping and Planting; Watchman; Window Washer/Cleaner (detail clean-up, such as but not limited to cleaning floors, ceilings, walls, windows, etc., prior to final acceptance by the owner) GROUP 2: Batch Weighman; Crusher Feeder; Fence Laborer; Flagman; Pilot Car GROUP 3: General Laborer; Air, Gas, or Electric Vibrating 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 Pifer; 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). * PAIN0005-002 06/01/2017 STATEWIDE EXCEPT CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH), SKAMANIA, AND WAHKIAKUM COUNTIES https://vvww.wdol.gov/wdol/scafiles/davisbacon/WA1.dvb?v=10 7/10/2017 Page 30 of 40 Rates Fringes Painters: STRIPERS $ 29.50 15.35 PAIN0005-004 03/01/2009 CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM COUNTIES Rates Fringes PAINTER $ 20.82 7.44 * PAIN0005-006 08/01/2016 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 PAINTER Application of Cold Tar Products, Epoxies, Polyure thanes, Acids, Radiation Resistant Material, Water and Sandblasting $ 29.10 11.04 Over 30'/Swing Stage Work$ 22.20 7.98 Brush, Roller, Striping, Steam -cleaning and Spray$ 24.00 11.04 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. PAIN0055-003 04/01/2017 CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA, AND WAHKIAKUM COUNTIES Rates Fringes PAINTER Brush & Roller $ 23.02 10.77 High work - All work 60 ft. or higher $ 24.22 10.77 Spray and Sandblasting $ 23.02 10.77 PAIN0055-006 01/01/2017 https://www.wdol.gov/wdol/scafiles/davisbacon/WAl.dvb?v=10 7/10/2017 Page 31 of 40 CLARK, COWLITZ, KLICKITAT, SKAMANIA and WAHKIAKUM COUNTIES Rates Fringes Painters: HIGHWAY & PARKING LOT STRIPER $ 34.37 11.38 PLAS0072-004 07/01/2016 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 $ 27.13 13.67 Zone Differential (Add to Zone 1 rate): Zone 2 - $2.00 BASE POINTS: Spokane, Pasco, Lewiston; Wenatchee Zone 1: 0 - 45 radius miles from the main post office Zone 2: Over 45 radius miles from the main post office PLAS0528-001 06/01/2017 CLALLAM, COWLITZ, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PACIFIC, PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON, WAHKIAKUM AND WHATCOM COUNTIES Rates Fringes CEMENT MASON CEMENT MASON $ 40.52 16.54 COMPOSITION, TROWEL MACHINE, GRINDER, POWER TOOLS, GUNNITE NOZZLE $ 41.02 16.54 TROWLING MACHINE OPERATOR ON COMPOSITION $ 41.02 16.54 PLAS0555-002 06/01/2015 CLARK, KLICKITAT AND SKAMANIA COUNTIES ZONE 1: Rates Fringes CEMENT MASON CEMENT MASONS DOING BOTH COMPOSITION/POWER MACHINERY AND SUSPENDED/HANGING SCAFFOLD..$ 30.58 18.18 CEMENT MASONS ON https://www.wdol.gov/wdol/scafiles/davisbacon/WALdvb?v=10 7/10/2017 Page 32 of 40 SUSPENDED, SWINGING AND/OR HANGING SCAFFOLD $ 30.58 18.18 CEMENT MASONS $ 29.98 18.18 COMPOSITION WORKERS AND POWER MACHINERY OPERATORS$ 31.18 18.18 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 06/01/2016 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 $ 27.60 14.37 GROUP 2 $ 27.72 14.37 GROUP 3 $ 27.85 14.37 GROUP 4 $ 28.12 14.37 GROUP 5 $ 28.34 14.37 GROUP 6 - $ 28.51 14.37 GROUP 7 $ 28.71 14.37 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. ZONE 3: More than 40 miles but less than 50 miles from the respective city hall. https://www.wdol.gov/wdol/scafiles/davisbacon/WA1.dvb?v=10 7/10/2017 Page 33 of 40 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. 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 https://www.wdol.gov/wdol/scafiles/davisbacon/WA1.dvb?v=10 7/10/2017 Page 34 of 40 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 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 01/01/2017 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- $ 34.13 18.57 GROUP 2• $ 33.29 18.57 GROUP 3 $ 30.48 18.57 GROUP 4 $ 25.51 18.57 GROUP 5• $ 33.68 18.57 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 EVERETT SEATTLE TACOMA CENTRALIA SHELTON PORT ANGELES PORT TOWNSEND TRUCK DRIVERS CLASSIFICATIONS RAYMOND ANACORTES MT. VERNON ABERDEEN OLYMPIA BELLEVUE KENT BREMERTON 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 https://www.wdol.gov/wdol/scafiles/davisbacon/WAl.dvb?v=10 7/10/2017 Truck -3,000 gallons and over capacity 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. TEAM0690-004 01/01/2017 ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT KITTITAS, LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMA COUNTIES Rates Fringes Truck drivers: (AREA 1: SPOKANE ZONE CENTER: Adams, Chelan, Douglas, Ferry, Grant, Kittitas, Lincoln, Okanogan, Pen Oreille, Page 35 of 40 https://www.wdol.gov/wdol/scafiles/davisbacon/WA1.dvb?v=10 7/10/2017 Page 36 of 40 Spokane, Stevens, and Whitman Counties AREA 1: LEWISTON ZONE CENTER: Asotin, Columbia, and Garfield Counties AREA 2: PASCO ZONE CENTER: Benton, Franklin, Walla Walla and Yakima Counties) AREA 1: GROUP 1 $ 20.97 17.25 GROUP 2 $ 23.24 17.25 GROUP 3 $ 23.74 17.25 GROUP 4 $ 24.07 17.25 GROUP 5 $ 24.18 17.25 GROUP 6 $ 24.35 17.25 GROUP 7 $ 24.88 17.25 GROUP 8 $ 25.24 17.25 AREA 2: GROUP 1 $ 23.11 17.25 GROUP 2 $ 25.75 17.25 GROUP 3 $ 25.86 17.25 GROUP 4 $ 26.19 17.25 GROUP 5 $ 26.30 17.25 GROUP 6 $ 26.30 17.25 GROUP 7 $ 27.20 17.25 GROUP 8 $ 27.16 17.25 Zone Differential (Add to Zone 1 rate: Zone 1 + $2.00) BASE POINTS: Spokane, 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; https://www.wdol.gov/wdol/scafiles/davisbacon/WAl.dvb?v=10 7/10/2017 Page 37 of 40 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 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; Plowboys; 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 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. https://www.wdol.gov/wdol/scafiles/davisbacon/WA1.dvb?v=10 7/10/2017 Page 38 of 40 Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis -Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the 50, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health-related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health-related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. 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)). The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers https://www.wdol.gov/wdol/scafiles/davisbacon/WALdvb?v=10 .dvb?v=10 7/ 10/2017 Page 39 of 40 Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. 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. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the https://www.wdol.gov/wdol/scafiles/davisbacon/WA1.dvb?v=10 7/10/2017 Page 40 of 40 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 https://www.wdol.gov/wdol/scafiles/davisbacon/WA1.dvb?v=10 7/10/2017 CITY OF YAKIMA YAKIMA AIR TERMINAL CONTRACT DOCUMENTS FOR SECURITY IMPROVEMENTS UPGRADE AIP NO. 3-53-0089-040 HLA PROJECT NO. 16164 OWNER: ENGINEER: City of Yakima/Yakima Air Terminal 2406 West Washington Avenue, Suite B Yakima, WA 98903 HLA Engineering and Land Surveying, Inc. (HLA) 2803 River Road Yakima, WA 98902 JUNE 2017 CITY OF YAKIMA YAKIMA AIR TERMINAL CONTRACT DOCUMENTS FOR SECURITY IMPROVEMENTS UPGRADE AIP NO. 3-53-0089-040 HLA PROJECT NO 16164 TABLE OF CONTENTS PAGE NO. SECTION 1 - INVITATION TO BID 1-1 INVITATION TC}BID. 1-2 SECTION 2- INFORMATION TO BIDDERS 2-1 INFORMATION TO BIDDERS 2-2 SECTION 3- BID PACKAGE 3-1 BIDDER'S CHECKLIST 3-2 BIDDER'S DECLARATION ' 3-3 UNIT PRICE BID PROPOSAL 3-5 BID PROPOSAL SIGNATURE PAGE 3-6 BID DEPOSIT 3-7 BID BOND. � �� --' 3-7 CITY OF YAKIMA COMPLIANCE WITH IMMIGRATION AND NATURALIZATION ACT 3-8 DISADVANTAGED BUSINESS ENTERPRISE PARTICIPATION 3'9 LETTER DFINTENT 3-10 SURETY 3-11 BIDDERS LIST ' .3-12 SUBCONTRACTOR LIST 3-13 CATEGORIES OF WORK BY PRIME CONTRACTOR 3-14 NON -COLLUSION AFFIDAVIT . .3-15 BIDDERS STATEMENT ON PREVIOUS CONTRACTS SUBJECT TO EEO CLAUSE 3-16 BUY AMERICAN CERTIFICATION 3-17 CIVIL RIGHTS - GENERAL 3-19 SECTION 4- CONTRACT AND RELATED MATERIALS 4-1 CONTRACT 4-2 PERFORMANCE BOND '4-3 PAYMENT BOND �' ---���-���� 4-5 SECTION 6- LABOR STANDARDS AND WAGE RATE CONDITIONS 5-1 PREVAILING WAGE RATES .. � -5'3 DLI (YAKIMA COUNTY) EFFECTIVE 07/00/2017 5-3 BENEFIT CODE KEY EFFECTIVE 03/03/2017 5-3 DLI SUPPLEMENTAL TO WAGE RATES EFFECTIVE 03/02/2017 5-3 HIGHWAY FEDERAL WAGE RATES MOD 7 EFFECTIVE 06/02/2017 .6-3 SECTION G- FAA GENERAL PROVISIONS 6-1 SECTION 10 DEFINITION OF TERMS 6-3 SECTION 20' PROPOSAL REQUIREMENTS AND CONDITIONS 6-9 SECTION 3O - AWARD AND EXECUTION OF CC)NTRACT. ��� � � � � 6-13 SECTION 40 - SCOPE OF WORK 6-15 SECTION 5D- CONTROL OF WORK. .6'18 SECTION 60 - CONTROL OF MATERIALS � � � � ' � - -� -' � - -- 6-25 SECTION 70 - LEGAL REGULATIONS AND RESPONSIBILITY TO PUBLIC � ' 6-28 SECTION 8O- EXECUTION AND PROGRESS 6-38 SECTION QO' MEASUREMENT AND PAYMENT � 6-51 SECTION 100 - CONTRACTOR QUALITY CONTROL PROGRAM 6-68 SECTION 7 - NOT USED 7-1 SECTONW-FEDERALCONTRACTCLAUBES 8-1 ACCESS TO RECORDS AND REPORTS 8-2 AFFIRMATIVE ACTION REQUIREMENT 8-2 BREACH OF CONTRACT TERMS 8-3 CLEAN AIR AND WATER POLLUTION CONTROL. 8-3 CONTRACT WORKHOURS AND SAFETY STANDARDS ACT REQUIREMENTS 8-3 COPELAND "ANTI -KICKBACK" ACT 8-4 DAVIS-BACON REQUIREMENTS 8-4 DEBARMENT AND SUSPENSION .8-9 DISTRACTED DRIVING 8'9 ENERGY CONSERVATION REQUIREMENTS. 8-9 EQUAL OPPORTUNITY CLAUSE 8-9 FEDERAL FAIR LABOR STANDARDS ACT(FEDERAL MINIMUM WAGE) .8-14 LOBBYING AND INFLUENCING FEDERAL EMPLOYEES ...844 PROHIBITION OF SEGREGATED FACILITIES 8'15 OCCUPATIONAL SAFETYAND HEALTH ACT OF 1970 � ���8-15 PROCUREMENT OF RECOVERED MATERIALS . '-- .-.-' ... ...... ' .8-15 TERMINATION OF CONTRACT 8-16 TRADE RESTRICTION CERTIFICATION -8'16 VETERAN'S PREFERENCE 8-17 SECTION 9- TECHNICAL SPECIFICATIONS 9-1 1. GENERAL REQUIREMENTS '�--'9-2 2. AIRPORT SAFETY - TEMPORARY FLAGGING, MARKING, AND SIGNING -9-2 ITEM P-152 - EXCAVATION, SUBGRADE, AND EMBANKMENT 9-4 ITEM P-156 - TEMPORARY AIR AND WATER POLLUT0N, SOIL EROS0N, AND SILTATION CONTROL. 9-10 ITEM P'803 - BITUMINOUS TACK COAT � � � � � � .9-13 TEM L-110 - AIRPORT UNDERGROUND ELECTRICAL DUCT BANK AND CONDUITS. . 9'15 ITEM F-162 - CHAIN-LINK FENCE � � --� -� � '9'22 ITEM SP -1 50- WATER FOR CONSTRUCTION '9-28 ITEM SP -160 - CEMENT CONCRETE SIDEWALK 9-27 ITEM SP -209 - AGGREGATE BASE COURSE .9'32 ITEM SP'401 - HOT MIX ASPHALT .0'37 ITEM SP -450 - UNLIGHTED SIGNS 9'54 ITEM SP -500 - CANTILEVER SLIDE GATES 9-57 ITEM SP -510 - VERTICAL PIVOT GATES � � � -� ' �9-64 ITEM SP -520 - PEDESTRIAN SWING GATES .. .- .......... 0'69 ITEM SP -530 - ELECTRIC PEDESTRIAN SWING GATE 9'73 ITEM SP -600 - BASIC ELECTRICAL REQUIREMENTS. -9-76 ITEM SP -610 - BASIC ELECTRICAL MATERIALS AND METHODS -9'87 ITEM SP -620 - GROUNDING 9-95 ITEM SP -630 - CONDUCTORS AND CABLES .9'09 ITEM SP -640 - RACEWAYS AND BOXES 9405 ITEM SP -650 -WIRING DEVICES. � � � - -' � 9-116 ITEM SP -660 - ENCLOSED SWITCHES AND CIRCUIT BREAKERS 9'119 ITEM SP'67O-PAN ELBOAROS 9-123 ITEM SP -680 - EXTERIOR LIGHTING 9-127 APPENDIX A - CONSTRUCTION SAFETY PHASING PLAN REPORT SECTION 1 - INVITATION TO BID G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.docx 1-1 INVITATION TO BID Sealed proposals for the SECURITY IMPROVEMENTS UPGRADE, AIP No 3-53-0089-040, HLA Project No 16164, will be received by the City Clerk at Yakima City Hall, 129 North Second Street, Yakima, Washington 98901, until 2.00 p.m local time on July 13, 2017, at which time the bids will be publicly opened and read aloud Bids shall be addressed to the City Clerk at Yakima City Hall The work includes the following approximate major items: The project will remove and replace 11 vehicle gates, 8 pedestrian gates, and add security lighting at vehicle gates Work will also include cement concrete curb and sidewalk replacement to meet ADA requirement, and hot mix asphalt. Contract time to complete schedules of work is one hundred and ten (110) working days, with liquidated damages of $2,500 00 per calendar day should the Contractor fail to complete the work within the time allowed. Sunday and legal holidays shall be excluded in determining days in default. Contract Documents may be examined at the following locations: Airport Manager's Office Yakima City Hall HLA Engineering and Land Surveying, Inc. (HLA) Electronic copies of the CONTRACT DOCUMENTS may be obtained at no cost at the following website. https.//www.hlacivil.com/bid/. Physical copies may be obtained at the office of HLA Engineering and Land Surveying, Inc. (HLA), 2803 River Road, Yakima, Washington 98902 (509-966-7000) upon payment of $75.00 for each set, non-refundable. Planholder list and addenda will be available on the website Bidders are encouraged to register as planholders on the website, whom will be added to the Planholder list and will receive automatic addenda notification. The proposed CONTRACT is under and subject to Executive Order 11246 of September 24, 1965, and to the Equal Employment Opportunity (EEO) and Federal Labor Provisions The EEO requirements, labor provisions, and wage rates are included in the specifications and bid documents Attention is called to the fact that not less than the minimum salaries and wages as set forth in the Contract Documents must be paid on this project, and the Contractor must ensure employees and applicants for employment are not discriminated against because of their race, color, religion, sex, age, or national origin To be eligible for award, each Bidder must comply with the Affirmative Action, Buy American Preferences, Foreign Trade Restrictions, Davis Bacon, Government -wide Department and Suspension, and Government -wide Requirements for Drug-free Workplace requirements which are contained in the FAA Special Provisions. A contractor or subcontractor having 50 or more employees and who may be awarded a contract of $50,000.00 or more will be required to maintain an affirmative action program, the standards for which are contained in the FAA Special Provisions. Title VI Solicitation Notice The City of Yakima in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 STAT 252, 42 U.S C $2000d to 2000d-4) and the regulations, hereby notifies all Bidders that it will affirmatively ensure that any contract entered into pursuant to this Advertisement, Disadvantaged Business Enterprises will be afforded full and fair 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 requirements of 49 CFR Part 26 apply to this contract. It is the policy of the City of Yakima to practice nondiscrimination based on race, color, sex or national origin in the award or performance of this contract. The owner encourages participation by all firms qualifying under this solicitation regardless of business size or ownership " G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.docx 1-2 Each Proposal must be submitted on the prescribed form and accompanied by a certified check or Bid Bond on the form bound within the Contract Documents or one similar, payable to the City of Yakima, in an amount not Tess than five percent (5%) of the amount bid The successful Bidder will be required to furnish a Performance and Payment Bond, each in the full amount of the contract price. The Owner reserves the right to waive any informality or to reject any or all proposals, or portions thereof, not conforming to the intent and purpose of the contract documents. No Bidder may withdraw his proposal within ninety (90) days after the actual date of the opening thereof Sonya Claar Tee City Clerk Publish• 06/20/2017 07/03/2017 G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.docx 1-3 SECTION 2 - INFORMATION TO BIDDERS G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.docx 2-1 CITY OF YAKIMA YAKIMA AIR TERMINAL SECURITY IMPROVEMENTS UPGRADE A.I.P. PROJECT NO. 3-53-0089-040 INFORMATION TO BIDDERS 1. PREPARATION OF BID In addition to the requirements of Section 20 of the General Provisions, the following shall apply: A. All bids must be submitted on the prescribed forms Included in these specifications is a complete set of bid forms. These are for the convenience of the Bidder and are not to be detached Separate copies of bid forms are available upon request. Erasures or other changes in the bids must be explained or noted over the signature of the Bidder 1. Bid Forms must be completed in ink or by typewriter. The bid unit price of each item on the form must be stated in numerals 2. Bids by corporations must be executed (signed) in the corporate name by the president or vice- president (or other corporate officer accompanied by evidence of authority to sign) and the corporate seal must be affixed and attested by the secretary or an assistant secretary. The corporate address and state of incorporation shall be shown below the signature 3. Bids by partnerships must be executed in the partnership name and signed by a partner, whose title must appear under the signature, and the official address of the partnership must be shown below the signature. 4. All names must be typed or printed below the signature. 5 The bid shall contain an acknowledgement of receipt of all Addenda (the numbers of which shall be filled in on the bid form). 6. The address and telephone number for communications regarding the bid must be shown in the space provided. B Each Bidder shall submit with his bid a completed "Bidders List Information" which identifies all firms that bid on prime contractors or bid or quote subcontracts on DOT -assisted projects, including DBE and non -DBE firms C. Bids shall be submitted in sealed envelopes, bearing on the outside, the name of the Bidder, his address and the name of the project for which the bid is submitted. If forwarded by mail, the sealed envelope containing the bid must be enclosed in another envelope addressed as specified. D. No bid will be accepted unless signed by the Bidder or his authorized agent. E. The proposal form invites bids on definite plans and specifications. Only the amounts and information asked for in the proposal form furnished will be considered as the bid. Each Bidder shall bid on the work exactly as specified and as provided in the proposal form F. Quantities and Unit Prices The quantities shown in the Bid Proposal are approximate for comparing bids, and no claim shall be made against the Owner for excess or deficiency therein. Actual or relative payment at the above prices agreed upon will be in full for the completed work and will cover materials, supplies, labor, tools, machinery, and all other expenditures incidental to satisfactory compliance with the contract unless otherwise specifically provided In the event of discrepancy between the prices quoted in the proposal in words and those quoted in figures, the words shall control. The prices are to include the furnishing of all labor, materials, equipment, tools, and all other facilities and the performance of services necessary or proper for the completion of the work, except such as may be otherwise expressly provided in the contract documents. G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.docx 2-2 G. All labor, equipment, and materials required for the manufacturing and installation of this project shall be incorporated into the bid items as provided in the bid proposal. Payment for general construction items that are not listed in the Bid Proposal, but are shown or required by the Contract Documents, are indicative of the fact that the items of work not listed are considered as incidental to the bid items listed in the Bid Proposal. Unless the work to be performed is specifically called out in the Bid Proposal, measurement and payment for such work shall be included in other applicable items of the Bid Proposal. 2. COPIES OF BIDDING DOCUMENTS A. Complete sets of the Contract Documents may be obtained from the Engineer upon payment of the plan copy fee as designated in the Advertisement. B. Complete sets of Contract Documents shall be used in preparing, bids; neither the Owner or Engineer assume any responsibility for errors or misinterpretations resulting from the use of incomplete sets of Contract Documents. It is the Bidder's responsibility to assure that he possesses complete sets of the Contract Documents. 3. QUALIFICATION OF BIDDER Bidders shall be qualified by experience, financing, equipment, and organization to do the work called for in the Contract Documents The Owner reserves the right to take whatever action it deems necessary to ascertain the ability of the Bidder to perform the work satisfactorily in accordance with the FAA General Conditions Section 6 Only Contractors registered in accordance with the Contractor's Registration Act, RCW 18.27, may bid on this project. The Contractor shall include his registration number in the bid proposal. 4. INTERPRETATIONS No oral interpretation will be made to any Bidder as to the meaning of the Specifications, including Drawings. Neither the Owner nor the Engineer will be responsible for oral interpretations. Every request for such an interpretation shall be made in writing to the Engineer, HLA Engineering and Land Surveying, Inc (HLA), 2803 River Road, Yakima, Washington 98902. Any inquiry received seven (7) or more days prior to the date fixed for opening of bids will be given consideration Every interpretation made to a Bidder will be in the form of an addendum to the specifications which, if issued, will be on file in the office of the Owner and the office of the Engineer at least three days before the bids are opened In addition, addenda will be mailed to each Bidder, but it shall be the Bidder's responsibility to make inquiry as to addenda issued All such addenda shall become part of the Contract and all Bidders shall be bound by such addenda, whether or not received by the Bidders Any objection not perfected within the time limitations shall be deemed to constitute a waiver of any rights to raise such objection or appeal after. 5. BID SECURITY A. Each bid must be accompanied by Bid Security made payable to the Owner, in an amount of 5 percent (5%) of the Bidder's maximum bid price and in the form of a certified or bank check or a Bid Bond made payable to the City of Yakima (on form attached, if a form is prescribed) issued by a Surety. B. The Bid Security of the Successful Bidder will be retained until such Bidder has executed the Contract and furnished the required Contract Security and met the other conditions of the Award, whereupon it will be returned. If the Succdssful Bidder fails to execute and deliver the Contract and furnish the required Contract Security within 30 days after the Notice of Award, the Owner may annul the Notice of Award and the Bid Security of that Bidder will be forfeited to the City of Yakima. C The Bid Security of other Bidders whom the Owner believes to have a reasonable chance of receiving the Award may be retained by the Owner until the earlier of the 15th day after the "effective date of the Contract" (which term is defined in the FAA General Conditions) and the required G:\PROJECTS12016\16164E\Spec\16164 SPECIFICATIONS.docx 2-3 Contract Security is furnished on the 91st day after the bid opening Bid Security of other Bidders that are not competitive will be returned within seven (7) days of the bid opening. 6. CONTRACT TIME The number of days within which, or the date by which, all provisions of the Contract Documents is complete and accepted The submission of a bid is a representation by the Bidder that the Bidder will complete all requirements specified in the Contract Documents 7. LIQUIDATED DAMAGES FOR FAILURE TO ENTER INTO CONTRACT Should the successful Bidder fail or refuse to execute and deliver the Contract, insurance certificates, and bonds required within 10 days after he has received notice of the acceptance of his bid, he shall forfeit to the Owner as liquidated damages for such failure, or refusal, the security deposited with his bid. 8. EXAMINATIONS OF SITE, CONTRACT DOCUMENTS, AND CONDITIONS OF WORK A. Bidders are encouraged to visit the site of the work, compare the drawings and specifications with facilities in place, and fully inform themselves of all conditions. Failure to visit the site will in no way relieve the successful Bidder from the necessity of furnishing any material or performing any work which may be required to complete work in accordance with drawings and specifications without additional cost to the Owner B. Bidders are cautioned against unauthorized entry upon operation portions of the Airport. All requests for pre-bid examinations of the site shall be submitted through the Engineer at least seven (7) days prior to the bid opening C. Bidders must inform themselves of the conditions relating to the project and the employment of labor thereon Failure to do so will not relieve a successful Bidder of his obligation to furnish all material and labor necessary to carry out the provisions of his contract. D. It is the responsibility of each Bidder, before submitting a bid, to (a) examine the Contract Documents and other related data identified in the Contract Documents thoroughly, (b) familiarize himself with and consider Federal, State and Local laws, ordinances, rules and regulations that may in any manner affect cost, progress or performance of the work, (c) study and carefully correlate Bidder's observations with Contract Documents, and (d) to promptly notify the Engineer of all conflicts, errors, ambiguities, or discrepancies which the Bidder has discovered in or between the Contract Documents and such other related documents E The submission of a bid will constitute an incontrovertible representation by the Bidder that Bidder has complied with every requirement without exception that the bid is and performing the Special Services required by the Contract Documents, that the Bidder has given the Engineer written notice of all conflicts, errors, ambiguities and discrepancies that the Bidder has discovered in the Contract Documents and the written resolutions thereof by the Engineer is acceptable to the Bidder, and that the Contract Documents are sufficient in scope and detail and that the time allocated for the preparation of the bid was adequate to indicate and convey understanding of all terms and conditions. 9. LAWS AND REGULATIONS The Bidder's attention is directed to the fact that all applicable Federal and State laws, municipal ordinances, and the rules and regulations of all authorities having jurisdiction over the project shall apply to the Contract throughout and they will be deemed to be included in the Contract the same as though herein written out in full. G:\PROJECTS12016\16164E\Spec\16164 SPECIFICATIONS.docx 2-4 10. SALES TAX Bidders shall include in their proposals Washington State local sales tax of 8.20 percent on all work items related to the Yakima Air Terminal, Security Improvements Upgrade Project. 11. OPENING OF BIDS Bids will be opened publicly, and read aloud. A tabulation of the amounts of the bids and bid items will be available from the Engineer after the opening of bids 12. AWARD OF CONTRACT, REJECTION OF BIDS A. The Owner reserves the right to reject any or all bids and to waive all informalities, claims, or irregularities in the bids or in the bidding No Bidder may withdraw his bid after the hour set for the opening thereof or before the award of contract unless the award is delayed for a period exceeding ninety (90) days B. Discrepancies between the multiplication of units and unit prices will be resolved in favor of unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. Discrepancies between words and figures will be resolved in favor of the words. C The Bidder shall submit bids for all bid schedules and all bid items to be considered as a responsive Bidder. Following the determination of the Low Bidder, the contract will be Awarded to the responsive and responsible Bidder based on the lowest total of all bid schedules and bid items for which funding is available, and as approved by the Owner and funding agencies. 1 The Bidder is forewarned that budget limitations may require deletion of items, alternatives, or portion of a Schedule or an entire Schedule D. The Owner also reserves the right to reject the bid of any Bidder who has previously failed to perform properly or complete on time, contracts of a similar nature, who is not in a position to perform the Contract; or who has habitually and without just cause neglected the payment of bills or otherwise disregarded his obligations to subcontractors, material vendors, or employees In determining the lowest responsible Bidder, the following elements in addition to those above- mentioned will be considered: whether the business involved 1) maintains a permanent place of business, 2) has adequate equipment available to do the work properly and expeditiously; 3) has suitable financial resources to meet the obligations incidental to the work, and 4) has appropriate technical experience. E The bid schedule shall be independent and stand on its own and include all applicable costs to perform the work within the schedule to include all overhead, profit, administrative, insurance, and bonding costs. F. An award may not be made unless sufficient funding is available. G. If individual or multiple contracts are to be awarded, the Owner will give the Successful Bidder(s) a Notice of Award within 90 days after the date of the bid opening 1 No Award can be made until the FAA has reviewed and approved the Owner's Recommendation of Award. 2. The Notice of Award will become effective once the Owner has received and executed the FAA grant offer required to finance the Project, and the FAA has approved the execution of the grant offer acceptable. 3 Receipt and execution of the FAA grant may take place later than 90 days following the bid opening Should this occur it will not invalidate the Award of the Contract which may have been previously executed G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.docx 2-5 4 Owner may issue a Notice of Award with additional conditions identified as appropriate Conditions shall be clearly stated on the Notice of Award. Conditions may include the deletion of item(s) of a Schedule or an entire Schedule. 5. If the Owner deems it is in its best interest, it may, on refusal or failure of the Successful Bidder to execute the Contract, award it to the second lowest responsive Bidder If the second lower responsive Bidder fails or refuses to execute the Contract, the Owner may likewise award it to the next lowest responsive Bidder. H On the failure or refusal of the second or next lowest responsive Bidder to execute a Contract, their Bid Security shall be likewise forfeited. I. The Owner may determine it is in its best interest to cancel the award process and rebid the project and retain any forfeited Bid Security J The Owner's administrative costs may be used as a factor in the evaluation of bids and determination of award 13. PERFORMANCE AND PAYMENT BOND, EXECUTION OF CONTRACT A. Subsequent to the award and within ten (10) days after the prescribed forms are presented for signature, the successful Bidder shall execute a contract in such number of copies as the Owner may require. B. Having satisfied all conditions of award as set forth elsewhere in these documents, the successful Bidder shall, within the period specified above, furnish separate 100% performance and payment bonds conditioned that such person shall faithfully perform all the provisions of the Contract and pay all the laborers, mechanics and subcontractors and material vendors and all persons who shall supply such person or persons or subcontractors with supplies for the carrying on of such work. Such bonds shall bear the same date as, or a date subsequent to, the date of the Contract. C. On each such bond, the rate of premium shall be slated together with the total amount of the premium charged. The current power of attorney of the person who signs for any surety company shall be attached to such bond. D. The failure of the successful Bidder to execute such Contract and to supply the required bonds within ten (10) days after the prescribed forms are presented for signature, or within such extended period as the Owner may grant based upon reasons determined adequate by the Owner, shall constitute a default, and the Owner may either award the Contract to the next responsible Bidder or re -advertise for bids, and may charge against the Bidder the difference between the amount of the bid and the amount for which a contract for the work is subsequently executed up to the amount of the Bid Bond. 14. REQUIREMENTS FOR BIDS FOR A.I.P. CONTRACTS A. Required Notice for All Contracts 1. The Bidder must supply all the information required by the proposal forms and specifications. 2. The proposed contract is under and subject to Executive Order 11246 of September 24, 1965, as amended, and to the equal opportunity clause; and, 3. A certification of non -segregated facilities shall be submitted prior to the award of a federally assisted construction contract exceeding $10,000, which is not exempt from the provisions of the Equal Opportunity Clause. a. Contractors receiving federally assisted construction contract awards, which are not exempt from the provisions of the equal opportunity clause, will be required to provide for the forwarding of this notice to prospective subcontractors for supplies and construction contracts where the subcontracts exceed $10,000 and are not exempt from the provisions G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.docx 2-6 of the equal opportunity clause A "Certification of Non -Segregated Facilities" must be submitted prior to award of any such subcontract exceeding $10,000 b Contractors receiving subcontract awards exceeding $10,000, which are not exempt from the provisions of the equal opportunity clause, will be required to provide for the forwarding of this notice to prospective Contractors for supplies and construction contracts where the subcontracts exceed $10,000 and are not exempt from the provisions of the equal opportunity clause NOTE: The penalty for making false statements in offers is prescribed in 18 U S.C. 1001. 4 When a determination has been made to award a contract or subcontract to a specific Contractor, such Contractor is required, prior to the award or after the award, or both, to furnish such other information as the FAA, the sponsor, or the Director of OFCC requests 5. Equal Employment Opportunity (EEO) and labor provisions, when applicable, are included in the bidding documents and are available for inspection at the airport office 6 Contractors and subcontractors may satisfy EEO requirements of paragraph 2 of the EEO contract clause by stating in all solicitations or advertisements for employees that: "All qualified applicants will receive consideration for employment without regard to race, color, religion, sex, or national origin " Or, by using a single advertisement in which appears in clearly distinguished type, the phrase: "An Equal Opportunity Employer." 7. By operation of the Order, the Notice of Requirement for Affirmative Action to Insure Equal Opportunity (Executive Order 11246), and the Standard Federal Equal Employment Opportunity Construction Contract Specifications (Executive Order 11246) shall be deemed to be a part of this solicitation and of every contract and subcontract, as appropriate, required by the Order and regulations. B Required Notice for Contractors with 25 or More Employees and. 1. A Contractor having 25 or more employees and first tier subcontractors having 50 or more employees and who may be awarded a subcontract of $50,000 or more will, within 120 days from contract commencement, be required to develop a written affirmative action compliance program for each of its establishments (state and local governments are exempt). 2. Within 30 days after award of this contract, the Contractor shall file a compliance report (SF 100) if the Contractor has not submitted a complete compliance report within 12 months preceding the date of award 3. State and local governments are exempt from the requirements of filing the annual compliance report (SF 100). 4. The Contractor shall require the subcontractor on any first-tier subcontracts, irrespective of dollar amount to file an SF 100 within 30 days after award of the subcontract if the above three conditions apply. An SF 100 will be furnished upon request. The SF 100 is normally furnished to Contractors annually, based on a mailing list currently maintained by the Joint Reporting Committee. In the event a Contractor has not received the form, he may obtain it by writing to the following address. G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.docx 2-7 Joint Reporting Committee 1800 G Street Washington, D.C. 20506 C Required Notice for Contracts in Excess of $100,000 1. Each Bidder must submit with his bid a bid guarantee equivalent to 5% of the bid price. The bid guarantee shall be in the form of a bid bond, certified check, or other negotiable instrument accompanying a bid as assurance that the Bidder will, upon acceptance of his bid, execute such contractual documents as may be required within the time specified. 15. SUBCONTRACTORS The Bidders are required to list the name and address of its major subcontractors proposed to be employed. Prior to any subcontractor, regardless of tier, performing work on the project, the following information shall be submitted for each by the Contractor: 1. Contractor's Registration Number in accordance with the Contractor's Registration Act, RCW 18.27, 2 Contractor's UBI Number; 3. Contractor's Washington State Department Revenue Tax Identification Number; 4. Contractor's Washington State Department of Labor and Industries Number; In addition, the Contractor shall verify that the subcontractor is currently not on the Federal Suspension and Debarment list. 16. INSURANCE REQUIREMENTS The Contractor shall obtain and keep in force the following policies of insurance. The policies shall be with companies or through sources approved by the State Insurance Commissioner pursuant to Chapter 48 05, RCW Unless otherwise indicated below, the policies shall be kept in force from the execution date of the Contract until the date of acceptance by the Owner 1. Owner and Contractors Protective Insurance providing bodily injury and property damage liability coverage with limits of $3,000,000 per occurrence and is the aggregate for each policy period, written on Insurance Services Office (ISO) from C00009 together with Washington State Department of Transportation Amendatory Endorsements N. CG 29 08, specifying the following as named insureds: • The Contracting Agency and its officers, elected officials, employees, agents, and volunteers, • City of Yakima, its employees, agents, elected and appointed officials; • HLA Engineering and Land Surveying, Inc (HLA), and its subconsultants. 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 describes limits lower than those maintained by the Contractor. The Contractor may choose to terminate this insurance after the date of Substantial Completion as determined by the Engineer or, should Substantial Completion not be achieved, after the date of Physical Completion as determined by the Engineer. In the event the Contractor elects to terminate this coverage, prior to acceptance of the Contract, the Contractor shall first obtain G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.docx 2-8 an endorsement of the Commercial General Liability Insurance described below that established the Contracting Agency on that policy as and additional insured 2 Commercial General Liability Insurance written ISO Form CG0001 or its equivalent with minimum limits of $3,000,000 per occurrence and in the aggregate for each policy period. This protection may be a CGL policy or any combination of primary, umbrella or excess liability coverage affording total liability limits of not less than $3,000,000. Products and completed operations coverage shall be provided for a period of one year following final acceptance of the work. 3. Commercial Automobile Liability Insurance providing bodily injury and property damage liability coverage for all owned and non -owned vehicles assigned to or used in the performance of the work with a combined single limit of not less than $1,000,000 each occurrence with the Owner named as an additional insured in connection with the Contractor's Performance of the Contract. The Owner's and Contractor's Protective Insurance policy shall not be subject to a deductible or contain provisions for a deductible. The Commercial General Liability policy and the Commercial Automobile Liability Insurance policy may, at the discretion of the Contractor, contain such provisions If a deductible applies to any claim under these policies, then payment of that deductible will be the responsibility of the Contractor, notwithstanding any claim of liability against the Contracting Agency. However, in no event shall any provision for a deductible provide for a deductible in excess of $50,000. Prior to contract execution, the Contractor shall file with the Owner ACORD Form Certificates of Insurance evidencing the minimum insurance coverages required under these specifications All insurance policies and Certificates of Insurance shall include a requirement providing for a minimum of a 45-dav prior written notice to the Contracting Agency of any cancellation or reduction of coverage. All insurance coverage required by this section shall be written and provided by "occurrence -based" policy forms rather than by "claims made" forms. The Certificate shall not contain the following or similar wording regarding cancellation notification: "Failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents, or representatives." 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 working days' notice to the Contractor to correct the breach, immediately terminate the contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the Contracting Agency on demand, or at the sole discretion of the Contracting Agency, offset against funds due the Contractor from the Contracting Agency. All costs for insurance, including any payments of deductible amounts, shall be considered incidental to and included in the unit contract prices and no additional payment will be made The Contractor shall be responsible for all acts and omissions of his subcontractors 17. PHASED CONSTRUCTION The project will be completed in phases. The Owner will consider modifications to the phasing if such modifications can be shown to expedite the project and not impose any greater inconveniences to the Owner, tenants, or aircraft operations The Contractor shall be responsible for all costs associated with revising the contract documents. Owner and FAA concurrence for any proposed modifications is required prior to implementation. G:\PROJECTS\2016116164E \Spec\ 16164 SPECIFICATIONS.docx 2-9 18. BID SCHEDULE Yakima Air Terminal, AIP 3-53-0089-040, Security Improvements Upgrade. The Contractor's Bid Proposal shall include his bid to complete all work identified on the plans and specifications of the schedule of Bid Items and Prices. The Bid Schedule of Items and Prices includes: Schedule A: Security Improvements Upgrade 19. TIME OF COMPLETION All work within Schedule A shall be completed within the working days allowed on this contract. Lead Time to order Gates Schedule A 40 working days 70 working days 110 work days 20. SPECIAL LEGAL REQUIREMENTS One bid schedule is included in the bid titled as follows. 1 A "Responsive" Bidder shall submit the required bid security, all of the documents and information identified. Instructions to Bidders and the documentation and illustrative descriptions identified in the technical specifications to be submitted with the bid Failure to supply all required documents shall result in the bid being deemed nonresponsive 2. The "Successful Bidder" for the purpose of subsequent negotiations, if necessary, will be the responsive Bidder who submits the total of the low bid for the work to be awarded and meet all the provisions of the Contract Document. 3. The Bidder/Offeror certifies, by submission of this proposal or acceptance of this Contract, that neither it nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency It further agrees by submitting this proposal that it will include this clause without modification in all lower tier transactions, solicitations, proposals, contracts, and subcontracts. Where the Bidder/Offeror/Contractor or any lower tier participant is unable to certify to this statement, it shall attach an explanation to this solicitation/proposal 4. The Owner requires documentation of certification or documentation for Good Faith Effort, in accordance with the requirements and procedures of 49 CFR 26, of DBE's proposed for participation in the project at the time of bid submittal Pre -certification is therefore a requirement of firms wishing to participate as DBEs in this FAA -assisted Contract. 5 Nothing in this restriction is to be construed to prohibit or discourage the Contractor from increasing the number or amount of DBE subcontractors participating on the Contract. 6. Do not count work performed by DBE firms on ineligible (no FAA funding participation) contract items toward DBE participation on FAA eligible portions of the project. Project work items and/or schedules that are not eligible for AIP participation (FAA grant funding participation) are not subject to DBE requirements and/or goals. Amounts expended for DBE subcontracts on project work items and/or schedules that are not eligible for AIP participation will not count toward DBE participation DBE subcontract amounts will count toward DBE participation only if performed on project work items and/or schedules that are identified as eligible under the AIP grant. 7 Contractors and subcontractors agree that any facility to be used in the performance of the Contract or subcontract or to benefit from the Contract is not listed on the Environmental Protection Agency (EPA) List of Violating Facilities, G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.docx 2-10 8. Contractors and subcontractors agree to comply with all the requirements of Section 114 of the Clean Air Act, as amended, 42 U.S.0 1857 et seq. and Section 308 of the Federal Water Pollution Control Act, as amended, 33 U S.C. 1251 et seq relating to inspection, monitoring, entry, reports and information, as well as all other requirements specified in Section 114 and Section 308 of the Acts, respectively, and all other regulations and guidelines issued thereunder; 9 That a condition for the award of this Contract, the Contractor or subcontractor will notify the awarding official of the receipt of any communication from the EPA indicating that a facility to be used for the performance of or benefit from the Contract is under consideration to be listed on the EPA List of Violating Facilities, 10. Contractors and subcontractors agree to include or cause to be included in any construction contract or subcontract which exceeds $100,000 the aforementioned criteria and requirements. If information is provided that is disregarded by the contractor during construction and results in poor performance or not meeting the requirements of the project specifications then the contractor shall be penalized. 21. PRE -PAVING MEETING No pre -paving meeting will be required. 22. LIQUIDATED DAMAGES The Contractor agrees to pay, as liquidated damages, the ,sum of $2,500 00 for each consecutive calendar day thereafter that the Work remains uncompleted for all schedules. 23. CONTRACTOR QUALITY CONTROL PROGRAM The Contractor is directed to the FAA General Conditions and Construction Management Plan which require a detailed and stringent quality control plan, program, and testing process This program is to be accomplished independently of the Owners/Engineer Quality Assurance Requirements 24. AIRPORT OPERATIONS The Contractor shall comply with the strict safety and communication requirements shown in the Plans and Specifications, and as directed by the Owner Work performed within any surface area must be coordinated at the contractor's discretion in increments allowing the resulting surface grades to be within 3 -inches of adjacent existing surface grades necessary to meet Object Free Area requirements of a smooth and level surface prior to opening the pavement to aircraft use The Contractor shall submit for review by the Owner and Engineer a Safety Plan Compliance Document meeting the requirements of Section 2 0 in the Construction Safety and Phasing Plan Report located in the Appendix of the Project Specifications. A sample report format is included in Section 21.0 of the same report noted above. The Safety Plan Compliance Document shall be submitted by the Contractor 10 days prior to the preconstruction conference 25. PROJECT ACCESS Within 5 days of Award by the Contracting Agency, the Contractor shall provide a list of all personnel, including subcontractors, requiring un -escorted access to the airfield for construction activities The list will include the full name, address, social security number, driver's license number, and date of birth of each individual. This information will be used by the Yakima Air Terminal to perform background checks and security clearances. G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.docx 2-11 Any person operating a vehicle in the air operations area will be required to complete a Ground Vehicles Operations Self -Assessment, administered by the Yakima Air Terminal, and complete orientation prior to being granted authorized driving privileges Access to the work area shall be from gates to be designated by the Owner Access into the site other than those designated shall be prohibited unless approved by the Owner. Unless otherwise authorized by the Owner, the Contractor shall confine its operations to the immediate boundaries of the project limits. The Contractor shall be solely responsible for, and bear all costs associated with dust control and the maintenance of access roads during construction. 26. WAGE RATES This project includes Federal funds and is subject to the provisions of the Washington State Public Works Law and the Federal Davis -Bacon and related acts. The Contractor and every subcontractor on the project must pay the higher of the Federal prevailing wage rates or the Washington State prevailing wage rates for the project. The performance of any part of this contract shall be in accordance with the provisions of Chapter 39.12 RCW and to RCW 4 as amended and the Federal requirements outlined in Section 4, Federal Contract Clauses, included in this specification. The rules and regulations of the Department of Labor and Industries and the schedule of prevailing wage rates for the locality or localities where the contract will be performed are as determined by the Industrial Statistician of the Department of Labor and Industries. Federal Davis -Bacon and State of Washington Department of Labor Wage Rates are applicable for this project. Inasmuch as the Contractor will be held responsible for paying the prevailing wages, it is imperative that all Contractors familiarize themselves with the current wage rates before submitting Bids based on these specifications. Bidders shall include in the Bid any filing fees required to comply with the applicable labor laws. 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 of 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 binding on all parties involved in the dispute as provided for by RCW 39.12.060, as amended 27. COOPERATION WITH OTHER CONTRACTORS It is anticipated that no other contracted work will be occurring within the project site during the construction of the Security Improvements Upgrade project. 28. PERMITS AND FEES The Contractor shall be responsible for all associated costs for permits required for the construction of the project. 29. TRADE RESTRICTION CLAUSE Refer to Federal Contract Clauses — Section 8 "By submission or bid, Contractor certifies compliance with Federal Clause Requirements." G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.docx 2-12 30. COMPLIANCE WITH NONDISCRIMINATION REQUIREMENTS The City of Yakima, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 U.S C §§ 2000d to 2000d-4) and the Regulations, hereby notifies all Bidders that it will affirmatively ensure that any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full and fair 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. During the performance of this Contract, the Contractor, for itself, its assignees, and successors in interest (hereinafter referred to as the "Contractor") agrees as follows: 1. Compliance with Regulations: The Contractor (hereinafter includes consultants) will comply with the Title VI List of Pertinent Nondiscrimination Statutes and Authorities, as they may be amended from time to time, which are herein incorporated by reference and made a part of this Contract. 2. Non-discrimination: The Contractor, with regard to the work performed by it during the Contract, will not discriminate on the grounds of race, color, or national origin in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The Contractor will not participate directly or indirectly in the discrimination prohibited by the Acts and the Regulations, including employment practices when the Contract covers any activity, project, or program set forth in Appendix B of 49 CFR part 21 3. Solicitations for Subcontracts, Including Procurements of Materials and Equipment: In all solicitations, either by competitive bidding, or negotiation made by the Contractor for work to be performed under a subcontract, including procurements of materials, or leases of equipment, each potential subcontractor or supplier will be notified by the Contractor of the Contractor's obligations under this Contract and the Acts and the Regulations relative to Non-discrimination on the grounds of race, color, or national origin. 4. Information and Reports: The Contractor will provide all information and reports required by the Acts, the Regulations, and directives issued pursuant thereto and will permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the sponsor or the Federal Aviation Administration to be pertinent to ascertain compliance with such Acts, Regulations, and instructions Where any information required of a Contractor is in the exclusive possession of another who fails or refuses to furnish the information, the Contractor will so certify to the sponsor or the Federal Aviation Administration, as appropriate, and will set forth what efforts it has made to obtain the information. 5. Sanctions for Noncompliance: In the event of a Contractor's noncompliance with the Non- discrimination provisions of this Contract, the Owner will impose such contract sanctions as it or the Federal Aviation Administration may determine to be appropriate, including, but not limited to. a Withholding payments to the Contractor under the contract until the Contractor complies, and/or b Cancelling, terminating, or suspending a contract, in whole or in part. 6. Incorporation of Provisions: The Contractor will include the provisions of paragraphs one (1) through six (6) in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Acts, the Regulations and directives issued pursuant thereto. The Contractor will take action with respect to any subcontract or procurement as the Owner or the Federal Aviation Administration may direct as a means of enforcing such provisions including sanctions for noncompliance Provided, that if the Contractor becomes involved in, or is threatened with litigation by a subcontractor, or supplier because of such direction, the Contractor may request the Owner to enter into any litigation to protect the interests of the Owner. In addition, the Contractor may request the United States to enter into the litigation to protect the interests of the United States. G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.docx 2-13 31. CIVIL RIGHTS — TITLE IV ASSURANCES Refer to Federal Contract Clauses — Section 8 "By submission or bid, Contractor certifies compliance with Federal Clause Requirements." 32. BID PROTESTS 1. Role of the Sponsor (Owner) Under Title 49 CFR, Part 18.36, the Owner will develop protest procedures to handle and resolve disputes relating to their procurements and shall, in all instances, disclose information regarding the protest to FAA. The Owner is responsible for all procurement actions to be accomplished in accordance with its established procedures including the handling of complaints and protests. 2. Role of FAA. FAA's role is limited to a review of the protest for violations of Federal law or regulations and violations of the Owner's protest procedures if the Bidder subsequently appeals for FAA. A protestor must exhaust all administrative remedies with the Owner before pursuing an appeal with FAA. 3 Defects in Bid Solicitation. A. If a prospective Bidder formally protests the procurement on the grounds that the bid solicitation is defective, it is the responsibility of the Bidder to notify the Owner in writing, to be received at least three (3) business days before the date and time upon which bids are scheduled to be opened, about what aspects of the solicitation the Bidder is protesting. The bid opening may be delayed, if necessary, until the protest is satisfied (including rejection) or to allow time for the Owner to issue an addendum, as appropriate B If a protest of this nature is made after bid opening, the Owner may reject the protest without action 4 Improper Evaluation of Bids Protests pertaining to an improperly disqualified Bidder or the Owner's failure to disqualify the apparent low Bidder for a defective bid shall be submitted to the Owner in writing within seven (7) calendar days of the date of transmittal of the notice of disqualification, setting forth in such response the express reason or reasons that the award decision is in error Thereafter, staying performance of any procurement until after addressing the contentions raised by the objecting Bidder, the Owner shall review its decision and determine whether to affirm its prior award, modify the award, or choose to re -bid, setting forth its reason or reasons therefor After completion of the review process, the political subdivision may proceed as it deems to be in the public interest. 33. GOVERNMENT -WIDE DEBARMENT AND SUSPENSION Refer to Federal Contract Clauses — Section 8 "By submission or bid, Contractor certifies compliance with Federal Clause Requirements " END OF SECTION 2 G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.docx 2-14 SECTION 3 - BID PACKAGE G:\PROJECTS12016116164E\Spec\16164 SPECIFICATIONS.docx 3-1 BIDDER'S CHECKLIST This checklist has been prepared and furnished to aid Bidders in including all necessary supporting information with their bid. All forms listed below must be fully executed and submitted with the Bid Failure to complete all firms will result in the bid being considered non-responsive. Checked 1. BIDDER'S DECLARATION 2. UNIT PRICE BID PROPOSAL 3. BID PROPOSAL SIGNATURE PAGE 4 BID DEPOSIT OR BID BOND BID DEPOSIT — Sign the Bid Deposit in the space provided if the bid is accompanied by a certified check or cashier's check in the amount of not less than 5% of the total amount bid. OR BID BOND — This form is to be executed by the Bidder and Surety Company 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 Provide Power of Attorney for Surety's agent. 5. CITY OF YAKIMA E -VERIFY COMPLIANCE DECLARATION 6 DISADVANTAGED BUSINESS ENTERPRISE PARTICIPATION 7 LETTER OF INTENT 8. SURETY 9. BIDDERS LIST 10. SUBCONTRACTOR LIST 11. CATEGORIES OF WORK BY PRIME CONTRACTOR 12. NON -COLLUSION AFFIDAVIT — Must be subscribed and sworn to before a Notary Public. 13. BIDDER'S STATEMENT ON PREVIOUS CONTRACTS SUBJECT TO EEO CLAUSE - As per Section 20-02 of the General Provisions Bidder's Statement on previous contracts subject to EEO clause 14. BUY AMERICAN CERTIFICATE 15. BUY AMERICAN SUPPORTING DOCUMENTATION G \PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.docx 3-2 BIDDER'S DECLARATION The undersigned, hereinafter called the Bidder, declares that the only persons or parties interested in this proposal are those named herein, that this proposal is, in all respects, fair and without fraud, that it is made without collusion with any official of the Owner, and that the proposal is made without any connection or collusion with any person making another proposal on this contract. The Bidder further declares that he has carefully examined the Contract Documents for the construction of the project, that he has personally inspected the site, that he has satisfied himself as to the quantities involved, including the fact that the description of the quantities of work and materials, as included herein, is brief and is intended only to indicate the general nature of the work and to identify the said quantities with the detailed requirements of the Contract Documents, and that this proposal is made according to the provisions and under the terms of the Contract Documents, which documents are hereby made a part of this proposal. The Bidder further declares that the provisions required pertaining to prevailing wage rates shall be included in his contract and will be complied with. Certified weekly payrolls will be delivered to the Engineer on a weekly basis. The Bidder further agrees that he has exercised his own judgment regarding the interpretation of subsurface information and has utilized all data which he believes pertinent from the Engineer, Owner, and other sources in arriving at his conclusions CONTRACT EXECUTION. The Bidder agrees that if this proposal is accepted, he will, within ten (10) days, not including Sundays and legal holidays, after notice of award, sign the contract in the form annexed hereto, and will at that time deliver to the Owner the "Performance Bond," "Payment Bond," and the "Certificate of Insurance" required herein and will, to the extent of his proposal, furnish all machinery, tools, apparatus, and other means of construction and do the work and furnish all the materials necessary to complete the work in the manner, in the time, and according to the methods specified in the Contract Documents and required by the Engineer hereunder In the event that the Bidder shall fail to enter into a contract within such time, then the bid security in the amount of 5% of the amount bid, deposited herewith, shall be retained by the Owner and it is agreed that said sum is a fair measure of the amount of damage that the Owner will sustain because of such failure to enter into a contract. CONSTRUCTION TIME LIMITS The Bidder agrees to begin work within ten (10) calendar days after the date of the Owner's written Notice to Proceed and to complete all construction work within the time frames set forth in the Contract after the date of the Owner's written Notice to Proceed LIQUIDATED DAMAGES In the event the Bidder is awarded the contract and shall fail to complete the work within the time limit or extended time limit agreed upon, as more particularly set forth in the Contract Documents, liquidated damages shall be paid to the Owner at the rate of $2,500 00 per calendar day for all work awarded under the contract until the work is finished as provided by the Contract Documents Sundays and legal holidays shall be excluded in determining days in default. SUBCONTRACTORS The Bidder will list all proposed subcontractors by their proper corporate name, and the portion of the work the subcontractor intends to perform, in the spaces provided below. G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.docx 3-3 The Owner reserves the right to reject any subcontractor that the Owner deems unfit for the scope of the work proposed. Subcontractor Work Item to be/Performed 1 V1Ql'�'! v IX—A hd re /AL2 9 pa ,<a. -.S 5/Q.G.s" 2 3 4 5 UNIT PRICES' The undersigned, having carefully examined the Project Specifications, Drawings, Schedules, and other documents; having visited and examined the conditions at the project site; being familiar with all of the conditions relating to the work of the proposed project, including the availability of materials and labor, hereby proposes to undertake and complete the entire project in accordance with these Contract Documents including furnishing all labor, materials, and equipment required in connection with or incidental to the completion of the Security Improvements Upgrade project, complete in place, and in full working order, for the following lump sum and/or unit prices. G.\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.docx 3-4 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 UNIT PRICE BID PROPOSAL (NOTE: Unit prices for all items, all extensions, and total amount of bid must be shown. Any changes/corrections to the bid must be initialed by the signer of the bid, in accordance with Section 20-07.) CITY OF YAKIMA - YAKIMA AIR TERMINAL SECURITY IMPROVEMENTS UPGRADE AIP NO 3-53-0089-040 HLA PROJECT NO 16164 ITEM NO. ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE AMOUNT DOLLARS -CTS DOLLARS -CTS SCHEDULE A – SECURITY IMPROVEMENTS UPGRADE 1 Mobilization LS --- X --- _ //:; 6/vi DOO 2 Temporary Fencing, Flagging, Marking, and Signing LS X = 8 ded l 3 15' Cantilever Slide Gate, Complete EA 1 X 37, co = 3 7 Soa 4 20' Cantilever Slide Gate, Complete EA 4 X 37 SOD = /54 Q0d 5 21' Cantilever Slide Gate, Complete EA 1 X 3'7,500 = 37 7 dO 6 24' Cantilever Slide Gate, Complete EA 1 X 3ca 0 = 3'l, S40 7 25' Cantilever Slide Gate, Complete EA 1 X 37� S00 = 3% SOO 8 30' Cantilever Slide Gate, Complete EA 1 X 37, roo = 3'7, COO 9 20' Vertical Pivot Gate, Complete EA 2 X 70/ MO = /Y(� O�V 10 Pedestrian Swing Gate, Complete EA 7 X 3 60-6 = 3� a 6 11 Electric Pedestrian Swing Gate, Complete EA 1 X re, 00-6= 4 OC 12 Cement Concrete Curb Ramp EA 3 X -3Y� o0a = g o00 13 Unclassified Excavation Incl. Haul, P-152 CY 330 X 35- = 11,S-50 14 Crushed Surfacing Base Course, SP -209 TON 500 X f 0 = 2.6,060 15 P- 401A CI 1/2 -Inch PG 64-28 –Commercial, SP- 401 TON 200 X 00 3a = VQ D 16 Permanent Signing LS --- X --- = J/ 440 17 Security Lighting, In Place LS --- X = /5—Mel SCHEDULE A SUBTOTAL 69 ha5-0 8.2% WASHINGTON STATE SALES TAX 3-6 33$ .o SCHEDULE A TOTAL '7I/3, 388 to G:\PROJECTS\2016\16164E\Addendum\Unit Price Bid Proposal -Addendum No 1 .docx 1 /4'1 Du– 3-5R BID PROPOSAL SIGNATURE PAGE CITY OF YAKIMA - YAKIMA AIR TERMINAL SECURITY IMPROVEMENTS UPGRADE AIP NO 3-53-0089-040 HLA PROJECT NO 16164 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 ElIN THE AMOUNT OF Por ! 71h/ o 5 4 .., CASHIER'S CHECK CIGi.n /IO co S DOLLARS 00 CERTIFIED CHECK El ($ /Dio�) AYABLE TO THE STATE TREASURER PROPOSAL BOND IN THE AMOUNT OF 5% OF THE BID SRRE/OF AUT RIZED OFFICIALS �%/�PRINTED�JNAME AND TITLE ^"� ,B6w /' /' C/t ,vet.✓ R n n�5thl, I - SUBMITTED ON (DATE) MAILING /36 /Se_ Rt ve-r. ADDRESS 5,? co 3i4�(/e-5i /3o/se_ , 2 S 340 6 TELEPHONE:(20e)3e3— 9S35— FAX NO (2of3) 33/- 6 / 9d EMAIL ADDRESS • 07/6,oie_rive_r•/n164s7t,',es STATE OF WASHINGTON CONTRACTOR LICENSE NUMBER. C /5 R F 633 C Li) DUNS NO /6-%697Z`]1 FEDERAL TAX ID NO 33`/o /23 UBINO 601/– 07/ 8/2 INDUSTRIAL INSURANCE ACCOUNT NO Cee._ti((A /_ �s454.0 nce.._ Co–", ADDENDA ACKNOWLEDGEMENT #41,4„Ab, _Z G:\PROJECTS12016\16164E\Spec\16164 SPECIFICATIONS.docx 3-6 BOISE RIVER FENCE INC Washington State Department of J Labor & Industries Home Espanol Contact Safety & Health Claims & Insurance Search L&I Page 1 of 2 A -Z Index Help My L&I Workplace Rights Trades & Licensing BOISE RIVER FENCE INC Owner or tradesperson Newman, Mark Allen Principals Newman, Mark Allen, PRESIDENT Schrack-Newman, Lucinda Burrou, CHIEF EXECUTIVE OFFICER WA UBI No 604 071 812 5200 Bethel St. BOISE, ID 83706 208-383-9535 Business type Corporation License Verify the contractor's active registration / license / certification (depending on trade) and any past violations. Construction Contractor License specialties GENERAL License no. BOISERF833CW Effective — expiration 02/16/2017— 02/16/2019 Bond Western Surety Co Bond account no. 63016619 Active. Meets current requirements. $12,000.00 Received by L&I Effective date 02/16/2017 12/27/2016 Expiration date Until Canceled Insurance AUTO OWNERS INSURANCE COMPANY Policy no 57893205 $1,000,000.00 Received by L&I Effective date 02/16/2017 01/27/2017 Expiration date 01/27/2018 Savings No savings accounts during the previous 6 year period. Lawsuits against the bond or savings No lawsuits against the bond or savings accounts during the previous 6 year period. L&I Tax debts No L&I tax debts are recorded for this contractor license during the previous 6 year period, but some debts may be recorded by other agencies. License Violations Help us improve https://secure.lni.wa.gov/verify/Detail.aspx?UBI=604071812&LIC=BOISERF833CW&SAW= 7/13/2017 BOISE RIVER FENCE INC No license violations during the previous 6 year period. Workers' comp No active workers' comp accounts during the previous 6 year period Public Works Strikes and Debarments Verify the contractor is eligible to perform work on public works projects. Contractor Strikes Contractors not allowed to bid Workplace safety and health Check for any past safety and health violations found on jobsites this business was responsible for Page 2 of 21 © Washington State Dept. of Labor & Industries. Use of this site is subject to the laws of the state of Washington. Help us improve https://secure.lni.wa.gov/verify/Detail.aspx?UBI=604071812&LIC=BOISERF833CW&SAW= 7/13/2017 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Home File & pay taxes Doing business Business types Register my business My account Audits Find taxes & rates Workshops & education Get a form or publication Find a law or rule We need your help. Take a 30 sec survey tHelp.us improve!, Take ow Surrey. Ltj ABOUT US I CONTACT US Espanol Page 1 of 1 ,ogor register '"�Search� pi : DOING BUSINESS REGISTER MY BUSINESS ', LOOKUP BUSINESS INFORMATION Back to search results If "Non -revenue" appears after Tax Registration Number, the account is not registered with the Department of Revenue. However, it may be registered with other agencies in the state. Washington State Department of Revenue State Business Records Database Detail TAX REGISTRATION NO :604071812 ACCOUNT OPENED:2/15/2017 12:00:00 Alt UBI: 604071812 ACCOUNT CLOSED: OPEN ENTITY NAItE : BOISE RIVER FENCE INC BUSINESS NAME : BOISE RIVER FENCE INC. FLAILING ADDRESS: 5200 W BETHEL ST BOISE, ID 83706-1607 BUSINESS LOCATION: 5200 W BETHEL 5T BOISE, ID 83706-1607 ENTITY TYPE : CORPORATION RESELLER PERMIT NO: N/A PERMIT EFFECTIVE: N/A NAICS CODE: 238990 PERMIT EXPIRES: N/A NAICS DEFINITION ALL OTHER SPECIALTY TRADE CONTRACTORS FOR NON-COMMERCIAL USE ONLY 7/13/2017 4:30 P11 CONTACT US 1 ABOUT US 1 QUESTIONS & ANSWERS 1 PRINTER FRIENDLY 1 CAREERS 1 you-) ESparlol Pyocxu0 1 El2I Tagalog 1 Tong Vet 1 ✓dao Tube 1Ac¢ss Washington,. Your Pnvecy 102010 WASHINGTON STATE DEPARTMENT OF REVENUE AND ITS LICENSORS ALL RIGHTS RESERVED Voter registrallon assistance (SECRETARY OF STATE) http://dor.wa.gov/content/doingbusiness/registermybusiness/brd/default.aspx 7/13/2017 View Details - Entity Overview 1 System for Award Management Page 1 of 1 __Entity__ DashboQ iew Entity Registration Core Data Assertions Reps & Certs POCs Exclusions Active Exclusions Inactive Exclusions Excluded Family Members Username Foroot Username? BOISE RIVER FENCE, INC. DUNS: 167169791 CAGE Code: 5ACL5 Status: Active Password Foroot Password? Expiration Date: 09/16/2017 Purpose of Registration: All Awards Entity Overview Entity Registration Summary Name: BOISE RIVER FENCE, INC. Business Type: Business or Organization Last Updated By: Cindy Newman Registration Status: Active Activation Date: 09/16/2016 Expiration Date: 09/16/2017 Exclusion Summary Active Exclusion Records? No IBM v1.P.2.20170623-1606 WWW2 Search Records Data Access Check Status About Help Log In Create an Account 5200 BETHEL ST BOISE, ID, 83706-1607, UNITED STATES Disclaimers Accessibility Privacy Policy This is a U.S. General Services Administration Federal Government computer system that is "FOR OFFICIAL USE ONLY " This system is subject to monitoring. Individuals found performing unauthorized activities are subject to disciplinary action including criminal prosecution. FAPIIS.gov GSA.gov/IAE GSA.gov USA.gov https://www.sam.gov/portal/SAM/?navigationalstate=JBPNS_rOOABXdcACJgYXZheC5... 7/13/2017 Debarred Contractors List Washington State Department of Labor & Industries Home Espanol Contact Safety & Health Claims & Insurance Debarred Contractors List Search L&I Page 1 of 1 A -Z Index Help My L&I Workplace Rights Trades & Licensing A debarred contractor may not bid on, or have a bid considered on, any public works contract. You can search and filter this list using the options presented below Company Name: WA UBI Number: License Number: Principal RCW: From: Penalty Due 604 071 812 All IMM/DD/YYYY All v Wage Due. All v �4pply FiltersiResetl To: IMM/DD/YYYY Download all debarment data® Show 25 v per page Showing 0 records Fi rs tPrevi ou s N extLas t Company Name UBI License Principals Status RCW Debar Begins Debar Ends Penalty Due Wages Due There are no records that match your search criteria. Show 25 v per page Showing 0 records Fi rstPrevi ous N extLast © Washington State Dept. of Labor R. Industnes. Use of this site is subject to the laws of the state of Washington. Help us improve https://secure.lni.wa.gov/debarandstrike/ContractorDebarList.aspx 7/13/2017 griTNIEVAP arameters: Certifications UBI # Show direaory information and instruction_ Airport Concessionaire Disadvantaged Business Enterprise (ACDBE) Combination Business Enterprise (CBE) Disadvantaged Business Enterprise (DBE) Minority Business Enterprise (MBE) Minority/Women Business Enterprise (MWBE) Small Business Enterprise (SBE) Socially and Economically Disadvantaged Business Enterprise (SEDBE) Women Business Enterprise (WBE) 604071812 ikSearch;Restil earrParameters ',i 6, er c ti ns fo nd rtificaiionayge for contact in orniz i ynr=nd cEttif`ia d Your search parameters did not return any matches. Modify the information in the fields above and click Search Again. A OM MN Ell MINI BE MI EN 11•1 1•11 MIII 11111 MI 1 1 Bureau of Occupational Licenses Department of Self Goveming Agencies The person named has met the requirements for registration and Is entitled under the laws and rules of the State of Idaho to operate as a(n) REGISTERED ENTITY CONTRACTOR BOISE RIVER FENCE INC MARK NEWMAN, ET AL 6200:BETHEL BOISE ID 83706 I Tana Cory Chief, B.O.L. 1 1 1 RCE -1735 Number 11117/2017 Expires BOISE RIVER FENCE INC MARK NEWMAN, ET AL 5200 BETHEL BOISE ID 83706 Your registration must be shown on demand. carry this copy display this copy 11/15/2016 Bureau of Occupational Licenses Department of Self Governing Agencies The person named has met the requirements for registration and Is entitled under the laws and rules of tho State of Idaho to operate as a(n) REGISTERED ENTITY CONTRACTOR BOISE RIVER FENCE INC MARK NEWMAN,.ET AL 5200 BETHEL BOISE'ID 83706 Tana Cory Chief, B.O.L. RCE -1735 Number 11/17/2017 Expires NLyies 42 :1;fig ,/� u�, ,% /0010041.. ceiveo 4. gli tQtii�lid!'S0�` }_r PWC -C-16457).-4 License Number y: 4'Y Categories: 08100;;0,57000 •r,1 nide ;i;-Juu41 11Ngii °���a�'i.t `r d°�o aid { f�'t_�__�0.' �f �`�"`"�'�>>a�, l� Jl ���''r��� `�i 7/ 97```�,•.��/\,} {ll ii It`•��.- \tiemb .1 ',..,/,* ,,,• ��'� % _ lt;.. ill�i�, - -s� tt�.i.;�l �, ��"�./,......,e,-.7—,74.... ,�`�. Ij ®. _ `. `+ ,, -� / , =— . Sb"�-'��► ®1® �Fpp _ , �`6�,;;. 3' _ .'�� A , .%` A ice► 1.� , q ,e , A ���;;; ®� . .Vi// 7 _ `'i .s : "-. \► 'i q y ., i`'rmiii�.•1r.. .,,. air-ain�►\•„✓. • 4=-5/itl r.,A., sir . 1. nuii1,v:A., �. y%.' ;:::1: :+A'+.+: moi •`, �:y „,,z,,,,, ..I . ♦. '��.. sa .ru a .m ,6: , a:. /,', e s ', ee . a ✓ o:,,,- :�� : ♦!!i:�•aaf,f: ,f,ffrda'. A.: ,t4. ,fAs.,.a..i �+Yafun q,f.ars�...A ..:•i•,/, �; i, ♦,o., •gala,. ,f,i.fcr. ..,n1�. ■� .'. ��i. �•d.i,.:,u,frcr•..nl.;.��. ...,: •�.,,..•r•�mfm:tfi,.»t�.,..e �. ,� � e.,, �lir.r o•,ea• � ��a 1.,\�i;; ; •A , '4sy:r mn• wn.+a�•' ; a, ,4...: e,;• �mvle. ,q,m, I ; �, .�,,. o, la,, .enr.' 0,: �. 1, ,; e, rr,uc aura++e: p'♦ 'rw.l --- •e• , .�,., `a of -.:, •unmr-`. „ ;. 0.",ala B`;, v. .a,r(®r•:f ,,®z:oJ •,f: "i .":V,,, 1.�0•:+ate 3*.:$47•�r,v as�s0e, y..:'sy�ti :r—a0oe":. i ':•:;'� itti,•rnr 0°," �'! �i i e, w ,.. .. raaYv: /'r+.,.•••. ♦ ��w: �a..�s�,,,,':::' � :• w:: t.r�'�°;. ;• ....•••♦ �..:� ���+:+f.��® : ...I % • j;,,a AAA–• .r�, .,�: ;;�:•.,,,,,,,„,,,,,...._.,,,.„....,0,„,,,,..-4.4„. .°te;...,71:0„..1:::•:-; : i :;:::c'g :1 %�' :%�� %%e:�•:' .. : �=,;.;.-'''''4.4...,......../..-: ems : ; ' :.,. ;, : �', �� tom•'' an `' m.a.=.>�, p �0../ �. •./ �:�AMA •� �r3'� �' ���,• ;Iiii: 1 ik7".” iy p°C»:.,.:.»if:‘."; :: ::::, ,. 11111 .-s"s"Z'."7!!! ! :: 1110, • plilkir ,11:IIIC_ ;��... ..gtif&V ,{1 am u mi s u Am me am gm N MI um Nosi me En am t CITY OF YAKIMA - YAKIMA AIR TERMINAL SECURITY IMPROVEMENTS UPGRADE AIP NO 3-53-0089-040 HLA PROJECT NO 16164 BID BOND KNOW ALL PERSONS BY THESE PRESENTS That we and U.S. S.ecialt Insurance Com Boise River Fence, Inc. an , as Principal, Surety, are held and firmly bound unto the CITY OF YAKIMA, as Obligee, in the penal sum of Forty Thousand Dollars and No Cents ($40,000 00) Dollars, for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, by these presents. The condition of this obligation is such that if the Obligee shall make any award to the Principal for SECURITY IMPROVEMENTS UPGRADE, AIP 3-53-0089-040, HLA Project No 16164, according to the terms of the proposal or bid made by the Principal therefor, and the Principal shall duly make and enter into a Contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee, or if the Principal shall, in case of failure so to do, pay and forfeit to the Obligee the penal amount of the deposit specified in the call for bids, then this obligation shall be null and void, otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages, the amount of this bond SIGNED, SEALED, AND DATED THIS 7th DAYOR. July 2017 J Boise Rive Fence nc Princ'•al U S S.ecialtv.rsurance Com .an Surety Tim thy Hower, Attorney -In -Fact G\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.docx 3-7 1 1 1 1 1 1 1 1 1 1 _ 'IIII is Illi —BOWER OF ATTO,,;RNEYI I mlllll f }dl AMERICAN CONTRACTORS INDEMNITY COMPANY TEXAS BONDING COMPANY UNITED STATES SURETY COMPANY U.S. SPECIALTY INSURANCE COMPANY KNOW ALL MEN BY THESE PRESENTSIIiIIiIIIIIIrhllat Al'llllrllnlerican Contractors Indemnity Company, a California corpotation,-Texas� Bonding. Companv _an assumed nllaulme loft American) Contractors IndemnitYGom__pany—United=Sfates Surety Company,_a aryl1and_ I II Ili "111111, 111111111111111 1111,111 I �II11°I°°II 'llllllllllll6 -_Ecoconstitute and appoint pectalty Ins �111Il �111ce NI�IIUIV Company, IIIaIIII Vuylliul 11, IIIIIilexas,corporation (collectively, theCompanies"), do by these -presents make;— Jean Paulus, Lynn Macci or Tim Hower of Glendale, AZ _ _ — YO p capacityr'dl above,)with full power and authority ` its -true and=lawfuC-Attoi•rte : s=m-fact;_each-iii their=ase crate ca aci if inor, - =e than one islllname hereby-conferredtntts name, place and stead,=to_execute,=acknowledge anldildell�lvllelillllladlyillan�ldllall iblllonds, recognizances_undertakings-- or _other instruments or contraets�of suretyship]=to-indude riders, am�elndmelnitslllluialnmdlI. Ilcsolunsenits of surety, providing the_bond- =penalty does not exceed ******Three Million*****����1�i IJU11�11' Dollars ($ **'3,000;000.00*** )' This Power of Attorney shall expire without further action on December20,2017. This Power of Attorney is granted under and by authority of the following resolutions adopted by the Boards of Directors of the Companies: Be it Resolved, that=the President, any Vice -President, any Assistant Vice -President, any Secretary or any Assistant -Secretary shall be and is hereby vested with full= ouomomuuo . IIIJllhldm� power_and=authorityTtto_appoint any one or morelsuitlable persons) as Attorney(s)-in-Fact to represent and=acttfforand on -behalf of the Company subject to the_following _provisions: _= VIII VIII IL { LII rill 1116, — -- — — — — Attorney=in-Feail ay be=given full powerand authority for�and inithe name of and on behalf of the Company; to_execute acknowledge and deliver,=any=and alhbonds �r�louo6000u�,�lo, uomll —recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings,- including any and all consents for [he=release of retained percentages and/or final estimates on engineering and construction contracts, and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney -in -Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary B_ g Y _ _ Company or hereafter affixed to )any power of attorney or any_certificaterelating thereto bs fac mtlet nd an a tof attomeyro[ ert ficate bearin faclsim lersi naturerorfacsiimiI sea nail be dI an°' Y Y powerY g g simdelseal shall be valid and binding upon the Eompny—e' any-6ondor undertaking to which it is attached. — I I III 11IJ III �I VIII fill IN WITNESS. WHEREOF, The Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this 1st day of December, 20 Corporate 147.4; U WORK/RATED F. : - . SEPT.]S•1999 -c 14. AMERICAN CONTRACTORS INDEMNITY COMPANY TEXAS BONDING COMPANY UNITED STATES SURETY COMPANY U.S. SPECIALTY INSURANCE=COMPANY ;'II�IIIIIu 1 ! „AZII 1I Ilo;,,1 = ',4,.�S.7q�'C� :aGNO�NG c,..Il1j a,lns.%4*• r. •� Tyy 11,:0 ._ •..I g`�a,. ca°• r?.—A Ili o' > e';:Illlt 1111111111111; a" °yco '+u�l� +` 3a: "Ijr ?X:1,„� ir= _ = By: %y0 p2 - '•J+TNT' `',Q�``��:' s uom Daniel P. Aguilar, Vice President A notary=public or= -other officer completing this_certificate.verifies only the identity of the inldividiulal11611hoI'signed the documentto_which--this certificate is attached; and not -the truthfulness, accuracy, orlllvandityl of 11 that document,.1ri1 -Stale of Califoinia= =County of Los Angeles SS: -l1111 �11111�1� IV1� 111104 '11 P '111111111116 On this 1st dayof December, 2014, before me, Maria G. Rodriguez -Wong; a notary public, personally appeared Dan P. Aguilar, Vice President of American. Contractors - Company, United States Surety Company and U.S: Specialty Insurance Company who proved to me on e name is subscribed to the within instrument and acknowledged to me that he executed the same in — _- _ his_anthonzed ca aci ryCnd that , his s gB Bonding tnls l°tri man�ll the person, or the entityuponsbehalf=_of_which-the person acted, executed the=rnstrument' the basis of_satisfacto evidence to be the person p ty, and that by si aturel°'I° I„ _ - I-certi 'unda=RENALTY OF PERJURYIJI11un II i.,,,„ claws 1111 — WITNESS m hand and official seal. ° 111111111111 111111111111111 ! 11�1I IIII 11111, =--= — — luoflthe111State Signature r (Seal) of Califomia that -the foregoingeparagraph-is true and correct. — z z MARIA G. RODRIGUEZ-WONG Commission # 2049771 Notary Public - California i 'LoslAnpelesCounty �I�My corina li'Exptres” )Door 20, 2017 11 Ir ii MI6 N io I. IIIIuIIII11m11,d1 IIII11,j III IIID ,,III��Ifll1 ' —I Kio Lo Assistant Secretary of American €oniractors=Indemnity Company, Texas Bonding Company,' United States Surety Company=and U S. Specialty Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Companies, which is still in full force and effect; furthermore, the resolutions of the Boards of Directors, set out in the Power of Attorney are in full' force and effect. ,111,.,,,°u,. _.. In_Witness Whereof, I have hereunto set Ily ha 'd11'a d affixed the seals of said_Companies_at.Los=Angeles, California this= `day — _ _ 11��1�1u , II, - =of i 51 === , �t,,a1r ll,,, 11PI _ IIII 11 lil�ol 11 = _ — 1 I fg1�l Corporate Seals "°'µ,C70 - su ' • ,a .n, 1 Bond No. LVO V VVy2 INC SATED _ 'i• SEPT. 25, 1990 -w Agency_No = c2050 gb a'NDING"•• �\Y \nsura�c"c A ` <,>qa ,y_ �yQ. fG 1.f• 'off •ail w:i , `` °111111111 II 1111 Kio Lo, Assistant Secretary 17/ 13/2017 https://fortress.wa.gov/oic/consumertoolkit/Com pany/CompanyProfil e.aspx? WAOI C=69138 onsumer 1e L.,00's Agent and Company Lookup Orders Independent Review Decisions U.S. SPECIALTY INSURANCE COMPANY Change History 1 Licensing 1 Appointments 1 Complaints 1 Orders 1 National Info 1 Ratings 1 Tax Filings Back;to SearcJ�,, General information Name: U.S. SPECIALTY INSURANCE COMPANY Corporate family group: TOKIO MARINE HOLDINGS INC GRP O Organization type: PROPERTY Doing Business As (DBA): Unavailable WAOIC: 69138 NAIC: 29599 Status: ACTIVE Admitted date: 10/19/1989 Ownership type: STOCK ^ra:kt Company change history o View changes .,acl< to Lop Contact information Registered address 13403 NW FREEWAY HOUSTON, TX 77040- 6094 Telephone 713-462-1000 Types of coverage authorized to sell o Insuranc a types Casualty Disability Marine Ocean Marine Property Surety Vehicle "Fuck to too Agents and agencies that represent this company (Appointments) o View.agentsj ,;View agencies ^ aaci, tc top Company complaint history Mailing address 13403 NW FREEWAY HOUSTON, TX 77040- 6094 Telephone 713-462-1000 https.//fortress.wa.gov/oic/consumertoolkit/Company/CompanyProfile.aspx?WAOIC=69138 1/2 7/13/2017 https://fortress.wa.gov/oic/consumertoOlkit/COmPaflY/COmPaflYPrOfiIeaSPX?WAOI C691 38 View complaints oac, to top Orders issued since 2010 0 No orders are found back tc top Premium tax filings by tax year 0 2016 2015 2014 2013 2012 back to top National information on insurance companies Want more information about this company? The N,AIC's Consumer_Information (.CIS), page allows you to retrieve national financial and complaint information on insurance companies, plus has information and tips to help you understand current insurance issues. Dock t.. top Ratings by financial organizations The following organizations rate insurance companies on their financial strength and stability. Some of these companies charge for their services. A.M. Best Weiss Group Ratings Standard and Poor's Corp Moody's Investors Service Fitch IBCA, Duff and Phelps Ratings Disclaimer: Links to external or third -party websites are provided solely for visitors' convenience. Links you take to other sites are done so at your own risk and our office accepts no liability for any external linked sites or their content. Be aware that not all financial rating companies use the same rating processes. Lack tc too fil haps.//fortress.wa.gov/oic/consumertoolkit/Company/CompanyPro e aspx?WAOIC=69138 2/1 1 7/13/2017 Surety Bonds - Certified Companies U.S. Specialty Insurance Company (NAIC #29599) BUSINESS ADDRESS 13403 Northwest Freeway, Houston, TX 77040. PHONE. (713) 462-1000. UNDERWRITING LIMITATION b/ $51,815,000. SURETY LICENSES c,f/ AL, AK, AZ, AR, CA, CO, CT, DE, DC, FL, GA. HI, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA. MI, MN, MS, MO, MT, NE, NV, NH, NJ, NM, NY, NC, ND, OH OK, OR. PA, RI, SC, SD, TN, TX, UT, VT, VA, WA, WV, WI, WY INCORPORATED IN Texas. UNITED CASUALTY AND SURETY IN .LLRA CE CO IPAN • AIC #36226) BUSINESS ADDRESS 1 e --: ock Street, Suite 803N, Quincy, 2169 PHONE. (617) 471-111 -109. ITATION b/. $637,000 SURETY LICENSES c,f/ AZ, 'R -G -T, Drti FL -GA -Hf, D, IN, IA, KY, LA, ME, MD, MA, MI, NH, NJ, NM, NY, NC, ND, OK, PA, RI, SC, SD, TX, UT, VA, WA, WV. INCORPORATED IN: Massachusetts. United Fire & Casualty Company (NAIC #13021) BUSINESS ADDRESS P 0 BOX 73909, CEDAR RAPIDS, IA 52407 - 3909 PHONE. (319) 399-5700. UNDERWRITING LIMITATION b/ $65,591,000 SURETY LICENSES c,f/. AL, AK, AZ, AR, CA, CO, DC, FL, GA, HI, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA, MI, MN MS, MO, MT, NE. NV, NJ, NM, NY, NC, ND, OH, OK, OR, PA, SC, SD, TN, TX, UT, VT, VA, WA, WV, WI. WY. INCORPORATED IN. Iowa. UNITED FIRE & INDEMNITY COMPANY (NAIC #19496) BUSINESS ADDRESS P.O. BOX 73909, CEDAR RAPIDS, IA 52407 - 3909. PHONE: (319) 399-5700. UNDERWRITING LIMITATION bh $1,992,000 SURETY LICENSES c,f/' AL, CO, IN, KY, LA, MS, MO, NM, TX. INCORPORATED IN: Texas. United States Fidelity and Guaranty Company (NAIC #25887) BUSINESS ADDRESS ONE TOWER SQUARE, HARTFORD, CT 06183. PHONE. (860) 277-0111. UNDERWRITING LIMITATION b/- $104,328,000. SURETY LICENSES c,f/ AL, AK, AZ, AR, CA, CO, CT, DE, DC, FL, GA, HI, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA, MI, MN, MS, MO. MT, NE. NV, NH, NJ, NM, NY, NC, ND, OH, OK, OR, PA, PR, RI, SC, SD, TN, TX, UT, VT, VA, VI, WA, WV, WI, WY INCORPORATED IN. Connecticut. United States Fire Insurance Company (NAIC #21113) BUSINESS ADDRESS' 305 Madison Avenue, Morristown, NJ 07962. PHONE. (973) 490-6600. UNDERWRITING LIMITATION b/, $121,886,000. SURETY LICENSES c,f/ AL, AK, AZ, AR, CA, CO, CT, DE, DC, FL, GA. HI, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA, MI, MN, MS, MO, MT, NE, NV, NH, NJ, NM, NY, NC, ND, OH. OK, OR, PA, PR. RI, SC, SD, TN, TX. UT, VT, VA, VI, WA, WV WI, WY. INCORPORATED IN' Delaware. United States Surety Company (NAIC #10656) BUSINESS ADDRESS 20 W. Aylesbury Road, Timonium, MD 21093. PHONE. (410) 453-9522. UNDERWRITING LIMITATION b/' $4,708 000 SURETY LICENSES c,f/' CT, DE, DC, FL, GA, ME, MD, MA. NH, NJ, NY, NC, OH, PA, RI, SC, TN, VT, VA, WV. INCORPORATED IN. Maryland. UNITED SURETY AND INDEMNITY COMPANY (NAIC #44423) BUSINESS ADDRESS P O BOX 2111, SAN JUAN, PR 00922 - 2111 PHONE. (787) 625-1105. UNDERWRITING LIMITATION b/ $5,978 000. SURETY LICENSES c,f/. PR. INCORPORATED IN' Puerto Rico Universal Surety Company (NAIC #25933) BUSINESS ADDRESS P.O. Box 80468, Lincoln, NE 68501 PHONE. (402) 435-4302. UNDERWRITING LIMITATION b/. 515,267,000. SURETY LICENSES c,f/ AZ, AR, CO, ID, IL, IN, IA, KS, KY, MI, MN, MO, MT, NE, NV, NM, ND, OH, OK, OR, SC, SD, TX, UT WA. WI, WY INCORPORATED IN' Nebraska. UNIVERSAL UNDERWRITERS INSURANCE COMPANY (NAIC #41181) BUSINESS ADDRESS 1299 ZURICH WAY, 5TH FLOOR, SCHAUMBURG, IL 60196 - 1056. PHONE. (847) 605-6000. UNDERWRITING LIMITATION bh $32,263,000 SURETY LICENSES c,f/: AL, AK, AZ, AR, CA, CO, CT, DE, DC. FL, GA. HI, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA, MI MN, MS, MO, MT, NE, NV, NH, NJ. NM, NY, NG, ND, OH, OK, OR, PA, RI, SC, SD, TN, TX. UT, VT, VA, WA, WV, WI, WY. INCORPORATED IN Illinois. Utica Mutual Insurance Company (NAIC #25976) BUSINESS ADDRESS POST OFFICE BOX 530, UTICA, NY 13503 - 0530. PHONE. (315) 734-2000 UNDERWRITING LIMITATION b/ $81,683,000. SURETY LICENSES c,f/' AL, AK, AZ, AR, CA, CO, CT, DE, DC, FL, GA. HI ID, IL, IN, IA, KS, KY, LA, ME, MD, MA. MI, MN, MS, MO, MT, NE, NV, NH, NJ, NM, NY, NC, ND, OH, OK, OR, PA, PR, RI, SC, SD, TN, TX, UT, VT, VA, WA, WV, WI, WY. INCORPORATED IN: New York. t. Back To Top V VerTerra Insurance Company (NAIC #10024) BUSINESS ADDRESS P.O. BOX 509039, SAN DIEGO, CA 92150. PHONE. (858) 350-2400. UNDERWRITING LIMITATION b/ $5,100,000. SURETY LICENSES c,f/' NJ, TX. INCORPORATED IN Texas. Vigilant Insurance Company (NAIC #20397) BUSINESS ADDRESS 202B Hall's Mill Road, Whitehouse Station, NJ 08889. PHONE: (212) 82.7-4400 UNDERWRITING LIMITATION b/ $31,950,000. SURETY LICENSES c,ft AL, AK, AZ, AR, CA, CO, CT, DE, Translate 1 https.//www.fiscal.treasury.gov/fsreports/ref/suretyBnd/c570_a-z.htm 21/23 11 Nk f ��N �SrtYf��"ra�c ��Co'mpliancewitti�Imin><gratlon ari_ d�~.Naturahza'tion�Act� ' The City of Yakima supports the Federal Immigration, Reform and Control Act of 1986, as amended The City requires that all contractors or business entities that contract with the City for the award of any City contract for public works in excess of Five Thousand Dollars ($5,000), or any other city contract in excess of Two Thousand Five Hundred Dollars ($2,500), enroll in the E -Verify program or its successor, and thereafter to verify its employees' proof of citizenship and authorization to work in the United States. E -Verify will be used for newly hired employees during the term of the contract ONLY. it is NOT to be used for existing employees ' The Contractor must remain enrolled in the program for the duration of the contract and be responsible for verification of every applicable subcontractor The contractor shall sign and return with their bid response the E -Verify Declaration below. Failure to do so may be cause for rejection of bid E -VERIFY COMPLIANCE DECLARATION The undersigned declares, under penalty of perjury under the laws of Washington State that: ' 1. By submitting this Declaration, I certify that I do not and will not, during the performance of this contract, employ illegal alien workers, or otherwise violate the provisions of the Federal Immigration Reform and Control Act of 1986. ' 2. 1 agree to enroll in E -Verify prior to the start date of any contract issued by the City of Yakima to ensure that my workforce is legal to work in the United States of America. I agree to use E -Verify for all newly hired employees during the length of the contract. 3 1 certify that I am duly authorized to sign this declaration on behalf of my company 4 1 acknowledge that the City of Yakima reserves the right to require evidence of ' enrollment of the E -Verify program at any time and that non-compliance could lead to suspension of this contract. Firm Name: 25ol5G Xi Ve o— e Dated this /dam` day of TkJL,20� Signature .01 Printed Name Address- gois.2, IPhone #- �ZoLS 383- 9S3S" Email Address ,Wnrk�doiscr verii,�i� S Irl �h. Homeland Security's Web Address is: http://www.dhs.goy/e-verify Completed declarations can be mailed to: City of Yakima Purchasing, 129 No. 2"d Street, Yakima, WA 98901, faxed to 509-576-6394 or scanned and emailed to sownby@ci.yakima.wa.us DISADVANTAGED BUSINESS ENTERPRISE PARTICIPATION CITY OF YAKIMA - YAKIMA AIR TERMINAL SECURITY IMPROVEMENTS UPGRADE AIP NO. 3-53-0089-040 HLA PROJECT NO 16164 Policy. It is the policy of the Department of Transportation (DOT) that Disadvantaged Business Enterprises (DBE's) as defined in 49 CFR Part 26 shall have the maximum opportunity to participate in the performance of contracts financed in whole or in part with Federal funds under this agreement. Consequently, the DBE requirements of 49 CFR Part 26 apply to this agreement. DBE Obligation. The Contractor 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 DOT -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 Prompt Payment: The Prime Contractor agrees to pay each subcontractor under this prime contract for satisfactory performance of its contract no later than 30 days from the receipt of each payment the Prime Contractor receives from the recipient. The Prime Contractor agrees further to return retainage payments to each Subcontractor within 30 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 recipient. This clause applies to both DBE and non -DBE Subcontractors. Disadvantaged Business Enterprise Utilization The undersigned has satisfied the requirements of the specifications in the following manner (please check the appropriate space): x The Bidder is committed to a minimum of 4.30% DBE utilization on this project. The Bidder (if unable to meet the goal of 4.30% DBE) is committed to a minimum of _% DBE utilization on this project and has submitted documentation showing good faith effort. • Contractor 0/5,z_ gi V e •" Te Ce_ , 1 H L By. �.l.CJ`-nL.OI�� �S'itY nature Title Address 5-2 Oe ---g (5", Phone Number c2) 30 3 " 9,5-35- Zip Code: S 39-0 G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.docx 3-9 LETTER OF INTENT CITY OF YAKIMA - YAKIMA AIR TERMINAL SECURITY IMPROVEMENTS UPGRADE AIP NO 3-53-0089-040 HLA PROJECT NO. 16164 Name of Bidder's Firm Bidder's Address City* 5D/5 Bose_ Rive ,e , T c_ S2oo 2 e 1e -i $ State c-0 Zip g 3.706 Telephone (Including Area Code) (20S) 3 B3— 95-3s� Name of DBE Firm: Ba/S Rt V tom/✓- //ek7ce__ , Address. 5-2 OD �574• City* Z0/;e— State: .1—c(0 Zip: 6 3?0 -6 Telephone (Including Area Code) (Z0,A 383— 95-3 5 Description of work to be performed by DBE Firm LL A// ftp �o�� i6, / -t-' co r4J 07 efec Bidder intends to utilize the above-named disadvantaged firm for the work described above. The estimated amount of work is valued at $ 5196% oGU--' If the above-named Bidder is not determined to be the successful Bidder, the Letter of Intent shall be null and void. (Copy this page for each minority subcontractor ) G \PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.docx 3-10 SURETY CITY OF YAKIMA - YAKIMA AIR TERMINAL SECURITY IMPROVEMENTS UPGRADE AIP NO. 3-53-0089-040 HLA PROJECT NO 16164 If the Bidder is awarded a construction contract on this proposal, the surety who provides the "Performance Bond" and "Payment Bond" willbeUe 5, ,SQp_G i GI �t �, Sura,h, 6Q_ Cd , whose address is CPO S. I� 1* l/2/'B�//s6�i� /&/ LQS JJ �/ ( 900`7 BIDDER. The Name of the Bidder submitting this proposal is ,f5 ... Joe__ doing business at 5'200 73e.f4 —( 51. 13d ism , 2-10 `8 3 77-06 which is the address to which all communications concerned with this proposal and with the Contract shall be sent. The names of the principal officers of the corporation submitting this proposal, or of the partnership, or of all persons interested in this proposal as principals are as follows. /1/4v/ /Ved.,/.4?4, •-N el/76 /Vekt//014,1 (If Sole Proprietor or Partnership) In witness hereto the undersigned has set his (its) hand this day of Signa t of Bidder - reS Title Bidder (if corporation) S4✓ , 2017 In witness whereof the undersigned corporation has Faused this instrument to be executed by its duly authorized officers this /0 day of 7 c,/ , 2017 • Name ofrooration G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.docx 3-11 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 BIDDERS LIST CITY OF YAKIMA - YAKIMA AIR TERMINAL SECURITY IMPROVEMENTS UPGRADE AIP NO. 3-53-0089-040 HLA PROJECT NO. 16164 All firms bidding or quoting on subcontracts for this DOT -assisted projects are listed below Firm Name Address Describe Type of Work Firm Performs Certified DBE (Y or N) Age of Firm GRS* Vo r5G A ve.0- F.��,��c- 5?ao e Rive- f-reidtce-- 1/ 36 3 xm�, ?.P SG63'704$9.4-1,-,41)./ y / 3?1 .5 3-` 1i ve_ F., c irccd N 6tAgetki_ f, /1 i h' - �& lt:r,roi, 64, AM' 5€?63 1.25 rtki .. i 9B fe, Note: This form is not necessary if the recipient establishes a Bidders list using another methodology (e.g., statistically sound survey of firms, widely disseminated request of firms to report information to the recipient, etc.) as defined in the recipient's DBE plan. *GRS —Annual Gross Receipts Enter 1 for Tess than $1 million Enter 2 for more than $1 million, less than $5 million Enter 3 for more than $5 million, less than $10 million Enter 4 for more than $10 million, less than $15 million Enter 5 for more than $15 million Good faith effort. G:PROJECTS12016116164E\Spec116164 SPECIFSCATIONS.docx 3-12 SUBCONTRACTOR LIST To be Submitted with the Bid Proposal CITY OF YAKIMA - YAKIMA AIR TERMINAL SECURITY IMPROVEMENTS UPGRADE AIP NO 3-53-0089-040 HLA PROJECT NO 16164 (1) Every invitation to bid on a prime contract that is expected to cost one million dollars or more for the construction, alteration, or repair of any public building or public work of the state or a state agency or municipality as defined under RCW 39.04.010 or an institution of higher education as defined under RCW 286.10.016 shall require each prime contract Bidder to submit as part of the bid, or within one hour after the published bid submittal time, the names of the subcontractors with whom the Bidder, if awarded the contract, will subcontract for performance of the work of: HVAC (heating, ventilation, and air condition); plumbing as described in chapter 18.106 RCW; and electrical as described in chapter 19.28 RCW, or to name itself for the work. The prime contract Bidder shall not list more than one subcontractor for each category of work identified, unless subcontractors vary with bid alternates, in which case the prime contract Bidder must indicate which subcontractor will be used for which alternate. Failure of the prime contract Bidder to submit as part of the bid the names of such subcontractors or to name itself to perform such work or the naming of two or more subcontractors to perform the same work shall render the prime contract Bidder's bid nonresponsive and, therefore, void. If no subcontractor is listed below, the Bidder acknowledges that it does not intend to use any subcontractor to perform those items of work Subcontractor Name A - Lin L ?a v i h5 Categories of Work ils6%,4- rev,A c.:..... Subcontractor Name �/Ga / Jo (w(, 0nS Categories of Work £/g (--f r i c c4 war /c Subcontractor Name Categories of Work Subcontractor Name Categories of Work G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.docx 3-13 CATEGORIES OF WORK BY PRIME CONTRACTOR To be Submitted with the Bid Proposal Categories of work exceeding 10 percent of the Contract price to be performed by the prime Contractor must be listed below Prime Contractor Name: V a A 1.) Fe .7 Ce._ , Tn G. Categories of Work 6Dr:1n A,71;,.. 47- t'mr/C LJ 5 G../0.00-5 [-Fit, C00,4„,4,f, 0., G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.docx 3-14 NON -COLLUSION AFFIDAVIT CITY OF YAKIMA - YAKIMA AIR TERMINAL SECURITY IMPROVEMENTS UPGRADE AIP NO 3-53-0089-040 HLA PROJECT NO 16164 STATE OF WASHINGTON COUNTY OF Y k/M ) ss NON -COLLUSION AFFIDAVIT 4e� ����,✓.yw , being first duly sworn, on oath says that the bid above submitted is a genuine and not a sham or collusive bid, or made in the interest or on behalf of any person not therein named; and the said Bidder further says that the said Bidder has not directly or indirectly induced or solicited any Bidder on the above work or supplies to put in a sham bid, or any other person or corporation to refrain from bidding, and that said Bidder has not in any manner sought by collusion to secure to themselves an advantage over any other Bidder or Bidders �� ontractor's Sign gn re ) Signed and sworn to (or affirmed) before me on /0 , 2017, by /ol , 64,111ivy. • %•.%% 010131))01,,, Pitt/ eZa&Yici-) e`er `�""7 • ary Pu IIC Z. O� • My Appointment Expires O9-//4 4. 9tesa to o, .•`��` G:\PROJECTS\2016\16164E\Spec116164 SPECIFICATIONS.docx 3-15 BIDDER'S STATEMENT ON PREVIOUS CONTRACTS SUBJECT TO EEO CLAUSE CITY OF YAKIMA - YAKIMA AIR TERMINAL SECURITY IMPROVEMENTS UPGRADE AIP NO. 3-53-0089-040 HLA PROJECT NO 16164 The Bidder (Proposer) has has not ❑ participated in a previous contract subject to the non- discrimination clause prescr ed by Section 202 of Executive Order No. 11246 dated September 24, 1965 The Bidder (Proposer) has has not 0 submitted compliance reports in connection with any such contract as required by applicable instructions If the Bidder (Proposer) has participated in a previous contract subject to the non-discrimination clause and has not submitted compliance reports as required by applicable instructions, the Bidder (Proposer) shall submit Standard Form 100 with the Bid or Proposal indicating current compliance Nam Ile of Signer lease Type) -/O-/7 Signature Date G:\PROJECTS\2016\16164E\Spec\16164 SPECI FICATIONS.docx 3-16 BUY AMERICAN CERTIFICATION CITY OF YAKIMA - YAKIMA AIR TERMINAL SECURITY IMPROVEMENTS UPGRADE AIP NO 3-53-0089-040 HLA PROJECT NO 16164 The Contractor agrees to comply with 49 USC § 50101, which provides the Federal funds may not be obligated unless all steel and manufactured goods used in AIP funded projects are produced in the United States, unless the FAA has issued a waiver for the product; the product is listed as an Excepted Article, Material or Supply in Federal Acquisition Regulation subpart 25.108, or is included in the FAA Nationwide Buy America Waivers Issued list. A Bidder or offeror must complete and submit the Buy America certification included herein with their bid or offer. The Owner will reject as nonresponsive any bid or offer that does not include a completed Certificate of Buy American Compliance. Certificate of Buy American Compliance for Manufactured Products As a matter of bid responsiveness, the Bidder or offeror must complete, sign, date. and submit this certification statement with their proposal. The Bidder or offeror must indicate how they intend to comply with 49 USC § 50101 by selecting one on the following certification statements. These statements are mutually exclusive Bidder must select one or the other (not both) by inserting a checkmark (✓) or the letter "X". Bidder or offeror hereby certifies that it will comply with 49 USC § 50101 by: a) Only installing steel and manufactured products produced in the United States, or; b) Installing manufactured products for which the FAA has issued a waiver as indicated by inclusion on the current FAA Nationwide Buy American Waivers Issued listing, or; c) Installing products listed as an Excepted Article, Material or Supply in Federal Acquisition Regulation Subpart 25 108 By selecting this certification statement, the Bidder or offeror agrees* 1 To provide to the Owner evidence that documents the source and origin of the steel and manufactured product. 2 To faithfully comply with providing US domestic product 3 To furnish US domestic product for any waiver request that the FAA rejects 4 To refrain from seeking a waiver request after establishment of the contract, unless extenuating circumstances emerge that the FAA determines justified ❑ The Bidder or offeror hereby certifies it cannot comply with the 100% Buy American Preferences of 49 USC § 50101(a) but may qualify for either a Type 3 or Type 4 waiver under 49 USC § 50101(b). By selecting this certification statement, the apparent Bidder or offeror with the apparent low bid agrees. 1 To the submit to the Owner within 15 calendar days of the bid opening, a formal waiver request and required documentation that support the type of waiver being requested 2. That failure to submit the required documentation within the specified timeframe is cause for a non-responsive determination may result in rejection of the proposal. 3 To faithfully comply with providing US domestic products at or above the approved US domestic content percentage as approved by the FAA. 4 To refrain from seeking a waiver request after establishment of the contract, unless extenuating circumstances emerge that the FAA determines justified. Required Documentation Type 3 Waiver - The cost of the item components and subcomponents produced in the United States is more that 60% of the cost of all components and subcomponents of the "item". The required documentation for a type 3 waiver is G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.docx 3-17 a) Listing of all product components and subcomponents that are not comprised of 100% US domestic content (Excludes products listed on the FAA Nationwide Buy American Waivers Issued listing and products excluded by Federal Acquisition Regulation Subpart 25 108; products of unknown origin must be considered as non-domestic products in their entirety) b) Cost of non-domestic components and subcomponents, excluding labor costs associated with final assembly at place of manufacture. c) Percentage of non-domestic component and subcomponent cost as compared to total "item" component and subcomponent costs, excluding labor costs associated with final assembly at place of manufacture Type 4 Waiver — Total cost of project using US domestic source product exceeds the total project cost using non-domestic product by 25% The required documentation for a type 4 of waiver is a) Detailed cost information for total project using US domestic product b) Detailed cost information for total project using non-domestic product False Statements Per 49 USC § 47126, this certification concerns a matter within the jurisdiction of the Federal Aviation Administration and the making of a false, fictitious or fraudulent certification may render the maker subject to prosecution under Title 18, United States Code Date Si 7319/. c). f fr7 e 1;c— r-gs 1:1 Company Name G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.docx 3-18 Title CIVIL RIGHTS - GENERAL GENERAL CIVIL RIGHTS PROVISIONS — SPONSOR CONTRACTS The contractor agrees to comply with pertinent statues, Executive Orders and such rules as are promulgated to ensure that no person shall, on the grounds of race, creed, color, national origin, sex, age, or disability be excluded from participating in any activity conducted with or benefiting from Federal assistance The provision binds the contractor and subtier contractors from the bid solicitation period through the completion of the contract. This provision is in addition to that required of Title VI of the Civil Rights Act of 1964. TITLE VI SOLICITATION NOTICE: The City of Yakima, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 U.S.0 §§ 2000d to 2000d-4) and the Regulations, hereby notifies all Bidders that it will affirmatively ensure that any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full and fair 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. TITLE VI CLAUSES FOR COMPLIANCE WITH NONDISCRIMATION REQUIREMENTS During the performance of this contract, the contractor, for itself, its assignees, and successors in interest (hereinafter referred to as the "contractor") agrees as follows: 1. Compliance with Regulations: The contractor (hereinafter includes consultants) will comply with the Title VI List of Pertinent Nondiscrimination Acts and Authorities, as they may be amended from time to time, which are herein incorporated by reference and made a part of this contract. 2 Non-discrimination The contractor, with regard to the work performed by it during the contract, will not discriminate on the grounds of race, color, or national origin in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The contractor will not participate directly or indirectly in the discrimination prohibited by the Nondiscrimination Acts and Authorities, including employment practices when the contract covers any activity, project, or program set forth in Appendix B of 49 CFR part 21. 3. Solicitations for Subcontracts, Including Procurements of Materials and Equipment: In all solicitations, either by competitive bidding, or negotiation made by the contractor for work to be performed under a subcontract, including procurements of materials, or leases of equipment, each potential subcontractor or supplier will be notified by the contractor of the contractor's obligations under this contract and the Nondiscrimination Acts And Authorities on the grounds of race, color, or national origin 4. Information and Reports. The contractor will provide all information and reports required by the Acts, the Regulations, and directives issued pursuant thereto and will permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the sponsor or the Federal Aviation Administration to be pertinent to ascertain 'compliance with such Nondiscrimination Acts and Authorities and instructions Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish the information, the contractor will so certify to the sponsor or the Federal Aviation Administration, as appropriate, and will set forth what efforts it has made to obtain the information. 5. Sanctions for Noncompliance. In the event of a contractor's noncompliance with the Non- discrimination provisions of this contract, the sponsor will impose such contract sanctions as it or the Federal Aviation Administration may determine to be appropriate, including, but not limited to• a Withholding payments to the contractor under the contract until the contractor complies; and/or b. Cancelling, terminating, or suspending a contract, in whole or in part. G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.docx 3-19 6. Incorporation of Provisions. The contractor will include the provisions of paragraphs one through six in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Acts, the Regulations and directives issued pursuant thereto. The contractor will take action with respect to any subcontract or procurement as the sponsor or the Federal Aviation Administration may direct as a means of enforcing such provisions including sanctions for noncompliance Provided, that if the contractor becomes involved in, or is threatened with litigation by a subcontractor, or supplier because of such direction, the contractor may request the sponsor to enter into any litigation to protect the interests of the sponsor In addition, the contractor may request the United States to enter into the litigation to protect the interests of the United States. TITLE VI LIST OF PERTINENT NONDISCRIMATION ACTS AND AUTHORITIES During the performance of this contract, the contractor, for itself, its assignees, and successors in interest (hereinafter referred to as the "contractor") agrees to comply with the following non-discrimination statutes and authorities; including but not limited to. • Title VI of the Civil Rights Act of 1964 (42 U.S C § 2000d et seq., 78 stat. 252), (prohibits discrimination on the basis of race, color, national origin); • 49 CFR part 21 (Non-discrimination in Federally -Assisted Programs of the Department of Transportation—Effectuation of Title VI of The Civil Rights Act of 1964), • The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42 U.S.C. § 4601), (prohibits unfair treatment of persons displaced or whose property has been acquired because of Federal or Federal -aid programs and projects), • Section 504 of the Rehabilitation Act of 1973, (29 U S C. § 794 et seq.), as amended, (prohibits discrimination on the basis of disability); and 49 CFR part 27, • The Age Discrimination Act of 1975, as amended, (42 U S.0 § 6101 et seq.), (prohibits discrimination on the basis of age), • Airport and Airway Improvement Act of 1982, (49 USC § 471, Section 47123), as amended, (prohibits discrimination based on race, creed, color, national origin, or sex); • The Civil Rights Restoration Act of 1987, (PL 100-209), (Broadened the scope, coverage and applicability of Title VI of the Civil Rights Act of 1964, The Age Discrimination Act of 1975 and Section 504 of the Rehabilitation Act of 1973, by expanding the definition of the terms "programs or activities" to include all of the programs or activities of the Federal -aid recipients, sub -recipients and contractors, whether such programs or activities are Federally funded or not), • Titles II and III of the Americans with Disabilities Act of 1990, which prohibit discrimination on the basis of disability in the operation of public entities, public and private transportation systems, places of public accommodation, and certain testing entities (42 U.S C §§ 12131 – 12189) as implemented by Department of Transportation regulations at 49 CFR parts 37 and 38; • The Federal Aviation Administration's Non-discrimination statute (49 U S.0 § 47123) (prohibits discrimination on the basis of race, color, national origin, and sex), • Executive Order 12898, Federal Actions to Address Environmental Justice in Minority Populations and Low -Income Populations, which ensures non-discrimination against minority populations by discouraging programs, policies, and activities with disproportionately high and adverse human health or environmental effects on minority and low-income populations; • Executive Order 13166, Improving Access to Services for Persons with Limited English Proficiency, and resulting agency guidance, national origin discrimination includes discrimination because of limited English proficiency (LEP) To ensure compliance with Title VI, you must take reasonable steps to ensure that LEP persons have meaningful access to your programs (70 Fed Reg. at 74087 to 74100); G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.docx 3-20 • Title IX of the Education Amendments of 1972, as amended, which prohibits you from discriminating because of sex in education programs or activities (20 U.S.0 1681 et seq) G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.docx 3-21 SECTION 4 - CONTRACT AND RELATED MATERIALS G:\PROJECTS12016\16164E\Spec\16164 SPECIFICATIONS.docx 4-1 CONTRACT THIS AGREEMENT, made and entered in triplicate, this as day of A4Jt3 - , 201 by and between the City of Yakima, hereinafter called the Owner, and ,9O/S,c AWEf2 FE/LKe . //t/C . a /DA4O—Was-14FIEjtan Corporation, 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 $ 113, , for SECURITY IMPROVEMENTS UPGRADE, HLA Project No 16164, AIP No. 3-53-0089-040, all in accordance with, and as described in the attached plans and specifications and the 2016 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 one hundred and ten (110) 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 eleventh (11th) working 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 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. II The City of Yakima hereby promises and agrees with the Contractor to employ, and does employ the Contractor to provide the materials and to do and cause to be done the above described work and to complete and finish the same according to the attached plans and specifications and the terms and conditions herein contained and hereby contracts to pay for the same according to the attached specifications and the schedule of unit or itemized prices hereto attached, at the time and in the manner 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 all claims, causes of action, damages, losses, and expenses of any kind or nature whatsoever, including but not limited to, attorneys 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 this aS day of Pt -U 6JU F20CjJ Q / &-l / e f ,a Corporation Contractor By. .1742/e A./ �.� --_ ��Gi /lam Q i_4./".1.1. r\ ,CONTRACTOR City M.nager IN/ C`) Jerk CITY CONTRACT NO: 20 17- InSOLUTION N0: 0"-0( 7- en G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.docx (Print Name) Its: Pre s (President, Owner, etp.) Address: 5-70 U 3 5� e30 6 4-2 1001075132 PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, That we, Boise River Fence, Inc. , as PRINCIPAL, and U.S. Specialty Insurance Company , a corporation duly authorized to act as a surety company in Washington, as SURETY, are jointly and severally held and bound unto the Yakima Air Terminal, an agency of the City of Yakima, to the Yakima Air Terminal in the penal sum of Seven Hundred Forty Three Thousand Three Hundred Eighty Eight Dollars and 10/100 Dollars ($ 743,388.10 for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators, or personal representatives, as the case may be. This obligation is entered into in pursuance of the statutes of the State of Washington, the Ordinances of the Yakima Air Terminal, City of Yakima. Dated at yAili`Y1(.I , Washington, this ac day of 2017. Nevertheless, the conditions of the above obligation are such that: WHEREAS; under and pursuant to Ordinance (or Resolution) No. ' 7-0cfof the City of Yakima, passed (•u. u S.1 , 2017, the City Manager of said City of Yakima has let or is about to let to the said Boise River Fence, Inc. the above bounden Principal, a certain Contract, the said Contract providing for the construction of YAKIMA AIR TERMINAL, A.I.P. NO. 3-53- 0089-040, SECURITY IMPROVEMENTS UPGRADE, (which Contract is referred to herein and is made a part hereof as though attached hereto), WHEREAS, the said Principal has accepted, or is about to accept, the said Contract, and undertake to perform the work therein provided for in the manner and within the time set forth; and WHEREAS, for value received, the SURETY hereby agrees that no change, extension of time, alteration or addition to the terms of the Contract or the work to be performed there under, or the Specifications accompanying the same shall in any way affect its obligations hereunder, and the SURETY expressly waives notice of any such change, extension, alteration, or addition. Nonpayment of the bond premium will not invalidate this bond nor shall the OWNER be obligated for the payment thereof. NOW, THEREFORE, if the said Boise River Fence, Inc. shall faithfully perform all of the provisions of said Contract in the manner and within the time therein set forth, or within such extensions of time as may be granted under said Contract, and shall pay all laborers, mechanics, subcontractors and material men, and all persons who shall supply said principal or subcontractors with provisions and supplies for the carrying on of said work, and shall indemnify and hold the City of Yakima harmless from any damage or expense by reason of failure of performance as specified in said Contract or from defects appearing or developing in the material or workmanship provided or performed under said Contract within a period of one year after its acceptance thereof by the City of Yakima, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. Approved as to legality(Ci" Approved: 44,. G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.docx 4-3 IN WITNESS WHEREOF, the parties hereto have caused this Bond to be executed in Scottsdale, Arizona this 16th day of August , 2017 PRINCIPAL. Boise River Fence, Inc. SURETY. ByaztZBY 1 -// Title %r, d Attest: Secretary Speci n surance Company Timothy Hower, Attorney -In -Pact The Attorney -in -Fact who executes this bond on behalf of the surety company must attach a copy of his power-of-attorney as evidence of his authority. To each executed original of this bond there must be attached a complete set of the "Contract Documents," as the term is defined in the Supplementary Conditions with all corrections, interlineations, signatures, etc., completely reproduced therein. G:\PROJECTS\2016116164E \Spec116164 SPECIFICATIONS.docx 4-4 PAYMENT BOND 1001075132 Bond Number KNOW ALL MEN BY THESE PRESENTS, That Boise River Fence, Inc. , as PRINCIPAL, hereinafter called PRINCIPAL, and U.S Specialty Insurance Company , a corporation organized and existing under the laws of the State of Washington, as SURETY, hereinafter called SURETY, are held and firmly bound unto the Yakima Air Terminal, an agency of the City of Yakima, as OBLIGEE, hereinafter called OWNER, for the use and benefit of claimants as herein below defined, in the amount of Sew n I kindred Forty'1'hrec Thousand lingo fIundrr.l flighty Eight Dollars and 10/100 Dollars ($ 743,388.10 0 ), for the payment whereof PRINCIPAL and SURETY bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, PRINCIPAL has by written agreement datedf L ((Ar ys� 2017, entered into a Contract with OWNER for construction of A.I P PROJECT NO. 3-53- 0089-040, SECURITY IMPROVEMENTS UPGRADE in accordance with Drawings and Specifications prepared by HLA ENGINEERING AND LAND SURVEYING, INC (HLA) dated February 2017, which Contract is by reference made a part hereof, and is hereinafter referred to as the Contract. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if the PRINCIPAL shall promptly make payment to all claimants as hereinafter defined, for all labor and materials used or reasonably required for use in the performance of the Contract, then this obligation shall be void; otherwise, it shall remain in full force and effect, subject, however, to the following conditions: 1 A claimant is defined as one having a direct Contract with the Principal or with a subcontractor of the Principal for labor, materials, or both, used or reasonably required for use in the performance of the Contract, labor and material being construed to include that part of water, gas, power, light, heat, oil, gasoline, telephone service, or rental of equipment directly applicable to the Contract. 2. The above named Principal and surety hereby jointly and severally agree with the Owner that every claimant as herein defined, who has not been paid in full before the expiration of a period of ninety (90) days after the date on which the last of such claimant's work or labor was done or performed, or materials were furnished by such claimant, may sue on this bond for the use of such claimant, prosecute the suit to final judgment for such sum or sums as may be justly due claimant, and have execution thereon. The Owner shall not be liable for the payment of any costs or expenses of such suit. 3 No suit or action shall be commenced hereunder by any claimant. a. Unless claimant, other than one having a direct Contract with the Principal, shall have given written notice to any two of the following: the Principal, the Owner, or the Surety above named, within ninety (90) days after such claimant did or performed the last of the work or labor, or furnished the last of the materials for which said claim is made, stating with substantial accuracy the amount claimed and the name of the party to whom the materials were furnished, or for whom the work or labor was done or performed. Such notice shall be served by mailing the same by registered mail or certified mail, postage prepaid, in an envelope addressed to the Principal, Owner, or Surety at any place where an office is regularly maintained for the transaction of business, or served in any manner in which legal process may be served in the State of Washington, save that such service need not be made by a public officer b. After the expiration of one (1) year following the date on which principal ceased work on said Contract, it being understood, however, that if any limitation shall be deemed to be amended so as to be equal to the minimum period of limitation permitted by such law. G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.docx 4-5 c. Other than in a state court of competent jurisdiction in and for the county or other political subdivision of the state in which the project, or any part thereof, is situated, or in the United States District Court for the district in which the project, or any part thereof, is situated, and not elsewhere. 4. The amount of this bond shall be reduced by and to the extent of any payment or payments made in good faith hereunder, inclusive of the payment by surety of mechanics' liens which may be filed of record against said improvement, whether or not claim for the amount of such lien be presented under and against this bond. Signed and sealed this 16th day of August , 2017. In the presence of: Winess (SEAL) Boise River Fe ce, Inc. By Principal U.S. S.ecial In ance Com anv By Surety Timothy Flower, Attorney -In - Fact Notes: 1. Date of Payment Bond must not be prior to the date of the Agreement. (If the Contractor is a Partnership, all partners should execute the Bond) 2. The current power of attorney of the person who signs for any Surety company shall be attached to the Bond G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.docx 4-6 uuulln. IIIIIIIIIII ROWER OF ATT 1— P1®1N ETmullEXAS + AMERiCAN_CONTRAGTORSINDEMNITY COMA;WIRING k.:OMPANY -- — — UNITED STATES -SURETY COMPANY U.S. SPECIALTY INSURANCE COMPANY 111 KNOW ALL MEN BY THESE PRESENTS. That American Contractors Indemnity Company, a California corporation, Texas Bonding Company_,=an assumed name of American Contractors Indemnity Company, United States Surety Company, a Maryland_ mmmluum 1°11111111111@. —onst tut J _per Insurance f ^""o"mpanyll la Texas corporation (collectvely_th_e `Companies"), do by these ;presents�make rp='on_and--US Specialty — I_ _ =e and=a _Dint__ I III i I� -------7.'--, =__ _ VIII ��IIIIIII� ii° _ Jean Paulus, Lynn Macci or Tim Hower of Glendale, Arizona its=true-andilawfu1Attorney(s)-in-fact,_each n their=separate capacity if more 111111t1han one i§I namleudlrabove, with full power=and=author_rty= hereby conferredlinEits,name, place and=stead to -execute =acknowledge andl delillver�l'a'nyll anldl,alll�llbonds, recognizances-----=undertakings_ _ _ — IIIIIIIIIII II IIIIIIIIIII IIIIIIIIIII U 1 Ilho 11111111111 , 1111111 JIIIIIIIIIIIIu �or_ottier=instrumentsor contracts-of_suretysli*p=t—einclude riders, alll*nldmlllellnts,��and(consents of Buret providing=the=bond= penalty does not exceed — _ ****Three Million** Dollars ($ -**3;000;000.00** ). This Power of Attorney shall expire without further action on November 3, 2019. This Power of Attorney is granted under and by authority of the following resolutions adopted by the Boards of Directors of the Companies: I _ _Be. it_Resolvecl thaMhc_Presidcnt, any Vice, filrellsli dM, aunt' llpluu lustanitl 'Wee -President, any Secretary_or any=Assistant-Secretary shall be and is_heA)y vested with=full =power€and authority= to_appoint any one or mo'i-el suitable persons IIaI s Attorincy(s)-in-Fact to rcpresent_and_act for=and_on_behalf of the Companny_subject;to_tha-lowing, _provisions I�i 11 1 IUII I<I II, II��I 1116, — _�, I �� J�1111 .Ill I=,4 -Fact may be given full power andlJauthonty for and in the name of and on behalf=of"thc=Gompany, to execute, acknowledge and deliver -any and--- 11tonds, recognizances, contracts, agreements or indemnity and other co iditional or obligatory undertakings, including any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts, and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney -in -Fact shall be binding upon the Company as if signed by the President and scaled and effected by the Corporate_Sccretary = l v out 1111„ Iullllllllll; loa111 �111� llllmy II �� I, _ _ � = _ = ' rcafter affixed tp any power of attomey=or_any=ccitificate_rclating Be_it=Risol_vccl,-thakthc_stgnaturc of any autuorizcd_officcr=and-scaLoCthe Company hcrctllollforle olrlllhluu' I' Illulw 'llmllullls""'u luu ur �- '- - I - . �- thcrcto_li facsimile; and an ower of attorne =or_-certificate=bearin =facsimile signature or facsimile seal shall be valid andl bmdm upon the Gom an =with res _c_ct to'an X Y P — g= g 1 111111111111111 P ! al h g P P_ Y p= Y= bo dor=wida-taking 0which it is attached. — p —. = u u� � �J '!U I �i Ill l VIII _ I IN WITNESS WHEREOF, The Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this 1st day of November, 2016. — AMERICAN CONTRACTORS INDEMNITY IICOMPANY_ Y; TEXAS_BONDIN G_,C OMPAN Y UNITED s-I'uul COMPANY PEG_m=N,,_f,m„N. l I II II11,mul!Ili uIpii,dlll11111h 11--------CorporataSeals-:= „„...,„„,„11 1 aa.F4'.��Ri.•°NOI NC,l\r.„ �= _ Sy. _'' .. INCORPOSATED „t SEPT. 25,1990 <,, X12 %'Fb .O 7 Plc 1_ 3'T,i,.:1 -i'„Cql/F01.11,00 e � 1. 7 Daniel P. Aguilar, Vice President „m„.aulmllDu , tl 1��III111111,. _ Anotary publicior_other_officer completing this-certificate=ve ifies-only the identit document to which-this=certificate is attached _and -not the_tnithfulness, accuracy, ort )111 '''1 ow11111 111111111' ..111111a't '11111111111D 11111111 I1111111111u of the individual who signed the IIIIt l III"": Illlllbllllli "Illu"'llllh. ,1"'ll1111191111111111 1u„^all val"id1tyl lof that lldocument,I1V State of California County of Los Angeles SS IOn this 1st day of November, 2016, before me, Sabina Ivlourgenstleuln, a notary public, personally appeared Daniel P Aguilar, Vice President of American__ _ContracttorsSdemnity-Gompany, Texas Bonding� epillohuanyffi`Ii lllUniilteu11 States Surety Company, and U S -S cialty Insurance Company_whoEproved=to me on- —the_basis 6— satiafactoryr evidence to be thel,perl tli hNhose�name is isubscribed to the within-instrum an_d_acli ledged to me that_he executed=the sal -Petri _his=authorized_eapacity, and that by his signatiare111ori t agstium'e11rit tlie�lperson, or the entity-upon=behalf.of-which the,person acted, executed Yheanstrument= MUM IIIIUI�IQ•lummmuuui'ssmm = — - _. — I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. ignature111_ (Seal)= IrT.� 1111111411111111111111111111 SABINA MORGENSTEIN Comm'ssionliv 2129255 Not.11 oluuum I ary Putihc III'Calilornla Q Losplonglelesl County My CommI11E p res1NH v 3, 2019 I, Kio Lo, Assistant Secretary of American Contractors Indemnity Company, Texas Bonding Company, United States Surety Company and U.S. Specialty Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Companieawhich;-is'still in full force and effect- furthermore the resolutions of the Boards of Directors,==_set out in the Power of Attorney are_in full= `forceiand`effect �In=W�t�P of— I 111111111 III 11 _= = 7eu tset my hand and' affixed the seals offsaid'Com anies; at=Los=An eles, California_thi -(�=—Edi ereof =1=have hereunto, 11111u1lllllll II111 l 1111E 11,,, 1 - g = E - y , .i ''') 1 INCORPORATED= / SEFEE: 199 s,o- '; q ;1fOR! n 111 Corporate Seals 1 Agency Nom �9050� Rk- • OO `ll�lllliii !lg1116S11 ,Ihl 1111161Illr.-1 VI(IlII 1111111'*ih dll ullllhii!'nrmiiuw"` Kio Lo, AssiKYat tiSecretar=_y== 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 8/14/2017 https://fortress.wa.gov/oic/consumertoolkit/Company/Companyprofile.aspx?WAOI C=691 38 COi rner tools Agent and Company Lookup Orders Independent Review Decisions U.S. SPECIALTY INSURANCE COMPANY Change History 1 Licensing 1 Appointments 1 Complaints 1 Orders 1 National Info 1 Ratings 1 :.Back to Searchi4 General information Name: U.S. SPECIALTY INSURANCE COMPANY Corporate family group: TOKIO MARINE HOLDINGS INC GRP 0 Organization type: PROPERTY Doing Business As (DBA): Unavailable WAOIC: 69138 NAIC: 29599 Status: ACTIVE Admitted date: 10/19/1989 Ownership type: STOCK r ko Company change history View changes;. back tc top 0 Tax Filings Contact information Registered address 13403 NW FREEWAY HOUSTON, TX 77040- 6094 Telephone 713-462-1000 Types of coverage authorized to sell o Insurance types _ Casualty Disability Marine Ocean Marine Property Surety Vehicle back' Lc Agents and agencies that represent this company (Appointments) View agents back tc top V,iew:agenciesj Company complaint history 0 Mailing address 13403 NW FREEWAY HOUSTON, TX 77040- 6094 Telephone 713-462-1000 https.//fortress.wa.gov/oic/consumertoolkit/Company/CompanyProfile.aspx?WAOIC=69138 1/2 8/14/2017 https://fortress.wa.gov/OiC/COflSUmertOOIkit/COmPaflY/C0mPaflYFr0f1IeaSPOI C691 38 View complaints j ^ bac: tc top Orders issued since 2010 0 No orders are found " bac t top Premium tax filings by tax year p 2016 2015 2014 2013 2012 back :_ coo National information on insurance companies Want more information about this company? The N,AIC's Consumer_Information (CIS) page allows you to retrieve national financial and complaint information on insurance companies, plus has information and tips to help you understand current insurance issues. pack yup Ratings by financial organizations The following organizations rate insurance companies on their financial strength and stability. Some of these companies charge for their services. A.M. Best Weiss Group Ratings _._..................... Standard and Poor's Corp Moody's Investors Service Fitch IBCA, Duff and Phelps, Ratings, Disclaimer: Links to external or third -party websites are provided solely for visitors' convenience. Links you take to other sites are done so at your own risk and our office accepts no liability for any external linked sites or their content. Be aware that not all financial rating companies use the same rating processes. flack to too https.//fortress.wa.gov/oic/consumertoolkit/Company/CompanyProfil e.aspx?WAOIC=69138 8/24/2017 Surety Bonds - Certified Companies r__. Back To Top U.S. Specialty Insurance Company (NAIC #29599) BUSINESS ADDRESS' 13403 Northwest Freeway, Houston, TX 77040. PHONE. (713) 462-1000. UNDERWRITING LIMITATION b/• $51,815,000. SURETY LICENSES c,f/ AL, AK, AZ, AR, CA, CO, CT, DE, DC, FL, GA, HI, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA, MI, MN, MS, MO, MT, NE, NV, NH, NJ, NM, NY, NC, ND, OH OK, OR, PA, RI, SC, SD, TN TX VT, VA, WA, WV, WI, WY. INCORPORATED IN• Texas. RETY INSURANC OMPANY (NAIC #36226) BUSINESS ADDRESS 1250 Hancock Street, Suite 80 , i nc , MA 02169. PHONE. (617 12 x-109. UNDERWRITING LIMITATION b/ $637,000 SURETY LICENSES c, . , ' , GA, HI, ID, IN, IA, KY, LA, ME, MD, MA, MI, NH, NJ, NM, NY, NC, ND OK, PA, RI, SC, SD TX, UT, VA, WA, WV. INCORPORATED IN: Massachusetts. 1• • i 1 United Fire & Casualty Company (NAIC #13021) BUSINESS ADDRESS. P. 0. BOX 73909, CEDAR RAPIDS, IA 52407 - 3909. PHONE. (319) 399-5700. UNDERWRITING LIMITATION b/• $65,591,000. SURETY LICENSES c,f/ AL, AK, AZ, AR, CA, CO, DC, FL. GA, HI, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA, MI, MN, MS, MO, MT, NE, NV NJ, NM, NY, NC, ND, OH, OK, OR, PA, SC, SD, TN, TX, UT, VT, VA; WA, WV, WI, WY. INCORPORATED IN: Iowa. UNITED FIRE & INDEMNITY COMPANY (NAIC #19496) BUSINESS ADDRESS. P.O. BOX 73909, CEDAR RAPIDS, IA 52407 - 3909. PHONE. (319) 399-5700. UNDERWRITING LIMITATION b/ $1,992.000 SURETY LICENSES c,f/: AL, CO. IN KY, LA, MS, MO, NM TX. INCORPORATED IN: Texas. United States Fidelity and Guaranty Company (NAIC #25887) BUSINESS ADDRESS ONE TOWER SQUARE, HARTFORD, CT 06183. PHONE. (860) 277-0111 UNDERWRITING LIMITATION b/ $104,328,000. SURETY LICENSES OP AL, AK, AZ, AR, CA, CO, CT, DE, DC, FL, GA. HI, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA. MI, MN, MS, MO, MT, NE, NV, NH, NJ. NM, NY, NC. ND, OH, OK, OR. PA, PR, RI, SC, SD, TN, TX, UT, VT, VA, VI, WA, WV, WI, WY INCORPORATED IN. Connecticut. United States Fire Insurance Company (NAIC #21113) BUSINESS ADDRESS 305 Madison Avenue, Morristown, NJ 07962. PHONE. (973) 490-6600. UNDERWRITING LIMITATION b/ $121,886,000. SURETY LICENSES c,f/: AL, AK, AZ, AR, CA, CO, CT, DE, DC, FL, GA, HI, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA, MI, MN, MS, MO, MT, NE, NV, NH, NJ, NM, NY, NC, ND, OH, OK, OR, PA, PR, RI, SC, SD, TN, TX. UT, VT, VA, VI, WA, \NV, WI, WY INCORPORATED IN: Delaware. United States Surety Company (NAIC #10656) BUSINESS ADDRESS' 20 W Aylesbury Road Timonium, MD 21093. PHONE. (410) 453-9522. UNDERWRITING LIMITATION b/• $4,708,000. SURETY LICENSES c,f/: CT, DE, DC, FL, GA, ME, MD, MA. NH, NJ, NY NC, OH, PA, RI, SC, TN. VT, VA, WV. INCORPORATED IN. Maryland. UNITED SURETY AND INDEMNITY COMPANY (NAIC #44423) BUSINESS ADDRESS P.O. BOX 2111, SAN JUAN, PR 00922 - 2111. PHONE. (787) 625-1105. UNDERWRITING LIMITATION b/. $5,978,000. SURETY LICENSES c,f/: PR. INCORPORATED IN• Puerto Rico. Universal Surety Company (NAIC #25933) BUSINESS ADDRESS P 0 Box 80468, Lincoln, NE 68501 PHONE. (402) 435-4302. UNDERWRITING LIMITATION b/ $15,267,000. SURETY LICENSES c,f/ AZ, AR. CO, ID, IL, IN, IA, KS, KY, MI, MN, MO, MT, NE, NV, NM, ND, OH, OK, OR, SC, SD, TX, UT, WA, WI, WY. INCORPORATED IN- Nebraska. UNIVERSAL UNDERWRITERS INSURANCE COMPANY (NAIC #41181) BUSINESS ADDRESS 1299 ZURICH WAY, 5TH FLOOR, SCHAUMBURG, IL 60196 - 1056. PHONE. (847) 605-6000. UNDERWRITING LIMITATION b/. $32,263,000 SURETY LICENSES c,f/: AL, AK, AZ, AR, CA, CO, CT, DE, DC, FL, GA, HI, ID IL, IN, IA, KS, KY, LA. ME, MD, MA, MI MN, MS MO, MT, NE, NV, NH, NJ, NM, NY, NC, ND, OH, OK, OR, PA, RI, SC, SD, TN, TX, UT, VT, VA, WA, WV, WI, WY. INCORPORATED IN. Illinois. Utica Mutual Insurance Company (NAIC #25976) BUSINESS ADDRESS POST OFFICE BOX 530, UTICA, NY 13503 - 0530. PHONE: (315) 734-2000. UNDERWRITING LIMITATION b/ $81,683,000 SURETY LICENSES c,f/' AL, AK, AZ, AR. CA, CO, CT, DE, DC, FL, GA, HI, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA, MI, MN, MS, MO, MT, NE, NV, NH, NJ, NM, NY, NC, ND, OH OK, OR, PA, PR. RI, SC, SD, TN, TX. UT, VT, VA, WA, WV, WI, WY INCORPORATED IN. New York. t_ Back To Top V VerTerra Insurance Company (NAIC #10024) BUSINESS ADDRESS P 0 BOX 509039, SAN DIEGO, CA 92150. PHONE. (858) 350-2400. UNDERWRITING LIMITATION b/ $5,100 000. SURETY LICENSES c,f/: NJ, TX. INCORPORATED IN: Texas. https://www.fiscal.treasu ry.gov/fsreports/ref/suretyBnd/c570_a-z. htm Translate 1 21/23 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 • BOIS-12 OP ID: MD '—'�""" CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DDIYYYY) 08/14/2017 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. HOLDER. THIS BY THE POLICIES AUTHORIZED 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 Three Rivers Ins/Boise 10159 West Overland Road PO Box 190169 Boise, ID 83719 Mike Hillman NAME: Mike Hillman PHONE 208-322-2445 (A/C,No Ext): j (AIC , No): 208-322-5681 E-MAIL ADDRESS: mhillman@threeriversagency.net INSURER(S) AFFORDING COVERAGENAIC # [18988 INSURER A.Auto-Owners Insurance INSURED Boise River Fence Inc dba Boise River Industries 5200 Bethel Boise, ID 83706 f 11VFRARFC....-.- INSURER B Idaho State Insurance Fund :36129 INSURER c . Kinsale Insurance Co. 138920 INSURER 0 . INSURER E . INSURER F . • THIS INDICATED. CERTIFICATE EXCLUSIONS INTR - -- IS TO CERTIFY THAT THE POLICIES NOTWITHSTANDING ANY REQUIREMENT, MAY BE ISSUED OR MAY AND CONDITIONS OF SUCH - - -- --- - - OF INSURANCE PERTAIN, POLICIES. LBR IJNSR IWVD — " rccvIJIUry NUMr3ttc LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. TYPE OF INSURANCE POLICY NUMBER POLICY EFF (MM/DDYYY) POLICY EXP T/Y- (MMIDD/YYYY) I LIMITS `-- -' ----- A GENERAL X LIABILITY COMMERCIAL GENERAL LIABILITY I X I OCCUR IJCRE X X 57893205 01/27/2017 01/27/2018 1 EACH OCCURRENCE $ 1,000,000 UAMAGE-TO RENTED ) PREMISES Ea occurrence $ 1 $ 300,000 10,000 _ __ X GEN'L l CLAIMS -MADE INCL Severability MED EXP (Any one person) , PERSONAL &ADV INJURY I $ 1,000,000 Of Interest APPLIES ' GENERAL AGGREGATE . $ 2,000,000 AGGREGATE LIMIT POLICY X PRO- JECT PER; j l J LOC PRODUCTS-COMP/OPAGG , $ 2,000,000 $ _ A AUTOMOBILE _X X LIABILITY ANY AUTO ALL AUTOS OWNED HIRED AUTOS X -X AUTOSULED NON-OWNED AUTOS X X 4789320502 01/27/2017 01/27/20181 COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 Kap( INJURY (Per person) $ $ BODILY INJURY (Per accident) PROPERTY DAMAGE ( PER ACCIDENT) $ If ' AEXCESS X I UMBRELLA LIAB OCCUR LIAB CLAIMS -MADE X X 47893205-03EACH 01/27/2017101/27/2018 OCCURRENCE $ 3,000,000 AGGREGATE $ 3,000,000 DED ! X i RETENTION$ 10,000 $ B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE � / N OFFICERiMEMBER EXCLUDED? . (Mandatory In NH) If yes. describe under DESCRIPTION OF OPERATIONS below N / A 652513 02/08/2017 02/08/2018 WC STATU- OTH- X TORY LIMITS X ER E.L. EACH ACCIDENT $ _ 1,000,000 E.L. DISEASE - EA EMPLOYEE/ $ -._.. 1,000,000 E.L. DISEASE - POLICY LIMIT $ 1,000,000 C OCP C .00P Excess X X 1680392A 1682434A2,000,000 08/11/2017 08/11/2017 08/11/2018 08/11/2018 OCP OCP XS 2,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) RE: Yakima Air Terminal: Security Improvements Upgrade - AIP NO.:3-53-0089- 040, HLA Project No.:16164C. City of Yakima/ Yakima Air Terminal and their officers, elected and appointed officials, employees, agents, and volunteers, and HLA Engineering and Land Surveying, Inc. and its subconsultants are additional insured r CDTlclr Arc Lint ncn ANCELLATION City of Yakima Yakima Air Terminal 2406 W Washington Ave Suite B Yakima, WA 98903 ACORD 25 (2010/05) YAKIMAC SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE © 1988-2010 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD NOTEPAD: HOLDER CODE YAKIMAC INSURED'S NAME Boise River Fence Inc BOIS-12 OP ID: MD with respect to general liability and commercial auto liability per blanket forms 55373 and 89304 attached. Blanket Waivers of subrogation per attached forms 55091 and 89303. 45 day prior written notice to be provided on general liability and commercial auto polciy per form 59495 attached hereto. Owners and Contractors Protective Liability Policy listinv the City of Yakima/ Yakima Air Terminal as named insureds and HLA Engineering and as additional insured written on ISO Form CG0009 with a per occurrence limit of $1,000,000 and $2,000,000 aggregate. Owner and Contractors Protective excess policy is following form with a $2,000,000 per occurrence limit. Policies will contain manuscripted 45 day prior written notice provision. PAGE 2 Date 08/14/2017 Agency Code 39-0033-00 Policy Number 094639-57893205 COMMERCIAL GENERAL LIABILITY 55373 (1-07) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM. A. Under SECTION II - WHO IS AN INSURED, the following is added - A person or organization is an Additional Insured, only with respect to liability arising out of "your work" for that Additional Insured by or for you 1. If required in a written contract or agreement; or 2. If required by an oral contract or agreement only if a Certificate of Insurance was issued prior to the loss indicating that the person or organiza- tion was an Additional Insured. B. Under SECTION III - LIMITS OF INSURANCE, the following is added: The limits of liability for the Additional Insured are those specified in the written contract or agreement between the insured and the owner, lessee or contractor or those specified in the Certificate of Insurance, if an oral contract or agreement, not to exceed the limits provided in this policy. These limits are inclusive of and not in addition to the limits of insurance shown in the Declarations. C. SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS, is amended as follows: 1. The following provision is added to 4. Other Insurance. 55373 (1-07) This insurance is primary for the Additional Insured, but only with respect to liability arising out of "your work" for that Additional Insured by or for you. Other insurance available to the Additional Insured will apply as excess insur- ance and not contribute as primary insurance to the insurance provided by this endorsement. 2. The following provision is added: Other Additional Insured Coverage Issued By Us If this policy provides coverage for the same loss to any Additional Insured specifically shown as an Additional Insured in another endorsement to this policy, our maximum limit of insurance under this endorsement and any other endorse- ment shall not exceed the limit of insurance in the written contract or agreement between the insured and the owner, lessee or contractor, or the limits provided in this policy, whichever is less. Our maximum limit of insurance arising out of an 'occurrence", shall not exceed the limit of insurance shown in the Declarations, regard- less of the number of insureds or Additional Insureds. All other policy terms and conditions apply. Includes copyrighted material of Insurance Services Office, Inc., with its permission Copyright Insurance Services Office, Inc., 1984, 2003. Page 1 of 1 COMMERCIAL GENERAL LIASILITY 55091 (10-08) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY ��0� °�`��« ERCUAL GENERAL LIABILITY PLUS ENDO This endorsement modifies insurance provided under the following. COMMERCIAL GENERAL LIABILITY COVERAGE PART. 1. EXTENDED WATERCRAFT LIABILITY Under SECTION | 'COVERAGES. COVERAGE A. BODILY INJURY AND PROPERTY DAMAGE L|AB|L(TY, 2. Exn|un|nns, g., exclusion (2) is de- leted and n'|otodund is replaced by the followirig: (2) A watercraft you do not own that is: (a) Less than 50 feet long: and (b) Not being used to carry persons or property for a charge, 2. HIRED AUTO AND NON -OWNED AUTO LIABILITY Coverage for "bodily injury" and "property dam- age" liability provided under SECTION | COVERAGES, COVERAGE A. BODILY INJURY AND PROPERTY DAMAGE LIABILITY, is extended as follows under this item, but only if you do not have any other nsurance available to you which affords the same mrsimilar coverage Coverage We will pay those sums the insured becomes le- gally obligated to pay as damages because of "bodily injury" or "property damage" arising out cf the maintenance or use of an "auto' a. b. 0. You do not own, Which is not registered in your narne. or Which is not leased or rented to you for more than ninety consecutive days and which is used in your business Exclusions SEMENT With respect to only HIRED AUTO AND NON - OWNED AUTO LIAB|UTY, the exclusions which app!y to SECTION 1 - COVERAGES, COVERAGE A. BODILY INJURY AND PROPERTY DAMAGE LIABILITY other than the Nuclear Energy Liability Exclusion Endorsomont, do not apply. The fol- lowing exclusions apply to this coverage: This coverage does not apply to. a. "Bodily injury" or "property damage" expected or intended from the standpoint of the insured. This exclusion does not apply to 'bodily in- jury" resulting from the use of reasonable force to protect persons or property b. Any obligation of the insured under workers compenoation, disability benefits or unem- ployment compensation law or any similar c. (1) "Bodily injury" or "property damage" arising out of the actualalleged or threatened dischorQa, diupesa|, soapago, nnigration, release or escape of "pollut- ants" (a) That are, or are contained in any proporty that is 1) Being transported or towed by, handled or prepared for placement into or upon, or taken from the Includes copyrighted material of Insurance Services Office, Inc., with its permission 2) Otherwise in the course of transit by you or on your behalf; or 3) Being disposed of, stored, treated or processed into or upon the "auto"; (b) Before such "pollutants" or property containing "pollutants" are moved from the place they are accepted by you or anyone acting on your behalf for placement into or onto the "auto", ar (c) After such "pollutants" or property containing "pollutants" are removed from the "auto" to where they are de- livered, disposed of or abandoned by you or anyone acting in your behalf. c. (1) (a) above does not apply to "pollut- ants" that are needed or result from the normal mechanical, electrical or hydraulic functioning of the "auto" or its parts, if the discharge, release, escape, seepage, mi- gration or dispersal of such "pollutants" is directly from a part of the "auto" designed to hold, store, receive or dispose of such "pollutants" by the "auto" manufacturer. c. (1) (b) and c. (1) (c) above do not apply, if as a direct result of maintenance or use of the "auto". "pollutants" or property containing "pollutants" which are not in or upon the "auto", are upset, overturned or damaged at any premises not owned by or leased to you. The discharge, release, escape, seepage, migration or dispersal of the "pollutants" must be directly caused by such upset, overturn or damage (2) Any loss, cost or expense arising out of any: (a) Request, demand or order that any in- sured or others test for, monitor, clean up, remove, contain; treat, detoxify or neutralize, or in any way respond to, or assess the effects of "pollutants"; or (b) Claim or "suit" by or on behalf of a governmental authority for damages because of testing for, monitoring, cleaning up, removing, containing, treating, detoxifying or neutralizing, or in any way responding to, or assess- ing the effects of "pollutants". d. "Bodily injury" or "property damage" however caused, arising directly or indirectly, out of: (1) War, including undeclared or civil war; (2) Warlike action by a military force, includ- ing action in hindering or defending against an actual or expected attack, by any government, sovereign or other authority using military personnel or other agents; or (3) Insurrection, rebellion, revolution, usurped power, or action taken by governmental authority in hindering or defending against any of these. e. "Bodily injury" or "property damage" for which the insured is obligated to pay damages by reason of the assumption of liability in a con- tract or agreement. This exclusion does not apply to liability for damages: (1) Assumed in a contract or agreement that is an "insured contract", provided the "bodily injury" or "property damage" oc- curs subsequent to the execution of the contract or agreement. However, if the insurance under this policy does not apply to the liability of the insured, it aiso does not apply to such liability assumed by the insured under an "insured contract". (2) That the insured would have in the ab- sence of the contract or agreement. f. "Property damage" to. (1) Property owned or being transported by, or rented or loaned to any insured: or (2) Property in the care, custody or control of any insured Includes copyrighted material of Insurance Services Office, Inc , with its permission. Copyright Insurance Services Office, Inc., 1982, 1988. 2002, 2004 Page 2 of 8 other than "property damage" to a residence or a private garage by a private passenger "auto" covered by this coverage g. "Bodily injury" to (1) An "employee" of the insured arising out of and in the course of employment by the insured; or (2) The spouse, child, parent, brother or sis- ter of that "employee" as a consequence of Paragraph (1) above. This exclusion applies. (1) Whether the insured may be liable as an employer or in any other capacity; and (2) To any obligation to share damages with or repay someone else who must pay damages because of the injury This exclusion does not apply to: (1) Liability assumed by the insured under an "insured contract'. (2) "Bodily injury" to any "employee" of the insured arising out of and in the course of his domestic employment by the insured unless benefits for such injury are in whole or in part either payable or re- quired to be provided under any workers compensation law Who Is An Insured With respect to only this coverage, SECTION 11 - WHO IS AN INSURED is deleted and replaced by the following SECTION I1 - WHO IS AN INSURED Each of the following is an insured with respect to this coverage a. You b. Your partners if you are designated in the Declarations as a partnership or a joint ven- ture c. d. Your members if you are designated in the Declarations as a limited liability company. Your "executive officers" if you are designated in the Declarations as an organization other than a partnership, joint venture or limited li- ability company. e. Any person using the "auto" and any person or organization legally responsible for the use of an "auto" not owned by such person or or- ganization, provided the actual use is with your permission. None of the following is an insured: a. Any person engaged in the business of his or her employer with respect to "bodily injury" to any co -"employee" of such person injured in the course of employment. b. Any person using the "auto" and any person other than you, legally responsible for its use with respect to an "auto" owned or registered in the name of (1) Such person, or (2) Any partner or "executive officer" of yours or a member of his or her household, or (3) Any "employee" or agent of yours who is granted an operating allowance of any sort for the use of such "auto" c. Any person while employed in or otherwise engaged in duties in connection with an "auto business", other than an "auto business" you operate d. The owner or lessee (of whom you are a sublessee) of a hired "auto" or the owner of an "auto" you do not own or which is not reg- istered in your name which is used in your business or any agent or employee of any such owner or lessee Includes copyrighted material of Insurance Services Office, Inc., with its permission Copyright insurance Services Office, Inc., 1982, 1988, 2002, 2004 Page 3 of 8 e. Any person or organization with respect to the conduct of any current or past partnership or joint venture that is not shown as a Named Insured in the Declarations. Additional Definitions The following definition applies to only this cover- age- "Auto over- age "Auto business" means the business or occupa- tion of selling, repairing, servicing. storing or parking "autos" Limits of Insurance With respect to only this coverage, SECTION III - LIMITS OF INSURANCE. is deleted and replaced by the following: SECTION III - LIMITS OF INSURANCE a, The Limits of Insurance shown in the Declara- tions and the rules below fix the most we will pay regardless of the number of (1) Insureds; (2) Claims made or "suits" brought; or (3) Persons or organizations making claims or bringing "suits". b. We will pay damages for "bodily injury" or "property damage" up to the limits of liability stated in the Declarations for this coverage. Such damages shall be paid as follows: (1) When Hired Auto and Non -Owned Auto Each Occurrence Limit is shown in the Declarations, such limit is the total amount of coverage and the most we will pay for all damages because of or arising out of all "bodily injury" and "property damage" in any one "occurrence" (2) When Bodily Injury Hired Auto and Non - Owned Auto Each Occurrence Limit and Property Damage Hired Auto and Non - Owned Auto Each Occurrence Limit are shown in the Declarations: (a) The limit shown for Bodily Injury Hired Auto and Non -Owned Auto Each Oc- currence is the total amount of cover- age and the most we will pay for all damages because of or arising out of all "bodily injury" in any one "occur- rence" (b) The limit shown for Property Damage Hired Auto and Non -Owned Auto Each Occurrence is the total amount of cov- erage and the most we will pay for all damages because of or arising out of all "property damage" in any one "oc- currence". 3. BROADENED SUPPLEMENTARY PAYMENTS Under SECTION I - COVERAGES, COVERAGE A. BODILY INJURY AND PROPERTY DAMAGE LIABILITY, COVERAGE B. PERSONAL INJURY AND ADVERTISING INJURY LIABILITY and SUPPLEMENTARY PAYMENTS - COVERAGES A AND B. Paragraph 4., the amount we will pay for the ac- tual loss of earnings is increased from $250 per day to $400 per day 4. ADDITIONAL PRODUCTS -COMPLETED OPERATIONS AGGREGATE LIMIT If the endorsement, EXCLUSION - PRODUCTS COMPLETED OPERATIONS HAZARD, CG 21 04, is not attached to this policy, then the following is added to SECTION III - LIMITS OF INSURANCE: Commencing with the effective date of this policy, we will provide one additional Products - Completed Operations Aggregate Limit, for each annual period, equal to the amount of the Prod- ucts -Completed Operations Aggregate Limit shown in the Declarations. The maximum Prod- ucts -Completed Operations Aggregate Limit for any annual period will be no more than two times the original Products -Completed Operations Ag- gregate Limit. Includes copyrighted material of Insurance Services Office, Inc., with its permission Copyright Insurance Services Office, Inc., 1982, 1988, 2002, 2004 Page 4 of 8 5PERSONAL INJURY EXTENSION a. If the endorsement EXCLU3hON - PERSONAL INJURY AND ADVERTISNG INJURY, 55350, is attached to this po|icy, then this provision, 5. PERSONAL INJURY EXTENSION, does not ap- ply b. If the endorsement EXCLUSION - PERSONAL INJURY AND ADVERTISING INJURY, 55350. is not attached to this po|icy, then under SECTION V - DEFINITIONS, 15, 'Personal in- jury" in deleted and replaced by the following 15. "Personal injury" means, other than "bod- ily inion", arising out of one or more cf the foIowing offenses a. False arr*o, detention or imprison- ment; b. Malicious prosecution, c. The wrongful eviction from, wrongful entry into, or invasion of the right of private occupancy of a noom, dwelling or premises that a person occupies by or on behalf of its owner. landlord or lessor; d. Oral or written publication of material that slanders or libels a person or or- ganization or disparages a person's or organization's gmzdo, nnogucts or e. Oral or written publication of material that violates a person's right of pri- vacy; or f. Diacrmmotion, homi|iation, sexual harassment and any violation of civil rights caused by such d|uoiminutiun, humiliation or sexual harassment. 6. BROADENED KNOWLEDGE OF OCCURRENCE Under SECTION IV - COMMERCIAL GENERAL LIABILITY C2ND0ONS, 2. Duties In The Event Of Occurrence, Otfense, Claim Or Suit, the following paragraph |nadded• Paragraphs a. and b, of this condition will not serve to deny any claim for failure to provide us with notice as soon as practicable afler an "occur- rence" or an offense which 000ur-renc*^oraooffensawhiuh may result in a claim a. If the notice of a new claim is given to your ^omp(oyuo^, and b. That "employee" fails to provide us with tice as soon as practicable This exception shall not apply m. To you; or b. To any officer, director, partner, risk manager or insurance manager oi yours 7. DAMAGE TO PREMISES RENTED TO YOU Under SECTION | - COVERAGES, COVERAGE A. BODILY INJURY AND PROPERTY DAMAGE LIABILITY, the last paragraph is deleted and re- placed Exclusions c. through n. do not apply to damage by fire, |i8htning, o,p|onion, smoke or water dam- ogo to premises rented to you or temporarily oc- cupied by you with permission of the owner A separate limit of insurance applies to this cover- age as described in 7. DAMAGE TO PREMISES RENTED TO YOU, a. Limits of Insurance The following additional exclusions apply to 'property damage" arising out of Water Damage to premises rented to you or temporarily occupied by you with permission of the owner: (1) "Property damage' to: (a) The nterior ofthe premises caused by or resulting from min snow, whether driven by wind or not, or (b) HoaUng, air onnd0uning, plumbing or Ore protection nygamoo, or other equipment or appliances. Includes copyrighted rnaterial of Insurance Services Office, Inc., with its permission Copyright Insurance Services Office, Inc., 1982, 1988, 2002. 2004 Page 5 of 8 (2) "Property damage" caused by or resulting from any of the following: (a) Mechanical breakdown, including bursting or rupture caused by cen- trifugal force; (b) Cracking, settling, expansion or shrinking; (c) Smoke or smog; (d) Birds, insects, rodents or other ani- mals (e) Wear and tear; (f) Corrosion, rust, decay, fungus, dete- rioration, hidden or latent defect or any quality in property that causes such property to destroy or damage itself; or (g) Water that flows or Teaks from any heating, air conditioning, plumbing or fire protection system caused by or resulting from freezing, unless: 1) You make a reasonable effort to maintain heat in the building or structure; or 2) You drain the equipment and shut off the water supply if the heat is not maintained, (3) "Property damage" caused directly or in- directly by any of the following: (a) Water that backs up from a drain or sewer; (b) Mud flow or mudslide; (c) Volcanic eruption, explosion or effu- sion; (d) Any earth movement, such as earth- quake, landslide, mine subsidence, earth sinking, earth rising or earth shifting, (e) Regardless of the cause, flood, sur- face water, waves, tides, tidal waves, storm surge, overflow of any body of water, or their spray, all whether wind driven or not; (f) Water under the ground surface pressing on, or seeping or flowing through 1) Walls, foundations, floors or paved surfaces, 2) Basements, whether paved or not; or 3) Doors, windows or other openings (4) "Property damage" for which the insured is obligated to pay as damages by reason of the assumption of liability in a contract or agreement. This exclusion does not apply to liability for damages that the in- sured would have in the absence of this contract or agreement. a. Limits of Insurance With respect to this coverage only, under SECTION 11I - LIMITS OF INSURANCE, para- graph 6. is deleted and replaced by the fol- lowing. 6. The most we will pay under Coverage A for damages because of "property dam- age" to premises rented to you or tempo- rarily occupied by you with permission of the owner arising out of or caused by fire, lightning, explosion, smoke and water damage is the amount shown in the Dec- larations under Damage to Premises Rented to You. b. Under SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS, 4. Other Insurance, paragraph b., the word fire is amended to in- clude fire, lightning, explosion, smoke or wa- ter damage. 8. BLANKET ADDITIONAL INSURED • LESSOR OF LEASED EQUIPMENT Includes copyrighted material of Insurance Services Office, Inc., with its permission. Copyright Insurance Services Office, Inc., 1982, 1988, 2002, 2004 Page 6 of 8 a. SECTION I1 - WHO IS AN INSURED is amended to include as an additional insured any person or organization with whom you have agreed: (1) Ina written contract or agreement, exe- cuted prior to loss, to name as an addi- tional insured, or (2) In an oral contract or agreement, exe- cuted prior to loss, to name as an addi- tional insured only if a Certificate of Insur- ance was issued prior to loss indicating that the person or organization was an additional insured but only with respect to liability for - (1) "Bodily injury" (2) "Property damage", (3) "Personal injury", or (4) "Advertising injury" caused in whole or in part, by your mainte- nance, operation or use of equipment leased to you by such person or organization b. With respect to the insurance afforded to an additional insured, this insurance does not apply to any "occurrence" which takes place after the equipment lease expires c. The following is added to SECTION III - LIMITS OF INSURANCE: The Limits of Insurance for the additional in- sured are those specified in the written con- tract or agreement between the insured and the lessor, not to exceed the limits provided in this policy. These limits are inclusive of and not in addition to the Limits of Insurance shown in the Declarations. 9. BLANKET ADDITIONAL INSURED - MANAGERS OR LESSORS OF PREMISES a, SECTION II - WHO IS AN INSURED is amended to include as an additional insured any person or organization with whom you have agreed. (1) In a written contract or agreement, exe- cuted prior to loss, to name as an addi- tional insured, or (2) In an oral contract or agreement, exe- cuted prior to loss, to name as an addi- tional insured only if a Certificate of Insur- ance was issued prior to Toss indicating that the person or organization was an additional insured but only with respect to liability arising out of the ownership, maintenance or use of that part of the premises leased to you b. This provision is subject to the following addi- tional exclusions, applicable to this provision only: (1) Any "occurrence" which takes place after you cease to be a tenant in that premises (2) Structural alterations, new constructions or demolition operations performed by or on behalf of the additional insured. c. The following is added to SECTION III - LIMITS OF INSURANCE: The Limits of Insurance for the additional in- sured are those specified in the written con- tract or agreement between the insured and the manager or lessor of the premises, not to exceed the limits provided in this policy. These limits are inclusive of and not in addi- tion to the Limits of Insurance shown in the Declarations. 10. NEWLY FORMED OR ACQUIRED ORGANIZATIONS Under SECTION II - WHO IS AN INSURED, Para- graph 4. is deleted and replaced by the following 4. Any organization you newly acquire or form, other than a partnership, joint venture or lim- ited liability company, and over which you maintain ownership or majority interest; will qualify as a Named Insured if there is no other similar insurance available to that or- ganization However Includes copyrighted material of Insurance Services Office, Inc., with its permission Copyright Insurance Services Office, Inc., 1982, 1988, 2002, 2004 Page 7 of 8 a. Coverage under this provision is afforded only until the 180th day after you acquire or form the organization or the end of the policy period, whichever is earlier; b. Coverage A does not apply to "bodily in- jury" or "property damage" that occurred before you acquired or formed the organi- zation; and c. Coverage B does not apply to "personal injury" or "advertising injury" arising out of an offense committed before you ac- quired or formed the organization No person or organization is an insured with respect to the conduct of any current or past partnership, joint venture or limited liability company that is not shown as a Named In- sured in the Declarations 11. BLANKET WAIVER OF SUBROGATION The following is added to SECTION IV - COM- MERCIAL GENERAL LIABILITY CONDITIONS, 8. Transfer Of Rights of Recovery Against Others To Us. When you have agreed to waive your right of sub- rogation in a written contract, executed prior to loss, with any person or organization, we waive any right to recovery we may have against such person or organization because of payments we make for injury or damage arising out of your on- going operations or "your work" done under a contract with that person or organization and in- cluded in the "products -completed operations hazard". All other policy terms and conditions apply. Includes copyrighted material of Insurance Services Office, Inc., with its permission. Copyright Insurance Services Office, Inc., 1982, 1988, 2002, 2004 Page 8 of 8 Agency Code 39-0033-00 Policy Number 47-893-205-02 AMENDATORY ENDORSEMENT SECTION II - LIABILITY COVERAGE Automobile Policy It is agreed: 89058 (4-07) Under SECTION II - LIABILITY COVERAGE, 2. EXCLUSIONS, i. is deleted and replaced by the following: i. to any person or organization for damage to property or an automobile owned by, rented to or in the care, custody or control of that person or organization. This exclusion does not apply to property damage to a residence or private garage, caused by a private passenger automobile, when the residence or private garage is rented to or is in the care, custody or control of that person or organization. All other policy terms and conditions apply 89058 (4-07) Page 1 of 1 WAIVER OF OUR RIGHT TO RECOVER PAYMENTS - AUTOMATIC STATUS UNDER AN INSURED CONTRACT Automobile Policy It is agreed With regard to any person or entity, we waive our right to recover payments made for bodily injury or property damage covered by the policy and arising out of the operation of automobiles covered by the policy, in ac- cordance with the terms and conditions of a written con- tract between you and such person or entity However, 89303 (6-10) 89303 (6-10) our rights must be waived by the written contract prior to the occurrence which caused the bodily injury or property damage. All other policy terms and conditions apply. Page 1 of 1 Agency Code 39-0033-00 Policy Number 47-893-205-02 AUTOMATIC DESIGNATED INSURED - BLANKET COVERAGE Automobile Policy SECTION II - LIABILITY COVERAGE is provided to any person or organization only to the extent such person or organization is liable for your conduct arising from an automobile to which SECTION II - LIABILITY COV- ERAGE applies. 89304 (7-10) 89304 (7-10) The insurance provided by this endorsement does not apply to any extension of SECTION 1I - LIABILITY COV- ERAGE provided elsewhere in this policy. All other policy terms and conditions apply Page 1 of 1 AIR BAG REPLACEMENT COVERAGE ENDORSEMENT Automobile Policy It is agreed: 89023 (7-06) Under SECTION IH - DAMAGE TO YOUR AUTOMOBILE, 3. COVERAGE EXTENSIONS, the following coverage extension is added: Air Bag Replacement Coverage If your automobile is a private passenger automobile, we will extend the Comprehensive Coverage that applies to your automobile for the replacement of the air bag when it inflates without your automobile having been involved in a Comprehensive or Collision loss. All other policy terms and conditions apply 89023 (7-06) Page 1 of 1 59495 (8-11) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CANCELLATION OR NONRENEWAL DESIGNATED PERSON(S) OR ORGANIZATIONS) OTHER THAN THE NAMED INSURED It is agreed: This policy is subject to the following condition. If this policy is canceled or nonrenewed, the designated person(s) or organizations) show in the CHEF) ILE below shall be notified at least: 1. 10 days prior to the effective date of cancellation if we cancel for r'orpayrnent of premium, or 2. The number of days shown in the SCHEDULE prior to the effective c ate if we cancel for any oth r reason. If the law of the state in which notice is mailed to requires a longer notice period, we will cb,.. oly wI' those requirements. SCH DUL(:: Number of Days Notice Name Of Designated Person(s) Or Organizatior4) t \---, ' j /Mailing Address (If no entry appears above, information req /sired to comp leie this endorsement will be shown in the Declarations as applicable to this endorsement.) All other policy terms and 4zonditions apply. r 59495 (8-11) Page 1 of 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - ENGINEERS, ARCHITECTS OR SURVEYORS Attached To and Forming Part of Policy Effective Date of Endorsement 12:O1AM at the Named Insured address shown on the Declarations Named Insured Additional Premium. Return Premium. This endorsement modifies insurance provided under the following: OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART A. WHO IS AN INSURED (Section 11) is amended to include,as.an insured any architect, engineer or surveyor engaged by you but only with respect to liability arising out of your premises or ongoing operations performed by you or on your behalf. B. The following exclusion is added to Paragraph,2., Exclusions in COVERAGES (Section 1): The insurance with respect to such'arcfiitects, engineers or surveyors described in paragraph A. above does not apply to "bodily injury" or "property;damage" arising out of the rendering of or the failure to render any professional services by or,for youncluding: 1. The preparing, approving, or..failing to prepare or approve maps, drawings, opinions, reports, surveys, change orders, designs or specifications; and 2. Supervisory, inspection or engineering services. CG 20 31 10 93 ALL OTHER TERMS AND CONDITIONS OF THE POLICY REMAIN UNCHANGED. Copyright, Insurance Services Office, Inc., 1992 Page 1 of 1 8/4/2017 Auto -Owners Insurance Company - Company Profile - Best's Credit Rating Center A.M. Best Rating Services Auto -Owners Insurance Company (2) A.M. Best it 000188 NAIC 9* 18988 FEIN 9: 380315280 Mailing Address P.O. Box 30660 Lansing, MI 48909 United States Web: www.auto-owners.com Phone. 517-323-1200 Fax: 517-391-1901 View Additional Address Information 1vnaneisd &4am Rst7rig, i.8EST •i A+++Superior Assigned to insurance companies that have, in our opinion, a superior ability to meet their ongoing insurance obligations. View additional news, reports and products for this company. Based on A.M. Best's analysis, 000188 - Auto -Owners Insurance Company is the AMB Ultimate Parent and identifies the topmost entity of the corporate structure. View a list of operating insurance entities in this structure. Best's Credit Ratings Financial Strength Rating View Definition Rating: Financial Size Category' Outlook: Action: Effective Date: Initial Rating Date: Long -Term Issuer Credit Rating View Definition Long -Term: Outlook: Action: Effective Date: Initial Rating Date: u Denotes Under Review Bests Rating Best's Credit Rating Analyst Rating Issued by A.M. Best Rating Services, Inc. Senior Director Gregory T Williams Managing Director John Andre Disclosure Information View A.M. Best's Rating Disclosure Form A,M. Best Affirms Ratings of the Members of the Auto -Owners Insurance Grout) June 08, 2016 A++ (Superior) XV ($2 Billion or greater) Stable Affirmed June 08, 2016 June 30, 1922 aa+ Stable Affirmed June 08, 2016 May 30, 2007 Rating History A.M. Best has provided ratings & analysis on this company since 1922. Financial Strength Rating Effective Date 6/8/2016 1/16/2015 1/17/2014 7/11/2013 6/19/2012 Long -Term Issuer Credit Rating Effective Date 6/8/2016 1/16/2015 1/17/2014 7/11/2013 6/19/2012 Rating A++ A++ A++ A++ A++ Rating aa+ aa+ aa+ aa+ aa+ http.//www3.ambest.com/ratings/entities/CompanyProfile.aspx?ambnum=188&U RATINGID=2305033&MCToken=14845247242219251145224130462. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 8/4/2017 Auto -Owners Insurance Company - Company Profile - Best's Credit Rating Center Related Financial and Analytical Data The following links provide access to related data records that A.M. Best utilizes to provide financial and analytical data on a consolidated or branch basis. AMB # Company Name Company Description 0'42 Auto -Owners Insurance Group (C) Represents the "as fled" Company Consolidated financials for the Property/ Casualty business of this legal entity. 004354 Auto -Owners Insurance Group (G) Represents the A.M. Best Consolidated financials for the Property/ Casualty business of this legal entity. Rating Unit AMB Credit Reports AMB Credit Report - includes Best's Financial Strength Rating and rationale along with comprehensive analytical commentary, detailed business overview and key financial data. Report Revision Date: 4/24/2017 (represents the latest significant change). Historical Reports are available in AMB Credit Report Archive. al news, reports and products for this compan Press Releases Date Title Dec 09, 2016 Jun 08, 2016 Jun 08, 2016 Jan 13, 2016 Aug 26, 2015 Jan 16, 2015 Jan 17, 2014 Jul 11, 2013 Jun 19, 2012 Jun 08, 2011 A.M. Best Places Credit Ratings of Concord Group Insurance Pool Members Under Review With Positive Implications A.M. Best Removes from Under Review and Upgrades Ratings of Atlantic Casualty Insurance Company A.M. Best Affirms Ratings of the Members of the Auto -Owners Insurance Group A.M. Best Withdraws Ratings of Auto -Owners Specialty Insurance Company A.M. Best Places Ratings of Atlantic Casualty Insurance Co. & Little River Insurance Co. Under Review With Positive Implications A.M. Best Affirms Ratings of Auto -Owners Insurance Company and Its Subsidiaries A.M. Best Affirms Ratings of Auto -Owners Insurance Company and Its Subsidiaries A.M, Best Aftirms Ratings of Auto -Owners Insurance Company and Its Subsidiaries A.M. Best Affirms Ratings of Auto -Owners Insurance Company and Its Subsidiaries A.M. Best Affirms Ratings of Auto -Owners Insurance Group. Its Members and Auto -Owners Life Insurance Company 1 2 Page size: 10 18 items in 2 pages European Union Disclosures A.M. Best - Europe Rating Services Limited (AMBERS), a subsidiary of A.M. Best Rating Services, Inc., is an Extemal Credit Assessment Institution (ECAI) in the European Union (EU). Therefore, Credit Ratings issued and endorsed by AMBERS may be used for regulatory purposes in the EU as per Directive 2006/48/EC. Australian Disclosures A.M. Best Asia-Pacific Limited (AMBAP), Australian Registered Body Number (ARBN No.150375287), is a limited liability company incorporated and domiciled in Hong Kong. AMBAP is a wholesale Australian Financial Services (AFS) Licence holder (AFS No. 411055) under the Corporations Act 2001. Credit Ratings emanating from AMBAP are not intended for and must not be distributed to any person in Australia other than a wholesale client as defined in Chapter 7 of the Corporations Act. AMBAP does not authorize its Credit Ratings to be disseminated by a third -party in a manner that could reasonably be regarded as being intended to influence a retail client in making a decision in relation to a particular product or class of financial product. AMBAP Credit Ratings are intended for wholesale clients only, as defined. Credit Ratings determined and disseminated by AMBAP are the opinion of AMBAP only and not any specific credit analyst. AMBAP Credit Ratings are statements of opinion and not statements of fact. They are not recommendations to buy, hold or sell any securities or any other form of financial product, including insurance policies and are not a recommendation to be used to make investment /purchasing decisions. Important Notice: AM. Best's Credit Ratings are independent and objective opinions, not statements of fact. A.M. Best is not an Investment Advisor, does not offer investment advice of any kind, nor does the company or its Ratings Analysts offer any form of structuring or financial advice. A.M. Best's credit opinions are not recommendations to buy, sell or hold securities, or to make any other investment decisions. For additional information regarding the use and limitations of Credit Rating opinions, as well as the rating process, information requirements and other rating related terms and definitions, please view Understanding Best's Credit Ratings. About A.M. Best 1 Site Map 1 Customer Service 1 Member Center I Contact Info 1 Careers 1 Terms of Use 1 Privacy Policy 1 Security 1 Legal & Licensing Regulatory Affairs - Form NRSRO - Code of Conduct - Rating Methodology - Histoncal Performance Data Copyright © 2017 A.M. Best Company, Inc. and/or its affiliates ALL RIGHTS RESERVED. http.//www3. ambest.com/ratings/entities/CompanyP rofile.aspx?a m bn um=188&U RATI NGI D=2305033&M CToken=14845247242219251145224130462. 2/2 8/10/2017 Kinsale Insurance Company - Company Profile - Bests Credit Rating Center A.M. Best Rating Services Kinsale Insurance Company �) A.M. Best tt• 014027 NAIC ti• 38920 FEIN 8: 431537164 Mailing Address P O. Box 17008 Richmond, VA 23226 United States Web: www.kinsaleins.com Phone: 804-289-1300 Fax: 804-673-5697 View Additional Address Information .Ffnenekalt3trsti�� RrOaf8 A-4ixceilezlt Assigned to insurance companies that have, in our opinion, an excellent ability to meet their ongoing insurance obligations. View additional news, reports and products for this company. Based on A.M. Best's analysis, 052557 - Kinsale Capital Group, Inc. is the AMB Ultimate Parent and identifies the topmost entity of the corporate structure. View a list of operating insurance entities in this structure. Best's Credit Ratings Financial Strength Rating View Definition Rating: A- (Excellent) Financial Size Category' VIII ($100 Million to $250 Million) Outlook: Stable Action: Affirmed Effective Date: May 26, 2017 Initial Rating Date: March 09, 2010 Long -Term Issuer Credit Rating View Definition Long -Term: a - Outlook. Stable Action: Affirmed Effective Date: May 26, 2017 Initial Rating Date: March 09, 2010 u Denotes Under Review Best's Rating Best's Credit Rating Analyst Rating Issued by A.M. Best Rating Services, Inc. Senior Financial Analyst: Robert Raber Senior Director Gregory T Williams Disclosure Information [—AView A.M. Best's Rating Disclosure Form A.M. Best Assigns Issuer Credit Rating to Kinsale Capital Group, Inc.. Affirms Credit Ratings of Kinsale Insurance Company May 26, 2017 Rating History A.M. Best has provided ratings & analysis on this company since 2010. Financial Strength Rating Effective Date Rating 5/26/2017 A- 6/2/2016 A- 4/9/2015 A- 3/11/2014 A- 4/18/2013 A - Long -Term Issuer Credit Rating Effective Date 5/26/2017 6/2/2016 4/9/2015 3/11/2014 4/18/2013 Rating a- a- a- a- a - AMB Credit Reports http.//www3.ambest.com/ratings/entities/CompanyProfile.aspx?ambnum=14027&URATINGI D=2305033&MCToken=245172217216144229125176204 1/1 8/10/2017 Kinsale Insurance Company - Company Profile - Bests Credit Rating Center oft AMB Credit Report - includes Best's Financial Strength Rating and rationale along with comprehensive analytical commentary, detailed business overview and key financial data. `;.y Report Revision Date: 5/31/2017 (represents the latest significant change). Historical Reports are available in AMB Credit Report Archive. View additional news, reports and products for this company. Press Releases Date Title May 26, 2017 Mar 09, 2010 A.M. Best Assigns Issuer Credit Rating to Kinsale Capital Group, Inc., Affirms Credit Ratings of Kinsale Insurance Company A.M. Best Assigns Ratings to Kinsale Insurance Company European Union Disclosures A.M. Best - Europe Rating Services Limited (AMBERS), a subsidiary of A.M. Best Rating Services, Inc., is an External Credit Assessment Institution (ECAI) in the European Union (EU). Therefore, Credit Ratings issued and endorsed by AMBERS may be used for regulatory purposes in the EU as per Directive 2006/48/EC. Australian Disclosures A.M. Best Asia-Pacific Limited (AMBAP), Australian Registered Body Number (ARBN No.150375287), is a limited liability company incorporated and domiciled in Hong Kong. AMBAP is a wholesale Australian Financial Services (AFS) Licence holder (AFS No. 411055) under the Corporations Act 2001. Credit Ratings emanating from AMBAP are not intended for and must not be distributed to any person in Australia other than a wholesale client as defined in Chapter 7 of the Corporations Act. AMBAP does not authorize its Credit Ratings to be disseminated by a third -party in a manner that could reasonably be regarded as being intended to influence a retail client in making a decision in relation to a particular product or class of financial product. AMBAP Credit Ratings are intended for wholesale clients only, as defined. Credit Ratings determined and disseminated by AMBAP are the opinion of AMBAP only and not any specific credit analyst. AMBAP Credit Ratings are statements of opinion and not statements of fact. They are not recommendations to buy, hold or sell any secunties or any other form of financial product, including insurance policies and are not a recommendation to be used to make investment /purchasing decisions. Important Notice: A.M. Best's Credit Ratings are independent and objective opinions, not statements of fact. A.M. Best is not an Investment Advisor, does not offer investment advice of any kind, nor does the company or its Ratings Analysts offer any form of structuring or financial advice. A.M. Best's credit opinions are not recommendations to buy, sell or hold securities, or to make any other investment decisions. For additional information regarding the use and limitations of Credit Rating opinions, as well as the rating process, information requirements and other rating related terms and definitions, please view Understanding Best's Credit Ratingg, About A.M. Best I Site Map I Customer Service I Member Center I Contact Info i Careers l Terms of Use I Privacy Policy I Security 1 Legal & Licensing Regulatory Affairs - Form NRSRO - Code of Conduct - Rating Methodology - Historical Performance Data Copyright O 2017 A.M. Best Company, Inc. and/or its affiliates ALL RIGHTS RESERVED. http.//www3.ambest.com/ratings/entities/CompanyProfile.aspx?ambnum=14027&URATINGID=2305033&MCToken=245172217216144229125176204 2/2 SECTION 5 - LABOR STANDARDS AND WAGE RATE CONDITIONS G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.docx 5-1 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 and the schedule of prevailing wage rates for the locality or localities where this Contract will be performed as determined by the Industrial Statistician of the Washington State Department of Labor and Industries, are by reference made a part of this Contract. A schedule of prevailing wage rates is included in these Specifications. Inasmuch as the CONTRACTOR will be held responsible for paying the higher rates of either Federal Wage Rates or State Wage Rates, this schedule of wages, it is imperative that all contractors and subcontractors familiarize themselves with the current wage rates before submitting bids based on these Specifications. Before any payment is made by the local government body of any sums due under this Contract, the local government body must receive from the CONTRACTOR and each subcontractor a copy of the "Statement of Intent to Pay Prevailing Wages" approved by the Washington State Department of Labor and Industries Following the acceptance of the project, the Contracting Agency must receive from the CONTRACTOR and each subcontractor a copy of "Affidavit of Wages Paid" and, in addition, from the prime contractor a copy of "Release for the Protection of Property Owners and General Contractor," all approved by the Washington State Department of Labor and Industries Forms may be obtained from the Department of Labor and Industries. The CONTRACTOR and each subcontractor shall pay all fees associated with and make all applications directly to the Department of Labor and Industries These affidavits will be required before any funds retained, according to the provisions of RCW 60.28 010, are released to the CONTRACTOR. Payment by the CONTRACTOR and subcontractor of any fees shall be considered incidental to the construction and all costs shall be included in other pay items of the project. The Contractor and all Subcontractors shall also be required to submit certified weekly payroll forms with an accompanying "Statement of Compliance" so that payment of prevailing wage rates and fringe benefits may be verified Certified payrolls must be completed using the U S. Department of Labor Payroll Form WH347 found at www dol gov. Certified payrolls are required to be submitted by the Contractor to the Engineer, for the Contractor, all Subcontractors, and lower tier subcontractors If these certified payrolls are not supplied within ten calendar days of the end of the preceding weekly payroll period, any or all payments may be withheld until compliance is achieved. Failure to provide these payrolls could also result in other sanctions as provided by State laws (RCW 39.12.050) and/or Federal regulations (29 CFR 5 12) All certified payrolls shall be complete and explicit. Employee labor descriptions used on certified payrolls shall coincide exactly with the labor descriptions listed on the minimum wage schedule in the Contract unless the Engineer approves an alternate method to identify the labor used by the Contractor to compare with the labor listed in the Contract Provisions. When an apprentice is shown on the certified payroll at a rate less than the minimum prevailing journey wage rate, the apprenticeship registration number for that employee from the State Apprenticeship and Training Council shall be shown along with the correct Employee classification code. G:\PROJECTS12016\16164E\Spec\16164 SPECIFICATIONS.docx 5-2 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 State of Washington Department of Labor & Industries Prevailing Wage Section - Telephone 360-902-5335 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, worker's wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements are provided on the Benefit Code Key. Journey Level Prevailing Wage Rates for the Effective Date: 7/6/17 County Trade Job Classification Wage Holiday Overtime Note Yakima Asbestos Abatement Workers Journey Levet $17.83 1 Yakima Boilermakers Journey Level $64.54 5N 1C Yakima Brick Mason Journey Level $46.34 5A 1M Yakima Building Service Employees Janitor $11.00 1 Yakima Building Service Employees Shampooer $11.14 1 Yakima Building Service Employees Waxer $11.00 1 Yakima Building Service Employees Window Cleaner $11.00 1 Yakima Cabinet Makers (In Shop) Journey Level $16.35 1 Yakima Carpenters Journey Level $29.72 1 Yakima Cement Masons Journey Level $40.80 7B 1N Yakima Divers Et Tenders Diver $108.77 5D 4C 8A Yakima Divers Et Tenders Diver On Standby $66.05 5D 4C Yakima Divers Et Tenders Diver Tender $59.88 5D 4C Yakima Divers Et Tenders Surface Rcv Et Rov Operator $59.88 5D 4C Yakima Divers Et Tenders Surface Rcv Et Rov Operator Tender $55.76 5A 4C Yakima Dredge Workers Assistant Engineer $56.44 5D 3F Yakima Dredge Workers Assistant Mate (Deckhand) $56.00 5D 3F Yakima Dredge Workers Boatmen $56.44 5D 3F Yakima Dredge Workers Engineer Welder $57.51 5D 3F Yakima Dredge Workers Leverman, Hydraulic $58.67 5D 3F Yakima Dredge Workers Mates $56.44 5D 3F Yakima Dredge Workers Oiler $56.00 5D 3F Yakima Drywall Applicator Journey Level $41.68 5D 4C Yakima Drywall Tapers Journey Levet $37.46 7E 1P Yakima Electrical Fixture Maintenance Journey Level $43.32 1 Workers Yakima Electricians - Inside Cable Splicer $59.51 5A 1E Yakima Electricians - Inside Journey Level $59.30 5A 1 E Yakima Electricians - Inside Welder $61.50 5A 1E Yakima Electricians - Motor Shop Craftsman $15.37 1 Yakima Electricians - Motor Shop Journey Level $14.69 1 Yakima Electricians - Powerline Cable Splicer $73.93 5A 4D Construction Yakima Certified Line Welder $67.60 5A 4D 1 1 1 1 1 f 1 1 1 1 1 1 1 1 Electricians - Powerline I Construction Yakima Electricians - Powerline Groundperson $45.49 5A 4D Construction Yakima Electricians - Powerline Heavy Line Equipment Operator $67.60 5A 4D Construction Yakima Electricians - Powerline Journey Level Lineperson $67.60 5A 4D Construction Yakima Electricians - Powerline Line Equipment Operator $57.02 5A 4D Construction 'Yakima Electricians - Powerline Pole Sprayer $67.60 5A 4D Construction Yakima Electricians - Powerline Powderperson $50.76 5A 4D Construction Yakima Electronic Technicians Journey Level $23.40 1 Yakima Elevator Constructors Mechanic $85.45 7D 4A Yakima Elevator Constructors Mechanic In Charge $92.35 7D 4A Yakima Fabricated Precast Concrete Craftsman - In -Factory Work Only $11.00 1 Products Yakima Fabricated Precast Concrete Journey Level - In -Factory Work Only $11.00 1 Products Yakima Fence Erectors Fence Erector $13.79 1 Yakima Flaggers Journey Level $24.62 1 Yakima Glaziers Journey Level $22.43 61 1B Yakima Heat Et Frost Insulators And Journey Level $25.32 1 Asbestos Workers Yakima Heating Equipment Mechanics Journey Level $34.85 1 Yakima Hod Carriers Et Mason Tenders Journey Level $37.54 7A 31 Yakima Industrial Power Vacuum Journey Level $11.00 1 Cleaner Yakima Inland Boatmen Journey Level $11.00 1 Yakima Inspection/Cleaning/Sealing Of Cleaner Operator, Foamer Operator $11.00 1 Sewer Et Water Systems By Remote Control Yakima Inspection/Cleaning/Sealing Of Grout Truck Operator $11.48 1 Sewer Et Water Systems By Remote Control Yakima Inspection/Cleaning/Sealing Of Head Operator $12.78 1 Sewer Et Water Systems By Remote Control Yakima Inspection/Cleaning/Sealing Of Technician $11.00 1 Sewer Et Water Systems By Remote Control Yakima Inspection/Cleaning/Sealing Of Tv Truck Operator $11.00 1 Sewer Et Water Systems By Remote Control ;Yakima Insulation Applicators Journey Level $41.68 5D 4C ,Yakima Ironworkers Journeyman $57.66 7N 10 ;Yakima Laborers Air, Gas Or Electric Vibrating Screed $36.47 7A 31 Yakima Laborers Airtrac Drill Operator $37.54 7A 31 Yakima Laborers Ballast Regular Machine $36.47 7A 31 Yakima Laborers Batch Weighman $34.25 7A 31 Yakima Laborers Brick Pavers $36.47 7A 31 Yakima Laborers Brush Cutter $36.47 7A 31 1 1 1 1 1 f 1 1 1 1 1 1 1 1 1 1 r 1 1 1 t 1 1 1 1 1 1 1 'Yakima Laborers Brush Hog Feeder $36.47 7A 31 Yakima Laborers Burner $36.47 7A 31 Yakima Laborers Caisson Worker $37.54 7A 31 Yakima Laborers Carpenter Tender $36.47 7A 31 Yakima Laborers Cement Dumper -paving $37.09 7A 31 I Yakima Laborers Cement Finisher Tender $36.47 7A 31 I Yakima Laborers Change House Or Dry Shack $36.47 7A 31 I Yakima Laborers Chipping Gun (under 30 Lbs.) $36.47 7A 31 Yakima Laborers Chipping Gun(30 Lbs. And Over) $37.09 7A 31 Yakima Laborers Choker Setter $36.47 7A 31 I Yakima Laborers Chuck Tender $36.47 7A 31 I Yakima Laborers Clary Power Spreader $37.09 7A 31 Yakima Laborers Clean-up Laborer $36.47 7A 31 Yakima Laborers Concrete Dumper/chute Operator $37.09 7A 31 Yakima Laborers Concrete Form Stripper $36.47 7A 31 Yakima Laborers Concrete Placement Crew $37.09 7A 31 Yakima Laborers Concrete Saw Operator/core Driller $37.09 7A 31 Yakima Laborers Crusher Feeder $34.25 7A 31 Yakima Laborers Curing Laborer $36.47 7A 31 Yakima Laborers Demolition: Wrecking Et Moving (incl. Charred Material) $36.47 7A 31 Yakima Laborers Ditch Digger $36.47 7A 31 Yakima Laborers Diver $37.54 7A 31 Yakima Laborers Drill Operator (hydraulic,diamond) $37.09 7A 31 Yakima Laborers Dry Stack Walls $36.47 7A 31 Yakima Laborers Dump Person $36.47 7A 31 Yakima Laborers Epoxy Technician $36.47 7A 31 Yakima Laborers Erosion Control Worker $36.47 7A 31 Yakima Laborers Faller Et Bucker Chain Saw $37.09 7A 31 Yakima Laborers Fine Graders $36.47 7A 31 Yakima Laborers Firewatch $34.25 7A 31 Yakima Laborers Form Setter $36.47 7A 31 Yakima Laborers Gabian Basket Builders $36.47 7A 31 Yakima Laborers General Laborer $36.47 7A 31 1 1 Yakima Laborers Grade Checker Et Transit Person $37.54 7A 31 Yakima Laborers Grinders $36.47 7A 31 Yakima Laborers Grout Machine Tender $36.47 7A31 1 1 Yakima Laborers Groutmen (pressure)including Post Tension Beams $37.09 - 7A - 31 Yakima Laborers Guage and Lock Tender $37.64 7A 31 8S Yakima Laborers Guardrail Erector $36.47 7A 31 Yakima Laborers Hazardous Waste Worker (level $37.54 7A 31 Yakima Laborers Hazardous Waste Worker (level B) $37.09 7A 31 Yakima Laborers Hazardous Waste Worker (level C) $36.47 7A 31 Yakima Laborers High Scaler $37.54 7A 31 Yakima Laborers Jackhammer $37.09 7A 31 Yakima Laborers Laserbeam Operator $37.09 7A 31 Yakima Laborers Maintenance Person $36.47 7A 31 ,Yakima Laborers Manhole Builder-mudman $37.09 7A 31 ;Yakima Laborers Material Yard Person $36.47 7A 31 :Yakima Laborers Motorman -dinky Locomotive $37.09 7A 31 ,Yakima Laborers Nozzleman (concrete Pump, Green Cutter When Using Combination Of High Pressure Air Et Water On Concrete & Rock, Sandblast, Gunite, Shotcrete, Water Bla $37.09 7A 31 Yakima Laborers Pavement Breaker $37.09 7)6k 31 ±Yakima Laborers Pilot Car $34.25 7A 31 `Yakima Laborers Pipe Layer(lead) $37.54 7A 31 Yakima Laborers Pipe Layer/tailor $37.09 7A 31 Yakima Laborers Pipe Pot Tender $37.09 7A 31 Yakima Laborers Pipe Reliner $37.09 7A 31 Yakima Laborers Pipe Wrapper $37.09 7A 31 Yakima Laborers Pot Tender $36.47 7A 31 Yakima Laborers Powderman $37.54 7A 31 Yakima Laborers Powderman's Helper $36.47 7A 31 Yakima Laborers Power Jacks $37.09 7A 31 Yakima Laborers Railroad Spike Puller - Power $37.09 7A 31 Yakima Laborers Raker - Asphalt $37.54 7A 31 Yakima Laborers Re-timberman $37.54 7A 31 Yakima Laborers Remote Equipment Operator $37.09 7A 31 Yakima Laborers Rigger/signal Person $37.09 7A 31 Yakima Laborers Rip Rap Person $36.47 7A 31 Yakima Laborers Rivet Buster $37.09 7A 31 Yakima Laborers Rodder $37.09 7A 31 Yakima Laborers Scaffold Erector $36.47 7A 31 Yakima Laborers Scale Person $36.47 7A 31 •Yakima Laborers Sloper (over 20") $37.09 7A 31 Yakima Laborers Sloper Sprayer $36.47 7A 31 Yakima Laborers Spreader (concrete) $37.09 7A 31 Yakima Laborers Stake Hopper $36.47 7A 31 Yakima Laborers Stock Piler $36.47 7A 31 Yakima Laborers Tamper & Similar Electric, Air & Gas Operated Tools $37.09 7A 31 Yakima Laborers Tamper (multiple & Self- propelled) $37.09 7A 31 Yakima Laborers Timber Person - Sewer (tagger, Shorer & Cribber) $37.09 7A 31 !Yakima Laborers Toolroom Person (at Jobsite) $36.47 7A 31 Yakima Laborers Topper $36.47 7A 31 ;Yakima Laborers Track Laborer $36.47 7A 31 ;Yakima Laborers Track Liner (power) $37.09 7A 31 Yakima Laborers Traffic Control Laborer $36.31 7A 31 8R Yakima Laborers Traffic Control Supervisor $36.31 7A 31 8R Yakima Laborers Truck Spotter $36.47 7A 31 Yakima Laborers Tugger Operator $37.09 7A 31 e 1 1 1 1 1 e 1 1 1 1 1 1 1 1 1 1 1 e 1 1 1 t 1 1 Yakima Laborers (Tunnel Work -Miner $37.64 7A 31 8� ;Yakima Laborers Vibrator $37.09 7A 31 ;Yakima Laborers Vinyl Seamer $36.47 7A 31 Yakima Laborers Watchman $31.25 7A 31 ;Yakima Laborers Welder $37.09 7A 31 !Yakima Laborers Well Point Laborer $37.09 7A 31 ;Yakima Laborers Window Washer/cleaner $31.25 7A31 Yakima Laborers - Underground Sewer General Laborer Et Topman $36.47 7A 31 Et Water Yakima a Laborers - Underground Sewer Pipe Layer $37.09 7A 31 Et Water !Yakima { Landscape Construction Irrigation Or Lawn Sprinkler Installers $11.00 1 ;Yakima Landscape Construction Landscape Equipment Operators Or Truck Drivers $15.45 1 !Yakima Landscape Construction Landscaping Or Planting Laborers $11.00 1 !Yakima Lathers Journey Level $41.68 5D 4C !Yakima Marble Setters Journey Level $46.34 5A 1M Yakima Metal Fabrication (In Shop) Fitter $12.00 1 !!Yakima Metal Fabrication (In Shop) Laborer $11.00 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 Journey Level $32.15 6Z 1W :Yakima Pile Driver Journey Level $54.77 5D 4C ;Yakima Plasterers Journey Level $53.20 ZQ 1R !Yakima 1 Playground Et Park Equipment Journey Level $11.00 1 Installers !Yakima Plumbers Et Pipefitters Journey Level $78.33 6Z 1g !Yakima Power Equipment Operators Asphalt Plant Operators $58.69 7A 3C 8P ;Yakima Power Equipment Operators Assistant Engineer $55.21 7A 3C 8P Yakima Power Equipment Operators Barrier Machine (zipper) $58.17 7A 3C 8P !Yakima Power Equipment Operators Batch Plant Operator, Concrete $58.17 7A 3C 8P !Yakima Power Equipment Operators Bobcat $55.21 7A 3C 8P ;Yakima Power Equipment Operators Brokk - Remote Demolition Equipment $55.21 7A 3C 8P Yakima Power Equipment Operators Brooms $55.21 7A 3C 8P ;Yakima Power Equipment Operators Bump Cutter $58.17 7A 3C 8P ;Yakima Power Equipment Operators Cableways $58.69 7A 3C 8P !Yakima Power Equipment Operators Chipper $58.17 7A 3C 8P Yakima Power Equipment Operators Compressor $55.21 7A 3C 8P Yakima Power Equipment Operators Concrete Pump: Truck Mount With Boom Attachment Over 42 M $58.69 7A 3C 8P !Yakima Power Equipment Operators Concrete Finish Machine -laser Screed $55.21 7A 3C 8P `Yakima Power Equipment Operators Concrete Pump - Mounted Or Trailer High Pressure Line Pump, Pump High Pressure. $57.72 7A 3C 8P { Yakima Power Equipment Operators $58.17 7A 3C 8P 3 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Concrete Pump: Truck Mount With Boom Attachment Up To 42m Yakima Power Equipment Operators Conveyors $57.72 7A 3C 8P Yakima Power Equipment Operators Cranes Friction: 200 tons and over $60.47 7A 3C 8P ,Yakima Power Equipment Operators Cranes: 20 Tons Through 44 Tons With Attachments $58.17 7A 3C 8P ' Yakima Power Equipment Operators Cranes: 100 Tons Through 199 Tons, Or 150' Of Boom (Including Jib With Attachments) $59.28 7A 3C 8P Yakima Power Equipment Operators Cranes: 200 tons- 299 tons, or 250' of boom including jib with attachments $59.88 7A 3C 8P Yakima Power Equipment Operators Cranes: 300 tons and over or 300' of boom including jib with attachments $60.47 7A 3C 8P " Yakima Power Equipment Operators Cranes: 45 Tons Through 99 Tons, Under 150' Of Boom (including Jib With Attachments) $58.69 7A 3C 8P "Yakima Power Equipment Operators Cranes: A-frame - 10 Tons And Under $55.21 7A 3C 8P . Yakima Power Equipment Operators Cranes: Friction cranes through 199 tons $59.88 7A 3C 8P Yakima Power Equipment Operators Cranes: Through 19 Tons With Attachments A-frame Over 10 Tons $57.72 7A 3C 8P Yakima Power Equipment Operators Crusher $58.17 7A 3C 8P Yakima Power Equipment Operators Deck Engineer/deck Winches (power) $58.17 7A 3C 8P Yakima Power Equipment Operators Derricks, On Building Work $58.69 7A 3C 8P Yakima Power Equipment Operators Dozers D-9 Et Under $57.72 7A 3C 8P Yakima Power Equipment Operators Drill Oilers: Auger Type, Truck Or Crane Mount $57.72 7A 3C 8P Yakima Power Equipment Operators Drilling Machine $59.28 7A 3C 8P Yakima Power Equipment Operators Elevator And Man-lift: Permanent And Shaft Type $55.21 7A 3C 8P Yakima Power Equipment Operators Finishing Machine, Bidwell And Gamaco Et Similar Equipment $58.17 7A 3C 8P Yakima Power Equipment Operators Forklift: 3000 Lbs And Over With Attachments $57.72 7A 3C 8P 'Yakima Power Equipment Operators Forklifts: Under 3000 Lbs. With Attachments $55.21 7A 3C 8P .Yakima Power Equipment Operators Grade Engineer: Using Blue Prints, Cut Sheets, Etc $58.17 7A 3C 8P ;Yakima Power Equipment Operators Gradechecker/stakeman $55.21 7A 3C 8P : ;Yakima Power Equipment Operators Guardrail Punch $58.17 7A 3C 8P :Yakima Power Equipment Operators Hard Tail End Dump Articulating Off- Road Equipment 45 Yards. Et Over $58.69 7A 3C 8P Yakima Power Equipment Operators Hard Tail End Dump Articulating Off-road Equipment Under 45 Yards $58.17 7A 3C 8P , Yakima Power Equipment Operators Horizontal/directional Drill Locator $57.72 7A 3C 8P 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ;Yakima (Power Equipment Operators Horizontal/directional Drill $58.17 7A 3C Operator 8P Yakima Power Equipment Operators Hydralifts/boom Trucks Over 10 Tons $57.72 7A 3C 8P Yakima Power Equipment Operators Hydralifts/boom Trucks, 10 Tons And Under $55.21 7A 3C 8P Yakima Power Equipment Operators Loader, Overhead 8 Yards. a Over $59.28 7A 3C 8P Yakima Power Equipment Operators Loader, Overhead, 6 Yards. But Not Including 8 Yards $58.69 7A 3C 8P Yakima Power Equipment Operators Loaders, Overhead Under 6 Yards $58.17 7A 3C 8P Yakima Power Equipment Operators Loaders, Plant Feed $58.17 7A 3C 8P Yakima Power Equipment Operators Loaders: Elevating Type Belt $57.72 7A 3C 8P Yakima Power Equipment Operators Locomotives, All $58.17 7A 3C 8P Yakima Power Equipment Operators Material Transfer Device $58.17 7A 3C 8P Yakima Power Equipment Operators Mechanics, All (leadmen - $0.50 Per Hour Over Mechanic) $59.28 7A 3C 8P Yakima Power Equipment Operators Motor Patrol Graders $58.69 7A 3C 8P Yakima Power Equipment Operators Mucking Machine, Mole, Tunnel Drill, Boring, Road Header And/or Shield $58.69 7A 3C 8P Yakima Power Equipment Operators Oil Distributors, Blower Distribution Et Mulch Seeding Operator $55.21 7A 3C 8P Yakima Power Equipment Operators Outside Hoists (elevators And Mantifts), Air Tuggers,strato $57.72 7A 3C 8P Yakima Power Equipment Operators Overhead, Bridge Type Crane: 20 Tons Through 44 Tons $58.17 7A 3C 8P Yakima Power Equipment Operators Overhead, Bridge Type: 100 Tons And Over $59.28 7A 3C 8P Yakima Power Equipment Operators Overhead, Bridge Type: 45 Tons Through 99 Tons $58.69 7A 3C 8P Yakima Power Equipment Operators Pavement Breaker $55.21 7A 3C 8P Yakima Power Equipment Operators Pile Driver (other Than Crane Mount) $58.17 7,4 3C 8P Yakima Power Equipment Operators Plant Oiler - Asphalt, Crusher $57.72 7A 3C 8P Yakima Power Equipment Operators Posthole Digger, Mechanical $55.21 7A 3C 8P Yakima Power Equipment Operators Power Plant $55.21 7A 3C 8P Yakima Power Equipment Operators Pumps - Water $55.21 7A 3C 8P Yakima Power Equipment Operators Quad 9, Hd 41, D10 And Over $58.69 7A 3C 8P Yakima Power Equipment Operators Quick Tower - No Cab, Under 100 Feet In Height Based To Boom $55.21 7A 3C 8P Yakima Power Equipment Operators Remote Control Operator On Rubber Tired Earth Moving Equipment $58.69 7A 3C 8P Yakima Power Equipment Operators Rigger And Bellman $55.21 7A 3C 8P Yakima Power Equipment Operators Rigger/Signal Person, Bellman (Certified) $57.72 7A 3C 8P Yakima Power Equipment Operators Rotlagon $58.69 7A 3C 8P Yakima Power Equipment Operators Roller, Other Than Plant Mix $55.21 7A 3C 8P Yakima Power Equipment Operators Roller, Plant Mix Or Multi -lift Materials $57.72 7A 3C 8P Yakima Power Equipment Operators Roto -mill, Roto -grinder $58.17 7A 3C8P Yakima Power Equipment Operators Saws - Concrete $57.72 7A 3C 8P Yakima Power Equipment Operators Scraper, Self Propelled Under 45 Yards $58.17 7A 3C 8P Yakima Power Equipment Operators Scrapers - Concrete Et Carry All $57.72 7A 3C 8P -Yakima Power Equipment Operators Scrapers, Self-propelled: 45 Yards And Over $58.69 7A 3C 8P ,Yakima Power Equipment Operators Service Engineers Equipment $57.72 7A 3C 8P Yakima Power Equipment Operators Shotcrete/gunite Equipment $55.21 7A 3C 8P ; (Yakima Power Equipment Operators Shovel , Excavator, Backhoe, Tractors Under 15 Metric Tons. $57.72 7A 3C 8P !Yakima Power Equipment Operators Shovel, Excavator, Backhoe: Over 30 Metric Tons To 50 Metric Tons $58.69 7A 3C 8P :Yakima Power Equipment Operators Shovel, Excavator, Backhoes, Tractors: 15 To 30 Metric Tons $58.17 7A 3C 8P ' Yakima Power Equipment Operators Shovel, Excavator, Backhoes: Over 50 Metric Tons To 90 Metric Tons $59.28 7A 3C 8P Yakima Power Equipment Operators Shovel, Excavator, Backhoes: Over 90 Metric Tons $59.88 7A 3C 8P Yakima Power Equipment Operators Slipform Pavers $58.69 7A 3C 8P Yakima Power Equipment Operators Spreader, Topsider Et Screedman $58.69 7A 3C 8P Yakima Power Equipment Operators Subgrader Trimmer $58.17 7A 3C 8P 'Yakima Power Equipment Operators Tower Bucket Elevators $57.72 7A 3C 8P Yakima Power Equipment Operators Tower Crane Up To 175' In Height Base To Boom $59.28 7A 3C 8P Yakima Power Equipment Operators Tower Crane: over 175' through 250' in height, base to boom $59.88 7A 3C 8P Yakima Power Equipment Operators Tower Cranes: over 250' in height from base to boom $60.47 7A 3C 8P Yakima Power Equipment Operators Transporters, All Track Or Truck Type $58.69 7A 3C 8P Yakima Power Equipment Operators Trenching Machines $57.72 7A 3C 8P Yakima Power Equipment Operators Truck Crane Oiler/driver - 100 Tons And Over $58.17 7A 3C 8P Yakima Power Equipment Operators Truck Crane Oiler/driver Under 100 Tons $57.72 7A 3C 8P Yakima Power Equipment Operators Truck Mount Portable Conveyor $58.17 7A 3C 8P Yakima Power Equipment Operators Welder $58.69 7A 3C 8P Yakima Power Equipment Operators Wheel Tractors, Farmall Type $55.21 7A 3C 8P Yakima Power Equipment Operators Yo Yo Pay Dozer $58.17 7A 3C 8P ;Yakima Power Equipment Operators- Asphalt Plant Operators $58.69 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Assistant Engineer $55.21 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Barrier Machine (zipper) $58.17 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Batch Plant Operator, Concrete $58.17 7A 3C 8P ' Underground Sewer Et Water Yakima Power Equipment Operators- Bobcat $55.21 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Brokk - Remote Demolition Equipment $55.21 7A 3C 8P Underground Sewer Et Water Yakima Brooms $55.21 7A 3C 8P 1 1 1 1 1 1 e 1 1 1 1 t 1 1 1 1 t 1 1 1 1 1 1 1 1 1 1 1 1 1 Power Equipment Operators - Underground Sewer a Water 'Yakima Power Equipment Operators- Bump Cutter $58.17 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Cableways $58.69 7A 3C 8P Underground Sewer a Water Yakima Power Equipment Operators- Chipper $58.17 7A3C 8P Underground Sewer Et Water Yakima € Power Equipment Operators- Compressor $55.21 7A 3C 8P Underground Sewer Et Water Yakima i Power Equipment Operators- Concrete Pump: Truck Mount With Boom Attachment Over 42 M $58.69 7A 3C 8P Underground Sewer &t Water 'Yakima ( Power Equipment Operators- Concrete Finish Machine -laser Screed $55.21 7A 3C 8P Underground Sewer Et Water 'Yakima Power Equipment Operators- Concrete Pump - Mounted Or Trailer High Pressure Line Pump, Pump High Pressure. $57.72 7A 3C 8P Underground Sewer Et Water ?Yakima f Power Equipment Operators- Concrete Pump: Truck Mount With Boom Attachment Up To 42 m $58.17 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Conveyors $57.72 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Cranes Friction: 200 tons and over $60.47 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Cranes: 20 Tons Through 44 Tons With Attachments $58.17 7A 3C 8P Underground Sewer a Water Yakima Power Equipment Operators- Cranes: 100 Tons Through 199 Tons, Or 150' Of Boom (Including Jib With Attachments) $59.28 7A 3C 8P Underground Sewer & Water 'Yakima Power Equipment Operators- Cranes: 200 tons- 299 tons, or 250' of boom including jib with attachments $59.88 7A 3C 8P Underground Sewer Et Water 'Yakima Power Equipment Operators- Cranes: 300 tons and over or 300' of boom including jib with attachments $60.47 7A 3C 8P Underground Sewer Et Water 'Yakima Power Equipment Operators- Cranes: 45 Tons Through 99 Tons, Under 150' Of Boom (including Jib With Attachments) $58.69 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Cranes: A -frame - 10 Tons And Under $55.21 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Cranes: Friction cranes through 199 tons $59.88 7A 3C 8P Underground Sewer Et Water Yakima I Power Equipment Operators- Cranes: Through 19 Tons With Attachments A -frame Over 10 Tons $57.72 7A 3C 8P Underground Sewer &t Water Yakima Power Equipment Operators- Crusher $58.17 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Deck Engineer/deck Winches (power) $58.17 7A 3C 8P Underground Sewer Et Water (Yakima j Power Equipment Operators- Derricks, On Building Work $58.69 7A 3C 8P Underground Sewer Et Water 'Yakima i ' Power Equipment Operators- Dozers D-9 & Under $57.72 7A 3C 8P Underground Sewer a Water `Yakima Power Equipment Operators- Drill Oilers: Auger Type, Truck Or Crane Mount $57.72 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Drilling Machine $59.28 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Elevator And Man-lift: Permanent And Shaft Type $55.21 7A 3C 8P Underground Sewer & Water :Yakima Power Equipment Operators- Finishing Machine, Bidwell And Gamaco Et Similar Equipment $58.17 7A 3C 8P Underground Sewer & Water 'Yakima Power Equipment Operators- Forklift: 3000 Lbs And Over With Attachments $57.72 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Forklifts: Under 3000 Lbs. With Attachments $55.21 7A 3C 8P Underground Sewer & Water 'Yakima Power Equipment Operators- Grade Engineer: Using Blue Prints, Cut Sheets, Etc $58.17 7A 3C 8P , Underground Sewer & Water 'Yakima Power Equipment Operators- Gradechecker/stakeman $55.21 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Guardrail Punch $58.17 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Hard Tail End Dump Articulating Off- Road Equipment 45 Yards. & Over $58.69 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Hard Tail End Dump Articulating Off-road Equipment Under 45 Yards $58.17 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Horizontal/directional Drill Locator $57.72 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Horizontal/directional Drill Operator $58.17 7A 3C 8P ' Underground Sewer & Water Yakima Power Equipment Operators- Hydralifts/boom Trucks Over 10 Tons $57.72 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Hydralifts/boom Trucks, 10 Tons And Under $55.21 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Loader, Overhead 8 Yards. & Over $59.28 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Loader, Overhead, 6 Yards. But Not Including 8 Yards $58.69 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Loaders, Overhead Under 6 Yards $58.17 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Loaders, Plant Feed $58.17 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Loaders: Elevating Type Belt $57.72 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Locomotives, All $58.17 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Material Transfer Device $58.17 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Mechanics, All (leadmen - $0.50 Per Hour Over Mechanic) $59.28 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Motor Patrol Graders $58.69 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Mucking Machine, Mole, Tunnel Drill, Boring, Road Header And/or Shield $58.69 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Oil Distributors, Blower Distribution & Mulch Seeding Operator $55.21 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Outside Hoists (elevators And Manlifts), Air Tuggers,strato $57.72 7A 3C 8P Underground Sewer & Water Yakima $58.17 7A 3C 8P 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 t 1 1 1 1 1 1 1 1 1 t 1 1 1 Power Equipment Operators- Overhead, Bridge Type Crane: 20 Tons Through 44 Tons Underground Sewer & Water Yakima Power Equipment Operators- Overhead, Bridge Type: 100 Tons And Over $59.28 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Overhead, Bridge Type: 45 Tons Through 99 Tons $58.69 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Pavement Breaker $55.21 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Pile Driver (other Than Crane Mount) $58.17 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Plant Oiler - Asphalt, Crusher $57.72 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Posthole Digger, Mechanical $55.21 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Power Plant $55.21 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Pumps - Water $55.21 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Quad 9, Hd 41, D10 And Over $58.69 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Quick Tower - No Cab, Under 100 Feet In Height Based To Boom $55.21 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Remote Control Operator On Rubber Tired Earth Moving Equipment $58.69 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Rigger And Bellman $55.21 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Rigger/Signal Person, Bellman (Certified) $57.72 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Rollagon $58.69 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Roller, Other Than Plant Mix $55.21 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Roller, Plant Mix Or Multi -lift Materials $57.72 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Roto -mill, Roto -grinder $58.17 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Saws - Concrete $57.72 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Scraper, Self Propelled Under 45 Yards $58.17 7A 3C8P Underground Sewer & Water Yakima Power Equipment Operators- Scrapers - Concrete & Carry All $57.72 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Scrapers, Self-propelled: 45 Yards And Over $58.69 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Service Engineers - Equipment $57.72 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Shotcrete/gunite Equipment $55.21 7A 3C8P Underground Sewer Et Water Yakima Power Equipment Operators- Shovel , Excavator, Backhoe, Tractors Under 15 Metric Tons. $57.72 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Shovel, Excavator, Backhoe: Over 30 Metric Tons To 50 Metric Tons $58.69 7A 3C8P Underground Sewer & Water Yakima Power Equipment Operators- Shovel, Excavator, Backhoes, Tractors: 15 To 30 Metric Tons $58.17 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Shovel, Excavator, Backhoes: Over 50 Metric Tons To 90 Metric Tons $59.28 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Shovel, Excavator, Backhoes: Over 90 Metric Tons $59.88 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Slipform Pavers $58.69 7A 3C 8P Underground Sewer Et Water :Yakima Power Equipment Operators- Spreader, Topsider Et Screedman $58.69 7A 3C 8P Underground Sewer Et Water 'Yakima Power Equipment Operators- Subgrader Trimmer $58.17 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Tower Bucket Elevators $57.72 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Tower Crane Up To 175' In Height Base To Boom $59.28 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Tower Crane: over 175' through 250' in height, base to boom $59.88 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Tower Cranes: over 250' in height from base to boom $60.47 7A 3C 8P ' Underground Sewer Et Water Yakima Power Equipment Operators- Transporters, All Track Or Truck Type $58.69 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Trenching Machines $57.72 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Truck Crane Oiler/driver - 100 Tons And Over $58.17 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Truck Crane Oiler/driver Under 100 Tons $57.72 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Truck Mount Portable Conveyor $58.17 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Welder $58.69 7A 3C 8P Underground Sewer a Water Yakima Power Equipment Operators- Wheel Tractors, Farmall Type $55.21 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Yo Yo Pay Dozer $58.17 7A 3C 8P Underground Sewer Et Water Yakima Power Line Clearance Tree Journey Level In Charge $48.54 5A 4A Trimmers Yakima Power Line Clearance Tree Spray Person $46.03 5A 4A Trimmers Yakima Power Line Clearance Tree Tree Equipment Operator $48.54 5A 4A Trimmers Yakima Power Line Clearance Tree Tree Trimmer $43.32 5A 4A Trimmers ;Yakima Power Line Clearance Tree Tree Trimmer Groundperson $32.68 5A 4A Trimmers Yakima Refrigeration Et Air Conditioning Journey Level $28.11 1 Mechanics Yakima Residential Brick Mason Journey Levet $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 1B Yakima Journey Level $14.38 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 t 1 1 1 1 1 1 1 1 Residential Insulation Applicators 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 Et Journey Level $20.55 1 Pipefitters Yakima Residential Refrigeration Et Air Journey Level $28.11 1 Conditioning Mechanics Yakima Residential Sheet Metal Journey Levet (Field or Shop) $41.28 5A 1X Workers Yakima Residential Soft Floor Layers Journey Level $17.55 1 Yakima Residential Sprinkler Fitters Journey Level $11.00 1 (Fire Protection) Yakima Residential Stone Masons Journey Level $16.00 1 Yakima Residential Terrazzo Workers Journey Level $11.00 1 Yakima Residential Terrazzo/Tile Journey Levet $17.00 1 Finishers Yakima Residential Tile Setters Journey Level $16.78 1 Yakima Roofers Journey Level $12.00 1 Yakima Sheet Metal Workers Journey Level (Field or Shop) $56.06 5A 1X Yakima Sign Makers Et Installers Journey Level $14.65 1 (Electrical) Yakima Sign Makers Et Installers (Non- Journey Levet $14.65 1 Electrical) Yakima Soft Floor Layers Journey Level $23.11 5A 1N Yakima Solar Controls For Windows Journey Level $11.00 1 Yakima Sprinkler Fitters (Fire Journey Level $26.43 1 Protection) Yakima Stage Rigging Mechanics (Non Journey Level $13.23 1 Structural) Yakima Stone Masons Journey Level $46.34 5A 1M Yakima Street And Parking Lot Sweeper Journey Level .$11.00 1 Workers Yakima Surveyors Assistant Construction Site Surveyor $57.72 7A 3C 8P Yakima Surveyors Chainman $57.17 7A 3C 8P Yakima Surveyors Construction Site Surveyor $58.69 7A 3C 8P Yakima Telecommunication Technicians Journey Level $20.00 1 Yakima Telephone Line Construction - Cable Splicer $38.84 5A 2B Outside Yakima Telephone Line Construction - Hole Digger/Ground Person $21.45 5A 2B Outside Yakima Telephone Line Construction - Installer (Repairer) $37.21 5A 2B Outside Yakima Telephone Line Construction - Special Aparatus Installer 1 $38.84 5A 2B Outside Yakima Telephone Line Construction - Special Apparatus Installer II $38.03 5A 2B Outside Yakima Telephone Line Construction - Telephone Equipment Operator (Heavy) $38.84 5A 2B Outside Yakima Telephone Line Construction - Telephone Equipment Operator (Light) $36.09 5A 2B Outside Yakima Telephone Lineperson $36.09 5A 2B 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Telephone Line Construction - Outside Yakima Telephone Line Construction - Television Groundperson $20.33 5A 2B Outside Yakima Telephone Line Construction - Television Lineperson/Installer $27.21 5A 2B Outside .Yakima ` Telephone Line Construction - Television System Technician $32.55 5A 2B Outside ;Yakima Telephone Line Construction - Television Technician $29.18 5A 2B Outside ;Yakima Telephone Line Construction - Tree Trimmer $36.09 5A 2B Outside Yakima Terrazzo Workers Journey Level $39.42 5A 1M .Yakima Tile Setters Journey Level $39.42 5A 1M Yakima Tile, Marble a Terrazzo Journey Level $32.20 5A 1M Finishers Yakima Traffic Control Stripers Journey Level $44.85 7A 1K 'Yakima Truck Drivers Asphalt Mix $14.19 1 Yakima Truck Drivers Dump Truck Et Trailer(c.wa- 760) $40.58 61 2G Yakima Truck Drivers Dump Truck(c.wa-760) $40.58 61 2G Yakima Truck Drivers Other Trucks(c.wa-760) $40.58 61 2G Yakima Truck Drivers Transit Mixer $38.96 1 Yakima Well Drillers Et Irrigation Pump Irrigation Pump Installer $25.44 1 Installers Yakima Well Drillers Et Irrigation Pump Oiler $11.00 1 Installers Yakima Well Drillers Et Irrigation Pump Well Driller $18.00 1 Installers 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Benefit Code Key — Effective 3/3/2017 thru 8/30/2017 Overtime Codes Overtime calculations are based on the hourly rate actually paid to the worker. On public works projects, the hourly rate must be not less than the prevailing rate of wage minus the hourly rate of the cost of fringe benefits actually provided for the worker. 1. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. 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 Fnday 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. I. All hours worked on Sundays and holidays shall also 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. 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. 1 Benefit Code Key — Effective 3/3/2017 thru 8/30/2017 Overtime Codes Continued 1. 0. The first ten (10) hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays, holidays and after twelve (12) hours, Monday through Friday and after ten (10) hours on Saturday shall be paid at double the hourly rate of wage P. All hours worked on Saturdays (except makeup days if circumstances warrant) and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. Q. 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 Fnday 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. U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays (except Labor Day) shall be paid at two times the hourly rate of wage All hours worked on Labor Day shall be paid at three times the hourly rate of wage. V. All hours worked on Sundays and holidays (except Thanksgiving Day and Christmas day) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Thanksgiving Day and Christmas day shall be paid at double the hourly rate of wage. W. All hours worked on Saturdays and Sundays (except make-up days due to conditions beyond the control of the employer)) shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. X. The first four (4) hours after eight (8) regular hours Monday through Friday and the first twelve (12) hours on Saturday shall be paid at one and one-half times the hourly rate of wage All hours worked over twelve (12) hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of. wage When holiday falls on Saturday or Sunday, the day before Saturday, Fnday, 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 approval on a scheduled workday dunng the workweek shall be paid at the straight -time rate until they have worked 8 hours in a day (10 in a 4 x 10 workweek) or 40 hours during that workweek.) All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and Labor Day shall be paid at double the hourly rate of wage Z. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid the straight time rate of pay in addition to holiday pay. 2 Benefit Code Key — Effective 3/3/2017 thru 8/30/2017 Overtime Codes Continued 2. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. C All hours worked on Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at two times the hourly rate of wage. F. The first eight (8) hours worked on holidays shall be paid at the straight hourly rate of wage in addition to the holiday pay All hours worked in excess of eight (8) hours on holidays shall be paid at double the hourly rate of wage. G. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on paid holidays shall be paid at two and one-half times the hourly rate of wage including holiday pay. H. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. O. All hours worked on Sundays and holidays shall be paid at one and one-half times 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. 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. 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. 3. 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. 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. Any shift starting between the hours of 6.00 pm and midnight shall receive an additional one dollar ($1 00) per hour for all hours worked that shift. 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. C. 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 Fnday, or outside the normal shift, and all work on Saturdays shall be paid at one and one-half times the hourly rate of wage. All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays shall be paid at double the hourly rate of wage. 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. 3 Benefit Code Key — Effective 3/3/2017 thru 8/30/2017 Overtime Codes Continued 3. D. All hours worked between the hours of 6.00 pm and 6:00 am, Monday through Saturday, shall be paid at a premium rate of 15% over the hourly rate of wage All other hours worked after 6:00 am 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. E All hours worked Sundays and holidays shall be paid at double the hourly rate of wage. Each week, once 40 hours of straight time work is achieved, then any hours worked over 10 hours per day Monday through Saturday shall be paid at double the hourly wage rate. F All hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sunday shall be paid at two times the hourly rate of wage All hours worked on paid holidays shall be paid at two and one-half times the hourly rate of wage including holiday pay H. All work performed on Sundays between March 16th and October 14th and all Holidays shall be compensated for at two (2) times the regular rate of pay. Work performed on Sundays between October 15th and March 15th shall be compensated at one and one half (1-1/2) times the regular rate of pay All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. In the event the job is down due to weather conditions during a five day work week (Monday through Friday,) or a four day -ten hour work week (Tuesday through Friday,) then Saturday may be worked as a voluntary make-up day at the straight time rate However, Saturday shall not be utilized as a make-up day when a holiday falls on Friday 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. 4. 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 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 B. All hours worked over twelve (12) hours per day and all hours worked on holidays shall be paid at double the hourly rate of wage C. On Monday through Friday, the first four (4) hours of overtime after eight (8) hours of straight time work shall be paid at one and one half (1-1/2) times the straight time rate of pay, unless a four (4) day ten (10) hour workweek has been established. On a four (4) day ten (10) hour workweek scheduled Monday through Thursday, or Tuesday through Friday, the first two (2) hours of overtime after ten (10) hours of straight time work shall be paid at one and one half (1-1/2) times the straight time rate of pay On Saturday, the first twelve (12) hours of work shall be paid at one and one half (1-1/2) times the straight time rate of pay, except that if the fob is down on Monday through Friday due to weather conditions or other conditions outside the control of the employer, the first ten (10) hours on Saturday may be worked at the straight time rate of pay All hours worked over twelve (12) hours in a day and all hours worked on Sunday and Holidays shall be paid at two (2) times the straight time rate of pay 4 Benefit Code Key — Effective 3/3/2017 thru 8/30/2017 Overtime Codes Continued 4. D. 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 Saturday, Sundays and holidays shall be paid at double the hourly rate of pay. Rates include all members of the assigned crew. EXCEPTION: On all multipole structures and steel transmission lines, switching stations, regulating, capacitor stations, generating plants, industrial plants, associated installations and substations, except those substations whose pnmary function is to feed a distribution system, will be paid overtime under the following rates: The first two (2) hours after eight (8) regular hours Monday through Friday of overtime on a regular workday, shall be paid at one and one-half times the hourly rate of wage. All hours in excess of ten (10) hours will be at two (2) times the hourly rate of wage. The first eight (8) hours worked on Saturday will be paid at one and one-half (1-1/2) 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 will be at the double the hourly rate of wage. All overtime eligible hours performed on the above described work that is energized, shall be paid at the 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. 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 Monday or Friday not utilized in the normal four-day, ten hour work week, and Saturday shall be paid at one and one half (1'/z) times the regular shift rate for the first eight (8) hours. 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. All hours worked between the hours of 6:00 pm and 6:00 am, Monday through Saturday, shall be paid at a premium rate of 20% over 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 double the hourly rate of wage. G. All hours worked on Saturdays 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. H. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours worked, except Labor Day, and all hours on Sunday 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. Holiday Codes 5. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Fnday after Thanksgiving Day, and Christmas Day (7). B. Holidays: New Year's Day, Memonal Day, Independence Day, Labor Day, Thanksgiving Day, Fnday 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 5 Benefit Code Key — Effective 3/3/2017 thru 8/30/2017 Saturday after Thanksgiving Day, And Christmas Day (8). H. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Day after Thanksgiving Day, And Christmas (6). Holiday Codes Continued 5. I. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). J Holidays New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Eve Day, And Christmas Day (7). K. Holidays New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, The Day Before Chnstmas, 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). N. Holidays: New Year's Day, Presidents' Day, Memonal Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day, The Friday After Thanksgiving Day, And Christmas Day (9). P. Holidays New Year's Day, Memonal Day, Independence Day, Labor Day, Thanksgiving Day, Friday And Saturday After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9). If A Holiday Falls On Sunday, The Following Monday Shall Be Considered As A Holiday. Q. Paid Holidays. New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). 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, Arid 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). Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). 6. A. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). 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, the Fnday after Thanksgiving Day, Christmas Day, and a Half -Day On Christmas Eve Day (9 1/2) 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 6 Benefit Code Key — Effective 3/3/2017 thru 8/30/2017 Hohday (10). I. Paid Holidays: New Year's Day, Memonal Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, And Christmas Day (7). Holiday Codes Continued 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). 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. 7. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgivmg Day, And Christmas Day (8). Any Holiday Which Falls On A Sunday Shall Be Observed As A Holiday On The Following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day. B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. C Holidays: New Year's Day, Martin Luther King Jr Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. D. Paid Holidays. New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Unpaid Holidays: President's Day. Any paid holiday which falls on a Sunday shall be observed as a holiday on the following Monday Any paid holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. E. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Fnday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday F. 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). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. G. Holidays: New Year's Day, Memonal Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. H. Holidays New Year's Day, Martin Luther King Jr. Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Fnday. I. Holidays: New Year's Day, President's Day, Independence Day, Memonal Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, The Day Before Christmas Day And Christmas Day (9). Any holiday which falls 7 Benefit Code Key — Effective 3/3/2017 thru 8/30/2017 on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. J. Holidays: New Year's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day and Christmas Day (6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. Holiday Codes Continued 7. K. Holidays. New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. L. Holidays New Year's Day, Memorial Day, Labor Day, Independence Day, Thanksgiving Day, the Last Work Day before Christmas Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday M. Paid Holidays: New Year's Day, The Day after or before New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, And the Day after or before Christmas Day (10). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. N. Holidays: New Year's Day, Memonal Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. When Christmas falls on a Saturday, the preceding Friday shall be observed as a holiday P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Q Holidays: New Year's Day, Memonal Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday If any of the listed holidays falls on a Saturday, the preceding Fnday shall be a regular work day. R. Paid Holidays: New Year's Day, the day after or before New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Fnday after Thanksgiving Day, Chnstmas Day, and the day after or before Christmas Day (10). If any of the listed holidays fall on Saturday, the preceding Friday shall be observed as the holiday. If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly S. Paid Holidays: New Year's Day, Memonal Day, Independence Day, Labor Day, Thanksgiving Day, Fnday after Thanksgiving Day, Christmas Day, the Day after Christmas, and A Floating Holiday (9). If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. T. Paid Holidays: New Year's Day, the Day after or before New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and The Day after or before Christmas Day. (10). If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. 8 Benefit Code Key — Effective 3/3/2017 thru 8/30/2017 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 Note Codes Continued 8 C. In addition to the hourly wage and fringe benefits, the following depth premiums apply to depths of fifty feet or more: Over 50' To 100' -$1.00 per Foot for Each Foot Over 50 Feet Over 100' To 150' -$1.50 per Foot for Each Foot Over 100 Feet Over 150' To 200' -$2 00 per Foot for Each Foot Over 150 Feet Over 200' -Divers May Name Their Own Price D. Workers working with supplied air on hazmat projects receive an additional $1.00 per hour. L. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $0.75, Level B: $0.50, And Level C: $0.25. M. Workers on hazmat projects receive additional hourly premiums as follows. Levels A & B: $1.00, Levels C & D: $0 50. N. Workers on hazmat projects receive additional hourly premiums as follows -Level A. $1.00, Level B $0.75, Level C. $0.50, And Level D: $0.25. P. Workers on hazmat projects receive additional hourly premiums as follows -Class A Suit: $2.00, Class B Suit: $1.50, Class C Suit: $1.00, And Class D Suit $0.50. Q. The highest pressure registered on the gauge for an accumulated time of more than fifteen (15) minutes during the shift shall be used in determining the scale paid. R. Effective August 31, 2012 — A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized. A Traffic Control Laborer performs the setup, maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestnan traffic dunng construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. These classifications are only effective on or after August 31, 2012. S. Effective August 31, 2012 — A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. This classification is only effective on or after August 31, 2012 9 Benefit Code Key — Effective 3/3/2017 thru 8/30/2017 T Effective August 31, 2012 — A Traffic Control Laborer performs the setup, maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. This classification is only effective on or after August 31, 2012. U. Workers on hazmat projects receive additional hourly premiums as follows — Class A Suit: $2.00, Class B Suit: $1.50, And Class C Suit: $1 00. Workers performing underground work receive an additional $0.40 per hour for any and all work performed underground, including operating, servicing and repairing of equipment. The premium for underground work shall be paid for the entire shift worked. Workers who work suspended by a rope or cable receive an additional $0.50 per hour. The premium for work suspended shall be paid for the entire shift worked. Workers who do "pioneer" work (break open a cut, build road, etc.) more than one hundred fifty (150) feet above grade elevation receive an additional $0.50 per hour. 10 Washington State Department of Labor and Industries Policy Statement (Regarding the Production of "Standard" or "Non-standard" Items) Below is the department's (State L&I's) list of criteria to be used in determining whether a prefabricated item is "standard" or "non-standard". For items not appearing on WSDOT's predetermined list, these criteria shall be used by the Contractor (and the Contractor's subcontractors, agents to subcontractors, suppliers, manufacturers, and fabricators) to determine coverage under RCW 39.12. The production, in the State of Washington, of non-standard items is covered by RCW 39.12, and the production of standard items is not. The production of any item outside the State of Washington is not covered by RCW 39.12. 1. Is the item fabricated for a public works project? If not, it is not subject to RCW 39.12. If it is, go to question 2 2. Is the item fabricated on the public works jobsite? If it is, the work is covered under RCW 39.12. If not, go to question 3. 3. Is the item fabricated in an assembly/fabrication plant set up for, and dedicated primarily to, the public works project? If it is, the work is covered by RCW 39.12. If not, go to question 4. 4. Does the item require any assembly, cutting, modification or other fabrication by the supplier? If not, the work is not covered by RCW 39.12. If yes, go to question 5. 5. Is the prefabricated item intended for the public works project typically an inventory item which could reasonably be sold on the general market? If not, the work is covered by RCW 39.12. If yes, go to question 6. 6. Does the specific prefabricated item, generally defined as standard, have any unusual characteristics such as shape, type of material, strength requirements, finish, etc? If yes, the work is covered under RCW 39.12. Any firm with questions regarding the policy, WSDOT's Predetermined List, or for determinations of covered and non -covered workers shall be directed to State L&I at (360) 902-5330. Supplemental to Wage Rates 1 03/02/2017 Edition, Published February 1st, 2017 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 Types 1, 1 L, 1P, and 2 and Concrete Inlets. See Std. Plans X 2. Metal circular frames (rings) and covers, circular grates, and prefabricated ladders for Manhole Types 1, 2, and 3, Drywell Types 1, 2, and 3 and Catch Basin Type 2. See Std. Plans X 3. Prefabricated steel grate supports and welded grates, metal frames and dual vaned grates, and Type 1, 2, and 3 structural tubing grates for Drop Inlets See Std. Plans. X 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 to 120 inches in diameter. May also be treated, 1 thru 5. X 7. Corrugated Aluminum Pipe - Aluminum lock seam corrugated pipe for culverts and storm sewers, sizes 30 inch to 120 inches in diameter. May also be treated, #5 X Supplemental to Wage Rates 03/02/2017 Edition, Published February 1S', 2017 2 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 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. See Contract Plans and Std. Plans for size and material type. X 9. Aluminum Pedestrian Handrail - Pedestrian handrail conforming to the type and material specifications set forth in the contract plans. Welding of aluminum shall be in accordance with Section 9-28.14(3). X 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 boring of holes. See Contact Plans for item description and shop drawings. X 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 accordance with Section 9-28.14(3). X 13. Concrete Piling--Precast-Prestressed concrete piling for use as 55 and 70 ton concrete piling. Concrete to conform to Section 9-19.1 of Std. Spec.. X 14. Precast Manhole Types 1, 2, and 3 with cones, adjustment sections and flat top slabs. See Std. Plans. X 15. Precast Drywell Types 1, 2, and with cones and adjustment Sections. See Std. Plans. X 16. Precast Catch Basin - Catch Basin type 1, 1 L, 1P, and 2 With adjustment sections. See Std. Plans. X Supplemental to Wage Rates 03/02/2017 Edition, Published February 1st, 2017 3 ITEM DESCRIPTION YES NO 17. Precast Concrete Inlet - with adjustment sections, See Std. Plans X 18 Precast Drop Inlet Type 1 and 2 with metal grate supports. See Std. Plans X 19. Precast Grate Inlet Type 2 with extension and top units See Std. Plans X 20. Metal frames, vaned grates, and hoods for Combination Inlets. See Std. Plans X 21. Precast Concrete Utility Vaults - Precast Concrete utility vaults of various sizes. Used for in ground storage of utility facilities and controls. See Contract Plans for size and construction requirements. Shop drawings are to be provided for approval prior to casting X 22. Vault Risers - For use with Valve Vaults and Utilities X Vaults. X 23. Valve Vault - For use with underground utilities. See Contract Plans for details. X 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. X 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. X 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 X Supplemental to Wage Rates 03/02/2017 Edition, Published February 1St, 2017 4 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ITEM DESCRIPTION YES NO 27. Precast Railroad Crossings - Concrete Crossing Structure Slabs. X 28. 12, 18 and 26 inch Standard Precast Prestressed Girder — Standard Precast Prestressed Girder for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)A X 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 X 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 X 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. X 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 X 33. Monument Case and Cover See Std. Plan. X Supplemental to Wage Rates 03/02/2017 Edition, Published February 1st, 2017 5 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 shall be galvanized after fabrication in accordance with AASHTO-M-111. X 35. Mono -tube Sign Structures - Mono -tube Sign Bridge fabricated to details shown in the Plans. Shop drawings for approval are required prior to fabrication. X 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 shall be galvanized after fabrication in accordance with AASHTO-M-111. X 37. Steel Sign Post - Fabricated Steel Sign Posts as detailed in Std Plans. Shop drawings for approval are to be provided prior to fabrication X 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 Provisions for pre -approved drawings. X 40. Traffic Signal Standards - Traffic Signal Standards for use on highway and/or street signal systems Standards to be fabricated to conform with methods and material as specified on Std. Plans. See Special Provisions for pre -approved drawings X 41. Precast Concrete Sloped Mountable Curb (Single and DualFaced) See Std. Plans. X Supplemental to Wage Rates 03/02/2017 Edition, Published February 1St, 2017 6 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 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. NOTE: *** Fabrication inspection required. Only signs tagged "Fabrication Approved" by WSDOT Sign Fabrication Inspector to be installed X X Custom Message Std Signing Message 43. Cutting & bending reinforcing steel X 44. Guardrail components X X Custom End Sec Standard Sec 45. Aggregates/Concrete mixes Covered by WAC 296-127-018 46. Asphalt Covered by WAC 296-127-018 47. Fiber fabrics X 48 Electrical wiring/components X 49. treated or untreated timber pile X 50. Girder pads (elastomeric bearing) X 51. Standard Dimension lumber X 52. Irrigation components X Supplemental to Wage Rates 03/02/2017 Edition, Published February 1St, 2017 7 ITEM DESCRIPTION YES NO 53. Fencing materials X 54. Guide Posts X 55. Traffic Buttons X 56. Epoxy X 57. Cribbing X 58. Water distribution materials X 59 Steel "H" piles X 60. Steel pipe for concrete pile casings X 61. Steel pile tips, standard X 62. Steel pile tips, custom X Prefabricated items specifically produced for public works projects that are prefabricated in a county other than the county wherein the public works project is to be completed, the wage for the offsite prefabrication shall be the applicable prevailing wage for the county in which the actual prefabrication takes place. It is the manufacturer of the prefabricated product to verify that the correct county wage rates are applied to work they perform. See RCW 39.12.010 (The definition of "locality" in RCW 39.12.010(2) contains the phrase "wherein the physical work is being performed " The department interprets this phrase to mean the actual work site Supplemental to Wage Rates 8 03/02/2017 Edition, Published February 1St, 2017 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 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. • Building Service Employees • 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 9 03/02/2017 Edition, Published February 1St, 2017 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 10 03/02/2017 Edition, Published February 1S', 2017 (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 11 03/02/2017 Edition, Published February 1St, 2017 General Decision Number: WA170001 06/16/2017 WA1 Superseded General Decision Number: WA20160001 State: Washington Construction Type: Highway Counties: Washington Statewide. HIGHWAY (Excludes D.O.E. Hanford Site in Benton and Franklin Counties) Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.20 for calendar year 2017 applies to all contracts subject to the Davis -Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.20 (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2017. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/06/2017 1 01/13/2017 2 02/03/2017 3 02/10/2017 4 03/03/2017 5 04/14/2017 6 05/19/2017 7 06/02/2017 8 06/09/2017 9 06/16/2017 CARP0001-008 06/01/2015 Rates Fringes CARPENTER GROUP 1 $ 27.61 14.00 GROUP 2 $ 41.86 14.49 GROUP 3 $ 32.97 14.00 GROUP 4 $ 31.94 14.00 GROUP 5 $ 73.44 14.00 GROUP 6 $ 35.02 14.00 GROUP 7 $ 36.72 14.00 GROUP 8 $ 33.27 14.00 GROUP 9 $ 35.02 14.00 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). 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. CARP0003-006 10/01/2011 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 $ 32.04 14.18 DIVERS TENDERS $ 36.34 14.18 DIVERS $ 77.08 14.18 DRYWALL $ 27.56 14.18 MILLWRIGHTS $ 32.19 14.18 PILEDRIVERS $ 33.04 14.18 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 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 ZONE 4: miles of ZONE 5: miles of ZONE 6: the respective city of the Projects located more than the respective city of the Projects located more than the respective city of the Projects located more than city of the above mentioned cities above mentioned cities 50 miles and less than 60 above mentioned cities 60 miles and less than 70 above mentioned cities 70 miles of the respected CARP0770-003 06/01/2015 CARPENTER CENTRAL WASHINGTON: CHELAN, DOUGLAS (WEST OF THE 120TH MERIDIAN), KITTITAS, OKANOGAN (WEST OF THE 120TH MERIDIAN) AND YAKIMA COUNTIES CARPENTERS ON CREOSOTE MATERIAL CARPENTERS DIVERS TENDER DIVERS MILLWRIGHT AND MACHINE ERECTORS PILEDRIVER, DRIVING, PULLING, CUTTING, PLACING COLLARS, SETTING, WELDING OR CRESOTE TREATED MATERIAL, ALL PILING $ 40.61 13.66 Rates $ 40.46 $ 40.36 $ 35.02 $ 73.44 $ 41.86 Fringes 13.66 13.66 14.00 14.00 13.66 (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 Auburn Renton Aberdeen-Hoquiam Ellensburg Centralia Chelan Zone Pay: 0 -25 radius 26-35 radius 36-45 radius 46-55 radius miles miles miles miles Olympia Bremerton Shelton Tacoma Everett Mount Vernon Pt. Townsend Over 55 radius miles Free $1.00/hour $1.15/hour $1.35/hour $1.55/hour Bellingham Anacortes Yakima Wenatchee Port Angeles Sunnyside (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 26-45 radius miles Over 45 radius miles Free $ .70/hour $1.50/hour CARP0770-006 06/01/2016 Rates CARPENTER 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 $ 40.92 CARPENTERS ON CREOSOTE MATERIAL $ 40.46 CARPENTERS $ 40.92 DIVERS TENDER $ 44.67 DIVERS $ 93.56 MILLWRIGHT AND MACHINE ERECTORS $ 41.86 PILEDRIVER, DRIVING, PULLING, CUTTING, PLACING COLLARS, SETTING, WELDING OR CRESOTE TREATED MATERIAL, ALL PILING $ 40.61 Fringes 14.59 13.66 14.59 13.66 13.66 13.66 13.66 (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - ALL CLASSIFICATIONS EXCEPT MILLWRIGHTS AND PILEDRIVERS Hourly Zone Pay shall be paid on free zone computed from the city listed cities: Seattle Auburn Renton Aberdeen-Hoquiam Ellensburg Centralia Chelan Olympia Bremerton Shelton Tacoma Everett Mount Vernon Pt. Townsend Zone Pay: 0 -25 radius miles 26-35 radius miles 36-45 radius miles 46-55 radius miles Over 55 radius miles Free $1.00/hour $1.15/hour $1.35/hour $1.55/hour jobs located outside of the center of the following Bellingham Anacortes Yakima Wenatchee Port Angeles Sunnyside (HOURLY ZONE PAY: WESTERN AND CENTRAL AND PILEDRIVER ONLY) WASHINGTON - MILLWRIGHT Hourly Zone Pay shall be computed from Seattle Union Hall, Tacoma City center, and Everett City center Zone Pay: 0 -25 radius miles 26-45 radius miles Over 45 radius miles Free $ .70/hour $1.50/hour ELEC0046-001 02/06/2017 CALLAM, JEFFERSON, KING AND KITSAP COUNTIES Rates Fringes CABLE SPLICER $ 46.87 3%+15.96 ELECTRICIAN $ 47.56 3%+19.31 * ELEC0048-003 01/01/2017 CLARK, KLICKITAT AND SKAMANIA COUNTIES Rates Fringes CABLE SPLICER $ 44.22 21.50 ELECTRICIAN $ 40.20 22.18 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. ELEC0048-029 01/01/2017 COWLITZ AND WAHKIAKUM COUNTY Rates Fringes CABLE SPLICER $ 44.22 21.50 ELECTRICIAN $ 40.20 22.18 ELEC0073-001 07/01/2016 ADAMS, FERRY, LINCOLN, PEND OREILLE, SPOKANE, STEVENS, WHITMAN COUNTIES Rates Fringes CABLE SPLICER $ 34.10 16.68 ELECTRICIAN $ 31.50 17.60 ELEC0076-002 09/01/2016 GRAYS HARBOR, LEWIS, MASON, PACIFIC, PIERCE, AND THURSTON COUNTIES Rates Fringes CABLE SPLICER $ 40.05 ELECTRICIAN $ 36.41 24.49 24.38 ELEC0112-005 06/01/2016 ASOTIN, BENTON, COLUMBIA, FRANKLIN, GARFIELD, KITTITAS, WALLA WALLA, YAKIMA COUNTIES Rates Fringes CABLE SPLICER $ 42.32 ELECTRICIAN $ 40.30 18.95 18.89 ELEC0191-003 06/01/2017 ISLAND, SAN JUAN, SNOHOMISH, SKAGIT AND WHATCOM COUNTIES Rates Fringes CABLE SPLICER $ 44.23 ELECTRICIAN $ 43.45 17.73 19.69 ELEC0191-004 06/01/2017 CHELAN, DOUGLAS, GRANT AND OKANOGAN COUNTIES Rates CABLE SPLICER $ 40.82 ELECTRICIAN $ 40.65 Fringes 17.63 19.59 ENGI0302-003 06/01/2017 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 Zone 1 (0-25 radius miles): Rates Fringes POWER EQUIPMENT OPERATOR Group 1A $ 41.90 19.20 Group IAA $ 42.52 19.20 Group 1AAA $ 43.13 19.20 Group 1 $ 41.29 19.20 Group 2 $ 40.76 19.20 Group 3 $ 40.29 19.20 Group 4 $ 37.70 19.20 Zone Differential (Add to Zone 1 rates): Zone 2 (26-45 radius miles) - $1.00 Zone 3 (Over 45 radius miles) - $1.30 BASEPOINTS: Aberdeen, Bellingham, Bremerton, Everett, Kent, Mount Vernon, Port Angeles, Port Townsend, Seattle, Shelton, Wenatchee, Yakima POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP lAAA - Cranes -over 300 tons, or 300 ft of boom (including jib with attachments) 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 1A - 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 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 Gellman; Roller -other than plant mix; Wheel Tractors, farmall type; Shotcrete/gunite equipment operator 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. * ENGI0370-002 06/01/2017 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 OPERATOR GROUP 1 $ 27.11 15.20 GROUP 2 $ 27.43 15.20 GROUP 3 $ 28.04 15.20 GROUP 4 $ 28.20 15.20 GROUP 5 $ 28.36 15.20 GROUP 6 $ 28.64 15.20 GROUP 7 $ 28.91 15.20 GROUP 8 $ 30.01 15.20 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 1: Bit Grinders; Bolt Threading Machine; Compressors (under 2000 CFM, gas, diesel, or electric power); Deck Hand; 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 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) 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 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. ENGI0612-012 06/01/2014 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 OPERATOR GROUP 1A $ 38.39 GROUP IAA $ 38.96 GROUP lAAA $ 39.52 GROUP 1 $ 37.84 GROUP 2 $ 37.35 GROUP 3 $ 36.93 GROUP 4 $ 34.57 Zone Differential (Add to Zone 1 rates): Zone 2 (26-45 radius miles) = $1.00 Zone 3 (Over 45 radius miles) - $1.30 BASEPOINTS: CENTRALIA, OLYMPIA, TACOMA POWER EQUIPMENT OPERATORS CLASSIFICATIONS 17.40 17.40 17.40 17.40 17.40 17.40 17.40 GROUP 1 AAA - Cranes -over 300 tons or 300 ft of boom (including jib with attachments) GROUP IAA - Cranes- 200 tonsto 300 tons, or 250 ft of boom (including jib with attachments; Tower crane over 175 ft in height, bas to boom GROUP 1A - 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 -Slaw 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 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, Class "D" Suit - Base wage rate plus $ .50 per hour. H-2 Class "C" Suit - Base wage rate plus $1.00 per hour. H-3 Class "B" Suit - Base wage rate plus $1.50 per hour. H-4 Class "A" Suit - Base wage rate plus $2.00 per hour. ENGI0701-002 01/01/2015 CLARK, COWLITZ, KLICKKITAT, PACIFIC (SOUTH), SKAMANIA, AND WAHKIAKUM COUNTIES POWER RQUIPMENT OPERATORS: ZONE 1 Rates Fringes POWER EQUIPMENT OPERATOR GROUP 1 $ 39.47 14.10 GROUP 1A $ 41.44 14.10 GROUP 1B $ 43.42 14.10 GROUP 2 $ 37.58 14.1,0 GROUP 3 $ 36.44 14.10 GROUP 4 $ 35.36 14.10 GROUP 5 $ 34.13 14.10 GROUP 6 $ 30.94 14.10 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 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 Plan and or Wet mix three (3) units or more; Crane, Floating one hundred and fifty (150) ton but less than two hundred and fifty (250) ton; Crane, two hundred (200) ton through two hundred ninety nine (299) ton with two hundred foot (200') boom or less (including jib, inserts and/or attachments); Crane, ninety (90) ton through one hundred ninety nine (199) ton with over two hundred (200') boom Including jib, inserts and/or attachments); Crane, Tower Crane with one hundred seventy five foot (175') tower or less and with less than two hundred foot (200') jib; Crane, Whirley ninety (90) ton and over; Helicopter when used in erecting work Group 1A Crane, floating two hundred fifty (250) ton and over; Crane, two hundred (200) ton through two hundred ninety nine (299) ton, with over two hundred foot (200') boom (including jib, inserts and/or attachments); Crane, three hundred (300) ton through three hundred ninety nine (399) ton; Crane, Tower Crane with over one hundred seventy five foot (175') tower or over two hundred foot (200') jib; Crane, tower Crane on rail system or 2nd tower or more in work radius Group 1B Crane, three hundred (300) ton through three hundred ninety nine (399) ton, with over two hundred foot (200') boom (including jib, inserts and/or attachments); Floating crane, three hundred fifty (350) ton and over; Crane, four hundred (400) ton and over Group 2 Asphalt Plant (any type); Asphalt Roto -Mill, pavement profiler eight foot (8') lateral cut and over; Auto Grader or "Trimmer"; Blade, Robotic; Bulldozer, Robotic Equipment (any type); Bulldozer, over one hundred twenty thousand (120,000) lbs. and above; Concrete Batch Plant and/or Wet Mix one (1) and two (2) drum; Concrete Diamond Head Profiler; Canal Trimmer; Concrete, Automatic Slip Form Paver (Assistant to the Operator required); Crane, Boom Truck fifty (50) ton and with over one hundred fifty foot (150') boom and over; Crane, Floating (derrick barge) thirty (30) ton but less than one hundred fifty (150) ton; Crane, Cableway twenty-five (25) ton and over; Crane, Floating Clamshell three (3) cu. Yds. And over; Crane, ninety (90) ton through one hundred ninety nine (199) ton up to and including two hundred foot (200') of boom (including jib inserts and/or attachments); Crane, fifty (50) ton through eighty nine (89) ton with over one hundred fifty foot (150') boom (including jib inserts and/or attachments); Crane, Whirley under ninety (90) ton; Crusher Plant; Excavator over one hundred thirty thousand (130,000) lbs.; Loader one hundred twenty thousand (120,000) lbs. and above; Remote Controlled Earth Moving Equipment; Shovel, Dragline, Clamshell, five (5) cu. Yds. And over; Underwater Equipment remote or otherwise, when used in construction work; Wheel Excavator any size Group 3 Bulldozer, over seventy thousand (70,000) lbs. up to and including one hundred twenty thousand (120,000) lbs.; Crane, Boom Truck fifty (50) ton and over with less than one hundred fifty foot (150') boom; Crane, fifty (50) ton through eighty nine (89) ton with one hundred fifty foot (150') boom or less (including jib inserts and/or attachments); Crane, Shovel, Dragline or Clamshell three (3) cu. yds. but less than five (5) cu. Yds.; Excavator over eighty thousand (80,000) lbs. through one hundred thirty thousand (130,000) lbs.; Loader sixty thousand (60,000) lbs. and less than one hundred twenty thousand (120,000) lbs. Group 4 Asphalt, Screed; Asphalt Paver; Asphalt Roto -Mill, pavement profiler, under eight foot (8') lateral cut; Asphalt, Material Transfer Vehicle Operator; Back Filling Machine; Backhoe, Robotic, track and wheel type up to and including twenty thousand (20,000) lbs. with any attachments; Blade (any type); Boatman; Boring Machine; Bulldozer over twenty thousand (20,000) lbs. and more than one hundred (100) horse up to seventy thousand (70,000) lbs.; Cable -Plow (any type); Cableway up to twenty five (25) ton; Cat Drill (John Henry); Chippers; Compactor, multi -engine; Compactor, Robotic; Compactor with blade self-propelled; Concrete, Breaker; Concrete, Grout Plant; Concrete, Mixer Mobile; Concrete, Paving Road Mixer; Concrete, Reinforced Tank Banding Machine; Crane, Boom Truck twenty (20) ton and under fifty (50) ton; Crane, Bridge Locomotive, Gantry and Overhead; Crane, Carry Deck; Crane, Chicago Boom and similar types; Crane, Derrick Operator, under one hundred (100) ton; Crane, Floating Clamshell, Dragline, etc. Operator, under three (3) cu. yds. Or less than thirty (30) ton; Crane, under fifty (50) ton; Crane, Quick Tower under one hundred foot (100') in height and less than one hundred fifty foot (150') jib (on rail included); Diesel -Electric Engineer (Plant or Floating); Directional Drill over twenty thousand (20,000) lbs. pullback; Drill Cat Operator; Drill Doctor and/or Bit Grinder; Driller, Percussion, Diamond, Core, Cable, Rotary and similar type; Excavator Operator over twenty thousand (20,000) lbs. through eighty thousand (80,000) lbs.; Generator Operator; Grade -all; Guardrail Machines, i.e. punch, auger, etc.; Hammer Operator (Piledriver); Hoist, stiff leg, guy derrick or similar type, fifty (50) ton and over; Hoist, two (2) drums or more; Hydro Axe (loader mounted or similar type); Jack Operator, Elevating Barges, Barge Operator, self -unloading; Loader Operator, front end and overhead, twenty five thousand (25,000) lbs. and less than sixty thousand (60,000) lbs.; Log Skidders; Piledriver Operator (not crane type); Pipe, Bending, Cleaning, Doping and Wrapping Machines; Rail, Ballast Tamper Multi -Purpose; Rubber -tired Dozers and Pushers; Scraper, all types; Side -Boom; Skip Loader, Drag Box; Strump Grinder (loader mounted or similar type); Surface Heater and Planer; Tractor, rubber -tired, over fifty (50) HP Flywheel; Trenching Machine three foot (3') depth and deeper; Tub Grinder (used for wood debris); Tunnel Boring Machine Mechanic; Tunnel, Mucking Machine; Ultra High Pressure Water Jet Cutting Tool System Operator; Vacuum Blasting Machine Operator; Water pulls, Water wagons Group 5 Asphalt, Extrusion Machine; Asphalt, Roller (any asphalt mix); Asphalt, Roto -Mill pavement profiler ground man; Bulldozer, twenty thousand (20,000) lbs. or less, or one hundred (100) horse or less; Cement Pump; Chip Spreading Machine; Churn Drill and Earth Boring Machine; Compactor, self-propelled without blade; Compressor, (any power) one thousand two hundred fifty (1,250) cu. ft. and over, total capacity; Concrete, Batch Plant Quality control; Concrete, Combination Mixer and compressor operator, gunite work; Concrete, Curb Machine, Mechanical Berm, Curb and/or Curb and Gutter; Concrete, Finishing Machine; Concrete, Grouting Machine; Concrete, Internal Full Slab Vibrator Operator; Concrete, Joint Machine; Concrete, Mixer single drum, any capacity; Concrete, Paving Machine eight foot (8') or less; Concrete, Planer; Concrete, Pump; Concrete, Pump Truck; Concrete, Pumperete Operator (any type); Concrete, Slip Form Pumps, power driven hydraulic lifting device for concrete forms; Conveyored Material Hauler; Crane, Boom Truck under twenty (20) tons; Crane, Boom Type lifting device, five (5) ton capacity or less; Drill, Directional type less than twenty thousand (20,000) lbs. pullback; Fork Lift, over ten (10) ton or Robotic; Helicopter Hoist; Hoist Operator, single drum; Hydraulic Backhoe track type up to and including twenty thousand (20,000) lbs.; Hydraulic Backhoe wheel type (any make); Laser Screed; Loaders, rubber -tired type, less than twenty five thousand (25,000) lbs.; Pavement Grinder and/or Grooving Machine (riding type); Pipe, cast in place Pipe Laying Machine; Pulva-Mixer or similar types; Pump Operator, more than five (5) pumps (any size); Rail, Ballast Compactor, Regulator, or Tamper machines; Service Oiler (Greaser); Sweeper Self -Propelled; Tractor, Rubber -Tired, fifty (50) HP flywheel and under; Trenching Machine Operator, maximum digging capacity three foot (3') depth; Tunnel, Locomotive, Dinkey; Tunnel, Power Jumbo setting slip forms, etc. Group 6 Asphalt, Pugmill (any type); Asphalt, Raker; Asphalt, Truck Mounted Asphalt Spreader, with Screed; Auger Oiler; Boatman; Bobcat, skid steed (less than one (1) yard); Broom, self-propelled; Compressor Operator (any power) under 1,250 cu. ft. total capacity; Concrete Curing Machine (riding type); Concrete Saw; Conveyor Operator or Assistant; Crane, Tugger; Crusher Feederman; Crusher Oiler; Deckhand; Drill, Directional Locator; Fork Lift; Grade Checker; Guardrail Punch Oiler; Hydrographic Seeder Machine, straw, pulp or seed; Hydrostatic Pump Operator; Mixer Box (CTB, dry batch, etc.); Oiler; Plant Oiler; Pump (any power); Rail, Brakeman, Switchman, Motorman; Rail, Tamping Machine, mechanical, self-propelled; Rigger; Roller grading (not asphalt); Truck, Crane Oiler -Driver IRON0014-005 07/01/2016 ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND ORIELLE, SPOKANE, STEVENS, WALLA WALLA AND WHITMAN COUNTIES Rates Fringes IRONWORKER $ 32.89 24.56 IRON0029-002 07/01/2015 CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA, AND WAHKAIKUM COUNTIES Rates Fringes IRONWORKER $ 34.12 23.04 IRON0086-002 07/01/2016 YAKIMA, KITTITAS AND CHELAN COUNTIES Rates IRONWORKER $ 32.89 Fringes 24.56 IRON0086-004 07/01/2016 CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PIERCE, SKAGIT, SNOHOMISH, THURSTON, AND WHATCOM COUNTIES Rates Fringes IRONWORKER $ 40.52 24.71 LABO0238-004 06/01/2017 PASCO AREA: ADAMS, BENTON, COLUMBIA,DOUGLAS (East of 120th Meridian), FERRY, FRANKLIN, GRANT, OKANOGAN, WALLA WALLA SPOKANE AREA: ASOTIN, GARFIELD, LINCOLN, PEND OREILLE, SPOKANE, STEVENS & WHITMAN COUNTIES Rates Fringes LABORER (PASCO) GROUP 1 $ 24.66 11.30 GROUP 2 $ 26.76 11.30 GROUP 3 $ 27.03 11.30 GROUP 4 $ 27.30 11.30 GROUP 5 $ 27.58 11.30 LABORER (SPOKANE) GROUP 1 $ 24.66 11.30 GROUP 2 $ 26.76 11.30 GROUP 3 $ 27.03 11.30 GROUP 4 $ 27.30 11.30 GROUP 5 $ 27.58 11.30 Zone Differential (Add to Zone 1 rate): $2.00 BASE POINTS: Spokane, Pasco, Lewiston Zone 1: 0-45 radius miles from the main post office. Zone 2: 45 radius miles and over from the main post office. LABORERS CLASSIFICATIONS GROUP 1: Flagman; Landscape Laborer; Scaleman; Traffic Control Maintenance Laborer (to include erection and maintenance of barricades, signs and relief of flagperson); Window Washer/Cleaner (detail cleanup, such as, but not limited to cleaning floors, ceilings, walls, windows, etc. prior to final acceptance by the owner) GROUP 2: Asbestos Abatement Worker; Brush Hog Feeder; Carpenter Tender; Cement Handler; Clean-up Laborer; Concrete Crewman (to include stripping of forms, hand operating jacks on slip form construction, application of concrete curing compounds, pumperete machine, signaling, handling the nozzle of squeezcrete or similar machine,6 inches and smaller).; Confined Space Attendant; Concrete Signalman; Crusher Feeder; Demolition (to include clean-up, burning, loading, wrecking and salvage of all material); Dumpman; Fence Erector; Firewatch; Form Cleaning Machine Feeder, Stacker; General Laborer; Grout Machine Header Tender; Guard Rail (to include guard rails, guide and reference posts, sign posts, and right-of-way markers); Hazardous Waste Worker, Level D (no respirator is used and skin protection is minimal); Miner, Class "A" (to include all bull gang, concrete crewman, dumpman and pumperete crewman, including distributing pipe, assembly & dismantle, and nipper); Nipper; Riprap Man; Sandblast Tailhoseman; Scaffold Erector (wood or steel); Stake Jumper; Structural Mover (to include separating foundation, preparation, cribbing, shoring, jacking and unloading of structures); Tailhoseman (water nozzle); Timber Bucker and Faller (by hand); Track Laborer (RR); Truck Loader; Well -Point Man; All Other Work Classifications Not Specially Listed Shall Be Classified As General Laborer GROUP 3: Asphalt Roller, walking; Cement Finisher Tender; Concrete Saw, walking; Demolition Torch; Dope Pot Firemen, non-mechanical; Driller Tender (when required to move and position machine); Form Setter, Paving; Grade Checker using level; Hazardous Waste Worker, Level C (uses a chemical "splash suit" and air purifying respirator); Jackhammer Operator; Miner, Class "B" (to include brakeman, finisher, vibrator, form setter); Nozzleman (to include squeeze and flo-crete nozzle); Nozzleman, water, air or steam; Pavement Breaker (under 90 lbs.); Pipelayer, corrugated metal culvert; Pipelayer, multi- plate; Pot Tender; Power Buggy Operator; Power Tool Operator, gas, electric, pneumatic; Railroad Equipment, power driven, except dual mobile power spiker or puller; Railroad Power Spiker or Puller, dual mobile; Rodder and Spreader; Tamper (to include operation of Barco, Essex and similar tampers); Trencher, Shawnee; Tugger Operator; Wagon Drills; Water Pipe Liner; Wheelbarrow (power driven) GROUP 4: Air and Hydraulic Track Drill; Aspahlt Raker;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) LABO0238-006 06/01/2017 COUNTIES EAST OF THE 120TH MERIDIAN: ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND OREILLE, STEVENS, SPOKANE, WALLA WALLA, WHITMAN Rates Fringes Hod Carrier $ 26.76 11.30 LABO0252-010 06/01/2017 CLALLAM, GRAYS HARBOR, JEFFERSON, KITSAP, LEWIS, MASON, PACIFIC (EXCLUDING SOUTHWEST), PIERCE, AND THURSTON COUNTIES Rates Fringes LABORER GROUP 1 $ 24.85 10.99 GROUP 2 $ 28.45 10.99 GROUP 3 $ 35.54 10.99 GROUP 4 $ 36.41 10.99 GROUP 5 $ 36.99 10.99 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 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). LABO0292-008 06/01/2017 ISLAND, SAN JUAN, SKAGIT, SNOHOMISH, AND WHATCOM COUNTIES Rates Fringes LABORER GROUP 1 $ 24.85 10.99 GROUP 2 $ 28.45 10.99 GROUP 3 $ 35.54 10.99 GROUP 4 $ 36.41 10.99 GROUP 5 $ 36.99 10.99 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 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). LABO0335-001 06/01/2013 CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH OF A STRAIGHT LINE MADE BY EXTENDING THE NORTH BOUNDARY LINE OF WAHKIAKUM COUNTY WEST TO THE PACIFIC OCEAN), SKAMANIA AND WAHKIAKUM COUNTIES Rates Fringes Laborers: ZONE 1: GROUP 1 $ 28.65 10.05 GROUP 2 $ 29.25 10.05 GROUP 3 $ 29.69 10.05 GROUP 4 $ 30.07 10.05 GROUP 5 $ 26.15 10.05 GROUP 6 $ 23.73 10.05 GROUP 7 $ 20.53 10.05 Zone Differential (Add to Zone 1 rates): Zone 2 $ 0.65 Zone 3 - 1.15 Zone 4 - 1.70 Zone 5 - 2.75 BASE POINTS: GOLDENDALE, LONGVIEW, AND VANCOUVER ZONE 1: Projects within 30 miles of the respective city all. ZONE 2: More than 30 miles but less than 40 miles from the respective city hall. ZONE 3: More than 40 miles but less than 50 miles from the respective city hall. ZONE 4: More than 50 miles but less than 80 miles from the respective city hall. ZONE 5: More than 80 miles from the respective city hall. LABORERS CLASSIFICATIONS GROUP 1: Asphalt Plant Laborers; Asphalt Spreaders; Batch Weighman; Groomers; 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; 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 GROUP 4: Asphalt Raker; Concrete Saw Operator (walls); Concrete Nozzelman; Grade Checker; Pipelayer; Laser Beam (pipelaying) -applicable when employee assigned to move, set up, align; Laser Beam; Tunnel Miners; Motorman -Dinky Locomotive -Tunnel; Powderman-Tunnel; Shield Operator -Tunnel GROUP 5: Traffic Flaggers GROUP 6: Fence Builders GROUP 7: Landscaping or Planting Laborers LABO0335-019 09/01/2013 Rates Fringes Hod Carrier $ 30.47 10.05 LABO0348-003 06/01/2017 CHELAN, DOUGLAS (W OF 12TH MERIDIAN), KITTITAS, AND YAKIMA COUNTIES Rates Fringes LABORER GROUP 1 $ 21.21 10.99 GROUP 2 $ 24.31 10.99 GROUP 3 $ 26.60 10.99 GROUP 4 $ 27.24 10.99 GROUP 5 $ 27.70 10.99 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 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). LAB00440-001 06/01/2017 KING COUNTY Rates Fringes LABORER GROUP 1 $ 24.85 10.99 GROUP 2 $ 28.45 10.99 GROUP 3 $ 35.54 10.99 GROUP 4 $ 36.41 10.99 GROUP 5 $ 36.99 10.99 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 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). PAIN0005-002 12/01/2016 STATEWIDE EXCEPT CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH), SKAMANIA, AND WAHKIAKUM COUNTIES Rates Fringes Painters: STRIPERS $ 30.58 14.27 .PAIN0005-004 03/01/2009 CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM COUNTIES Rates Fringes PAINTER $ 20.82 7.44 * PAIN0005-006 08/01/2016 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 PAINTER Application of Cold Tar Products, Epoxies, Polyure thanes, Acids, Radiation Resistant Material, Water and Sandblasting $ 29.10 11.04 Over 30'/Swing Stage Work$ 22.20 7.98 Brush, Roller, Striping, Steam -cleaning and Spray$ 24.00 11.04 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. PAIN0055-003 04/01/2017 CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA, AND WAHKIAKUM COUNTIES Rates Fringes PAINTER Brush & Roller $ 23.02 10.77 High work - All work 60 ft. or higher $ 24.22 10.77 Spray and Sandblasting $ 23.02 10.77 PAIN0055-006 01/01/2017 CLARK, COWLITZ, KLICKITAT, SKAMANIA and WAHKIAKUM COUNTIES Rates Fringes Painters: HIGHWAY & PARKING LOT STRIPER $ 34.37 11.38 PLAS0072-004 07/01/2016 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 $ 27.13 13.67 Zone Differential (Add to Zone 1 rate): Zone 2 - $2.00 BASE POINTS: Spokane, Pasco, Lewiston; Wenatchee Zone 1: 0 - 45 radius miles from the main post office Zone 2: Over 45 radius miles from the main post office PLAS0528-001 06/01/2017 CLALLAM, COWLITZ, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PACIFIC, PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON, WAHKIAKUM AND WHATCOM COUNTIES Rates Fringes CEMENT MASON CEMENT MASON $ 40.52 16.54 COMPOSITION, TROWEL MACHINE, GRINDER, POWER TOOLS, GUNNITE NOZZLE $ 41.02 16.54 TROWLING MACHINE OPERATOR ON COMPOSITION $ 41.02 16.54 PLAS0555-002 06/01/2015 CLARK, KLICKITAT AND SKAMANIA COUNTIES ZONE 1: Rates Fringes CEMENT MASON CEMENT MASONS DOING BOTH COMPOSITION/POWER MACHINERY AND SUSPENDED/HANGING SCAFFOLD$ 30.58 18.18 CEMENT MASONS ON SUSPENDED, SWINGING AND/OR HANGING SCAFFOLD $ 30.58 18.18 CEMENT MASONS $ 29.98 18.18 COMPOSITION WORKERS AND POWER MACHINERY OPERATORS$ 31.18 18.18 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 06/01/2016 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 $ 27.60 14.37 GROUP 2 $ 27.72 14.37 GROUP 3 $ 27.85 14.37 GROUP 4 $ 28.12 14.37 GROUP 5 $ 28.34 14.37 GROUP 6 $ 28.51 14.37 GROUP 7 $ 28.71 14.37 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. 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. 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 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 01/01/2017 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• $ 34.13 18.57 GROUP 2• $ 33.29 18.57 GROUP 3 $ 30.48 18.57 GROUP 4 $ 25.51 18.57 GROUP 5• $ 33.68 18.57 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 following listed cities: BELLINGHAM EVERETT SEATTLE TACOMA CENTRALIA SHELTON PORT ANGELES PORT TOWNSEND TRUCK DRIVERS CLASSIFICATIONS RAYMOND ANACORTES MT. VERNON ABERDEEN center of the OLYMPIA BELLEVUE KENT BREMERTON 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 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. TEAM0690-004 01/01/2017 ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT KITTITAS, LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMA COUNTIES Rates Fringes Truck drivers: (AREA 1: SPOKANE ZONE CENTER: Adams, Chelan, Douglas, Ferry, Grant, Kittitas, Lincoln, Okanogan, Pen Oreille, Spokane, Stevens, and Whitman Counties AREA 1: LEWISTON ZONE CENTER: Asotin, Columbia, and Garfield Counties AREA 2: PASCO ZONE CENTER: Benton, Franklin, Walla Walla and Yakima Counties) AREA 1: GROUP 1 $ 20.97 GROUP 2 $ 23.24 17.25 17.25 GROUP 3 $ 23.74 17.25 GROUP 4 $ 24.07 17.25 GROUP 5 $ 24.18 17.25 GROUP 6 $ 24.35 17.25 GROUP 7 $ 24.88 17.25 GROUP 8 $ 25.24 17.25 AREA 2: GROUP 1 $ 23.11 17.25 GROUP 2 $ 25.75 17.25 GROUP 3 $ 25.86 17.25 GROUP 4 $ 26.19 17.25 GROUP 5 $ 26.30 17.25 GROUP 6 $ 26.30 17.25 GROUP 7 $ 27.20 17.25 GROUP 8 $ 27.16 17.25 Zone Differential (Add to Zone 1 rate: Zone 1 + $2.00) BASE POINTS: Spokane, 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 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 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. Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis -Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health-related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health-related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. 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)) . The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. 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. 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 SECTION 6 - FAA GENERAL PROVISIONS G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.Docx 6-1 FAA GENERAL PROVISIONS These provisions shall govern the general construction and administration of this contract unless otherwise directed. Section No 6 FAA General Conditions is reprinted from Division I, General provisions, of the "Standard for Specifying Construction of Airports," published by the Federal Aviation Administration, including AC 150/5370-1OG issued July 21, 2014, updated May 13, 2016, and Notice G-1 dated January 26, 2015. G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.Docx 6-2 SECTION 10 - DEFINITION OF TERMS Whenever the following terms are used in these specifications, in the contract, or in any documents or other instruments pertaining to construction where these specifications govern, the intent and meaning shall be interpreted as follows. 10-01 AASHTO. The American Association of State Highway and Transportation Officials, the successor association to AASHO. 10-02 Access road The right-of-way, the roadway and all improvements constructed thereon connecting the airport to a public highway 10-03 Advertisement. A public announcement, as required by local law, inviting bids for work to be performed and materials to be furnished. 10-04 Airport Improvement Program (AIP) A grant-in-aid program, administered by the Federal Aviation Administration (FAA). 10-05 Air operations area (AOA) For the purpose of these specifications, the term air operations area (AOA) shall mean any area of the airport used or intended to be used for the landing, takeoff, or surface maneuvering of aircraft. An air operation area shall include such paved or unpaved areas that are used or intended to be used for the unobstructed movement of aircraft in addition to its associated runway, taxiway, or apron. 10-06 Airport. Airport means an area of land or water which is used or intended to be used for the landing and takeoff of aircraft; an appurtenant area used or intended to be used for airport buildings or other airport facilities or rights of way; and airport buildings and facilities located in any of these areas, and includes a heliport. 10-07 ASTM International (ASTM). Formerly known as the American Society for Testing and Materials (ASTM) 10-08 Award The Owner's notice to the successful Bidder of the acceptance of the submitted bid 10-09 Bidder Any individual, partnership, firm, or corporation, acting directly or through a duly authorized representative, who submits a proposal for the work contemplated. 10-10 Building area An area on the airport to be used, considered, or intended to be used for airport buildings or other airport facilities or rights-of-way together with all airport buildings and facilities located thereon. 10-11 Calendar day Every day shown on the calendar. 10-12 Change order. A written order to the Contractor covering changes in the plans, specifications, or proposal quantities and establishing the basis of payment and contract time adjustment, if any, for the work affected by such changes. The work, covered by a change order, must be within the scope of the contract. 10-13 Contract. The written agreement covering the work to be performed. The awarded contract shall include, but is not limited to: Advertisement, Contract Form, Proposal, Performance Bond, Payment Bond, any required insurance certificates, Specifications, Plans, and any addenda issued to Bidders 10-14 Contract item (pay item). A specific unit of work for which a price is provided in the contract. 10-15 Contract time. The number of calendar days or working days, stated in the proposal, allowed for completion of the contract, including authorized time extensions. If a calendar date of completion is stated in the proposal, in lieu of a number of calendar or working days, the contract shall be completed by that date G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.docx 6-3 10-16 Contractor The individual, partnership, firm, or corporation primarily liable for the acceptable performance of the work contracted and for the payment of all legal debts pertaining to the work who acts directly or through lawful agents or employees to complete the contract work 10-17 Contractor's laboratory. The Contractor's quality control organization in accordance with the Contractor Quality Control Program 10-18 Construction Safety and Phasing Plan (CSPP). The overall plan for safety and phasing of a construction project developed by the airport operator, or developed by the airport operator's consultant and approved by the airport operator It is included in the invitation for bids and becomes part of the project specifications. 10-19 Drainage system. The system of pipes, ditches, and structures by which surface or subsurface waters are collected and conducted from the airport area. 10-20 Engineer The individual, partnership, firm, or corporation duly authorized by the Owner to be responsible for engineering, inspection, and observation of the of the contract work and acting directly or through an authorized representative 10-21 Equipment. All machinery, together with the necessary supplies for upkeep and maintenance, and also all tools and apparatus necessary for the proper construction and acceptable completion of the work 10-22 Extra work. An item of work not provided for in the awarded contract as previously modified by change order or supplemental agreement, but which is found by the Engineer to be necessary to complete the work within the intended scope of the contract as previously modified 10-23 FAA. The Federal Aviation Administration of the U S Department of Transportation When used to designate a person, FAA shall mean the Administrator or his or her duly authorized representative 10-24 Federal specifications The Federal Specifications and Standards, Commercial Item Descriptions, and supplements, amendments, and indices thereto are prepared and issued by the General Services Administration of the Federal Government. 10-25 Force account. Force account work is planning, engineering, or construction work done by the Sponsor's employees. 10-26 Inspector. An authorized representative of the Engineer assigned to make all necessary inspections, observations and/or observation of test of the work performed or being performed, or of the materials furnished or being furnished by the Contractor. 10-27 Intention of terms Whenever, in these specifications or on the plans, the words "directed," "required," "permitted," "ordered," "designated," "prescribed," or words of like import are used, it shall be understood that the direction, requirement, permission, order, designation, or prescription of the Engineer is intended, and similarly, the words "approved," "acceptable," "satisfactory," or words of like import, shall mean approved by, or acceptable to, or satisfactory to the Engineer, subject in each case to the final determination of the Owner. Any reference to a specific requirement of a numbered paragraph of the contract specifications or a cited standard shall be interpreted to include all general requirements of the entire section, specification item, or cited standard that may be pertinent to such specific reference 10-28 Laboratory The official testing laboratories of the Owner or such other laboratories as may be designated by the Engineer. Also referred to as "Engineer's Laboratory" or "quality assurance laboratory " 10-29 Lighting A system of fixtures providing or controlling the light sources used on or near the airport or within the airport buildings. The field lighting includes all luminous signals, markers, floodlights, and illuminating devices used on or near the airport or to aid in the operation of aircraft landing at, taking off from, or taxiing on the airport surface G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS docx 6-4 10-30 Major and minor contract items A major contract item shall be any item that is listed in the proposal, the total cost of which is equal to or greater than 20% of the total amount of the award contract. All other items shall be considered minor contract items. 10-31 Materials Any substance specified for use in the construction of the contract work. 10-32 Notice to Proceed (NTP). A written notice to the Contractor to begin the actual contract work on a previously agreed to date If applicable, the Notice to Proceed shall state the date on which the contract time begins. 10-33 Owner The term "Owner" shall mean the party of the first part or the contracting agency signatory to the contract. Where the term "Owner" is capitalized in this document, it shall mean airport Sponsor only 10-34 Passenger Facility Charge (PFC). Per 14 CFR Part 158 and 49 USC § 40117, a PFC is a charge imposed by a public agency on passengers enplaned at a commercial service airport it controls." 10-35 Pavement. The combined surface course, base course, and subbase course, if any, considered as a single unit. 10-36 Payment bond. The approved form of security furnished by the Contractor and his or her surety as a guaranty that the Contractor will pay in full all bills and accounts for materials and labor used in the construction of the work. 10-37 Performance bond The approved form of security furnished by the Contractor and his or her surety as a guaranty that the Contractor will complete the work in accordance with the terms of the contract. 10-38 Plans. The official drawings or exact reproductions which show the location, character, dimensions and details of the airport and the work to be done and which are to be considered as a part of the contract, supplementary to the specifications. 10-39 Project. The agreed scope of work for accomplishing specific airport development with respect to a particular airport. 10-40 Proposal. The written offer of the Bidder (when submitted on the approved proposal form) to perform the contemplated work and furnish the necessary materials in accordance with the provisions of the plans and specifications 10-41 Proposal guaranty. The security furnished with a proposal to guarantee that the Bidder will enter into a contract if his or her proposal is accepted by the Owner 10-42 Runway. The area on the airport prepared for the landing and takeoff of aircraft. 10-43 Specifications. A part of the contract containing the written directions and requirements for completing the contract work. Standards for specifying materials or testing which are cited in the contract specifications by reference shall have the same force and effect as if included in the contract physically 10-44 Sponsor A Sponsor is defined in 49 USC § 47102(24) as a public agency that submits to the FAA for an AIP grant; or a private Owner of a public -use airport that submits to the FAA an application for an AIP grant for the airport. 10-45 Structures. Airport facilities such as bridges; culverts; catch basins, inlets, retaining walls, cribbing; storm and sanitary sewer lines; water lines, underdrains, electrical ducts, manholes, handholes, lighting fixtures and bases; transformers; flexible and rigid pavements; navigational aids; buildings; vaults, and, other manmade features of the airport that may be encountered in the work and not otherwise classified herein. 10-46 Subgrade. The soil that forms the pavement foundation. G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.docx 6-5 10-47 Superintendent. The Contractor's executive representative who is present on the work during progress, authorized to receive and fulfill instructions from the Engineer, and who shall supervise and direct the construction. 10-48 Supplemental agreement. A written agreement between the Contractor and the Owner covering (1) work that would increase or decrease the total amount of the awarded contract, or any major contract item, by more than 25%, such increased or decreased work being within the scope of the originally awarded contract; or (2) work that is not within the scope of the originally awarded contract. 10-49 Surety. The corporation, partnership, or individual, other than the Contractor, executing payment or performance bonds that are furnished to the Owner by the Contractor. 10-50 Taxiway For the purpose of this document, the term taxiway means the portion of the air operations area of an airport that has been designated by competent airport authority for movement of aircraft to and from the airport's runways, aircraft parking areas, and terminal areas 10-51 Work. The furnishing of all labor, materials, tools, equipment, and incidentals necessary or convenient to the Contractor's performance of all duties and obligations imposed by the contract, plans, and specifications 10-52 Working day A working day shall be any day other than a legal holiday, Saturday, or Sunday on which the normal working forces of the Contractor may proceed with regular work for at least six (6) hours toward completion of the contract. When work is suspended for causes beyond the Contractor's control, it will not be counted as a working day Saturdays, Sundays and holidays on which the Contractor's forces engage in regular work will be considered as working days This section adds additional definitions that are routinely used during correspondence with the Contractor. These definitions help reduce ambiguity when discussing terms. 10.53 Definitions. Wherever used in this supplement to the FAA General Provisions or in the other Contract Documents, the following terms have the meanings indicated which are applicable to both the singular and plural thereof. Addenda — Written and/or graphic instruments issued prior to the opening of bids that clarify, correct of change the bidding documents or the Contract Documents Agreement — The written Agreement between the OWNER and Contractor covering the work to be performed Other Contract Documents may be attached to the Agreement and made a part thereof as provided therein Application For Payment — The form accepted by the Engineer which is to be used by the Contractor in requesting progress or final payments and which is to include such supporting documentation as required by the Contract Documents. Bid — The offer or proposal of the Bidder submitted on the prescribed form setting forth the prices for the work to be performed Bonds — Bid, performance and payment bonds and other instruments of security Contract Documents — The Agreement, addenda (which pertain to the Contract Documents), Contractor's bid (including documentation accompanying the bid and any post -bid documentation submitted prior to the Notice of Award) when attached as an exhibit to the Agreement, the bonds, these general conditions, the supplemental general conditions, the specifications, the drawings as the same are more specifically identified in the Agreement, together with all modifications issued after the execution of the Agreement. Contract Price — The moneys payable by the OWNER to the Contractor under the Contract Documents as stated in the Agreement. Contract Time — The number of days or the date stated in the agreement for the completion of the work G \PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.docx 6-6 Day — A calendar day of twenty-four (24) hours measured from midnight to the next midnight. Defective — An adjective which when modifying the word work refers to work that is, in the Engineer's opinion, unsatisfactory, faulty or deficient, or does not conform to the Contract Documents or does not meet the requirements of any inspection, test or approval referred to in the Contract Documents, or has been damaged prior to the Engineer's recommendation of final payment. Drawings — The drawings which show the character and scope of the work to be performed and which have been prepared or approved by the Engineer and are referred to in the Contract Documents Effective Date of The Agreement — The date indicated in the Agreement on which it becomes effective, but if no such date is indicated it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. Field Order — A written order issued by the Engineer which orders minor changes in the work in accordance with Section 90-14, but which does not involve a change in the contract price or the contract time Modification — (1) A written amendment of the Contract Documents signed by both parties, (2) a change order, or (3) a field order. A modification may only be issued after the effective date of the Agreement. Notice of Award — The written notice by the OWNER to the apparent successful Bidder stating that upon compliance by the apparent successfully Bidder with the conditions precedent enumerated therein, within the time specified, the OWNER will sign and deliver the Agreement. Shop Drawings — All drawings, diagrams, illustrations, schedule and other data which are specifically prepared by the Contractor a subcontractor, manufacturer, fabricator, supplier, or distributor to illustrate some portion of the work and all illustrations, brochures, standard schedules, performance charts, instructions, diagrams and other information prepared by a manufacturer, fabricator, supplier or distributor and submitted by the Contractor to illustrate material or equipment for some portion of the work. Subcontractor — An individual, firm or corporation having a direct contact with the Contractor or with any other subcontractor for the performance of a part of the work at the site. Substantial Completion — The date at which the work, or a specified part thereof, has progressed to the point where in the opinion of the Engineer as evidenced by his definitive acknowledgment of substantial completion, it is sufficiently complete, in accordance with the Contract Documents, so that the work (or specified part) can be utilized for the purposes for which it was intended, of if there be no such acknowledgment issued, when final payment is due in accordance with Section 90-09. the terms "substantially complete" and "substantially completed" as applied to any work refer to substantial completion thereof 10.54 Miscellaneous. This section further defines notice, how contract time is computed, and general liability This section provides further clarification to the general discussion and provides specific information to supplement the FAA General Provisions Giving Notice Whenever any provision of the Contract Documents requires the giving of written notice it shall be deemed to have been validly given if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.docx 6-7 Computation of Time When any period of time is referred to in the Contract Documents by days, it shall be computed to exclude the first and include the last day of such period If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday by the law of the applicable jurisdiction, such a day shall be omitted from the computation General. Should the OWNER or Contractor suffer injury or damage to his person or property because of any error, omission or act of the other party or of any of the other party's employees or agents or others for whose acts the other party is legally liable, claim shall be made in writing to the other party within a reasonable time of the first observance of such injury or damage END OF SECTION 10 G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.docx 6-8 SECTION 20 - PROPOSAL REQUIREMENTS AND CONDITIONS 20-01 Advertisement (Notice to Bidders). 20-02 Qualification of -Bidders. Each Bidder shall furnish the Owner satisfactory evidence of his or her competency to perform the proposed work. Such evidence of competency, unless otherwise specified, shall consist of statements covering the Bidder's past experience on similar work, a list of equipment that would be available for the work, and a list of key personnel that would be available In addition, each Bidder shall furnish the Owner satisfactory evidence of his or her financial responsibility. Such evidence of financial responsibility, unless otherwise specified, shall consist of a confidential statement or report of the Bidder's financial resources and liabilities as of the last calendar year or the Bidder's last fiscal year. Such statements or reports shall be certified by a public accountant. At the time of submitting such financial statements or reports, the Bidder shall further certify whether his or her financial responsibility is approximately the same as stated or reported by the public accountant. If the Bidder's financial responsibility has changed, the Bidder shall qualify the public accountant's statement or report to reflect the Bidder's true financial condition at the time such qualified statement or report is submitted to the Owner. Unless otherwise specified, a Bidder may submit evidence that he or she is prequalified with the State Highway Division,and is on the current "Bidder's list" of the state in which the proposed work is located. Such evidence of State Highway Division prequalification may be submitted as evidence of financial responsibility in lieu of the certified statements or reports specified above. Each Bidder shall submit "evidence of competency" and "evidence of financial responsibility" to the Owner at the time of bid opening. ADDITIONAL CLARIFICATION TO SECTION 20-02 20-03 Contractor Qualification: This section adds Contractor qualifications that are required by the City of Yakima Additional Contractor Prequalification Submittals. Evidence of prequalification by Washington State Department of Transportation shall be accepted only for evidence of the Contractor's financial responsibility to perform the proposed work. All other evidence required in section 20-02 of the FAA General Provisions and the following supplemental submittal requirements for evaluation and determination for prequalification. a The Contractor's organization chart. The chart shall show the Contractor's organization structure and outline the process of dissemination of decisions, information and communication for daily work. b. The Contractor's product quality control plan The plan should identify quality control procedures and practices in place and frequency of performance. The plan shall identify personnel and their duties in implementing the plan. 20-04 Contents of proposal forms. The Owner shall furnish Bidders with proposal forms All papers bound with or attached to the proposal forms are necessary parts and must not be detached. The plans, specifications, and other documents designated in the proposal form shall be considered a part of the proposal whether attached or not. 20-05 Issuance of proposal forms. The Owner reserves the right to refuse to issue a proposal form to a prospective Bidder should such Bidder be in default for any of the following reasons: a. Failure to comply with any prequalification regulations of the Owner, if such regulations are cited, or otherwise included, in the proposal as a requirement for bidding. b. Failure to pay, or satisfactorily settle, all bills due for labor and materials on former contracts in force with the Owner at the time the Owner issues the proposal to a prospective Bidder G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.docx 6-9 c Documented record of Contractor default under previous contracts with the Owner. d Documented record of unsatisfactory work on previous contracts with the Owner 20-06 Interpretation of estimated proposal quantities. An estimate of quantities of work to be done and materials to be furnished under these specifications is given in the proposal. It is the result of careful calculations and is believed to be correct. It is given only as a basis for comparison of proposals and the award of the contract. The Owner does not expressly, or by implication, agree that the actual quantities involved will correspond exactly therewith, nor shall the Bidder plead misunderstanding or deception because of such estimates of quantities, or of the character, location, or other conditions pertaining to the work Payment to the Contractor will be made only for the actual quantities of work performed or materials furnished in accordance with the plans and specifications. It is understood that the quantities may be increased or decreased as hereinafter provided in the subsection 40-02 titled ALTERATION OF WORK AND QUANTITIES of Section 40 without in any way invalidating the unit bid prices. 20-07 Examination of plans, specifications, and site. The Bidder is expected to carefully examine the site of the proposed work, the proposal, plans, specifications, and contract forms Bidders shall satisfy themselves as to the character, quality, and quantities of work to be performed, materials to be furnished, and as to the requirements of the proposed contract. The submission of a proposal shall be prima facie evidence that the Bidder has made such examination and is satisfied as to the conditions to be encountered in performing the work and as to the requirements of the proposed contract, plans, and specifications Boring logs and other records of subsurface investigations and tests are available for inspection of Bidders It is understood and agreed that such subsurface information, whether included in the plans, specifications, or otherwise made available to the Bidder, was obtained and is intended for the Owner's design and estimating purposes only Such information has been made available for the convenience of all Bidders It is further understood and agreed that each Bidder is solely responsible for all assumptions, deductions, or conclusions which the Bidder may make or obtain from his or her examination of the boring logs and other records of subsurface investigations and tests that are furnished by the Owner 20-08 Preparation of proposal. The Bidder shall submit his or her proposal on the forms furnished by the Owner All blank spaces in the proposal forms must be correctly filled in where indicated for each and every item for which a quantity is given The Bidder shall state the price (written in ink or typed) both in words and numerals for which they propose to do for each pay item furnished in the proposal In case of conflict between words and numerals, the words, unless obviously incorrect, shall govern The Bidder shall sign the proposal correctly and in ink If the proposal is made by an individual, his or her name and post office address must be shown If made by a partnership, the name and post office address of each member of the partnership must be shown If made by a corporation, the person signing the proposal shall give the name of the state under the laws of which the corporation was chartered and the name, titles, and business address of the president, secretary, and the treasurer Anyone signing a proposal as an agent shall file evidence of his or her authority to do so and that the signature is binding upon the firm or corporation 20-09 Responsive and responsible Bidder A responsive bid conforms to all significant terms and conditions contained in the Sponsor's invitation for bid It is the Sponsor's responsibility to decide if the exceptions taken by a Bidder to the solicitation are material or not and the extent of deviation it is willing to accept. A responsible Bidder has the ability to perform successfully under the terms and conditions of a proposed procurement, as defined in 49 CFR § 18 36(b)(8). This includes such matters as Contractor integrity, compliance with public policy, record of past performance, and financial and technical resources. 20-10 Irregular proposals Proposals shall be considered irregular for the following reasons. a. If the proposal is on a form other than that furnished by the Owner, or if the Owner's form is altered, or if any part of the proposal form is detached b If there are unauthorized additions, conditional or alternate pay items, or irregularities of any kind that make the proposal incomplete, indefinite, or otherwise ambiguous G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.docx 6-10 c. If the proposal does not contain a unit price for each pay item listed in the proposal, except in the case of authorized alternate pay items, for which the Bidder is not required to furnish a unit price. d If the proposal contains unit prices that are obviously unbalanced. e If the proposal is not accompanied by the proposal guaranty specified by the Owner. The Owner reserves the right to reject any irregular proposal and the right to waive technicalities if such waiver is in the best interest of the Owner and conforms to local laws and ordinances pertaining to the letting of construction contracts. 20-11 Bid guarantee. Each separate proposal shall be accompanied by a certified check, cashier's check, or surety bond, in the amount of at least 5 percent of the total bid. Such check, or collateral, shall be made payable to the Owner. 20-12 Delivery of proposal. Each proposal submitted shall be placed in a sealed envelope plainly marked with the project number, location of airport, and name and business address of the Bidder on the outside. When sent by mail, preferably registered, the sealed proposal, marked as indicated above, should be enclosed in an additional envelope. No proposal will be considered unless received at the place specified in the advertisement or as modified by Addendum before the time specified for opening all bids. Proposals received after the bid opening time shall be returned to the Bidder unopened. 20-13 Withdrawal or revision of proposals. A Bidder may withdraw or revise (by withdrawal of one proposal and submission of another) a proposal provided that the Bidder's request for withdrawal is received by the Owner in writing or by email before the time specified for opening bids. Revised proposals must be received at the place specified in the advertisement before the time specified for opening all bids. 20-14 Public opening of proposals. Proposals shall be opened, and read, publicly at the time and place specified in the advertisement. Bidders, their authorized agents, and other interested persons are invited to attend. Proposals that have been withdrawn (by written or telegraphic request) or received after the time specified for opening bids shall be returned to the Bidder unopened. 20-15 Disqualification of Bidders. A Bidder shall be considered disqualified for any of the following reasons: a Submitting more than one proposal from the same partnership, firm, or corporation under the same or different name. b. Evidence of collusion among Bidders Bidders participating in such collusion shall be disqualified as Bidders for any future work of the Owner until any such participating Bidder has been reinstated by the Owner as a qualified Bidder. c. If the Bidder is considered to be in "default" for any reason specified in the subsection 20-04 titled ISSUANCE OF PROPOSAL FORMS of this section ADDITIONAL CLARIFICATION TO SECTION 20 20-16 Contract Documents: Intent and Reuse: Intent: This section provides additional clarification to ensure the Contractor understands the intent of the information provided in the Contract Documents. This includes statements to clarify all documents are complementary and work inferred based on well-known trade information should be expected. The Contract Documents comprise the entire Agreement between the OWNER and the Contractor concerning the work. They may be altered only by a Change Order. G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.docx 6-11 The Contract Documents are complementary; what is called for by one is as binding as if called for by all If, during the performance of the work, the Contractor finds a conflict, error, or discrepancy in the Contract Documents, he shall report it to the Engineer in writing at once and before proceeding with the work affected thereby; however, the Contractor shall not be liable to the OWNER or the Engineer for failure to report any conflict, error, or discrepancy in the Specifications or Drawings unless the Contractor had actual knowledge thereof or should reasonably have known thereof It is the intent of the Specifications and Drawings to describe a complete project to be constructed in accordance with the Contract Documents. Any work that may reasonably be inferred from the Specifications or Drawings as being required to produce the intended result shall be supplied whether or not it is specifically called for When words which have a well-known technical or trade meaning are used to describe work, materials, or equipment such words shall be interpreted in accordance with such meaning Reference to standard specifications, manuals, or codes of any technical society, organization of association, or to the code of any governmental authority, whether such reference be specific or by implication, shall mean the latest standard specification, manual or code in effect at the time of opening of Bids except as may be otherwise specifically stated. However, no provision of any referenced standard specification, manual, or code (whether or not specifically incorporated by reference in the Contract Documents) shall change the duties and responsibilities of the OWNER, Contractor, or Engineer, or any of their agents or employees from those set forth in the Contract Documents The Contract Documents will be governed by the law of the place of the Project. Reuse of Documents: This item is included by the Engineer to restrict others from copying or reusing Contract Documents without consent of the Engineer Neither the Contractor nor any subcontractor, manufacturer, fabricator, supplier, or distributor shall have or acquire any title to or ownership rights in any of the Drawings, Specifications or other documents, or copies of any thereof, prepared by of bearing the seal of the Engineer; and they shall not reuse any of them on extensions of the Project or any other project without written consent of the Engineer and specific written verification or adaptation by the Engineer END OF SECTION 20 G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.docx 6-12 SECTION 30 - AWARD AND EXECUTION OF CONTRACT 30-01 Consideration of proposals. After the proposals are publicly opened and read, they will be compared on the basis of the summation of the products obtained by multiplying the estimated quantities shown in the proposal by the unit bid prices. If a Bidder's proposal contains a discrepancy between unit bid prices written in words and unit bid prices written in numbers, the unit price written in words shall govern. Until the award of a contract is made, the Owner reserves the right to reject a Bidder's proposal for any of the following reasons. a. If the proposal is irregular as specified in the subsection 20-09 titled IRREGULAR PROPOSALS of Section 20 b. If the Bidder is disqualified for any of the reasons specified in the subsection 20-14 titled DISQUALIFICATION OF BIDDERS of Section 20. In addition, until the award of a contract is made, the Owner reserves the right to reject any or all proposals, waive technicalities, if such waiver is in the best interest of the Owner and is in conformance with applicable state and local laws or regulations pertaining to the letting of construction contracts; advertise for new proposals, or proceed with the work otherwise. All such actions shall promote the Owner's best interests. 30-02 Award of contract. The award of a contract, if it is to be awarded, shall be made within 90 calendar days of the date specified for publicly opening proposals, unless otherwise specified herein. Award of the contract shall be made by the Owner to the lowest, qualified Bidder whose proposal conforms to the cited requirements of the Owner. No award shall be made until the FAA has concurred in the Owner's recommendation to make such award and has approved the Owner's proposed contract to the extent that such concurrence and approval are required by 49 CFR Part 18. 30-03 Cancellation of award. The Owner reserves the right to cancel the award without liability to the Bidder, except return of proposal guaranty, at any time before a contract has been fully executed by all parties and is approved by the Owner in accordance with the subsection 30-07 titled APPROVAL OF CONTRACT of this section. 30-04 Return of proposal guaranty. All proposal guaranties, except those of the two lowest Bidders, will be returned immediately after the Owner has made a comparison of bids as specified in the subsection 30- 01 titled CONSIDERATION OF PROPOSALS of this section. Proposal guaranties of the two lowest Bidders will be retained by the Owner until such time as an award is made, at which time, the unsuccessful Bidder's proposal guaranty will be returned The successful Bidder's proposal guaranty will be returned as soon as the Owner receives the contract bonds as specified in the subsection 30-05 titled REQUIREMENTS OF CONTRACT BONDS of this section. 30-05 Requirements of contract bonds At the time of the execution of the contract, the successful Bidder shall furnish the Owner a surety bond or bonds that have been fully executed by the Bidder and the surety guaranteeing the performance of the work and the payment of all legal debts that may be incurred by reason of the Contractor's performance of the work. The surety and the form of the bond or bonds shall be acceptable to the Owner. Unless otherwise specified in this subsection, the surety bond or bonds shall be in a sum equal to the full amount of the contract. 30-06 Execution of contract. The successful Bidder shall sign (execute) the necessary agreements for entering into the contract and return the signed contract to the Owner, along with the fully executed surety bond or bonds specified in the subsection 30-05 titled REQUIREMENTS OF CONTRACT BONDS of this section, within 15 calendar days from the date mailed or otherwise delivered to the successful Bidder. If the contract is mailed, special handling is recommended. 30-07 Approval of contract. Upon receipt of the contract and contract bond or bonds that have been executed by the successful Bidder, the Owner shall complete the execution of the contract in accordance with local laws or ordinances, and return the fully executed contract to the Contractor. Delivery of the fully G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.docx 6-13 executed contract to the Contractor shall constitute the Owner's approval to be bound by the successful Bidder's proposal and the terms of the contract. 30-08 Failure to execute contract. Failure of the successful Bidder to execute the contract and furnish an acceptable surety bond or bonds within the 15 -calendar day period specified in the subsection 30-06 titled EXECUTION OF CONTRACT of this section shall be just cause for cancellation of the award and forfeiture of the proposal guaranty, not as a penalty, but as liquidation of damages to the Owner ADDITIONAL CLARIFICATION TO SECTION 30 30-09 Preliminary Matters: This section includes required contractual language from the City of Yakima regarding a preconstruction conference and documentation required prior to start of construction This establishes a 10 -day period for the Contractor to review and return the Contract and Insurance Certificates It also requires a preconstruction conference to review the project schedule, submittal process, and payment application process Before Starting Construction. Within ten (10) days after the effective date of the Agreement, unless otherwise specified, the Contractor shall submit to the Engineer for review and acceptance an estimated progress schedule indicating the starting and completion dates of the various stages of the work, a preliminary schedule of Shop Drawing submissions, and a preliminary schedule of values of the work Before any work at the site is started, the Contractor shall deliver to the OWNER with a copy to the Engineer, certificates and other evidence of insurance required by the OWNER which the Contractor is required to purchase and maintain. Preconstruction Conference. Within ten (10) days after the effective date of the Agreement, but before the Contractor starts the work, a conference will be held for review and acceptance of the schedules to establish procedures for handling Shop Drawings and other submittals and for processing Applications for Payment, and to establish a working understanding among the parties as to the work Presentation of a detailed project schedule is required Failure to comply with these requirements may dictate an additional preconstruction conference. END OF SECTION 30 G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.docx 6-14 SECTION 40 - SCOPE OF WORK 40-01 Intent of contract. The intent of the contract is to provide for construction and completion, in every detail, of the work described It is further intended that the Contractor shall furnish all labor, materials, equipment, tools, transportation, and supplies required to complete the work in accordance with the plans, specifications, and terms of the contract. 40-02 Alteration of work and quantities The Owner reserves and shall have the right to make such alterations in the work as may be necessary or desirable to complete the work originally intended in an acceptable manner Unless otherwise specified herein, the Engineer shall be and is hereby authorized to make such alterations in the work as may increase or decrease the originally awarded contract quantities, provided that the aggregate of such alterations does not change the total contract cost or the total cost of any major contract item by more than 25% (total cost being based on the unit prices and estimated quantities in the awarded contract) Alterations that do not exceed the 25% limitation shall not invalidate the contract nor release the surety, and the Contractor agrees to accept payment for such alterations as if the altered work had been a part of the original contract. These alterations that are for work within the general scope of the contract shall be covered by "Change Orders" issued by the Engineer Change orders for altered work shall include extensions of contract time where, in the Engineer's opinion, such extensions are commensurate with the amount and difficulty of added work. Should the aggregate amount of altered work exceed the 25% limitation hereinbefore specified, such excess altered work shall be covered by supplemental agreement. If the Owner and the Contractor are unable to agree on a unit adjustment for any contract item that requires a supplemental agreement, the Owner reserves the right to terminate the contract with respect to the item and make other arrangements for its completion. Supplemental agreements shall be approved by the FAA and shall include all applicable Federal contract provisions for procurement and contracting required under AIP. Supplemental agreements shall also require consent of the Contractor's surety and separate performance and payment bonds. 40-03 Omitted items. The Engineer may, in the Owner's best interest, omit from the work any contract item, except major contract items. Major contract items may be omitted by a supplemental agreement. Such omission of contract items shall not invalidate any other contract provision or requirement. Should a contract item be omitted or otherwise ordered to be non -performed, the Contractor shall be paid for all work performed toward completion of such item prior to the date of the order to omit such item. Payment for work performed shall be in accordance with the subsection 90-04 titled PAYMENT FOR OMITTED ITEMS of Section 90 40-04 Extra work. Should acceptable completion of the contract require the Contractor to perform an item of work for which no basis of payment has been provided in the original contract or previously issued change orders or supplemental agreements, the same shall be called "Extra Work." Extra Work that is within the general scope of the contract shall be covered by written change order Change orders for such Extra Work shall contain agreed unit prices for performing the change order work in accordance with the requirements specified in the order, and shall contain any adjustment to the contract time that, in the Engineer's opinion, is necessary for completion of such Extra Work. When determined by the Engineer to be in the Owner's best interest, the Engineer may order the Contractor to proceed with Extra Work as provided in the subsection 90-05 titled PAYMENT FOR EXTRA WORK of Section 90 Extra Work that is necessary for acceptable completion of the project, but is not within the general scope of the work covered by the original contract shall be covered by a Supplemental Agreement as defined in the subsection 10-48 titled SUPPLEMENTAL AGREEMENT of Section 10. Any claim for payment of Extra Work that is not covered by written agreement (change order or supplemental agreement) shall be rejected by the Owner. G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.docx 6-15 40-05 Maintenance of traffic. It is the explicit intention of the contract that the safety of aircraft, as well as the Contractor's equipment and personnel, is the most important consideration a It is understood and agreed that the Contractor shall provide for the free and unobstructed movement of aircraft in the air operations areas (AOAs) of the airport with respect to his or her own operations and the operations of all subcontractors as specified in the subsection 80-04 titled LIMITATION OF OPERATIONS of Section 80 It is further understood and agreed that the Contractor shall provide for the uninterrupted operation of visual and electronic signals (including power supplies thereto) used in the guidance of aircraft while operating to, from, and upon the airport as specified in the subsection 70-15 titled CONTRACTOR'S RESPONSIBILITY FOR UTILITY SERVICE AND FACILITIES OF OTHERS in Section 70 b With respect to his or her own operations and the operations of all subcontractors, the Contractor shall provide marking, lighting, and other acceptable means of identifying personnel, equipment, vehicles, storage areas, and any work area or condition that may be hazardous to the operation of aircraft, fire -rescue equipment, or maintenance vehicles at the airport. c When the contract requires the maintenance of vehicular traffic on an existing road, street, or highway during the Contractor's performance of work that is otherwise provided for in the contract, plans, and specifications, the Contractor shall keep such road, street, or highway open to all traffic and shall provide such maintenance as may be required to accommodate traffic The Contractor shall be responsible for the repair of any damage caused by the Contractor's equipment and personnel The Contractor shall furnish, erect, and maintain barricades, warning signs, flag person, and other traffic control devices in reasonable conformity with the Manual on Uniform Traffic Control Devices (MUTCD) (http.//mutcd.fhwa.dot.gov/), unless otherwise specified The Contractor shall also construct and maintain in a safe condition any temporary connections necessary for ingress to and egress from abutting property or intersecting roads, streets or highways Unless otherwise specified herein, the Contractor will not be required to furnish snow removal for such existing road, street, or highway. 40-06 Removal of existing structures All existing structures encountered within the established lines, grades, or grading sections shall be removed by the Contractor, unless such existing structures are otherwise specified to be relocated, adjusted up or down, salvaged, abandoned in place, reused in the work or to remain in place. The cost of removing such existing structures shall not be measured or paid for directly, but shall be included in the various contract items. Should the Contractor encounter an existing structure (above or below ground) in the work for which the disposition is not indicated on the plans, the Engineer shall be notified prior to disturbing such structure. The disposition of existing structures so encountered shall be immediately determined by the Engineer in accordance with the provisions of the contract. Except as provided in the subsection 40-07 titled RIGHTS IN AND USE OF MATERIALS FOUND IN THE WORK of this section, it is intended that all existing materials or structures that may be encountered (within the lines, grades, or grading sections established for completion of the work) shall be used in the work as otherwise provided for in the contract and shall remain the property of the Owner when so used in the work 40-07 Rights in and use of materials found in the work. Should the Contractor encounter any material such as (but not restricted to) sand, stone, gravel, slag, or concrete slabs within the established lines, grades, or grading sections, the use of which is intended by the terms of the contract to be either embankment or waste, the Contractor may at his or her option either a Use such material in another contract item, providing such use is approved by the Engineer and is in conformance with the contract specifications applicable to such use; or, b Remove such material from the site, upon written approval of the Engineer; or c Use such material for the Contractor's own temporary construction on site, or, d. Use such material as intended by the terms of the contract. G:\PROJECTS12016\16164E\Spec\16164 SPECIFICATIONS.docx 6-16 Should the Contractor wish to exercise option a , b., or c., the Contractor shall request the Engineer's approval in advance of such use. Should the Engineer approve the Contractor's request to exercise option a., b., or c , the Contractor shall be paid for the excavation or removal of such material at the applicable contract price The Contractor shall replace, at his or her own expense, such removed or excavated material with an agreed equal volume of material that is acceptable for use in constructing embankment, backfills, or otherwise to the extent that such replacement material is needed to complete the contract work. The Contractor shall not be charged for use of such material used in the work or removed from the site. Should the Engineer approve the Contractor's exercise of option a., the Contractor shall be paid, at the applicable contract price, for furnishing and installing such material in accordance with requirements of the contract item in which the material is used. It is understood and agreed that the Contractor shall make no claim for delays by reason of his or her exercise of option a., b., or c. The Contractor shall not excavate, remove, or otherwise disturb any material, structure, or part of a structure which is located outside the lines, grades, or grading sections established for the work, except where such excavation or removal is provided for in the contract, plans, or specifications. 40-08 Final cleanup Upon completion of the work and before acceptance and final payment will be made, the Contractor shall remove from the site all machinery, equipment, surplus and discarded materials, rubbish, temporary structures, and stumps or portions of trees. The Contractor shall cut all brush and woods within the limits indicated and shall leave the site in a neat and presentable condition. Material cleared from the site and deposited on adjacent property will not be considered as having been disposed of satisfactorily, unless the Contractor has obtained the written permission of such property Owner. END OF SECTION 40 G:\PROJECTS12016\16164E\Spec\16164 SPECIFICATIONS.docx 6-17 SECTION 50 - CONTROL OF WORK 50-01 Authority of the Engineer. The Engineer shall decide any and all questions which may arise as to the quality and acceptability of materials furnished, work performed, and as to the manner of performance and rate of progress of the work. The Engineer shall decide all questions that may arise as to the interpretation of the specifications or plans relating to the work. The Engineer shall determine the amount and quality of the several kinds of work performed and materials furnished which are to be paid for the under contract. The Engineer does not have the authority to accept pavements that do not conform to FAA specification requirements. 50-02 Conformity with plans and specifications. All work and all materials furnished shall be in reasonably close conformity with the lines, grades, grading sections, cross-sections, dimensions, material requirements, and testing requirements that are specified (including specified tolerances) in the contract, plans or specifications If the Engineer finds the materials furnished, work performed, or the finished product not within reasonably close conformity with the plans and specifications but that the portion of the work affected will, in his or her opinion, result in a finished product having a level of safety, economy, durability, and workmanship acceptable to the Owner, the Engineer will advise the Owner of his or her determination thethe affected work be accepted and remain in place In this event, the Engineer will document the determination and recommend to the Owner a basis of acceptance that will provide for an adjustment in the contract price for the affected portion of the work The Engineer's determination and recommended contract price adjustments will be based on sound engineering judgment and such tests or retests of the affected work as are, in the Engineer's opinion, needed Changes in the contract price shall be covered by contract change order or supplemental agreement as applicable If the Engineer finds the materials furnished, work performed, or the finished product are not in reasonably close conformity with the plans and specifications and have resulted in an unacceptable finished product, the affected work or materials shall be removed and replaced or otherwise corrected by and at the expense of the Contractor in accordance with the Engineer's written orders For the purpose of this subsection, the term "reasonably close conformity" shall not be construed as waiving the Contractor's responsibility to complete the work in accordance with the contract, plans, and specifications The term shall not be construed as waiving the Engineer's responsibility to insist on strict compliance with the requirements of the contract, plans, and specifications during the Contractor's execution of the work, when, in the Engineer's opinion, such compliance is essential to provide an acceptable finished portion of the work. For the purpose of this subsection, the term "reasonably close conformity" is also intended to provide the Engineer with the authority, after consultation with the FAA, to use sound engineering judgment in his or her determinations as to acceptance of work that is not in strict conformity, but will provide a finished product equal to or better than that intended by the requirements of the contract, plans and specifications. The Engineer will not be responsible for the Contractor's means, methods, techniques, sequences, or procedures of construction or the safety precautions incident thereto. 50-03 Coordination of contract, plans, and specifications. The contract, plans, specifications, and all referenced standards cited are essential parts of the contract requirements. A requirement occurring in one is as binding as though occurring in all They are intended to be complementary and to describe and provide for a complete work. In case of discrepancy, calculated dimensions will govern over scaled dimensions; contract technical specifications shall govern over contract general provisions, plans, cited" standards for materials or testing, and cited advisory circulars (ACs); contract general provisions shall govern over plans, cited standards for materials or testing, and cited ACs, plans shall govern over cited standards for materials or testing and cited ACs If any paragraphs contained in the Special Provisions conflict with General Provisions or Technical Specifications, the Special Provisions shall govern. G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.docx 6-18 From time to time, discrepancies within cited testing standards occur due to the timing of the change, edits, and/or replacement of the standards If the Contractor discovers any apparent discrepancy within standard test methods, the Contractor shall immediately ask the Engineer for an interpretation and decision, and such decision shall be final 50-04 Cooperation of Contractor The Contractor will be supplied with five copies each of the plans and specifications The Contractor shall have available on the work at all times one copy each of the plans and specifications Additional copies of plans and specifications may be obtained by the Contractor for the cost of reproduction. The Contractor shall give constant attention to the work to facilitate the progress thereof, and shall cooperate with the Engineer and his or her inspectors and with other contractors in every way possible The Contractor shall have a competent superintendent on the work at all times who is fully authorized as his or her agent on the work. The superintendent shall be capable of reading and thoroughly understanding the plans and specifications and shall receive and fulfill instructions from the Engineer or his or her authorized representative 50-05 Cooperation between contractors. The Owner reserves the right to contract for and perform other or additional work on or near the work covered by this contract. When separate contracts are let within the limits of any one project, each Contractor shall conduct the work so as not to interfere with or hinder the progress of completion of the work being performed by other Contractors Contractors working on the same project shall cooperate with each other as directed Each Contractor involved shall assume all liability, financial or otherwise, in connection with his or her contract and shall protect and save harmless the Owner from any and all damages or claims that may arise because of inconvenience, delays, or loss experienced because of the presence and operations of other Contractors working within the limits of the same project. The Contractor shall arrange his or her work and shall place and dispose of the materials being used so as not to interfere with the operations of the other Contractors within the limits of the same project. The Contractor shall join his or her work with that of the others in an acceptable manner and shall perform it in proper sequence to that of the others 50-06 Construction layout and stakes. The Engineer shall establish horizontal and vertical control only The Contractor must establish all layout required for the construction of the work. Such stakes and markings as the Engineer may set for either their own or the Contractor's guidance shall be preserved by the Contractor In case of negligence on the part of the Contractor, or their employees, resulting in the destruction of such stakes or markings, an amount equal to the cost of replacing the same may be deducted from subsequent estimates due the Contractor at the discretion of the Engineer The Construction survey control will be the secondary and primary control stations identified by the Engineer and used for the design These were established using the procedures in FAA AC FAA AC 150/5300-16A. If additional secondary control stations are needed they must be surveyed to the temporary control standards and procedures in accordance with FAA AC 150/5300-16A. When staking out construction features the construction survey must verify consistency with the secondary project control. If secondary project control has been disturbed the survey must verify consistency with primary project control. The Contractor must verify his internal secondary control monuments a minimum of once per month. Prior to performing the initial control survey, submit a methodology statement to the Engineer for their review, complete with survey equipment to be utilized and with information as to the accuracy of the equipment. The Contractor will be required to furnish all lines, grades and measurements from the control points necessary for the proper execution and control of the work contracted for under these specifications. G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.docx 6-19 The Contractor must give copies of survey notes to the Engineer for each area of construction and for each placement of material as specified to allow the Engineer to make periodic checks for conformance with plan grades, alignments and grade tolerances required by the applicable material specifications. All surveys must be provided to the Engineer prior to commencing work items that will cover or disturb the survey staking as set by the Contractor's surveyor Survey(s) and notes shall be provided in the following format(s) hard copy. In the case of error, on the part of the Contractor, their surveyor, employees or subcontractors, resulting in established grades, alignment or grade tolerances that do not concur with those specified or shown on the plans, the Contractor is solely responsible for correction, removal, replacement and all associated costs at no additional cost to the Owner. No direct payment will be made, unless otherwise specified in contract documents, for this labor, materials, or other expenses The cost shall be included in the price of the bid for the various items of the Contract. Construction Staking and Layout includes but is not limited to. a Clearing and Grubbing perimeter staking b. Rough Grade slope stakes at 100 -foot (30-m) stations c. Drainage Swales slope stakes and flow line blue tops at 50 -foot (15-m) stations Subgrade blue tops at 25 -foot (7.5-m) stations and 25 -foot (7.5-m) offset distance (maximum) for the following section locations: a Runway — minimum five (5) per station b Taxiways — minimum three (3) per station c Holding apron areas — minimum three (3) per station d. Roadways — minimum three (3) per station Base Course blue tops at 25 -foot (7..5-m) stations and 25 -foot (7.5-m) offset distance (maximum) for the following section locations a. Runway — minimum five (5) per station b. Taxiways — minimum three (3) per station c. Holding apron areas — minimum three (3) per station Pavement areas: a. Edge of Pavement hubs and tacks (for stringline by Contractor) at 100 -foot (30-m) stations b. Between Lifts at 25 -foot (7.5-m) stations for the following section locations. (1) Runways — each paving lane width (2) Taxiways — each paving lane width (3) Holding areas — each paving lane width c. After finish paving operations at 50 -foot (15-m) stations: (1) All paved areas — Edge of each paving lane prior to next paving lot d Shoulder and safety area blue tops at 50 -foot (15-m) stations and at all break points with maximum of 50 -foot (15-m) offsets. e. Fence lines at 100 -foot (30-m) stations minimum. G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.docx 6-20 f Electrical and Communications System locations, lines and grades including but not limited to duct runs, connections, fixtures, signs, lights, Visual Approach Slope Indicators (VASIs), Precision Approach Path Indicators (PAPIs), Runway End Identifier Lighting (REIL), Wind Cones, Distance Markers (signs), pull boxes and manholes g Drain lines, cut stakes and alignment on 25 -foot (7 5-m) stations, inlet and manholes h Painting and Striping layout (pinned with 1 5 inch PK nails) marked for paint Contractor (All nails shall be removed after painting) i Laser, or other automatic control devices, shall be checked with temporary control point or grade hub at a minimum of once per 400 feet (120 m) per pass (that is, paving lane). The establishment of Survey Control and/or reestablishment of survey control shall be by a State Licensed Land Surveyor Controls and stakes disturbed or suspect of having been disturbed shall be checked and/or reset as directed by the Engineer without additional cost to the Owner ADDITIONAL CLARIFICATION TO SECTION 50-06 No survey layout by the engineer is anticipated for this project 50-07 Automatically controlled equipment. Whenever batching or mixing plant equipment is required to be operated automatically under the contract and a breakdown or malfunction of the automatic controls occurs, the equipment may be operated manually or by other methods for a period 48 hours following the breakdown or malfunction, provided this method of operations will produce results which conform to all other requirements of the contract. 50-08 Authority and duties of inspectors Inspectors shall be authorized to inspect all work done and all material furnished Such inspection may extend to all or any part of the work and to the preparation, fabrication, or manufacture of the materials to be used. Inspectors are not authorized to revoke, alter, or waive any provision of the contract. Inspectors are not authorized to issue instructions contrary to the plans and specifications or to act as foreman for the Contractor Inspectors are authorized to notify the Contractor or his or her representatives of any failure of the work or materials to conform to the requirements of the contract, plans, or specifications and to reject such nonconforming materials in question until such issues can be referred to the Engineer for a decision 50-09 Inspection of the work. All materials and each part or detail of the work shall be subject to inspection The Engineer shall be allowed access to all parts of the work and shall be furnished with such information and assistance by the Contractor as is required to make a complete and detailed inspection If the Engineer requests it, the Contractor, at any time before acceptance of the work, shall remove or uncover such portions of the finished work as may be directed After examination, the Contractor shall restore said portions of the work to the standard required by the specifications. Should the work thus exposed or examined prove acceptable, the uncovering, or removing, and the replacing of the covering or making good of the parts removed will be paid for as extra work, but should the work so exposed or examined prove unacceptable, the uncovering, or removing, and the replacing of the covering or making good of the parts removed will be at the Contractor's expense Any work done or materials used without supervision or inspection by an authorized representative of the Owner may ,be ordered removed and replaced at the Contractor's expense unless the Owner's representative failed to inspect after having been given reasonable notice in writing that the work was to be performed. Should the contract work include relocation, adjustment, or any other modification to existing facilities, not the property of the (contract) Owner, authorized representatives of the Owners of such facilities shall have the right to inspect such work. Such inspection shall in no sense make any facility owner a party to the contract, and shall in no way interfere with the rights of the parties to this contract. G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.docx 6-21 50-10 Removal of unacceptable and unauthorized work. All work that does not conform to the requirements of the contract, plans, and specifications will be considered unacceptable, unless otherwise determined acceptable by the Engineer as provided in the subsection 50-02 titled CONFORMITY WITH PLANS AND SPECIFICATIONS of this section. Unacceptable work, whether the result of poor workmanship, use of defective materials, damage through carelessness, or any other cause found to exist prior to the final acceptance of the work, shall be removed immediately and replaced in an acceptable manner in accordance with the provisions of the subsection 70- 14 titled CONTRACTOR'S RESPONSIBILITY FOR WORK of Section 70 No removal work made under provision of this subsection shall be done without lines and grades having been established by the Engineer. Work done contrary to the instructions of the Engineer, work done beyond the lines shown on the plans or as established by the -Engineer, except as herein specified, or any extra work done without authority, will be considered as unauthorized and will not be paid for under the provisions of the contract. Work so done may be ordered removed or replaced at the Contractor's expense. Upon failure on the part of the Contractor to comply with any order of the Engineer made under the provisions of this subsection, the Engineer will have authority to. cause unacceptable work to be remedied or removed and replaced and unauthorized work to be removed and to deduct the costs incurred by the Owner from any monies due or to become due the Contractor. 50-11 Load restrictions. The Contractor shall comply with all legal load restrictions in the hauling of materials on public roads beyond the limits of the work A special permit will not relieve the Contractor of liability for damage that may result from the moving of material or equipment. The operation of equipment of such weight or so loaded as to cause damage to structures or to any other type of construction will not be permitted. Hauling of materials over the base course or surface course under construction shall be limited as directed. No loads will be permitted on a concrete pavement, base, or structure before the expiration of the curing period The Contractor shall be responsible for all damage done by his or her hauling equipment and shall correct such damage at his or her own expense 50-12 Maintenance during construction. The Contractor shall maintain the work during construction and until the work is accepted. Maintenance shall constitute continuous and effective work prosecuted day by day, with adequate equipment and forces so that the work is maintained in satisfactory condition at all times. In the case of a contract for the placing of a course upon a course or subgrade previously constructed, the Contractor shall maintain the previous course or subgrade during all construction operations. All costs of maintenance work during construction and before the project is accepted shall be included in the unit prices bid on the various contract items, and the Contractor will not be paid an additional amount for such work. 50-13 Failure to maintain the work. Should the Contractor at any time fail to maintain the work as provided in the subsection 50-12 titled MAINTENANCE DURING CONSTRUCTION- of this section, the Engineer shall immediately notify the Contractor of such noncompliance. Such notification shall specify a reasonable time within which the Contractor shall be required to remedy such unsatisfactory maintenance condition. The time specified will give due consideration to the exigency that exists. Should the Contractor fail to respond to the Engineer's notification, the Owner may suspend any work necessary for the Owner to correct such unsatisfactory maintenance condition, depending on the exigency that exists. Any maintenance cost incurred by the Owner, shall be deducted from monies due or to become due the Contractor 50-14 Partial acceptance If at any time during the execution of the project the Contractor substantially completes a usable unit or portion of the work, the occupancy of which will benefit the Owner, the Contractor may request the Engineer to make final inspection of that unit. If the Engineer finds upon inspection that the unit has been satisfactorily completed in compliance with the contract, the Engineer may accept it as being complete, and the Contractor may be relieved of further responsibility for that unit. Such partial acceptance and beneficial occupancy by the Owner shall not void or alter any provision of the contract. G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.docx 6-22 50-15 Final acceptance. Upon due notice from the Contractor of presumptive completion of the entire project, the Engineer and Owner will make an inspection. If all construction provided for and contemplated by the contract is found to be complete in accordance with the contract, plans, and specifications, such inspection shall constitute the final inspection The Engineer shall notify the Contractor in writing of final acceptance as of the date of the final inspection If, however, the inspection discloses any work, in whole or in part, as being unsatisfactory, the Engineer will give the Contractor the necessary instructions for correction of same and the Contractor shall immediately comply with and execute such instructions Upon correction of the work, another inspection will be made which shall constitute the final inspection, provided the work has been satisfactorily completed. In such event, the Engineer will make the final acceptance and notify the Contractor in writing of this acceptance as of the date of final inspection 50-16 Claims for adjustment and disputes. If for any reason the Contractor deems that additional compensation is due for work or materials not clearly provided for in the contract, plans, or specifications or previously authorized as extra work, the Contractor shall notify the Engineer in writing of his or her intention to claim such additional compensation before the Contractor begins the work on which the Contractor bases the claim If such notification is not given or the Engineer is not afforded proper opportunity by the Contractor for keeping strict account of actual cost as required, then the Contractor hereby agrees to waive any claim for such additional compensation Such notice by the Contractor and the fact that the Engineer has kept account of the cost of the work shall not in any way be construed as proving or substantiating the validity of the claim When the work on which the claim for additional compensation is based has been completed, the Contractor shall, within 10 calendar days, submit a written claim to the Engineer who will present it to the Owner for consideration in accordance with local laws or ordinances Nothing in this subsection shall be construed as a waiver of the Contractor's right to dispute final payment based on differences in measurements or computations ADDITIONAL CLARIFICATION TO SECTION 50 50-17 Contractor's Responsibilities: This section supplements the FAA general provisions with contractual language required on City of Yakima projects The first section clarifies the requirements of project supervision The second section discusses requirements of labor and equipment. The third section establishes requirements for Subcontractors performing work on site. The third section also reinforces that the Contractor is ultimately responsible for any work performed by a Subcontractor on site Supervision and Superintendence. The Contractor shall supervise and direct the work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the work in accordance with the Contract Documents The Contractor shall be solely responsible for the means, methods, techniques, sequences and procedures of construction, but the Contractor shall not be solely responsible for the negligence of others in the design or selection of a specific means, method, technique, sequence, or procedure of construction which is indicated in and required by the Contract Documents The Contractor shall be responsible to see that the finished work complies accurately with the Contract Documents The Contractor shall keep on the work at all times during its progress a competent resident superintendent, who shall not be replaced without written notice to the OWNER and the Engineer except under extraordinary circumstances The superintendent will be the Contractor's representative at the site and shall have authority to act on behalf of the Contractor All communications given to the superintendent shall be as binding as if given to the Contractor Labor, Materials and Equipment: The Contractor shall provide competent, suitably qualified personnel to lay out the work and perform construction as required by the Contract Documents The Contractor shall at all times maintain good discipline and order at the site. Except in connection with the safety of protection of persons or the work or property at the site or adjacent thereto, all work at the site shall be performed during regular working hours, and the Contractor will not permit the performance of work on Saturday or Sunday or any legal holiday G \PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.docx 6-23 without the OWNER's written consent given after prior written notice to the Engineer. The Contractor shall furnish all materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, Tight, heat, telephone, water and sanitary facilities, and all other facilities and incidentals necessary for the execution, testing, initial operations and completion of the work. All materials and equipment shall be as specified in the Contract Documents The Contractor shall furnish satisfactory evidence, reports of required tests, as to the kind and quality of materials and equipment. All materials and equipment shall be applied, installed, connected, erected, used, cleaned, and conditioned in accordance with the instruction of the applicable manufacturer, fabricator, supplier or distributor, except as otherwise provided in the Contract Documents. Concerning Subcontractors: The Contractor shall not employ any subcontractor or other person or organization (including those who are to furnish the principal items of materials or equipment), whether initially or as a substitute, against whom the OWNER or the Engineer may have reasonable objection. A subcontractor or other person or organization identified in writing to the OWNER and the Engineer by the Contractor prior to the Notice of Award, and not objected to in writing by the OWNER or the Engineer prior to the Notice of Award will be deemed acceptable to the OWNER and the Engineer Acceptance of any subcontractor, other person or organization by the OWNER or the Engineer shall not constitute a waiver of any right of the OWNER or the Engineer to reject defective work. If the OWNER or the Engineer after due investigation has reasonable objection to any subcontractor, other person or organization by the Contractor after the Notice of Award, the Contractor shall submit an acceptable substitute and the Contract Price shall be increased or decreased by the difference in cost occasioned by such substitution, and an appropriate Change Order shall be issued. The Contractor shall not be required to employ any subcontractor, other person or organization against whom the Contractor has reasonable objection. The Contractor shall be fully responsible for all acts and omissions of his subcontractors and of persons and organizations for whose acts any of them may be liable to the same extent that the Contractor is responsible for the acts and omission of persons directly employed by the Contractor. Nothing in the Contract Documents shall create any contractual relationship between the OWNER with the subcontractor, nor shall it create any obligation on the part of the OWNER or the Engineer to pay or to see to the payment of any moneys due any subcontractor or other person or organization, except as may otherwise be required by law The OWNER or Engineer may furnish to any subcontractor or other person or organization, to the extent practicable, evidence of amounts paid to the Contractor on account of specific work done. The sections of the Specifications and the identifications of any Drawings shall not control the Contractor in dividing the work among subcontractors or delineating the work to be performed by any specific trade. All work performed for the Contractor by a subcontractor will be pursuant to an appropriate agreement between the Contractor and the subcontractor which specifically binds the subcontractor to the applicable terms and conditions of the Contract Documents for the benefit of the OWNER and the Engineer END OF SECTION 50 G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.docx 6-24 SECTION 60 - CONTROL OF MATERIALS 60-01 Source of supply and quality requirements The materials used in the work shall conform to the requirements of the contract, plans, and specifications. Unless otherwise specified, such materials that are manufactured or processed shall be new (as compared to used or reprocessed). In order to expedite the inspection and testing of materials, the Contractor shall furnish complete statements to the Engineer as to the origin, composition, and manufacture of all materials to be used in the work. Such statements shall be furnished promptly after execution of the contract but, in all cases, prior to delivery of such materials Contractor shall supply steel and manufactured products that conform to the Buy American provisions established under 49 USC Section 50101 as follows' "Steel products must be 100% U.S. domestic product Manufactured Products Preference shall be given to products that are 100% manufactured and assembled in the U.S Manufactured products not meeting the 100% U.S. domestic preference may only be used on the project if the FAA has officially granted a permissible waiver to Buy American Preferences Submittals for all manufactured products must include certification of compliance with Buy American requirements as established under 49 USC Section 50101. Submittal must include sufficient information to confirm compliance or submittal will be returned with no action " At the Engineer's option, materials may be approved at the source of supply before delivery is stated. If it is found after trial that sources of supply for previously approved' materials do not produce specified products, the Contractor shall furnish materials from other sources The Contractor shall furnish airport lighting equipment that conforms to the requirements of cited materials specifications In addition, where an FAA specification for airport lighting equipment is cited in the plans or specifications, the Contractor shall furnish such equipment that is. a Listed in advisory circular (AC) 150/5345-53, Airport Lighting Equipment Certification Program, and Addendum that is in effect on the date of advertisement; and, b. Produced by the manufacturer as listed in the Addendum cited above for the certified equipment part number. The following Airport Lighting Equipment is required for this contract and is to be furnished by the Contractor in accordance with the requirements of this sub -section Retroreflective Marker, L-853, AC 150/5345-39, and AC 150/5345-53, effective on the date the contract is advertised. 60-02 Samples, tests, and cited specifications. Unless otherwise designated, all materials used in the work shall be inspected, tested, and approved by the Engineer before incorporation in the work. Any work in which untested materials are used without approval or written permission of the Engineer shall be performed at the Contractor's risk. Materials found to be unacceptable and unauthorized will not be paid for and, if directed by the Engineer, shall be removed at the Contractor's expense. Unless otherwise designated, quality assurance tests in accordance with the cited standard methods of ASTM, American Association of State Highway and Transportation Officials (AASHTO), Federal Specifications, Commercial Item Descriptions, and all other cited methods, which are current on the date of advertisement for bids, will be made by and at the expense of the Engineer. The testing organizations performing on-site quality assurance field tests shall have copies of all referenced standards on the construction site for use by all technicians and other personnel, including the Contractor's representative at his or her request. Unless otherwise designated, samples for quality assurance will be taken by a qualified representative of the Engineer. All materials being used are subject to inspection, test, or rejection at any time prior to or during incorporation into the work Copies of all tests will be furnished to the Contractor's representative at their request after review and approval of the Engineer G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.docx 6-25 The Contractor shall employ a testing organization to perform all Contractor required Quality Control tests. The Contractor shall submit to the Engineer resumes on all testing organizations and individual persons who will be performing the tests The Engineer will determine if such persons are qualified All the test data shall be reported to the Engineer after the results are known. A legible, handwritten copy of all test data shall be given to the Engineer daily, along with printed reports, in an approved format, on a weekly basis After completion of the project, and prior to final payment, the Contractor shall submit a final report to the Engineer showing all test data reports, plus an analysis of all results showing ranges, averages, and corrective action taken on all failing tests. 60-03 Certification of compliance The Engineer may permit the use, prior to sampling and testing, of certain materials or assemblies when accompanied by manufacturer's certificates of compliance stating that such materials or assemblies fully comply with the requirements of the contract. The certificate shall be signed by the manufacturer. Each lot of such materials or assemblies delivered to the work must be accompanied by a certificate of compliance in which the lot is clearly identified Materials or assemblies used on the basis of certificates of compliance may be sampled and tested at any time and if found not to be in conformity with contract requirements will be subject to rejection whether in place or not. The form and distribution of certificates of compliance shall be as approved by the Engineer. When a material or assembly is specified by "brand name or equal" and the Contractor elects to furnish the specified "brand name," the Contractor shall be required to furnish the manufacturer's certificate of compliance for each lot of such material or assembly delivered to the work Such certificate of compliance shall clearly identify each lot delivered and shall certify as to a Conformance to the specified performance, testing, quality or dimensional requirements, and, b Suitability of the material or assembly for the use intended in the contract work. Should the Contractor propose to furnish an "or equal" material or assembly, the Contractor shall furnish the manufacturer's certificates of compliance as hereinbefore described for the specified brand name material or assembly. However, the Engineer shall be the sole judge as to whether the proposed "or equal" is suitable for use in the work The Engineer reserves the right to refuse permission for use of materials or assemblies on the basis of certificates of compliance 60-04 Plant inspection The Engineer or his or her authorized representative may inspect, at its source, any specified material or assembly to be used in the work. Manufacturing plants may be inspected from time to time for the purpose of determining compliance with specified manufacturing methods or materials to be used in the work and to obtain samples required for acceptance of the material or assembly Should the Engineer conduct plant inspections, the following conditions shall exist: a The Engineer shall have the cooperation and assistance of the Contractor and the producer with whom the Engineer has contracted for materials b The Engineer shall have full entry at all reasonable times to such parts of the plant that concern the manufacture or production of the materials being furnished c. If required by the Engineer, the Contractor shall arrange for adequate office or working space that may be reasonably needed for conducting plant inspections Office or working space should be conveniently located with respect to the plant. It is understood and agreed that the Owner shall have the right to retest any material that has been tested and approved at the source of supply after it has been delivered to the site The Engineer shall have the right to reject only material which, when retested, does not meet the requirements of the contract, plans, or specifications. G:\PROJECTS12016\16164E\Spec\16164 SPECIFICATIONS.docx 6-26 60-05 Engineer's field office. An Engineer's field office is not required. 60-06 Storage of materials. Materials shall be so stored as to assure the preservation of their quality and fitness for the work. Stored materials, even though approved before storage, may again be inspected prior to their use in the.work. Stored materials shall be located to facilitate their prompt inspection. The Contractor shall coordinate the storage of all materials with the Engineer. Materials to be stored on airport property shall not create an obstruction to air navigation nor shall they interfere with the free and unobstructed movement of aircraft. Unless otherwise shown on the plans, the storage of materials and the location of the Contractor's plant and parked equipment or vehicles shall be as directed by the Engineer. Private property shall not be used for storage purposes without written permission of the Owner or lessee of such property. The Contractor shall make all arrangements and bear all expenses for the storage of materials on private property. Upon request, the Contractor shall furnish the Engineer a copy of the property Owner's permission. All storage sites on private or airport property shall be restored to their original condition by the Contractor at his or her entire expense, except as otherwise agreed to (in writing) by the Owner or lessee of the property. 60-07 Unacceptable materials. Any material or assembly that does not conform to the requirements of the contract, plans, or specifications shall be considered unacceptable and shall be rejected. The Contractor shall remove any rejected material or assembly from the site of the work, unless otherwise instructed by the Engineer. Rejected material or assembly, the defects of which have been corrected by the Contractor, shall not be returned to the site of the work until such time as the Engineer has approved its use in the work. 60-08 Owner furnished materials The Contractor shall furnish all materials required to complete the work, except those specified, if any, to be furnished by the Owner. Owner -furnished materials shall be made available to the Contractor at the location specified. All costs of handling, transportation from the specified location to the site of work, storage, and installing Owner -furnished materials shall be included in the unit price bid for the contract item in which such Owner - furnished material is used. After any Owner -furnished material has been delivered to the location specified, the Contractor shall be responsible for any demurrage, damage, loss, or other deficiencies that may occur during the Contractor's handling, storage, or use of such Owner -furnished material. The Owner will deduct from any monies due or to become due the Contractor any cost incurred by the Owner in making good such loss due to the Contractor's handling, storage, or use of Owner -furnished materials. END OF SECTION 60 G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.docx 6-27 SECTION 70 - LEGAL REGULATIONS AND RESPONSIBILITY TO PUBLIC 70-01 Laws to be observed. The Contractor shall keep fully informed of all Federal and state laws, all local laws, ordinances, and regulations and all orders and decrees of bodies or tribunals having any jurisdiction or authority, which in any manner affect those engaged or employed on the work, or which in any way affect the conduct of the work. The Contractor shall at all times observe and comply with all such laws, ordinances, regulations, orders, and decrees; and shall protect and indemnify the Owner and all his or her officers, agents, or servants against any claim or liability arising from or based on the violation of any such law, ordinance, regulation, order, or decree, whether by the Contractor or the Contractor's employees. 70-02 Permits, licenses, and taxes. The Contractor shall procure all permits and licenses, pay all charges, fees, and taxes, and give all notices necessary and incidental to the due and lawful execution of the work. 70-03 Patented devices, materials, and processes. If the Contractor is required or desires to use any design, device, material, or process covered by letters of patent or copyright, the Contractor shall provide for such use by suitable legal agreement with the Patentee or Owner The Contractor and the surety shall indemnify and hold harmless the Owner, any third party, or political subdivision from any and all claims for infringement by reason of the use of any such patented design, device, material or process, or any trademark or copyright, and shall indemnify the Owner for any costs, expenses, and damages which it may be obliged to pay by reason of an infringement, at any time during the execution or after the completion of the work. 70-04 Restoration of surfaces disturbed by others. The Owner reserves the right to authorize the construction, reconstruction, or maintenance of any public or private utility service, FAA or National Oceanic and Atmospheric Administration (NOAA) facility, or a utility service of another government agency at any time during the progress of the work. Except as listed above, the Contractor shall not permit any individual, firm, or corporation to excavate or otherwise disturb such utility services or facilities located within the limits of the work without the written. permission of the Engineer. Should the Owner of public or private utility service, FAA, or NOAA facility, or a utility service of another government agency be authorized to construct, reconstruct, or maintain such utility service or facility during the progress of the work, the Contractor shall cooperate with such Owners by arranging and performing the work in this contract to facilitate such construction, reconstruction or maintenance by others whether or not such work by others is listed above. When ordered as extra work by the Engineer, the Contractor shall make all necessary repairs to the work which are due to such authorized work by others, unless otherwise provided for in the contract, plans, or specifications. It is understood and agreed that the Contractor shall not be entitled to make any claim for damages due to such authorized work by others or for any delay to the work resulting from such authorized work. 70-05 Federal aid participation For Airport Improvement Program (AIP) contracts, the United States Government has agreed to reimburse the Owner for some portion of the contract costs. Such reimbursement is made from time to time upon the Owner's request to the FAA. In consideration of the United States Government's (FAA's) agreement with the Owner, the Owner has included provisions in this contract pursuant to the requirements of Title 49 of the USC and the Rules and Regulations of the FAA that pertain to the work. As required by the USC, the contract work is subject to the inspection and approval of duly authorized representatives of the FAA Administrator, and is further subject to those provisions of the rules and regulations that are cited in the contract, plans, or specifications. No requirement of the USC, the rules and regulations implementing the USC, or this contract shall be construed as making the Federal Government a party to the contract nor will any such requirement interfere, in any way, with the rights of either party to the contract. G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.docx 6-28 70-06 Sanitary, health, and safety provisions The Contractor shall provide and maintain in a neat, sanitary condition such accommodations for the use of his or her employees as may be necessary to comply with the requirements of the state and local Board of Health, or of other bodies or tribunals having jurisdiction Attention is directed to Federal, state, and local laws, rules and regulations concerning construction safety and health standards The Contractor shall not require any worker to work in surroundings or under conditions that are unsanitary, hazardous, or dangerous to his or her health or safety 70-07 Public convenience and safety. The Contractor shall control his or her operations and those of his or her subcontractors and all suppliers, to assure the least inconvenience to the traveling public Under all circumstances, safety shall be the most important consideration The Contractor shall maintain the free and unobstructed movement of aircraft and vehicular traffic with respect to his or her own operations and those of his or her subcontractors and all suppliers in accordance with the subsection 40-05 titled MAINTENANCE OF TRAFFIC of Section 40 hereinbefore specified and shall limit such operations for the convenience and safety of the traveling public as specified in the subsection 80-04 titled LIMITATION OF OPERATIONS of Section 80 hereinafter 70-08 Barricades, warning signs, and hazard markings. The Contractor shall furnish, erect, and maintain all barricades, warning signs, and markings for hazards necessary to protect the public and the work. When used during periods of darkness, such barricades, warning signs, and hazard markings shall be suitably illuminated Unless otherwise specified, barricades, warning signs, and markings for hazards that are in the air operations area (AOAs) shall be a maximum of 18 inches (0.5 m) high Unless otherwise specified, barricades shall be spaced not more than 4 feet (1.2 m) apart. Barricades, warning signs, and markings shall be paid for under subsection 40-05 For vehicular and pedestrian traffic, the Contractor shall furnish, erect, and maintain barricades, warning signs, lights and other traffic control devices in reasonable conformity with the Manual on Uniform Traffic Control Devices When the work requires closing an air operations area of the airport or portion of such area, the Contractor shall furnish, erect, and maintain temporary markings and associated lighting conforming to the requirements of advisory circular (AC) 150/5340-1, Standards for Airport Markings The Contractor shall furnish, erect, and maintain markings and associated lighting of open trenches, excavations, temporary stock piles, and the Contractor's parked construction equipment that may be hazardous to the operation of emergency fire -rescue or maintenance vehicles on the airport in reasonable conformance to AC 150/5370-2, Operational Safety on Airports During Construction The Contractor shall identify each motorized vehicle or piece of construction equipment in reasonable conformance to AC 150/5370-2 The Contractor shall furnish and erect all barricades, warning signs, and markings for hazards prior to commencing work that requires such erection and shall maintain the barricades, warning signs, and markings for hazards until their removal is directed by the Engineer Open -flame type lights shall not be permitted. 70-09 Use of explosives. When the use of explosives is necessary for the execution of the work, the Contractor shall exercise the utmost care not to endanger life or property, including new work The Contractor shall be responsible for all damage resulting from the use of explosives All explosives shall be stored in a secure manner in compliance with all laws and ordinances, and all such storage places shall be clearly marked Where no local laws or ordinances apply, storage shall be provided satisfactory to the Engineer and, in general, not closer than 1,000 feet (300 m) from the work or from any building, road, or other place of human occupancy G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.docx 6-29 The Contractor shall notify each property Owner and public utility company having structures or facilities in proximity to the site of the work of his or her intention to use explosives. Such notice shall be given sufficiently in advance to enable them to take such steps as they may deem necessary to protect their property from injury. The use of electrical blasting caps shall not be permitted on or within 1,000 feet (300 m) of the airport property. 70-10 Protection and restoration of property and landscape. The Contractor shall be responsible for the preservation of all public and private property, and shall protect carefully from disturbance or damage all land monuments and property markers until the Engineer has witnessed or otherwise referenced their location and shall not move them until directed. The Contractor shall be responsible for all damage or injury to property of any character, during the execution of the work, resulting from any act, omission, neglect, or misconduct in manner or method of executing the work, or at any time due to defective work or materials, and said responsibility shall not be released until the project has been completed and accepted. When or where any direct or indirect damage or injury is done to public or private property by or on account of any act, omission, neglect, or misconduct in the execution of the work, or in consequence of the non - execution thereof by the Contractor, the Contractor shall restore, at his or her own expense, such property to a condition similar or equal to that existing before such damage or injury was done, by repairing, or otherwise restoring as may be directed, or the Contractor shall make good such damage or injury in an acceptable manner. 70-11 Responsibility for damage,claims. The Contractor shall indemnify andsave harmless the Engineer and the Owner and their officers, and employees from all suits, actions, or claims, of any character, brought because of any injuries or damage received or sustained by any person, persons, or property on account of the operations of the Contractor; or on account of or in consequence of any neglect in safeguarding the work; or through use of unacceptable materials in constructing the work; or because of any act or omission, neglect, or misconduct of said Contractor; or because of any claims or amounts recovered from any infringements of patent, trademark, or copyright; or from any claims or amounts arising or recovered under the "Workmen's Compensation Act," or any other law, ordinance, order, or decree. Money due the Contractor under and by virtue of his or her contract considered necessary by the Owner for such purpose may be retained for the use of the Owner or, in case no money is due, his or her surety may be held until such suits, actions, or claims for injuries or damages shall have been settled and suitable evidence to that effect furnished to the Owner, except that money due the Contractor will not be withheld when the Contractor produces satisfactory evidence that he or she is adequately protected by public liability and property damage insurance. 70-12 Third party beneficiary clause. It is specifically agreed between the parties executing the contract that it is not intended by any of the provisions of any part of the contract to create for the public or any member thereof, a third party beneficiary or to authorize anyone not a party to the contract to maintain a suit for personal injuries or property damage pursuant to the terms or provisions of the contract. 70-13 Opening sections of the work to traffic. Should it be necessary for the Contractor to complete portions of the contract work for the beneficial occupancy of the Owner prior to completion of the entire contract, such "phasing" of the work shall be specified herein and indicated on the plans. When so specified, the Contractor shall complete such portions of the work on or before the date specified or as otherwise specified. The Contractor shall make his/her own estimate of the inherent difficulties involved in arranging the work for Phases 1-3 as shown in the construction drawings to permit such beneficial occupancy by the Owner as described below: Upon completion of any portion of the work listed above, such portion shall be accepted by the Owner in accordance with the subsection 50-14 titled PARTIAL ACCEPTANCE of Section 50. G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.docx 6-30 No portion of the work may be opened by the Contractor for public use until ordered by the Engineer in writing Should it become necessary to open a portion of the work to public traffic on a temporary or intermittent basis, such openings shall be made when, in the opinion of the Engineer, such portion of the work is in an acceptable condition to support the intended traffic Temporary or intermittent openings are considered to be inherent in the work and shall not constitute either acceptance of the portion of the work so opened or a waiver of any provision of the contract. Any damage to the portion of the work so opened that is not attributable to traffic which is permitted by the Owner shall be repaired by the Contractor at his or her expense. The Contractor shall make his or her own estimate of the inherent difficulties involved in completing the work under the conditions herein described and shall not claim any added compensation by reason of delay or increased cost due to opening a portion of the contract work Contractor shall be required to conform to safety standards contained in AC 150/5370-2 (see Special Provisions) Contractor shall refer to the approved Construction Safety Phasing Plan (CSPP) to identify barricade requirements and other safety requirements prior to opening up sections of work to traffic 70-14 Contractor's responsibility for work. Until the Engineer's final written acceptance of the entire completed work, excepting only those portions of the work accepted in accordance with the subsection 50- 14 titled PARTIAL ACCEPTANCE of Section 50, the Contractor shall have the charge and care thereof and shall take every precaution against injury or damage to any part due to the action of the elements or from any other cause, whether arising from the execution or from the non -execution of the work. The Contractor shall rebuild, repair, restore, and make good all injuries or damages to any portion of the work occasioned by any of the above causes before final acceptance and shall bear the expense thereof except damage to the work due to unforeseeable causes beyond the control of and without the fault or negligence of the Contractor, including but not restricted to acts of God such as earthquake, tidal wave, tornado, hurricane or other cataclysmic phenomenon of nature, or acts of the public enemy or of government authorities If the work is suspended for any cause whatever, the Contractor shall be responsible for the work and shall take such precautions necessary to prevent damage to the work. The Contractor shall provide for normal drainage and shall erect necessary temporary structures, signs, or other facilities at his or her expense During such period of suspension of work, the Contractor shall properly and continuously maintain in an acceptable growing condition all living material in newly established planting, seeding, and sodding furnished under the contract, and shall take adequate precautions to protect new tree growth and other important vegetative growth against injury 70-15 Contractor's responsibility for utility service and facilities of others As provided in the subsection 70-04 titled RESTORATION OF SURFACES DISTURBED BY OTHERS of this section, the Contractor shall cooperate with the Owner of any public or private utility service, FAA or NOAA, or a utility service of another government agency that may be authorized by the Owner to construct, reconstruct or maintain such utility services or facilities during the progress of the work In addition, the Contractor shall control their operations to prevent the unscheduled interruption of such utility services and facilities To the extent that such public or private utility services, FAA, or NOAA facilities, or utility services of another governmental agency are known to exist within the limits of the contract work, the approximate locations have been indicated on the plans. It is understood and agreed that the Owner does not guarantee the accuracy or the completeness of the location information relating to existing utility services, facilities, or structures that may be shown on the plans or encountered in the work. Any inaccuracy or omission in such information shall not relieve the Contractor of the responsibility to protect such existing features from damage or unscheduled interruption of service. It is further understood and agreed that the Contractor shall, upon execution of the contract, notify the Owners of all utility services or other facilities of his or her plan of operations Such notification shall be in writing addressed to THE PERSON TO CONTACT as provided in this subsection and subsection 70-04 titled RESTORATION OF SURFACES DISTURBED BY OTHERS of this section A copy of each notification shall be given to the Engineer. G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.docx 6-31 In addition to the general written notification provided, it shall be the responsibility of the Contractor to keep such individual Owners advised of changes in their plan of operations that would affect such Owners. Prior to beginning the work in the general vicinity of an existing utility service or facility, the Contractor shall again notify each such Owner of their plan of operation If, in the Contractor's opinion, the Owner's assistance is needed to locate the utility service or facility or the presence of a representative of the Owner is desirable to observe the work, such advice should be included in the notification. Such notification shall be given by the most expeditious means to reach the utility owner's PERSON TO CONTACT no later than two normal business days prior to the Contractor's commencement of operations in such general vicinity. The Contractor shall furnish a written summary of the notification to the Engineer. The Contractor's failure to give the two days' notice shall be cause for the Owner to suspend the Contractor's operations in the general vicinity of a utility service or facility Where the outside limits of an underground utility service have been located and staked on the ground, the Contractor shall be required to use hand excavation methods within 3 feet (1 m) of such outside limits at such points as may be required to ensure protection from damage due to the Contractor's operations. Should the Contractor damage or interrupt the operation of a utility service or facility by accident or otherwise, the Contractor shall immediately notify the proper authority and the Engineer and shall take all reasonable measures to prevent further damage or interruption of service. The Contractor, in such events, shall cooperate with the utility service or facility owner and the Engineer continuously until such damage has been repaired and service restored to the satisfaction of the utility or facility owner The Contractor shall bear all costs of damage and restoration of service to any utility service or facility due to their operations whether due to negligence or accident. The Owner reserves the right to deduct such costs from any monies due or which may become due the Contractor, or his or her surety. 70-16 Furnishing rights-of-way. The Owner will be responsible for furnishing all rights-of-way upon which the work is to be constructed in advance of the Contractor's operations. 70-17 Personal liability of public officials. In carrying out any of the contract provisions or in exercising any power or authority granted by this contract, there shall be no liability upon the Engineer, his or her authorized representatives, or any officials of the Owner either personally or as an official of the Owner. It is understood that in such matters they act solely as agents and representatives of the Owner. 70-18 No waiver of legal rights Upon completion of the work, the Owner will expeditiously make final inspection and notify the Contractor of final acceptance. Such final acceptance, however, shall not preclude or stop the Owner from correcting any measurement, estimate, or certificate made before or after completion of the work, nor shall the Owner, be precluded or stopped from recovering from the Contractor or his or her surety, or both, such overpayment as may be sustained, or by failure on the part of the Contractor to fulfill his or her obligations under the contract. A waiver on the part of the Owner of any breach of any part of the contract shall not be held to be a waiver of any other or subsequent breach. The Contractor, without prejudice to the terms of the contract, shall be liable to the Owner for latent defects, fraud, or such gross mistakes as may amount to fraud, or as regards the Owner's rights under any warranty or guaranty. 70-19 Environmental protection The Contractor shall comply with all Federal, state, and local laws and regulations controlling pollution of the environment. The Contractor shall take necessary precautions to prevent pollution of streams, lakes, ponds, and reservoirs with fuels, oils, bitumens, chemicals, or other harmful materials and to prevent pollution of the atmosphere from particulate and gaseous matter. 70-20 Archaeological and historical findings. Unless otherwise specified in this subsection, the Contractor is advised that the site of the work is not within any property, district, or site, and does not contain any building, structure, or object listed in the current National Register of Historic Places published by the United States Department of Interior G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.docx 6-32 Should the Contractor encounter, during his or her operations, any building, part of a building, structure, or object that is incongruous with its surroundings, the Contractor shall immediately cease operations in that location and notify the Engineer The Engineer will immediately investigate the Contractor's finding and the Owner will direct the Contractor to either resume operations or to suspend operations as directed Should the Owner order suspension of the Contractor's operations in order to protect an archaeological or historical finding, or order the Contractor to perform extra work, such shall be covered by an appropriate contract change order or supplemental agreement as provided in the subsection 40-04 titled EXTRA WORK of Section 40 and the subsection 90-05 titled PAYMENT FOR EXTRA WORK of Section 90 If appropriate, the contract change order or supplemental agreement shall include an extension of contract time in accordance with the subsection 80-07 titled DETERMINATION AND EXTENSION OF CONTRACT TIME of Section 80 ADDITIONAL CLARIFICATION TO SECTION 70 70-21 Bonds and Insurance: This section supplements the FAA General Provisions by addressing insurance requirements for the Contractor. Insurance items include Performance and Payment Bonds, Liability Insurance and Property Insurance This information is required on City of Yakima projects Performance and Payment Bonds: Bonds shall remain in effect until one (1) year after the date of Substantial Completion, except as otherwise provided by law. All Bonds shall be in the forms prescribed by the bidding documents and be executed by such Sureties as (1) are licensed to conduct business in the state where the Project is located, and (2) are named in the current list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Audit Staff, Bureau of Accounts, U S. Treasury Department. All Bonds signed by an agent must be accompanied by a certified copy of the authority to act. If the Surety on any Bond furnished by the Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in any state where any part of the Project is located or it ceases to meet the requirements of clauses (1) and (2) of Section 70-21, the Contractor shall within five (5) days thereafter substitute another Bond and Surety, both of which shall be acceptable to the OWNER. Contractor's Liability Insurance: The Contractor shall purchase and maintain such comprehensive general liability and other insurance as will provide protection from claims set forth below which may arise out of or result from the Contractor's performance of the work and the Contractor's other obligations under the Contract Documents, whether such performance is by the Contractor, by any subcontractor, by anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable: a Claims under workers' or workmen's compensation, disability benefits, and other similar employee benefit acts; b. Claims for damages because of bodily injury, occupational sickness or disease, or death of the Contractor's employees; c Claims for damages because of bodily injury, sickness or disease, or death of any person other than the Contractor's employees, d. Claims for damages insured by personal injury liability coverage which are sustained (1) by any person as a result of an offense directly or indirectly related to the employment of such person by the Contractor, or (2) by any other person for any other reason; e Claims for damages, other than to the work itself, because of injury to or destruction of tangible property, including loss of use resulting therefrom; and G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.docx 6-33 f. Claims for damages because of bodily injury or death of any person or property damage arising out of the ownership, maintenance, or use of any motor vehicle. The insurance required by this Section 70-21 shall include the specific coverages and be written for not less than the limits of liability and coverages provided in the Information for Bidders, or required by law, whichever is greater. The comprehensive general liability insurance shall include completed operations insurance All such insurance shall contain a provision that the coverage afforded will not be canceled, materially changed or renewal refused until at least thirty (30) days' prior written notice has been given to the OWNER and the Engineer All such insurance shall remain in effect until final payment and at all times thereafter when the Contractor may be correcting, removing or replacing defective work In addition, the Contractor shall maintain such completed operations insurance for at least one (1) year after final payment and furnish the OWNER with evidence of continuation of such insurance at final acceptance and one year thereafter Contractual Liability Insurance: The comprehensive general liability insurance required by Section 70-21 will include contractual liability insurance applicable to the Contractor's obligations under Section 50 and Section 80. Owner's Liability Insurance: The OWNER shall be responsible for purchasing and maintaining his own liability insurance and, at his option, may purchase and maintain such insurance as well protect the OWNER against claims which may arise from operations under the Contract Documents Property Insurance: The Contractor shall purchase and maintain property insurance upon the work at the site to the full insurable value thereof on- portions of the work stored on and off the site or in transit when such portions of the work are to be included in an Applications for Payment. The policies of insurance required to be purchased and maintained by the Contractor in accordance with this Section 70-21 shall contain a provision that the coverage afforded will not be canceled or materially changed until at least thirty (30) days' prior written notice has been given to the OWNER and the Engineer If the OWNER requests in writing that other special insurance be included in the' property insurance policy, the Contractor shall, if possible include such insurance, and the cost thereof shall, be charged to the OWNER by appropriate Change Order. Prior to commencement of the work at the site, the Contractor will in writing advise the OWNER whether or not such other insurance has been procured by the Contractor Waiver of Rights: The OWNER and Contractor waive all rights against each other and the subcontractors and their agents and employees and against the Engineer and separate Contractor's (if any) and their subcontractor's agents and employees, for damages caused by fire or other perils to the extent covered by insurance provided under Section 70-21 of any other property insurance applicable to the work, except such rights as they may have to the proceeds of such insurance held by the OWNER as trustee. Receipt and Application of Proceeds. Any insured loss under the policies of insurance required by Section 70-21 shall be adjusted with the OWNER and made payable to the OWNER as trustee for the insured, as their interests may appear, subject to the requirements of any applicable mortgage clause and of Section 70-21 The OWNER shall deposit in a separate account any money so received, and he shall distribute it in accordance with such agreement as the parties in interest may reach. If no other special agreement is reached, the damaged work shall be repaired or replaced, the moneys so received applied on account thereof and the work and the cost thereof covered by an appropriate Change Order. G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.docx 6-34 The OWNER as trustee shall have the power to adjust and settle any loss with the insurers unless one of the parties in interest objects to the OWNER's exercise of this power in writing within fifteen (15) days after the occurrence of loss If such an objection is made, the OWNER as trustee shall make settlement with the insurers in accordance with such agreement as the parties in interest may reach. If required in writing by any party in interest, the OWNER as trustee shall upon the occurrence of an insured loss, give bond for the proper performance of his duties Acceptance of Insurance: If the OWNER has any objection to the coverage afforded by or other provisions of the insurance required to be purchased and maintained in accordance with Section 70-21 on the basis of its not complying with the Contract Documents, the OWNER will notify the Contractor in writing thereof within thirty (30) days of the date of delivery of such certificates to the OWNER in accordance with Section 70-21 The Contractor will provide to the OWNER such additional information in respect of insurance provided by him as the OWNER may reasonably request. Failure by the OWNER to give any such notice of objection within the line provided shall constitute acceptance of such insurance purchased by the Contractor as complying with the Contract Documents Partial Utilization — Property Insurance. If the OWNER finds it necessary to occupy or use a portion or portions of the work prior to Substantial Completion of all the work, such use or occupancy may be accomplished provided that no such use or occupancy shall commence before the insurers providing the property insurance have acknowledged notice thereof and in writing effected the changes in coverage necessitated thereby The insurers providing the property insurance shall consent by endorsement on the policy or policies, but the property insurance shall not be canceled or lapse on account of any such partial use or occupancy. 70-22 Suspension of Work and Termination: This section addresses suspension of work and termination of the Contractor by the Owner It establishes occurrences and notice requirements that allow the Owner to terminate the Contract. This information is required on City of Yakima projects Owner May Suspend Work: The OWNER may, at any time and without cause, suspend the work or any portion thereof for a period of not more than ninety (90) days by notice in writing to the Contractor and Engineer which shall fix the date on which work shall be resumed The Contractor shall resume the work on the date so fixed The Contractor will be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to any suspension if he makes a claim therefore as provided in Sections 90-14 and 90-15. Owner May Terminate. Upon the occurrence of any one or more of the following events a If the Contractor is adjudged bankrupt or insolvent; b If the Contractor makes a general assignment for the benefit of creditors; c. If a trustee or receiver is appointed for the Contractor or for any of the Contractor's property. d If the Contractor files a petition to take advantage of any debtor's act, or to reorganize under bankruptcy or similar laws, e If the Contractor repeatedly fails to supply sufficient skilled workers or suitable materials or equipment; G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.docx 6-35 f. If the Contractor repeatedly fails to make prompt payments to subcontractors or for labor, materials, or equipment; g. If the Contractor disregards laws, ordinances, rules, regulations, or orders of any public body having jurisdiction; h. If the Contractor disregards the authority of the Engineer; or i. If the Contractor otherwise violates in any substantial way any provisions of the Contract Documents. The OWNER may after giving the Contractor and his Surety seven (7) days written notice, terminate the services on the Contractor, exclude the Contractor from the site and take possession of the work and all the Contractor's tools, appliances, construction equipment and machinery at the site and use the same to the full extent they could be used by the Contractor (without liability to the Contractor for trespass or conversion), incorporate in the work all materials and equipment stored at the site or for which the OWNER has paid the Contractor but which are stored elsewhere, and finish the work as the OWNER may deem expedient. In such case the Contractor shall not be entitled to receive any further payment until the work is finished. If the unpaid balance .of the Contract Price exceeds the direct and indirect costs of completing the work, including compensation for additional professional services, such excess shall be paid to the Contractor If such costs exceed such unpaid balance, the Contractor shall pay the difference to the OWNER. Such costs incurred by the OWNER shall be verified by the Engineer and incorporated in a Change Order, but in finishing the work the OWNER shall not be required to obtain thelowest figure for the work performed • Where the Contractor's services have been so terminated by the OWNER, the termination shall not affect any rights of the OWNER against the Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due the Contractor by the OWNER will not release the Contractor from liability. Upon seven (7) days written notice to the Contractor and Engineer, the OWNER may; without cause and without prejudice to any other right or remedy, elect to abandon the work and terminate the Agreement. In such case, the Contractor shall be paid for all work executed and any expense sustained plus reasonable termination expenses. Contractor May Stop Work or Terminate: If, through no act or fault of the Contractor, the work is suspended for a period of more than ninety (90) days by the OWNER or under an order of court or other public authority, or the Engineer fails to act on any Application for Payment within thirty (30) days after it is submitted, or the OWNER fails for sixty (60) days to pay the Contractor any sum finally determined by the Engineer to be due, then the Contractor may, upon seven (7) days written notice to the OWNER and Engineer, terminate the Agreement and recover from the OWNER payment for all work executed and any expense sustained plus reasonable termination expenses In addition, and in lieu of terminating the Agreement, if the Engineer has failed to act on the Application for Payment or the OWNER has failed to make any payment as aforesaid, the Contractor may upon seven (7) days written notice to the OWNER and Engineer stop the work until payment of all amounts then due. The provisions of this paragraph shall not relieve the Contractor of his obligations under Sections 50 and 80 to carry on the work in accordance with the progress schedule and without delay during disputes and disagreements with the OWNER. 70-23 Arbitration. This section addresses the process and notice requirements for arbitration in the cast of claim or dispute matters This information is included and required on City of Yakima projects. All claims, disputes, and other matters in questions between the OWNER and Contractor arising out of, or relating to the Contract Documents or the breach thereof except for claims which have been waived by the making or acceptance of final payment as provided by Section 90, shall be decided by arbitration in accordance with the Construction Industry Arbitration Rules of the America Arbitration Association then pertaining subject to the limitation of This Section 70-23. This agreement so to arbitrate and any other agreement or consent to arbitrate entered into in accordance herewith as provided in this Section 70-23 will be specifically enforceable under the prevailing arbitration law of any court having jurisdiction. G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.docx 6-36 No demand for arbitration of any claim, dispute or other matter that is required to be referred to the Engineer initially for decision in accordance with Section 80-10 shall be made until the earlier of (1) the date on which the Engineer has rendered a decision or (2) the tenth day after the parties have presented their evidence to the Engineer if a written decision has not been rendered by the Engineer before that date No demand for arbitration of any such claim, dispute or other matter shall be made later than thirty (30) days after the date on which the Engineer has rendered a written decision in respect thereof in accordance with Section 80-16 and the failure to demand arbitration within said thirty (30) days period shall result in the Engineer's decision being final and binding upon the OWNER and Contractor. If the Engineer renders a decision after arbitration proceedings have been initiated, such decision may be entered as evidence but shall not superseded the arbitration proceedings, except where the decision is acceptable to the parties concerned Notice of the demand for arbitration shall be filed in writing with the other party to the Agreement and with the American Arbitration Association, and a copy shall be sent to the Engineer for information. The demand for arbitration shall be made within the thirty (30) day period specified in Section 70-23 where applicable, and in all other cases within a reasonable time after the claim, dispute or other matter in question has arisen, and in no event, shall any such demand be made after institution of legal or equitable proceedings based on such claim, dispute or other matter in question would be barred by the applicable statute of limitations. No arbitration arising out of or relating to the Contract Documents shall include by consolidation, joinder or in any other manner any other person or entity, including the Engineer, his agents, employees or consultants, who is not a party to this Agreement unless* a The inclusion of such other person or entity is necessary if complete relief is to be afforded among those who are already parties to the arbitration b Such other person or entity is substantially involved in a question of law or fact which is common to those who are already parties to the arbitration and which will arise in such proceedings, and c The written consent of the other person or entity sought to be included and of the OWNER and Contractor has been obtained for such inclusion, which consent shall make specific reference to this paragraph, but no such consent shall constitute consent to arbitration of any dispute not specifically described in such consent or to arbitration with any party not specifically identified in such consent. The award rendered by the arbitrators will be final, judgment may be entered upon it in any court having jurisdiction thereof, and will not be subject to modification or appeal except to the extent permitted by Sections 10 and 11 of the Federal Arbitration Act (9 U S C. 10, 11) END OF SECTION 70 G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.docx 6-37 SECTION 80 - EXECUTION AND PROGRESS 80-01 Subletting of contract. The Owner will not recognize any subcontractor on the work. The Contractor shall at all times when work is in progress be represented either in person, by a qualified superintendent, or by other designated, qualified representative who is duly authorized to receive and execute orders of the Engineer The Contractor shall provide copies of all subcontracts to the Engineer. The Contractor shall perform, with his organization, an amount of work equal to at least 25 percent of the total contract cost. Should the Contractor elect to assign his or her contract, said assignment shall be concurred in by the surety, shall be presented for the consideration and approval of the Owner, and shall be consummated only on the written approval of the Owner. 80-02 Notice to proceed The notice to proceed shall state the date on which it is expected the Contractor will begin the construction and from which date contract time will be charged. The Contractor shall begin the work to be performed under the contract within 10 days of the date set by the Engineer in the written notice to proceed, but in any event, the Contractor shall notify the Engineer at least 24 hours in advance of the time actual construction operations will begin The Contractor shall not commence any actual construction prior to the date on which the notice to proceed is issued by the Owner. 80-03 Execution and progress Unless otherwise specified, the Contractor shall submit their progress schedule for the Engineer's approval within 10 days after the effective date of the notice to proceed The Contractor's progress schedule, when approved by the Engineer, may be used to establish major construction operations and to check on the progress of the work The Contractor shall provide sufficient materials, equipment, and labor to guarantee the completion of the project in accordance with the plans and specifications within the time set forth in the proposal. If the Contractor falls significantly behind the submitted schedule, the Contractor shall, upon the Engineer's request, submit a revised schedule for completion of the work within the contract time and modify their operations to provide such additional materials, equipment, and labor necessary to meet the revised schedule. Should the execution of the work be discontinued for any reason, the Contractor shall notify the Engineer at least 24 hours in advance of resuming operations. The Contractor shall not commence any actual construction prior to the date on which the notice to proceed is issued by the Owner 80-04 Limitation of operations The Contractor shall control his or her operations and the operations of his or her subcontractors and all suppliers to provide for the free and unobstructed movement of aircraft in the air operations areas (AOA) of the airport. When the work requires the Contractor to conduct his or her operations within an AOA of the airport, the work shall be coordinated with airport operations (through the Engineer) at least 48 hours prior to commencement of such work. The Contractor shall not close an AOA until so authorized by the Engineer and until the necessary temporary marking and associated lighting is in place as provided in the subsection 70-08 titled BARRICADES, WARNING SIGNS, AND HAZARD MARKINGS of Section 70. When the contract work requires the Contractor to work within an AOA of the airport on an intermittent basis (intermittent opening and closing of the AOA), the Contractor shall maintain constant communications as specified; immediately obey all instructions to vacate the AOA; immediately obey all instructions to resume work in such AOA. Failure to maintain the specified communications or to obey instructions shall be cause for suspension of the Contractor's operations in the AOA until the satisfactory conditions are provided. All work is to be completed in accordance with the Construction Safety Phasing Plans and Report. Contractor shall be required to conform to safety standards contained in AC 150/5370-2, Operational Safety on Airports During Construction (see Special Provisions). G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.docx 6-38 80-04.1 Operational safety on airport during construction. All Contractors' operations shall be conducted in accordance with the project Construction Safety and Phasing Plan (CSPP) and the provisions set forth within the current version of AC 150/5370-2 The CSPP included within the contract documents conveys minimum requirements for operational safety on the airport during construction activities The Contractor shall prepare and submit a Safety Plan Compliance Document that details how it proposes to comply with the requirements presented within the CSPP The Contractor shall implement all necessary safety plan measures prior to commencement of any work activity The Contractor shall conduct routine checks to assure compliance with the safety plan measures The Contractor is responsible to the Owner for the conduct of all subcontractors it employs on the project. The Contractor shall assure that all subcontractors are made aware of the requirements of the CSPP and that they implement and maintain all necessary measures No deviation or modifications may be made to the approved CSPP unless approved in writing by the Owner or Engineer. 80-05 Character of workers, methods, and equipment. The Contractor shall, at all times, employ sufficient labor and equipment for prosecuting the work to full completion in the manner and time required by the contract, plans, and specifications All workers shall have sufficient skill and experience to perform properly the work assigned to them Workers engaged in special work or skilled work shall have sufficient experience in such work and in the operation of the equipment required to perform the work satisfactorily Any person employed by the Contractor or by any subcontractor who violates any operational regulations or operational safety requirements and, in the opinion of the Engineer, does not perform his work in a proper and skillful manner or is intemperate or disorderly shall, at the written request of the Engineer, be removed forthwith by the Contractor or subcontractor employing such person, and shall not be employed again in any portion of the work without approval of the Engineer Should the Contractor fail to remove such persons or person, or fail to furnish suitable and sufficient personnel for the proper execution of the work, the Engineer may suspend the work by written notice until compliance with such orders All equipment that is proposed to be used on the work shall be of sufficient size and in such mechanical condition as to meet requirements of the work and to produce a satisfactory quality of work. Equipment used on any portion of the work shall be such that no injury to previously completed work, adjacent property, or existing airport facilities will result from its use When the methods and equipment to be used by the Contractor in accomplishing the work are not prescribed in the contract, the Contractor is free to use any methods or equipment that will accomplish the work in conformity with the requirements of the contract, plans, and specifications. When the contract specifies the use of certain methods and equipment, such methods and equipment shall be used unless others are authorized by the Engineer If the Contractor desires to use a method or type of equipment other than specified in the contract, the Contractor may request authority from the Engineer to do so The request shall be in writing and shall include a full description of the methods and equipment proposed and of the reasons for desiring to make the change If approval is given, it will be on the condition that the Contractor will be fully responsible for producing work in conformity with contract requirements If, after trial use of the substituted methods or equipment, the Engineer determines that the work produced does not meet contract requirements, the Contractor shall discontinue the use of the substitute method or equipment and shall complete the remaining work with the specified methods and equipment. The Contractor shall remove any deficient work and replace it with work of specified quality, or take such other corrective action as the Engineer may direct. No change will be made in basis of payment for the contract items involved nor in contract time as a result of authorizing a change in methods or equipment under this subsection. G \PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.docx 6-39 80-06 Temporary suspension of the work. The Owner shall have the authority to suspend the work wholly, or in part, for such period or periods as the Owner may deem necessary, due to unsuitable weather, or such other conditions as are considered unfavorable for the execution of the work, or for such time as is necessary due to the failure on the part of the Contractor to carry out orders given or perform any or all provisions of the contract. In the event that the Contractor is ordered by the Owner, in writing, to suspend work for some unforeseen cause not otherwise provided for in the contract and over which the Contractor has no control, the Contractor may be reimbursed for actual money expended on the work during the period of shutdown. No allowance will be made for anticipated profits. The period of shutdown shall be computed from the effective date of the Engineer's order to suspend work to the effective date of the Engineer's order to resume the work. Claims for such compensation shall be filed with the Engineer within the time period stated in the Engineer's order to resume work. The Contractor shall submit with his or her claim information substantiating the amount shown on the claim. The Engineer will forward the Contractor's claim to the Owner for consideration in accordance with local laws or ordinances No provision of this article shall be construed as entitling the Contractor to compensation for delays due to inclement weather, for suspensions made at the request of the Owner, or for any other delay provided for in the contract, plans, or specifications If it should become necessary to suspend work for an indefinite period, the Contractor shall store all materials in such manner that they will not become an obstruction nor become damaged in any way. The Contractor shall take every precaution to prevent damage or deterioration of the work performed and provide for normal drainage of the work. The Contractor shall erect temporary structures where necessary to provide for traffic on, to, or from the airport. 80-07 Determination and extension of contract time The number of calendar or working days allowed for completion of the work shall be stated in the proposal and contract and shall be known as the CONTRACT TIME. Should the contract time require extension for reasons beyond the Contractor's control, it shall be adjusted as follows: a. CONTRACT TIME based on WORKING DAYS shall be calculated weekly by the Engineer. The Engineer will furnish the Contractor a copy of his or her weekly statement of the number of working days charged against the contract time during the week and the number of working days currently specified for completion of the contract (the original contract time plus the number of working days, if any, that have been included in approved CHANGE ORDERS or SUPPLEMENTAL AGREEMENTS covering EXTRA WORK). The Engineer shall base his or her weekly statement of contract time charged on the following considerations. (1) No time shall be charged for days on which the Contractor is unable to proceed with the principal item of work under construction at the time for at least six (6) hours with the normal work force employed on such principal item Should the normal work force be on a double -shift, 12 hours shall be used Should the normal work force be on a triple -shift, 18 hours shall apply Conditions beyond the Contractor's control such as strikes, lockouts, unusual delays in transportation, temporary suspension of the principal item of work under construction or temporary suspension of the entire work which have been ordered by the Owner for reasons not the fault of the Contractor, shall not be charged against the contract time (2) The Engineer will not make charges against the contract time prior to the effective date of the notice to proceed. (3) The Engineer will begin charges against the contract time on the first working day after the effective date of the notice to proceed. (4) The Engineer will not make charges against the contract time after the date of final acceptance as defined in the subsection 50-15 titled FINAL ACCEPTANCE of Section 50 G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.docx 6-40 (5) The Contractor will be allowed one (1) week in which to file a written protest setting forth his or her objections to the Engineer's weekly statement. If no objection is filed within such specified time, the weekly statement shall be considered as acceptable to the Contractor The contract time (stated in the proposal) is based on the originally estimated quantities as described in the subsection 20-05 titled INTERPRETATION OF ESTIMATED PROPOSAL QUANTITIES of Section 20. Should the satisfactory completion of the contract require performance of work in greater quantities than those estimated in the proposal, the contract time shall be increased in the same proportion as the cost of the actually completed quantities bears to the cost of the originally estimated quantities in the proposal Such increase in contract time shall not consider either the cost of work or the extension of contract time that has been covered by change order or supplemental agreement and shall be made at the time of final payment. b Contract Time based on calendar days shall consist of the number of calendar days stated in the contract counting from the effective date of the notice to proceed and including all Saturdays, Sundays, holidays, and non -work days All calendar days elapsing between the effective dates of the Owner's orders to suspend and resume all work, due to causes not the fault of the Contractor, shall be excluded. At the time of final payment, the contract time shall be increased in the same proportion as the cost of the actually completed quantities bears to the cost of the originally estimated quantities in the proposal Such increase in the contract time shall not consider either cost of work or the extension of contract time that has been covered by a change order or supplemental agreement. Charges against the contract time will cease as of the date of final acceptance c When the contract time is a specified completion date, it shall be the date on which all contract work shall be substantially complete. If the Contractor finds it impossible for reasons beyond his or her control to complete the work within the contract time as specified, or as extended in accordance with the provisions of this subsection, the Contractor may, at any time prior to the expiration of the contract time as extended, make a written request to the Owner for an extension of time setting forth the reasons which the Contractor believes will justify the granting of his or her request. Requests for extension of time on calendar day projects, caused by inclement weather, shall be supported with National Weather Bureau data showing the actual amount of inclement weather exceeded what could normally be expected during the contract period. The Contractor's plea that insufficient time was specified is not a valid reason for extension of time If the supporting documentation justify the work was delayed because of conditions beyond the control and without the fault of the Contractor, the Owner may extend the time for completion by a change order that adjusts the contract time or completion date The extended time for completion shall then be in full force and effect, the same as though it were the original time for completion 80-08 Failure to complete on time. For each calendar day or working day, as specified in the contract, that any work remains uncompleted after the contract time (including all extensions and adjustments as provided in the subsection 80-07 titled DETERMINATION AND EXTENSION OF CONTRACT TIME of this Section) the sum specified in the contract and proposal as liquidated damages will be deducted from any money due or to become due the Contractor or his or her surety Such deducted sums shall not be deducted as a penalty but shall be considered as liquidation of a reasonable portion of damages including but not limited to additional engineering services that will be incurred by the Owner should the Contractor fail to complete the work in the time provided in their contract. The amounts for liquidated damages is provided below. Schedule Liquidated Damages Cost Allowed Construction Time A $2,500 00 See Item 19, Section 2 G.\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.docx 6-41 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Permitting the Contractor to continue and finish the work or any part of it after the time fixed for its completion, or after the date to which the time for completion may have been extended, will in no way operate as a wavier on the part of the Owner of any of its rights under the contract. 80-09 Default and termination of contract. The Contractor shall be considered in default of his or her contract and such default will be considered as cause for the Owner to terminate the contract for any of the following reasons if the Contractor: a Fails to begin the work under the contract within the time specified in the Notice to Proceed, or b. Fails to perform the work or fails to provide sufficient workers, equipment and/or materials to assure completion of work in accordance with the terms of the contract, or c. Performs the work unsuitably or neglects or refuses to remove materials or to perform anew such work as may be rejected as unacceptable and unsuitable, or d. Discontinues the execution of the work, or e. Fails to resume work which has been discontinued within a reasonable time after notice to do so, or f Becomes insolvent or is declared bankrupt, or commits any act of bankruptcy or insolvency, or g Allows any final judgment to stand against the Contractor unsatisfied for a period of 10 days, or h Makes an assignment for the benefit of creditors, or i For any other cause whatsoever, fails to carry on the work in an acceptable manner. Should the Engineer consider the Contractor in default of the contract for any reason above„ the Engineer shall immediately give written notice to the Contractor and the Contractor's surety as to the reasons for considering the Contractor in default and the Owner's intentions to terminate the contract. If the Contractor or surety, within a period of 10 days after such notice, does not proceed in accordance therewith, then the Owner will, upon written notification from the Engineer of the facts of such delay, neglect, or default and the Contractor's failure to comply with such notice, have full power and authority without violating the contract, to take the execution of the work out of the hands of the Contractor. The Owner may appropriate or use any or all materials and equipment that have been mobilized for use in the work and are acceptable and may enter into an agreement for the completion of said contract according to the terms and provisions thereof, or use such other methods as in the opinion of the Engineer will be required for the completion of said contract in an acceptable manner All costs and charges incurred by the Owner, together with the cost of completing the work under contract, will be deducted from any monies due or which may become due the Contractor. If such expense exceeds the sum which would have been payable under the contract, then the Contractor and the surety shall be liable and shall pay to the Owner the amount of such excess 80-10 Termination for national emergencies The Owner shall terminate the contract or portion thereof by written notice when the Contractor is prevented from proceeding with the construction contract as a direct result of an Executive Order of the President with respect to the execution of war or in the interest of national defense. When the contract, or any portion thereof, is terminated before completion of all items of work in the contract, payment will be made for the actual number of units or items of work completed at the contract price or as mutually agreed for items of work partially completed or not started No claims or loss of anticipated profits shall be considered. Reimbursement for organization of the work, and other overhead expenses, (when not otherwise included in the contract) and moving equipment and materials to and from the job will be considered, the intent being that an equitable settlement will be made with the Contractor G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.docx 6-42 Acceptable materials, obtained or ordered by the Contractor for the work and that are not incorporated in the work shall, at the option of the Contractor, be purchased from the Contractor at actual cost as shown by receipted bills and actual cost records at such points of delivery as may be designated by the Engineer. Termination of the contract or a portion thereof shall neither relieve the Contractor of his or her responsibilities for the completed work nor shall it relieve his or her surety of its obligation for and concerning any just claim arising out of the work performed 80-11 Work area, storage area and sequence of operations. The Contractor shall obtain approval from the Engineer prior to beginning any work in all areas of the airport. No operating runway, taxiway, or air operations area (AOA) shall be crossed, entered, or obstructed while it is operational. The Contractor shall plan and coordinate his or her work in such a manner as to ensure safety and a minimum of hindrance to flight operations All Contractor equipment and material stockpiles shall be stored a minimum or 125 feet from the centerline of an active runway No equipment will be allowed to park within the approach area of an active runway at any time No equipment shall be within 125 feet of an active runway at any time. ADDITIONAL CLARIFICATION TO SECTION 80 80-12 Availability of Lands: Physical Conditions: Reference Points. This section provides general requirements for use of Owner supplied land by the Contractor Land will be provided by the Yakima Air Terminal for the Contractor to use as a temporary construction/material storage location Availability of Lands. The OWNER shall furnish, as indicated in the Contract Documents, the lands upon which the work is to be performed, rights-of-way for access thereto, and such other lands which are designated for the use of the Contractor. If the Contractor believes that any delay in the OWNER's furnishing these lands of easements entitles him to an extension of the contract time, the Contractor may make a claim The Contractor shall provide for all additional lands and access thereto that may be required for temporary construction facilities or storage of materials and equipment. 80-13 Contractor's Responsibilities. This section provides additional specific requirements for the Contractor pertaining to following local regulations, paying applicable taxes, and maintaining land provided by the Owner Laws and Regulations: The Contractor shall give all notices and comply with all laws, ordinances, rules, and regulations applicable to the work If the Contractor observes that the Specifications or Drawings are at variance therewith, the Contractor shall give the Engineer prompt written notice thereof, and any necessary changes shall be adjusted by an appropriate Change Order If the Contractor performs any work knowing or having reason to know that it is contrary to such laws, ordinances, rules and regulations, and without such notice to the Engineer, the Contractor shall bear all costs arising therefrom, however, it shall not be the Contractor's primary responsibility to make certain that the Specifications and Drawings are in accordance with such laws, ordinances, rules and regulations Taxes: The Contractor shall pay all sales, consumer, use and other similar taxes required to be paid by him in accordance with the law of the place of the Project. G.\PROJECTS12016\16164E\Spec\16164 SPECIFICATIONS.docx 6-43 Use of Premises. During the progress of the work, the Contractor shall keep the premise free from accumulations of waste materials, rubbish, and other debris resulting from the work. At the completion of the work the Contractor shall remove all waste materials, rubbish, and debris from and about the premises as well as all tools, appliances, construction equipment and machinery, and surplus materials, and shall leave the site clean and ready for occupancy by the OWNER. The Contractor shall restore to their original condition those portions of the site not designated for alteration by the Contract Documents The Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, not shall the Contractor subject any part of the work of adjacent property to stresses or pressures that will endanger it. 80-14 Works by Others. This section requires the Contractor to coordinate with other work happening in or adjacent to their work zone If any part of the Contractor's work depends on proper execution or results upon the work of any such other Contractor or utility service company (or the OWNER), the Contractor shall inspect and promptly report to the Engineer in writing any patent or apparent defects or deficiencies in such work that render it unsuitable for such proper execution and results The Contractor's failure to so report, shall constitute an acceptance of the other work as fit and proper for integration with the Contractor's work except for latent or non -apparent defects and deficiencies in the other work. The Contractor shall do all cutting, fitting, and patching of his work that may be required to make its several parts come together properly and integrate with such other work. The Contractor shall not endanger any work of others by cutting, excavating or otherwise altering their work and will only cut or alter their work with the written consent of the Engineer and the others whose work will be affected. If the performance of additional work by other Contractors or utility service companies or the OWNER was not notedin the Contract Documents, written notice thereof shall be given to the Contractor prior to starting any such additional work. If the Contractor believes that the performance of such additional work by the OWNER or others involves additional expense to the Contractor or requires an extension of the Contract Time, the Contractor may make a claim therefore as provided in Sections 90-15 and 90-16 80-15 Owner's Responsibilities. This section clarifies the responsibilities of the Owner during construction. The OWNER shall issue all communications to the Contractor through the Engineer In case of termination of the employment of the Engineer, the OWNER shall appoint an Engineer against whom the Contractor makes no reasonable objection, and whose status under the Contract Documents shall be that of the former Engineer. Any dispute in connection with such appointment shall be subject to arbitration. The OWNER shall furnish the data required of the OWNER under the Contract Documents promptly and shall make payments to the Contractor promptly after they are due as provided in Section 90-17 The OWNER's responsibilities in respect to purchasing and maintaining liability insurance is set forth in Section 70-21. In connection with the OWNER's rights to request changes in the work in accordance with Section 90-13, the OWNER, especially in certain instances as provided in Section 90-13, is obligated to execute Change Orders. The OWNER's responsibility in respect to certain inspections, tests, and approvals is set forth in Section 90-10. In connection with the OWNER's right to stop work or suspend work, see Sections 70-22 and 90-16 Section 70-22 deals with the OWNER's right to terminate services of the Contractor under certain circumstances. G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.docx 6-44 80-16 Engineer's Status During Construction. This section clarifies the responsibilities and limitations of the Engineer during construction Clarifications and Interpretations. The Engineer will issue with reasonable promptness such written clarifications or interpretations of the Contract Documents (in the form of Drawings of otherwise) as the Engineer may determine necessary, which shall be consistent with or reasonable inferable from the overall intent of the Contract Documents. If the Contractor believes that a written clarification or interpretation justifies an increase in the Contract Price or Contract Time, the Contractor may make a claim therefore as provided in Section 90-15 or Section 90- 16. All request for information (RFI) shall be submitted on the supplied RFI form Decisions on Disagreements. The Engineer will be the initial interpreter of the requirements of the Contract Documents and judge the acceptability of the work thereunder Claims, disputes, and other matters relating to the acceptability of the work or the interpretation of the requirements of the Contract Documents pertaining to the execution and progress of the work shall be referred initially to the Engineer in writing with a request for a formal decision in accordance with this paragraph, which the Engineer will render in writing within a reasonable time. Written notice of each such claim, dispute and other matter shall be delivered by the claimant to the Engineer and the other party to the Agreement within fifteen (15) days of the occurrence of the event giving rise thereto, and written supporting data will be submitted to the Engineer and the other party within forty- five (45) days of such occurrence unless the Engineer allows and additional period of time to ascertain more accurate data. In his capacity as interpreter and judge the Engineer will not show partiality to the OWNER or Contractor and will not be liable in connection with any interpretation or decision rendered in good faith in such capacity The rendering of a decision by the Engineer with respect to any such claim, dispute or other matter (except any which have been waived by the making or acceptance of final payment) will be a condition precedent to any exercise by the OWNER or Contractor of such rights or remedies as either may otherwise have under the Contract Documents or at law in respect of any such claims, dispute or other matter Limitations on Engineer's Responsibilities. Neither the Engineer's authority to act under this Section 80-16 or elsewhere in the Contract Documents nor any decision made by the Engineer in good faith either to exercise or not exercise such authority shall give rise to any duty or responsibility of the Engineer to the Contractor, and subcontractor, manufacturer, fabricator, supplier, or distributor, or any of their agents or employees or any other person performing any of the work Whenever in the Contract Documents the terms "as ordered", "as directed", "as required", "as allowed", or terms of like effect or import are used, or the adjectives "reasonable", "suitable", "acceptable", "proper" or "satisfactory" or adjectives of like effect or import are used, to describe requirements, direction, review or judgment of the Engineer as to the work, it is intended that such requirement, direction, review or judgment will be solely to evaluate the work for compliance with the Contract Documents (unless there is a specific statement indicating otherwise) The use of any such term or adjective never indicates that the Engineer shall have authority to supervise or direct performance of the work or authority to undertake responsibility contrary to the provisions of Section 80-16 80-17 Suspension of Work and Termination. This section clarifies the Owner and Contractor's ability to suspend, stop, or terminate work during construction of the project. This information is required by the City of Yakima. Owner May Suspend Work: The OWNER may, at any time and without cause, suspend the work or any portion thereof for a period of not more than ninety (90) days by notice in writing to the Contractor and Engineer which shall fix the date on which work shall be resumed G \PROJECTS\2016116164E\Spec\16164 SPECIFICATIONS.docx 6-45 The Contractor shall resume the work on the date so fixed. The Contractor will be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to any suspension if he makes a claim therefore as provided in Sections 90-15 and 90-16. Owner May Terminate: Upon the occurrence of any one or more of the following events. a If the Contractor is adjudged bankrupt or insolvent; b. If the Contractor makes a general assignment for the benefit of creditors, c. If a trustee or receiver is appointed for the Contractor or for any of the Contractor's property d. If the Contractor files a petition to take advantage of any debtor's act, or to reorganize under bankruptcy or similar laws; e. If the Contractor repeatedly fails to supply sufficient skilled workers or suitable materials or equipment; f If the Contractor repeatedly fails to make prompt payments to subcontractors or for labor, materials, or equipment; g If the Contractor disregards laws, ordinances, rules, regulations, or orders of any public body having jurisdiction; h. If the Contractor disregards the authority of the Engineer; or i. If the Contractor otherwise violates in any substantial way any provisions of the Contract Documents The OWNER may after giving the Contractor and his Surety seven (7) days written notice, terminate the services on the Contractor, exclude the Contractor from the site and take possession of the work and all the Contractor's tools, appliances, construction equipment and machinery at the site and use the same to the full extent they could be used by the Contractor (without liability to the Contractor for trespass or conversion), incorporate in the work all materials and equipment stored at the site or for which the OWNER has paid the Contractor but which are stored elsewhere, and finish the work as the OWNER may deem expedient. In such case the Contractor shall not be entitled to receive any further payment until the work is finished If the unpaid balance of the Contract Price exceeds the direct and indirect costs of completing the work, including compensation for additional professional services, such excess shall be paid to the Contractor. If such costs exceed such unpaid balance, the Contractor shall pay the difference to the OWNER. Such costs incurred by the OWNER shall be verified by the Engineer and incorporated in a Change Order, but in finishing the work the OWNER shall not be required to obtain the lowest figure for the work performed. Where the Contractor's services have been so terminated by the OWNER, the termination shall not affect any rights of the OWNER against the Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due the Contractor by the OWNER will not release the Contractor from liability Upon seven (7) days written notice to the Contractor and Engineer, the OWNER may, without cause and without prejudice to any other right or remedy, elect to abandon the work and terminate the Agreement. In such case, the Contractor shall be paid for all work executed and any expense sustained plus reasonable termination expenses G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.docx 6-46 Contractor May Stop Work or Terminate. If, through no act or fault of the Contractor, the work is suspended for a period of more than ninety (90) days by the OWNER or under an order of court or other public authority, or the Engineer fails to act on any Application for Payment within thirty (30) days after it is submitted, or the OWNER fails for sixty (60) days to pay the Contractor any sum finally determined by the Engineer to be due, then the Contractor may, upon seven (7) days written notice to the OWNER and Engineer, terminate the Agreement and recover from the OWNER payment for all work executed and any expense sustained plus reasonable termination expenses In addition, and in lieu of terminating the Agreement, if the Engineer has failed to act on the Application for Payment or the OWNER has failed to make any payment as aforesaid, the Contractor may upon seven (7) days written notice to the OWNER and Engineer stop the work until payment of all amounts then due. The provisions of this paragraph shall not relieve the Contractor of his obligations under Section 80-13 to carry on the work in accordance with the progress schedule and without delay during disputes and disagreements with the OWNER. If a work suspension is granted for an extended duration due to inclement weather or material availability, no extended overhead will be paid to the contractor. No additional mobilization costs will be paid due to extended work suspensions All overhead and mobilization costs shall be included in the bid unit prices. 80-18 Technical Specifications. Scope of Work Clarifies requirements of the Contractor during construction This section provides detailed information on requirements for security, airport operations, testing, site information, and erosion control a Airport Security. During the course of the Contract, the Contractor shall be responsible for maintaining security against unauthorized access to the airport permitted by his operations The Contractor will be held responsible for any fines, damages, or civil penalties filed against the Yakima Air Terminal for the Contractor's failure to maintain the regulations set forth herein. b The Contractor shall be fully responsible for compliance by himself and all of his employees with the airport security program and following regulations and orders of the airport management. These regulations may affect identification of employees, movement around the airport, parking, entry, and other circumstances affecting the safety or protection of persons or property c For the purpose and intent of these regulations, Air Operations Area (AOA) is construed to mean all area within the boundary of the Airport. Only Contractor's employees are permitted in the work sites d Airport Operations Active aircraft operations will be in effect on runways, taxiways, and apron areas e. At the conclusion of each day's activities, all equipment shall be moved to the designated staging area shown on the Plans, and traffic control for nighttime staging shall be established. f Completion Time: All items of Contract work shall be completed within the time period specified in the "Proposal" and the "Contract." g Environmental Codes and Regulations The Contractor shall comply with provisions of federal, state, and local statutes, ordinances, and regulations dealing with the prevention of environmental pollution and the preservation of natural resources that affect the project. h If the Contractor must undertake additional work due to the enactment of new or the amendment of existing statutes, ordinances, and regulations dealing with the prevention of the successful bid, the Owner will issue a supplemental agreement setting forth the additional work that must be undertaken. The supplemental agreement shall not invalidate the Contract and there shall be, in addition to a reasonable extension of Contract time, if necessary, a reasonable adjustment in the Contract price to compensate the successful Bidder for all costs and expenses incurred, including overhead and profits, as a result of the additional work G:\PROJECTS12016\16164E\Spec\16164 SPECIFICATIONS.docx 6-47 Testing: All quality control tests called for in the Specifications or deemed necessary by the Engineer will be performed by the Contractor or its authorized representative approved by the Engineer, at the Contractor's expense. In the event test results do not meet the Specifications, any cost for re -testing as may be required by the Engineer shall be paid for by the Contractor. All acceptance sampling and testing will be performed by the Engineer at the Yakima Air Terminal's expense. In the event test results do not meet the specification, any cost for re -sampling and re- testing as may be required by the Engineer shall be paid for by the Contractor k. Contractor's Staging Area and Plant Site. An area at the Airport Facility, as determined by the Owner, will be set aside on the airport property for the Contractor's use as a staging area for men, equipment, and materials. The Contractor shall obtain all necessary building permits and operating licenses from local governmental agencies. The Engineer will define the actual location in the field The Contractor may install his own security fence. The area and haul routes shall be restored to their original condition at the conclusion of the work. I. Disposal of Material: The Contractor shall be required to secure and operate his own waste site at his own expense for the disposal of all unsuitable material, debris, waste material, and any other objectionable material which is directed to waste by the Engineer. m. The Contractor shall dispose of all excavated soil n Site Investigation and Representation The Contractor acknowledges that he has satisfied himself as to the nature and location of the work; the local conditions, particularly those bearing upon availability of transportation, disposal, handling and storage of materials, availability of labor, water, electric power, roads; uncertainties of weather, or similar physical conditions at the site; the conformation and conditions of the ground, the character of equipment and facilities needed prelim- inary to and during the prosecution of the work, and all other matters required to perform the work. o The Contractor warrants, as a result of his examination and investigation of all the aforesaid data, that he can perform the work in a good and workmanlike manner and to the satisfaction of the Owner. The Owner assumes no responsibility for any representations made by any of its officers or agents during or prior to the execution of this Contract, unless (1) such representations are expressly stated in the Contract and (2) the Contract expressly provides that the responsibility therefore is assumed by the Owner. Information on Site Conditions. All information obtained by the Owner regarding site conditions, subsurface information, ground water elevations, existing construction of site facilities as applicable, and similar data will be available for inspection at the airport office upon request. Such information is offered as supplementary information only. The Owner does not assume any responsibility for the completeness or interpretation of such supplementary information. q. Subsurface and Site Information. Information derived from inspection of test results, of topographic maps, or from Plans showing location of utilities and structures will not in any way relieve the Contractor from any risk, or from properly examining the site and making such additional investigations as he may elect, or from properly fulfilling all the terms of the Contract Documents r. The submission of a proposal shall be conclusive evidence that the Bidder has investigated and is satisfied as to the conditions to be encountered, as to the character, quality, and quantities of work to be performed and materials to be furnished, and as to the requirements of the Contract Documents. s. Underground Utilities Known utilities and structures expected to be adjacent to or encountered in the work are shown on the Plans It is expected that there may be some discrepancies and omissions in the locations and quantities of utilities and structures shown. Those shown are for the convenience of the Contractor only, and no responsibility is assumed by the Owner for their accuracy or completeness It shall be the Contractor's responsibility to verify the location of existing utilities prior to construction. Where construction is required around communication or power lines, hand digging shall be required G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.docx 6-48 t. Fire Prevention and Protection' The Contractor shall perform all work in a fire -safe manner. The Contractor shall comply with applicable local and state fire prevention regulations. u. Temporary Water No potable water supply is immediately available at the work site The Contractor shall make his own arrangements for obtaining water and pay all costs for same v. Temporary Electric Power No electric power is immediately available at the work site. The Contractor shall make arrangements for electric power for use during the construction period until final acceptance by the Owner, and pay all costs for same. w Sanitary Facilities. The Contractor shall provide and maintain sanitary facilities for his employees and his subcontractor's employees that will comply with the regulations of the local and state departments of health x. Dust Control. The Contractor shall comply with all permitting requirements of the Yakima County Clean Air Authority. y. Erosion Control This project is eligible for an erosivity waiver through the Department of Ecology. No track out, no runoff, and no discharge of stormwater is intended to leave the site Any violations will solely be the Contractor's responsibility General Construction Responsibilities and Procedures Provides clarification to requirements for safety, haul routes, and cleanup a Safety Plan Compliance Document: The Contractor shall provide the required Safety Plan Compliance Document as outlined in Section 21 of the Construction Safety and Phasing Plan located in the Appendix. b Site Restoration and Cleanup Upon completion of the project, all areas used by the Contractor in connection with the work shall be properly cleared of all temporary structures, rubbish, and waste materials and properly graded to drain and blend in with the abutting property c Haul Routes and Maintenance: The Contractor shall abide by prevailing legal load limit regulations when hauling over airfield pavements, or City, County, or State roads The Contractor shall perform all necessary maintenance of haul routes during construction and shall perform all work as necessary to restore the routes used by his equipment to their original condition at the conclusion of construction New construction haul roads shall be obliterated and original vegetation re- established at the conclusion of use at the direction of the Owner Existing roadways, parking areas, and taxiways shall be patched or overlaid as necessary to restore them d. All maintenance and restoration work shall be completed to the Owner's satisfaction before final payment is awarded This maintenance and restoration work will be considered incidental to the other work items and no additional compensation will be made to the Contractor e. Responsibility for Damage to Existing Structures Where any existing structures or facilities which are intended to remain are damaged by the Contractor during demolition or construction, the Contractor shall promptly repair or replace the damaged portion or facility at no additional cost to the Owner f Storage of Materials Materials shall be stored as to ensure the preservation of their quality and fitness of the work. When considered necessary, they shall be placed on wooden platforms or other hard, clean surfaces, and not on the ground, and/or they shall be placed under cover Stored materials shall be located to facilitate prompt inspection Private property shall not be used for storage purposes without the written permission of the owner or lessee g. Cleanup The Contractor shall at all times during the work keep the premises clean and orderly He shall promptly remove all waste materials and rubbish All directions from the Engineer and other authorized public officials having jurisdiction over health and safety shall be obeyed Areas to be opened to aircraft and vehicle operations shall be swept thoroughly clean with power broom equipment. Any debris resisting sweeping shall be removed by hand labor or other suitable means. G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.docx 6-49 h. Upon completion of the work, all materials, equipment, and appurtenances not required as a part of or appurtenant to, the completed structure or facility shall be completely removed from the Owner's property. Work Progress Schedule. Provides clarification on the requirements for each progress schedule. a. Scope. The work specified in this subsection includes planning, scheduling, and reporting that is required to be performed by the Contractor. b Coordination Meetings. Coordination meetings may be held on a weekly basis or more often if necessary, to communicate work efforts between the City of Yakima, the Engineer, and the Contractor. The Resident Engineer will schedule the meetings, with Contractor attendance required c Method: A critical path or bar graph type schedule shall be submitted to the Engineer for review and approval by the apparent low Bidder within five (5) calendar days after Notice of Award. When the schedule has been approved, the Contractor shall submit five (5) copies of this schedule. d Schedule Requirements Distinct items of Contract work shall be defined and separated on the schedule. As a minimum, the work items shall include each Contract pay item, mobilization, demobilization, and cleanup. Pay items that are partially subcontracted shall be split up to distinctly show the subcontracted work. These items of work shall be plotted on a graph with calendar day's duration as a horizontal reference. Anticipated start and finish dates for each work stage, and for each of the work items within a stage, shall be shown. e. A two-week look ahead schedule shall be provided at each meeting f. The project name, the Contractor's name, and the date of the schedule submittal shall be clearly shown on the submittal. g Progress Reports. At the end of each month, the Contractor shall submit a summary report of the progress of the various scheduled work items stating for each item the existing time status, estimated time of completion, and cause of delays, if any. If the work is behind the previously submitted schedule, the Contractor shall submit an updated schedule and a written plan acceptable to the Engineer for bringing the work up to schedule h Updated schedules will be used by the Engineer in compiling partial payments and no such computations will be made until the reports have been received and approved by the Engineer i. The Engineer may request reports to be made on a more frequent schedule if he considers the completion date to be in jeopardy because of activities behind schedule or for other valid reasons. END OF SECTION 80 G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.docx 6-50 SECTION 90 - MEASUREMENT AND PAYMENT 90-01 Measurement of quantities All work completed under the contract will be measured by the Engineer, or his or her authorized representatives, using United States Customary Units of Measurement or the International System of Units The method of measurement and computations to be used in determination of quantities of material furnished and of work performed under the contract will be those methods generally recognized as conforming to good engineering practice. Unless otherwise specified, longitudinal measurements for area computations will be made horizontally, and no deductions will be made for individual fixtures (or leave -outs) having an area of 9 square feet (0.8 square meters) or less. Unless otherwise specified, transverse measurements for area computations will be the neat dimensions shown on the plans or ordered in writing by the Engineer. Structures will be measured according to neat lines shown on the plans or as altered to fit field conditions. Unless otherwise specified, all contract items which are measured by the linear foot such as electrical ducts, conduits, pipe culverts, underdrains, and similar items shall be measured parallel to the base or foundation upon which such items are placed In computing volumes of excavation, the average end area method or other acceptable methods will be used The thickness of plates and galvanized sheet used in the manufacture of corrugated metal pipe, metal plate pipe culverts and arches, and metal cribbing will be specified and measured in decimal fraction of inch. The term "ton" will mean the short ton consisting of 2,000 Ib (907 km) avoirdupois. All materials that are measured or proportioned by weights shall be weighed on accurate, approved scales by competent, qualified personnel at locations designed by the Engineer If material is shipped by rail, the car weight may be accepted provided that only the actual weight of material is paid for However, car weights will not be acceptable for material to be passed through mixing plants Trucks used to haul material being paid for by weight shall be weighed empty daily at such times as the Engineer directs, and each truck shall bear a plainly legible identification mark. Materials to be measured by volume in the hauling vehicle shall be hauled in approved vehicles and measured therein at the point of delivery. Vehicles for this purpose may be of any size or type acceptable for the materials hauled, provided that the body is of such shape that the actual contents may be readily and accurately determined. All vehicles shall be loaded to at least their water level capacity, and all loads shall be leveled when the vehicles arrive at the point of delivery. When requested by the Contractor and approved by the Engineer in writing, material specified to be measured by the cubic yard (cubic meter) may be weighed, and such weights will be converted to cubic yards (cubic meters) for payment purposes Factors for conversion from weight measurement to volume measurement will be determined by the Engineer and shall be agreed to by the Contractor before such method of measurement of pay quantities is used Bituminous materials will be measured by the gallon (liter) or ton (kg) When measured by volume, such volumes will be measured at 60°F (16°C) or will be corrected to the volume at 60°F (16°C) using ASTM D1250 for asphalts or ASTM D633 for tars Net certified scale weights or weights based on certified volumes in the case of rail shipments will be used as a basis of measurement, subject to correction when bituminous material has been lost from the car or the distributor, wasted, or otherwise not incorporated in the work. When bituminous materials are shipped by truck or transport, net certified weights by volume, subject to correction for loss or foaming, may be used for computing quantities. Cement will be measured by the ton (kg) or hundredweight (km) G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.docx 6-51 Timber will be measured by the thousand feet board measure (MFBM) actually incorporated in the structure Measurement will be based on nominal widths and thicknesses and the extreme length of each piece The term "lump sum" when used as an item of payment will mean complete payment for the work described in the contract. When a complete structure or structural unit (in effect, "lump sum" work) is specified as the unit of measurement, the unit will be construed to include all necessary fittings and accessories Rental of equipment will be measured by time in hours of actual working time and necessary traveling time of the equipment within the limits of the work Special equipment ordered by the Engineer in connection with force account work will be measured as agreed in the change order or supplemental agreement authorizing such force account work as provided in the subsection 90-05 titled PAYMENT FOR EXTRA WORK of this section When standard manufactured items are specified such as fence, wire, plates, rolled shapes, pipe conduit, etc , and these items are identified by gauge, unit weight, section dimensions, etc , such identification will be considered to be nominal weights or dimensions. Unless more stringently controlled by tolerances in cited specifications, manufacturing tolerances established by the industries involved will be accepted Scales for weighing materials which are required to be proportioned or measured and paid for by weight shall be furnished, erected, and maintained by the Contractor, or be certified permanently installed commercial scales. Scales shall be accurate within 1/2% of the correct weight throughout the range of use The Contractor shall have the scales checked under the observation of the inspector before beginning work and at such other times as requested The intervals shall be uniform in spacing throughout the graduated or marked length of the beam or dial and shall not exceed one-tenth of 1% of the nominal rated capacity of the scale, but not less than 1 pound (454 grams) The use of spring balances will not be permitted Beams, dials, platforms, and other scale equipment shall be so arranged that the operator and the inspector can safely and conveniently view them. Scale installations shall have available ten standard 50 -pound (2 3 km) weights for testing the weighing equipment or suitable weights and devices for other approved equipment. Scales must be tested for accuracy and serviced before use at a new site Platform scales shall be installed and maintained with the platform level and rigid bulkheads at each end. Scales "overweighing" (indicating more than correct weight) will not be permitted to operate, and all materials received subsequent to the last previous correct weighting -accuracy test will be reduced by the percentage of error in excess of one-half of 1% In the event inspection reveals the scales have been underweighing (indicating less than correct weight), they shall be adjusted, and no additional payment to the Contractor will be allowed for materials previously weighed and recorded All costs in connection with furnishing, installing, certifying, testing, and maintaining scales, for furnishing check weights and scale house, and for all other items specified in this subsection, for the weighing of materials for proportioning or payment, shall be included in the unit contract prices for the various items of the project. When the estimated quantities for a specific portion of the work are designated as the pay quantities in the contract, they shall be the final quantities for which payment for such specific portion of the work will be made, unless the dimensions of said portions of the work shown on the plans are revised by the Engineer. If revised dimensions result in an increase or decrease in the quantities of such work, the final quantities for payment will be revised in the amount represented by the authorized changes in the dimensions. G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.docx 6-52 90-02 Scope of payment. The Contractor shall receive and accept compensation provided for in the contract as full payment for furnishing all materials, for performing all work under the contract in a complete and acceptable manner, and for all risk, loss, damage, or expense of whatever character arising out of the nature of the work or the execution thereof, subject to the provisions of the subsection 70-18 titled NO WAIVER OF LEGAL RIGHTS of Section 70. When the "basis of payment" subsection of a technical specification requires that the contract price (price bid) include compensation for certain work or material essential to the item, this same work or material will not also be measured for payment under any other contract item which may appear elsewhere in the contract, plans, or specifications 90-03 Compensation for altered quantities. When the accepted quantities of work vary from the quantities in the proposal, the Contractor shall accept as payment in full, so far as contract items are concerned, payment at the original contract price for the accepted quantities of work actually completed and accepted No allowance, except as provided for in the subsection 40-02 titled ALTERATION OF WORK AND QUANTITIES of Section 40 will be made for any increased expense, loss of expected reimbursement, or loss of anticipated profits suffered or claimed by the Contractor which results directly from such alterations or indirectly from his or her unbalanced allocation of overhead and profit among the contract items, or from any other cause. 90-04 Payment for omitted items As specified in the subsection 40-03 titled OMITTED ITEMS of Section 40, the Engineer shall have the right to omit from the work (order nonperformance) any contract item, except major contract items, in the best interest of the Owner. Should the Engineer omit or order nonperformance of a contract item or portion of such item from the work, the Contractor shall accept payment in full at the contract prices for any work actually completed and acceptable prior to the Engineer's order to omit or non -perform such contract item. Acceptable materials ordered by the Contractor or delivered on the work prior to the date of the Engineer's order will be paid for at the actual cost to the Contractor and shall thereupon become the property of the Owner. In addition to the reimbursement hereinbefore provided, the Contractor shall be reimbursed for all actual costs incurred for the purpose of performing the omitted contract item prior to the date of the Engineer's order. Such additional costs incurred by the Contractor must be directly related to the deleted contract item and shall be supported by certified statements by the Contractor as to the nature the amount of such costs 90-05 Payment for extra work. Extra work, performed in accordance with the subsection 40-04 titled EXTRA WORK of Section 40, will be paid for at the contract prices or agreed prices specified in the change order or supplemental agreement authorizing the extra work. 90-06 Partial payments. Partial payments will be made to the Contractor at least once each month as the work progresses Said payments will be based upon estimates, prepared by the Engineer, of the value of the work performed and materials complete and in place, in accordance with the contract, plans, and specifications Such partial payments may also include the delivered actual cost of those materials stockpiled and stored in accordance with the subsection 90-07 titled PAYMENT FOR MATERIALS ON HAND of this section. No partial payment will be made when the amount due to the Contractor since the last estimate amounts to less than five hundred dollars. The Contractor is required to pay all subcontractors for satisfactory performance of their contracts no later than 30 days after the Contractor has received a partial payment. The Owner must ensure prompt and full payment of retainage from the prime Contractor to the subcontractor within 30 days after the subcontractor's work is satisfactorily completed. A subcontractor's work is satisfactorily completed when all the tasks called for in the subcontract have been accomplished and documented as required by the Owner When the Owner has made an incremental acceptance of a portion of a prime contract, the work of a subcontractor covered by that acceptance is deemed to be satisfactorily completed G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.docx 6-53 From the total of the amount determined to be payable on a partial payment, five (5) percent of such total amount will be deducted and retained by the Owner until the final payment is made, except as may be provided (at the Contractor's option) in the subsection 90-08 titled PAYMENT OF WITHHELD FUNDS of this section. The balance ninety-five (95) percent of the amount payable, less all previous payments, shall be certified for payment. Should the Contractor exercise his or her option, as provided in the subsection 90-08 titled PAYMENT OF WITHHELD FUNDS of this section, no such percent retainage shall be deducted When at least 95% of the work has been completed, the Engineer shall, at the Owner's discretion and with the consent of the surety, prepare estimates of both the contract value and the cost of the remaining work to be done The Owner may retain an amount not less than twice the contract value or estimated cost, whichever is greater, of the work remaining to be done The remainder, less all previous payments and deductions, will then be certified for payment to the Contractor It is understood and agreed that the Contractor shall not be entitled to demand or receive partial payment based on quantities of work in excess of those provided in the proposal or covered by approved change orders or supplemental agreements, except when such excess quantities have been determined by the Engineer to be a part of the final quantity for the item of work in question No partial payment shall bind the Owner to the acceptance of any materials or work in place as to quality or quantity All partial payments are subject to correction at the time of final payment as provided in the subsection 90-09 titled ACCEPTANCE AND FINAL PAYMENT of this section The Contractor shall deliver to the Owner a complete release of all claims for labor and material arising out of this contract before the final payment is made If any subcontractor or supplier fails to furnish such a release in full, the Contractor may furnish a bond or other collateral satisfactory to the Owner to indemnify the Owner against any potential lien or other such claim The bond or collateral shall include all costs, expenses, and attorney fees the Owner may be compelled to pay in discharging any such lien or claim. 90-07 Payment for materials on hand. Partial payments may be made to the extent of the delivered cost of materials to be incorporated in the work, provided that such materials meet the requirements of the contract, plans, and specifications and are delivered to acceptable sites on the airport property or at other sites in the vicinity that are acceptable to the Owner Such delivered costs of stored or stockpiled materials may be included in the next partial payment after the following conditions are met: a The material has been stored or stockpiled in a manner acceptable to the Engineer at or on an approved site b The Contractor has furnished the Engineer with acceptable evidence of the quantity and quality of such stored or stockpiled materials c The Contractor has furnished the Engineer with satisfactory evidence that the material and transportation costs have been paid d The Contractor has furnished the Owner legal title (free of liens or encumbrances of any kind) to the material so stored or stockpiled. e The Contractor has furnished the Owner evidence that the material so stored or stockpiled is insured against loss by damage to or disappearance of such materials at any time prior to use in the work. It is understood and agreed that the transfer of title and the Owner's payment for such stored or stockpiled materials shall in no way relieve the Contractor of his or her responsibility for furnishing and placing such materials in accordance with the requirements of the contract, plans, and specifications In no case will the amount of partial payments for materials on hand exceed the contract price for such materials or the contract price for the contract item in which the material is intended to be used G:\PROJECTS12016\16164E\Spec\16164 SPECIFICATIONS.docx 6-54 No partial payment will be made for stored or stockpiled living or perishable plant materials The Contractor shall bear all costs associated with the partial payment of stored or stockpiled materials in accordance with the provisions of this subsection. 90-08 Payment of withheld funds. At the Contractor's option, if an Owner withholds retainage in accordance with the methods described in subsection 90-06 PARTIAL PAYMENTS, the Contractor may request that the Owner deposit the retainage into an escrow account. The Owner's deposit of retainage into an escrow account is subject to the following conditions a. The Contractor shall bear all expenses of establishing and maintaining an escrow account and escrow agreement acceptable to the Owner. b The Contractor shall deposit to and maintain in such escrow only those securities or bank certificates of deposit as are acceptable to the Owner and having a value not less than the retainage that would otherwise be withheld from partial payment. c. The Contractor shall enter into an escrow agreement satisfactory to the Owner d The Contractor shall obtain the written consent of the surety to such agreement. 90-09 Acceptance and final payment. When the contract work has been accepted in accordance with the requirements of the subsection 50-15 titled FINAL ACCEPTANCE of Section 50, the Engineer will prepare the final estimate of the items of work actually performed. The Contractor shall approve the Engineer's final estimate or advise the Engineer of the Contractor's objections to the final estimate which are based on disputes in measurements or computations of the final quantities to be paid under the contract as amended by change order or supplemental agreement. The Contractor and the Engineer shall resolve all disputes (if any) in the measurement and computation of final quantities to be paid within 30 calendar days of the Contractor's receipt of the Engineer's final estimate If, after such 30 -day period, a dispute still exists, the Contractor may approve the Engineer's estimate under protest of the quantities in dispute, and such disputed quantities shall be considered by the Owner as a claim in accordance with the subsection 50-16 titled CLAIMS FOR ADJUSTMENT AND DISPUTES of Section 50 After the Contractor has approved, or approved under protest, the Engineer's final estimate, and after the Engineer's receipt of the project closeout documentation required in subsection 90-11 Project Closeout, final payment will be processed based on the entire sum, or the undisputed sum in case of approval under protest, determined to be due the Contractor less all previous payments and all amounts to be deducted under the provisions of the contract. All prior partial estimates and payments shall be subject to correction in the final estimate and payment. If the Contractor has filed a claim for additional compensation under the provisions of the subsection 50-16 titled CLAIMS FOR ADJUSTMENTS AND DISPUTES of Section 50 or under the provisions of this subsection, such claims will be considered by the Owner in accordance with local laws or ordinances. Upon final adjudication of such claims, any additional payment determined to be due the Contractor will be paid pursuant to a supplemental final estimate 90-10 Construction warranty. a In addition to any other warranties in this contract, the Contractor warrants that work performed under this contract conforms to the contract requirements and is free of any defect in equipment, material, workmanship, or design furnished, or performed by the Contractor or any subcontractor or supplier at any tier. b. This warranty shall continue for a period of one year from the date of final acceptance of the work. If the Owner takes possession of any part of the work before final acceptance, this warranty shall continue for a period of one year from the date the Owner takes possession However, this will not relieve the Contractor from corrective items required by the final acceptance of the project work. G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.docx 6-55 c The Contractor shall remedy at the Contractor's expense any failure to conform, or any defect. In addition, the Contractor shall remedy at the Contractor's expense any damage to Owner real or personal property, when that damage is the result of. (1) The Contractor's failure to conform to contract requirements; or (2) Any defect of equipment, material, workmanship, or design furnished by the Contractor d The Contractor shall restore any work damaged in fulfilling the terms and conditions of this clause The Contractor's warranty with respect to work repaired or replaced will run for one year from the date of repair or replacement. e The Owner will notify the Contractor, in writing, within seven (7) days after the discovery of any failure, defect, or damage. f If the Contractor fails to remedy any failure, defect, or damage within 14 days after receipt of notice, the Owner shall have the right to replace, repair, or otherwise remedy the failure, defect, or damage at the Contractor's expense g With respect to all warranties, express or implied, from subcontractors, manufacturers, or suppliers for work performed and materials furnished under this contract, the Contractor shall (1) Obtain all warranties that would be given in normal commercial practice, (2) Require all warranties to be executed, in writing, for the benefit of the Owner, as directed by the Owner, and (3) Enforce all warranties for the benefit of the Owner h This warranty shall not limit the Owner's rights with respect to latent defects, gross mistakes, or fraud 90-11 Project closeout. Approval of final payment to the Contractor is contingent upon completion and submittal of the items listed below. The final payment will not be approved until the Engineer approves the Contractor's final submittal The Contractor shall. a Provide two (2) copies of all manufacturers warranties specified for materials, equipment, and installations b Provide weekly payroll records (not previously received) from the general Contractor and all subcontractors c Complete final cleanup in accordance with subsection 40-08, FINAL CLEANUP d Complete all punch list items identified during the Final Inspection e. Provide complete release of all claims for labor and material arising out of the Contract. f Provide a certified statement signed by the subcontractors, indicating actual amounts paid to the Disadvantaged Business Enterprise (DBE) subcontractors and/or suppliers associated with the project. g When applicable per state requirements, return copies of sales tax completion forms h Manufacturer's certifications for all items incorporated in the work. i All required record drawings, as -built drawings or as -constructed drawings j. Project Operation and Maintenance (O&M) Manual k. Security for Construction Warranty I Equipment commissioning documentation submitted, if required G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.docx 6-56 ADDITIONAL CLARIFICATION TO SECTION 90 90-12 Contractor's Responsibilities. This section clarifies requirements for the Contractor as it relates to measurement and payment, record drawings, safety, disputes, and indemnification. This information is required by the City of Yakima. Record Documents. The Contractor shall keep one (1) record copy of all Specifications, Drawings, Addenda, Modifications, Shop Drawings, and samples at the site, in good order and annotated to show all changes made during the construction process. These shall be available to the Engineer for examination and shall be delivered to the Engineer upon completion of the work and prior to Final Acceptance of the project by the OWNER. Safety and Protection: The Contractor shall be responsible for initiating, maintaining, and supervising all safety precautions and programs in connection with the work. The Contractor shall submit their company's Safety Plan/Program All subcontractors regardless of tier shall be required to be a signatory and work under the Contractor's Safety Plan/Program. The Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to. a. All employees on the work and other persons who may affected thereby; b All the work and all materials or equipment to be incorporated therein, whether in storage on or off the site; and c Other property at the site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, and utilities not designated for removal, relocation or replacement in the course of construction The Contractor shall comply with all applicable laws, ordinances, rules, regulations, and orders of any public body having jurisdiction for the safety of persons or property or to protect them from damage, injury or loss; and shall erect and maintain all necessary safeguards for such safety and protection. The Contractor shall notify OWNER of adjacent property and utilities when prosecution of the work may affect them All damage, injury, or loss to any property referred to in paragraph "a" or "b" above caused, directly or indirectly, in whole or in part, by the Contractor, any subcontractor, or anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, shall be remedied by the Contractor, (except damage or loss attributable to the fault of the Drawings or Specifications or to the acts or omissions of the OWNER or Engineer or any employed by either of them or anyone for whose acts either of them may be liable, and not attributable, directly or indirectly, in whole or in part, to the fault or negligence of the Contractor). The Contractor's duties and responsibilities for the safety and protection of the work shall continue until such time as the work is completed and the Engineer has issued a notice to the OWNER and the Contractor that the work is acceptable. Emergencies: In emergencies affecting the safety or protection of persons or the work or property at the site or adjacent thereto, the Contractor, without special instruction or authorization from the Engineer or OWNER, is obligated to act to prevent threatened damage, injury, or loss The Contractor shall give the Engineer prompt written notice of any significant changes in the work or deviations from the Contract Documents caused thereby. Shop Drawings and Samples: The Engineer will review with reasonable promptness the Shop Drawings and samples, but the Engineer's review shall be only for conformance with the design concept of the Project and for compliance with the information given in the Contract Documents and shall not extend to means, methods, sequences, techniques, or procedures of construction or to safety precautions or programs incident thereto. The review of a separate item as such will not indicate approval of the Engineer and shall return the required number of corrected copies of Shop Drawings and resubmit new samples for review. The Contractor shall direct G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.docx 6-57 specific attention in writing to revisions other than the corrections called for by the Engineer on previous submittals The Contractor's stamp of approval on any Shop Drawing or sample shall constitute a representation to the OWNER and the Engineer that the Contractor has either determined and verified all quantities, dimensions, field construction criteria, materials, catalog numbers, and similar data or assumes full responsibility for doing so, and that the Contractor has reviewed or coordinated each Shop Drawing or sample with the requirements of the work and the Contract Documents The Engineer's review of Shop Drawings or samples shall not relieve the Contractor from responsibility for any deviations from the Contract Documents unless the Contractor has in writing called the Engineer's attention to such deviation at the time of submission and the Engineer has given written concurrence to the specific deviation, nor shall any concurrence by the Engineer relieve the Contractor from responsibility for errors or omissions in the Shop Drawings Continuing the Work: The Contractor shall carry on the work and maintain the progress schedule during all disputes or disagreements with the OWNER. No work shall be delayed or postponed pending resolution of any disputes or disagreements, except as the Contractor and OWNER may otherwise agree in writing Indemnification: To the fullest extent permitted by law, the Contractor shall indemnify and hold harmless the OWNER and Engineer and their agents and employees from and against all claims, damages, losses and expenses including but not limited to attorney's fees arising out of or resulting from the performance of the work, provided that any such claims, damage, loss, or expense (1) is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property (other than the work itself) including the loss of use resulting therefrom and (2) is caused in whole or in part by any negligent act or omission of the Contractor, any subcontractor, anyone directly or indirectly employed by any of them, or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder. In any and all claims against the OWNER or Engineer or any of their agents or employees by any employee of the Contractor, and subcontractor, anyone directly or indirectly employed by any of them, or anyone for whose acts any of them may be liable, the indemnification obligation under Section 90-12 shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for Contractor or any subcontractor under workers' or workmen's compensation acts, disability benefit acts or other employee benefit acts The obligations of the Contractor under Section 90-12 shall not extend to the liability of the Engineer, his agents or employees arising out of the preparation or approval of maps, drawings, opinions, reports, surveys, Change Orders, designs or specifications 90-13 Changes in the Work. This section clarifies changes in the work and establishes notice requirements for change This information is required by the City of Yakima. Without invalidating the Agreement, the OWNER may, at any time or from time to time, order additions, deletions or revisions in the work, these will be authorized by Change Orders Upon receipt of a Change Order, the Contractor shall proceed with the work involved. All such work shall be executed under the applicable conditions of the Contract Documents If any Change Order causes an increase or decrease in the Contract Price or an extension or shortening of the Contract Time, an equitable adjustment will be made The Engineer may authorize minor changes in the work not involving an adjustment in the Contract Price or the Contract Time, which are consistent with the overall intent of the Contract Documents These may be accomplished by a Field Order, and shall be binding on the OWNER, and also on the Contractor who shall perform the change promptly. If the Contractor believes that a Field Order justifies an increase in the Contract Price or Contract Time, the Contractor may make a claim Additional work performed without authorization of a Change Order will not entitle the Contractor to an increase in the Contract Price or an extension of the Contract Time, except in the case of an emergency G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.docx 6-58 The OWNER shall execute appropriate Change Orders prepared by the Engineer covering changes in the work which are required by the OWNER, or required because of unforeseen physical conditions or emergencies, or because of uncovering work found not to be defective, or because of any other claim of the Contractor for a change in the Contract Time or the Contract Price which is recommended by the Engineer. If notice of any change affecting the general scope of the work or change in the Contract Price is required by the provisions of any Bond to be given to the Surety, it will be the Contractor's responsibility to so notify the Surety, and the amount of each applicable Bond shall be adjusted accordingly. The Contractor shall furnish proof of such adjustment to the OWNER. 90-14 Change of Contract Price. This section clarifies changes in the Contract price and establishes standard rates for Contractor fees Allowable primary and supplemental costs are defined to eliminate ambiguity. This information is required by the City of Yakima The Contract Price may only be changed by a Change Order Any claim for an increase in the Contract Price shall be based on written notice delivered to the OWNER and Engineer Notice of the amount of claim with supporting data shall be delivered with the claim unless the Engineer allows an additional period of time to ascertain accurate cost data. All claims for adjustment in the Contract Price shall be determined by the Engineer if the OWNER and Contractor cannot otherwise agree on the amount involved. Any change in the Contract Price resulting from any such claims shall be incorporated in a Change Order. Claims with wording such as "Cost at this time cannot be identified" or "reserving the right to assess costs at a later date" shall be accepted. The value of any work covered by a Change Order or of any claims for an increase or decrease in the Contract Price shall be determined in one of the following ways: a. Where the work involved is covered by unit prices contained in the Contract Documents, by application of unit prices to the quantities of the items involved b. On the basis of the Cost of the work plus a Contractor's Fee for overhead and profit. Cost of the Work: The term Cost of the work means the sum of all costs necessarily incurred and paid by the Contractor in the proper performance of the work. Except as otherwise may be agreed to in writing by the OWNER, such costs shall be in amounts no higher than those prevailing in the locality of the Project, shall include only the following items. a Payroll costs for employees in the direct employ of the Contractor in the performance of the work under schedules of job classifications agreed upon by the OWNER and Contractor. Payroll costs for employees not employed full time on the work shall be apportioned on the bases on their time spent on .the work Payroll costs shall include, but not be limited to, salaries and wages plus the cost of fringe benefits which shall include social security contributions, unemployment, excise and payroll taxes, worker's or workmen's compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. Such employees shall include superintendents and supervisors at the site. The expenses of performing work after regular working hours, on Saturday or Sunday or legal holidays shall be included in the above to the extent authorized by the OWNER. b. Cost of all materials and equipment furnished and incorporated in the work, including costs of transportation and storage thereof, and manufactures' field services required in connection therewith. All cash discounts shall accrue to the Contractor unless the OWNER deposits funds with the Contractor with which to make payments, in which case the cash discounts shall accrue to the OWNER. All trade discounts, rebates and refunds, and all returns from sale of surplus materials and equipment shall accrue to the OWNER and the Contractor shall make provisions so that they may be obtained. G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.docx 6-59 c Payments shall be made by the Contractor to the subcontractors for work performed by subcontractors. If required by the OWNER, the Contractor shall obtain competitive bids from subcontractors acceptable to the Contractor and shall deliver such bids to the OWNER who will then determine, with the advice of the Engineer, which bids will be accepted. If a subcontract provides that the subcontractor is to be paid on the basis of Cost of the work plus a Fee, the subcontractor's cost of the work shall be determined in the same manner as the Contractor's cost of work All subcontracts shall be subject to the other provisions of the Contract Documents insofar as applicable d Costs of special consultants including, but not limited to, Engineers, architects, testing laboratories, surveyors, lawyers, and accounts employed for services specifically related to the work e Supplemental costs include (1) The proportion of necessary transportation, travel, and subsistence expense of the Contractor's employees incurred in discharge of duties connected with the work. (2) Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the site and hand tools not owned by the workmen, which are consumed in the performance of the work, and cost less market value of such items used but not consumed which remain the property of the Contractor (3) Rentals of all construction equipment and machinery and the parts thereof whether rented from the Contractor or others in accordance with rental agreements approved by the OWNER with the advice of the Engineer, and the costs of transportation Loading, unloading, installation, dismantling and removal thereof — all in accordance with terms of said rental agreements The rental of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the work. (4) Sales, use of similar taxes related to the work, and for which the Contractor is liable, imposed by any governmental authority (5) Deposits lost for causes other than the Contractor's negligence, royalty payments, and fees for permits and licenses (6) Losses and damages (and related expenses), not compensated by insurance or otherwise, to the work or otherwise sustained by the Contractor in connection with the execution of the work provided they have resulted from causes other than the negligence of the Contractor, any subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable Such losses shall include settlements made with the written consent and approval of the OWNER. No such losses, damages and expenses shall be included in the Cost of the work for the purpose of determining the Contractor's Fee If, however, any such loss or damage required reconstruction and the Contractor is placed in charge thereof, the Contractor shall be paid for services a fee proportionate. (7) The cost of utilities, fuel, and sanitary facilities at the site (8) Minor expense such as telegrams, long distance telephone calls, telephone service at the site, expressage, and similar petty cash items in connection with the work (9) Cost of premiums for additional Bonds and insurance required because of changes in the work. G \PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.docx 6-60 The term Cost of the work shall not include any of the following. a. Payroll costs and other compensation of the Contractor's officers, executives, principals (of partnership and sole proprietorships), general managers, Engineers, architects, estimators, lawyers, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks and other personnel employed by the Contractor whether at the site or in his principal or a branch office for general administration of the work and not specifically included in the agreed upon schedule of job classifications referred to in paragraph "a" under Section 90-14.4, all of which are to be considered administrative costs covered by the Contractor's Fee b. Expenses of the Contractors principal and branch offices other than the Contractor's office at the site c. Any part of the Contractor's capital expenses, including interest on the Contractor's capital expenses, including interest on the Contractor's capital employed for the work and charges against the Contractor for delinquent payments. d. Cost of premiums for all Bonds and for all insurance whether or not the Contractor is required by the Contract Documents to purchase and maintain the same (except for additional Bonds and insurance required because of changes in the work). e Costs due to the negligence of the Contractor, and subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective work, disposal of materials or equipment wrongly supplied and making good any damage to property f. Other overhead of general expense costs of any kind and the costs of any item not specifically and expressly included in this section. Contractor's Fee: The Contractor's Fee allowed to the Contractor for overhead and profit shall be determined as follows. a. A mutually acceptable fixed fee, or if none can be agreed upon b. A fee based on the following percentages of the various portions of the cost of the work: (1) For costs incurred under Sections 90-144 paragraph "a" and 90-14.4 paragraph "b", the Contractor's Fee shall be fifteen percent (15%) (2) For costs incurred under Section 90-14.4 paragraph "c", the Contractor's Fee shall be five percent (5%); and if a subcontract is on the basis of cost of the work plus a fee, the maximum allowable the subcontractor as a fee for overhead and profit shall be ten percent (10%), and (3) No fee shall be payable on the basis of costs itemized under Section 90-14.4 paragraph "d" and "e. The amount of credit to be allowed by the Contractor to the OWNER for any such change which results in a net decrease in costs will be the amount of the actual net decrease. When both additions and credits are involved in any one change, the combined overhead and profit shall be figured on the basis of the net increase, if any. Adjustment of Unit Prices. Whenever the cost of any work is to be determined pursuant to Section 90-14.4 and 90-14 5, the Contractor will submit in a form acceptable to the Engineer an itemized cost breakdown together with supporting data. G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.docx 6-61 90-15 Change of the Contract Time. This section clarifies changes in the Contract time It establishes notice requirements and required information to change Contract time This information is required by the City of Yakima The Contract Time may only be changed by a Change Order Any claim for an extension on the Contract Time shall be based on written notice delivered to the OWNER and Engineer. Notice of the extent of the claim with supporting data shall be delivered with the claim unless the Engineer allows an additional period of time to ascertain more accurate data. All claims for adjustment in the Contract Time shall be determined by the Engineer if the OWNER and Contractor cannot otherwise agree. Any change in the Contract Time resulting from any such claim shall be incorporated in a Change Order Claims with wording such as "impact to the Schedule cannot be identified at this time" or "reserving the right to assess schedule impacts at a later date" shall not be accepted The Contract Time will be extended in an amount equal to time lost due to delays beyond the control of the Contractor. Such delays shall include, but not be limited to, acts or neglect by the OWNER or others performing additional work, or to fires, floods, labor disputes, epidemics, abnormal weather conditions, or acts of God All time limits stated in the Contract Documents are of essence to the Agreement. The provisions of this Section 90-15 shall not exclude recovery for damages (including compensation for additional professional services) for delay by either party 90-16 Warranty and Guarantee: Tests and Inspections: Correction, Removal, or Acceptance of Defective Work. This section clarifies warranty work required by the Contractor in the event of defective work. Tests are to be witnessed by the Engineer or inspectors This section also covers requirements for uncovering work if not observed by the Engineer during construction This information is required by the City of Yakima Test and Inspections. The Contractor shall give the Engineer timely notice of readiness of the work for all required inspections, tests or approvals If any work that is to be inspected, tested or approved is covered without written concurrence of the Engineer, if must, if requested by the Engineer, be uncovered for observations Such uncovering shall be at the Contractor's expense unless the Contractor has given the Engineer timely notice of the Contractor's intention to cover such work and the Engineer has not acted with reasonable promptness in response to such notice Neither observations by the Engineer nor inspections, tests or approvals by others shall relieve the Contractor from his obligations to perform the work in accordance with the Contract Documents. Uncovering Work. If any work is covered contrary to the written request of the Engineer, it must, if requested by the Engineer, be uncovered for the Engineer's observation and replaced at the Contractor's expense. If the Engineer considers it necessary or advisable that covered work be observed by the Engineer or inspected or tested by others, the Contractor, at the Engineer's request, shall uncover, expose or otherwise make available for observation, inspection, or testing as the Engineer may require, that portion of the work in question, furnishing all necessary labor, material and equipment. If it is found that such work is defective, the Contractor shall bear all material and equipment. If it is found that such work is defective, the Contractor shall bear all the expenses of such uncovering, exposure, observation, inspection and testing and of satisfactory reconstruction, including compensation to the OWNER for additional professional services, and an appropriate deductive Change Order shall be issued. If, however, such work is not found to be defective, the Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to such uncovering, exposure, observation, inspection testing and reconstruction if he makes a claim therefore as provided in Section 90-15 and 90-16 G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.docx 6-62 90-17 Payments to Contractor and Completion. This section clarifies the process.to receive payments, establish substantial completion, final payment, and explains partial utilization This information is required by the City of Yakima. Contractor's Warranty of Title: The Contractor warrants and guarantees that title to all work, materials, and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to the OWNER at the time of payment free and clean of all liens, claims, security interests, and encumbrances, hereafter in these General Provisions referred to as "Liens " Review of Applications for Progress Payment: The Engineer will, within ten (10) days after receipt of each Application for Payment, either indicate in writing a recommendation of payment and present the Application to the OWNER, or return the Application to the Contractor indicating in writing the Engineer's reasons for refusing to recommend payment. In the latter case, the Contractor may make the necessary corrections and resubmit the Application The OWNER shall, within thirty (30) days of presentation to him of the Application for Payment with the Engineer's recommendation pay the Contractor the amount recommended. The Engineer's recommendation of any payment requested in an Application for Payment will constitute a representation by the Engineer to the OWNER, based on the Engineer's on-site observations of the work in progress as an experienced and qualified design professional and on the Engineer's review of the Application for payment and the accompanying data and schedules that the work has progressed to the point indicated; that, to the best of the Engineer's knowledge, information and belief, the quality of the work is in accordance with the Contract Documents subject to an evaluation of the work as a functioning Project upon Substantial Completion, to the results of any subsequent tests called for in the Contract Documents subject to an evaluation of the work as a functioning Project upon Substantial Completion, to the results of any subsequent tests called for in the Contract Documents and any qualifications stated in the recommendation; and that the Contractor is entitled to payment of the amount recommended However, by recommending any such payment the Engineer will not thereby be deemed to have represented that exhaustive or continuous onsite inspections have been made to check the quality or the quantity of the work, or that the means, methods, techniques, sequences, and procedures of construction have been reviewed or that any examination has been made to ascertain how or for what purpose the Contractor has used the money paid or to be paid to the Contractor on account of the Contract Price, or that title to any work, materials or equipment has passed to the OWNER free and clear of any liens The Engineer may refuse to recommend the whole or any part of any payment if, in his opinion, it would be incorrect to make such representations to the OWNER. He may also refuse to recommend any such payment, or, because of subsequently discovered evidence or the results of subsequent inspections or tests, nullify any such payment previously recommended to such extent as may be necessary in the Engineer's opinion to protect the OWNER from loss because* a The work is defective, or completed work has been damaged requiring correction or replacement, b. Written claims have been made against the OWNER or Liens have been filed in connection with the work. c The Contract Price has been reduced because of Change Orders, d. The OWNER has been required to correct defective work or complete the work in accordance with Section 90-16 e. Of the Contractor's unsatisfactory prosecution of the work in accordance with the Contract Documents; or f Of the Contractor's failure to make payment to subcontractors, or for labor, materials or equipment. G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.docx 6-63 Substantial Completion. When the Contractor considers the entire work ready for its intended use the Contractor shall, in writing to the OWNER and Engineer, certify that the entire work is substantially complete and request that the Engineer issue a certificate of Substantial Completion. With a reasonable time thereafter, the OWNER, Contractor, and Engineer shall make an inspection of the work to determine the status of completion If the Engineer does not consider the work substantially complete, the Engineer will notify the Contractor in writing giving his reasons therefore If the Engineer considers the work substantially complete, the Engineer will prepare and deliver to the OWNER a tentative certificate of Substantial Completion which shall fix the date of Substantial Completion. There shall be attached to the certificate a tentative list of items to be completed or corrected before final payment. The OWNER shall have seven (7) days after receipt of the tentative certificate during which he may make written objection to the Engineer as to any provisions of the certificate or attached list. If, after considering such objections, the Engineer concludes that the work is not substantially complete, the Engineer will within fourteen (14) days after submission of the tentative certificate to the OWNER notify the Contractor in writing, stating his reasons therefore. If, after consideration of the OWNER's objections, the Engineer considers the work substantially complete, the Engineer will within fourteen (14) days execute and deliver to the OWNER and the Contractor a definitive certificate of Substantial Completion, with a revised tentative list of items to be completed or corrected, reflecting such changes from the tentative certificate as he believes justified after consideration of any objections from the OWNER. At the time of delivery of the tentative certificate of Substantial Completion the Engineer will deliver to the OWNER and Contractor a written recommendation as to division of responsibilities pending final payment between the OWNER and Contractor with respect to security, operation, safety, maintenance, heat, utilities, and insurance. Unless the OWNER and Contractor agree otherwise in writing and so inform the Engineer prior to his issuing the definitive certificate of Substantial Completion the Engineer's aforesaid recommendation will be binding on the OWNER and Contractor until final payment. The OWNER shall have the right to exclude the Contractor from the work after the date of Substantial Completion, but the OWNER shall allow the Contractor reasonable access to complete or correct items on the tentative list. Partial Utilization. Use by the OWNER of completed portions of the work may be accomplished prior to Substantial Completion of all the work subject to the following a The OWNER at any time may request the Contractor in writing to permit the OWNER to use any part of the work which the OWNER believes to be substantially complete and which may be so used without significant interference with construction of the other parts of the work. If the Contractor agrees, the Contractor will certify to the OWNER and Engineer that said part of the work is substantially complete and request the Engineer that said part of the work is substantially complete and request the Engineer to issue a certificate of Substantial Completion for that part of the work. Within a reasonable time thereafter the OWNER, Contractor, and Engineer shall make an inspection of that part of the work to determine its status of completion. If the Engineer does not consider that part of the work to be substantially complete, the Engineer will notify the OWNER and Contractor in writing giving his reasons therefore. If the Engineer considers that part of the work to be substantially complete, the Engineer will execute and deliver to the OWNER and Contractor a certificate to that effect, fixing the date of Substantial Completion as to that part of the work, attaching thereto a tentative list of items to be completed or corrected before final payment. Prior to issuing a certificate of Substantial Completion as to part of the work the Engineer will deliver to the OWNER and Contractor a written recommendation as to the division of responsibilities pending final payment between the OWNER and Contractor with respect to security, operation safety, maintenance, utilities and insurance for that part of the work which shall become binding upon the OWNER and Contractor at the time of issuing the definitive certificate of Substantial Completion as to that part of the work unless the OWNER and Contractor have otherwise agreed in writing and so informed the Engineer The OWNER shall have the right to exclude the Contractor from any part of the work which the Engineer has so certified to be substantially complete, but the OWNER shall allow the Contractor reasonable access to complete or correct items on the tentative list. G.\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.docx 6-64 b In lieu of the issuance of a certificate of Substantial Completion as to part of the work, the OWNER may take over operation of a facility constituting part of the work whether or not it is substantially complete if such facility is functionally and separately useable, provided that prior to any such takeover, the OWNER and Contractor have agreed as to the division of responsibilities between the OWNER and Contractor for security, operations, safety, maintenance, correction period, heat, utilities, and insurance with respect to such facility. c No occupancy of part of the work or taking over of operations of a facility will be accomplished prior to compliance with the requirements of Section 70-21 in respect of property insurance. Final Application of Payment: After the Contractor has completed all such corrections to the satisfaction of the Engineer and delivered all maintenance and operating instructions, schedules, guarantees, Bonds, certificates of inspection, marked - up record documents and other documents, all as required by the Contract Documents, and after .the Engineer has indicated that the work is acceptable subject to the provisions of Section 90-17, the Contractor may make application for final payment following the procedure for progress payments The final Application for Payment shall be accompanied by all documentation called for in the Contract Documents and such other data and schedules as the Engineer may reasonable require, together with complete and legally effective releases or waivers (satisfactory to OWNER) of all Liens arising out of or filed in connection with the work. In lieu thereof and as approved by the OWNER, the Contractor may furnish receipts or releases in full, an affidavit of the Contractor that the releases and receipts include all labor, services, material and equipment for which a Lien could be filed, and that all payrolls, material and equipment bills, and other indebtedness connected with the work for which the OWNER or his property might in any way be responsible, have been paid or otherwise satisfied; and consent of the Surety, if any, to final payment. If any subcontractor, manufacturer, fabricator, supplier or distributor fails to furnish a release or receipt in full, the Contractor may furnish a Bond or other collateral satisfactory to the OWNER to indemnify the OWNER against any Lien. Final Payment and Acceptance: If, on the basis of the Engineer's observation of the work during construction and final inspection, and the Engineer's review of the final Application for Payment and accompanying documentation, all as required by the Contract Documents, the Engineer is satisfied that the work has been completed and the Contractor has fulfilled all of his obligations under the Contract Documents, the Engineer will, within ten (10) days after receipt of the final Application for Payment, indicate in writing his recommendation of payment and present the Application to the OWNER for payment, indicate in writing his recommendation of payment and present the Application to the OWNER for payment. Thereupon the Engineer will give written notice to the OWNER and Contractor that the work is acceptable subject to the provisions of Section 6. Otherwise, the Engineer will return the Application to the Contractor, indicating in writing the reasons for refusing to recommend final payment, in which case the Contractor shall make the necessary corrections and resubmit the Application If the Application and accompanying documentation are appropriate as to form and substance, the OWNER shall, within thirty (30) days after receipt thereof pay the Contractor the amount recommended by the Engineer. If, through no fault of the Contractor final completion of the work is significantly delayed thereof and if the Engineer so confirms, the OWNER shall, upon receipt of the Contractor's final Application for Payment and recommendation of the Engineer, and without terminating the Agreement, make payment of the balance due for that portion of the work fully completed and accepted If the remaining balance to be held by the OWNER for work not fully completed or corrected is less than the retainage stipulated in the Agreement and if Bonds have been furnished as required in Section 6, the written consent of the Surety to the payment of the balance due for that portion of the work fully completed and accepted shall be submitted by the Contractor to the Engineer with the Application for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of claims. G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.docx 6-65 Contractor's Continuing Obligation. The Contractor's obligation to perform and complete the work in accordance with the Contract Documents shall be absolute. Neither recommendation of any progress or final payment by the Engineer, nor the issuance of a certificate of Substantial Completion, nor any payment by the OWNER to the Contractor under the Contract Documents, nor any use or occupancy of the work or any part thereof by the OWNER, nor any act of acceptance by the OWNER nor any failure to do so, nor the issuance of a notice of acceptability by the Engineer pursuant to Section 90-17.3, nor any correction of defective work by OWNER shall constitute an acceptance of work not in accordance with the Contract Documents or a release of the Contractor's obligation to perform the work in accordance with the Contract Documents Waiver of Claims. The making and acceptance of final payment shall constitute: a A waiver of all claims by the OWNER against the Contractor, except claims arising from unsettled Liens, from defective work appearing after final inspection pursuant to Section 90-17.11 or from failure to comply with the Contract Documents or the terms of any special guarantees specified therein, however, it shall not constitute a waiver by the OWNER of any rights in respect of the Contractor's continuing obligations under the Contract Documents; and b A waiver of all claims by the Contractor against the OWNER other than those previously made in writing and still unsettled 90-18 Project Closeout. This section supplements the FAA general provisions and lists the requirements to close out a project and receive final payment. This information is required by the City of Yakima General The Engineer shall prepare a Punchlist when notified by the Contractor that work is completed. Failure of the Engineer to include any items on the Punchlist does not alter the responsibility of the Contractor to complete work in accordance with Contract Documents. The Contractor shall deliver all items called for herein and under various Specification sections to Engineer at completion of work Requirements The Contractor must furnish all documentation required by the contract and required by law, to allow the Contracting Agency to process final acceptance of the contract. The following documents must be received by the Project Engineer prior to physical completion a. Certified Payrolls b Material Acceptance Certification Documents c Final Contract Voucher Certification d Copies of the approved "Affidavit of Prevailing Wages Paid" for the Contractor and all Subcontractors e Property owner releases. f Asbuilt Document. g. Operations and maintenance manuals h. Certificates of Warranty (if applicable) i. All testing results Project Record/As-Built Drawings As the job progresses, the Contractor shall keep at the project site an accurately marked job set of Contract Documents showing all changes and deviations from the original drawings These shall be available to the Engineer (Note. Above requirement shall not be construed as authorization to make changes in work or layout without definite instructions in each case.) Upon completion of the project and before final payment, the Contractor shall transfer all deviations and changes indicated on the project set to one new set of Contract Documents to be provided by the Contractor. After incorporating the information, this set shall be forwarded to the Engineer G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.docx 6-66 As -built Drawings shall show final grades elevations, conduit locations, structure locations including rim and invert elevations, retroreflector/light locations, and any other major project elements All locations and grades shall be prepared by a licensed land surveyor in both hard and electronic formats. The final elevation grid provided by the contractor shall match grid points provided on the plan and profile sheets in the contract plans. Cleanup: Upon completion of the project and prior to final payment, the Contractor shall restore the work area to a satisfactory condition as determined by the Engineer All materials, equipment, and appurtenances not required as a part of or appurtenant to the completed project shall be removed from the project site and legally disposed of All slop over from construction operations and the scattering of unused materials shall be removed The work site shall be graded smooth to established grade or, if no grade is established, to a neat uniform condition as determined by the Engineer Closeout: The Contractor shall furnish all items required for acceptance and final payment as designated in Section 90-09 "Acceptance and Final Payment" and in the Supplementary Conditions before final payment will be released. Measurement and Payment There will be no separate measurement or payment for this item, and all costs for performance of this work shall be incidental to other items of work END OF SECTION 90 G:\PROJECTS\2016\16164E\Spec116164 SPECIFICATIONS.docx 6-67 SECTION 100 - CONTRACTOR QUALITY CONTROL PROGRAM 100-01 General. When the specification requires a Contractor Quality Control Program, the Contractor shall establish, provide, and maintain an effective Quality Control Program that details the methods and procedures that will be taken to assure that all materials and completed construction required by this contract conform to contract plans, technical specifications and other requirements, whether manufactured by the Contractor, or procured from subcontractors or vendors. Although guidelines are 'established and certain minimum requirements are specified here and elsewhere in the contract technical specifications, the Contractor shall assume full responsibility for accomplishing the stated purpose. The intent of this section is to enable the Contractor to establish a necessary level of control that will: a. Adequately provide for the production of acceptable quality materials. b. Provide sufficient information to assure both the Contractor and the Engineer that the specification requirements can be met. c. Allow the Contractor as much latitude as possible to develop his or her own standard of control. The Contractor shall be prepared to discuss and present, at the preconstruction conference, their understanding of the quality control requirements The Contractor shall not begin any construction or production of materials to be incorporated into the completed work until the Quality Control Program has been reviewed and accepted by the Engineer. No partial payment will be made for materials subject to specific quality control requirements until the Quality Control Program has been reviewed. The quality control requirements contained in this section and elsewhere in the contract technical specifications are in addition to and separate from the acceptance testing requirements. Acceptance testing requirements are the responsibility of the Engineer. Paving projects over $500,000 shall have a Quality Control (QC)/Quality Assurance (QA) workshop with the Engineer, Contractor, subcontractors, testing laboratories, and Owner's representative at start of construction. The workshop shall -address QC and QA requirements of the project specifications. The Contractor shall coordinate with the Airport and the Engineer on time and location of the QC/QA workshop 100-02 Description of program. a. General description. The Contractor shall establish a Quality Control Program to perform quality control inspection and testing of all items of work required by the technical specifications, including those performed by subcontractors. This Quality Control Program shall ensure conformance to applicable specifications and plans With respect to materials, workmanship, construction, finish, and functional performance. The Quality Control Program shall be effective for control of all construction work performed under this Contract and shall specifically include surveillance and tests required by the technical specifications, in addition to other requirements of this section and any other activities deemed necessary by the Contractor to establish an effective level of quality control. b Quality Control Program. The Contractor shall describe the Quality Control Program in a written document that shall be reviewed and approved by the Engineer prior to the start of any production, construction, or off-site fabrication. The written Quality Control Program shall be submitted to the Engineer for review and approval at least 7 calendar days before the start of work. The Contractor's Quality Control Plan and Quality Control testing laboratory must be approved in writing by the Engineer prior to the Notice to Proceed (NTP) The Quality Control Program shall be organized to address, as a minimum, the following items: a Quality control organization. b. Project progress schedule. c. Submittals schedule. G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.docx 6-68 d Inspection requirements e. Quality control testing plan f Documentation of quality control activities g Requirements for corrective action when quality control and/or acceptance criteria are not met. The Contractor is encouraged to add any additional elements to the Quality Control Program that is deemed necessary to adequately control all production and/or construction processes required by this contract. 100-03 Quality control organization. The Contractor Quality Control Program shall be implemented by the establishment of a separate quality control organization An organizational chart shall be developed to show all quality control personnel and how these personnel integrate with other management/production and construction functions and personnel. The organizational chart shall identify all quality control staff by name and function, and shall indicate the total staff required to implement all elements of the Quality Control Program, including inspection and testing for each item of work. If necessary, different technicians can be used for specific inspection and testing functions for different items of work If an outside organization or independent testing laboratory is used for implementation of all or part of the Quality Control Program, the personnel assigned shall be subject to the qualification requirements of paragraph 100-O3a and 100-03b The organizational chart shall indicate which personnel are Contractor employees and which are provided by an outside organization The quality control organization shall, as a minimum, consist of the following personnel. a Program Administrator. The Program Administrator shall be a full-time on-site employee of the Contractor, or a consultant engaged by the Contractor The Program Administrator shall have a minimum of five (5) years of experience in airport and/or highway construction and shall have had prior quality control experience on a project of comparable size and scope as the contract. Additional qualifications for the Program Administrator shall include at least one of the following requirements (1) Professional Engineer with one (1) year of airport paving experience (2) Engineer -in -training with two (2) years of airport paving experience (3) An individual with three (3) years of highway and/or airport paving experience, with a Bachelor of Science Degree in Civil Engineering, Civil Engineering Technology or Construction (4) Construction materials technician certified at Level III by the National Institute for Certification in Engineering Technologies (NICET). (5) Highway materials technician certified at Level III by NICET (6) Highway construction technician certified at Level III by NICET. (7) A NICET certified engineering technician in Civil Engineering Technology with five (5) years of highway and/or airport paving experience The Program Administrator shall have full authority to institute any and all actions necessary for the successful implementation of the Quality Control Program to ensure compliance with the contract plans and technical specifications. The Program Administrator shall report directly to a responsible officer of the construction firm The Program Administrator may supervise the Quality Control Program on more than one project provided that person can be at the job site within two (2) hours after being notified of a problem. G \PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS docx 6-69 b. Quality control technicians. A sufficient number of quality control technicians necessary to adequately implement the Quality Control Program shall be provided'. These personnel shall be either Engineers, engineering technicians, or experienced craftsman with qualifications in the appropriate field equivalent to NICET Level II or higher construction materials technician or highway construction technician and shall have a minimum of two (2) years of experience in their area of expertise The quality control technicians shall report directly to the Program Administrator and shall perform the following functions. (1) Inspection of all materials, construction, plant, and equipment for conformance to the technical specifications, and as required by subsection 100-06. (2) Performance of all quality control tests as required by the technical specifications and subsection 100-07. (3) Performance of density tests for the Engineer when required by the technical specifications Certification at an equivalent level, by a state or nationally recognized organization will be acceptable in lieu of NICET certification c. Staffing levels. The Contractor shall provide sufficient qualified quality control personnel to monitor each work activity at all times. Where material is being produced in a plant for incorporation into the work, separate plant and field technicians shall be provided at each plant and field placement location The scheduling and coordinating of all inspection and testing must match the type and pace of work activity. The Quality Control Program shall state where different technicians will be required for different work elements 100-04 Project progress schedule. The Contractor shall submit a coordinated construction schedule for all work activities. The schedule shall be prepared as a network diagram in Critical Path Method (CPM), Program Evaluation and Review Technique (PERT), or other format, or as otherwise specified in the contract. As a minimum, it shall provide information on the sequence of work activities, milestone dates, and activity duration The Contractor shall maintain the work schedule and provide an update and analysis of the progress schedule on a twice monthly basis, or as otherwise specified in the contract. Submission of the work schedule shall not relieve the Contractor of overall responsibility for scheduling, sequencing, and coordinating all work to comply with the requirements of the contract. 100-05 Submittals schedule. The Contractor shall submit a detailed listing of all submittals (for example, mix designs, material certifications) and shop drawings required by the technical specifications. The listing can be developed in a spreadsheet format and shall include. a. Specification item number. b Item description. c. Description of submittal. d. Specification paragraph requiring submittal. e. Scheduled date of submittal. G:\PROJECTS12016\16164E\Spec\16164 SPECIFICATIONS.docx 6-70 100-06 Inspection requirements. Quality control inspection functions shall be organized to provide inspections for all definable features of work, as detailed below All inspections shall be documented by the Contractor as specified by subsection 100-07 Inspections shall be performed daily to ensure continuing compliance with contract requirements until completion of the particular feature of work These shall include the following minimum requirements a During plant operation for material production, quality control test results and periodic inspections shall be used to ensure the quality of aggregates and other mix components, and to adjust and control mix proportioning to meet the approved mix design and other requirements of the technical specifications All equipment used in proportioning and mixing shall be inspected to ensure its proper operating condition The Quality Control Program shall detail how these and other quality control functions will be accomplished and used b During field operations, quality control test results and periodic inspections shall be used to ensure the quality of all materials and workmanship All equipment used in placing, finishing, and compacting shall be inspected to ensure its proper operating condition and to ensure that all such operations are in conformance to the technical specifications and are within the plan dimensions, lines, grades, and tolerances specified. The Program shall document how these and other quality control functions will be accomplished and used 100-07 Quality control testing plan. As a part of the overall Quality Control Program, the Contractor shall implement a quality control testing plan, as required by the technical specifications The testing plan shall include the minimum tests and test frequencies required by each technical specification Item, as well as any additional quality control tests that the Contractor deems necessary to adequately control production and/or construction processes. The testing plan can be developed in a spreadsheet fashion and shall, as a minimum, include the following a. Specification item number (for example, P-401) b. Item description (for example, Plant Mix Bituminious Pavements) c Test type (for example, gradation, grade, asphalt content) d. Test standard (for example, ASTM or American Association of State Highway and Transportation Officials (AASHTO) test number, as applicable). e Test frequency (for example, as required by technical specifications or minimum frequency when requirements are not stated). f Responsibility (for example, plant technician). g Control requirements (for example, target, permissible deviations). The testing plan shall contain a statistically -based procedure of random sampling for acquiring test samples in accordance with ASTM D3665 The Engineer shall be provided the opportunity to witness quality control sampling and testing All quality control test results shall be documented by the Contractor as required by subsection 100-08 100-08 Documentation. The Contractor shall maintain current quality control records of all inspections and tests performed These records shall include factual evidence that the required inspections or tests have been performed, including type and number of inspections or tests involved; results of inspections or tests, nature of defects, deviations, causes for rejection, etc , proposed remedial action, and corrective actions taken. G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.docx 6-71 These records must cover both conforming and defective or deficient features, and must include a statement that all supplies and materials incorporated in the work are in full compliance with the terms of the contract. Legible copies of these records shall be furnished to the Engineer daily. The records shall cover all work placed subsequent to the previously furnished records and shall be verified and signed by the Contractor's Program Administrator. Specific Contractor quality control records required for the contract shall include, but are not necessarily limited to, the following records: a. Daily inspection reports. Each Contractor quality control technician shall maintain a daily log of all inspections performed for both Contractor and subcontractor operations. These technician's daily reports shall provide factual evidence that continuous quality control inspections have been performed and shall, as a minimum, include the following (1) Technical specification item number and description. (2) Compliance with approved submittals (3) Proper storage of materials and equipment. (4) Proper operation of all equipment. (5) Adherence to plans and technical specifications. (6) Review of quality control tests. (7) Safety inspection. The daily inspection reports shall identify inspections conducted, results of inspections, location and nature of defects found, causes for rejection, and remedial or corrective actions taken or proposed. The daily inspection reports shall be signed by the responsible quality control technician and the Program Administrator The Engineer shall be provided at least one copy of each daily inspection report on the work day following the day of record. b. Daily test reports. The Contractor shall be responsible for establishing a system that will record all quality control test results. Daily test reports shall document the following information: (1) Technical specification item number and description. (2) Test designation. (3) Location. (4) Date of test. (5) Control requirements. (6) Test results (7) Causes for rejection (8) Recommended remedial actions. (9) Retests. Test results from each day's work period shall be submitted to the Engineer prior to the start of the next day's work period. When required by the technical specifications, the Contractor shall maintain statistical quality control charts. The daily test reports shall be signed by the responsible quality control technician and the Program Administrator. 100-09 Corrective action requirements. The Quality Control Program shall indicate the appropriate action to be taken when a process is deemed, or believed, to be out of control (out of tolerance) and detail what action will be taken to bring the process into control The requirements for corrective action shall include both general requirements for operation of the Quality Control Program as a whole, and for individual items of work contained in the technical specifications. The Quality Control Program shall detail how the results of quality control inspections and tests will be used for determining the need for corrective action and shall contain clear sets of rules to gauge when a process is out of control and the type of correction to be taken to regain process control. When applicable or required by the technical specifications, the Contractor shall establish and use statistical quality control charts for individual quality control tests The requirements for corrective action shall be linked to the control charts G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.docx 6-72 100-10 Surveillance by the Engineer. All items of material and equipment shall be subject to surveillance by the Engineer at the point of production, manufacture or shipment to determine if the Contractor, producer, manufacturer or shipper maintains an adequate quality control system in conformance with the requirements detailed here and the applicable technical specifications and plans. In addition, all items of materials, equipment and work in place shall be subject to surveillance by the Engineer at the site for the same purpose. Surveillance by the Engineer does not relieve the Contractor of performing quality control inspections of either on-site or off-site Contractor's or subcontractor's work 100-11 Noncompliance. a The Engineer will notify the Contractor of any noncompliance with any of the foregoing requirements The Contractor shall, after receipt of such notice, immediately take corrective action Any notice, when delivered by the Engineer or his or her authorized representative to the Contractor or his or her authorized representative at the site of the work, shall be considered sufficient notice. b In cases where quality control activities do not comply with either the Contractor Quality Control Program or the contract provisions, or where the Contractor fails to properly operate and maintain an effective Quality Control Program, as determined by the Engineer, the Engineer may. (1) Order the Contractor to replace ineffective or unqualified quality control personnel or subcontractors. (2) Order the Contractor to stop operations until appropriate corrective actions are taken END OF SECTION 100 G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.docx 6-73 SECTION 105 - MOBILIZATION 105-1 Description. This item shall consist of work and operations, but is not limited to, work and operations necessary for the movement of personnel, equipment, material and supplies to and from the project site for work on the project except as provided in the contract as separate pay items. 105-1.1 Posted notices. Prior to commencement of construction activities the Contractor must post the following documents in a prominent and accessible place where they may be easily viewed by all employees of the prime Contractor and by all employees of subcontractors engaged by the prime Contractor. Equal Employment Opportunity (EEO) Poster "Equal Employment Opportunity is the Law" in accordance with the Office of Federal Contract Compliance Programs Executive Order 11246, as amended; Davis Bacon Wage Poster (WH 1321) - DOL "Notice to All Employees" Poster; and Applicable Davis -Bacon Wage Rate Determination These notices must remain posted until final acceptance of the work by the Owner. 105-2 Basis of measurement and payment. Based upon the contract lump sum price for "Mobilization" partial payments will be allowed as follows. a. With first pay request, 25%. b. When 25% or more of the original contract is earned, an additional 25% c. When 50% or more of the original contract is earned, an additional 40% d. After Final Inspection, Staging area clean-up and delivery of all Project Closeout materials as required by 90-11, the final 10% ADDITIONAL CLARIFICATION TO SECTION 105 105-3 MOBILIZATION CLARIFICATION This item shall consist of preparatory work and operations including, but not limited to. 1. Those necessary for the movement of personnel, equipment, supplies and incidentals to the project site; 2 Constructing access routes, entrances, and staging area(s) to the project site, 3. For the establishment of offices, buildings and other facilities necessary for work on the project; 4 For premiums on bonds and insurance for the project; and for all other work and operations which must be performed or costs incurred before beginning production work on the various contract items; 5. Final project site restorations not paid for under items in the Bid Proposal Mobilization cost for subcontracted work shall be considered to be included in the contract unit price bid by the prime CONTRACTOR. END OF SECTION 105 G:\PROJECTS\2016\16164E\Spec116164 SPECIFICATIONS.docx 6-74 SECTION 7 - NOT USED G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.Docx 7-1 SECTION 8 - FEDERAL CONTRACT CLAUSES / G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.Docx 8-1 ACCESS TO RECORDS AND REPORTS The Contractor must maintain an acceptable cost accounting system The Contractor agrees to provide the Sponsor, the Federal Aviation Administration, and the Comptroller General of the United States or any of their duly authorized representatives access to any books, documents, papers, and records of the Contractor which are directly pertinent to the specific contract for the purpose of making audit, examination, excerpts, and transcriptions. The Contractor agrees to maintain all books, records, and reports required under this contract for a period of not less than three years after final payment is made and all pending matters are closed AFFIRMATIVE ACTION REQUIREMENT NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION to ENSURE EQUAL EMPLOYMENT OPPORTUNITY 1. The Offerors or Bidder'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, expressed in percentage terms for the contractors aggregate workforce in each trade on all construction work in the covered area, are as follows: Timetables Goals for minority participation for each trade. 9 7% Goals for female participation in each trade 6 9% These goals are applicable to all of the contractors construction work (whether or not it is Federal or federally -assisted) performed in the covered area. If the contractor performs construction work in a geographical area located outside of the covered area, it shall apply the goals established for such geographical area where the work is actually performed. With regard to this second area, the contractor also is subject to the goals for both its federally involved and non -federally involved construction 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 shall be substantially uniform throughout the length of the contract, 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 goals, 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 Director of the Office of Federal Contract Compliance Programs (OFCCP) within 10 working days of award of any construction subcontract in excess of $10,000 at any tier for construction work under the contract resulting from this solicitation The notification shall list the name, address, and telephone number of the subcontractor; employer identification number of the subcontractor; estimated dollar amount of the subcontract; estimated starting and completion dates of subcontract; and the geographical area in which the subcontract is to be performed. 4. As used in this notice and in the contract resulting from this solicitation, the "covered area" is Washington, Yakima County, Yakima. a\PROJECTS\2016\16164E\Spec\16164 SPEC IFICATIONS.Docx 8-2 BREACH OF CONTRACT TERMS Any violation or breach of terms of this contract on the part of the contractor or its subcontractors may result in the suspension or termination of this contract or such other action that may be necessary to enforce the rights of the parties of this agreement. Owner will provide Contractor written notice that describes the nature of the breach and corrective actions the Contractor must undertake in order to avoid termination of the Contract. Owner reserves the right to withhold payments to Contractor with until such time the Contractor corrects the breach or the Owner elects to terminate the Contract. The Owner may proceed with termination of the Contract if the Contractor fails to correct the breach by deadline indicated in the Owner's notice. The duties and obligations imposed by the Contract Documents and the rights and remedies available thereunder are in addition to, and not a limitation of, any duties, obligations, rights and remedies otherwise imposed or available by law CERTIFICATION OF OFFERER/BIDDER REGARDING DEBARMENT By submitting a bid/proposal under this solicitation, the Bidder or offeror certifies that neither it nor its principals are presently debarred or suspended by any Federal department or agency from participation in this transaction CERTIFICATION OF LOWER TIER CONTRACTORS REGARDING DEBARMENT The successful Bidder, by administering each lower tier subcontract that exceeds $25,000 as a "covered transaction", must verify each lower tier participant of a "covered transaction" under the project is not presently debarred or otherwise disqualified from participation in this federally assisted project. The successful Bidder will accomplish this by. 1 Checking the System for Award Management at website. http.//www sam gov 2 Collecting a certification statement similar to the Certificate Regarding Debarment and Suspension (Bidder or Offeror), above 3 Inserting a clause or condition in the covered transaction with the lower tier contract If the FAA later determines that a lower tier participant failed to disclose to a higher tier participant that it was excluded or disqualified at the time it entered the covered transaction, the FAA may pursue any available remedies, including suspension and debarment of the non-compliant participant. CLEAN AIR AND WATER POLLUTION CONTROL Contractor agrees to comply with all applicable standards, orders, and regulations issued pursuant to the Clean Air Act (42 U S.0 § 740-7671 q) and the Federal Water Pollution Control Act as amended (33 U S C § 1251-1387) The Contractor agrees to report any violation to the Owner immediately upon discovery. The Owner assumes responsibility for notifying the Environmental Protection Agency (EPA) and the Federal Aviation Administration Contractor must include this requirement in all subcontracts that exceed $150,000. CONTRACT WORKHOURS AND SAFETY STANDARDS ACT REQUIREMENTS 1. Overtime Requirements No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic, including watchmen and guards, in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.docx 8-3 2. Violation; Liability for Unpaid Wages, Liquidated Damages. In the event of any violation of the clause set forth in paragraph (1) of this clause, the contractor and any subcontractor responsible therefor shall be liable for the 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 or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (1) of this clause, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (1) of this clause 3. Withholding for Unpaid Wages and Liquidated Damages. The Federal Aviation Administration (FAA) or the Owner shall upon its own action or upon written request of an authorized representative of the Department of Labor 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 2 of this clause. 4. Subcontractors. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraphs (1) through (4) and also a clause requiring the. subcontractor to include these clauses in any lower tier subcontracts The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (1) through (4) of this clause. COPELAND "ANTI -KICKBACK" ACT Contractor must comply 'with the requirements of the Copeland "Anti -Kickback" Act 18 U S C. 874 and 40 U S C. 3145), as supplemented by the Department of Labor regulation 29 CFR part 3. Contractor and subcontractors are prohibited from inducing, by any means, any person employed on the project to give up any part of the compensation to which the employee is entitled. The Contractor and each Subcontractor must submit to the Owner, a weekly statement on the wages paid to each employee performing on covered work during the prior week. Owner must report any violations of the Act to the Federal Aviation Administration DAVIS-BACON REQUIREMENTS 1 Minimum Wages (i) All laborers and mechanics 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 the Secretary of Labor under the Copeland Act (29 CFR Part 3)), the full amount of wages and bona fide fringe benefits (or cash equivalent thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics Contributions made or costs reasonably anticipated for bona fide fringe benefits under section 1(b)(2) of the Davis -Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of paragraph (1)(iv) of this section, also, 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 29 CFR Part 5 5(a)(4) Laborers or mechanics performing work in more than one G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.docx 8-4 classification may be compensated at the rate specified for each classification for the time actually worked therein. Provided, that the employer's payroll records accurately set forth the time spent in each classification in which work is performed The wage determination (including any additional classification and wage rates conformed under (1)(ii) of this section) and the Davis -Bacon poster (WH -1321) 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 easily be seen by the workers (ii)(A) The contracting officer shall require that any class of laborers or mechanics, including helpers, which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination The contracting officer shall approve an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met: (1) The work to be performed by the classification requested is not performed by a classification in the wage determination, and (2) The classification is utilized in the area by the construction industry; and (3) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination (B) If the contractor and the laborers and mechanics to be employed in the classification (if known), 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 Administrator of the Wage and Hour Division, Employment Standards Administration, U.S Department of Labor, Washington, D C 20210 The 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 (C) In the event the contractor, the laborers or mechanics to be employed in the 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 Administrator for determination The 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 that additional time is necessary (D) The wage rate (including fringe benefits where appropriate) determined pursuant to subparagraphs (1)(ii) (B) or (C) of this paragraph, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification (iii) 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 shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof (iv) If the contractor does not make payments to a trustee or other third person, the contractor may consider as 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 2 Withholding The Federal Aviation Administration or the sponsor shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld from the contractor 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, so much of the accrued payments or advances as may be considered necessary to pay laborers G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.docx 8-5 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 work, all or part of the wages required by the contract, the Federal Aviation Administration may, after written notice to the contractor, sponsor, applicant, or owner, 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. 3 Payrolls and basic records (i) Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in 1(b)(2)(B) of the Davis -Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) 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 shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual costs incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. (ii)(A) The contractor shall submit weekly for each week in which any contract work is performed a copy of all payrolls to the Federal Aviation Administration if the agency is a party to the contract, but if the agency is not such a party, the contractor will submit the payrolls to the applicant, sponsor, or owner, as the case may be, for transmission to the Federal Aviation Administration. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under 29 CFR 5.5(a)(3)(i), except that full social security numbers and home addresses shall not be included on weekly transmittals. Instead the payrolls shall only need to include an individually identifying number for each employee (e g. , the last four digits of the employee's social security number). The required weekly payroll information may be submitted in any form desired. Optional Form WH -347 is available for this purpose from the Wage and Hour Division Web site at http.//www.dol.gov/esa/whd/forms/wh347instr.htm or its successor site The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. Contractors and subcontractors shall maintain the full social security number and current address of each covered worker, and shall provide them upon request to the Federal Aviation Administration if the agency is a party to the contract, but if the agency is not such a party, the contractor will submit them to the applicant, sponsor, or owner, as the case may be, for transmission to the Federal Aviation Administration, the contractor, or the Wage and Hour Division of the Department of Labor for purposes of an investigation or audit of compliance with prevailing wage requirements. It is not a violation of this section for a prime contractor to require a subcontractor to provide addresses and social security numbers to the prime contractor for its own records, without weekly submission to the sponsoring government agency (or the applicant, sponsor, or owner). (B) Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the contractor or subcontractor or his or 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 provided under 29 CFR § 5 5(a)(3)(ii), the appropriate information is being maintained under 29 CFR § 5 5 (a)(3)(i) and that such information is correct and complete; (2) That each laborer and 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 Regulations 29 CFR Part 3, G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.docx 8-6 (3) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract. (C) 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 (3)(ii)(B) of this section (D) The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under Section 1001 of Title 18 and Section 231 of Title 31 of the United States Code (iii) The contractor or subcontractor shall make the records required under paragraph (3)(i) of this section available for inspection, copying or transcription by authorized representatives of the sponsor, the Federal Aviation Administration or the Department of Labor, 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 Federal agency may, after written notice to the contractor, sponsor, applicant or owner, take such action 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 4 Apprentices and Trainees. (i) 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 U S Department of Labor, 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 or 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 journeymen 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 worker 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 on 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 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's hourly rate) specified in the contractor's or subcontractor's registered program shall be observed 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 journeymen 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 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 will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved (ii) Trainees 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 U S Department of Labor, Employment and Training Administration. The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman 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 G \PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.docx 8-7 determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices Any employee listed on the payroll at a trainee rate that 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. In the event the Employment and Training Administration withdraws approval of a training program, the contractor 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. (iii) Equal Employment Opportunity. The utilization of apprentices, trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR Part 30. 5. Compliance with Copeland Act Requirements. The contractor shall comply with the requirements of 29 CFR Part 3, which are incorporated by reference in this contract. 6. Subcontracts The contractor or subcontractor shall insert in any subcontracts the clauses contained in 29 CFR Part 5.5(a)(1) through (10) and such other clauses as the Federal Aviation Administration may by appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR Part 5.5. 7. Contract Termination: Debarment. A breach of the contract clauses in paragraph 1 through 10 of this section may be grounds for termination of the contract, and for debarment as a contractor and a subcontractor as provided in 29 CFR 5 12. 8. Compliance with Davis -Bacon and Related Act Requirements All rulings and interpretations of the Davis -Bacon and Related Acts contained in 29 CFR Parts 1, 3, and 5 are herein incorporated by reference in this contract. 9. Disputes Concerning Labor Standards. Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR Parts 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 U.S. Department of Labor, or the employees or their representatives 10 Certification of Eligibility. (i) By entering into this contract, the contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1). (ii) No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5 12(a)(1). (iii) The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U S C 1001. G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.docx 8-8 DEBARMENT AND SUSPENSION CERTIFICATION OF OFFERER/BIDDER REGARDING DEBARMENT By submitting a bid/proposal under this solicitation, the Bidder or offeror certifies that neither it nor its principals are presently debarred or suspended by any Federal department or agency from participation in this transaction. CERTIFICATION OF LOWER TIER CONTRACTORS REGARDING DEBARMENT The successful Bidder, by administering each lower tier subcontract that exceeds $25,000 as a "covered transaction", must verify each lower tier participant of a "covered transaction" under the project is not presently debarred or otherwise disqualified from participation in this federally assisted project. The successful Bidder will accomplish this by* 1. Checking the System for Award Management at website. http.//www sam.gov 2. Collecting a certification statement similar to the Certificate Regarding Debarment and Suspension (Bidder or Offeror), above 3 Inserting a clause or condition in the covered transaction with the lower tier contract If the FAA later determines that a lower tier participant failed to disclose to a higher tier participant that it was excluded or disqualified at the time it entered the covered transaction, the FAA may pursue any available remedies, including suspension and debarment of the non-compliant participant. DISTRACTED DRIVING TEXTING WHILE DRIVING In accordance with Executive Order 13513, "Federal Leadership on Reducing Text Messaging While Driving" (10/1/2009) and DOT Order 3902 10 "Text Messaging While Driving" (12/30/2009), the FAA encourages recipients of Federal grant funds to adopt and enforce safety policies that decrease crashes by distracted drivers, including policies to ban text messaging while driving when performing work related to a grant or sub -grant. In support of this initiative, the Owner encourages the Contractor to promote policies and initiatives for its employees and other work personnel that decrease crashes by distracted drivers, including policies that ban text messaging while driving motor vehicles while performing work activities associated with the project. The Contractor must include the substance of this clause in all sub -tier contracts exceeding $3,500 and involve driving a motor vehicle in performance of work activities associated with the project. ENERGY CONSERVATION REQUIREMENTS Contractor and Subcontractor agree to comply with mandatory standards and policies relating to energy efficiency as contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act (42 U S.C. 6201 et seq) EQUAL OPPORTUNITY CLAUSE 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, sexual orientation, gender identify 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 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 considerations for employment without regard to race, color, religion, sex, or national origin. G \PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.docx 8-9 (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 advising the said labor union or workers' representatives of the contractor's commitments under this section, 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 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 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering 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 of the said 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 or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 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 portion of the sentence immediately preceding paragraph (1) and the provisions of paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 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 administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance: Provided, however, That in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency the contractor may request the United States to enter into such litigation to protect the interests of the United States STANDARD FEDERAL EQUAL EMPLOYMENT OPPORTUNITY CONSTRUCTION CONTRACT SPECIFICATIONS 1 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 (OFCCP), U.S. 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 (all) persons having origins in any of the Black African racial groups not of Hispanic origin); (2) Hispanic (all persons of Mexican, Puerto Rican, Cuban, Central or South American, or other Spanish culture or origin regardless of race), (3) Asian and Pacific Islander (all persons having origins in any of the original peoples of the Far East, Southeast Asia, the Indian Subcontinent, or the Pacific Islands), and (4) American Indian or Alaskan native (all persons having origins in any of the original peoples of North America and maintaining identifiable tribal affiliations through membership and participation or community identification). G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.docx 8-10 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 shall be able to demonstrate their participation in and compliance with the provisions of any such Hometown Plan. Each contractor or subcontractor participating in an approved plan is individually required to comply with its obligations under the EEO clause and to make a good faith effort to achieve each goal under the Plan in each trade in which it has employees The overall good faith performance by other contractors or subcontractors toward a goal in an approved Plan does not excuse any covered contractor's or subcontractor's failure to take good faith efforts to achieve the Plan goals and timetables. 4. The contractor shall implement the specific affirmative action standards provided in paragraphs 7a through 7p of these specifications. 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 a geographical area 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 Goals are published periodically in the Federal Register in notice form, and such notices may be obtained from any Office of Federal Contract Compliance Programs office or from Federal procurement contracting officers 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 non -working training hours of apprentices and trainees to be counted in meeting the goals, such apprentices and trainees shall be employed by the contractor during the training period and the contractor shall have made a commitment to employ the apprentices and trainees at the completion of their training, subject to the availability of employment opportunities Trainees shall 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 actions 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 onsite 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 G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.docx 8-11 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 therefore along with whatever additional actions the contractor may have taken. d Provide immediate written notification to the Director when the union or unions with which the contractor has a collective bargaining agreement has not referred to the contractor a minority person or female sent by the contractor, or when the contractor has other information that the union referral process has impeded the contractors efforts to meet its obligations. e. Develop on-the-job training opportunities 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 Department of Labor. The contractor shall provide notice of these programs to the sources compiled under 7b above. f. Disseminate the contractor's EEO policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting the contractor in meeting its EEO obligations; by including it in any policy manual and collective bargaining agreement; by publicizing it in the company newspaper, annual report, etc ; by specific review of the policy with all management personnel and with all minority and female employees at least once a year; and by posting the company EEO policy on bulletin boards accessible to all employees at each location where construction work is performed. 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 onsite supervisory personnel such 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 contractors 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 or other training by any recruitment source, the contractor shall send written notification to organizations, such as the above, describing the openings, screening procedures, and tests to be used in the selection process. Encourage present minority and female employees to recruit other minority persons and women and, where reasonable, provide after school, summer, and vacation employment to minority and female youth both on the site and in other areas of a contractors workforce 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 at least of all minority and female personnel, for promotional opportunities and encourage these employees to seek or to prepare for, through appropriate training, etc., such opportunities. G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.docx 8-12 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 non -segregated 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 supervisor's 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 groups of which the contractor is a member and participant, may be asserted as fulfilling any one or more of its obligations under 7a through 7p of these specifications 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, ensures that the concrete benefits of the program are reflected in the contractor's minority and female workforce participation, makes a good faith effort to meet its individual goals and timetables, and can provide access to documentation which demonstrates 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, if the particular group is employed in a 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 suspension, termination, and cancellation of existing subcontracts as may be imposed or ordered pursuant to Executive Order 11246, as amended, and its implementing regulations, by the Office of Federal Contract Compliance Programs. Any contractor who fails to carry out such sanctions and penalties shall be in violation of these specifications and Executive Order 11246, as amended 13 The contractor, in fulfilling its obligations under these specifications, shall implement specific affirmative action steps, at least as extensive as those standards prescribed in paragraph 7 of these specifications, 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. G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.docx 8-13 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, the name, address, telephone number, 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, contractors shall 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) FEDERAL FAIR LABOR STANDARDS ACT (FEDERAL MINIMUM WAGE) All contracts and subcontracts that result from this solicitation incorporate the provisions of 29 CFR part 201, the Federal Fair Labor Standards Act (FLSA), with the same force and effect as if given in full text. The FLSA sets minimum wage, overtime pay, recordkeeping, and child labor standards for full and part time workers The contractor has full responsibility to monitor compliance to the referenced statute or regulation The contractor must address any claims or disputes that arise from this requirement directly with the U S Department of Labor — Wage and Hour Division LOBBYING AND INFLUENCING FEDERAL EMPLOYEES CERTIFICATION REGARDING LOBBYING The Bidder or offeror 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 Bidder or Offeror, to any person for influencing or attempting to influence an officer or employee of an 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 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. (3) The undersigned shall require that the language of this certification be included in the award documents for all sub -awards at all tiers (including subcontracts, sub -grants, and contracts under grants, loans, and cooperative agreements) and that all sub -recipients shall certify and disclose accordingly. 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 imposedby 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 such failure. G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.docx 8-14 PROHIBITION OF SEGREGATED FACILITIES (a) The Contractor agrees that it does not and will not maintain or provide for its employees any segregated facilities at any of its establishments, and that it does not and will not permit its employees to perform their services at any location under its control where segregated facilities are maintained The Contractor agrees that a breach of this clause is a violation of the Equal Opportunity clause in this contract. (b) "Segregated facilities," as used in this clause, means any waiting rooms, work areas, rest rooms and wash rooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees, that are segregated by explicit directive or are in fact segregated on the basis of race, color, religion, sex, or national origin because of written or oral policies or employee custom. The term does not include separate or single -user rest rooms or necessary dressing or sleeping areas provided to assure privacy between the sexes (c) The Contractor shall include this clause in every subcontract and purchase order that is subject to the Equal Opportunity clause of this contract. OCCUPATIONAL SAFETY AND HEALTH ACT OF 1970 All contracts and subcontracts that result from this solicitation incorporate by reference the requirements of 29 CFR Part 1910 with the same force and effect as if given in full text. Contractor must provide a work environment that is free from recognized hazards that may cause death or serious physical harm to the employee. The Contractor retains full responsibility to monitor its compliance and their subcontractor's compliance with the applicable requirements of the Occupational Safety and Health Act of 1970 (20 CFR Part 1910) Contractor must address any claims or disputes that pertain to a referenced requirement directly with the U S. Department of Labor — Occupational Safety and Health Administration PROCUREMENT OF RECOVERED MATERIALS Contractor and subcontractor agree to comply with Section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act, and the regulatory provisions of 40 CFR Part 247 In the performance of this contract and to the extent practicable, the Contractor and subcontractors are to use of products containing the highest percentage of recovered materials for items designated by the Environmental Protection Agency (EPA) under 40 CFR Part 247 whenever: a) The contract requires procurement of $10,000 or more of a designated item during the fiscal year; or, b) The contractor has procured $10,000 or more of a designated item using Federal funding during the previous fiscal year The list of EPA -designated items is available at www.epa.gov/epawaste/conserve/tools/cpq/products/ Section 6002(c) establishes exceptions to the preference for recovery of EPA -designated products if the contractor can demonstrate the item is a) Not reasonably available within a timeframe providing for compliance with the contract performance schedule; b) Fails to meet reasonable contract performance requirements, or c) Is only available at an unreasonable price G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS docx 8-15 TERMINATION OF CONTRACT Termination for Convenience (Construction & Equipment Contracts) The Owner may terminate this contract in whole or in part at any time by providing written notice to the Contractor. Such action may be without cause and without prejudice to any other right or remedy of Owner. Upon receipt of a written notice of termination, except as explicitly directed by the Owner, the Contractor shall immediately proceed with the following obligations regardless of any delay in determining or adjusting amounts due under this clause: 1. Contractor must immediately discontinue work as specified in the written notice 2 Terminate all subcontracts to the extent they relate to the work terminated under the notice 3. Discontinue orders for materials and services except as directed by the written notice. 4. Deliver to the owner all fabricated and partially fabricated parts, completed and partially completed work, supplies, equipment and materials acquired prior to termination of the work and as directed in the written notice 5. Complete performance of the work not terminated by the notice 6 Take action as directed by the owner to protect and preserve property and work related to this contract that Owner will take possession. Owner agrees to pay Contractor for: a) completed and acceptable work executed in accordance with the contract documents prior to the effective date of termination, b) documented expenses sustained prior to the effective date of termination in performing work and furnishing labor, materials, or equipment as required by the contract documents in connection with uncompleted work, c) reasonable and substantiated claims, costs and damages incurred in settlement of terminated contracts with Subcontractors and Suppliers; and d) reasonable and substantiated expenses to the contractor directly attributable to Owner's termination action Owner will not pay Contractor for loss of anticipated profits or revenue or other economic loss arising out of or resulting from the Owner's termination action. The rights and remedies this clause provides are in addition to any other rights and remedies provided by law or under this contract. Termination for Default (Construction) Section 80-09 of FAA Advisory Circular 150/5370-10 establishes conditions, rights and remedies associated with Owner termination of this contract due default of the Contractor TRADE RESTRICTION CERTIFICATION By submission of an offer, the Offeror certifies that with respect to this solicitation and any resultant contract, the Offeror - a. is not owned or controlled by one or more citizens of a foreign country included in the list of countries that discriminate against U.S firms as published by the Office of the United States Trade Representative (U.S.T.R.); G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.docx 8-16 b has not knowingly entered into any contract or subcontract for this project with a person that is a citizen or national of a foreign country included on the list of countries that discriminate against U S firms as published by the U S T.R, and c has not entered into any subcontract for any product to be used on the Federal on the project that is produced in a foreign country included on the list of countries that discriminate against U S. firms published by the U S T R. This certification concerns a matter within the jurisdiction of an agency of the United States of America and the making of a false, fictitious, or fraudulent certification may render the maker subject to prosecution under Title 18, United States Code, Section 1001 The Offeror/Contractor must provide immediate written notice to the Owner if the Offeror/Contractor learns that its certification or that of a subcontractor was erroneous when submitted or has become erroneous by reason of changed circumstances The Contractor must require subcontractors provide immediate written notice to the Contractor if at any time it learns that its certification was erroneous by reason of changed circumstances Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance with 49 CFR 30 17, no contract shall be awarded to an Offeror or subcontractor (1) who is owned or controlled by one or more citizens or nationals of a foreign country included on the list of countries that discriminate against U S. firms published by the U S T R. or (2) whose subcontractors are owned or controlled by one or more citizens or nationals of a foreign country on such U S T R. list or (3) who incorporates in the public works project any product of a foreign country on such U S T.R. 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 provision The knowledge and information of a contractor is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings The Offeror agrees that, if awarded a contract resulting from this solicitation, it will incorporate this provision for certification without modification in in all lower tier subcontracts. The contractor may rely on the certification of a prospective subcontractor that it is not a firm from a foreign country included on the list of countries that discriminate against U.S firms as published by U S.T R, unless the Offeror has knowledge that the certification is erroneous This certification is a material representation of fact upon which reliance was placed when making an award If it is later determined that the Contractor or subcontractor knowingly rendered an erroneous certification, the Federal Aviation Administration may direct through the Owner cancellation of the contract or subcontract for default at no cost to the Owner or the FAA. VETERAN'S PREFERENCE In the employment of labor (excluding executive, administrative, and supervisory positions), the contractor and all sub -tier contractors must give preference to covered veterans as defined within Title 49 United States Code Section 47112. Covered veterans include Vietnam -era veterans, Persian Gulf veterans, Afghanistan -Iraq war veterans, disabled veterans, and small business concerns (as defined by 15 U S C 632) owned and controlled by disabled veterans This preference only applies when there are covered veterans readily available and qualified to perform the work to which the employment relates. G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.docx 8-17 SECTION 9 - TECHNICAL SPECIFICATIONS G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.Docx 9-1 1. GENERAL REQUIREMENTS A. SCOPE OF WORK The location of the work is at the Yakima Air Terminal, Yakima, Washington. The City of Yakima — Yakima Air Terminal — A.I.P PROJECT NO 3-53-0089-040, Security Improvements Upgrade provides for work generally described as follows The project will be accomplished in one schedule of work. Schedule A will remove and replace 11 vehicle gates, 8 pedestrian gates, and add security lighting at vehicle gates. Work will also include cement concrete curb and sidewalk replacement to meet ADA requirement, and hot mix asphalt. The quantities of work indicated in the proposal are to be considered as estimates and are for comparative bidding purposes only All payments will be made on the basis of actual field measurement of Contract work completed All work shall be done in accordance with the Plans, these Specifications, and referenced codes and organizations. 2. AIRPORT SAFETY — TEMPORARY FLAGGING, MARKING, AND SIGNING A. SCOPE This Specification outlines safety procedures and regulations to be followed by the Contractor during the course of this work. This item shall consist of furnishing, installing, and removing temporary marking, signing, lighting, and barricades required during the course of this work. It shall also include furnishing sufficient flagmen for traffic control. All work shall be in conformance with FAA requirements and guidelines, the "Manual of Uniform Traffic Control," and the Construction Safety and Phasing Plan. B. TEMPORARY FLAGGING, MARKING, AND SIGNING 1 Barricades: Lighted barricades shall be placed around perimeters of construction areas The barricades shall be firmly anchored against overturning from wind or prop wash Spacing between barricades shall not exceed 25 feet. All construction areas adjacent to active ramps, taxiways or runways shall use airport low -profile barricades constructed of high impact, uv - resistant polyethylene including alternating orange/white high reflective tape and self- powered red lights. All construction areas not adjacent to active aircraft areas may use 30 -inch high plastic cylindrical barricades as specified in the current Manual on Uniform Traffic Control Devices for Streets and Highways published by the U.S. Department of Transportation Federal Highway Administration. Flashing yellow lights shall be placed next to each plastic barricade during nighttime hours. a. All barricades and lights shall be maintained by the Contractor during the project. b. The Contractor shall have personnel available 24 hours per day to maintain barricades, flashers and all other safety items The personnel and telephone number(s) shall be provided to the Owner and Engineer at the Pre -Construction Meeting. 2. Traffic Control Plans: shall be submitted for approval for all traffic revisions involving surrounding public roads. All traffic control personnel shall be certified in accordance with Section 1-10 of the WSDOT Standard Specifications Traffic control plans shall be submitted no later than five (5) working days in advance of the day the need for traffic control, and in no case shall begin work activity on the project until the traffic control plan has been approved The Contractor shall not make claim for delay based upon failure to provide the Engineer within five (5) working days the plan(s) to review, comment, and approve or request revisions G.\PROJECTS\2016\16164E\Spec \16164 SPECIFICATIONS.Docx 9-2 C. PAYMENT Payment will be made for "Temporary Fencing, Flagging, Marking and Signing," per lump sum, for all labor, tools, equipment, and materials necessary to furnish and install the described temporary flagging, marking, and signing, and provide flagmen as shown on the Plans and specified herein G.\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.Docx 9-3 1 ITEM P-152 — EXCAVATION, SUBGRADE, AND EMBANKMENT DESCRIPTION 152-1.1 This item covers excavation, disposal, placement, and compaction of all materials within the limits of the work required to construct safety areas, runways, taxiways, aprons, and intermediate areas as well as other areas for drainage, building construction, parking, or other purposes in accordance with these specifications and in conformity to the dimensions and typical sections shown on the plans. 152-1.2 Classification. All material excavated shall be classified as defined below a. Unclassified excavation. Unclassified excavation shall consist of the excavation and disposal of all material, regardless of its nature 152-1.3 Unsuitable excavation. Any material containing vegetable or organic matter, such as muck, peat, organic silt, or sod shall be considered unsuitable for use in embankment construction. Material, suitable for topsoil may be used on the embankment slope when approved by the Engineer. CONSTRUCTION METHODS 152-2.1 General. Before beginning excavation, grading, and embankment operations in any area, the area shall be completely cleared and grubbed in accordance with Item P-151. The suitability of material to be placed in embankments shall be subject to approval by the Engineer. All unsuitable material shall be disposed of in waste areas shown on the plans. All waste areas shall be graded to allow positive drainage of the area and of adjacent areas. The surface elevation of waste areas shall not extend above the surface elevation of adjacent usable areas of the airport, unless specified on the plans or approved by the Engineer. When the Contractor's excavating operations encounter artifacts of historical or archaeological significance, the operations shall be temporarily discontinued and the Engineer notified per subsection 70-20. At the direction of the Engineer, the Contractor shall excavate the site in such a manner as to preserve the artifacts encountered and allow for their removal Such excavation will be paid for as extra work. Those areas outside of the limits of the pavement areas where the top layer of soil material has become compacted by hauling or other Contractor activities shall be scarified and disked to a depth of 4 inches (100 mm), to loosen and pulverize the soil If it is necessary to interrupt existing surface drainage, sewers or under -drainage, conduits, utilities, or similar underground structures, the Contractor shall be responsible for and shall take all necessary precautions to preserve them or provide temporary services When such facilities are encountered, the Contractor shall notify the Engineer, who shall arrange for their removal if necessary. The Contractor, at his or her expense, shall satisfactorily repair or pay the cost of all damage to such facilities or structures that may result from any of the Contractor's operations during the period of the contract. 152-2.2 Excavation. No excavation shall be started until the work has been staked out by the Contractor and the Engineer has obtained from the Contractor, the survey notes of the elevations and measurements of the ground surface. All areas to be excavated shall be stripped of vegetation and topsoil Topsoil shall be stockpiled for future use in areas designated on the plans or by the Engineer. All suitable excavated material shall be used in the formation of embankment, subgrade, or other purposes shown on the plans. All unsuitable material shall be disposed of as shown on the plans. When the volume of the excavation exceeds that required to construct the embankments to the grades indicated, the excess shall be used to grade the areas of ultimate development or disposed as directed by the Engineer. When the volume of excavation is not sufficient for constructing the embankments to the grades indicated, the deficiency shall be obtained from borrow areas. G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.Docx 9-4 The grade shall be maintained so that the surface is well drained at all times When necessary, temporary drains and drainage ditches shall be installed to intercept or divert surface water that may affect the work a. Selective grading. When selective grading is indicated on the plans, the more suitable material designated by the Engineer shall be used in constructing the embankment or in capping the pavement subgrade. If, at the time of excavation, it is not possible to place this material in its final location, it shall be stockpiled in approved areas so that it can be measured for payment as specified in paragraph 152-3.3 b. Undercutting. Rock, shale, hardpan, loose rock, boulders, or other material unsatisfactory for safety areas, subgrades, roads, shoulders, or any areas intended for turf shall be excavated to a minimum depth of 12 inches (300 mm) below the subgrade or to the depth specified by the Engineer Muck, peat, matted roots, or other yielding material, unsatisfactory for subgrade foundation, shall be removed to the depth specified. Unsuitable materials shall be disposed off the airport. The cost is incidental to this item This excavated material shall be paid for at the contract unit price per cubic yard (per cubic meter) for unclassified excavation. The excavated area shall be backfilled with suitable material obtained from the grading operations or borrow areas and compacted to specified densities The necessary backfill will constitute a part of the embankment. Where rock cuts are made, backfill with select material Any pockets created in the rock surface shall be drained in accordance with the details shown on the plans c. Overbreak. Overbreak, including slides, is that portion of any material displaced or loosened beyond the finished work as planned or authorized by the Engineer All overbreak shall be graded or removed by the Contractor and disposed of as directed by the Engineer The Engineer shall determine if the displacement of such material was unavoidable and his or her decision shall be final Payment will not be made for the removal and disposal of overbreak that the Engineer determines as avoidable Unavoidable overbreak will be classified as "Unclassified Excavation " d. Removal of utilities. The removal of existing structures and utilities required to permit the orderly progress of work will be accomplished by someone other than the Contractor; for example, the utility unless otherwise shown on the plans All existing foundations shall be excavated at least 2 feet (60 cm) below the top of subgrade or as indicated on the plans, and the material disposed of as directed by the Engineer All foundations thus excavated shall be backfilled with suitable material and compacted as specified e. Compaction requirements. The subgrade under areas to be paved shall be compacted to a depth of 12" and to a density of not less than 95 percent of the maximum density as determined by ASTM D698 The material to be compacted shall be within ±2% of optimum moisture content before being rolled to obtain the prescribed compaction (except for expansive soils) The in-place field density shall be determined in accordance with ASTM D1556. Stones or rock fragments larger than 4 inches (100 mm) in their greatest dimension will not be permitted in the top 6 inches (150 mm) of the subgrade The finished grading operations, conforming to the typical cross-section, shall be completed and maintained at least 1,000 feet (300 m) ahead of the paving operations or as directed by the Engineer All loose or protruding rocks on the back slopes of cuts shall be pried loose or otherwise removed to the slope finished grade line. All cut -and -fill slopes shall be uniformly dressed to the slope, cross- section, and alignment shown on the plans or as directed by the Engineer f. Proof rolling. After compaction is completed, the subgrade area shall be proof rolled with heavy pneumatic -tired roller having four or more tires abreast, each tire loaded to a minimum of 30,000 pounds and inflated to a minimum of 125 psi in the presence of the Engineer Apply a minimum of 1 coverage coverage, or as specified by the Engineer, to all paved areas A coverage is defined as the application of one tire print over the designated area. Soft areas of subgrade that deflect more than 1 inch (25 mm) or show permanent deformation greater than 1 inch (25 mm) shall be removed and replaced with suitable material or reworked to conform to the moisture content and compaction requirements in accordance with these specifications G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.Docx 9-5 152-2.3 Borrow excavation. Borrow areas within the airport property are indicated on the plans. Borrow excavation shall be made only at these designated locations and within the horizontal and vertical limits as staked or as directed by the Engineer When borrow sources are outside the boundaries of the airport property, it shall be the Contractor's responsibility to locate and obtain the borrow sources, subject to the approval of the Engineer The Contractor shall notify the Engineer at least 15 days prior to beginning the excavation so necessary measurements and tests can be made All borrow pits shall be opened up to expose the various strata of acceptable material to allow obtaining a uniform product. All unsuitable material shall be disposed of by the Contractor. Borrow pits shall be excavated to regular lines to permit accurate measurements, and they shall be drained and left in a neat, presentable condition with all slopes dressed uniformly. 152-2.4 Drainage excavation. Drainage excavation shall consist of excavating for drainage ditches such as intercepting, inlet or outlet ditches; for temporary levee construction; or for any other type as designed or as shown on the plans The work shall be performed in sequence with the other construction Intercepting ditches shall be constructed prior to starting adjacent excavation operations All satisfactory material shall be placed in embankment fills, unsuitable material shall be placed in designated waste areas or as directed by the Engineer. All necessary work shall be performed true to final line, elevation, and cross-section. The Contractor shall maintain ditches constructed on the project to the required cross-section and shall keep them free of debris or obstructions until the project is accepted. 152-2.5 Preparation of embankment area. Where an embankment is to be constructed to a height of 4 feet (1.2 m) or less, all sod and vegetative matter shall be removed from the surface upon which the embankment is to be placed. The cleared surface shall be broken up by plowing or scarifying to a minimum depth of 6 inches (150 mm) and shall then be compacted as indicated in paragraph 152-2.6. When the height of fill is greater than 4 feet (1.2 m), sod not required to be removed shall be thoroughly disked and recompacted to the density of the surrounding ground before construction of embankment. Sloped surfaces steeper than one (1) vertical to four (4) horizontal shall be plowed, stepped, benched, or broken up so that the fill material will bond with the existing material. When the subgrade is part fill and part excavation or natural ground, the excavated or natural ground portion shall be scarified to a depth of 12 inches (300 mm) and compacted as specified for the adjacent fill No direct payment shall be made for the work performed under this section. The necessary clearing and grubbing and the quantity of excavation removed will be paid for under the respective items of work. 152-2.6 Formation of embankments. Embankments shall be formed in successive horizontal layers of not more than 8 inches (200 mm) in loose depth for the full width of the cross-section, unless otherwise approved by the Engineer. The layers shall be placed, to produce a soil structure as shown on the typical cross-section or as directed by the Engineer. Materials such as brush, hedge, roots, stumps, grass and other organic matter, shall not be incorporated or buried in the embankment. Earthwork operations shall be suspended at any time when satisfactory results cannot be obtained because of rain, freezing, or other unsatisfactory weather conditions in the field. Frozen material shall not be placed in the embankment nor shall embankment be placed upon frozen material Material shall not be placed on surfaces that are muddy, frozen, or contain frost. The Contractor shall drag, blade, or slope the embankment to provide surface drainage at all times The material in each layer shall be within ±2% of optimum moisture content before rolling to obtain the prescribed compaction. To achieve a uniform moisture content throughout the layer, the material shall be moistened or aerated as necessary Samples of all embankment materials for testing, both before and after placement and compaction, will be taken for each 1000 square yards of material placed per layer Based on these tests, the Contractor shall make the necessary corrections and adjustments in methods, materials or moisture content to achieve the specified embankment density G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.Docx 9-6 Rolling operations shall be continued until the embankment is compacted to not less than 95% of maximum density for noncohesive soils, and 90% of maximum density for cohesive soils as determined by ASTM D 698. Under all areas to be paved, the embankments shall be compacted to a depth of 17 inches and to a density of not less than 95 percent of the maximum density as determined by ASTM D 698. On all areas, outside of the pavement areas, no compaction will be required on the top 4 inches (100 mm). The in-place field density shall be determined in accordance with ASTM D1556 The Contractor's laboratory shall perform all density tests in the Engineer's presence and provide the test results upon completion to the Engineer for acceptance. Compaction areas shall be kept separate, and no layer shall be covered by another layer until the proper density is obtained During construction of the embankment, the Contractor shall route all construction equipment evenly over the entire width of the embankment as each layer is placed Layer placement shall begin in the deepest portion of the embankment fill As placement progresses, the layers shall be constructed approximately parallel to the finished pavement grade line. When rock and other embankment material are excavated at approximately the same time, the rock shall be incorporated into the outer portion of the embankment and the other material shall be incorporated under the future paved areas. Stones or fragmentary rock larger than 4 inches (100 mm) in their greatest dimensions will not be allowed in the top 6 inches (150 mm) of the subgrade Rockfill shall be brought up in layers as specified or as directed by the Engineer and the finer material shall be used to fill the voids with forming a dense, compact mass Rock or boulders shall not be disposed of outside the excavation or embankment areas, except at places and in the manner designated on the plans or by the Engineer When the excavated material consists predominantly of rock fragments of such size that the material cannot be placed in layers of the prescribed thickness without crushing, pulverizing or further breaking down the pieces, such material may be placed in the embankment as directed in layers not exceeding 2 feet (60 cm) in thickness. Each layer shall be leveled and smoothed with suitable equipment by distribution of spalls and finer fragments of rock. The layer shall not be constructed above an elevation 4 feet (1 2 m) below the finished subgrade There will be no separate measurement of payment for compacted embankment. All costs incidental to placing in layers, compacting, discing, watering, mixing, sloping, and other operations necessary for construction of embankments will be included in the contract price for excavation, borrow, or other items 152-2.7 Finishing and protection of subgrade. After the subgrade is substantially complete, the Contractor shall remove any soft or other unstable material over the full width of the subgrade that will not compact properly All low areas, holes or depressions in the subgrade shall be brought to grade with suitable select material Scarifying, blading, rolling and other methods shall be performed to provide a thoroughly compacted subgrade shaped to the lines and grades shown on the plans Grading of the subgrade shall be performed so that it will drain readily The Contractor shall protect the subgrade from damage and limit hauling over the finished subgrade to only traffic essential for construction purposes. All ruts or rough places that develop in the completed subgrade shall be graded and recompacted No subbase, base, or surface course shall be placed on the subgrade until the subgrade has been approved by the Engineer. 152-2.8 Haul. All hauling will be considered a necessary and incidental part of the work. The Contractor shall include the cost in the contract unit price for the pay of items of work involved. No payment will be made separately or directly for hauling on any part of the work G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.Docx 9-7 152-2.9 Tolerances. In those areas upon which a subbase or base course is to be placed, the top of the subgrade shall be of such smoothness that, when tested with a 12 -foot (3.7-m) straightedge applied parallel and at right angles to the centerline, it shall not show any deviation in excess of 1/2 inch (12 mm), or shall not be more than 0.05 feet (15 mm) from true grade as established by grade hubs. Any deviation in excess of these amounts shall be corrected by loosening, adding, or removing materials; reshaping; and recompacting. On safety areas, intermediate and other designated areas, the surface shall be of such smoothness that it will not vary more than 0.10 feet (3 mm) from true grade as established by grade hubs. Any deviation in excess of this amount shall be corrected by loosening, adding or removing materials, and reshaping. 152-2.10 Topsoil. When topsoil is specified or required as shown on the plans or under Item T-905, it shall be salvaged from stripping or other grading operations. The topsoil shall meet the requirements of Item T- 905. If, at the time of excavation or stripping, the topsoil cannot be placed in its final section of finished construction, the material shall be stockpiled at approved locations Stockpiles shall not be placed within 125 feet of runway pavement or 89 feet of taxiway pavement and shall not be placed on areas that subsequently will require any excavation or embankment fill. If, in the judgment of the Engineer, it is practical to place the salvaged topsoil at the time of excavation or stripping, the material shall be placed in its final position without stockpiling or further rehandling Upon completion of grading operations, stockpiled topsoil shall be handled and placed as directed, or as required in Item T-905. No direct payment will be made for topsoil under Item P-152. The quantity removed and placed directly or stockpiled shall be paid for at the contract unit price per cubic yard (cubic meter) for "Unclassified Excavation " When stockpiling of topsoil and later rehandling of such material is directed by the Engineer, the material so rehandled shall be paid for at the contract unit price per cubic yard (cubic meter) for "topsoiling," as provided in Item T-905 METHOD OF MEASUREMENT 152-3.1 The quantity of excavation to be paid for shall be the number of cubic yards measured in its original position. Measurement shall not include the quantity of materials excavated without authorization beyond normal slope lines, or the quantity of material used for purposes other than those directed. BASIS OF PAYMENT 152-4.1 "Unclassified excavation" payment shall be made at the contract unit price per cubic yard (cubic meter) This price shall be full compensation for furnishing all materials, labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Unclassified Excavation Incl. Haul, P-152 — per cubic yard G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.Docx 9-8 TESTING REQUIREMENTS ASTM D698 Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-Ibf/ft3 (600 kN-m/m3)) ASTM D1556 Standard Test Method for Density and Unit Weight of Soil in Place by the Sand - Cone Method ASTM D1557 Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Modified Effort (56,000 ft-Ibf/ft3 (2700 kN-m/m3)) ASTM D2167 Standard Test Method for Density and Unit Weight of Soil in Place by the Rubber Balloon Method ASTM D6938 Standard Test Methods for In -Place Density and Water Content of Soil and Soil - Aggregate by Nuclear Methods (Shallow Depth) END OF ITEM P-152 G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.Docx 9-9 ITEM P-156 — TEMPORARY AIR AND WATER POLLUTION, SOIL EROSION, AND SILTATION CONTROL DESCRIPTION 156-1.1 This item shall consist of temporary control measures as shown on the plans or as ordered by the Engineer during the life of a contract to control water pollution, soil erosion, and siltation through the use of silt fences, berms, dikes, dams, sediment basins, fiber mats, gravel, mulches, grasses, slope drains, and other erosion control devices or methods. The temporary erosion control measures contained herein shall be coordinated with the permanent erosion control measures specified as part of this contract to the extent practical to assure economical, effective, and continuous erosion control throughout the construction period Temporary control may include work outside the construction limits such as borrow pit operations, equipment and material storage sites, waste areas, and temporary plant sites. Temporary control measures shall be design, installed and maintained to minimize the creation of wildlife attractants that have the potential to attract hazardous wildlife on or near public -use airports MATERIALS 156-2.1 Grass. Grass that will not compete with the grasses sown later for permanent cover per Item T- 901 shall be a quick -growing species (such as ryegrass, Italian ryegrass, or cereal grasses) suitable to the area providing a temporary cover. Selected grass species shall not create a wildlife attractant. 156-2.2 Mulches. Mulches may be hay, straw, fiber mats, netting, bark, wood chips, or other suitable material reasonably clean and free of noxious weeds and deleterious materials per ItemT-908. Mulches shall not create a wildlife attractant. 156-2.3 Fertilizer. Fertilizer shall be a standard commercial grade and shall conform to all Federal and state regulations and to the standards of the Association of Official Agricultural Chemists. 156-2.4 Slope drains. Slope drains may be constructed of pipe, fiber mats, rubble, Portland cement concrete, bituminous concrete, or other materials that will adequately control erosion. 156-2.5 Silt fence. The silt fence shall consist of polymeric filaments which are formed into a stable network such that filaments retain their relative positions. Synthetic filter fabric shall contain ultraviolet ray inhibitors and stabilizers to provide a minimum of six months of expected usable construction life. Silt fence shall meet the requirements of ASTM D6461. 156-2.6 Other. All other materials shall meet commercial grade standards and shall be approved by the Engineer before being incorporated into the project. CONSTRUCTION REQUIREMENTS 156-3.1 General. In the event of conflict between these requirements and pollution control laws, rules, or regulations of other Federal, state, or local agencies, the more restrictive laws, rules, or regulations shall apply. The Engineer shall be responsible for assuring compliance to the extent that construction practices, construction operations, and construction work are involved. 156-3.2 Schedule. Prior to the start of construction, the Contractor shall submit schedules for accomplishment of temporary and permanent erosion control work for clearing and grubbing, grading; construction; paving, and structures at watercourses The Contractor shall also submit a proposed method of erosion and dust control on haul roads and borrow pits and a plan for disposal of waste materials. Work shall not be started until the erosion control schedules and methods of operation for .the applicable construction have been accepted by the Engineer. G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.Docx 9-10 156-3.3 Construction details. The Contractor will be required to incorporate all permanent erosion control features into the project at the earliest practicable time as outlined in the accepted schedule Except where future construction operations will damage slopes, the Contractor shall perform the permanent seeding and mulching and other specified slope protection work in stages, as soon as substantial areas of exposed slopes can be made available. Temporary erosion and pollution control measures will be used to correct conditions that develop during construction that were not foreseen during the design stage, that are needed prior to installation of permanent control features, or that are needed temporarily to control erosion that develops during normal construction practices, but are not associated with permanent control features on the project. Where erosion may be a problem, clearing and grubbing operations should be scheduled and performed so that grading operations and permanent erosion control features can follow immediately if project conditions permit; otherwise, temporary erosion control measures may be required The Engineer shall limit the area of clearing and grubbing, excavation, borrow, and embankment operations in progress, commensurate with the Contractor's capability and progress in keeping the finish grading, mulching, seeding, and other such permanent control measures current with the accepted schedule If seasonal limitations make such coordination unrealistic, temporary erosion control measures shall be taken immediately to the extent feasible and justified as directed by the Engineer The Contractor shall provide immediate permanent or temporary pollution control measures to minimize contamination of adjacent streams or other watercourses, lakes, ponds, or other areas of water impoundment as directed by the Engineer If temporary erosion and pollution control measures are required due to the Contractor's negligence, carelessness, or failure to install permanent controls as a part of the work as scheduled or directed by the Engineer, the work shall be performed by the Contractor and the cost shall be incidental to this item. The Engineer may increase or decrease the area of erodible earth material that can be exposed at any time based on an analysis of project conditions The erosion control features installed by the Contractor shall be acceptably maintained by the Contractor during the construction period Whenever construction equipment must cross watercourses at frequent intervals, temporary structures should be provided Pollutants such as fuels, lubricants, bitumen, raw sewage, wash water from concrete mixing operations, and other harmful materials shall not be discharged into any waterways, impoundments or into natural or manmade channels 156-3.4 Installation, maintenance and removal of silt fences. Silt fences shall extend a minimum of 16 inches (41 cm) and a maximum of 34 inches (86 cm) above the ground surface. Posts shall be set no more than 10 feet (3 m) on center Filter fabric shall be cut from a continuous roll to the length required minimizing joints where possible When joints are necessary, the fabric shall be spliced at a support post with a minimum 12 -inch (300 -mm) overlap and securely sealed. A trench shall be excavated approximately 4 inches (100 mm) deep by 4 inches (100 mm) wide on the upslope side of the silt fence The trench shall be backfilled and the soil compacted over the silt fence fabric. The Contractor shall remove and dispose of silt that accumulates during construction and prior to establishment of permanent erosion control. The fence shall be maintained in good working condition until permanent erosion control is established Silt fence shall be removed upon approval of the Engineer METHOD OF MEASUREMENT 156-4.1 There will be no separate measurement for this item of work 156-4.2 Control work performed for protection of construction areas outside the construction limits, such as borrow and waste areas, haul roads, equipment and material storage sites, and temporary plant sites, will not be measured and paid for directly but shall be considered as a subsidiary obligation of the Contractor with costs included in the contract prices bid for the items to which they apply. G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.Docx 9-11 BASIS OF PAYMENT 156-5.1 Accepted quantities of temporary water pollution, soil erosion, and siltation control work ordered by the Engineer and measured as provided in paragraph 156-4.1 will be considered incidental to other units of work. Where other directed work falls within the specifications for a work item that has a contract price, the units of work shall be measured and paid for at the contract unit price bid for the various items Temporary control features not covered by contract items that are ordered by the Engineer will be paid for in accordance with Section 90-05 Payment for Extra work. MATERIAL REQUIREMENTS ASTM D6461 AC 150/5200-33 Standard Specification for Silt Fence Materials Hazardous Wildlife Attractants END OF ITEM P-156 G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.Docx 9-12 ITEM P-603 — BITUMINOUS TACK COAT DESCRIPTION 603-1.1 This item shall consist of preparing and treating a bituminous or concrete surface with bituminous material in accordance with these specifications and in reasonably close conformity to the lines shown on the plans. MATERIALS 603-2.1 Bituminous materials. The bituminous material shall be an emulsified asphalt indicated in ASTM D3628 as a bituminous application for tack coat appropriate to local conditions or as designated by the Engineer. CONSTRUCTION METHODS 603-3.1 Weather limitations. The tack coat shall be applied only when the existing surface is dry and the atmospheric temperature is 50°F (10°C) or above, the temperature has not been below 35°F (2°C) for the 12 hours prior to application; and when the weather is not foggy or rainy. The temperature requirements may be waived when directed by the Engineer. 603-3.2 Equipment. The Contractor shall provide equipment for heating and applying the bituminous material. Provide a distributor with pneumatic tires of such size and number that the load produced on the base surface does not exceed 65.0 psi (4.5 kg/sq cm) of tire width to prevent rutting, shoving or otherwise damaging the base, surface or other layers in the pavement structure Design and equip the distributor to spray the bituminous material in a uniform coverage at the specified temperature, at readily determined and controlled rates from 0 05 to 2.0 gallons per square yard (0.23 to 9.05 L/square meter), with a pressure range of 25 to 75 psi (172 4 to 517.1 kPa) and with an allowable variation from the specified rate of not more than ±5%, and at variable widths. Include with the distributor equipment a separate power unit for the bitumen pump, full -circulation spray bars, tachometer, pressure gauges, volume -measuring devices, adequate heaters for heating of materials to the proper application temperature, a thermometer for reading the temperature of tank contents, and a hand hose attachment suitable for applying bituminous material manually to areas inaccessible to the distributor. Equip the distributor to circulate and agitate the bituminous material during the heating process If the distributor is not equipped with an operable quick shutoff valve, the tack operations shall be started and stopped on building paper The Contractor shall remove blotting sand prior to asphalt concrete lay down operations at no additional expense to the Owner. A power broom and/or power blower suitable for cleaning the surfaces to which the bituminous tack coat is to be applied shall be provided. 603-3.3 Application of bituminous material. Immediately before applying the tack coat, the full width of surface to be treated shall be swept with a power broom and/or power blower to remove all loose dirt and other objectionable material. Emulsified asphalt shall be diluted by the addition of water when directed by the Engineer and shall be applied a sufficient time in advance of the paver to ensure that all water has evaporated before the overlying mixture is placed on the tacked surface The bituminous material including vehicle shall be uniformly applied with a bituminous distributor at the rate of 0.05 to 0.10 gallons per square yard (0.20 to 0 50 liters per square meter) depending on the condition of the existing surface. The type of bituminous material and application rate shall be approved by the Engineer prior to application After application of the tack coat, the surface shall be allowed to cure without being disturbed for the period of time necessary to permit drying and setting of the tack coat. This period shall be determined by the Engineer. The Contractor shall protect the tack coat and maintain the surface until the next course has been placed. G:\PROJECTS\2016\16164E1Spec\16164 SPECIFICATIONS.Docx 9-13 603-3.4 Bituminous material Contractor's responsibility. The Contractor shall provide a statement of source and character of the proposed bituminous material which must be submitted and approved by the Engineer before any shipment of bituminous materials to the project. The Contractor shall furnish the vendor's certified test reports for each carload, or equivalent, of bituminous material shipped to the project. The engineer may use the local state DOT agency supplier certification program for approval instead of the test reports The tests reports shall be provided to and approved by the Engineer before the bituminous material is applied If the bituminous material does not meet the specifications, it shall be replaced at the Contractor's expense Furnishing the vendor's certified test report for the bituminous material shall not be interpreted as a basis for final acceptance Samples may be taken and tested for verification by the engineer when material is delivered to the site 603-3.5 Freight and weigh bills The Contractor shall submit waybills and delivery tickets, during progress of the work Before the final statement is allowed, file with the Engineer certified waybills and certified delivery tickets for all bituminous materials used in the construction of the pavement covered by the contract. Do not remove bituminous material from storage until the initial outage and temperature measurements have been taken The delivery or storage units will not be released until the final outage has been taken METHOD OF MEASUREMENT 603-4.1 No separate measurement for Bituminous Tack Coat shall be made BASIS OF PAYMENT 603.5-1 No separate payment for Bituminous Tack Coat shall be made and all costs associated with this work will be considered incidental to the other bid items in this contract. MATERIAL REQUIREMENTS ASTM D633 Standard Volume Correction Table for Road Tar ASTM D977 Standard Specification for Emulsified Asphalt ASTM D1250 Standard Guide for Use of the Petroleum Measurement Tables ASTM D2028 Standard Specification for Cutback Asphalt (Rapid -Curing Type) ASTM D2397 Standard Specification for Cationic Emulsified Asphalt ASTM D3628 Standard Practice for Selection and Use of Emulsified Asphalts END ITEM P-603 G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.Docx 9-14 ITEM L-110 — AIRPORT UNDERGROUND ELECTRICAL DUCT BANK AND CONDUITS DESCRIPTION 110-1.1 This item shall consist of underground electrical conduits and duct banks (single or multiple conduits encased in concrete or buried in sand) installed per this specification at the locations and per the dimensions, designs, and details shown on the plans This item shall include furnishing and installing of all underground electrical duct banks and individual and multiple underground conduits. It shall also include all turfing trenching, backfilling, removal, and restoration of any paved or turfed areas; concrete encasement, mandrelling, pulling lines, duct markers, plugging of conduits, and the testing of the installation as a completed system ready for installation of cables per the plans and specifications. This item shall also include furnishing and installing conduits and all incidentals for providing positive drainage of the system Verification of existing ducts is incidental to the pay items provided in this specification. EQUIPMENT AND MATERIALS 110-2.1 General. a. All equipment and materials covered by referenced specifications shall be subject to acceptance through manufacturer's certification of compliance with the applicable specification when requested by the Engineer. b. Manufacturer's certifications shall not relieve the Contractor of the responsibility to provide materials per these specifications and acceptable to the Engineer Materials supplied and/or installed that do not comply with these specifications shall be removed, when directed by the Engineer and replaced with materials, that comply with these specifications, at the Contractor's cost. c. All materials and equipment used to construct this item shall be submitted to the Engineer for approval prior to ordering the equipment. Submittals consisting of marked catalog sheets or shop drawings shall be provided. Submittal data shall be presented in a clear, precise and thorough manner. Original catalog sheets are preferred Photocopies are acceptable provided they are as good a quality as the original. Clearly and boldly mark each copy to identify products or models applicable to this project. Indicate all optional equipment and delete non -pertinent data. Submittals for components of electrical equipment and systems shall identify the equipment for which they apply on each submittal sheet. Markings shall be made bold and clear with arrows or circles (highlighting is not acceptable). The Contractor is solely responsible for delays in project that accrue directly or indirectly from late submissions or resubmissions of submittals. d. The data submitted shall be sufficient, in the opinion of the Engineer, to determine compliance with the plans and specifications The Engineer reserves the right to reject any and all equipment, materials or procedures that do not meet the system design and the standards and codes specified in this document. e. All equipment and materials furnished and installed under this section shall be guaranteed against defects in materials and workmanship for a period of at least twelve (12) months from final acceptance by the Owner. The defective materials and/or equipment shall be repaired or replaced, at the Owner's discretion, with no additional cost to the Owner. 110-2.2 Steel conduit. Rigid galvanized steel (RGS) conduit and fittings shall be hot dipped galvanized inside and out and conform to the requirements of Underwriters Laboratories Standards 6, 514B, and 1242. All RGS conduits or RGS elbows installed below grade, in concrete, permanently wet locations or other similar environments shall be painted with a 10 -mil thick coat of asphaltum sealer or shall have a factory bonded polyvinyl chloride (PVC) cover. Any exposed galvanizing or steel shall be coated with 10 mil of asphaltum sealer. When using PVC coated RGS conduit, care shall be exercised not to damage the factory PVC coating. Damaged PVC coating shall, be repaired per the manufacturer's written instructions. G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.Docx 9-15 110-2.3 Plastic conduit. Plastic conduit and fittings -shall conform to the following requirements UL 514B covers W -C -1094 -Conduit fittings all types, classes 1 thru 3 and 6 thru 10. UL 514C covers W -C-1094- all types, Class 5 junction box and cover in plastic (PVC). UL 651 covers W -C -1094 -Rigid PVC Conduit, types I and II, Class 4 UL 651A covers W -C -1094 -Rigid PVC Conduit and high density polyethylene (HDPE) Conduit type III and Class 4 Underwriters Laboratories Standards UL -651 and Article 352 of the current National Electrical Code shall be one of the following, as shown on the plans a. Type I—Schedule 40 PVC suitable for underground use either direct -buried or encased in concrete b. Type II—Schedule 40 PVC suitable for either above ground or underground use c. Type III — Schedule 80 PVC suitable for either above ground or underground use either direct - buried or encased in concrete d. Type III —HDPE pipe, minimum standard dimensional ratio (SDR) 11, suitable for placement with directional boring under pavement. The type of solvent cement shall be as recommended by the conduit/fitting manufacturer 110-2.4 Split conduit. Split conduit shall be pre -manufactured for the intended purpose and shall be made of steel or plastic 110-2.5 Conduit spacers Conduit spacers shall be prefabricated interlocking units manufactured for the intended purpose They shall be of double wall construction made of high grade, high density polyethylene complete with interlocking cap and base pads, they shall be designed to accept No 4 reinforcing bars installed vertically 110-2.6 Concrete. Concrete shall conform to Item P-610, Structural Portland Cement Concrete, using 1 - inch maximum size coarse aggregate with a minimum 28 -day compressive strength of 4000 psi Where reinforced duct banks are specified, reinforcing steel shall conform to ASTM A615 Grade 60 Concrete and reinforcing steel are incidental to the respective pay item of which they are a component part. 110-2.7 Flowable backfill. Flowable material used to back fill conduit and duct bank trenches shall conform to the requirements of Item P-153, Controlled Low Strength Material. Fill shall be designed to achieve a 28 -day compressive strength of 200 psi (1 4 MPa) under pavement. 110-2.8 Detectable warning tape Plastic, detectable, American Public Work Association (APWA) Red (electrical power lines, cables, conduit and lighting cable) with continuous legend magnetic tape shall be polyethylene film with a metallized foil core and shall be 3-6 inches (75-150 mm) wide Detectable tape is incidental to the respective bid item CONSTRUCTION METHODS 110-3.1 General The Contractor shall install underground duct banks and conduits at the approximate locations indicated on the plans The Engineer shall indicate specific locations as the work progresses, if required to differ from the plans Duct banks and conduits shall be of the size, material, and type indicated on the plans or specifications Where no size is indicated on the plans or in the specifications, conduits shall be not less than 2 inches (50 mm) inside diameter or comply with the National Electrical Code based on cable to be installed, whichever is larger All duct bank and conduit lines shall be laid so as to grade toward access points and duct or conduit ends for drainage Unless shown otherwise on the plans, grades shall be at least 3 inches (75 mm) per 100 feet (30 m). On runs where it is not practicable to maintain the grade all one way, the duct bank and conduit lines shall be graded from the center in both directions toward access points or conduit ends, with a drain into the storm drainage system Pockets or traps where moisture G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.Docx 9-16 may accumulate shall be avoided No duct bank or underground conduit shall be less than 18 inches (0 5 m) below finished grade. Where under pavement, the top of the duct bank shall not be less than 18 inches (0.5 m) below the subgrade The Contractor shall mandrel each individual conduit whether the conduit is direct -buried or part of a duct bank. An iron -shod mandrel, not more than 1/4 inch (6 mm) smaller than the bore of the conduit shall be pulled or pushed through each conduit. The mandrel shall have a leather or rubber gasket slightly larger than the conduit hole The Contractor shall swab out all conduits/ducts and clean base can, manhole, pull boxes, etc , interiors IMMEDIATELY prior to pulling cable Once cleaned and swabbed the light bases, manholes, pull boxes, etc., and all accessible points of entry to the duct/conduit system shall be kept closed except when installing cables Cleaning of ducts, base cans, manholes, etc , is incidental to the pay item of the item being cleaned. All raceway systems left open, after initial cleaning, for any reason shall be recleaned at the Contractor's expense All accessible points shall be kept closed when not installing cable The Contractor shall verify existing ducts proposed for use in this project as clear and open The Contractor shall notify the Engineer of any blockage in the existing ducts. For pulling the permanent wiring, each individual conduit, whether the conduit is direct -buried or part of a duct bank, shall be provided with a 200 -pound (90 kg) test polypropylene pull rope The ends shall be secured and sufficient length shall be left in access points to prevent it from slipping back into the conduit. Where spare conduits are installed, as indicated on the plans, the open ends shall be plugged with removable tapered plugs, designed for this purpose All conduits shall be securely fastened in place during construction and shall be plugged to prevent contaminants from entering the conduits. Any conduit section having a defective joint shall not be installed Ducts shall be supported and spaced apart using approved spacers at intervals not to exceed 5 feet (1.5 m). Unless otherwise shown on the plans, concrete encased duct banks shall be used when crossing under pavements expected to carry aircraft loads, such as runways, taxiways, taxilanes, ramps and aprons. When under paved shoulders and other paved areas, conduit and duct banks shall be encased using flowable fill for protection All conduits within concrete encasement of the duct banks shall terminate with female ends for ease in current and future use Install factory plugs in all unused ends. Do not cover the ends or plugs with concrete Where turf is well established and the sod can be removed, it shall be carefully stripped and properly stored Trenches for conduits and duct banks may be excavated manually or with mechanical trenching equipment unless in pavement, in which case they shall be excavated with mechanical trenching equipment. Walls of trenches shall be essentially vertical so that a minimum of shoulder surface is disturbed. Blades of graders shall not be used to excavate the trench When rock is encountered, the rock shall be removed to a depth of at least 3 inches (75 mm) below the required conduit or duct bank depth and it shall be replaced with bedding material of earth or sand containing no mineral aggregate particles that would be retained on a 1/4 -inch (6 mm) sieve Flowable backfill may alternatively be used The Contractor shall ascertain the type of soil or rock to be excavated before bidding. All such rock removal shall be performed and paid for under Item P-152. Underground electrical warning (Caution) tape shall be installed in the trench above all underground duct banks and conduits in unpaved areas Contractor shall submit a sample of the proposed warning tape for approval by the Engineer. If not shown on the plans, the warning tape shall be located 6 inches above the duct/conduit or the counterpoise wire if present. G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.Docx 9-17 Joints in plastic conduit shall be prepared per the manufacturer's recommendations for the particular type of conduit. Plastic conduit shall be prepared by application of a plastic cleaner and brushing a plastic solvent on the outside of the conduit ends and on the inside of the couplings The conduit fitting shall then be slipped together with a quick one-quarter turn twist to set the joint tightly. Where more than one conduit is placed in a single trench, or in duct banks, joints in the conduit shall be staggered a minimum of 2 feet (60 cm). Changes in direction of runs exceeding 10 degrees, either vertical or horizontal, shall be accomplished using manufactured sweep bends. Whether or not specifically indicated on the drawings, where the soil encountered at established duct bank grade is an unsuitable material, as determined by the Engineer, the unsuitable material shall be removed per Item P-152 and replaced with suitable material Alternatively, additional duct bank supports that are adequate and stable shall be installed, as approved by the Engineer. All excavation shall be unclassified and shall be considered incidental to the respective L-110 pay item of which it is a component part. Dewatering necessary for duct installation, erosion and turbidity control, per Federal, state, and local requirements is incidental to its respective pay item as a part of Item L-110 The cost of all excavation regardless of type of material encountered, shall be included in the unit price bid for the L-110 Item Unless otherwise specified, excavated materials that are deemed by the Engineer to be unsuitable for use in backfill or embankments shall be removed and disposed of offsite. Any excess excavation shall be filled with suitable material approved by the Engineer and compacted per Item P-152 It is the Contractor's responsibility to locate existing utilities within the work area prior to excavation Where existing active cables) cross proposed installations, the Contractor shall ensure that these cables are adequately protected Where crossings are unavoidable, no splices will be allowed in the existing cables, except as specified on the plans Installation of new cable where such crossings must occur shall proceed as follows. a. Existing cables shall be located manually Unearthed cables shall be inspected to assure absolutely no damage has occurred b. Trenching, etc., in cable areas shall then proceed with approval of the Engineer, with care taken to minimize possible damage or disruption of existing cable, including careful backfilling in area of cable In the event that any previously identified cable is damaged during the course of construction, the Contractor shall be responsible for the complete repair 110-3.2 Duct banks Unless otherwise shown in the plans, duct banks shall be installed so that the top of the concrete envelope is not less than 18 inches (0 5 m) below the bottom of the base or stabilized base course layers where installed under runways, taxiways, aprons, or other paved areas, and not less than 18 inches. (0 5 m) below finished grade where installed in unpaved areas Unless otherwise shown on the plans, duct banks under paved areas shall extend at least 3 feet (1 m) beyond the edges of the pavement or 3 feet (1 m) beyond any under drains that may be installed alongside the paved area Trenches for duct banks shall be opened the complete length before concrete is placed so that if any obstructions are encountered, provisions can be made to avoid them. Unless otherwise shown on the plans, all duct banks shall be placed on a layer of concrete not less than 3 inches (75 mm) thick prior to its initial set. The Contractor shall space the conduits not less than 3 inch (75 mm) apart (measured from outside wall to outside wall) All such multiple conduits shall be placed using conduit spacers applicable to the type of conduit. As the conduit laying progresses, concrete shall be placed around and on top of the conduits not less than 3 inches (75 mm) thick unless otherwise shown on the plans. All conduits shall terminate with female ends for ease of access in current and future use. Install factory plugs in all unused ends. Do not cover the ends or plugs with concrete G.\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS Docx 9-18 Conduits forming the duct bank shall be installed using conduit spacers No 4 reinforcing bars shall be driven vertically into the soil a minimum of 6 inches (150 mm) to anchor the assembly into the earth prior to placing the concrete encasement. For this purpose, the spacers shall be fastened down with locking collars attached to the vertical bars Spacers shall be installed at 5 -foot (1.5-m) intervals. Spacers shall be in the proper sizes and configurations to fit the conduits. Locking collars and spacers shall be submitted to the Engineer for review prior to use. When specified, the Contractor shall reinforce the bottom side and top of encasements with steel reinforcing mesh or fabric or other approved metal reinforcement. When directed, the Contractor shall supply additional supports where the ground is soft and boggy, where ducts cross under roadways, or where shown on the plans. Under such conditions, the complete duct structure shall be supported on reinforced concrete footings, piers, or piles located at approximately 5 -foot (1.5-m) intervals. All pavement surfaces that are to have ducts installed therein shall be neatly saw.cut to form a vertical face All excavation shall be included in the contract with price for the duct. Install a plastic, detectable, color as noted, 3 to 6 inches (75 to 150 mm) wide tape, 8 inches (200 mm) minimum below grade above all underground conduit or duct lines not installed under pavement. Utilize the 3 -inch (75 -mm) wide tape only for single conduit runs. Utilize the 6 -inch (150 -mm) wide tape for multiple conduits and duct banks. For duct banks equal to or greater than 24 inches (600 mm) in width, utilize more than one tape for sufficient coverage and identification of the duct bank as required. When existing cables are to be placed in split duct, encased in concrete, the cable shall be carefully located and exposed by hand tools. Prior to being placed in duct, the Engineer shall be notified so that he may inspect the cable and determine that it is in good condition Where required, split duct shall be installed as shown on the drawings or as required by the Engineer. 110-3.3 Conduits without concrete encasement. Trenches for single -conduit lines shall be not less than 6 inches (150 mm) nor more than 12 inches (300 mm) wide The trench for 2 or more conduits installed at the same level shall be proportionately wider. Trench bottoms for conduits without concrete encasement shall be made to conform accurately to grade so as to provide uniform support for the conduit along its entire length Unless otherwise shown on the plans, a layer of fine earth material, at least 4 inches (100 mm) thick (loose measurement) shall be placed in the bottom of the trench as bedding for the conduit. The bedding material shall consist of soft dirt, sand or other fine fill, and it shall contain no particles that would be retained on a 1/4 inch (6 mm) sieve. The bedding material shall be tamped until firm Flowable backfill may alternatively be used. Unless otherwise shown on plans, conduits shall be installed so that the tops of all conduits within the Airport's secured area where trespassing is prohibited are at least 18 inches (0.5 m) below the finished grade. Conduits outside the Airport's secured area shall be installed so that the tops of the conduits are at least 24 inches (60 cm) below the finished grade per National Electric Code (NEC), Table 300 5. When two or more individual conduits intended to carry conductors of equivalent voltage insulation rating are installed in the same trench without concrete encasement, they shall be spaced not less than 3 inches (75 mm) apart (measured from outside wall to outside wall) in a horizontal direction and not less than 6 inches (150 mm) apart in a vertical direction Where two or more individual conduits intended to carry conductors of differing voltage insulation rating are installed in the same trench without concrete encasement, they shall be placed not less than 3 inches (75 mm) apart (measured from outside wall to outside wall) in a horizontal direction and lot less than 6 inches (150 mm) apart in a vertical direction. Trenches shall be opened the complete length between normal termination points before conduit is installed so that if any unforeseen obstructions are encountered, proper provisions can be made to avoid them. Conduits shall be installed using conduit spacers. No. 4 reinforcing bars shall be driven vertically into the soil a minimum of 6 inches (150 mm) to anchor the assembly into the earth while backfilling. For this purpose, the spacers shall be fastened down with locking collars attached to the vertical bars. Spacers shall be installed at 5 -foot (1.5-m) intervals Spacers shall be in the proper sizes and configurations to fit the conduits. Locking collars and spacers shall be submitted to the Engineer for review prior to use G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.Docx 9-19 110-3.4 Markers. The location of each end and of each change of direction of conduits and duct banks shall be marked by a concrete slab marker 2 feet (60 cm) square and 4 - 6 inches (100 - 150 mm) thick extending approximately one inch (25 mm) above the surface The markers shall also be located directly above the ends of all conduits or duct banks, except where they terminate in a junction/access structure or building Each cable or duct run from a line of lights and signs to the equipment vault must be marked at approximately every 200 feet (61 m) along the cable or duct run, with an additional marker at each change of direction of cable or duct run. The Contractor shall impress the word "DUCT" or "CONDUIT" on each marker slab Impression of letters shall be done in a manner, approved by the Engineer, for a neat, professional appearance All letters and words must be neatly stenciled. After placement, all markers shall be given one coat of high -visibility orange paint, as approved by the Engineer The Contractor shall also impress on the slab the number and size of conduits beneath the marker along with all other necessary information as determined by the Engineer The letters shall be 4 inches (100 mm) high and 3 inches (75 mm) wide with width of stroke 1/2 inch (12 mm) and 1/4 inch (6 mm) deep or as large as the available space permits Furnishing and installation of duct markers is incidental to the respective duct pay item 110-3.5 Backfilling for conduits. For conduits, 8 inches (200 mm) of sand, soft earth, or other fine fill (loose measurement) shall be placed around the conduits ducts and carefully tamped around and over them with hand tampers. The remaining trench shall then be backfilled and compacted per Item P-152 "Excavation and Embankment" except that material used for back fill shall be select material not larger than 4 inches (100 mm) in diameter Flowable backfill may alternatively be used Trenches shall not contain pools of water during back filling operations The trench shall be completely backfilled and tamped level with the adjacent surface, except that, where sod is to be placed over the trench, the backfilling shall be stopped at a depth equal to the thickness of the sod to be used, with proper allowance for settlement. Any excess excavated material shall be removed and disposed of per instructions issued by the Engineer 110-3.6 Backfilling for duct banks After the concrete has cured, the remaining trench shall be backfilled and compacted except that the material used for backfill shall be select material not larger than 4 inches (100 mm) in diameter In addition to the requirements of P-152, where duct banks are installed under pavement, one moisture/density test per lift shall be made for each 250 linear feet (76 m) of duct bank or one work period's construction, whichever is less Flowable backfill may alternatively be used Trenches shall not contain pools of water during backfilling operations The trench shall be completely backfilled and tamped level with the adjacent surface, except that, where sod is to be placed over the trench, the backfilling shall be stopped at a depth equal to the thickness of the sod to be used, with proper allowance for settlement. Any excess excavated material shall be removed and disposed of per instructions issued by the Engineer 110-3.7 Restoration. Where sod has been removed, it shall be replaced as soon as possible after the backfilling is completed All areas disturbed by the work shall be restored to its original condition The restoration shall include seeding shown on the plans The Contractor shall be held responsible for maintaining all disturbed surfaces and replacements until final acceptance All restoration shall be considered incidental to the respective L-110 pay item Following restoration of all trenching near airport movement surfaces, the Contractor shall thoroughly visually inspect the area for foreign object debris (FOD), and remove any such FOD that is found This FOD inspection and removal shall be considered incidental to the pay item of which it is a component part. G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.Docx 9-20 METHOD OF MEASUREMENT 110-4.1 No specific measurement shall exist for this item. BASIS OF PAYMENT 110-5.1 There will be no separate measurement or payment for this item, and all costs for performance of this work shall be incidental to other items of work. MATERIAL REQUIREMENTS Advisory Circular (AC) 150/5340-30 Design and Installation Details for Airport. Visual Aids AC 150/5345-53 Airport Lighting Equipment Certification Program ASTM A615 Standard Specification for Deformed and Plain Carbon -Steel Bars for Concrete Reinforcement ASTM D1556 Standard Test Method for Density and Unit Weight of Soil in Place by the Sand -Cone Method ASTM D1557 Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Modified Effort (56,000 ft-Ibf/ft3(2,700 kN-m/m3)) ASTM D2167 Standard Test Method for Density and Unit Weight of Soil in Place by the Rubber Balloon Method ASTM D2922 Standard Test Methods for Density of Soil and Soil -Aggregate in Place by Nuclear Methods (Shallow Depth) NFPA-70 National Electrical Code (NEC) Underwriters Laboratories Standard 6 Electrical Rigid Metal Conduit - Steel Underwriters Laboratories Standard 514B Conduit, Tubing, and Cable Fittings Underwriters Laboratories Standard 514C Nonmetallic Outlet Boxes, Flush -Device Boxes, and Covers Underwriters Laboratories Standard 1242 Electrical Intermediate Metal Conduit Steel Underwriters Laboratories Standard 651 Schedule 40, 80, Type EB and A Rigid PVC Conduit and Fittings Underwriters Laboratories Standard 651A Type EB and A Rigid PVC Conduit and HDPE Conduit END OF ITEM L-110 G:\PROJECTS\2016\16164E1Spec\16164 SPECIFICATIONS.Docx 9-21 ITEM F-162 — CHAIN-LINK FENCE DESCRIPTION 162-1.1 This item shall consist of furnishing and erecting a chain-link fence in accordance with these specifications, the details shown on the plans, and in conformity with the lines and grades shown on the plans or established by the Engineer MATERIALS 162-2.1 Fabric. The fabric shall be woven with a 9 -gauge galvanized steel wire in a 4 -inch (50m mm) mesh and shall meet the requirements of ASTM A392, Class 2. 162-2.2 Barbed wire. Barbed wire shall be 2 -strand 12 -1/2 -gauge zinc -coated wire with 4 -point barbs and shall conform to the requirements of ASTM A121, Class 3, Chain Link Fence Grade 162-2.3 Posts, rails, and braces. Line posts, rails, and braces shall conform to the requirements of ASTM F1043 or ASTM F1083 as follows' Galvanized tubular steel pipe shall conform to the requirements of Group IA, (Schedule 40) coatings conforming to Type A, or Group IC (High Strength Pipe), External coating Type B, and internal coating Type B or D The dimensions of the posts, rails, and braces shall be in accordance with Tables I through VI of Federal Specification RR -F-191/3. 162-2.4 Gates. Gate frames shall consist of galvanized steel pipe aluminum alloy pipe and shall conform to the specifications for the same material under paragraph 162-2 3. The fabric shall be of the same type material as used in the fence 162-2.5 Wire ties and tension wires. Wire ties for use in conjunction with a given type of fabric shall be of the same material and coating weight identified with the fabric type. Tension wire shall be 7 -gauge marcelled steel wire with the same coating as the fabric type and shall conform to ASTM A824. All material shall conform to Federal Specification RR -F-191/4. 162-2.6 Miscellaneous fittings and hardware. Miscellaneous steel fittings and hardware for use with zinc - coated steel fabric shall be of commercial grade steel or better quality, wrought or cast as appropriate to the article, and sufficient in strength to provide a balanced design when used in conjunction with fabric posts, and wires of the quality specified herein. All steel fittings and hardware shall be protected with a zinc coating applied in conformance with ASTM A153 Barbed wire support arms shall withstand a load of 250 pounds (113 kg) applied vertically to the outermost end of the arm. 162-2.7 Concrete. Concrete shall be of a commercial grade with a minimum 28 -day compressive strength of 2500 psi (17 240 kPa). Contractor shall provide the test results for aggregates, executed in accordance with State DOT requirements, showing if they are Alkali Silica Reactive and if they are, demonstrate that mitigating measures have been employed in accordance with State DOT requirements. 162-2.8 Marking. Each roll of fabric shall carry a tag showing the kind of base metal (steel, aluminum, or aluminum alloy number), kind of coating, the gauge of the wire, the length of fencing in the roll, and the name of the manufacturer. Posts, wire, and other fittings shall be identified as to manufacturer, kind of base metal (steel, aluminum,,or aluminum alloy number), and kind of coating. CONSTRUCTION METHODS 162-3.1 Clearing fence line. All trees, brush, stumps, logs, and other debris which would interfere with the proper construction of the fence in the required location shall be removed a minimum width of 5 feet (1.5 m) on each side of the fence centerline before starting fencing operations The cost of removing and disposing of the material shall not constitute a pay item and shall be considered incidental to fence construction. G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.Docx 9-22 162-3.2 Installing posts. All posts shall be set in concrete at the required dimension and depth and at the spacing shown on the plans Posts are to be be spaced not more than 10 feet apart and should be set a minimum of 36 inches in concrete footings If the frost depth is greater than 36 inches, the posts should be set accordingly The posts holes shall be in proper alignment so that there is a minimum of 3 inches of concrete on all sides of the posts. The concrete shall be thoroughly compacted around the posts by tamping or vibrating and shall have a smooth finish slightly higher than the ground and sloped to drain away from the posts All posts shall be set plumb and to the required grade and alignment. No materials shall be installed on the posts, nor shall the posts be disturbed in any manner within seven (7) days after the individual post footing is completed Should rock be encountered at a depth less than the planned footing depth, a hole 2 inches (50 mm) larger than the greatest dimension of the posts shall be drilled to a depth of 12 inches (300 mm) After the posts are set, the remainder of the drilled hole shall be filled with grout, composed of one part Portland cement and two parts mortar sand Any remaining space above the rock shall be filled with concrete in the manner described above In lieu of drilling, the rock may be excavated to the required footing depth No extra compensation shall be made for rock excavation 162-3.3 Installing top rails. The top rail shall be continuous and shall pass through the post tops The coupling used to join the top rail lengths shall allow for expansion 162-3.4 Installing braces. Horizontal brace rails, with diagonal truss rods and turnbuckles, shall be installed at all terminal posts 162-3.5 Installing fabric. The wire fabric shall be firmly attached to the posts and braced as shown on the plans All wire shall be stretched taut and shall be installed to the required elevations The fence shall generally follow the contour of the ground, with the bottom of the fence fabric no less than one inch (25 mm) or more than 4 inches (100 mm) from the ground surface Grading shall be performed where necessary to provide a neat appearance At locations of small natural swales or drainage ditches and where it is not practical to have the fence conform to the general contour of the ground surface, longer posts may be used and multiple strands of barbed wire stretched to span the opening below the fence The vertical clearance between strands of barbed wire shall be 6 inches (150 mm) or less 162-3.6 Electrical grounds. Electrical grounds shall be constructed where a power line passes over the fence. The ground shall be accomplished with a copper clad rod 8 feet (2 4 m) long and a minimum of 5/8 inches (16 mm) in diameter driven vertically until the top is 6 inches (150 mm) below the ground surface A No. 6 solid copper conductor shall be clamped to the rod and to the fence in such a manner that each element of the fence is grounded Installation of ground rods shall not constitute a pay item and shall be considered incidental to fence construction. The Contractor shall comply with FAA -STD -019, Lightning and Surge Protection, Grounding, Bonding and Shielding Requirements for Facilities and Electronic Equipment, Paragraph 4.2.3 8, Lightning Protection for Fences and Gates, when fencing is adjacent to FAA facilities 162-3.7 Cleaning up. The Contractor shall remove from the vicinity of the completed work all tools, buildings, equipment, etc., used during construction All disturbed areas shall be seeded per T-901 METHOD OF MEASUREMENT 162-4.1 No specific measurement shall exist for this item. Chain-link fence will be considered incidental to installation of vehicle and pedestrian gates BASIS OF PAYMENT 162-5.1 There will be no separate measurement or payment for this item, and all costs for performance of this work shall be incidental to other items of work. G'\PROJECTS \2016\16164E\Spec \16164 SPECIFICATIONS Docx 9-23 MATERIAL REQUIREMENTS ASTM A121 Standard Specification for Metallic -Coated Carbon Steel Barbed Wire ASTM A123 Standard Specification for Zinc (Hot Dip Galvanized) Coatings on Iron and Steel Products ASTM A153 Standard Specification for Zinc Coating (Hot -Dip) on Iron and Steel Hardware ASTM A392 Standard Specification for Zinc -Coated Steel Chain -Link Fence Fabric ASTM A491 Standard Specification for Aluminum -Coated Steel Chain -Link Fence Fabric ASTM A572 Standard Specification for High -Strength Low -Alloy Columbium -Vanadium Structural Steel ASTM A653 Standard Specification for Steel Sheet, Zinc -Coated (Galvanized) or Zinc -Iron Alloy -Coated (Galvannealed) by the Hot -Dip Process ASTM A824 Standard Specification for Metallic -Coated Steel Marcelled Tension Wire for Use With Chain Link Fence ASTM A1011 Standard Specification for Steel, Sheet and Strip, Hot -Rolled, Carbon, Structural, High -Strength Low -Alloy, High Strength Low Alloy with Improved Formability, and Ultra High Strength ASTM 8117 Standard Practice for Operating Salt Spray (Fog) Apparatus ASTM B221 Standard Specification for Aluminum and Aluminum Alloy Extruded Bars, Rods, Wire, Profiles and Tubes ASTM B429 Standard Specification for Aluminum -Alloy Extruded Structural Pipe and Tube ASTM F668 Standard Specification for Polyvinyl Chloride(PVC), Polyolefin and other Organic Polymer Coated Steel Chain -Link Fence Fabric ASTM F1043 Standard Specification for Strength and Protective Coatings on Steel Industrial Fence Framework ASTM F1083 Standard Specification for Pipe, Steel, Hot -Dipped Zinc -Coated (Galvanized) Welded, for Fence Structures ASTM F1183 Standard Specification for Aluminum Alloy Chain Link Fence Fabric ASTM F1345 Standard Specification for Zinc 5% Aluminum-Mischmetal Alloy Coated Steel Chain -Link Fence Fabric ASTM G152 Standard Practice for Operating Open Flame Carbon Arc Light Apparatus for Exposure of Nonmetallic Materials ASTM G153 Standard Practice for Operating Enclosed Carbon Arc Light Apparatus for Exposure of Nonmetallic Materials ASTM G154 Standard Practice for Operating Fluorescent Ultraviolet (UV) Lamp Apparatus for Exposure of Nonmetallic Materials ASTM G155 Standard Practice for Operating Xenon Arc Light Apparatus for Exposure of Nonmetallic Materials G:\PROJECTS\2016\16164E1Spec\16164 SPECIFICATIONS.Docx 9-24 FED SPEC RR -F-191/3 Fencing, Wire and Post, Metal (Chain -Link Fence Posts, Top Rails and Braces) FED SPEC RR -F-191/4 Fencing, Wire and Post, Metal (Chain -Link Fence Accessories) FAA -STD -019 Lightning and Surge Protection, Grounding, Bonding and Shielding Requirements for Facilities and Electronic Equipment END OF ITEM F-162 G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS Docx 9-25 ITEM SP -150 — WATER FOR CONSTRUCTION DESCRIPTION 150-1.1 This item shall consist of furnishing and applying water required for dust control, saw cutting, rotomilling, or any other purposes in accordance with the requirements of these specifications or as directed by the ENGINEER. SOURCE 150-2.1 The CONTRACTOR shall make arrangements for, and pay all costs connected with, the supply of water. There are three fire hydrants located within close proximity of the YAKIMA AIR TERMINAL. The CONTRACTOR shall make arrangements with the City of Yakima Water Department and pay all related costs prior to use of hydrants or water Equipment shall meet the requirements of the City of Yakima Water Department. CONSTRUCTION METHODS 150-3.1 Water, when required, shall be applied at the locations, in the amounts and during the hours, as directed by the ENGINEER. The equipment used for watering shall be of ample capacity and of such design as to assure uniform application of water in an amount directed by the ENGINEER. BASIS OF PAYMENT 150-4.1 Payment for water will be included in the various contract unit prices in the bid proposal. Payment shall include all costs in connection with supplying, hauling and placing water on the project as required for compaction of trenches, subgrades, subbases, base course, dust control and other purposes. This shall also include dust control for all staging areas, haul routes and accesses for the project. END OF ITEM SP -150 G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.Docx 9-26 ITEM SP -160 — CEMENT CONCRETE SIDEWALK 160.1 DESCRIPTION This Work consists of constructing cement concrete sidewalks in accordance with details shown in the Plans and these Specifications and in conformity to lines and grades shown in the Plans or as established by the Engineer. 160.2 MATERIALS Materials shall meet the requirements of this specification The Contractor shall use one of the detectable warning surface products listed in the Qualified Products List or seek approval through the WSDOT Request for Approval of Material process. The detectable warning surface shall have the truncated dome shape shown in the Plans The minimum 2 -foot -wide detectable warning surface area shall be yellow and shall match Federal Standard 595, color number 33538. 160.3 CONSTRUCTION REQUIREMENTS The concrete in the sidewalks and curb ramps shall be air entrained concrete Class 3000 in accordance with the requirements of this section 160.3(1) EXCAVATION Excavation shall be made to the required depth and to a width that will permit the installation and bracing of the forms The foundation shall be shaped and compacted to a firm even surface conforming to the section shown in the Plans. All soft and yielding material shall be removed and replaced with acceptable material 160.3(2) FORMS Forms shall be of wood or metal and shall extend for the full depth of the concrete. All forms shall be straight, free from warp, and of sufficient strength to resist the pressure of the concrete without springing. Bracing and staking of forms shall be such that the forms remain in both horizontal and vertical alignment until their removal After the forms have been set to line and grade, the foundation shall be brought to the grade required and thoroughly wetted approximately 12 hours before placing the concrete. 160.3(3) PLACING AND FINISHING CONCRETE The concrete shall be placed in the forms and struck off with an approved straightedge As soon as the surface can be worked, it shall be troweled smooth with a steel trowel After troweling and before installing the contraction joints or perimeter edging, the walking surfaces of the sidewalk and curb ramps shall be brushed in a transverse direction with a stiff bristled broom as shown in the Plans. Expansion and contraction joints shall be constructed as shown in the Plans. When the sidewalk abuts a cement concrete curb or curb and gutter, the expansion joints in the sidewalk shall have the same spacing as the curb. The expansion joint shall be filled to full cross-section of the sidewalk with % inch premolded joint filler. Curb ramps shall be of the type specified in the Plans and shall include the detectable warning surface. G:\PROJECTS12016\16164E\Spec\16164 SPECIFICATIONS.Docx 9-27 160.4 Portland Cement 160.4.1 Types of Cement Cement shall be classified as portland cement. 160.4.2 Specifications 160.4.2.1 Portland Cement Portland cement shall meet the requirements of AASHTO M85 or ASTM C150 Types I, II, or III portland cement, except that the cement shall not contain more than 0 75 percent alkalies by weight calculated as Na20 plus 0 658 K20 and the content of Tricalcium aluminate (C3A) shall not exceed 8 percent by weight. The time of setting shall be determined by the Vicat Test method in accordance with AASHTO T 131 or ASTM C191 160.4.2.2 Low Alkali Cement When low alkali portland cement is required, the percentage of alkalies in the cement shall not exceed 0 60 percent by weight calculated as Na20 plus 0 658 K20 This limitation shall apply to all types of portland cement. 160.4.2.3 Tests and Acceptance Cement may be accepted by the Engineer based on the cement mill test report number or cement certificate of analysis number indicating full conformance to the Specifications All shipments of the cement to the Contractor or concrete supplier shall identify the applicable cement mill test report number or cement certificate of analysis number and shall be provided by the Contractor or concrete supplier with all concrete deliveries Cement producers/suppliers that certify portland cement or blended cement shall participate in the Cement Acceptance Program as described in WSDOT Standard Practice QC 1 Each mixing facility or plant utilizing portland cement shall be equipped with a suitable means or device for obtaining a representative sample of the cement. The device shall enable the sample to be readily taken in proximity to the cement weigh hopper and from a container or conveyor holding only cement. Cement may be tested using samples taken at the job site by the Engineer for submission to the State Materials Laboratory for testing 160.4.2.4 Storage on the Work Site At the request of the Engineer, the Contractor shall provide test data to show that cement stored on site for longer than 60 days meets the requirements of Section 9-01 Tests shall be conducted on samples taken from the site in the presence of the Engineer Test results that meet the requirements of Section 9-01 shall be valid for 60 days from 160.5 Aggregates for Portland Cement Concrete 160.5.1 Fine Aggregate for Portland Cement Concrete Fine aggregate shall consist of sand or other inert materials, or combinations thereof, approved by the Engineer, having hard, strong, durable particles free from adherent coating. Fine aggregate shall be washed thoroughly to remove clay, loam, alkali, organic matter, or other deleterious matter G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.Docx 9-28 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 160.5.2 Deleterious Substances The amount of deleterious substances in the washed aggregate shall not exceed the following values. 1. Particles of specific gravity less than 1.95. 1 0 percent by weight. 2. Organic matter, by colorimetric test, shall not be darker than the reference standard color (organic plate No. 3) AASHTO T 21 unless other tests prove a darker color to be harmless. 160.5.3 Grading Fine aggregate shall be graded to conform to the following requirements expressed as percentages by weight: For fine aggregate Class 1, individual test variations under the minimum or over the maximum will be permitted as follows, provided the average of three consecutive tests is within the Specification limits. Sieve Size Class 1 — Percent Passing Sieve Size Min. Max. 3/8" 99 100 No. 4 95 100 No. 8 68 86 No. 16 47 65 No 30 27 42 No 50 9 20 No. 100 0 7 No. 200 0 2.5 For fine aggregate Class 1, individual test variations under the minimum or over the maximum will be permitted as follows, provided the average of three consecutive tests is within the Specification limits. Sieve Size Permissible Percent of Variation in Individual Tests No. 30 and coarser 2 No. 50 and finer 0.5 Within the gradation limits for fine aggregate Class 2, uniformity of gradation shall be limited to a range of plus or minus 0.20 of the reference fineness modulus. The reference fineness modulus shall be determined from a representative sample from the proposed source as submitted by the Contractor. 160.5.4 Coarse Aggregate for Portland Cement Concrete Coarse aggregate for concrete shall consist of gravel, crushed stone, or other inert material or combinations thereof having hard, strong, durable pieces free from adherent coatings Coarse aggregate shall be washed to remove clay, silt, bark, sticks, alkali, organic matter, or other deleterious material 160.5.5 Deleterious The amount of deleterious substances shall not exceed the following values. Amount finer than No. 200 1 00 percent by weight; Pieces of specific gravity less than 1.95 2.00 percent by weight; Clay lumps 0.50 percent by weight; Shale 2 00 percent by weight; Wood waste 0 05 percent by weight; For coarse aggregate with a minimum single face fracture content of 25 percent by weight, the material finer than the No. 200 sieve may increase to a maximum of 1 5 percent by weight. The fracture requirement shall be at least one fractured face and will apply to the combined aggregate retained on the No 4 sieve in accordance with FOP for AASHTO T 335. G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.Docx 9-29 160.5.6 Grading Coarse aggregate for portland cement concrete when separated by means of laboratory sieves shall conform to one or more of the following gradings as called for elsewhere in these Specifications, Special Provisions, or in the Plans Passing AASHTO Grading No. 467 AASHTO Grading No. 4 AASHTO Grading No. 57 AASHTO Grading No. 67 AASHTO Grading No. 7 AASHTO Grading No. 8 Sieve Size Min. Max. Min. Max. Min. Max. Min. Max. Min. Max. Min. Max. 2" 99 100 99 100 11/2" 95 100 90 100 99 100 1" 20 55 95 100 99 100 3/4" 35 70 0 15 90 100 99 100 1/2" 25 60 90 100 99 100 3/8" 10 30 0 5 20 55 40 70 85 100 No.4 0 5 0 10 0 10 0 15 10 30 No.8 0 5 0 5 0 5 0 10 No 16 0 5 All percentages are by weight. Coarse aggregate shall contain no piece of greater size than two times the maximum sieve size for the specified grading measured along the line of greatest dimension 160.5.7 Combined Aggregate Gradation for Portland Cement Concrete As an option to using Coarse and Fine graded aggregates for portland cement concrete, aggregate gradation may consist of a combined gradation. Aggregates shall consist of sand, gravel, crushed stone, or other inert material or combinations thereof, having hard, strong durable particles free from adherent coatings. Aggregates shall be washed to 160.6 Premolded Joint Filler: 160.7 Curing Materials Sheet materials for curing concrete shall meet the requirements of ASTM C171, Sheet Materials for Curing Concrete, except that only white reflective type shall be used 160.7.1 Liquid Membrane -Forming Concrete Curing Compounds Liquid membrane -forming compounds for curing concrete shall conform to the requirements of ASTM 0309 Type 1 or 2, Class A or B, except that the water retention when tested in accordance with WSDOT T 814 shall be 2.50 grams for all applications Each lot of liquid membrane -forming curing compound shall be sampled at the project site and tested for acceptance Liquid membrane -forming curing compound shall not be used in the absence of satisfactory test results 160.8 MEASUREMENT AND PAYMENT: METHOD OF MEASUREMENT 160.8.1 Measurement for "Cement Concrete Curb Ramp" shall be per each G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.Docx 9-30 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 BASIS OF PAYMENT 160.8.2 Payment will be made for at the unit contract price per each for "Cement Concrete Curb Ramp". This item includes full compensation for all labor, equipment, tools and materials necessary to furnish and install an ADA compliant curb ramp including, but not necessarily limited to, excavation, demolition of existing ramp, detectable warning surface, and installation of new concrete ramps, as shown on the Plans and as specified. END OF ITEM SP -160 G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.Docx 9-31 ITEM SP -209 — AGGREGATE BASE COURSE DESCRIPTION 209 Crushed Surfacing 209.1 Description This Work consists of constructing one or more courses of crushed stone upon a prepared Subgrade in accordance with these Specifications in conformity with the lines, grades, depth, and typical cross-sections shown in the Plans or as established by the Engineer. Surfacing materials may also be specified to be placed in stockpiles for future use 209.2 Materials Materials shall meet the requirements of this section. 209.3 Construction Requirements 209.3(1) Equipment All equipment necessary for the satisfactory performance of this construction shall be on the project and approved by the Engineer prior to beginning work. If central mix plant methods are used, the central mixing plant shall comply with the following requirements: The cold aggregate feeder shall be mechanically operated and adjustable to the extent necessary to provide a uniform and continuous flow of materials These materials shall be deposited in an approved mixer with a sufficient amount of water being added to obtain the required density when spread and compacted. The water shall be weighed or metered, and dispensed through a device providing uniform dispersion across the mixer. The mixing plant shall be provided with weighing or calibrating devices, feeders, provisions for sampling, and other devices and equipment so designed, coordinated, and operated to produce a uniform mixture, and to permit the sampling of the materials before and after mixing. The mixer shall be kept in good condition, and mixing blades or paddles shall be of proper size, adjustment, and clearance to provide positive and uniform mixing of the mixture at all times. The capacity of the plant and equipment furnished for the Work shall be adequate at all times to provide for efficient and continuous operations insofar as practical. 209.3(2) Subgrade The Subgrade shall be prepared as specified in Section P-152 and shall be approved by the Engineer before placing surfacing materials. In preparing the Roadbed for surfacing, the Contractor shall: 1 Remove from the Roadbed, immediately before placing surfacing materials, all brush, weeds, vegetation, grass, and other debris 2. Dispose of all debris as the Engineer directs. 3. Drain water from all low spots or ruts 4 Shape the entire Subgrade to a uniform surface running reasonably true to the line, grade, and cross-section as staked. G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.Docx 9-32 5 If necessary, the Contractor shall process the Subgrade in cut areas to remove materials too coarse for mechanical trimming and recompaction 6 Compact the Subgrade to a depth of 6 inches Compaction shall achieve 95 percent of the maximum density determined under the tests described in Section P-152 If the underlying material is too soft to permit proper compaction of the Subgrade, the Contractor shall loosen, aerate (or excavate and remove), and compact the Subgrade until the top layer can be compacted as required 7. Remove excess material that does not drift to low spots during grading and shaping The Contractor shall dispose of this excess by placing it where the Subgrade lacks material or by wasting it, as the Engineer directs. 8 Add materials as the Engineer directs where the Subgrade needs more to bring it up to grade. The Contractor shall water and compact these added materials as needed to produce a true finished Subgrade Before any paving is placed, the Contractor shall bring the Subgrade to the required line, grade, and cross- section The Contractor shall compact the Subgrade to a depth of 6 inches to 95 percent standard density as determined by the compaction control tests for granular materials The compacted area shall be wide enough to let paving machines operate without visible distortion of surfacing material The Contractor shall maintain the Subgrade in the required condition until the pavement is placed The Contractor may remove material just before paving if the Plans require thicker areas of pavement. Maximum density and optimum moisture content shall be determined by one of the following methods 1. Materials with less than 30 percent by weight retained on the No 4 sieve shall be determined using FOP for AASHTO T 99 Method A. 2 Materials with 30 percent or more by weight retained on the No 4 sieve and less than 30 percent retained on the 3/4 -inch sieve shall be determined by WSDOT T 606 or FOP for AASHTO T 180 Method D The determination of which test procedure to use will be made solely by the Contracting Agency 3 Materials with 30 percent or more retained on the 3% -inch sieve shall be determined by WSDOT T 606. In place density will be determined using Test Methods FOP for AASHTO T 310 and WSDOT SOP 209.3(3) Mixing Unless otherwise specified, the Contractor may use either, or both, of the following described methods. 1 Central Plant Mix Method — The surfacing material and water shall be mixed in an approved mixing plant as described in Section 4-04 3(1). The completed mixture shall be a thoroughly mixed combination of proportioned materials and water, uniform in distribution of particle sizes and moisture content. A mixture containing water in excess of the proportion established by the Engineer will not be accepted 2 Road Mix Method — After material for each layer of surfacing has been placed, the material shall be mixed until uniform throughout by motor graders or other equipment approved by the Engineer Water to facilitate mixing and compacting shall be added in amounts approved by the Engineer G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.Docx 9-33 209.3(4) Placing and Spreading 1 Central Plant Mix Method — After mixing, material for each layer of surfacing shall be transported to the Roadway in approved vehicles. Vehicles for hauling the mixture shall be capable of depositing the mixture within the receiving hopper of the spreading equipment, or in windrows of uniform size in front of the spreading equipment, with a minimum of segregation of the mix. A motor grader may be used as the spreading machine or the spreading machine shall be capable of receiving the material by direct deposit in it's hopper from the hauling vehicle or from a uniform windrow, and be capable of spreading and screeding the material to a depth and surface that when compacted will be true to line, grade, depth of course, and cross-section without further shaping 2. Road Mix Method — Each layer of surfacing material shall be spread by equipment that is approved by the Engineer. Equipment that causes segregation of the surfacing material during the spreading operation will not be allowed. Similar types of spreading equipment shall be used throughout the limits of each separate spreading operation. Spreading on small areas of less than 2,000 square yards or on areas irregular in shape, may be accomplished by other means as approved by the Engineer. The following nominal depth of compacted material shall not be exceeded in any one course without the approval of the Engineer: Aggregate Base Course 0 75 foot 209.3(5) Shaping and Compaction Immediately following spreading and final shaping, each layer of surfacing shall be compacted to at least 95 percent of the standard density determined by the requirements of Section 2-O3.3(14)D before the next succeeding layer of surfacing or pavement is placed The determination of field in-place density shall be made by the Nuclear gauge. When the thickness of surfacing is less than 0 15 foot, density testing will not be required and the Engineer will determine the number of coverages required for the particular compaction equipment available. Vibratory compactors and rollers shall obtain the specified density for each layer A mist spray of water shall be applied as needed to replace moisture lost by evaporation. The completed layer shall have a smooth, tight, uniform surface true to the line, grade, and cross-section shown in the Plans, or as staked. 209.3(6) Keystone When necessary, as determined by the Engineer, crushed surfacing top course shall be used for keystone to key the top surface of gravel base, crushed surfacing base course, or any other surfacing course that requires keying The keystone shall be spread evenly on top of the surfacing course by means of approved spreading equipment. The surface shall be watered and, if necessary, bladed lightly until the keystone is worked into the interstices of the surfacing course without excessive displacement and shall be compacted The operations of adding keystone, wetting, blading, and compacting shall be continued until the course has become thoroughly keyed and compacted When keystone is required, that is subject to public traffic, it shall be placed before terminating each day's operation. Keystone placed for the convenience of the Contractor, with approval of the Engineer, for the purpose of creating a more dense surface on which to pave will be allowed within the top 0 20 foot of crushed surfacing base course, gravel base. Keystone placed for this purpose will be paid for at the lower unit Contract price for either the base material being keyed or crushed surfacing top course 209.3(7) Miscellaneous Requirements The surface of each layer of surfacing material shall be maintained true to line, grade, and cross-section by grading, watering, and rolling until placing the next succeeding course. The first course of surfacing material shall be placed on all available Subgrade before placing the succeeding course unless otherwise authorized G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.Docx 9-34 by the Engineer Unless otherwise approved, there shall be a distance of not less than one station between the construction of any two courses of surfacing. Should irregularities develop in any surface during or after compaction, they shall be remedied by loosening the surface and correcting the defects after which the entire area including the surrounding surface shall be thoroughly recompacted Any additional materials necessary to make the repairs shall be furnished by the Contractor at the unit Contract price. 209.3(8) Weather Limitations When, in the opinion of the Engineer, the weather is such that satisfactory results cannot be obtained, the Contractor shall suspend operations until the weather is favorable No surfacing materials shall be placed in snow or on a soft, muddy, or frozen Subgrade 209.3(9) Hauling Hauling equipment shall be routed over the Roadway in a manner to be most effective in the compacting of the surfacing Hauling over any of the surfacing in the process of construction will not be permitted when, in the opinion of the Engineer, the effect will be detrimental All loads shall be of uniform capacity unless deviation is expressly authorized by the Engineer 209.3(10) Hours of Work The Contractor shall arrange surfacing operations so that the placing of materials will be accomplished during daylight hours. However, when necessary to complete the project within the time specified, or to avoid peak periods of public traffic, Work may be undertaken during the hours of darkness, provided the Contractor furnishes and operates adequate lighting Inability to demonstrate reliable and satisfactory results will be reason to order termination of night operations, and the Contractor shall procure additional equipment and personnel necessary to satisfactorily complete the Work as specified while operating during daylight hours only 209.3(11) Gradation Crushed surfacing shall be manufactured from ledge rock, talus, or gravel from a location with current WSDOT aggregate source approval (ASA) The materials shall be uniform in quality and substantially free from wood, roots, bark, and other extraneous material and shall meet the following quality test requirements' Los Angeles Wear, 500 Rev Degradation Factor — Top Course Degradation Factor — Base Course 35% max. 25 min 15 min Crushed surfacing of the various classes shall meet the following requirements for grading and quality when placed in hauling vehicles for delivery to the roadway, or during manufacture and placement into a temporary stockpile The exact point of acceptance will be determined by the Engineer y. fig, . + " •Base�Course• . rs Top;Course and :Keystone , Sieve:SizeU Percent Pas`" — 11/4" 99-100 1" 80-100 99-100 %" 50-80 80-100 No. 4 25-45 46-66 No. 40 3-18 8-24 No. 200 7.5 max. 10.0 max. % Fracture 75 min. 75 min. Sand Equivalent 40 min. 40 min. All percentages are by weight. G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS Docx 9-35 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 The fracture requirement shall be at least one fractured face and will apply to the combined aggregate retained on the No 4 sieve in accordance with FOP for AASHTO T 335 The portion of crushed surfacing retained on a No. 4 sieve shall not contain more than 0 15 percent wood waste. 209.4 Measurement Crushed surfacing top course, base course, and gravel base, when mixed at a central plant, will be measured by the ton. The weight of water added at the plant will be deducted on a daily basis from the total tonnage of aggregates, including water, placed that day which were processed through the central plant and placed on the Roadway The resultant tonnage of surfacing materials will be paid for at the unit Contract price. The weight of deducted water will be converted to gallons and will be paid for at the unit Contract price for water. Crushed surfacing top course, base course, and gravel base, when mixed by the road mix method, will be measured by the ton or by the cubic yard. If measured by the cubic yard, measurement will be made in the hauling conveyance at the point of delivery on the Roadway Crushed surfacing materials for placement in stockpile will be measured by the ton 209.5 Payment Payment will be made for each of the following Bid items that are included in the Proposal. "Crushed Surfacing Base Course, SP -209", per ton. END OF ITEM SP -209 G:\PROJECTS\2016\16164E1Spec\16164 SPECIFICATIONS.Docx 9-36 ITEM SP -401 — HOT MIX ASPHALT DESCRIPTION 401 This Work shall consist of providing and placing one or more layers of plant -mixed hot mix asphalt (HMA) on a prepared foundation or base in accordance with these Specifications and the lines, grades, thicknesses, and typical cross-sections shown in the Plans. The manufacture of HMA may include warm mix asphalt (WMA) processes in accordance with these Specifications. WMA processes include organic additives, chemical additives, and foaming 4-01.1 Description This Work shall consist of providing and placing one or more layers of plant -mixed hot mix asphalt (HMA) on a prepared foundation or base in accordance with these Specifications and the lines, grades, thicknesses, and typical cross-sections shown in the Plans. The manufacture of HMA may include warm mix asphalt (WMA) processes in accordance with these Specifications. WMA processes include organic additives, chemical additives, and foaming. HMA shall be composed of asphalt binder and mineral materials as may be required, mixed in the proportions specified to provide a homogeneous, stable, and workable mixture 4-01.2 Materials Materials shall meet the requirements of the following sections The Contract documents may establish that the various mineral materials required for the manufacture of HMA will be furnished in whole or in part by the Contracting Agency. If the documents do not establish the furnishing of any of these mineral materials by the Contracting Agency, the Contractor shall be required to furnish such materials in the amounts required for the designated mix. Mineral materials include coarse and fine aggregates, and mineral filler. The Contractor may choose to utilize recycled asphalt pavement (RAP) or reclaimed asphalt shingles (RAS) in the production of HMA. The RAP may be from pavements removed under the Contract, if any, or pavement material from an existing stockpile. The RAS may be from reclaimed shingles. The Contractor may use up to 20 percent RAP by total weight of HMA with no additional sampling or testing of the RAP If greater than 20 percent RAP by total weight of HMA or any amount of RAS is utilized in the production of HMA, the Contractor shall sample and test the RAP and RAS during stockpile construction in accordance with FOP for AASHTO T 308 for determination of asphalt binder content and FOP for WAQTC T 27/T 11 for gradation of the aggregates The RAP shall be sampled and tested at a frequency of one sample for every 1,000 tons produced and not less than ten samples per project. The RAS shall be sampled and tested at a frequency of one. sample for every 100 tons produced and not less than ten samples per project. The asphalt content and gradation test data shall be reported to the Contracting Agency when submitting the mix design for approval on the QPL. If utilized, the amount of RAS shall not exceed 5 -percent of the total weight of the HMA. The Contractor shall include the RAP and RAS as part of the mix design as defined in these Specifications. The grade of asphalt binder shall be 64-28. Blending of asphalt binder from different sources is not permitted. The Contractor may only use warm mix asphalt (WMA) processes in the production of HMA with 20 percent or less RAP by total weight of HMA and no RAS The Contractor shall submit to the Engineer for approval the process that is proposed and how it will be used in the manufacture of HMA. When the Contracting Agency provides aggregates or provides a source for the production of aggregates, the Contract Provisions will establish the approximate percentage of asphalt binder required in the mixture for each class of HMA. Production of aggregates shall comply with the requirements of Section SP -209 G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.Docx 9-37 Preparation of stockpile site, the stockpiling of aggregates, and the removal of aggregates from stockpiles shall comply with the following requirements The portion of the quarry or pit site to be used shall be cleared and grubbed, and the area from which materials are to be taken shall be stripped of overburden. All combustible debris resulting from these operations shall be disposed of by the Contractor in a manner satisfactory to the Engineer The Contractor shall provide sufficient space as required for the setup and operation of the Contracting Agency's field testing facilities at the site of crushing or hot mix asphalt production As directed by the Engineer, the Contractor shall provide one of the following to ensure 24-hour per day operation of the Contracting Agency's laboratory trailer(s) that may be set up at the site during production: 1 A power source and a power cord of sufficient length to reach the Contracting Agency's laboratory trailer(s) which may be set up at the site The cord shall be capable of carrying at least 120/240 volts, 60 cycles at a sustained load of up to 200 amps. The cord and trailer(s) electrical hookup shall meet the NEC code Power shall be provided and connected when requested by the Engineer. The laboratory trailer(s) hookup shall be protected by a 2 pole 50 amp 240 VAC circuit breaker. 4-01.3 Construction Requirements 4-01.3(1) Hot Mix Asphalt Mixing Plant Plants used for the preparation of HMA shall conform to the following requirements 1. Equipment for Preparation of Asphalt Binder — Tanks for the storage of asphalt binder shall be equipped to heat and hold the material at the required temperatures The heating shall be accomplished by steam coils, electricity, or other approved means so that no flame shall be in contact with the storage tank The circulating system for the asphalt binder shall be designed to ensure proper and continuous circulation during the operating period A valve for the purpose of sampling the asphalt binder shall be placed in either the storage tank or in the supply line to the mixer. 2 Thermometric Equipment — An armored thermometer, capable of detecting temperature ranges expected in the HMA mix, shall be fixed in the asphalt binder feed line at a location near the charging valve at the mixer unit. The thermometer location shall be convenient and safe for access by Inspectors The plant shall also be equipped with an approved dial -scale thermometer, a mercury actuated thermometer, an electric pyrometer, or another approved thermometric instrument placed at the discharge chute of the drier to automatically register or indicate the temperature of the heated aggregates This device shall be in full view of the plant operator. 3. Heating of Asphalt Binder — The temperature of the asphalt binder shall not exceed the maximum recommended by the asphalt binder manufacturer The asphalt binder shall be heated in a manner that will avoid local variations in heating. The heating method shall provide a continuous supply of asphalt binder to the mixer at a uniform average temperature with no individual variations exceeding 25°F Also, when a WMA additive is included in the asphalt binder, the temperature of the asphalt binder shall not exceed the maximum recommended by the manufacturer of the WMA additive 4 Sampling and Testing of Mineral Materials — The HMA plant shall be equipped with a mechanical sampler for the sampling of the mineral materials The mechanical sampler shall meet the requirements listed below for the crushing and screening operation The Contractor shall provide for the setup and operation of the field testing facilities of the Contracting Agency In any crushing or screening operation, the Contractor shall provide and install a mechanical sampler that: 1 Is automatic or semi-automatic, G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.Docx 9-38 2. Can safely and easily obtain representative samples of the materials being produced; 3 Can convey the samples to ground level in Contracting Agency -provided sacks, 4. Moves at an even rate through the full width of the materials stream falling from the discharge end of the belt, gate, or chute, 5. Is power driven during the material intercept cycle; and 6. Can be adjusted to take samples of about 100 pounds as often as the Engineer requires. No material from the crushing or screen operation will be accepted until after the Engineer has approved the design and operation of the sampling equipment. The Contractor shall bear all costs of providing the sampling equipment, the power to operate it, and the space for its use 5 Sampling HMA — The HMA plant shall provide for sampling HMA by one of the following methods: a. A mechanical sampling device attached to the HMA plant. b. Platforms or devices to enable sampling from the hauling vehicle without entering the hauling vehicle 6 Equipment for Processing RAP and RAS — When producing HMA for mix designs with greater than 20 percent RAP by total weight of HMA or any amount of RAS the HMA plant shall be equipped with screens or a lump breaker to eliminate oversize RAP/RAS particles from entering the pug mill or rum mixer 4-01.3(2) Hauling Equipment Trucks used for hauling HMA shall have tight, clean, smooth metal beds and shall have a cover of canvas or other suitable material of sufficient size to protect the mixture from adverse weather. Whenever the weather conditions during the work shift include, or are forecast to include, precipitation or an air temperature less than 45°F, the cover shall be securely attached to protect the HMA. In order to prevent the HMA mixture from adhering to the hauling equipment, truck beds are to be sprayed with an environmentally benign release agent. Excess release agent shall be drained prior to filling hauling equipment with HMA. Petroleum derivatives or other coating material that contaminate or alter the characteristics of the HMA shall not be used. For hopper trucks, the conveyer shall be in operation during the process of applying the release agent. 4-01.3(3) Hot Mix Asphalt Pavers HMA pavers shall be self-contained, power -propelled units, provided with an internally heated vibratory screed and shall be capable of spreading and finishing courses of HMA plant mix material in lane widths required by the paving section shown in the Plans Prior to the use of any HMA paver, the Contractor shall certify the paver is equipped with the most current equipment available from the manufacturer for the prevention of the segregation of the coarse aggregate particles The certification shall list the make, model, and year of the paver and any equipment that has been retrofitted to the paver. The screed shall be operated in accordance with the manufacturer's recommendations and shall effectively produce a finished surface of the required evenness and texture without tearing, shoving, segregating, or gouging the mixture A copy of the manufacturer's recommendations shall be provided upon request by the Contracting Agency Extensions will be allowed provided they produce the same results, including ride, density, and surface texture as obtained by the primary screed. Extensions without augers and an internally heated vibratory screed shall not be used in the Traveled Way. G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.Docx 9-39 The paver shall be equipped with automatic screed controls with sensors for either or both sides of the paver The controls shall be capable of sensing grade from an outside reference line, sensing the transverse slope of the screed, and providing automatic signals that operate the screed to maintain the desired grade and transverse slope. The sensor shall be constructed so it will operate from a reference line or a mat referencing device. The transverse slope controller shall be capable of maintaining the screed at the desired slope within plus or minus 0 1 percent. The paver shall be equipped with automatic feeder controls, properly adjusted to maintain a uniform depth of material ahead of the screed Manual operation of the screed will be permitted in the construction of irregularly shaped and minor areas These areas include, but are not limited to, gore areas, road approaches, tapers and left -turn channelizations. When specified in the Contract, reference lines for vertical control will be required Lines shall be placed on both outer edges of the Traveled Way of each Roadway Horizontal control utilizing the reference line will be permitted The grade and slope for intermediate lanes shall be controlled automatically from reference lines or by means of a mat referencing device and a slope control device When the finish of the grade prepared for paving is superior to the established tolerances and when, in the opinion of the Engineer, further improvement to the line, grade, cross-section, and smoothness can best be achieved without the use of the reference line, a mat referencing device may be substituted for the reference line Substitution of the device will be subject to the continued approval of the Engineer A joint matcher may be used subject to the approval of the Engineer The reference line may be removed after the completion of the first course of HMA when approved by the Engineer Whenever the Engineer determines that any of these methods are failing to provide the necessary vertical control, the reference lines will be reinstalled by the Contractor The Contractor shall furnish and install all pins, brackets, tensioning devices, wire, and accessories necessary for satisfactory operation of the automatic control equipment. If the paving machine in use is not providing the required finish, the Engineer may suspend Work as allowed by Section 50 Any cleaning or solvent type liquids spilled on the pavement shall be thoroughly removed before paving proceeds 4-01.3(3)A Material Transfer DeviceNehicle Not used. 4-01.3(4) Rollers Rollers shall be of the steel wheel, vibratory, or pneumatic tire type, in good condition and capable of reversing without backlash. Operation of the roller shall be in accordance with the manufacturer's recommendations When ordered by the Engineer for any roller planned for use on the project, the Contractor shall provide a copy of the manufacturer's recommendation for the use of that roller for compaction of HMA. The number and weight of rollers shall be sufficient to compact the mixture in compliance with the requirements of this Specification The use of equipment that results in crushing of the aggregate will not be permitted. Rollers producing pickup, washboard, uneven compaction of the surface, displacement of the mixture or other undesirable results shall not be used 4-01.3(5) Conditioning of Existing Surface When the surface of the existing pavement or old base is irregular, the Contractor shall bring it to a uniform grade and cross-section as shown on the Plans or approved by the Engineer Preleveling of uneven or broken surfaces over which HMA is to be placed may be accomplished by using an asphalt paver, a motor patrol grader, or by hand raking, as approved by the Engineer. 4-01.3(5)A Preparation of Existing Surfaces Before construction of HMA on an existing paved surface, the entire surface of the pavement shall be clean All fatty asphalt patches, grease drippings, and other objectionable matter shall be entirely removed from the existing pavement. All pavements or bituminous surfaces shall be thoroughly cleaned of dust, soil, G \PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.Docx 9-40 pavement grindings, and other foreign matter. All holes and small depressions shall be filled with an appropriate class of HMA. The surface of the patched area shall be leveled and compacted thoroughly. A tack coat of asphalt shall be applied to all paved surfaces on which any course of HMA is to be placed or abutted Tack coat shall be uniformly applied to cover the existing pavement with a thin film of residual asphalt free of streaks and bare spots. A heavy application of tack coat shall be applied to all joints. For Roadways open to traffic, the application of tack coat shall be limited to surfaces that will be paved during the same working shift. The spreading equipment shall be equipped with a thermometer to indicate the temperature of the tack coat material. Equipment shall not operate on tacked surfaces until the tack has broken and cured. If the Contractor's operation damages the tack coat it shall be repaired prior to placement of the HMA. Unless otherwise approved by the Engineer, the tack coat shall be per Item P-603. 4-01.3(5)B Preparation of Untreated Roadway Not used 4-01.3(5)C Crack Sealing Not used. 4-01.3(5)D Soil Residual Herbicide Not used. 4-01.3(5)E Pavement Repair Not used 4-01.3(7) Preparation of Aggregates The aggregates, RAP and RAS shall be stockpiled according to the requirements of Section 3-02. Sufficient storage space shall be provided for each size of aggregate, RAP and RAS The Contractor may uniformly blend fine aggregate or RAP with the RAS as a method of preventing the agglomeration of RAS particles The aggregates, RAP and RAS shall be removed from stockpile(s) in a manner to ensure minimal segregation when being moved to the HMA plant for processing into the final mixture. Different aggregate sizes shall be kept separated until they have been delivered to the HMA plant. 4-01.3(7)A Mix Design 4-01.3(7)A1 General An approved mix design, listed on the Qualified Products List (QPL), is required for all HMA paving The Contractor shall develop a mix design prior to the initial production of HMA and no more than 3 months prior to submitting for QPL evaluation. The mix design shall be developed in accordance with WSDOT Standard Operating Procedure 732 and meet the requirements of this section. Mix designs shall be submitted by the Contractor to the WSDOT State Materials Laboratory on WSDOT Form 350-042EF. If the mix design is approved it will be listed on the QPL for up to 24 consecutive months. Mix designs not listed on the QPL or past the 24 -month approved period shall not be used After a mix design has been on the QPL for 12 months the listing will be extended provided the Contractor submits a certification letter to the Qualified Products Engineer verifying that the aggregate and asphalt binder have not changed. The Contractor may submit the certification one month prior to expiration of the mix design approval. Within 7 calendar days of receipt of the Contractor's certification the QPL will be updated The maximum duration for approval of a mix design and listing on the QPL will be 24 months from the date of initial approval or as approved by the Engineer G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.Docx 9-41 Changes to the job mix formula of a mix design may require the development of a new mix design and resubmittal for QPL approval. Changes to aggregate that may require a new mix design include the source of material or a change in the percentage of material from a stockpile greater than 5 percent. Changes to the percentage of material from a stockpile will be calculated exclusive of the RAP content for mix designs with 20 percent RAP or less by total weight of HMA. Changes to asphalt binder that may require a new mix design include the source of the crude petroleum supplied to the refinery, the refining process, and additives or modifiers in the asphalt binder The Contractor shall include the brand and type of anti -stripping additive in the mix design submittal and provide certification from the asphalt binder manufacture that the anti -stripping additive is compatible with the crude source and formulation of asphalt binder proposed in the mix design All changes to anti -strip require the submittal of a new mix design for approval Mix designs with 20 percent RAP or less by total weight of HMA and no RAS will be completed without the inclusion of the RAP Once the RAP and RAS stockpiles have been constructed the Contractor shall extract, recover and test the asphalt residue from the RAP and RAS stockpiles to determine the percent of recycling agent and/or grade of new asphalt binder needed to meet the grade of asphalt binder required by the contract. The asphalt extraction testing shall be performed in accordance with AASHTO T 164 or ASTM D2172 using reagent grade trichloroethylene The asphalt recovery shall be performed in accordance with AASHTO R 59 or ASTM D1856 The recovered asphalt residue shall be tested in accordance with AASHTO R 29 to determine the asphalt binder grade in accordance with Section P-603 Once the recovered asphalt binder grade is determined the percent of recycling agent and/or grade of new asphalt binder shall be determined in accordance with ASTM D4887 The final blend of recycling agent, recovered and new asphalt shall be tested in accordance with AASHTO R 29. The final blended asphalt binder shall be the grade as required by the Contract and comply with the requirements of Section P-603 4-01.3(7)A2 Statistical or Nonstatistical Evaluation The Contractor shall submit WSDOT Form 350-041 EF to the Engineer for approval to use a mix design from the QPL The Contractor may include changes to the job mix formula that have been approved on other contracts The request to use a mix design from the QPL may be rejected if production of the HMA from another contract is not in compliance with Section 4-01 3(11)D The Contractor shall submit representative samples of the materials that are to be used in the HMA production to the State Materials Laboratory in Tumwater For HMA mix designs with 20 percent RAP or less by total weight of HMA and no RAS, the Contractor shall submit representative samples of the mineral materials that are to be used in the HMA production, the submittal of RAP samples is not required for these mix designs For HMA mix designs with greater than 20 percent RAP by total weight of HMA or any amount of RAS the Contractor shall submit representative samples of the mineral materials, RAP, RAS and 100 grams of recovered asphalt residue from the RAP and RAS that are to be used in the HMA production The Contracting Agency will use these samples to evaluate the mix design for approval on the QPL in accordance with WSDOT Standard Practice QC 8 4-01.3(7)A3 Commercial Evaluation Approval of a Commercial Evaluation mix design for listing on the QPL will be based on a review of the Contractor's submittal of WSDOT Form 350-042 for conformance to the requirements of this section. Testing of the HMA by the Contracting Agency for mix design approval is not required Mix designs for HMA with greater than 20 percent RAP by total weight of HMA are not allowed. For the Bid item, Commercial HMA, the Contractor shall select a class of HMA and design level of Equivalent Single Axle Loads (ESAL's) appropriate for the required use G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS Docx 9-42 4-01.3(8) Mixing After the required amount of mineral materials and asphalt binder have been introduced into the mixer, the HMA shall be mixed until complete and uniform coating of the particles and thorough distribution of the asphalt binder throughout the mineral materials is ensured. When discharged, the temperature of the HMA shall not exceed the optimum mixing temperature by more than 25°F as shown on the reference mix design report or as approved by the Engineer Also, when a WMA additive is included in the manufacture of HMA, the discharge temperature of the HMA shall not exceed the maximum recommended by the manufacturer of the WMA additive. A maximum water content of 2 percent in the mix, at discharge, will be allowed providing the water causes no problems with handling, stripping, or flushing. If the water in the HMA causes any of these problems, the moisture content shall be reduced as directed by the Engineer. Storing or holding of the HMA in approved storage facilities will be permitted during the daily operation but in no event shall the HMA be held for more than 24 hours HMA held for more than 24 hours after mixing shall be rejected Rejected HMA shall be disposed of by the Contractor at no expense to the Contracting Agency. The storage facility shall have an accessible device located at the top of the cone or about the third point. The device shall indicate the amount of material in storage. No HMA shall be accepted from the storage facility when the HMA in storage is below the top of the cone of the storage facility, except as the storage facility is being emptied at the end of the working shift. Recycled asphalt pavement (RAP) utilized in the production of HMA shall be sized prior to entering the mixer so that a uniform and thoroughly mixed HMA is produced. If there is evidence of the recycled asphalt pavement not breaking down during the heating and mixing of the HMA, the Contractor shall immediately suspend the use of the RAP until changes have been approved by the Engineer. After the required amount of mineral materials, RAP, RAS, new asphalt binder and asphalt rejuvenator have been introduced into the mixer the HMA shall be mixed until complete and uniform coating of the particles and thorough distribution of the asphalt binder throughout the mineral materials, RAP and RAS is ensured 4-01.3(8)A Acceptance Sampling and Testing — HMA Mixture 4-01.3(8)A1 General Acceptance of HMA shall be as provided under statistical, nonstatistical, or commercial evaluation. Acceptance of HMA by statistical evaluation is administered under the provisions of WSDOT Standard Practice QC -8 Quality Assurance Price Adjustments. 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 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. 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, temporary pavement, and pavement repair. Other nonstructural applications of HMA accepted by commercial evaluation shall be as approved by the Engineer Sampling and testing of HMA accepted by commercial evaluation will be at the option of the Engineer. The Proposal quantity of HMA that is accepted by commercial evaluation will be excluded from the quantities used in the determination of statistical and nonstatistical evaluation. The mix design will be the initial JMF for the class of HMA. The Contractor may request a change in the JMF. Any adjustments to the JMF will require the approval of the Engineer G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.Docx 9-43 4-01.3(8)A2 Aggregate For HMA accepted by statistical evaluation, the gradation of aggregates will be included in the statistical calculations for the HMA. For HMA accepted by either statistical or nonstatistical evaluation the aggregate properties of sand equivalent, uncompacted void content and fracture will be evaluated in accordance with WSDOT Standards These properties will not be included in the statistical evaluation of the HMA. Sampling and testing of aggregates for HMA accepted by commercial evaluation will be at the option of the Engineer 4-01.3(8)A3 Sampling The random sampling of HMA will be by WSDOT T 716. Samples for acceptance testing shall be obtained by the Contractor when ordered by the Engineer The Contractor shall sample the HMA mixture in the presence of the Engineer and in accordance with FOP for AASHTO T 168 4-01.3(8)A4 Definition of Sampling Lot and Sublot 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 All of the test results obtained from the acceptance samples from a given lot shall be evaluated collectively If the Contractor requests a change to the JMF that is approved, the material produced after the change will be evaluated on the basis of the new JMF for the remaining sublots in the current lot and for acceptance of subsequent lots For a lot in progress with a CPF less than 0 75, a new lot will begin at the Contractor's request after the Engineer is satisfied that material conforming to the Specifications can be produced Sampling and testing for statistical and nonstatistical evaluation shall be performed on the frequency of one sample per sublot. The sublots shall be approximately uniform in size with a maximum sublot size based on original Plan quantity tons as specified in the following table The quantity of material represented by the final sublot for either statistical or nonstatistical evaluation may be increased to a maximum of two times the sublot quantity calculated Should a lot accepted by statistical evaluation contain fewer than three sublots, the HMA will be accepted in accordance with nonstatistical evaluation HMA_ .° =Original 4..PlanSublot'Siie.(tons) <20,000 1,000 20,000 to 30,000 1,500 >30,000 2,000 4-01.3(8)A5 Test Results The results of all acceptance testing performed in the field and the Composite Pay Factor (CPF) of the lot after three sublots have been tested will be available to the Contractor through WSDOT's website The Contractor may request a sublot be retested To request a retest, the Contractor shall submit a written request within 7 calendar days after the specific test results have been posted to the website. 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 Engineer The split of the sample will not be tested with the same equipment or by the same tester that ran the original acceptance test. The sample will be tested for a complete gradation analysis, asphalt binder content, and Va, and the results of the retest will be used for the acceptance of the HMA in place of the original sublot sample test results 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 sample 4-01.3(8)A6 Test Methods Testing of HMA for compliance of volumetric design will be by WSDOT SOP 731 Testing for compliance of asphalt binder content will be by FOP for AASHTO T 308. Testing for compliance of gradation will be by WSDOT FOP for WAQTC T 27/T 11 G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.Docx 9-44 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 4-01.3(8)A7 Test Section — HMA Mixtures For each class of HMA accepted by statistical evaluation with 20 percent RAP or less by total weight of HMA and no RAS the Contractor may request a single test section to determine whether the mixture meets the requirements of Section SP -401. For each HMA mix design accepted by statistical evaluation with greater than 20 percent RAP by weight of HMA or any amount of RAS, the Contractor shall construct a test section to determine whether the mixture meets the requirements of Section SP -401. Test sections shall be constructed at the beginning of paving and will be at least 600 tons and a maximum of 1,000 tons or as approved by the Engineer. For a test section to be acceptable the pay factor (PF) for gradation, asphalt binder and Va shall be 0 95 or greater for each constituent and the remaining test requirements in Section SP -401 (fracture, uncompacted void, sand equivalent, dust/asphalt ratio, Hamburg and IDT) shall conform to the requirements of that section. No further wearing or leveling HMA will be paved on any of the four calendar days following construction of the test section The mixture in the test section will be evaluated as a lot with a minimum of three sublots required. If more than one test section is required, each test section shall be a separate lot. 4-01.3(9) Spreading and Finishing The mixture shall be laid upon an approved surface, spread, and struck off to the grade and elevation established. HMA pavers shall be used to distribute the mixture Unless otherwise directed by the Engineer, the nominal compacted depth of any layer of any course shall not exceed the following• HMA Class 3/" and HMA Class %' wearing course other courses 0.30 feet 0.35 feet On areas where irregularities or unavoidable obstacles make the use of mechanical spreading and finishing equipment impractical, the paving may be done with other equipment or by hand When more than one JMF is being utilized to produce HMA, the material produced for each JMF shall be placed by separate spreading and compacting equipment. The intermingling of HMA produced from more than one JMF is prohibited. Each strip of HMA placed during a work shift shall conform to a single JMF established for the class of HMA specified unless there is a need to make an adjustment in the JMF. 4-01.3(10) Compaction 4-01.3(10)A General Immediately after the HMA has been spread and struck off, and after surface irregularities have been adjusted, the mix shall be thoroughly and uniformly compacted. The completed course shall be free from ridges, ruts, humps, depressions, objectionable marks, and irregularities and shall conform to the line, grade, and cross-section shown in the Plans Compaction shall take place when the mixture is in the proper condition so that no undue displacement, cracking, or shoving occurs. Areas inaccessible to large compaction equipment shall be compacted by mechanical or hand tampers Any HMA that becomes loose, broken, contaminated, shows an excess or deficiency of asphalt, or is in any way defective, shall be removed and replaced with new hot mix that shall be immediately compacted to conform to the surrounding area. The type of rollers to be used and their relative position in the compaction sequence shall generally be the Contractor's option, provided the specified densities are attained. An exception shall be that pneumatic tired rollers shall be used for compaction of the wearing course beginning October 1st of any year through March 31st of the following year. Coverage with a steel wheel roller may precede pneumatic tired rolling Unless the Engineer has approved otherwise, rollers shall only be operated in the static mode when the internal temperature of the mix is less than 175°F. Regardless of mix temperature, a roller shall not be operated in a mode that results in checking or cracking of the mat. Rollers shall only be operated in static mode on bridge decks G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.Docx 9-45 4-01.3(10)B Control 4-01.3(10)B1 General HMA mixture accepted by statistical or nonstatistical evaluation that is used in traffic lanes, including lanes for ramps, truck climbing, weaving, and speed change, and having a specified compacted course thickness greater than 0 10 -foot, shall be compacted to a specified level of relative density The specified level of relative density shall be a Composite Pay Factor (CPF) of not less than 0.75 when evaluated in accordance with the WSDOT Construction Manual, using a minimum of 91 percent of the maximum density. The percent of maximum density shall be determined by WSDOT FOP for AASHTO T 729 when using the nuclear density gauge and WSDOT SOP 736 when using cores to determine density The specified level of density attained will be determined by the statistical evaluation of the density of the pavement. The density of the pavement shall be determined in accordance with WSDOT FOP for WAQTC TM 8 when using the nuclear density gauge and WSDOT SOP 736 when using cores to determine density Tests for the determination of the pavement density will be taken in accordance with the required procedures for measurement by a nuclear density gauge or roadway cores after completion of the finish rolling If the Contracting Agency uses a nuclear density gauge to determine density the test procedures FOP for WAQTC TM 8 and WSDOT SOP T 729 will be used on the day the mix is placed Roadway cores for density may be obtained by either the Contracting Agency or the Contractor in accordance with WSDOT SOP 734. The core diameter shall be 4 -inches unless otherwise approved by the Engineer Roadway cores will be tested by the Contracting Agency in accordance with WSDOT FOP for AASHTO T 166 If the Contract includes the Bid item "Roadway Core" the cores shall be obtained by the Contractor in the presence of the Engineer on the same day the mix is placed and at locations designated by the Engineer If the Contract does not include the Bid item "Roadway Core" the Contracting Agency will obtain the cores 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. Sublots will be uniform in size with a maximum sublot size based on original Plan quantity tons of HMA as specified in the table below The sublot locations within each density lot will be determined by the stratified random sampling procedure conforming to WSDOT T 716 For a lot in progress with a CPF less than 0 75, a new lot will begin at the Contractor's request after the Engineer is satisfied that material conforming to the Specifications can be produced. HMA,Origirial,Plan'Quantity."(toris) " '✓". Sutilot Size (tori) - ' <20,000 100 20,000 to 30,000 150 >30,000 200 HMA mixture accepted by commercial evaluation and HMA constructed under conditions other than those listed above shall be compacted on the basis of a test point evaluation of the compaction train. The test point evaluation shall be performed in accordance with instructions from the Engineer The number of passes with an approved compaction train, required to attain the maximum test point density, shall be used on all subsequent paving. HMA for preleveling shall be thoroughly compacted. HMA that is used for preleveling wheel rutting shall be compacted with a pneumatic tire roller unless otherwise approved by the Engineer. 4-01.3(10)B2 Cyclic Density The Engineer may also evaluate the HMA for low cyclic density of the pavement in accordance with WSDOT SOP 733. Low cyclic density areas are defined as spots or streaks in the pavement that are less than 90 percent of the reference maximum density Any area tested for density under Section 5-04.3(10)B1 will be included in this evaluation A $500 price adjustment will be assessed for any 500 -foot section with two or more density readings below 90 percent of the reference maximum density G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS Docx 9-46 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 4-01.3(10)63 Test Results The results of all compaction acceptance testing and the CPF of the lot after three sublots have been tested will be available to the Contractor through WSDOT's website. Determination of the relative density of the HMA with a nuclear density gauge requires a correlation factor and may require resolution after the correlation factor is known When a core is taken for gauge correlation at the location of a sublot, the relative density of the core will be used for the sublot test result and is exempt from retesting Acceptance of HMA compaction will be based on the statistical evaluation and CPF so determined. For a sublot that has been tested with a nuclear density gauge that did not meet the minimum of 91 percent of the reference maximum density in a compaction lot with a CPF below 1.00 and thus subject to a price reduction or rejection, the Contractor may request that a core be used for determination of the relative density of the sublot. The relative density of the core will replace the relative density determined by the nuclear density gauge for the sublot and will be used for calculation of the CPF and acceptance of HMA compaction lot. When cores are taken by the Contracting Agency at the request of the Contractor, they shall be requested by noon of the next workday after the test results for the sublot have been provided or made available to the Contractor Traffic control shall be provided by the Contractor as requested by the Engineer Failure by the Contractor to provide the requested traffic control will result in forfeiture of the request for cores When the CPF for the lot based on the results of the HMA cores is less than 1 00, the cost for the coring will be deducted from any monies due or that may become due the Contractor under the Contract at the rate of $200 per core and the Contractor shall pay for the cost of the traffic control 4-01.3(11) Reject Work 4-01.3(11)A General Work that is defective or does not conform to Contract requirements shall be rejected 4-01.3(11)B Rejection by Contractor The Contractor may, prior to sampling, elect to remove any defective material and replace it with new material Any such new material will be sampled, tested, and evaluated for acceptance 4-01.3(11)C Rejection Without Testing The Engineer may, without sampling, reject any batch, load, or section of Roadway that appears defective. Material rejected before placement shall not be incorporated into the pavement. Any rejected section of Roadway shall be removed. No payment will be made for the rejected materials or the removal of the materials unless the Contractor requests that the rejected material be tested. If the Contractor elects to have the rejected material tested, a minimum of three representative samples will be obtained and tested. Acceptance of rejected material will be based on conformance with the statistical acceptance Specification If the CPF for the rejected material is less than 0.75, no payment will be made for the rejected material; in addition, the cost of sampling and testing shall be borne by the Contractor. If the CPF is greater than or equal to 0.75, the cost of sampling and testing will be borne by the Contracting Agency. If the material is rejected before placement and the CPF is greater than or equal to 0.75, compensation for the rejected material will be at a CPF of 0.75. If rejection occurs after placement and the CPF is greater than or equal to 0.75, compensation for the rejected material will be at the calculated CPF with an addition of 25 percent of the unit Contract price added for the cost of removal and disposal 4-01.3(11)D General HMA that has been rejected is subject to replacement at no cost to the owner. G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.Docx 9-47 4-01.3(11)D1 A Partial Sublot In addition to the random acceptance sampling and testing, the Engineer may also isolate from a normal sublot any material that is suspected of being defective in relative density, gradation or asphalt binder content Such isolated material will not include an original sample location A minimum of three random samples of the suspect material will be obtained and tested The material will then be statistically evaluated as an independent lot. 4-O1.3(11)D2 An Entire Sublot An entire sublot that is suspected of being defective may be rejected When a sublot is rejected a minimum of two additional random samples from this sublot will be obtained. These additional samples and the original sublot will be evaluated as an independent lot. 4-O1.3(11)D3 A Lot in Progress The Contractor shall shut down operations and shall not resume HMA placement until such time as the Engineer is satisfied that material conforming to the Specifications can be produced. 1 When the Composite Pay Factor (CPF) of a lot in progress drops below 1 00 and the Contractor is taking no corrective action, or 2 When the Pay Factor (PF) for any constituent of a lot in progress drops below 0.95 and the Contractor is taking no corrective action, or 3 When either the PFi for any constituent or the CPF of a lot in progress is less than 0 75 4-O1.3(11)D4 An Entire Lot An entire lot with a CPF of less than 0.75 will be rejected 4.01.3(12) Joints 4.O1.3(12)A Transverse Joints The Contractor shall conduct operations such that the placing of the top or wearing course is a continuous operation or as close to continuous as possible Unscheduled transverse joints will be allowed and the roller may pass over the unprotected end of the freshly laid mixture only when the placement of the course must be discontinued for such a length of time that the mixture will cool below compaction temperature When the Work is resumed, the previously compacted mixture shall be cut back to produce a slightly beveled edge for the full thickness of the course A temporary wedge of HMA constructed on a 5OH 1V shall be constructed where a transverse joint as a result of paving or planing is open to traffic The HMA in the temporary wedge shall be separated from the permanent HMA by strips of heavy wrapping paper or other methods approved by the Engineer The wrapping paper shall be removed and the joint trimmed to a slightly beveled edge for the full thickness of the course prior to resumption of paving The material that is cut away shall be wasted and new mix shall be laid against the cut. Rollers or tamping irons shall be used to seal the joint. 4.01.3(12)B Longitudinal Joints The longitudinal joint in any one course shall be offset from the course immediately below by not more than 6 inches nor less than 2 inches All longitudinal joints constructed in the wearing course shall be located at a lane line or an edge line of the Traveled Way A notched wedge joint shall be constructed along all longitudinal joints in the wearing surface of new HMA unless otherwise approved by the Engineer The notched wedge joint shall have a vertical edge of not less than the maximum aggregate size or more than 1/2 of the compacted lift thickness and then taper down on a slope not steeper than 4H 1V The sloped portion of the HMA notched wedge joint shall be uniformly compacted G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS Docx 9-48 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 On one -lane ramps a longitudinal joint may be constructed at the center of the traffic lane, subject to approval by the Engineer, if: 1. The ramp must remain open to traffic, or 2. The ramp is closed to traffic and a hot -lap joint is constructed a. If a hot -lap joint is allowed at the center of the traffic lane, two paving machines shall be used. When HMA is placed adjacent to cement concrete pavement, the Contractor shall construct longitudinal joints between the HMA and the cement concrete pavement. The joint shall be sawed to the dimensions shown on Standard Plan A-40.10 and filled with joint sealant meeting the requirements of Section 9-04.2 4.01.3(13) Surface Smoothness The completed surface of all courses shall be of uniform texture, smooth, uniform as to crown and grade, and free from defects of all kinds. The completed surface of the wearing course shall not vary more than %e inch from the lower edge of a 10 -foot straightedge placed on the surface parallel to the centerline The transverse slope of the completed surface of the wearing course shall vary not more than 1/4 inch in 10 feet from the rate of transverse slope shown in the Plans. When deviations in excess of the above tolerances are found that result from a high place in the HMA, the pavement surface shall be corrected by one of the following methods: 1 Removal of material from high places by grinding with an approved grinding machine, or 2. Removal and replacement of the wearing course of HMA, or 3 By other method approved by the Engineer Correction of defects shall be carried out until there are no deviations anywhere greater than the allowable tolerances. 4.01.3(14) HMA Road Approaches HMA approaches shall be constructed at the locations shown in the Plans or where staked by the Engineer. 4.01.3(15) Weather Limitations HMA for wearing course shall not be placed on any Traveled Way beginning October 1st through March 31st of the following year without written approval from the Engineer Asphalt for prime coat shall not be applied when the ground temperature is lower than 50°F without written approval of the Engineer. HMA shall not be placed on any wet surface, or when the average surface temperatures are less than those specified in the following table, or when weather conditions otherwise prevent the proper handling or finishing of the bituminous mixtures Surface TemperatureLimitation Compacted ThicknessWearingCourse Other Courses Less than 0.10 55°F 45°F 0.10 to 0.20 45°F 35°F More than 0.20 35°F 35°F G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.Docx 9-49 4.01.3(16) Paving Under Traffic Not used. 4.01.3(17) Sealing of Pavement Surfaces Not used 4.01.3(18) Anti -Stripping Additive Anti -stripping additive shall be added to the liquid asphalt by the asphalt supplier prior to shipment to the asphalt mixing plant. Anti -stripping additive shall be added in the amount designated on the QPL for the mix design Anti -strip is not required for temporary work that will be removed prior to Completion. 4-04.4(1) Price Adjustments for Quality of HMA Mixture Statistical analysis of quality of gradation and asphalt content will use the following price adjustment factors. 1 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 tolerance limits in this section, the lot shall be evaluated in accordance with the section 4- 04.4(1)A 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 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 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 (CPF) 4-04.4(1)A Acceptance of Materials — Samples and Tests for Acceptance The Contractor shall deliver representative samples (from the Contractor, Producer, or Fabricator) to the Engineer without charge before incorporating material into the Work. In providing samples, the Contractor shall provide the Engineer with sufficient time and quantities for testing before use. The Engineer may require samples at any time. Samples not taken by or in the presence of the Engineer will not be accepted for test, unless the Engineer permits otherwise The Contractor shall designate specific Contractor employees as points of contact for concrete testing and acceptance. Alternates shall be designated to ensure that direct contact is maintained during concrete placement. If designated by the Contractor to the Engineer, the concrete supplier will receive all 28 -day concrete strength test results The Project Engineer will designate specific Contracting Agency employees as points of contact for concrete testing and acceptance The Contractor may observe any of the sampling and testing performed by the Engineer If the Contractor observes a deviation from the specified sampling and testing procedures, the Contractor shall verbally describe the deviations observed to the Engineer or designated representative immediately, and shall confirm these observed deviations in writing to the Engineer within 24 hours, referencing the specific procedures and steps The Engineer will respond in writing within 3 working days of the receipt of the Contractor' s written communications G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.Docx 9-50 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 All field and Laboratory materials testing by the Engineer will follow methods described in Contract. documents, or in the WSDOT Materials Manual M 46-01, using qualified testing personnel and calibrated or verified equipment. The standard or tentative standard in effect on the Bid advertising date will apply in each case. Revisions to the WSDOT Materials Manual M 46-01 or revisions to other Specifications or test methods such as AASHTO, ASTM, or Federal Specifications will be considered as in effect 60 calendar days after publication 4-04.4(1)B Price Adjustments for Quality of HMA Compaction For each compaction control lot with one or two sublots, having all sublots attain a relative density that is 91 percent of the reference maximum density the HMA shall be accepted at the unit Contract price with no further evaluation When a sublot does not attain a relative density that is 91 percent of the reference maximum density, the lot shall be evaluated in accordance with Section 4-04 4(1)B to determine the appropriate CPF. Additional testing by either a nuclear moisture -density gauge or cores will be completed as required to provide a minimum of three tests for evaluation For each compaction control lot with three or more sublots, a Compaction Incentive Price Adjustment Factor (CIPAF) will be determined The CIPAF equals the algebraic difference of the CPF minus 1.00 multiplied by 40 percent. The Compaction Price Adjustment will be calculated as the product of CIPAF, the quantity of HMA in the compaction control lot in tons, and the unit Contract price per ton of mix. 4-01.4(2) Performance Graded Asphalt Binder (PGAB) PGAB meeting the requirements of AASHTO M320 Table 1 of the grades specified in the Contract shall be used in the production of HMA. For HMA with greater than 20 percent RAP by total weight of HMA or any amount of RAS the new asphalt binder, recycling agent and recovered asphalt (RAP and/or RAS) when blended in the proportions of the mix design shall meet the PGAB requirements of AASHTO M320 Table 1 for the grade of asphalt binder specified by the Contract. In addition to AASHTO M320 Table 1 specification requirements, all performance grade (PG) asphalt binders shall meet the following requirements: 1. Elastic Recovery @ 25°C ± 0.5°C. 2 Specimen conditioned in accordance with AASHTO T 240 — RTFO 4-01.4(3) Anti -Stripping Additive Anti -stripping additive shall be a product listed in the current WSDOT Qualified Products List (QPL) G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.Docx 9-51 Additional Requirements by Performance Grade (PG) Asphalt Binders Property Test Method PG 64-28 RTFO Residue* Elastic Recovery' AASHTO T 3012 60% min. 1. Elastic Recovery @ 25°C ± 0.5°C. 2 Specimen conditioned in accordance with AASHTO T 240 — RTFO 4-01.4(3) Anti -Stripping Additive Anti -stripping additive shall be a product listed in the current WSDOT Qualified Products List (QPL) G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.Docx 9-51 4-01.4(4) Aggregate for Bituminous Surface Treatment 4-01.4(4)A General Requirements Aggregate for bituminous surface treatment shall be manufactured from ledge rock, talus, or gravel, from a WSDOT approved material source, which meets the following test requirements Los Angeles Wear, 500 Rev. 35% max. Degradation Factor 30 min 4-01.4(4)B Grading and Quality Aggregate for bituminous surface treatment shall conform to the requirements in the table below for grading and quality The particular type or grading to be used shall be as shown in the Plans All percentages are by weight. The material shall meet the requirements for grading and quality when placed in hauling vehicles for delivery to the roadway, or during manufacture and placement into a temporary stockpile The exact point of acceptance will be determined by the Engineer Crushed Screening Percent Passing %"-No 4 1/2" -No 4 %"-No 4 No 4-0 1" 99-100 3/4" 95-100 99-100 %" 95-100 99-100 '/z" 0-20 90-100 99-100 %" 0-5 60-85 70-90 99-100 No 4 0-10 0-3 0-5 76-100 No 10 0-3 30-60 No 200 0-1 5 0-1.5 0-1 5 0-1 5 0-10 0 % fracture, by weight, min 90 90 90 90 90 All percentages are by weight. The fracture requirement shall be at least one fractured face and will apply to the combined aggregate retained on the No 4 sieve in accordance with FOP for AASHTO T 335 The finished product shall be clean, uniform in quality, and free from wood, bark, roots, and other deleterious materials. Crushed screenings shall be substantially free from adherent coatings The presence of a thin, firmly adhering film of weathered rock shall not be considered as coating unless it exists on more than 50 percent of the surface area of any size between successive laboratory sieves The portion of aggregate for bituminous surface treatment retained on a No 4 sieve shall not contain more than 0 1 percent deleterious materials by weight. 401.4(4)C Mineral Filler Mineral filler, when used in HMA mix, shall conform to the requirements of AASHTO M 17 401.4(4)D Gradation — Recycled Asphalt Pavement and Mineral Aggregate The gradation for the new aggregate used in the production of the HMA shall be the responsibility of the Contractor, and when combined with recycled material, the combined material shall meet the gradation Specification requirements for the specified Class HMA as listed in Section SP -401 or as shown in the Special Provisions The new aggregate shall meet the general requirements listed in Section SP -401 No contamination by deleterious materials shall be allowed in the old asphalt concrete used. G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.Docx 9-52 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 When any amount of RAS is used in the production of HMA the RAS shall be milled, crushed or processed to ensure that 100 percent of the material passes the % inch sieve Extraneous materials in RAS such as metals, glass, rubber, soil, brick, tars, paper, wood and plastic shall not exceed 2.0 percent by mass as determined on material retained on the No. 4 sieve. 4-01.4(4)E HMA Test Requirements Aggregate for HMA shall meet the following test requirements: 1. Vacant 2 The fracture requirements for the combined coarse aggregate shall apply to the material retained on the No 4 sieve and above, when tested in accordance with FOP for AASHTO T 335. ESAL's (millions) # Fractured Faces % Fracture < 10 1 or more 90 _> 10 2 or more 90 3. The uncompacted void content for the combined fine aggregate is tested in accordance with FOP for AASHTO T 304, Method A. The minimum percent voids shall be as required in the following table Traffic HMA Evaluation ESAL's (millions) Statistical and Nonstiatistical Commercial < 3 40 40 > 3 44 40 4 The minimum sand equivalent for the aggregate shall be 45 The mix design shall produce HMA mixtures when combined with RAP, RAS, coarse and fine aggregate within the limits set forth in SP -401 and mixed in the laboratory with the designated grade of asphalt binder, using the Superpave gyratory compactor in accordance with FOP for AASHTO T 312, and at the required gyrations for N initial, N design, and N maximum with the following properties. 4.01.5 Measurement "HMA CI 1/2 -Inch PG 64-28 — Commercial, SP -401" will be measured by the Ton in accordance with this specification, with no deduction being made for the weight of asphalt binder, mineral filler, or any other component of the mixture. 4-01.6 Payment Payment will be made for at the unit contract price per Ton for "HMA CI 1/2 -Inch PG 64-28 — Commercial, SP -401" shall be for all labor, equipment, materials, and costs, including anti -stripping, additive, incurred to carry out the requirements of this subsection except for those costs included in other items which are included in this Subsection and which are included in the Proposal. END OF ITEM SP -401 G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.Docx 9-53 ITEM SP -450'— UNLIGHTED SIGNS 1.1 Unlighted Sign Qualification Procedures. Procedures for qualifying equipment to be furnished under the Federal grant assistance program for airports are in AC 150/5345-53, Airport Lighting Equipment Certification Program. 1.2 Unlighted Sign Visual Inspection. For this test: a Type L -858Y signs must have at least two message elements separated by a message divider. Type L -858R signs must have a legend, that, for example, reads, "18-36 " b Type L -858L signs must have a legend that, for example, reads "B." c. All signs must be examined for adherence to the requirements of this AC for 1. Dimensions, 2. Materials, 3. Finish, 4. Quality of workmanship. d. All signs must be viewed in daylight and at night from 800 ft. (244 m) The sign types, described in paragraph 1.2.1 of this document, must be readily identifiable e. Both the sign face and retroreflective material must have a smooth appearance and be free of any irregularities (except minor seams between retroreflective sheets) and sharp edges Unlighted signs shall meet the following requirements: 1. Sign panels must be made from aluminum, except when a tested lighted sign is used as an unlighted sign. 2 The aluminum sheet must be free from any laminations, blisters, open seams, pits, holes, or other defects. 3. The aluminum sheet thickness must be uniform and the fabricated sign blank flat to commercial standards. 4. All sign mounting hardware must be suitable for its intended purpose and protected from corrosion. 5. All sign screws, bolts, nuts, and washers, must be alloy SAE 304, 316, or 18-8 stainless steel. 6. An insulating material must be used between any aluminum and steel material in direct contact to prevent galvanic corrosion. 7 Retroreflective material(s) used must meet the requirements of ASTM D4956 (current version as of the issue date of this AC), Specification for Retroreflective Sheeting for Traffic Control, for Type III or Type IV sheeting G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.Docx 9-54 1.3 Unlighted Sign Wind Load and Frangibility Test. a Mode 1 unlighted signs or substitute lighted signs must be tested to withstand wind loads of 100 mph (161 kph) b A static force (equivalent to the specified wind velocity) of 0.23 psi (1.59 kPa) for mode 1 unlighted sign flat panel designs must be uniformly applied over the full surface of the legend panel for 10 minutes The sign must not break at the frangible points or suffer any permanent distortion c. The frangible points must break before the static force (equivalent to the specified wind velocity) applied to the legend panel reaches 0 9 psi (6.21 kPa) for Mode 1 unlighted flat panel designs 1.4 Unlighted Sign Low Temperature Test. a A low temperature test must be conducted under MIL -STD -810F, 1 January 2000, Method 502 4, Procedure II b Any required power adapter units (see paragraph 3.2.5 9c) must be included in the test. c The lowest operating temperature for Class 1 signs is -4° F (-20° C) d The lowest operating temperature for Class 2 signs is -40° F (-40° C). e. With the sign temperature stabilized at the lowest temperature, inspect the sign face for any damage, such as cracking, peeling, delaminating, and flaking f Any damage, including subparagraph c above, to the sign face or structure, is considered as a failed test and a cause for rejection. Failure to operate or failure to reach the luminance levels specified in paragraph 3.2.5 6 within 2 minutes after it is energized is also cause for rejection g. The sign must be re -stabilized at the lowest test temperature after an examination 1.5 Unlighted Sign High Temperature Test. a. A temperature shock test must be conducted for lighted signs using MIL -STD -810F, 1 January 2000, Method 503 4, Procedure II, Shock to/from Cyclic High Temperatures and include any required adapter units b The maximum environmental chamber temperature must be 131° F (+55° C). This test must immediately follow the low temperature test in paragraph 4 1 1 5. c The high temperature chamber must be preheated and stabilized at the maximum temperature before performing the test. 1 The sign must be transferred within 5 minutes or less from the low temperature chamber to the high temperature chamber. 2 When the sign temperature is stabilized at the maximum chamber hot temperature, inspect the sign face for any cracking, peeling, bubbling, delaminating, and flaking If any structural damage is evident, it is considered as a failed test and cause for rejection In addition, if a sign fails to operate, it is also considered as a test failure and a cause for rejection d After the sign cools to ambient temperature, re -inspect the sign face Any damage is considered as a failed test. G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.Docx 9-55 1.6 Unlighted Sign Solar Radiation Test. a. A solar radiation test must be conducted using MIL -STD -810F, 1 January 2000, Method 505.4, paragraph 4.4.2, Procedure II. b. The sign must be subjected to a minimum of 56 cycles. d At the end of the test, any evidence of structural damage, cracking, peeling, bubbling, flaking, delaminating or corrosion is considered as a failed test and a cause for rejection. 2. PRODUCTION All production sign panels must be inspected for compliance to the requirements of this AC for: a. dimensions b. materials, c. finish, d quality of workmanship, e visual presentation (data must be acceptable to 3rd party certification body) Panels using retroreflective material must also be inspected to ensure that it is smooth and free from irregularities with the exception of the panel joints in modular signs. All the panel joints of modular signs must be inspected to ensure they do not interfere with the legibility of the sign. 2.1 Method of Measurement. Measurement for "Permanent Signing" shall be per lump sum. This lump sum includes full compensation for all labor, equipment, tools and materials necessary to furnish and install a complete and operational sign including, but not necessarily limited to, excavation, concrete sign base, and backfill and compaction as shown on the Plans and as specified 2.2 Basis of Payment. Payment for "Permanent Signing" per lump sum shall be full compensation for all labor, tools, equipment, and materials to furnish and install the signs at the locations shown on the plans and as specified herein. END OF ITEM SP -450 G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.Docx 9-56 ITEM SP -500 — CANTILEVER SLIDE GATES 1.01 SECTION INCLUDES: A. The work in this section shall include furnishing all labor, materials, equipment and appliances necessary to complete all cantilever slide gate systems required for this project in strict accordance with this specification section and drawings. The gate and operator shall be specifically designed to complement each other as a system and be provided by a single manufacturer 1.02 REFERENCES: A. UL 325 Gate Operator Requirements B. ASTM F 2200 — Standard Specification for Automated Vehicular Gate Construction. C ASTM F 1184 — Standard Specification for Industrial and Commercial Horizontal Slide Gates, Type II, Class 2. D. American Welding Society AWS D1.2 Structural Welding Code 1.03 SUBMITTAL: A. Product Data. 1 Provide manufacturer's catalog cuts with printed specifications and installation instructions 2. Deliver two copies of operation and maintenance data covering the installed products. Manual to include parts list showing manufacturer's names and part numbers for the gate operator B. Shop Drawings. 1. Supply shop drawings showing the relationship of operating systems with gate components, including details of all major components. 2 Include complete details of gate construction, gate height and post spacing dimensions 3. Supply wiring diagrams for gate operator. C. Certification of Performance Criteria. 1. Manufacturer of gate system shall provide certification stating the gate system meets the requirements set forth in this document. Alternate designs built to minimum standards that do not include these additional structural features shall not be accepted unless approved in writing by the Engineer. a Gate shall have a minimum counterbalance length of 40% opening width. The counterbalance section shall be filled with fabric. b To provide superior structural integrity, intermediate vertical members shall be used - with spacing between verticals to be less than 50% of the gate frame height. c Gate truck assemblies shall be tested for continuous duty and shall have precision ground and hardened components. Bearings shall be pre -lubricated and sealed. d. Gate truck assemblies shall be supported by plated steel G:\PROJECTS\2016\16164E\Spec\16164 SPEC IFICATIONS.Docx 9-57 e Hanger brackets shall be hot dipped galvanized steel f Gate top track and supporting hangar bracket assemblies shall be certified by a licensed professional engineer to withstand a minimum 1,500 Ib vertical reaction load without exceeding allowable stresses g The gate shall be capable of withstanding and operating while experiencing jet blast, prop wash, or wind gusts of 100 mph. Failure to operate under these circumstances shall require corrective action at no cost to the owner D. Certifications 1 Gate in compliance with ASTM F 2200, Standard Specification for Automated Vehicular Gate Construction per section 2.01 C 2 If operated gate system, gate operator shall be in compliance with UL 325 as evidenced by UL listing label attached to gate operator. 3. The aluminum welders and welding process must be certified per section 2 03 E 4 Manufacturer shall supply gate design performance certification as per section 1.03 C PART 2 - PRODUCTS: 2.01 CANTILEVER SLIDE GATE SYSTEM MANUFACTURERS: A. The cantilever sliding gate system manufactured shall have a minimum five years of experience manufacturing cantilever slide gate systems B. Gate manufacturer shall provide independent certification as to the use of a documented Welding Procedure Specification and Procedure Qualification Record to insure conformance to the AWS D1.2 welding code Upon request, Individual Certificates of Welder Qualification documenting successful completion of the requirements of the AWS D1.2 code shall also be provided. C. Gate manufacturer shall certify gate is manufactured in compliance with ASTM F 2200, Standard Specification for Automated Vehicular Gate Construction and the operators are UL 325 compliant. 2.02 VEHICULAR SLIDE GATE OPERATOR: A. The slide gate operator shall open and close to provide convenience and security. The operator shall function with most commercially available accessories including radio controls, electro- mechanical locks, single and three button control stations, digital keypads, coded cards, sensing loops, and telephone entry systems. The operator shall utilize 110/220Volts, 115/230 Volt, or 120/240 Volt AC single phase power, or as shown on the Contract Plans B. The gate operator shall include a controller with integrated radio receiver, plug-in loop detector capability, surge protection, and easy to read labeling. C. Capacity. The gate operator shall be rated to operate a gate weighing a minimum of 1500 lbs D. Type 1 gate operators shall be UL 325 compliant for Class I, II, III, and IV E. Type 2 gate operators shall be UL 325 compliant for Class III, and IV Variable Speed (field selectable speed +- .25fps) drive mechanism with maximum gate travel speeds of approximately 2 feet per second, based on site's UL 325, current edition classification. G.\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.Docx 9-58 F. Design Criteria 1 Operation shall be by means of an instant reversing motor Power shall be transferred to an output drive shaft and roller chain which attaches to the gate with heavy-duty gate attachment brackets. Intermediate chain supports with an anti -catch design shall also be supplied G. Components 1 Mechanical components shall include as a minimum. a. One piece cover which is fully removable and lockable. b. Heavy-duty, plated frame with mounting legs for pad mounting standard c Pedestal to raise operator from ground level d Cold weather "Arctic package" to heat internal components. e. Solid steel output drive shaft. f Manual disconnect. g. Steel "critter" plate to prevent entry of ground pests. 2. Standard electrical components of the operator shall include the following as a minimum. a. Minimum 1 HP motor with overload protection and inherent entrapment sensing. b Logic controls featuring diagnostic indicators and auto -close timer. c. Fully adjustable motor over -current sensing to detect obstructions with separate adjustments for opening and closing directions. d Controller housed in galvanized or zinc plated, rain tight control box. e. Power On/Off switch. f Contacts for opening, closing and reversing accessories, as well as contact and non - contact obstruction sensing devices. g Control devices include pushbuttons, radio controls, and keypads, h. Contact and non -contact devices include photoelectric sensors and pre -formed, direct bury vehicle detector loops. i. Capability of operating in temperatures as low as -30°F. H. Factory Inspection and Testing 1 Manufacturer shall test each operator at factory to assure smooth, quiet operation. 2. Manufacturer shall test all control inputs to ensure proper function. 3. Manufacturer shall certify that operator has been tested as part of a complete gate I. Finish: 1 Visible surface color shall be mill finished aluminum or galvanized steel. G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.Docx 9-59 J. Goose Neck Mounting posts 1 Heavy duty mounting posts shall be installed as indicated on the plans. Posts may be single -level or dual -level, as shown on the plans 2 Posts shall have a minimum nominal thickness of 2" and a minimum wall thickness of 0.120". 3. New mounting posts shall be black with a power coating or baked enamel finish 4 New mounting post bolt pattern shall match existing mounting post bolt pattern K. Surface Mount Keypad 1 One keypad shall be installed at each gate with a single level mounting post. Two keypads shall be installed at each dual level mounting post. 1. Keypad shall be compatible with the gate operator and gooseneck mounting posts 2 Keypad shall be housed in a steel cabinet with a stainless-steel faceplate 3. Keypad shall be 10 -digit with backlit keys 4 Keypad shall have a minimum 500 code memory 5 Keypad at gate G2 shall meet the above requirements and have an intercom substation built into the same housing as the keypad L Gate Remote 1. Two wireless gate remote shall be provided with each gate operator Wireless gate remotes shall be compatible with all vehicle gates installed on this project. PART 3 EXECUTION 3.1 INSTALLATION A. Install cantilevered sliding access gate per manufacturer's written instructions. B Install structural post in concrete foundations, completely level both horizontally and vertically C Test and adjust complete system for proper function and leave in perfect working order Install vehicle detection loops and lead -in -wires per manufacturer's instructions. D. Verify dimensions and component layout by field measurements prior to beginning installation 3.2 CANTILEVER SLIDE GATE: A. Gate Size' 1. All gates shall be 7 feet tall and include an additional 1 foot of barbed wire (3 strands) for an overall height of 8 feet. 2. Gate width shall be as shown in the contract plans. B Structural Gate Frame. 1 The gate frame shall be fabricated from aluminum 6061-T6 or 6063-T6 alloy extrusions If fabricated in two horizontal pieces, members shall be spliced per Section 3 2 C G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.Docx 9-60 2. Vertical Members' a The vertical members at the ends of the opening portion of the frame shall have a nominal base dimension of no less than 2" C. Splicing: 1 All steel splices will be completed with a minimum 1/4" galvanized steel splice plate secured to both members. Aluminum splices will require a minimum 1/" aluminum splice plate secured to both members D Gate Track: 1. The gate shall have an enclosed or semi -enclosed track, extruded from aluminum alloy. E All welds on the gate frame shall conform to Welding Procedure Specification and Procedure Qualification Record to insure conformance to the AWS D1.2 Structural Welding Code. All individual welders shall be certified to AWS D1.2 welding code 3.3 FIELD QUALITY CONTROL A. Test gate operators through a minimum of ten full cycles and adjust operation as necessary to ensure gate operates in flawless working order. Complete ten full cycles with the Engineer present to demonstrate entire system is working perfectly B Gate Mounting: 1. The gate frame is to be supported from the track by self -aligning, sealed lubricant, ball- bearing truck assemblies 2. The bottom of each support post shall have a bracket equipped with UHMW guide wheels Wheel cover protectors shall be included with bottom guides to comply with UL325 3 Gap protectors shall be provided and installed, compliant with ASTM F 2200-05. C. Diagonal Bracing 1 Diagonal bracing shall be stainless or galvanized steel cable shall be installed throughout the entire gate frame D. The gate shall be completed by installation of approved filler as specified. 1 Chain Link. 2" x 2" x 9 -gauge aluminized steel chain link fabric shall extend the entire length of the gate, including the counterbalance section. Fabric shall be attached at each end of the gate frame by standard fence industry tension bars and tied at each vertical member with standard fence industry ties. ASTM F 2200 requires attachment method that leaves no leading or bottom edge protrusions E. Posts: 1. Support posts shall be as recommended by the gate manufacturer Gate posts shall be galvanized and supported in concrete footings per manufacturer recommendations F. Finish: 1. Gate to be mill finish aluminum and/or galvanized G:\PROJECTS\2016116164E\Spec\16164 SPECIFICATIONS.Docx 9-61 G Gate Remote 1 Two wireless gate remotes shall be provided with each gate operator Wireless gate remotes shall be compatible with all vehicle gates installed on this project. 3.4 WARRANTY: A. The cantilever slide gate and operator system shall be warranted against manufacturing defects for a minimum period of (1) one years from date of acceptance Failure shall be defined as any defect in manufacturing or installation which prevents the gate from operating as intended PART 4 EXECUTION: 4.01 SITE INSPECTION: A. Examine final grades and installation conditions B. Do not begin work until all unsatisfactory conditions are corrected. 4.02 INSTALLATION: A. Install equipment of this section in strict accordance with the manufacturer's printed instructions unless otherwise shown on the contract drawings. Supply and install other electrical wiring, conduit junction boxes, transformers, circuit breakers and auxiliary components required for complete installation Conform to NEC and local requirements B The gate and installation shall conform to ASTM F 1184 standards for aluminum cantilever slide gates, Type II, Class 2 See 1 02 C C The gate system is to comply with ASTM F 2200 and UL 325 D. Obstruction Sensing Systems. 1. The inherent motor current sensors are part of the gate operator system and may not be removed or bypassed 2. The installing contractor shall be responsible to ensure that appropriate external secondary entrapment protection devices be installed for the specific site conditions to protect against all potential entrapment zones Proper operation of these safety devices shall be verified and training as to the operation and maintenance of these devices for the users and owners shall be documented. 4.03 SYSTEM ACCEPTANCE & VALIDATION: A. Acceptance Test: 1 Test each system function 2 Supply all equipment necessary for system adjustment and testing B. Test and Explain Safety Features* 1 Each system feature and device is a separate component of the gate system 2 Read and follow all instructions for each component. 3 Ensure that all instructions for mechanical components, safety devices and the gate operator are available for everyone who will be using the gate system G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.Docx 9-62 4. The warning signs shipped with the gate operator must be installed in prominent position on both sides of the gate. C. System Validation: 1. The complete system shall be adjusted to assure it is performing properly. 2 The system shall be operated for a sufficient period of time to determine that the system is in proper working order 3. Ensure the owner is clear with regard to the safety points concerning the basic operational guidelines of the safety features of the gate operator system These safety points must be listed in the operator manual and must be read prior to system use. PART 5 MEASUREMENT AND PAYMENT: METHOD OF MEASUREMENT 5.01 Measurement for "Cantilever Slide Gate, Complete" shall be per each BASIS OF PAYMENT 5.02 Payment will be made at the unit contract price per each for "Cantilever Slide Gate, Complete" This item includes full compensation for all labor, equipment, tools and materials necessary to furnish and install a complete and operational cantilever slide gate including, but not necessarily limited to, excavation, demolition of existing bases, installation of new concrete base, fence post removal, fence post installation, gate post removal, gate post installation, fence fabric installation, backfill and compaction, electrical conduit installation, electrical conductor installation, gooseneck mounting post, keypad, foundations, bollards, and electrical hookup as shown on the Plans and as specified. END OF ITEM SP -500 G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.Docx 9-63 ITEM SP -510 — VERTICAL PIVOT GATES PART 1 - GENERAL 1.01 SUMMARY A. Work in this section shall include furnishing all labor, materials, equipment and appliances necessary to complete all vertical pivot gate systems required for this project in strict accordance with this specification section and drawings. The gate and operator shall be specifically designed to complement each other as a system and be provided by a single manufacturer. Vertical pivot gate system including gates and hydraulic operator, with accessories as required for complete operational installation 1.02 SYSTEM DESCRIPTION A. Performance Requirements: 1 Safety Devices Provide manufacturer's standard safety devices including following features 2. a. Provide pressure relief valve to avoid crushing obstruction encountered in either direction of travel. b. Provide shut off power device if balance system fails c. Gate shall be capable of opening completely in approximately 10 seconds 2 Power Failure: Provide manual bypass system to allow barrier to be opened and to be closed in event of power failure. 3. Operation. Design system to allow for minimum 1000 open and close operations per day. B. Gate Height: 7 ft. plus 1 ft. of barbed wire (3 strands) for a total height of 8'. C Gate Width: 20 feet. 1.03 SUBMITTALS A. Product Data: Furnish manufacturer's literature for gate and operator and each manufactured accessory to be provided for Project. 1. Wiring Diagrams: Furnish manufacturer's wiring diagrams for gate operator 2 Maintenance Data. Furnish manufacturer's operators and parts manual B. Shop Drawings: Show location of vertical pivot gates system in relationship with adjacent fencing and paving, details of installation, hardware locations, and accessories. 1 Templates. Provide drawings and templates for installation of anchor bolts in support slab. C. Certificates: Furnish manufacturer's certification indicating system provided complies with specified requirements G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.Docx 9-64 1.04 QUALITY ASSURANCE A. Pre -installation Conference Conduct meeting at site prior to commencing work related to vertical pivot gate system installation 1 Require attendance of parties directly affecting vertical pivot gate installation 2 Review site conditions, procedures, and coordination required with related work. 1.05 PROJECT CONDITIONS A. Field Measurements Verify dimensions and component layout by field measurements prior to beginning installation 1.06 WARRANTY A. Provide manufacturer's standard limited warranty for system and system components against failure resulting from normal use based on manufacturer's literature 1. Failure shall be defined as any defect in manufacturing, which prevents gate from operating as intended A. Warranty Period Minimum one (1) year PART 2 - PRODUCTS 2.01 • COMPONENTS A. Vertical pivot gates shall include a type 3 operator A type 3 operator will include a Hydraulic Power Unit: Capable of operating the gate as required by this specification. 1. Hydraulic pump, motor, and reservoir will be all as one unit with fluid thermometer and fluid level sight gauge. 2 The hydraulic system will be designed to keep the gate locked in the closed position, keeping any person from lifting the gate open when it is in the closed position 3 Inspection Door Hardware. Stainless steel or Galvanized continuous hinges and lockable door 5 Power As required by the manufacturer, in accordance with Contract Plans B A type 3 operator will include a Hydraulic System• The hydraulic cylinder shall be capable of operating the gate at least 1000 times per day 1 Cylinder. Capable of operating the gate as required by this specification. 2 Hydraulic Fluid Manufacturer's standard, factory checked, filled, and tested C A type 3 operator will include a Balance System' System designed to allow barrier to be hand raised and to be hand lowered with 12 to 15 pounds of pressure, consisting of manufacturer's standard cables, sheaves, sealed cam yoke roller bearings, and tension springs pulled in a straight line 1 Safety Control Switch Provide built-in safety control switch capable of stopping barrier in any position should balance system fail G \PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.Docx 9-65 2. Testing: Factory test and adjust balance system to ensure gate may be manually raised and lowered with specified pressure. 3. Signage: Signage to be added to the gate barrier must be declared to the manufacturer at the time of order so the manufacturer can add the signs on the barrier, to ensure the operator correctly at the time of manufacturing. D A type 3 operator will include a Electrical System Oversized rain tight enclosure housing electrical components except limit switches, safety switches, and motor. 1. Oil and gasoline resistant wire. 2 Overload Protection to protect motor. 3. Provide Reversing Controller as required to operate motor and solenoid valves. 4. Overrun Delay Timers capable of shutting down system in case motor runs longer than 30 seconds 5. Adjustable limit switches capable of stopping barrier at each end of travel. 6. Programmable logic board with manufacturer's full range of available functions. 7 Options shall include• a. Capability of operating in temperatures as low as -30°F b Stanchions to contain the free end. Stanchions to match gate c. Radio Controls. Provide standard open -close -stop commercial transmitters/receivers systems with a minimum of ten receivers. d. Loop Detectors• Provide detector system to allow free exit/safety and safety or close gate operation e Provide manufacturers standard reversing edge system f Photo Eye g Heater for Electrical Box. h Access Control Systems: 1) Key switches 2) Key pads. 3) Pedestals E A type 3 operator will include a Barrier System (Gates). Design to resist twist and to resist sway. Gate shall be capable of withstanding jet blast, propwash, or wind gusts of 60 MPH. F. Accessories: 1. Provide reach -through guard on secured side of operator G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.Docx 9-66 2.04 FINISHES A. Finish: Factory prime with DTM epoxy and paint with acrylic urethane to resist corrosion. 1 Color Standard Aluminum finish or Gray. 2.05 GOOSE NECK MOUNTING POSTS 1 Heavy duty mounting posts shall be installed as indicated on the plans Posts may be single -level or dual -level, as shown on the plans 2 Posts shall have a minimum nominal thickness of 2" and a minimum wall thickness of 0.120" 3 New mounting posts shall be black with a power coating or baked enamel finish. 4 New mounting post bolt pattern shall match existing mounting post bolt pattern 2.06 SURFACE MOUNT KEYPAD 1 One keypad shall be installed at each gate with a single level mounting post. Two keypads shall be installed at each dual level mounting post. 2 Keypad shall be compatible with the gate operator and gooseneck mounting posts 3 Keypad shall be housed in a steel cabinet with a stainless-steel faceplate 4 Keypad shall be 10 -digit with backlit keys. 5. Keypad shall have a minimum 500 code memory 2.07 GATE REMOTE 1. One wireless gate remote shall be provided with each gate operator Wireless gate remotes shall be compatible with all vehicle gates installed on this project. PART 3 - EXECUTION 3.01 EXAMINATION A. Verification of Conditions Verify concrete support slab complies with requirements and verify anchors and conduits are properly installed 1 Ensure alignment with adjacent construction, fencing, and paving, coordinate with adjacent construction 3.02 INSTALLATION A. Comply with manufacturer's recommendations and installation instructions 1 Install vertical pivot gate system to provide rigid and secure installation as indicated, straight and true to lines and levels indicated, for free, easy operation. 2 Install components square and level, accurately fitted and free from distortion and free from defects G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.Docx 9-67 B Advise Owner regarding programmable features and controls and preset controls according to Owner requirements. 1. Provide two (2) of operation and maintenance manuals to the Engineer Manuals shall cover proper operation, maintenance, and reprogramming of system. 3.03 PROTECTION A. Protect vertical pivot gate system from damage during remainder of construction operations, replace components damaged by subsequent construction operations. B. Touch-up scratched and damaged surfaces using same primer and finish system applied in shop. PART 4 MEASUREMENT AND PAYMENT: METHOD OF MEASUREMENT 4.01 Measurement for "20' Vertical Pivot Gate, Complete" shall be per each. BASIS OF PAYMENT 4.02 Payment will be made at the unit contract price per each for "20' Vertical Pivot Gate, Complete". This item includes full compensation for all labor, equipment, tools and materials necessary to furnish and install a complete and operational cantilever slide gate including, but not necessarily limited to, excavation, demolition of existing bases, installation of new concrete base, fence post removal, fence post installation, backfill and compaction, keypad, mounting post, and electrical hookup as shown on the Plans and as specified. END OF ITEM SP -510 G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.Docx 9-68 ITEM SP -520 — PEDESTRIAN SWING GATES PART 1 - GENERAL 1.01 SECTION INCLUDES: A. The work in this section shall include furnishing all labor, materials, equipment and appliances necessary to complete installation of Pedestrian Swing Gate System(s) required for this project in strict accordance with this specification section and drawings 1.02 REFERENCES: A. American Welding Society AWS D1.1 / D1.1M Structural Welding Code See 1.04 C. B. ASTM A 123 Standard Specification for Zinc (Hot -Dip Galvanized) Coatings on Iron and Steel. 1.03 SUBMITTAL: A. Product Data. 1 Provide manufacturer's catalog cuts with printed specifications and installation instructions. 2. Furnish detailed sequence of operation (description of system). B. Certifications 1. The steel welders and welding process must be certified per section 1 08 1.04 PEDESTRIAN SWING GATE MANUFACTURERS: A, The Pedestrian Swing Gate Systems manufacturer shall have a minimum 5 years experience manufacturing pedestrian gates. B. Gate manufacturer shall provide independent certification as to the use of a documented Welding Procedure Specification and Procedure Qualification Record to insure conformance to the AWS D1 1 / D1 1M Structural Welding Code — Steel Upon request, Individual Certificates of Welder Qualification documenting successful completion of the requirements of the AWS D1.1 / D1 1M code shall also be provided. C. Store gate frames on building site, in an upright position, under cover, on wood sills or floors, and in a manner that prevents rust or damage. Ventilate canvas or plastic covers to prevent moisture traps 1.05 SYSTEM DIMENSIONS. A. Each gate shall have a minimum clear gate opening width of 3 feet 4 inches and a gate height of 7 feet 0 inches 1 foot of barbed wire (3 strands) will also be installed above the gate. B. Gates shall also include square tubing as shown on the contract drawings for mounting of signs 1.06 SYSTEM FUNCTION: A. General Description' 1. Pedestrian Swing Gate System shall be designed as an exterior security swing gate. G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.Docx 9-69 2 The swing gate(s) shall be pre -assembled, pre -hung and tested at the manufacturer's location B Operation 1 When the gate is in the closed position, it shall be impossible for the gate to be opened except by electrical or mechanical means C Pedestrian Swing Gate Lock. 1 The locking mechanism shall be as indicated on the contract plans. a Mechanical locks shall be a heavy duty, pushbutton lock, with key overrides on both sides The lock shall have lever access and be programmable without removing the lock from the gate D. Self -Closing• 1 The Pedestrian Swing Gate System shall be equipped with a "soft close" style door closer 1.07 SYSTEM COMPONENTS: A. Security Gate Panel Filler• 1 Gate panel filler shall be a minimum of 1/2" x 3" x 8 -gauge weld mesh B Coating 1 The entire gate frame and door assembly shall be hot -dip galvanized after fabrication and welding C Hinges: 1 Two bearing hinges per gate shall be furnished and shall have a minimum capacity of 500 lbs per pair D Mechanical Lock 1 Gates shall be furnished with hardware to allow free exiting E Door Closer. 1 Door closer case and internal parts shall be steel and cast iron with constant viscosity liquid from 120 degrees F to -30 degrees F Rust inhibitor paint shall be applied F Door Pulls 1 Door pulls shall be lever style 1.08 FABRICATION: A. General 1 Pedestrian Swing Gate systems (gate, hardware, in -fill, locking and status devices) shall be fully assembled at the factory and shipped to the project site ready for installation G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.Docx 9-70 2 All welds on the gate frame shall conform to Welding Procedure Specification and Procedure Qualification Record to insure conformance to AWS D1.1 / D1.1M Structural Welding Code — Steel. All individual welders shall be certified to AWS D1 1 / D1.1M welding code. 3. Steel members shall be straight, true and free from dents, buckle, twist or rough edges. All joints shall be tight metal -to -metal welded finish. All welds shall show uniform section and deep penetration Clean weld spatter off so that surfaces are easily cleaned. 4 The entire gate frame and door assembly shall be hot -dip galvanized after fabrication and welding. B. Frames, Stiles and Rails. 1. Steel members shall be tubular in cross-section with a minimum wall thickness of 3/16". Members shall be mitered and welded at the corners 1.09 FINISH: A. Galvanizing• 1 All exposed system parts shall be zinc galvanized or color coated as otherwise specified. PART 2 - EXECUTION 2.01 SITE INSPECTION: A. Final grades and installation conditions shall be examined. Installation shall not begin until all unsatisfactory conditions are corrected 2.02 INSTALLATION: A. Equipment in this section shall be installed in strict accordance with the company's printed instructions unless otherwise shown on the contract drawings. 2.03 SYSTEM VALIDATION: PART 3 A. The complete system shall be adjusted to assure it is performing properly B The system shall be operated by the Engineer to determine that the system is in proper working order MEASUREMENT AND PAYMENT: METHOD OF MEASUREMENT 3.01 Measurement for "Pedestrian Swing Gate, Complete" shall be per each BASIS OF PAYMENT 3.02 Payment will be made at the unit contract price per each for "Pedestrian Swing Gate, Complete" This item includes full compensation for all labor, equipment, tools and materials necessary to furnish and install a complete and operational swing gate including, but not necessarily limited to, excavation, demolition of existing bases, installation of new concrete base, fence post removal, fence post installation, backfill and compaction, and restoration as shown on the Plans and as specified. END OF ITEM SP -520 G:\PROJECTS12016\16164E\Spec\16164 SPECIFICATIONS.Docx 9-71 ITEM SP -530 — ELECTRIC PEDESTRIAN SWING GATE PART 1 - GENERAL 1.01 SECTION INCLUDES: A. The work in this section shall include furnishing all labor, materials, equipment and appliances necessary to complete installation of Pedestrian Swing Gate System(s) required for this project in strict accordance with this specification section and drawings. 1.02 REFERENCES: A. American Welding Society AWS D1 1 / D1.1 M Structural Welding Code See 1 04 C. B ASTM A 123 Standard Specification for Zinc (Hot -Dip Galvanized) Coatings on Iron and Steel. 1.03 SUBMITTAL: A. Product Data• 1. Provide manufacturer's catalog cuts with printed specifications and installation instructions. 2. Furnish detailed sequence of operation (description of system). B. Certifications 1. The steel welders and welding process must be certified per section 1.08 1.04 PEDESTRIAN SWING GATE MANUFACTURERS: A. Approved substitution — All other pedestrian swing gate systems must be submitted to the design team in accordance with substitution requirements as set forth in the general provisions of the project manual for approval prior to the bid date Products submitted after the bid date will not be approved. B Gate manufacturer shall provide independent certification as to the use of a documented Welding Procedure Specification and Procedure Qualification Record to insure conformance to the AWS D1.1 / D1.1M Structural Welding Code — Steel Upon request, Individual Certificates of Welder Qualification documenting successful completion of the requirements of the AWS D1 1 / D1.1 M code shall also be provided. See 1.08 A.2. C. Store gate frames on building site, in an upright position, under cover, on wood sills or floors, and in a manner that prevents rust or damage. Ventilate canvas or plastic covers to prevent moisture traps. 1.05 SYSTEM DIMENSIONS. A. Each gate shall have a minimum clear gate opening width of 3 feet 4 inches (1 07m) and a gate height of 7 feet 0 inches (2.13m) 1 foot of barbed wire (3 strands) will also be installed above the gate 1.06 SYSTEM FUNCTION: A. General Description: 1 Pedestrian Swing Gate System shall be designed as an exterior security swing gate. G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.Docx 9-72 2 The swing gate(s) shall be pre -assembled, pre -hung and tested at the manufacturer's location B Operation 1 When the gate is in the closed position, it shall be impossible for the gate to be opened except by electrical or mechanical means C Pedestrian Swing Gate Lock: 1 Gate shall be furnished with an electro -mechanical lock Provide required power supply D Self -Closing. 1. The Pedestrian Swing Gate System shall be equipped with "soft -close" door closer. 1.07 SYSTEM COMPONENTS: A. Security Gate Panel Filler. 1 Gate panel filler shall be 1/2" x 3" x 8 gauge (13 mm x 76 mm x 4 mm) welded wire mesh B. Coating. 1 The entire gate frame and door assembly shall be hot -dip galvanized after fabrication and welding C Hinges. 1. Two (2) bearing hinges per gate shall be furnished and shall have a minimum capacity (door weight) of 500 lbs per pair D Electro -mechanical Lock: 1 Electro -mechanical swing gate lock shall be a mortise lock style with a key override on both sides Five keys shall be supplied with the gate. Lock shall be E Door Closer• 1 Door closer case and internal parts shall be steel and cast iron with constant viscosity liquid from 120 degrees F to -30 degrees F Rust inhibitor paint shall be applied. F. Door Pulls 1. Door pulls shall be lever style G. Door Position Indicator Switch• 1 Rotary door position switch shall be as required by the gate manufacturer 1.08 FABRICATION: A. General 1 Pedestrian Swing Gate systems shall be fully assembled at the factory and shipped to the project site ready for installation G \PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.Docx 9-73 2. All welds on the gate frame shall conform to Welding Procedure Specification and Procedure Qualification Record to insure conformance to AWS D1 1 / D1.1M Structural Welding Code — Steel All individual welders shall be certified to AWS D1 1 / 01 1M welding code See 1.04 C. 3 Steel members shall be straight, true and free from dents, buckle, twist or rough edges. All joints shall be tight metal -to -metal welded finish. All welds shall show uniform section and deep penetration Clean weld spatter off so that surfaces are easily cleaned 4. The entire gate frame and door assembly shall be hot -dip galvanized after fabrication and welding B. Frames, Stiles and Rails: 1. Steel members shall be tubular in cross-section with a minimum wall thickness of 3/16" (5mm) Members shall be mitered and welded at the corners 1.09 FINISH: A. Galvanizing: 1. All exposed system parts shall be zinc galvanized or color coated as otherwise specified 1.10 Mounting post 1. Heavy duty mounting posts shall be installed as indicated on the plans. Mounting post at Gate P7 shall be for walk-up pedestrian use. 2. Posts shall have a minimum nominal thickness of 2" and a minimum wall thickness of 0.120". 3 Posts shall be black with a power coating or baked enamel finish. 1.11 Keypad 1. The existing keypad shall be removed from its existing location and reset onto the mounting post as shown on the plans. PART 2 - EXECUTION 2.01 SITE INSPECTION: A. Final grades and installation conditions shall be examined Installation shall not begin until all unsatisfactory conditions are corrected. 2.02 INSTALLATION: A. Equipment in this section shall be installed in strict accordance with the company's printed instructions unless otherwise shown on the contract drawings. 2.03 SYSTEM VALIDATION: A. The complete system shall be adjusted to assure it is performing properly. B. The system shall be operated for a sufficient period of time to determine that the system is in proper working order. G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.Docx 9-74 PART 3 MEASUREMENT AND PAYMENT: METHOD OF MEASUREMENT 3.01 Measurement for "Electric Pedestrian Swing Gate, Complete" shall be per each BASIS OF PAYMENT 3.02 Payment will be made at the unit contract price per each for "Electric Pedestrian Swing Gate, Complete" This item includes full compensation for all labor, equipment, tools and materials necessary to furnish and install a complete and operational electric swing gate including, but not necessarily limited to, excavation, demolition of existing base, installation of new concrete base, connection to the electrical system, card reader relocation, mounting post installation, conduit, conductor, fence post removal, fence post installation, backfill and compaction, and restoration as shown on the Plans and as specified END OF ITEM SP -530 G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS Docx 9-75 ITEM SP -600 — BASIC ELECTRICAL REQUIREMENTS PART 1 — GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Section 9 Specification Sections, apply to this Item. 1.2 SUMMARY A. Item Includes: 1 General requirements for electrical work. a Systems Descriptions b. Area classifications c. Submittals d. Records e Coordination B Installation of systems and equipment is subject to clarification as indicated in reviewed shop drawings and field coordination drawings. 1.3 WORK DESCRIPTION A. Provide the labor, materials, and equipment necessary to furnish, install, and place into operation the power, lighting, instrumentation, control, and associated electrical systems of this Contract. B. Provide functioning systems in compliance with manufacturer's instructions, performance requirements specified or indicated, and modifications resulting from reviewed shop drawings and field coordinated drawings. C. Provide electrical connections to motors, instrumentation, controls, meters, and any other electrical device installed or provided as part of the project. D. Test, adjust and calibrate equipment and start-up all electrical equipment, instrumentation equipment, and its associated mechanical attachments as necessary to place the project into operation. E. Mark and identify circuits, equipment, and enclosures with wire numbers, nameplates, and warning signs. 1.4 SYSTEMS DESCRIPTIONS A. Provide complete 240/208/120 and 208Y/120 volt power distribution systems including raceways, wiring, and power supply to equipment. B Provide complete area lighting, and site lighting system including all lighting fixtures, raceways, wiring, poles, pole foundations, photoelectric and switching/control equipment. C. Provide revisions to an existing security system including raceways, conductors, security panel, motion detectors and door detection switches and similar items. G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.Docx 9-76 1.5 AREA CLASSIFICATIONS A. Areas of the project are classified as "damp" or "wet" as defined in Article 100 - Definitions of the NEC. For the purposes of this specification, areas considered as damp under the NEC shall be considered wet. Areas are also classified as wet as listed below: 1 Areas outdoors or underground 2. Areas in below grade vaults, manholes, or pullholes 3 Areas in buildings or structures that are below grade. 1.6 DEFINITIONS A. Outdoor Areas: 1 Those locations on the Project site where the equipment is normally exposed to wind, dust, rain, snow, or similar natural environmental conditions B Indoor Areas 1 Those locations on the Project site where the equipment is normally protected from wind, dust, rain, snow, and similar natural environmental conditions by a building or structure with a complete floor-wall-roof/ceiling enclosure C Shop Fabricated 1 Manufactured or assembled equipment for which a NRTL test procedure has not been established D. NRTL. Nationally Recognized Testing Laboratory E. NEC: National Electrical Code F NFPA. National Fire Protection Association G NECA. National Electrical Contractors Association 1.7 QUALITY ASSURANCE A. Testing Agency Qualifications. A "Nationally Recognized Testing Laboratory" (NRTL) as defined in OSHA Regulation 1910 7, or a full member company of the International Electrical Testing Association (NETA) 1 Testing Agency Field Supervision Use persons currently certified by NETA or the National Institute for Certification in Engineering Technologies, or equal, to supervise on-site testing specified in Part 3 2. Comply with NEC for components and installation 3 Comply with WAC and RCW requirements B. Listing and Labeling Provide products specified in these specifications that are listed and labeled 1 The Terms "Listed and Labeled" As defined in the NEC, Article 100 2 Listing and Labeling Agency Qualifications A "Nationally Recognized Testing Laboratory" (NRTL) as defined in OSHA Regulation 1910 7 G \PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.Docx 9-77 3. Comply with WAC and RCW requirements. C Electrical Component Standard Provide components that comply with NFPA 70. D. When a specific code or standard has not been cited, the applicable codes and standards of the following code -making authorities and standards organizations apply. 1. American Association of State Highway and Transportation Officials (AASHTO) 2. American Iron and Steel Institute (AISI). 3 American National Standard Institute (ANSI) 4. American Society for Testing and Materials (ASTM). 5. ETL Testing Laboratories, Inc (ETL). 6 Insulated Cable Engineers Association (ICEA). 7. Institute of Electrical and Electronic Engineers (IEEE). 8 Illuminating Engineering Society of North America (IES). 9 Instrument Society of America (ISA) 10. Joint Industrial Council (JIC) 11. Lightning Protection Institute (LPI) 12 National Electrical Manufacturers Association (NEMA). 13. National Fire Protection Association (NFPA). 14 Occupational, Health and Safety Administration (OSHA). 15 Underwriters Laboratories, Inc (UL) E. In case of conflict or disagreement between codes, standards, laws, ordinances, rules, regulations, plans and specifications, or within either document itself, the more stringent condition governs. 1.8 SUBMITTALS A. See Section 6 B. Make submittals as soon as practicable after the date of notice to proceed, but prior to purchase, fabrication, or installation of materials or equipment. Make submittals as a single package for each specification section or group related sections in one submittal, with proposed products and materials grouped according to the sections specified in Section 9. Do not split submittals having a common bill of materials. C. Product Data: 1. Provide manufacturer's product technical data, including, but not limited to: a Identification of the manufacturer. b. Manufacturer's product descriptive bulletin G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.Docx 9-78 c. Current, voltage, nameplate, load, impedance, and other electrical data pertinent to the Project and necessary to assure compliance with the Specifications and Plans. d. Equipment weights and dimensions 2 Clearly indicate by using arrows or brackets precisely what is being submitted on Designate optional accessories, which are being included and those which are excluded in the submittal. D Shop Drawings Submit Shop Drawings containing detailed drawings, diagrams and instructions for installing, operating and maintaining the material and equipment proposed for installation in the electrical work 1 See individual electrical items for specific additional requirements 2 Prior to submittal, coordinate the electrical and materials, with other applicable equipment and systems of the contract documents, Any modifications to the electrical equipment or other equipment, due to the use or submittal of other equipment which is different from that specified, shall be reflected in the submittal of the electrical equipment so affected a Where electrical equipment submitted by the Contractor is a different size than the scaled dimensions shown on the plan, section or elevation drawings of the Contract Documents or requires clearance (for Code compliance, ventilation or other reasons), the Contractor shall mark and submit copies of the Contract Documents (or provide a modified AutoCAD drawing) showing the actual size of the proposed equipment, its placement drawn to scale in red pencil on the copies and any necessary clearances which demonstrate the suitability of the proposed equipment for the conditions of installation i e adequate space, clearance etc Submittals which do not meet this requirement will be rejected as incomplete b Where equipment dimensions, layout, conduit connection routing, or conductor and conduit quantities, sizes or types are required to be different than indicated on the contract plans to accommodate the submitted equipment, the submittal shall clearly indicate the required changes (increased sizes, ratings of equipment or devices) and shall note that they are being provided to accommodate the submitted equipment without additional cost. The submittal shall indicate increased ratings, sizes Submittals which do not meet this requirement will be rejected as incomplete c Enclosures for equipment submitted by the Contractor shall be able to accept the quantities and sizes of conduits as shown on the Contract Plans. Submittals which do not meet this requirement will be rejected. d Lugs or connections for equipment submitted by the Contractor shall be able to accept the quantities and sizes of conductors as shown on the Contract Plans Submittals which do not meet this requirement will be rejected. 3. Provide technical drawings as follows a Provide diagrams and drawings similar to the contract plans and named in a similar fashion for all technical drawings submittals b Use diagrams and symbols for shop drawings that conform to Joint Industry Conference (JIC) Electrical Standards for Industrial Equipment and/or NEMA, Industrial Control Systems, ANSI and IEEE standards, latest revisions. Prepare drawings on size A, B or D sheets in a format similar to the Contract Documents or other nationally recognized drawing standard c Provide electrical elementary wiring diagrams for the electrical control systems showing the wiring of electrical control items, such as starters, control systems, interlocks, switches, programmable controllers, microprocessor controllers, and relays G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.Docx 9-79 d Provide scaled and dimensioned panel or enclosure face layout drawing, panel/subpanel material of construction, dimensions, and weight; conduit and wiring access locations; and material wiring and terminal block drawings for each control panel. E. Clearly indicate on submittals that equipment or material is NRTL listed or is constructed utilizing listed or recognized components Where a NRTL standard has not been established clearly identify that no NRTL standard exists for that equipment. F. Operation and Maintenance Manuals* 1. See specific sections for information specific to each type of equipment which is to be included in O&M manuals 2. Provide preliminary manuals of each equipment item to the Owner for review no later than when the electrical equipment is submitted and final copies before the equipment is shipped to the job site Drawings and Bill of Materials included in final manuals shall show "as shipped" wiring and components. Provide updates to the final manuals with Record Drawings of the work upon completion of the work, folded and punched for insertion into the manual after they are reviewed by the Owner. 3. Clearly indicate by using arrows or brackets precisely what has been provided. Designate optional accessories, which are being included and those which are excluded in the manual 4 Final manuals for the electrical system shall consist of 3 -post, expandable metal hinge binders labeled with the job name and the Contractor's name with tab dividers for each major type of equipment. a Provide manufacturer's installation, operation, maintenance, and service information for each item of equipment furnished under Section 9. b Assemble and index each section listing the contents individually on the tab divider for that section. c. Compile a spare parts list and a supplier's index for each section and assemble in the section provided. d. Assemble records of tests, measurements, and calibration settings made for each device. Provide Record Drawings of the work upon completion of the work. Fold, punch, and insert these records into the manual after they are reviewed by the Owner 1.9 RECORDS A. Maintain and annotate on the job at all times a separate set of Record Drawings in accordance with the General Conditions. Show changes from the Contract Documents plan drawings including. routing of raceways, stubups, actual equipment and fixture locations, equipment sizes and dimensions and building or structure outline changes Review the drawings with the Owner as the work progresses whenever requested and provide color copies of record drawings when requested. At the end of the end of the project, forward to the Owner a complete set of drawings marked in red pencil in a manner consistent with the Contract Plans, indicating the changes made on the job. Equipment furnished under this Contract for use on future work and all concealed materials, including conduits, shall be dimensioned from visible and permanent building/structure features or drawn to scale on the record drawings G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.Docx 9-80 B Record voltage, current, and megohmeter and ground ohmer resistance test measurements made on the electrical work, the size, type and settings of trip units, fuses, and overload relay elements installed in the equipment. Record the setting of all pressure, temperature, level, and similar instrumentation and control devices When the project is operating, turn over these records to the Owner. C Digital Record Photographs 1. Requirements for the Photographs a Digital photographs shall be at the native resolution of the camera. The file format of the photographs shall be JPEG using the modest compression (Where the compression levels are described, the typical description of the compression level might be "good" ) b. JPEG files shall be stored so that the EXIF (Exchangeable Image File Format) data is maintained Prior to taking any photographs, the camera time should be set so that EXIF data includes the time and date of the photograph The JPEG files shall be stored so that the creation (or modification) time and date of the file also reflect the time and date of the photograph (The EXIF data should be viewable under Windows 10 ) c. The camera shall have a native resolution of at least 10 megapixels d Photographs of signs, nameplates, or labels shall be taken using macro modes. The photographs shall be taken so that text is legible If required, the photographs of reflective items may be taken at an angle to the item to reduce glare 2. Take photographs of electrical equipment possibly requiring coordination when the equipment arrives on site The photographs shall include nameplates and labels if available The equipment shall include but not necessarily be limited to, the following a Motors and motor drive equipment. b Control Panels 3 Take photographs of conduits prior to concealing them The photograph files shall be labeled with location or shall contain adequate context to determine location. The photographs shall include the following. a Conduit placement prior to pouring concrete or backfilling g b. Conduit placement prior to covering walls. c Stub up locations prior to placing equipment such as Motorized Actuators 4. Take photographs of electrical equipment following installation or modification The photographs shall include nameplates, labels, and similar identifiers The equipment shall include but not necessarily be limited to, the following a Motors and motor drive equipment. b Control Stations. c. Control Panels d Instrumentation providing electrical signals including transmitters, sensors, and switches e Panelboards G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.Docx 9-81 f. Safety Disconnect Switches. 5 Photographs shall be supplied to the Owner at least once every three days Photographs shall be supplied to the Owner no later than one week after they are taken. Photographs will be supplied on optical media (CD -R, DVD -R, or DVD+R) or by another method by prior arrangement with the Owner. 1.10 COORDINATION A. Coordinate the interruption of electrical systems to any part of the facility in use by the Owner at least 48 hours before interruption of the system. B Coordinate the cutting of existing structures with the new and existing electrical systems. Identify, locate, and protect existing and underground, underslab or embedded conduits/cables where excavation or cutting of existing structures is to be performed C Coordinate installing electrical identification after completion of finishing where identification is applied to field -finished surfaces. D Coordinate requirements for access panels and doors where electrical items requiring access are concealed by finished surfaces. E. Coordinate the electrical work with the requirements of equipment provided under other Sections. Portions of the electrical design are based upon the equipment specified in other Sections. Where modifications to the specified electrical systems or equipment devices or materials are required to accommodate actual electrical requirements of equipment which is specified under other Sections of the Contract but which has electrical requirements different from those specified under those Sections for the equipment, make modifications to the electrical system or systems required to accommodate the equipment, and pay for all such changes. No additional payment or "extras" are allowed for changes required to accommodate substitutions or changes proposed by the Contractor. F Where changes in the work, or substitutions in material or equipment specified under this Section are proposed, ensure that sizes, weights, openings, etc , are provided that do not require changes in the work outside this Section If changes to work outside this Section are required to accommodate substitutions or changes proposed by the Contractor, submit complete descriptions of these changes for approval by the Owner, and pay for all such changes. No additional payment or "extras" are allowed for changes required to accommodate substitutions or changes proposed by the Contractor. G Coordinate the installation of electrical equipment with other trades. 1 Arrange for the building -in of equipment and materials during structure construction Arrange for the building in of anchors, supports, sleeves, or other equipment and materials during concrete placement, framing, precasting or other structure construction. Coordinate installing required supporting devices and set sleeves in poured -in-place concrete and other structural components as they are constructed. Install sleeves for cable and raceway penetrations of concrete slabs and walls, except where core -drilled holes are used Install for cable and raceway penetrations of masonry and gypsum walls and of all other fire -rated floor and wall assemblies. Install sleeves during erection of concrete and masonry walls. Gypsum wall sleeves may be cut -in after erection if desired 2. Where equipment or materials cannot be built-in during construction, arrange for chases, slots, box -outs or other openings in the structure, as required to allow installation of equipment after structure construction is complete. 3. Where penetration of completed or permanent construction elements such as walls, beams, ceilings, floors, etc. is required, obtain approval from Owner for penetration (drilling, cutting, shooting, punching) of structural components prior to penetrating the element or component. G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.Docx 9-82 4 Accurately locate outlets, switches, control stations and similar devices with respect to equipment and the finished work of others Verify dimensions and locations with the general, civil, structural, mechanical, architectural and other Contract plans as well as shop drawings/supplier's drawings and trades. 5. Coordinate installing large equipment requiring special access openings or positioning prior to closing in the building H Coordinate electrical work with work under other Sections Sequence, coordinate, and integrate installing electrical materials and equipment for efficient flow of the Work. Cooperate in locating equipment to avoid interference with work of others, and plan this work to harmonize with the work of other trades so that all work may proceed as expeditiously as possible No extras are allowed because of moving work required to avoid interference with work of other trades or contractors I Coordinate connecting electrical circuits to components furnished under other Sections Coordinate the location of motors, switches, panel connections and other points of connection with the equipment manufacturers or vendors prior to conduit installation, and route circuits to the actual connection point. Remove and reinstall conduit, outlet boxes and other electrical connections, even if removal and reinstallation of building materials is necessary, where electrical connections are not made to the appropriate equipment location. 1.11 DELIVERY, STORAGE, AND HANDLING A. See Section 6. B. Receive, handle, and store electrical materials and equipment in accordance with the manufacturer's instructions C. Protect materials and equipment from damage, corrosion, or disfiguring, protect nameplates on electrical equipment from defacing Deliver equipment to their final locations in protective wrappings, containers, and other protection that will exclude dirt and moisture and prevent damage from construction operations Remove protection only after equipment is safe from such hazards. Field repair of material or equipment made defective by improper storage or site construction damage by other trades is not acceptable D Repair, restore, or replace damaged, corroded and rejected items at no additional cost to the Owner E. Provide dry, heated storage for materials and equipment intended to be installed indoors which is not protected by packaging suitable for outdoor storage by the manufacturer and for equipment that requires an electrical connection or heater to mitigate water condensation and like hazards F. Ensure that equipment is not used as steps, ladders, scaffolds, platforms, or for storage - either inside or on top of enclosures G. Protect nameplates on electrical equipment from defacing 1.12 METHOD OF MEASUREMENT: A. No specific measurement shall exist for this item. 1.13 BASIS OF PAYMENT: A. There will be no separate measurement or payment for this item and all costs for performance of this work shall be incidental to other items of work. G:\PROJECTS\2016\16164E1Spec\16164 SPECIFICATIONS.Docx 9-83 PART 2 — PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Refer to individual electrical items. 1. Provide equipment, which is of a similar type, made by one manufacturer throughout the project unless otherwise noted in the Specifications B Submit requests for substitution in accordance with Specification Section 6. 2.2 MATERIALS A. Except as otherwise indicated, provide new materials and equipment which are standard products of manufacturers regularly engaged in production of such equipment. Provide similar items of equipment of the same manufacturer and quality. Where systems are specified, provide components of the system from one manufacturer B Trade names and catalog numbers may be used in the Plans or Specifications to establish quality standards and basis of design: 1. Other listed manufacturers in the applicable specification sections with equal equipment may be acceptable. 2. If no other manufacturer is listed then any manufacturer of equal equipment may be acceptable. C. Provide material or equipment approved and labeled for the purpose for which it is to be used by a nationally recognized electrical testing laboratory (NRTL) or other organization acceptable to the State of Washington Department of Labor and Industries 1 Where NRTL test procedures have been established for the product type, provide electrical equipment approved under that procedure and bearing the NRTL label. D Where voltage, current, power, temperature or other ratings are specified that do not correspond to standard ratings of the manufacturer selected by the Contractor, furnish the next rating level which increases the capacity of the device or material in question. E Furnish materials, devices, equipment or supplies of materials that are inherently non -corrosive or are coated or covered in a manner, acceptable to the Owner, which renders them non- corrosive. Do not provide materials which contain polychlorinated biphenyls, asbestos or other hazardous or detrimental materials. Do not install materials in a manner, location or construction that produces galvanic action or any other materials corroding or eroding action. Material that may cause rusting or streaking on a building/structure surface shall not be used. F. Fabricate equipment or devices in the field equivalent in every respect to manufactured items used for the same purpose Where cutting, drilling, grinding, or similar actions are performed on galvanized or painted metal, regalvanize or repaint, respectively, to match original finish. G. When equipment is shop fabricated for the Project, use electrical devices and enclosures which are NRTL listed and labeled or recognized. G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.Docx 9-84 PART 3 — EXECUTION 3.1 INSTALLATION A. Make arrangements for and pay for necessary permits, licenses, and inspections B Equipment shall be installed in accordance with the requirements of the National Electrical Code, National Electrical Safety Code, and applicable state and local regulations and ordinances. C. Install equipment in accordance with the manufacturer's instructions and the NECA "NEIS" (National Electric Installation Standards) D. Provide on-site testing as listed in individual specification sections Test results shall be in writing E Equipment Dimensions and Clearances 1. Dimensions indicated for electrical equipment and dimensions indicated for the installation of electrical equipment are restrictive dimensions Verify that equipment will fit within the indicated locations and spaces Do not use equipment that impinges upon the required clearance, reduces actual clearance, or exceeds the indicated dimensions a. Except as approved in writing by the Owner 2 Do not use arrangements of equipment that impinge upon the required clearance, reduce actual clearances or exceed the space allocation. F Equipment Access 1 Install equipment so it is readily accessible for operation and maintenance 2 Access to equipment shall not be blocked or concealed by conduits, supporting devices, boxes, or other items 3 Do not install electrical equipment such that it interferes with normal maintenance requirements of other equipment. G Install materials and equipment in a manner, location and construction that does not produce galvanic action or any other materials corroding or eroding action. Equipment fabricated from aluminum shall not be placed in direct contact with earth or concrete H Screen or seal all raceways and openings into equipment to prevent the entrance of moisture, rodents and insects I Plans indicate the approximate location and arrangement of electrical equipment and the approximate location of other equipment requiring electrical work The general arrangement of panelboards, outlets and other equipment is diagrammatic and approximate as to locations. To avoid interference with structural members and equipment of other trades, it may be necessary to adjust the intended location of electrical equipment. Where minor changes are required because of structural or finish conditions or for the convenience of the Owner, provide such changes without additional expense to the Owner. Unless specifically dimensioned or detailed, the Contractor may, at his discretion, make minor adjustments in equipment location without obtaining the Owner's approval Minor adjustments are defined as a distance not to exceed • 1 1 FT at grade, floor and roof level in any direction in the horizontal plane 2 1 FT for equipment other than lighting at ceiling level in any direction in the horizontal plane G.\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.Docx 9-85 3. 1 FT on walls in a horizontal direction within the vertical plane 4. Changes in equipment location exceeding those defined above require the Owner's approval 5 Particular attention shall be paid to door swings, piping, radiation, ductwork, and structural steel: a. In general, waste and vent lines and large pipe mains and ductwork shall be given priority for the locations and space shown. b No additional compensation will be allowed for the moving of misplaced outlets, wiring, or equipment. 3.2 DEMONSTRATION A. Demonstrate to the Owner that the electrical installation is working by operating all electrical systems and equipment. Simulate control and emergency conditions, artificially where necessary, for complete system tests Adjust installed equipment for proper operation of all electrical and mechanical components 3.3 ASSISTANCE A. Provide assistance to the Owner during the demonstration or testing of equipment by operating devices and equipment, during construction observation by opening enclosures for inspection, checking record drawing information, and similar tasks, as necessary, in the Owner's judgment to verify all work provided. END OF ITEM SP -600 G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.Docx 9-86 ITEM SP -610 — BASIC ELECTRICAL MATERIALS AND METHODS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Section 9 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following• 1. Supporting devices. 2 Electrical identification. 3 Electrical demolition. 4. Cutting and patching 5. Cleaning and finish touchup painting. 6. Testing 1.3 SUBMITTALS A. General. Submit each item in this Article as described in Item SP -600 and Section 6. B. Product Data. For each type of material specified. C In addition to the requirements of Item SP -600 and Section 6 Specification sections, submit only one manufacturer for each product type. Multiple manufacturers for the same product will be rejected D Field Test Reports. Indicate and interpret test results for compliance with performance requirements. E Testing Reports (See section 3.8 for further information) 1.4 QUALITY ASSURANCE A. Refer to Item SP -600 paragraph 1.7. 1.5 METHOD OF MEASUREMENT: A. No specific measurement shall exist for this item. 1.6 BASIS OF PAYMENT: A. There will be no separate measurement or payment for this item and all costs for performance of this work shall be incidental to other items of work. G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.Docx 9-87 PART 2 — PRODUCTS 2.1 SUPPORTING DEVICES A. Provide tubing, channel and angle support systems, hangers, sleeves, brackets, fabricated items, and fasteners for secure support of electrical equipment, devices, components and materials 1 Material: a Wet locations (including outdoors and in below -grade structures). Stainless steel or hot -dipped galvanized b Other locations Steel, except as otherwise indicated, protected from corrosion with zinc coating, cadmium plating, or with treatment of equivalent corrosion resistance using approved alternative finish or inherent material characteristics B Conduit clamps. one hole or beam clamps 1 Rigid Steel Conduit: cast iron hot dipped galvanized clamps with cast iron hot dipped galvanized clamp back (AKA foot or spacer) 2 PRMC cast iron PVC coated or stainless-steel clamps with cast iron PVC coated or stainless-steel clamp back (AKA foot or spacer) C Anchors. stainless steel in wet, hazardous or corrosive areas; cadmium plated or galvanized steel in dry areas 1. Lag screws or Type A tapping screws for wood. 2 Toggle bolts with springhead for light loads in masonry 3 Thru-bolt with fender washers for loads in masonry. 4 Toggle bolts with springhead for hollow partitions 5 Epoxy set or self drilling anchors with threaded studs for concrete 6 Clamps or U -bolts for structural steel 7. Epoxy set or self drilling anchors with extension rods for hollow tile over concrete 8 Hanger rods 1/4 -inch diameter or larger threaded steel, except as otherwise indicated D Sleeves 1 Wet, hazardous or corrosive areas a. ASTM A 53, Type E, Grade A, Schedule 40, hot dipped galvanized steel, plain ends. b. Hot dipped galvanized cast iron, with weep rings 2. Dry Areas a PVC, schedule 40. b 0 0276 -inch or heavier galvanized sheet steel, round tube, closed with welded longitudinal joint. G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.Docx 9-88 2.2 ELECTRICAL ENCLOSURES A. Enclosures for use with Electrical Equipment: 1 Standards' a. NEMA ICS -6, Enclosures for Industrial Controls and Systems b. UL 508, Industrial Control Equipment. c. UL 698, Industrial Control Equipment for Use in Hazardous Locations 2 Provide NEMA enclosure types as indicated on the Contract Documents Where the enclosure type is not indicated by the Contract Documents provide enclosures as follows. a. NEMA 1: Use in electrical rooms and in dry indoor finished areas. b NEMA 12. Use in unclassified (non -hazardous and non -corrosive) indoor locations which are neither wet nor damp c NEMA 3R. Use in all non -hazardous wet or corrosive locations B. Shop or Factory Finishes. 1. Exteriors of painted enclosures shall be ANSI gray 2. Interiors of painted enclosures shall be either white or light gray. 2.3 ELECTRICAL IDENTIFICATION A. Manufacturer's Standard Products. Where more than one type is listed for a specified application, selection is Contractor's option, but provide single type for each application category Use colors prescribed by ANSI A13.1, NEC and these Specifications B. Colored Adhesive Marking Tape for Raceways, Wires, and Cables Self-adhesive vinyl tape not less than 3 mils thick by 1 inch wide. C. Underground Line Warning Tape: Permanent, bright -colored, continuous -printed, vinyl tape with the following features: 1 Size Not less than 4 mils thick by 6 inches wide. 2. Compounded for permanent direct -burial service D. Color -Coding Cable Ties. Type 6/6 nylon, self-locking type. Colors to suit coding scheme. E. Engraved, Plastic -Laminated Labels, Signs, and Instruction Plates: Engraving stock, melamine plastic laminate punched for mechanical fasteners 1/16 -inch minimum thick for signs up to 20 sq in., 1/8 inch thick for larger sizes. Engraved legend in white letters on black face. F. Fasteners for Plastic -Laminated and Metal Signs• Self -tapping stainless-steel screws or stainless-steel No. 10/32 machine screws with nuts and flat and lock washers. G. Wire markers. machine printed, black ink, alpha -numerical identifiers on yellow polyolefin shrink tubing. Kroy K4350 Shrink Tube, or approved equal. G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.Docx 9-89 1. Where it is not possible to use shrink tubing (i e on pre -terminated cables) it is acceptable ,to use the following a Tape Markers Vinyl or vinyl -cloth, self-adhesive, wraparound type with preprinted numbers and letters 2.4 TOUCHUP PAINT A. For Equipment: Provided by equipment manufacturer and selected to match equipment finish B. For Non -equipment Surfaces. Matching type and color of undamaged, adjacent finish. C For Galvanized Surfaces: Zinc -rich paint recommended by item manufacturer PART 3 - EXECUTION 3.1 INSTALLATION A. Comply with NECA's "Standard of Installation " B Install the equipment and materials in a neat and workmanlike manner employing workmen skilled in the particular trade and in accordance with the manufacturer's instructions and industry standards Maintain adequate supervision of the work by a person in charge at the site during any time that work under this Section is in process or when necessary for coordination with other work C Install components and equipment to provide the maximum possible headroom where mounting heights or other location criteria are not indicated. Mount enclosures for individual units at fifty-four inches above floors to centerline of controls D Install items level, plumb, parallel and perpendicular to other building systems and components, except where otherwise indicated E Install equipment to facilitate service, maintenance, and repair or replacement of components Connect for ease of disconnecting, with minimum interference with other installations F Give right of way to raceways and piping systems installed at a required slope G Make all penetrations of electrical work through floors, walls and roofs water, rodent, insect and weather -tight. 3.2 ELECTRICAL SUPPORTING METHODS A. Support electrical equipment, devices and materials from framing members or structure with sufficient clearance for maintaining and servicing 1. Provide backing plates, and/or framing material to support equipment, devices and materials which are located between the framing members which are part of the building or facility structure. 2 Provide metal structure fabricated of structural shapes such as C -channel or square tubing (not strut channels, unistrut, b -line, etc ) for mounting cabinets, panelboards, disconnects, control enclosures, pull boxes, junction boxes, transformers, and other equipment and devices except where components are mounted directly to structural features of adequate strength G.\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS Docx 9-90 B. Fastening and Supports: Unless otherwise indicated, securely fasten electrical items and their supporting hardware to the building/structure/support. 1. Use supports as detailed on the Plans and as specified. a Where not detailed on the Plans or specified, use supports and anchoring devices rated for the equipment load and as recommended by the manufacturer 2 Attach enclosures mounted on equipment with machine screws or clamps as required. Do not drill equipment frames or sheets without permission of the equipment supplier/manufacturer and the Owner Do not mount safety switches or external equipment to other equipment enclosures, unless enclosure mounting surface is adequately reinforced structurally to accept mounting of external equipment. 3. Base rating and size of supports and anchoring devices on dimensions and weights verified from approved equipment submittals. Attach wall mounted enclosures with a minimum of three fasteners, and more if the manufacturer so recommends 4. Stand off outdoor wall -mounted equipment and indoor equipment mounted on earth or water bearing walls a minimum of one-quarter inch where enclosures are mounted on walls in wet areas (outdoors, below grades, etc ). Use corrosion resistant spacers such as neoprene, or fiberglass or plastic shim washers too -maintain 1/4 IN separation between the equipment and the wall 5. Do not cut, or weld to, building structural members without permission of the owner Welding to steel structure may be used only for threaded studs, not for conduits, pipe straps, or any other items. 6. Select fasteners so the load applied to any fastener does not exceed 25 percent of the proof -test load. C. Raceway Supports. Comply with NEC and the following requirements: 1. Conform to manufacturer's recommendations for selecting and installing supports. 2. Install individual and multiple raceway hangers and riser clamps to support raceways. Provide U bolts, clamps, attachments and other hardware necessary for hanger assembly and for securing hanger rods and conduits. 3. Support parallel runs of horizontal raceways together on trapeze- or bracket -type hangers. 4 Spare Capacity: Size supports for multiple conduits so capacity can be increased by a 25 percent minimum in the future. 5. Support individual horizontal raceways with separate, malleable iron pipe hangers or clamps 6 In vertical runs, arrange support so the load produced by the weight of the raceway and the enclosed conductors is carried entirely by the conduit supports, with no weight load on raceway terminals 7. Use double nuts or jam nuts with regular nuts on threaded rods and bolts. 8. Trim rod ends to within 1/4 inch after installation of last nut, clamp or similar hardware; smooth cut ends or install cap nut. D. Install hangers, inserts, supports, and anchors prior to installation of fireproofing G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.Docx 9-91 E Cable supports - provide cable ties and straps for clamping, tying, securing and banding wires and cables in all junction boxes, panelboards and terminal cabinets Support each circuit independently; group phases of three phase circuits. 3.3 IDENTIFICATION A. Install labels where indicated and at locations for best convenience of viewing without interference with operation and maintenance of equipment. B Coordinate names, abbreviations, colors, and other designations used for electrical identification with corresponding designations indicated on the Plans or required by codes and standards Use consistent designations throughout the Project. C Self -Adhesive Identification Products Clean surfaces of dust, loose material, and oily films before applying. D Tag or label power circuits in enclosures using tags or adhesive marking tape. Identify source and circuit numbers in each cabinet, pull box, pull hole, vault, maintenance hole, junction box, and outlet box Color coding may be used for voltage and phase indication E Identify Paths of Underground Electrical Lines During trench backfilling, for exterior underground power, control, signal, and communication lines, install continuous underground plastic line marker located directly above power and communication lines. Where multiple lines installed in a common trench or concrete envelope do not exceed an overall width of 16 inches, use a single line marker F Provide engraved phenolic name plates (white with black background) on equipment enclosures giving the name and circuit identification (Panel /Enclosure served from and circuit location or ID) of the enclosed device/equipment in one-quarter inch letters G For panelboards, provide framed, typed circuit schedules with explicit description and identification of items controlled by each individual breaker H Provide electrical danger, caution, warning or safety instruction signs including arc flash signs in accordance with WAC/RCW, WISHA/OSHA and other applicable state/federal safety requirements 3.4 DEMOLITION A. Demolish all existing electrical devices and circuits which are noted for demolition Demolition includes, but is not limited to 1 Remove all conduit, conductors, fittings, device boxes, hangers, panels, devices, etc , which are not concealed in the building structure or below grade/slab B Do not remove or damage fireproofing materials Repair or replace fireproofing removed or damaged. C Locate, identify, and protect electrical equipment and materials to remain. Where existing work to remain is damaged in the course of the work, remove damaged portions and install new products of equal capacity, quality, and functionality at no additional cost to the Owner D Remove existing conductors from conduits or other enclosures, unless otherwise indicated, where existing work is to be abandoned in place Cut and remove buried cable or raceway indicated to be abandoned in place at the point where it stubs up or emerges from burial 12 inches below the surface of adjacent grade or construction, cap and patch surface to match existing finish E Remove demolished material from the Project site and legally dispose of demolished material by waste haul to approved landfill or recycling facility G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.Docx 9-92 F. Remove, store, clean, reinstall, reconnect, and make operational components indicated for relocation and/or reconnection. Coordinate the mechanical, and other equipment scheduled to be relocated and/or reused with other Sections, and disconnect the equipment from and reconnect the equipment to the electrical systems 3.5 CUTTING AND PATCHING A. Cut, channel, chase, and drill floors, walls, partitions, ceilings, and other surfaces necessary for electrical installations. Perform cutting by skilled mechanics of the trades involved. B Repair disturbed surfaces to match adjacent undisturbed surfaces. 3.6 CLEANING AND TOUCHUP PAINTING A. Clean dirt and debris from all surfaces. Thoroughly vacuum the interior of enclosures to remove dirt and debris. B Replace nameplates damaged during installation C Apply touch-up paint as required to repair scratches, etc. Field paint in accordance with Section 6 Thoroughly clean damaged areas and provide primer, intermediate, and finish coats to suit the degree of damage at each location. Follow paint manufacturer's written instructions for surface preparation and for timing and application of successive coats. 3.7 TESTING A. Testing shall be performed by a person currently certified by the InterNational Electrical Testing Association B Additional testing requirements specific to other sections are specified in those sections C. Test electrical equipment as described in individual specification sections after installation but before it is energized and placed in service. All equipment shall be tested as recommended by the manufacturer. Report all test results in writing. Where tests disclose a defect in the work, rework or repair equipment which performs unsatisfactorily during or as a result of system testing at no additional expense to the Owner and retest to confirm the rework or repair until retesting confirms that the defect has been corrected Test in accordance with the manufacturer's installation and testing instructions and the applicable electrical standards (i.e., NEMA, IEEE, ISA, ANSI, or other) for the class of equipment. If equipment or system fails retest, replace it with products which conform with Contract Documents Continue remedial measures and retests until satisfactory results are obtained Remedial measures and retests will be done at no cost to the Owner. D. Test motor driven equipment motors before energization. Insulation test shall consist of megohmeter check phase—to—ground, per IEEE Standard 43, and polarization index test manufacturer's recommendations. 1. Perform load tests of each motor and prepare a written report of the findings showing the following. a. Nameplate Ratings (horsepower), (speed), (voltage), (phase), (ampere rating of motor at full load) b. Measured Load in amperes on each phase at full speed. G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.Docx 9-93 3.8 DEMONSTRATION A. Demonstrate equipment in accordance with Item SP -600 END OF ITEM SP -610 G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.Docx 9-94 ITEM SP -620 — GROUNDING PART 1 — GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Section 9 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes grounding of electrical systems and equipment and basic requirements for grounding for protection of life, equipment, circuits, and systems. Grounding requirements specified in this Section may be supplemented in other Sections of these Specifications B. Related Sections The following Sections contain requirements that relate to this Section: 1. Item SP -630 for grounding conductor requirements. 1.3 SUBMITTALS A. General. Submit each item in this Article as described in Item SP -600 and Section 6 B. Product Data' For each type of component specified. 1. In addition to the requirements of Item SP -600 and Section 6 Specification sections, submit only one manufacturer for each product type. Multiple manufacturers for the same product will be rejected. C Field Test Reports: Indicate and interpret test results for compliance with manufacturer's published standards and performance requirements. (see Section 3 4 for further information) 1.4 QUALITY ASSURANCE A. Refer to Item SP -600 Basic Electrical Requirements 1 7 Quality Assurance B Comply with UL 467, "Grounding and Bonding Equipment" 1.5 METHOD OF MEASUREMENT: A. No specific measurement shall exist for this item. 1.6 BASIS OF PAYMENT: A. There will be no separate measurement or payment for this item and all costs for performance of this work shall be incidental to other items of work. PART 2 - PRODUCTS 2.1 GROUNDING AND BONDING PRODUCTS A. Governing Requirements Where types, sizes, ratings, and quantities indicated are in excess of NEC requirements, the more stringent requirements and the greater size, rating, and quantity indications govern 2.2 WIRE AND CABLE GROUNDING CONDUCTORS A. Comply with Item SP -630 Conductors and Cables " Conform to NEC Table 8 (Conductor Properties), except as otherwise indicated, for conductor properties, including stranding. G:\PROJECTS\2016\16164E1Spec\16164 SPECIFICATIONS.Docx 9-95 B Equipment Grounding Conductors Insulated with green color insulation C Grounding -Electrode Conductors Stranded cable, bare or varnish coated B Ground Rods. 3/4 inch diameter, 10 -foot -long, copper clad steel. 2.3 CONNECTOR PRODUCTS A. Pressure Connectors High -conductivity -plated units B Bolted Clamps Heavy-duty type C Exothermic -Welded Connections Provided in kit form and selected per manufacturer's written instructions for specific types, sizes, and combinations of conductors and connected items. Burndy, Thermoweld, or Cadweld PART 3 — EXECUTION 3.1 APPLICATION A. Equipment Grounding Conductors Comply with NEC Article 250 for types, sizes, and quantities of equipment grounding conductors, except where specific types, larger sizes, or more conductors than required by NEC are indicated 1. Install insulated equipment grounding conductor with circuit conductors for the items below a Service and Feeders. 1) Bond the conductor full size to the equipment to which the circuit connects and to any portion of the raceway where it is metallic Provide boxes or fittings suitable for connecting equipment grounding conductors where metallic conduit transitions to non-metallic b Single or three-phase motor or appliance branch circuits. c Flexible raceway runs 2 Nonmetallic Raceways Install an equipment grounding conductor in nonmetallic raceways unless they are designated for telephone or data cables Bond the conductor at each end of non-metallic raceway to grounded metallic raceway or equipment. 3 Provide boxes or fittings suitable for connecting equipment grounding conductors where metallic conduit transitions to non-metallic B Separately Derived Systems Where NEC requires grounding, ground according to NEC Paragraph 250-30. 3.2 INSTALLATION A. General Ground electrical systems and equipment according to NEC requirements, except where Plans or Specifications exceed NEC requirements B Ground the secondary electrical system to the building structure, metallic piping systems and supplemental grounding electrodes Coordinate grounding connections made to the water system with the mechanical work and install bonding jumpers wherever deemed necessary. G.\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.Docx 9-96 3.3 CONNECTIONS A. General: Make connections so possibility of galvanic action or electrolysis is minimized. Select connectors, connection hardware, conductors, and connection methods so metals in direct contact will be galvanically compatible. 1. Use electroplated or hot -tin -coated materials to assure high conductivity and to make contact points closer in order of galvanic series 2. Make connections with clean, bare metal at points of contact. 3 Coat and seal connections having dissimilar metals with inert material to prevent future penetration of moisture to contact surfaces. B. Exothermic -Welded Connections: Use for connections to structural steel and for underground connections, except those at test wells Comply with manufacturer's written instructions. Clean all varnish, oxide, scale, concrete, etc. from conductors before firing joints. Welds that are puffed up or that show convex surfaces indicating improper cleaning are not acceptable C. Equipment Grounding -Wire Terminations: Make the grounding conductor connections to motors or equipment ten horsepower and above, or twenty amperes and above, with conductor termination and a 5/16 inch minimum bolt tapped to the motor frame or equipment housing. Ground connection to smaller motors and equipment may be made by fastening the conductor termination to a connection box. D. Noncontact Metal Raceway Terminations. Where metallic raceways terminate at metal electrical enclosures without mechanical and electrical connection to electrical enclosures, terminate each conduit with a metallic, insulating grounding bushing Connect grounding bushings with a bare grounding conductor to grounding bus or terminal in electrical enclosures Bond electrically noncontinuous conduits at both entrances and exits with grounding bushings and bare grounding conductors, except as otherwise indicated. E. Connect discontinuous sections of metallic raceway using grounding (bonding) connections at each end of metallic raceway with equipment grounding conductor in the non-metallic portion of the raceway F Tighten screws and bolts for grounding and bonding connectors and terminals according to manufacturer's published torque -tightening values Where these requirements are not available, use those specified in UL 486A and UL 486B G. Compression -Type Connections: Use hydraulic compression tools to provide correct circumferential pressure for compression connectors. Use tools and dies recommended by manufacturer of connectors Provide embossing die code or other standard method to make a visible indication that a connector has been adequately compressed on grounding conductor. 3.4 FIELD QUALITY CONTROL A. Independent Testing Agency: Engage an independent electrical testing organization to perform acceptance tests described below. B. Test installation of grounding electrodes and ground rods before electrical circuitry has been energized. C. Acceptance Tests 1. Procedures: Perform each visual and mechanical inspection and electrical test stated in NETA ATS, Section 7.13. Certify compliance with test parameters. Maximum grounding resistance value shall be 3 ohms G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.Docx 9-97 2 Measure ground resistance not less than 2 full days after the last trace of precipitation, and without the soil being moistened by any means other than natural drainage or seepage and without chemical treatment or other artificial means of reducing natural ground resistance 3 Measure resistance of equipment grounding connections for service, feeder and motor circuits to ground at the load end with a Biddle ground ohmmeter D Excessive Ground Resistance Where resistance to ground exceeds specified values, notify Owner Check connections of affected equipment and conductors Replace, repair, or correct defective connections or conductors Provide additional ground rods or larger grounding electrode where the grounding electrode resistance is higher than specified. Revise and retest until resistance is within specifications. E Report. Prepare test reports, certified by the testing organization, of ground resistance at each test location Include observations of weather and other phenomena that may affect test results Describe measures taken to improve test results END OF ITEM SP -620 G \PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.Docx 9-98 ITEM SP -630 — CONDUCTORS AND CABLES PART 1 — GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Section 9 Specification Sections, apply to this Section 1.2 SUMMARY A. This Section includes building wires and cables and associated connectors, splices, and terminations for wiring systems rated 600 V and less. 1.3 SUBMITTALS A. General. Submit each item in this Article as described in Item,SP-600 and Section 6. B. Product Data. For each type of conductor or cable specified: 1 In addition to the requirements of Item SP -600 and Section 6 Specification sections, submit only one manufacturer for each product type. Multiple manufacturers for the same product will be rejected. C. Field Test Reports. Indicate and interpret test results for compliance with performance requirements. 1 NETA Testing Reports (See section 3.5 for further information) 1.4 QUALITY ASSURANCE A. Refer to Item SP -600 paragraph 1.7 1.5 METHOD OF MEASUREMENT: A. No specific measurement shall exist for this item. 1.6 BASIS OF PAYMENT: A. There will be no separate measurement or payment for this item and all costs for performance of this work shall be incidental to other items of work. PART 2 — PRODUCTS 2.1 BUILDING WIRES AND CABLES A. UL -listed building wires and cables with conductor material, insulation type, cable construction, and rating as specified in Part 3 "Wire and Insulation Applications" Article B. Thermoplastic Insulation Material: Comply with NEMA WC 5. C. Cross -Linked Polyethylene Insulation Material: Comply with NEMA WC 7. D. Ethylene Propylene Rubber Insulation Material: Comply with NEMA WC 8. E. Conductor Material. Copper G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.Docx 9-99 F. Stranding 1 Class B for power applications 2 Class C for control applications G Size and Type 1 Stranded conductor for No 10 AWG and smaller gauge 120 VAC branch power circuits, except receptacle, lighting and HVAC circuits which shall be solid conductor 2 Stranded conductors for control circuits 3 Grounding conductors. solid conductor in sizes No 6 AWG and smaller gauge, stranded in No 4 AWG and larger gauge. H Cords Type SO, size No 14 AWG or larger 2.2 INSTRUMENTATION AND SPECIALTY WIRE A. Low voltage instrument cable 600 volt rated, multi -conductor cable with overall neoprene or PVC jacket. Individual conductors PVC or polyethylene insulated, with or without nylon overcoat. 1 Unshielded instrument cable Belden 9486 (18 gauge), 9488 (14 gauge) or equal, Alpha or NEC 2 Shielded single pair instrument cable (2/C#18) Belden 9341 or equal, Alpha or NEC 3 Shielded three conductor instrument cable (3/C#18) Belden 1121A or equal, Alpha or NEC. 4 Shielded multi -pair (#18 gauge) instrument cable Belden 1048A (2 pair), 1049A (4 pair), 1050A (8 pair), 1051A (12 pair) or equal, Alpha or NEC 5 Access Control System wire and cable shall be six conductor #22 AWG shielded cable with wet location rated outer PVC jacket, two conductor #24 AWG cable with wet location rated outer PVC jacket, or #14 AWG in quantities as shown on the drawings Cable types and quantities shown on the Contract Drawings are generic Quantities and types of cables shall be provided which match the requirements of the existing access control system 2.3 CONNECTORS AND SPLICES A. Provide UL -listed, factory -fabricated wiring connectors and splices of size, ampacity rating, material, type, and class for application and service indicated B. Conductor Connections, Splices or Taps 1 Solid Conductors size 18 through 10 AWG Twist on insulated spring connectors 2 Stranded Conductors size 18 through 6 AWG insulated, solid barrel, crimp type plated copper alloy connectors 3 Conductors size 4 AWG and larger plated copper alloy compression splicing sleeves installed by high pressure compression tools and insulated with heat shrink Raychem sleeves 4. Outdoors or wet areas wire splice kits, epoxy resin, hardener, and mold 3M Scotchcast or equal G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.Docx 9-100 C. Terminations: suitable for 75 -degree Celsius rated copper conductor 1. Service and feeder circuits: compression indent barrel connectors with one or two -hole spade lug ends 2 Conductor size 18 through 10 AWG. insulated, solid copper barrel, crimp type, plated copper alloy spade tongue terminal, made for the wire size and terminal on which they are installed and crimped with an approved plier or tool for the connector 3. Conductor size 8 AWG and larger: compression, indent, solid copper barrel, one or two hole lugs D. Motor connections: insulated, solid barrel, crimp type, ring tongue plated copper alloy. 2.4 INSULATING MATERIALS A. Fillers. Scotchfill, or equal B. Tape: 7 mil vinyl plastic tape, logo bearing, Scotch 33+, or equal. PART 3 — EXECUTION 3.1 EXAMINATION A. Examine raceways and building finishes to receive wires and cables for compliance with requirements for installation tolerances and other conditions affecting performance of wires and cables. Do not proceed with installation until unsatisfactory conditions have been corrected. 3.2 WIRE AND INSULATION APPLICATIONS A. Branch circuits Type USE/RHW/RHH insulated, stranded conductors, in raceway. B. Equipment Grounding Conductors. Same type insulation and conductor as the circuit conductors supplying the equipment to be grounded C Grounding Conductors (other than equipment grounding conductors): bare copper with varnish coat. D Class 1 and 2 Control Circuits: Type USE/RHW/RHH, size #14 AWG or larger, in raceway E Instrumentation Circuits. Shielded or unshielded instrument cable, as indicated on the Contract Plans. 3.3 INSTALLATION A. Install wires and cables in raceway system, according to manufacturer's written instructions and NECA's "Standard of Installation", after raceway system is complete, and following "Examination" article of this section. Where existing conductors or cables are removed and later repulled through new or existing conduits, test the conductors after each pulling operation, and replace the conductors or cables with new conductors or cables if the test results are not acceptable per NETA standards B. Provide individual neutral conductors for each 120 volt or 277 volt circuit. Common neutral conductors for multi branch circuits are not permitted unless specifically noted and shown on the plans. C. Install service, feeder, motor, control, instrumentation, communication and signaling circuits continuously without splices from equipment terminal to equipment terminal or motor lead 120 and 277 -volt single phase branch circuits may be spliced or connected at taps or connection G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.Docx 9-101 for outlet devices Do not splice circuits at other locations without written permission from the Owner. D Color code conductors as follows 1. Grounding conductors. Green 2 240/120 volt, three phase (Phase B High Leg) systems a Phase A - black b Phase B - orange c Phase C - blue d Neutral - white 3 208Y/120, three phase systems a Phase A - black b. Phase B - red c Phase C - blue d Neutral - white 4 Use control wiring of colors different than power wiring or supplied with a trace of color in addition to the basic color of the insulation. Number control wiring individually to match equipment number and terminal numbering or use wires of different colors with equipment number for each node or different function in each circuit but use the same color scheme throughout each system for any control or signal wires performing the same function. 5 Use wire with insulation of required color for conductors of No 8 AWG and smaller. For wire larger than No 8 AWG which is not available in specified colors, use self-adhesive, wrap-around cloth type markers of solid colors to code the conductors When conductors are marked in this manner, mark each conductor at all accessible locations such as panelboards, junction boxes, pullboxes, pullholes, auxiliary gutters, outlets, and switches. 6. Do not use white, gray, or green color for any power, lighting, or control conductor not intended for neutral or grounding purposes a low voltage control circuits, or 18 AWG or smaller control conductors, may use gray, green or white singly or as part of a trace color in addition to the base color 7 Connect power circuit conductors of the same color to the same phase throughout the installation. Viewing all equipment from the front, make connections so phase color sequence is in the same order as that for panelboards, switchboards, motor control centers, etc If the phase order of the wires must be reversed to accommodate motor rotation, the adjustment shall be made at the motor terminal box or for cord connected equipment only, at the load side of the safety disconnect switch Reversing the phase order at the motor controller or disconnect switch is not acceptable 8 When connecting or reconnecting low voltage (600 volts or less) panelboards which serve existing loads, verify the phasing and rotation prior to the connection, and make connections to maintain the same phasing and rotation to the new panelboards, and existing loads as existed prior to removal of the loads from the original (or temporary) distribution system Verification of rotation alone is not acceptable Phasing must also be verified (This may be done by checking for presence of AC voltage between analogous G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.Docx 9-102 phases of different devices/equipment. Presence of nominal AC voltage between analogous phases of different devices/equipment indicates incorrect phasing.) E. Install wiring to equipment neutral and grounding blocks on the bottom or furthest back row first. Leave unconnected blocks accessible for future neutral or grounding connections. F Leave six inches or more of free conductor at each connected device or equipment terminal and nine inches of free conductors at each unconnected outlet. Tape free ends of conductors at unconnected outlets and coil neatly in outlet box. G Install wires neatly in enclosures Bend or form wires in neat runs from conduits to terminals. Arrange wires so that they may be grouped by conduit or function in the enclosure. Install cable ties and straps to support and bundle wires in enclosures Arrange wires to allow wire tags and numbers to be easily read without bending or flexing wiring. H Install grounding conductors according to Item SP -620. I. Pulling Conductors. 1 Make all cable pulls by hand. Use pulling means, including fish tape, cable, rope, and basket -weave wire/cable grips, or wrapping extra conductor into an eye, that will not damage cables or raceway 2 Use manufacturer -approved pulling compound or lubricant where necessary; compound used must not deteriorate conductor or insulation. Do not exceed manufacturer's recommended maximum pulling tensions and sidewall pressure values Install pullboxes or pull fittings where necessary to prevent exceeding manufacturer's recommendations 3. Cut cable or conductor ends off after pulling and clean all lubricant and/or pulling compound from conductors before terminating J Support cables according to Item SP -610. K. Identify wires and cables according to Item SP -610 "Basic Electrical Materials and Methods and as follows. 1 For power circuits: a. At each connection, except at motors, tag for phase rotation and circuit number b At each motor tag for winding lead numbers. Make all phase rotation changes for motor direction changes at the motor to maintain correct color phase sequence in equipment. c. In each enclosure or box where more than one ungrounded power conductor is spliced or connected, tag for panelboard identification and pole number 3.4 CONNECTIONS A. Use the proper high-pressure compression tool for terminating indent type compression connectors or terminations on conductors of size #8 AWG or larger gauge. Use an approved pliers or tool for crimping connectors for conductors of size #10 AWG orsmaller gauge. B. Make splices or tap connections with filler, and tape that possess equivalent or better mechanical strength and insulation ratings than conductors being connected Insulate to same thickness as connectors being spliced or connected G1PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.Docx 9-103 C Shielded cables used for analog signals shall be terminated with not greater than 1 inch of conductor left outside the shield This applies to field wires entering the panel for termination, and to panel conductors Conductor twist shall be maintained over the unshielded length to as close as possible to the point of termination Where the overall jacket is cut back to expose the individual conductors, provide a heat shrink sleeve over the jacket, the signal, and the shield (drain) conductors Insulate the shield (drain) conductor where not covered by the jacket or the sleeve Where shield (drain) conductors are not terminated, cut the conductor even with the jacket so that it is covered by the sleeve to prevent inadvertant contact with other devices, terminals, or conductors in the panel. D. Connect outlets and components to wiring and to ground as indicated and instructed by manufacturer, and in compliance with other electrical items E Tighten electrical connectors and terminals according to manufacturer's published torque - tightening values If manufacturer's torque values are not indicated, use those specified in UL 486A and UL 486B 3.5 FIELD QUALITY CONTROL A. Testing Agency Engage a qualified testing agency to perform field quality -control testing B. Test installation of wires and cables before electrical circuitry has been energized 1 Test wire and cable installation, when complete and seventy-two hours prior to energization of the system 2 Procedures• Perform each visual and mechanical inspection and electrical test stated in NETA ATS, Section 7 3 2 Certify compliance with test parameters 3 Remove and replace conductors with visible damage on conductor insulation ends due to installation in an incomplete or damaged conduit system such as, but not limited to, missing bushings or burrs on conduit ends C. Correct malfunctioning conductors, cables, and connections at Project site, where possible, and retest to demonstrate compliance, otherwise, remove and replace with new materials and retest. END OF ITEM SP -630 G.\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS Docx 9-104 ITEM SP -640 — RACEWAYS AND BOXES PART 1 — GENERAL 1.13 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Section 9 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes raceways, fittings, boxes, enclosures, and cabinets for electrical wiring 1. Raceways include the following: a RMC. b. PRMC. c. LFMC. d. PVC e. RTRC f Wireways. g. Surface raceways 2 Boxes, enclosures, and cabinets include the following. a. Device boxes. b. Outlet boxes c Pull and junction boxes. d. Cabinets and hinged -cover enclosures B Related Items include the following. 1. Item SP -600 for raceway and box supports. 2 Item SP -630 for conductors installed in raceways and boxes. 3. Item SP -650 for devices installed in boxes. 1.3 DEFINITIONS A. LFMC: Liquidtight flexible metal conduit. B. RMC. Rigid metal conduit. C. PRMC: PVC coated rigid metal conduit. D. PVC: Rigid polyvinyl chloride conduit. E RTRC: Reinforced thermosetting Resin Conduit (Fiberglass). F NPT. National Pipe Thread. G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.Docx 9-105 G NEMA. National Electrical Manufacturers Association H. ANSI. American National Standards Institute 1.4 SUBMITTALS A. General Submit each item in this Article as described in Item SP -600 and Section 6 B Product Data For each type raceway and box specified 1 In addition to the requirements of Item SP -600 and Section 6 Specification sections, submit only one manufacturer for each product type Multiple manufacturers for the same product will be rejected 1.5 QUALITY ASSURANCE A. Refer to Item SP -600 Paragraph 1 7 1.6 COORDINATION A. Coordinate layout and installation of raceways and boxes with other construction elements to ensure adequate headroom, working clearance, and access B Coordinate conduit stub up locations with approved equipment shop drawing submittals prior to locating conduit stub ups in the slab Locate conduit stub ups per equipment manufacturer's recommendations and the requirements of the Plans and Specifications 1.7 METHOD OF MEASUREMENT: A. No specific measurement shall exist for this item 1.8 BASIS OF PAYMENT: A. There will be no separate measurement or payment for this item and all costs for performance of this work shall be incidental to other items of work PART 2 — PRODUCTS 2.1 METAL CONDUIT AND TUBING A. RMC: 1 Conduit: Hot dipped galvanized steel with threaded ends meeting ANSI C80 1 2 Couplings unsplit, NPT threaded steel cylinders with galvanizing equal to the conduit. 3. Nipples same as conduit, factory made through eight inches, no running threads B PRMC (PVC -Coated Rigid Steel Conduit and Fittings) NEMA RN 1 1 Minimum 40 mil exterior PVC coating, and 2 mil interior urethane coating 2 Manufacturers• a RobRoy Industries b. KorKap G:\PROJECTS\2016\16164E\Spec116164 SPECIFICATIONS.Docx 9-106 C. LFMC• 1. Conduit: flexible, galvanized steel convolutions forming a continuous raceway, covered by a liquid tight PVC layer Electri-Flex Type LA or American Sealtite, Type UA. The use of thinwall conduit is not permitted. 2 Connectors• Hot -Dip galvanized steel or hot -dip galvanized malleable iron, screw in ferrule which covers the end of the conduit inside and out, insulated throat, approved for grounding. Provide with gland nut with integral ground lug for connectors to motors rated 10 horsepower and larger. O-Z/Gedney Type 4Q series, or approved equal. 2.2 RIGID NONMETALLIC CONDUIT (RNC) A. Rigid nonmetallic conduit (RNC) includes PVC and RTRC per NEC Article 352 (Rigid Polyvinyl Chloride Conduit: Type PVC) and NEC Article 355 (Reinforced thermosetting Resin Conduit: Type RTRC) and as follows• 1. PVC. a. NEMA TC 2, Schedule 40 or 80 PVC b Fittings NEMA TC 3; match to conduit or conduit/tubing type and material 2 RTRC. a NEMA TC 14 b. UL 1684 2.3 OUTLET AND DEVICE BOXES A. Concealed in dry indoor locations, flush mounted in walls Stamped steel, deep drawn one piece (without welds or tab connections), galvanized, with knockouts for conduit or connector entrance, meeting NEMA OS 1, and with plaster or extension rings to suit construction and application. B Exposed dry locations which are not hazardous or are not in process areas. Stamped steel, deep drawn one piece (without welds or tab connections), galvanized, with knockouts for conduit or connector entrance, meeting NEMA OS 1 Boxes 6"x6"x4" or larger may be code gauge fabricated steel continuously welded at seams and painted after fabrication Covers shall be of the same material and finish as the device box. C. Exposed outdoors, below grade, wet locations, or exposed in indoor locations in process areas which are not hazardous: galvanized, cast iron alloy box, one piece, with threaded holes or hubs, integral mounting lugs and with neoprene gaskets and galvanized cast iron alloy cover (covers shall be of the same material and finish as the device box) 2.4 PULL AND JUNCTION BOXES A. Concealed in dry indoor locations, flush mounted in walls. Stamped steel, deep drawn one piece (without welds or tab connections), galvanized, with knockouts for conduit or connector entrance, meeting NEMA OS 1, and with plaster or extension rings to suit construction and application. B. Exposed dry locations which are not hazardous or are not process areas• Stamped steel, deep drawn one piece (without welds or tab connections), galvanized, with knockouts for conduit or connector entrance, meeting NEMA OS 1 Boxes 6"x6"x4" or larger may be code gauge fabricated steel continuously welded at seams and painted after fabrication. Covers shall be of the same material and finish as the device box. G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.Docx 9-107 C Exposed outdoors, below grade, wet locations, or exposed in indoor locations in process areas which are not hazardous Cast -Metal Boxes meeting NEMA FB 1, with gasketed screw down cover Boxes 6"x6"x4" or larger may be code gauge fabricated stainless steel continuously welded at seams and with rubber gasketed covers. Hoffman or equal. Covers shall be of the same material and finish as the device box. Device boxes associated with control stations shall be the same material as the disconnect and control station enclosure D Underground circuits In accordance with the Washington State Department of Transportation's Standard Plan No. J-40.10-03 2.5 MISCELLANEOUS FITTINGS 1 NEMA FB 1, compatible with conduit/tubing materials 2 Deep socket PVC coupling for connecting RTRC to PVC conduit runs 3 Conduit bodies shall be cast or malleable iron, hot dipped galvanized Covers shall be of the same material and finish as the fitting. Appleton, Crouse Hinds, OZ Gedney, or equal 4 Conduit bushings shall be malleable iron Locknuts and sealing locknuts in sizes smaller than 2 1/2" shall be steel Locknuts and sealing locknuts in sizes 2 1/2" and larger shall be malleable iron Appleton, Cooper Crouse Hinds, OZ Gedney, Thomas Betts or equal 5 Conduit sealing bushings shall be OZ Gedney Type CSM series Cabinet sealing bushing shall be OZ Gedney Type GRK. 6. Conduit sealing fittings, drains and breathers shall be OZ Gedney Type EY and DB, or equal Appleton or Crouse Hinds 7 Through wall and floor seals shall be OZ Gedney FS and WS series 8 Cord grip connectors shall be OZ Gedney CGA, or equal Appleton or Crouse Hinds 9 Conduit spacers for direct buried or encased in concrete raceways shall be Underground Devices, Inc. "Wunpeece Spacers" or equal PART 3 — EXECUTION 3.1 EXAMINATION A. Examine surfaces and spaces to receive raceways, boxes, enclosures, and cabinets for compliance with installation tolerances and other conditions affecting performance of raceway installation Do not proceed with installation until unsatisfactory conditions have been corrected 3.2 WIRING METHODS A. Install RMC or PRMC unless other raceways are shown on the Contract Documents, are required by Code, or are permitted under these specifications B Where the manufacturer of equipment provided by the Contractor recommends or requires RMC for circuits associated with the equipment, provide RMC or PRMC for the entire circuit, even if other conduit types would otherwise be permitted under these specifications C. Indoors Use the following wiring methods 1 Exposed raceway runs in non -process areas which are dry and above grade RMC 2. Exposed in process areas RMC or PRMC G•\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.Docx 9-108 3. Exposed Wet or below grade Locations: RMC or PRMC. 4. Concealed: a. in wood frame walls: RMC. b. in masonry walls* RNC or RMC. c. In dry accessible building spaces (i e. above dropped ceilings). RMC. d in concrete slab or walls or ceilings surrounded by dry areas or in slabs above basements which are not corrosive. PRMC, RMC, or RNC. e. in concrete slab floors or walls or ceilings in contact with earth, water containing tank walls or corrosive areas. PRMC or RNC f. below slab -on -grade floors. PRMC, RMC or RNC 1) Use PRMC for underground circuits where metal conduit (RMC) is indicated on the Plans. RMC may be used for indoor underground circuits where specifically noted the Plans 2) At stub up locations or other locations where the raceway changes from buried to exposed conditions, transition conduit as described in paragraph 3.3. 5 Connection to Vibrating Equipment (Including Transformers and Hydraulic, Pneumatic, Electric Solenoid, or Motor -Driven Equipment). FMC, except where RMC (or PRMC) is used, use LFMC. Do not use flexible conduit in place of elbows, offsets, or fittings to attach to equipment. See below for further requirements for the installation of raceway terminations and connections using flexible connections D Outdoors. Use the following wiring methods. 1 Exposed RMC or PRMC. 2. Exposed in corrosive locations. PRMC 3 Concealed in concrete slab: RNC or PRMC. 4. Below slab -on -grade, or in earth (backfill): RNC, RMC or PRMC a Use PRMC where metal conduit (RMC) is indicated on the Plans for underground circuits. It is not permissible to use RMC in outdoor below grade locations b At stub up locations and at entrances to buildings or other locations where the raceway changes from buried to exposed conditions, transition conduit as described in paragraph 3 3. 5. Connection to Vibrating Equipment: LFMC Do not use flexible conduit in place of elbows, offsets, or fittings to attach to equipment. See below for further requirements for the installation of raceway terminations and connections using flexible connections. E. Concrete encased ductbank: RNC, or PRMC. 3.3 INSTALLATION A. Install raceways, boxes, enclosures, and cabinets as indicated, according to manufacturer's written instructions. Provide a raceway for each circuit indicated. Do not gang raceway into wireways, pullboxes, junction boxes, etc., without specific approval Do not group home runs or circuits without approval of the Owner. G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.Docx 9-109 B Minimum Raceway Size 3/4 -inch trade size for underground or imbedded circuits, 3/4 inch trade size for other circuits. C Provide PRMC or RTRC elbows for all RNC runs where conduit transitions horizontally or vertically. Where RTRC is used in PVC runs, provide elbows with factory attached socket PVC couplings. D Install conduit as a complete, continuous system without wires, mechanically secure and electrically connected to all metal boxes, fittings and equipment. Blank off all unused openings using factory made knockout seals E Install conduit exposed unless shown otherwise on the Plans F Do not install raceway in the slab or below grade/slab unless specifically shown on the Plans as being installed in the slab or below grade/slab G Run parallel or banked raceways together, on common supports where practical. Use factory elbows where elbows can be installed parallel, otherwise, provide field bends for banked raceways Make bends in parallel or banked runs from same centerline to make bends parallel H Exposed Conduit Installation 1 Install exposed raceways in lines parallel or perpendicular to the building or structural members or the structure lines except where the structure is not level Follow the surface contours as much as practical Do not install crossovers or offsets that can be avoided by installing the raceway in a different sequence or a uniform line Provide adequate headroom 2 Where several circuits follow a common route, stagger pullboxes or fittings, or if shown grouped in one box, individually fireproof each conduit. 3 Support exposed raceways as specified in Item SP -610 a Provide anchors, hangers, supports, clamps, etc to support the raceways from the structures in or on which they are installed Do not space supports further apart than ten feet. b Provide sufficient clearance to allow conduit to be added to racks, hangers etc in the future c. Support raceway within three feet of every outlet box, junction box, gutter, panel, fitting, etc d Raceway in "wet" areas shall have clamp backs (spacers) or other appropriate spacers to hold them a minimum of 1/2 inch off the surface I Raceway concealed above ceilings, in furred spaces, under slab, embedded in slab etc , which are normally inaccessible may be run at angles not parallel to the building lines J Keep raceways at least 6 inches away from parallel runs of flues and steam or hot-water pipes or other heat sources operating at temperatures above 40° C (104° Fahrenheit) Install horizontal raceway runs above water and steam piping K. Where conduits cross building or structure expansion joints, use suitable sliding or offsetting expansion fittings Unless specifically approved for bonding, use a suitable bonding jumper For sizes one inch and smaller, a half -loop of flexible conduit between boxes or fittings may be used G1PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.Docx 9-110 L. Install concealed raceway in wall or ceiling construction and/or place below the slab in a shallow trench. Do not install conduit in slab unless shown to be installed in slab on Contract Document drawings. The top of conduits installed in the shallow trench shall be at least 3 inches below the bottom of the slab. Do not run conduit just below the slab or at the edge of the slab. Embed raceway in masonry in the hollow core Horizontal runs in the joint are not permitted M. Where conduit is shown on the plans or called for to be embedded or run in concrete walls, embed conduit in concrete walls or slabs a minimum of two inches from the exterior of the concrete and between steel reinforcing mats or to the center of the concrete with respect to the concrete. It is not permissible for conduit to be in direct contact with reinforcing mats. 1 Do not place conduit in concrete less than five inches thick. 2. Sizes larger than one inch are not permitted embedded in concrete unless shown otherwise on the plans. 3 Conduit embedded in concrete may run at angles to the structure or slab line 4 Crossovers in concrete are not permitted unless otherwise noted on the Plans. N. Underground raceway runs 1. Run as straight as practicable Make changes in direction and/or grade of sufficient length to allow a gradual change (three-foot radius minimum) Make slight offsets with five degree couplings 2. Run trench true, and clear of stones or soft spots. Place three inches of fine sand in the trench bottom and tamp into place Provide preformed plastic spacers on top of sand spaced five feet on center where more than one conduit is placed in a trench. After the raceway is placed in the trench, backfill to six inches above top of conduits with sand, then with native earth backfill passing a No 8 sieve, free of stones Do not tamp on top of the conduit until the final backfill is placed. Tamp or water settle the final backfill to finish the grade Compact the backfill as specified under Section 9 3. Mark direct buried conduit by an underground line warning tape as described in Item SP - 610 4. Clean underground and embedded conduit two-inch size and above with a wire brush or swab, followed by a mandrel not less than twelve inches long and approximately one- quarter inch smaller in diameter than the conduit internal diameter. 0. Where raceway exits from grade or concrete, provide the following - 1 For runs exiting from grade, slabs or encasement, transition to one of the following for a minimum of 24" inches of raceway (including elbows) before exiting and for vertical runs, a minimum of 3" beyond the exiting point: a PRMC. b. RMC taped with a half -lapped wrap of Scotchrap No. 51 plastic tape (40 mil total thickness). The conduit shall be wrapped a minimum of 3" above the exiting point and at least 24" of raceway below the exiting point (at a minimum, the rigid steel elbow and conduit located at/above the exiting point shall be fully wrapped) c. RMC coated with Kopper's Bitumastic No 505 d. RTRC 2. Do not extend plastic conduit (PVC or RTRC) above grade, into buildings, or equipment. G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.Docx 9-111 3 For equipment to be moved into place at a later date, install a coupling flush with the floor slab and a threaded flush plug. P. Stub -ups 1 Coordinate conduit stub up locations with approved equipment shop drawing submittals prior to locating conduit stub ups in the slab Locate conduit stub ups per equipment manufacturer's recommendations and the requirements of the Plans and Specifications 2 Where conduits are stubbed up into floor standing open bottom equipment, do not extend the conduit, including end fittings, more than 3 inches above the bottom of the enclosure Stub conduits to a uniform height (plus or minus 1/8 inch) and align conduits within plus or minus 1/4 inch in rows parallel or perpendicular to the building structure Terminate conduit with an insulating, grounding type bushing bonded to the ground bus of the equipment. 3 Locate stub -ups directly under the enclosure access point or section gutter into which the conductors they contain are to be routed 4 Arrange stub -ups so that no curved portion of bends are visible above the finished slab 5 Protect stub -ups from damage where conduits rise through slabs or out of wall by installing a steel bushing or coupling on the threaded end before slab is poured Q Bend and offset metal conduit with hickey or power bender, standard elbows, conduit fittings or pull boxes Bending of PVC shall be by hot box bender and, for PVC two inches in diameter and larger, expanding plugs. Make elbows, offsets and bends uniform and symmetrical Make bends and offsets so ID is not reduced Keep legs of bends in the same plane and straight legs of offsets parallel, unless otherwise indicated R. Support conduit connections to motors or other equipment independently of the motor or equipment. Rise or drop vertically to the nearest practicable point of connection to the unit. Run vertical drops to the floor and fasten with a floor flange Unsupported drops are not permitted Horizontal runs on the floor or on equipment are not permitted Drop or rise at the appropriate closest location Run conduit on equipment frames or supports to closely follow the contours of the equipment. Locate conduit to maintain access to all equipment services and adjustment points and so as not to interfere with operation of the equipment. S Connect conduit to hubless enclosures, cabinets and boxes with double locknuts and with insulating type bushings Use grounding type bushings where connecting to concentric or eccentric knockouts Connect to enclosures, boxes and devices from below in wet areas Make conduit connections to enclosures at the nearest practicable point of entry to the enclosure area where the devices are located to which the circuits contained in the conduit will connect. T Penetrations for raceways: 1 Do not bore holes in floor and ceiling joists outside center third of member depth or within two feet of bearing points Holes shall be one inch diameter maximum 2 Penetrate through building or structure wall or surfaces with a PVC or sheet metal sleeve with at least 1/4" greater interior diameter (ID) than conduit exterior diameter (OD), set flush with walls, pack with fiberglass and seal with silicone sealant and cover with escutcheon plate 3 Penetrate through poured -in-place or below grade walls and free slabs, with a sleeve Set sleeves flush with forms or edges of slab/wall Pack around conduit with fiberglass and seal with silicone sealant. For penetrations below exterior grade, provide a floor or wall sealing fitting on the interior of the building wall. G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.Docx 9-112 4. Penetrate through roofs with core drill hole 1/2 inch to 1 inch larger than conduit, flash with neoprene, caulk conduit in place and seal with silicone sealant under flashing. Sleeve roof opening where non -concrete roof construction occurs U Raceway terminations and connections. 1. Join raceways with fittings designed and approved for the purpose and make joints tight. 2. Make threaded connections waterproof and rustproof by application of a watertight, conductive thread compound Clean threads of cutting oil before applying thread compound 3 PRMC Use only fittings approved for use with that material Patch all nicks and scrapes in PVC coating after installing conduits. 4. Make raceway terminations tight. Use bonding bushings or wedges at connections subject to vibration. Use bonding jumpers where joints cannot be made tight. 5 Cut ends of conduit square with hand or power saw or pipe cutter. Ream cut ends to remove burrs and sharp ends Make conduit threads which are cut in the field to have same effective length and same thread dimensions and taper as specified for factory -cut threads. 6. Flexible Connections: Use maximum of 18 inches of flexible conduit for equipment subject to vibration, noise transmission, or movement, such as motors, transformers, generators or similar equipment or equipment such as instruments which must be removed for service Install flexible conduit in a straight length. Do not use flexible conduit in place of elbows, offsets, or fittings to attach to fixed equipment such as panels, enclosures or switches With the Owner's approval, longer lengths of flexible conduit may be used for connection to items of equipment which require longer lengths for installation (i e. 2" conduits and larger) and removal of the equipment for maintenance or replacement purposes. Use liquid -tight flexible metal conduit in wet or damp locations. Do not strap flexible conduit to structures or other equipment. 7. Provide double locknuts and insulating bushings at conduit connections to boxes and cabinets. Align raceways to enter squarely and install locknuts with dished part against the box. Use grounding type bushings where connecting to concentric or eccentric knockouts. In "wet" areas, use locknuts of the sealing type, use Myers hubs or O-Z/Gedney rain tight conduit hubs. 8 Connect conduits to enclosures at the location of the gutter or device to which the contained conductors will be routed Route or stub conduits to motors and/or mechanical equipment directly to the connection and locate as close as possible to equipment terminals. 9 Where a device manufacturer requires a device or junction box to permit multiple conduit entries into the device from a single conduit, provide the device or junction box at no additional cost to the Owner. 10 Where raceways are terminated with threaded hubs, screw raceways or fittings tightly into the hub so the end bears against the wire protection shoulder Where chase nipples are used, align raceways so the coupling is square to the box and tighten the chase nipple so no threads are exposed. 11. Place conduits at panelboards in the rear line of knockouts where possible Install spare conduits from flush -mounted panels up to accessible spaces V. Keep conduits clean and dry and close each end left exposed When blowing through conduits, cover electrical components installed in enclosures to avoid blowing dirt or water into equipment. Use temporary closures to prevent foreign matter from entering raceways. G:\PROJECTS\2016\16164E\Spec\16164 SPEC IFICATIONS.Docx 9-113 W Install pull wires in empty raceways and in empty innerduct. Use No 14 AWG zinc -coated steel or monofilament plastic line with not less than 200 -Ib tensile strength. Leave at least 8 inches of slack at each end of the pull wire X. Seal interior of raceways around conductors at (1) hazardous locations, (2) where conduits pass from warm to cold locations, such as the boundaries of air conditioned, heated or refrigerated spaces and where conduits enter or exit buildings from outdoor areas, including underground ducts or conduit runs or (3) where otherwise required by NFPA 70 1 Methods used to seal interior of raceways around conductors shall be as follows a Install raceway sealing fittings according to manufacturer's written instructions Locate fittings at suitable, approved, and accessible locations. For hazardous locations, fill them with UL -listed sealing compound For non -hazardous areas, fill with expansive foam or Ducseal For concealed raceways, install each fitting in a flush steel box with a blank cover plate having a finish similar to that of adjacent plates or surfaces Boxes that have electrical devices installed (switches, receptacles etc) shall not be used in place of a dedicated steel box for installation of the fitting that will house the sealing material b Seal conduits using expansive foam or Ducseal where conduits enter through the bottom panelboards and control panels c Seal conduits using expansive foam or Ducseal for individual items of equipment where it is not practical to install raceway seal fittings such as building mounted lighting fixtures and convenience receptacles d As otherwise required by NFPA 70 Y. Device and Outlet Boxes 1 Coordinate box locations with building surfaces and finishes to avoid bridging wainscots, joints, finish changes, etc. 2 Use gang boxes in indoor areas wherever more than one device is used at one location In wet, corrosive or hazardous areas, use multiple double gang boxes 3 Boxes in wet areas shall be surface mounted on channel iron stanchions or set with spacers on walls and shall be attached with clamps or feet (drilling or punching enclosure to mount through side of box or enclosure is not permitted), and they shall have all conduit connections from below arranged to drain moisture away with suitable EYD drains installed at the bottom It is not permissible to install conduits into the top and side of the boxes at exterior locations unless otherwise noted on Plans 4 Attach exposed (surface mounted) boxes to building structure with a minimum of two fasteners Provide attachments to withstand a force of one -hundred pounds applied vertically or horizontally. 5 Set exposed device boxes four feet above the finished floor to top of the box unless otherwise noted on the Plans 6 Arrange boxes used in wet areas to drain moisture away from devices or enclosures for equipment and make conduit connections from below Z. Install pullboxes for underground raceway systems true to line and grade Provide a compacted foundation of fine sand or three-eighths minus crushed rock for the bearing surface edges of the pullboxes AA. Install wall or surface mounted enclosures and cabinets plumb Support at each corner. G•\PROJECTS\2016\16164E1Spec\16164 SPECIFICATIONS.Docx 9-114 3.4 PROTECTION A. Provide protection and maintain ambient conditions, in a manner acceptable to manufacturer and Owner, that ensure coatings, finishes, and cabinets are without damage or deterioration at the time of Substantial Completion 1. Repair damage to galvanized finishes with zinc -rich paint recommended by manufacturer. 2 Repair damage to PVC or paint finishes with matching touchup coating recommended by manufacturer. 3.5 CLEANING A. On completion of installation, including outlet fittings and devices, inspect exposed finish. Remove burrs, dirt, and construction debris and repair damaged finish, including chips, scratches, and abrasions END OF ITEM SP -640 G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.Docx 9-115 ITEM SP -650 — WIRING DEVICES PART 1 — GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Section 9 Specification Sections, apply to this Section 1.2 SUMMARY A. This Section includes various types of receptacles, connectors, switches, and finish plates. 1.3 SUBMITTALS A. General Submit each item in this Article as described in Item SP -600 and Section 6 Specification Sections. B. Product Data: For each type of wiring device specified 1 Specification sheets (cut sheets) of all proposed equipment (indicate the exact devices that are to be supplied). 2 In addition to the requirements of Item SP -600 and Section 6 Specification sections, submit only one manufacturer for each product type Multiple manufacturers for the same product will be rejected 1.4 QUALITY ASSURANCE A. Refer to Item SP -600 Basic Electrical Requirements 1.7 Quality Assurance 1.5 METHOD OF MEASUREMENT: A. No specific measurement shall exist for this item 1.6 BASIS OF PAYMENT: A. There will be no separate measurement or payment for this item and all costs for performance of this work shall be incidental to other items of work. PART 2 — MATERIALS 2.1 MANUFACTURERS A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated in the Work include the following. 1. Wiring Devices. a. Cooper Wiring Devices b. Bryant Electric, Inc c Hubbell Inc. d. Killark Electrical Mfg. Co. e. Leviton Mfg. Co , Inc f Pass & Seymour/Legrand. G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.Docx 9-116 g Crouse -Hinds h Paragon i Mulberry j Square -D. 2.2 WIRING DEVICES A. Comply with NEMA Standard WD 1 "General Color Requirements for Wiring Devices" and NEMA Standard WD 6, "Wiring Devices — Dimensional Specifications" B Enclosures NEMA 1 equivalent, except as otherwise indicated C. Color. Ivory except as otherwise indicated or required by Code D Receptacles, Straight -Blade and Locking Type Except as otherwise indicated, comply with Federal Specification W -C-596 and heavy-duty grade of UL Standard 498, "Electrical Attachment Plugs and Receptacles " Provide NRTL labeling of devices to verify compliance 1 General purpose Convenience Outlets a Duplex receptacle configuration b Nylon face c Staked screw terminals for line, neutral, and ground connections d. Provisions for split bus e NEMA 5-15R or 5-20R. 2. Special Purpose Receptacles a Staked screw terminals for line, neutral, and ground connections b NEMA configuration as indicated E Receptacles, Straight—Blade, Special Features Comply with the basic requirements specified above for straight -blade receptacles of the class and type indicated, and with the following additional requirements 1. Ground -Fault Circuit Interrupter (GFCI) Receptacles UL Standard 943, "Ground Fault Circuit Interrupters," with integral NEMA 5-20R duplex receptacle arranged to protect only the connected receptacle and no other receptacles connected on the same circuit. F. Snap Switches. Quiet—type AC switches, NRTL listed and labeled as complying with UL Standard 20 "General Use Snap Switches," and with Federal Specification W—S-896 1 Lighting Switches 120/277V ac only, rated 20 amperes 2 Motor rated switches. horsepower rated for application indicated G Weatherproof exterior receptacle device covers shall be constructed entirely of cast aluminum material The cover which encloses the cord set shall be opaque gray Product shall be INTERMATIC Model WP1010MC or equal H Device Box Covers. Cast iron to match box to which installed. G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.Docx 9-117 PART 3 — EXECUTION 3.1 INSTALLATION A. Except as otherwise indicated on Plans, surface mount, with long dimension vertical. Mount with grounding terminal of receptacles on bottom B Arrangement of Devices. 1. Group adjacent switches in common boxes under single, multigang cover plates. 2. See Item SP -640 for mounting height of devices. 3. Verify locations of outlets and switches in cabinetry with cabinet supplier and cabinetry shop drawings prior to installation. C Install switches with the "Off" position down. D Connect phase, neutral, and grounding wires to devices with full loops around screws installed to tighten with tightening of the screw. The use of push -in terminals are not acceptable.Trim insulation to within one-eighth inch of screw terminal E Surface mounted devices and wall plates Install devices and assemblies plumb, level and secure F. Use corrosion resistant devices outdoors. 3.2 GROUNDING A. Connect receptacle or switch ground lug to device box. 3.3 FIELD QUALITY CONTROL A. Acceptance Testing. 1 Test wiring devices for proper connections, polarity and ground continuity. Perform this testing with testing equipment designed for testing polarity and connections 2. Operate each operable device at least 6 times. 3 Test ground -fault circuit interrupter operation with local fault simulations, using a tester designed for such testing, and according to manufacturer recommendations Testing with integral test switches on the receptacle is not sufficient for this testing. B. Replace damaged or defective components, and retest. 3.4 CLEANING A. General. Internally clean devices, device outlet boxes, and enclosures. Replace stained or improperly painted wall plates or devices. END OF ITEM SP -650 G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS Docx 9-118 ITEM SP -660 — ENCLOSED SWITCHES AND CIRCUIT BREAKERS PART 1 — GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Section 9 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes switches and circuit breakers, whether individually mounted or group mounted in panelboards, and similar equipment. B Related Sections: The following Sections contain requirements that relate to this Section• 1. Item SP -650 for attachment plugs and receptacles, and snap switches used for disconnect switches. 2. Item SP -670 for panelboards containing circuit breakers. 1.3 SUBMITTALS A. Manufacturer's Product Data for disconnect switches, circuit breakers and accessories specified in this Section This includes, but is not limited to: 1 Specification sheets (cut sheets) of all proposed equipment (indicate the exact devices that are to be supplied) 2 Nameplate ratings. 3 Mounting methods. 4. For units which are stand alone mounted include dimensioned plans (showing available conduit entry locations), sections, and elevations 5 Enclosures which will not accept the quantities and sizes of conduits as shown on the Contract Plans will be rejected. 6. Lug configuration showing quantities and sizes of conductors equipment can accept. Lugs or connections for switches and circuit breakers which are not able to accept the quantities and sizes of conductors as shown on the Contract Plans will be rejected. B. Field Test Reports: Indicate and interpret test results for compliance with performance requirements. (See Section 3.2 for further information). 1.4 QUALITY ASSURANCE A. Refer to Item SP -600 paragraph 1.7. B. Source Limitations. Obtain disconnect switches, and circuit breakers from one source and by a single manufacturer C. Comply with NEC for components and installation D Comply with UL 98, "Enclosed and Dead -Front Switches" for safety switches E Comply with UL 1066 "Standard for Low -Voltage AC and DC Power Circuit Breakers Used in Enclosures" for low voltage power circuit breakers. G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.Docx 9-119 F Comply with UL 489, "Molded -Case Circuit Breakers, Molded -Case Switches, and Circuit - Breaker Enclosures" for molded case circuit breakers. G. Submit and obtain approval of shop drawings and make approved shop drawings available prior to placement of conduits in slabs to ensure placement is coordinated with switch and circuit breaker access locations from approved shop drawings Do not place conduits in slabs prior to the receipt of approved shop drawings Any relocation of conduits that are required because of incorrectly placed conduits prior to receipt of approved shop drawings shall be completed at the Contractor's expense. 1.5 METHOD OF MEASUREMENT: A. No specific measurement shall exist for this item. 1.6 BASIS OF PAYMENT: A. There will be no separate measurement or payment for this item and all costs for performance of this work shall be incidental to other items of work PART 2 — PRODUCTS 2.1 MANUFACTURERS A. Available Manufacturers Subject to compliance with requirements, manufacturers offering switches and circuit breakers that may be incorporated into the Work include, but are not limited to, the following 1 Disconnect switches, safety switches and circuit breakers a. Eaton Corp , Cutler -Hammer Products b General Electric Co , Electrical Distribution and Control Division c Siemens Energy & Automation, Inc d Square D Co 2.2 SWITCHES A. Enclosed, non -fusible Switch, 600 A and Smaller. NEMA KS 1, Type HD, enclosure consistent with environment where located, handle lockable with 2 padlocks, and interlocked with cover in CLOSED position Switch horsepower rated where used in motor circuits B Enclosed, Fusible Switch, 600 A and Smaller. NEMA KS 1, Type HD, Class R rejection fuse clips, enclosure consistent with environment where located, handle lockable with 2 padlocks, and interlocked with cover in CLOSED position Switch horsepower rated where used in motor circuits C Enclosure. NEMA KS 1, with enclosure types as described in Item SP -610 , unless indicated otherwise in the Contract Documents Enclosure conduit entry locations shall be able to accept the quantities and sizes of conduits as shown on the Contract Plans D Lugs or connections shall be able to accept the quantities and sizes of conductors as shown on the Contract Plans 2.3 ENCLOSED CIRCUIT BREAKERS A. Molded -Case Circuit Breaker NEMA AB 1, with lockable handle G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.Docx 9-120 B Characteristics. Frame size, trip rating, number of poles, and auxiliary devices as indicated with interrupting rating to meet available fault current. 1 Main and feeder breakers shall be molded case breakers with thermal magnetic trip 2. Motor circuit breakers shall be magnetic only trip with adjustable trip setting 3. Branch circuit breakers shall be molded case, thermal -magnetic trip, trip -free with non - interchangeable, non-adjustable trip unless otherwise noted. C Application Listing: Appropriate for application, including switching lighting loads (SWD) or heating, air-conditioning, and refrigerating equipment (HACR). D. Molded -Case Switch: Where indicated, molded -case circuit breaker without trip units E Enclosure per application, as described in Item SP -610, unless otherwise specified or required to meet environmental conditions of installed location. Enclosure conduit entry locations shall be able to accept the quantities and sizes of conduits as shown on the Contract Plans F Lugs. Mechanical lugs and power -distribution connectors suitable for conductors of the material, number and size provided Lugs or connectors shall be able to accept the quantities and sizes of conductors as shown on the Contract Plans. PART 3 — EXECUTION 3.1 INSTALLATION A. Install equipment enclosures level and plumb in locations as indicated, according to manufacturer's written instructions B. For wall mounted equipment enclosures located at walls, bolt units to wall or mount on structural—steel channels bolted to wall For enclosures not located at walls, provide structural stanchion supports conforming to Item SP -610 C. Install wiring between switches, circuit breakers, control, and indication devices D. Connect switches and circuit breakers and components to wiring system and to ground as indicated and as instructed by manufacturer. 1. Tighten electrical connectors and terminals according to manufacturer's published torque - tightening values Where manufacturer's torque values are not indicated, use those specified in UL 486A and UL 4866. E. Identify each switch and circuit breaker according to requirements specified in Item SP -610 3.2 FIELD QUALITY CONTROL A. Acceptance Testing. After installing switches and circuit breakers and before electrical circuitry has been energized, demonstrate product capability and compliance with requirements. 1 Provide services of a qualified independent testing agency as described in Item SP -600 to perform specified testing for circuit breakers. 2. Procedures. a Perform each visual and mechanical inspection and electrical test stated in NETA ATS, Section 7 5.1.1 for switches Certify compliance with test parameters. G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.Docx 9-121 b Perform each visual and mechanical inspection and electrical test stated in NETA ATS, Section 7 6 1 1 for molded -case circuit breakers. Certify compliance with test parameters. 3 Correct malfunctioning units on-site, where possible, and retest to demonstrate compliance, otherwise, remove and replace with new units and retest. 3.3 ADJUSTING A. Set field -adjustable circuit -breaker trip setting ranges as indicated. B. Provide fuses for fused disconnect switches to coordinate with manufacturer's listed maximum fuse size for equipment supplied by the disconnect switch 3.4 CLEANING A. After completing system installation, including fittings and devices, inspect exposed finish Remove burrs, dirt, and construction debris and repair damaged finish including chips, scratches, and abrasions END OF ITEM SP -660 G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.Docx 9-122 ITEM SP -670 — PANELBOARDS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Section 9 Specification Sections, apply to this Section 1.2 SUMMARY A. This Section includes lighting and power panelboards and associated auxiliary equipment rated 600 V and less. B Section Includes. 1 Panelboards specified under this Section include a. Load Center at Gate G7 C. Related Sections include the following. 1 Item SP -610 for additional materials and installation information. 2. Item SP -660 for circuit breakers installed in panelboards 1.3 SUBMITTALS A. Product Data: For each type of panelboard, accessory item, and component specified B. Shop Drawings: For panelboards, include the following 1. Enclosure (including front, door, etc.) type and mounting 2. Bus configuration and current ratings. 3. Short-circuit current rating. 4 Circuit breaker quantities, types and layout. 5 Enclosures which will not accept the quantities of conduits as shown on the Contract Plans will be rejected 6 Lugs or connections panelboards which are not able to accept the quantities and sizes of conductors as shown on the Contract Plans will be rejected C Panelboard Schedules: For installation in panelboards and inclusion in the maintenance manuals specified in Section 6. Submit final versions prior to closeout of project. D. Maintenance Data For panelboard components to include in the maintenance manuals specified in Section 6. Include manufacturer's written instructions for testing circuit breakers. 1.4 QUALITY ASSURANCE A. Refer to Item SP -600 paragraph 1 7 . B. Comply with NEMA PB 1. C. Comply with UL 67, "Standard for Panelboards". G:\PROJECTS12016\16164E\Spec\16164 SPECIFICATIONS.Docx 9-123 D Submit and obtain approval of shop drawings and make approved shop drawings available prior to placement of conduits in slabs to ensure placement is coordinated with panelboard access locations from approved shop drawings. Do not place conduits in slabs prior to the receipt of approved shop drawings. Any relocation of conduits that are required because of incorrectly placed conduits prior to receipt of approved shop drawings shall be completed at the Contractor's expense 1.5 DELIVERY, STORAGE, AND HANDLING A. Store equipment per requirements of Item SP -600 paragraph 1 11. B Remove equipment protection only after equipment is safe from hazards such as dirt and moisture and damage from construction operations Field repair of material or equipment made defective by improper storage or site construction damage by other trades is not acceptable. 1.6 EXTRA MATERIALS A. Keys Provide 3 spares of each type for panelboard cabinet lock. 1.7 METHOD OF MEASUREMENT: A. No specific measurement shall exist for this item 1.8 BASIS OF PAYMENT: A. There will be no separate measurement or payment for this item and all costs for performance of this work shall be incidental to other items of work PART 2 — PRODUCTS 2.1 MANUFACTURERS A. Manufacturers. Subject to compliance with requirements, provide products by the following 1 Eaton Corp , Cutler -Hammer Products. 2 General Electric Co ; Electrical Distribution & Control Div 3 Siemens Energy & Automation, Inc 4 Square D Co 2.2 PANELBOARD FABRICATION A. Enclosures. Flush- or surface -mounted enclosures as indicated on the Plans NEMA PB 1, 20" minimum width, of NEMA type complying with Item SP -610 for the location installed Front: Secured to enclosure with concealed trim clamps or screws. Front for surface -mounted panelboards shall be same dimensions as enclosure. Fronts for flush panelboards shall overlap enclosure, unless otherwise indicated Enclosure conduit entry locations shall be able to accept the quantities and sizes of conduits as shown on the Contract Plans B Directory Frame Metal, mounted inside each panelboard door C Bus Hard drawn copper of 98 percent conductivity Insulated, bondable, full size neutral bus unless otherwise indicated. D. Main and Neutral Lugs Compression type. Lugs or connections for panelboard equipment shall be able to accept the quantities and sizes of conductors as shown on the Contract Plans G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.Docx 9-124 E. Equipment Ground Bus: Adequate for feeder and branch -circuit equipment ground conductors Bonded to enclosure. F. Doors. In panelboard front, with concealed hinges. Secure with flush catch and tumbler lock, all keyed alike G Special Features: Include the following features for panelboards. 1. Provide same size enclosures for multi -section panelboards. 2. Feed -through Lugs Sized to accommodate feeders indicated 3. For panelboards with NEMA 1 enclosures, panel fronts shall be stretcher leveled steel with piano hinged door -to -box construction. The entire panel front shall be hinged to allow access to the interior of the panelboard enclosure when opened (the second door allows access to the circuit breakers only). Door -to -box construction shall not increase the width of the panelboard to a dimension greater than what is shown on the Contract Drawings. 4 Provide skirts for surface mounted panelboards located in buildings H Future Devices and Circuit Breakers. Equip for future installation of devices and circuit breakers with mounting brackets, bus connections, and necessary appurtenances, for the overcurrent protective device ampere ratings indicated 2.3 OVERCURRENT PROTECTIVE DEVICES A. In accordance with Item SP -660, except as modified herein. B Branch Overcurrent Protective Devices. Bolt -on circuit breakers, replaceable without disturbing adjacent units. PART 3 — EXECUTION 3.1 INSTALLATION A. Install panelboards and accessory items according to NEMA PB 1 1 1. Setup, adjust and fasten in place flush trim and interiors. 2. Install circuit breakers as shown on the "Circuit Schedule" for each panelboard except where deviations are necessary to accommodate changes in loads or equipment served. B Mounting Heights. Top of trim 74 inches above finished floor, unless otherwise indicated. C. Mounting. Plumb and rigid without distortion of box. Mount flush panelboards uniformly flush with wall finish Mount surface panelboards with spacers of neoprene or fiberglass to shim out from irregular surfaces or from damp surfaces D. Circuit Directory. Prepare panelboards directories neatly typewritten in the same pole sequence as the panelboard stamping Send a copy to the Owner for his records. Prior to typing the final directories, verify room and equipment names and numbers with the Owner and modify circuit descriptions of areas/spaces to conform with the Owner's desires Obtain approval before installing Record all circuit breaker installation deviations from the "Circuit Schedule" and show on the Record Drawings the actual size and pole position of all circuit breakers installed. E. Do not remove knockouts for breaker positions unless a breaker is to be installed. Where twistouts or knockouts are removed in error, provide a circuit breaker (one pole, twenty ampere) to fill each position removed G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.Docx 9-125 F Provision for Future Circuits Install panelboards in such a manner as to leave access to the box, building chases, knockouts, etc for future circuit additions 3.2 IDENTIFICATION A. Panelboard Nameplates Label each panelboard with engraved nameplates per the requirements of Item SP -610 paragraph 3 3. 3.3 CONNECTIONS A. Tighten electrical connectors and terminals, including grounding connections, according to manufacturer's published torque -tightening values Where manufacturer's torque values are not indicated, use those specified in UL 486A and UL 486B 3.4 FIELD QUALITY CONTROL A. Prepare for acceptance tests as follows 1 Test panelboards and electrical circuits for proper connection, continuity, and absence of undesirable shorts and grounds Test wire and cable installation, when complete and seventy-two hours prior to energization of the system Check for continuity, visual damage, marking, and proper phase sequence before performing insulation testing 2 Make insulation -resistance tests of each panelboard bus, component, and connecting supply or feeder circuit. Megger bus work, breakers and circuits phase -to -phase and phase -to -ground disconnecting and reconnecting equipment which cannot be meggered as required The minimum acceptable steady-state value is 50 megohms Record ambient temperature and humidity during testing B Acceptance Testing. After installing panelboards and before electrical circuitry has been energized, demonstrate product capability and compliance with requirements 1 Provide services of a qualified testing agency as described in Item SP -600 to perform specified testing for circuit breakers 2. Procedures Perform each visual and mechanical inspection and electrical test stated in NETA ATS, Section 7 6 1 1 for molded -case circuit breakers Testing of circuit breakers shall only be required for circuit breakers 200 amperes and larger Certify compliance with test parameters 3 Correct malfunctioning units on-site, where possible, and retest to demonstrate compliance, otherwise, remove and replace with new units, and retest. 3.5 ADJUSTING A. Set field -adjustable circuit -breaker trip ranges as indicated, or requested by the Owner 3.6 CLEANING A. On completion of installation, inspect interior and exterior of panelboards. Vacuum interior and wipe clean all interior surfaces Remove paint splatters and other spots, dirt, and debris Touch up scratches and mars of finish to match original finish END OF ITEM SP -670 G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.Docx 9-126 ITEM SP -680 — EXTERIOR LIGHTING PART 1 — GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Section 9 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes exterior lighting fixtures, LED drivers, pole standards, and accessories. 1.3 DEFINITIONS A. Fixture: A complete lighting unit, exit sign, or emergency lighting unit. Fixtures include lamps and parts required to distribute light, position and protect lamps, and connect lamps to power supply Internal battery -powered exit signs and emergency lighting units also include a battery and the means for controlling and recharging the battery. Emergency lighting units include ones with and without integral lamp heads See also LED luminaire B Lighting Unit: A fixture or an assembly of fixtures with a common support, including a pole or bracket plus mounting and support accessories. C LED luminaire• A complete lighting unit consisting of LED -based light emitting elements and a matched driver together with parts to distribute light, to position and protect the light emitting elements, and to connect the unit to a branch circuit. The LED based light emitting elements may take the form of LED packages (components), LED arrays (modules), LED Light Engine, or LED lamps. The LED luminaire is intended to connect directly to a branch circuit. D. Luminaire: A fixture. 1.4 LM -80 — LUMEN MAINTENANCE DEFINITIONS A. Average Life: The time after which 50 percent fails and 50 percent survives under normal conditions. B. CRI: Color Rendering Index. C. CCT: Correlated Color Temperature. D SSL: Solid State Lighting (or LED) 1.5 SUBMITTALS A. General Submit each item in this Article as described in Item SP -600 and Section 6 Specification Sections B. Product Data describing fixtures, lamps, drivers, and emergency lighting units. Arrange Product Data for fixtures in order of fixture designation. Include data on features and accessories and the following: 1. Outline drawings indicating dimensions and principal features of fixtures. 2. Electrical Ratings and Photometric Data. Certified results of laboratory tests for fixtures and lamps 3 Battery and charger data for emergency lighting units G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.Docx 9-127 C Provide one of the following sets of data regarding the output of the Luminaire over time 1. LM -79-08 report at T=0 and at T=6000 hours with a summary table showing the percentage lumen output change and percent input power change 2. LM -80-08 test data for the LEDs at the three temperatures per LM -80-08. Provide extrapolation data using an exponential decay function to show the output at 50,000 hours. Provide the Ts value from the LM -79-08 ad where the point falls in relation to the LM -80- 08 extrapolated data Interpolate between the LM -80-08 data for the Ts temperature. 1.6 QUALITY ASSURANCE A. Electrical Component Standard Provide components that comply with NFPA 70 B Refer to Item SP -600 paragraph 1.7. 1.7 STORAGE AND HANDLING OF POLES A. General• Store poles on decay -resistant treated skids at least 12 inches above grade and vegetation Support pole to prevent distortion and arrange to provide free air circulation B Metal Poles Retain factory -applied pole wrappings until just before pole installation For poles with nonmetallic finishes, handle with web fabric straps 1.8 EXTRA MATERIALS A. Furnish extra materials described below that match products installed, are packaged with protective covering for storage, and are identified with labels describing contents 1 Two spare LED luminaires of each type being provided on the project as described on the lighting fixture schedule 2 LED Drivers 10% of each type and rating installed Furnish at least one of each type 3 LED Lamps 10% of each type and rating installed Furnish at least one of each type 4. Glass and Plastic Lenses, Covers, and Other Optical Parts 1% of each type and rating installed. Furnish at least one of each type 5 Globes and Guards 5% of each type and rating installed. Furnish at least one of each type B Extra materials including spare parts shall be provided with the equipment or like materials at the time the equipment or materials arrive on site. It is not acceptable to provide extra materials after the equipment or materials are delivered to the site 1.9 METHOD OF MEASUREMENT: A. Measurement for "Security Lighting, In Place" shall be lump sum 1.10 BASIS OF PAYMENT: A. Payment will be made at the unit contract price for "Security Lighting, In Place " This price shall include full compensation for all labor, equipment, tools, and material necessary to furnish and install complete and operation security lighting including, but not necessarily limited to, excavation, foundation, electrical conduit, and electrical conductor as shown on the Plans and as specified G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.Docx 9-128 PART 2 — PRODUCTS 2.1 MANUFACTURERS A. Products Subject to compliance with requirements, provide one of the products specified in Lighting Fixture Schedule. 2.2 FIXTURES AND FIXTURE COMPONENTS, GENERAL A. Metal Parts. Free from burrs, sharp edges, and corners. B Sheet Metal Components Corrosion -resistant aluminum, except as otherwise indicated Form and support to prevent warping and sagging. C. Housings- Rigidly formed, weather- and light -tight enclosures that will not warp, sag, or deform in use. Provide filter/breather for enclosed fixtures. D Doors, Frames, and Other Internal Access Smooth operating, free from light leakage'under operating conditions, and arranged to permit relamping without use of tools. Arrange doors, frames, lenses, diffusers, and other pieces to prevent accidental falling during relamping and when secured in operating position. Provide for door removal for cleaning or replacing lens. Arrange for door opening to disconnect ballast. E. Exposed Hardware Material- Stainless steel. F Reflecting Surfaces: Minimum reflectances as follows, except as otherwise indicated. 1 White Surfaces: 85 percent. 2. Specular Surfaces. 83 percent. 3. Diffusing Specular Surfaces: 75 percent. G Plastic Parts. High resistance to yellowing and other changes due to aging, exposure to heat, and UV radiation. H. Lenses and Refractors Materials as indicated. Use heat- and aging -resistant, resilient gaskets to seal and cushion lens and refractor mounting in fixture doors I LED Drivers' Electronic integrated circuit, solid-state, full -light -output, energy-efficient type compatible with lamps and lamp combinations to which connected 1. Certification by Electrical Testing Laboratory (ETL) Can be UL recognized, but Listed when part of a fixture assembly. 2. Drivers shall have a minimum efficiency of 85%. • 3 Sound Rating: "A" rating. 4 Voltage Match connected circuits. 5 Starting Temperature: -30 deg. C to 50 deg C 6. Minimum Power Factor: 90 percent. 7. Total Harmonic Distortion (THD) of Ballast Current: Less than 10 percent. 8. Conform to FCC Regulations Part 15, Subpart J for electromagnetic interference. 9. Lamp -Driver connection method does not reduce normal rated life of lamps. G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.Docx 9-129 2.3 LAMPS AS PART OF FIXTURE A. Provide lamps for each fixture which comply with ANSI C78 series that is applicable to each type of lamp B. Color Temperature and Minimum Color -Rendering Index (CRI) 4000-4100 K and minimum CRI listed on fixture schedule C LED Lamp Life Rated average is a minimum of 50,000 operating hours before reaching L70 lumen output degradation point with no catastrophic failures 2.4 FIXTURE SUPPORT COMPONENTS A. Pole -Mounted Fixtures- Conform to AASHTO LTS-3. B. Wind -load strength of total support assembly, including pole, arms, appurtenances, base, and anchorage, is adequate to carry itself plus fixtures indicated at indicated heights above grade without failure, permanent deflection, or whipping in steady winds of 100 mi./h with a gust factor of 1 3 C Arm, Bracket, and Tenon Mount Materials Match poles' finish D Mountings, Fastenings, and Appurtenances. Corrosion -resistant items compatible with support components Use materials that will not cause galvanic action at contact points Use mountings that correctly position luminaire to provide indicated light distribution E. Pole Bases Anchor type with galvanized steel hold-down or anchor bolts, leveling nuts, and bolt covers F. Metal Pole Grounding Provisions Welded 1/2 -inch threaded lug, accessible through handhole G Concrete for Pole Foundations Comply with Section 9 Use 3000-psig strength, 28 -day concrete 2.5 FINISHES A. Metal Parts Manufacturer's standard finish, except as otherwise indicated, applied over corrosion -resistant primer, free of streaks, runs, holidays, stains, blisters, and similar defects B Other Parts. Manufacturer's standard finish, except as otherwise indicated PART 3 — EXECUTION 3.1 INSTALLATION A. Set units plumb, square, level, and secure according to manufacturer's written instructions and approved Shop Drawings B Concrete Foundations Construct according to Section 9 1 Comply with details and manufacturer's recommendations for reinforcing, anchor bolts, nuts, and washers Verify anchor -bolt templates by comparing with actual pole bases furnished C. Pole Installation Use web fabric slings (not chain or cable) to raise and set poles D Fixture Attachment: Fasten to indicated structural supports G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.Docx 9-130 E. Lamp fixtures with indicated lamps according to manufacturer's written instructions Replace malfunctioning lamps. 3.2 FIELD QUALITY CONTROL A. Inspect each installed unit for damage. Replace damaged fixtures and components. B Give advance notice of dates and times for field tests C. Provide instruments to make and record test results. D. Tests and Observations: Verify normal operation of lighting units after installing fixtures and energizing circuits with normal power source. Include the following: 1 Cover the photocell to test control operation E Replace or repair damaged and malfunctioning units, make necessary adjustments, and retest. Repeat procedure until all units operate properly. 3.3 ADJUSTING AND CLEANING A. Clean units after installation. Use methods and materials recommended by manufacturer. 3.4 LIGHTING FIXTURE SCHEDULE A. Lighting Fixture Schedule is shown on the Plans END OF ITEM SP -680 G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.Docx 9-131 APPENDIX A CONSTRUCTION SAFETY PHASING PLAN REPORT G:\PROJECTS\2016\16164E\Spec\16164 SPECIFICATIONS.Docx INN 81111 MN MI I NM r 1-- 1 r illi -- NB 1 E AIRPORT IMPROVEMENT PROGRAM SAFFTY/PHASING NOTES: 1. CONTRACTOR SHALL REFER TO THE CONSTRUCTION DOCUMENTS FOR THE SECURITY IMPROVEMENTS UPGRADE THE PROPOSED DURATION OF WORK IS ACCORDING TO THE CONTRACT DOCUMENTS. THIS TIME SHALL BE COORDINATED WITH THE CONTRACT, AIRPORT MANAGEMENT. AND ENGINEER AS APPLICABLE IF ADDITIONAL TIME IS NECESSARY. REFER TO THE PROJECT SPECIFICATIONS AND NOTIFY THE ENGINEER 2. THE AFFECTED AREA DURING CONSTRUCTION SHALL BE SUBSTANTIALLY CONFINED TO OUTSIDE OF THE AIR OPERATIONS AREA (AOA) AND THE LIMITS OF WORK SHOWN ON THE SAFETY PLAN. POSSIBLE SAFETY PROBLEMS INCLUDE THE FOLLOWING ITEMS TO THE MAXIMUM EXTENT POSSIBLE THESE SH Al I HE AVOIDED: A. EXCAVATION ADJACENT TO APRONS WILL NOT BE PERMITTED EXCEPT AS ALLOWED BY 161E CONTRACT DOCUMENTS B TALL AND RELATIVELY LOW—VISIBILITY UNITS (I E EOUIPMENT WITH SUM PROFILES) --CRANES, DRILLS, AND SIMILAR OBJECTS-- REOUIRE NOTAMS ALL SUCH EQUIPMENT SHALL BE LIGHTED AND FLAGGED MAXIMUM EOUIPMENT HEIGHT IS 25—FEET C, OBSTACLES, LOOSE PAVEMENT, TRASH, CONSTRUCTION DEBRIS (GRAVEL, SAND. MUD, PAVING MATERIALS, ETC) ON AIRPORT PAVEMENTS MAY RESULT IN AIRCRAFT PROPELLER, TURBINE ENGINE, OR TIRE DAMAGE ALSO, LOOSE MATERIALS MAY MOVE, POTENTIALLY CAUSING PERSONAL INJURY OR EQUIPMENT DAMAGE THE CONTRACTOR SHALL MAINTAIN AND EXECUTE A PLAN TO CONTROL ALL DEBRIS ANY DAMAGE TO AIRCRAFT CAUSED BY THE CONTRACTOR'S OPERATIONS, SHALL BE CONTRACTOR'S RESPONSIBILITY D INAPPROPRIATE OR POORLY MAINTAINED FENCING DURING CONSTRUCTION INTENDED TO DETER HUMAN AND ANIMAL INTRUSIONS INTO THE WORK AREA SHALL BE CORRECTED IMMEDIATELY. FENCING AND OTHER MARKINGS THAT ARE INADEQUATE TO SEPARATE CONSTRUCTION AREAS FROM OPEN AOA SHALL BE CORRECTED BY THE CONTRACTOR E WILDLIFE ATTRACTANTS SUCH AS TRASH (FOOD SCRAPS NOT COLLECTED FROM CONSTRUCTION PERSONNEL ACTIVITY), CRASS SEEOS. OR PONDED WATER IN OR NEAR THE WORK AREA WILL NOT BE ALLOWED. F FAILURE TO NOTIFY OR UPDATE THE ENGINEER AND OWNER ABOUT CONSTRUCTION—RELATED AIRPORT CONDITIONS THE CONTRACTOR SHALL NOTIFY THE AIRPORT/ INSPECTOR IMMEDIATELY AIRPORT MANAGEMENT IS RESPONSIBLE TO ISSUE ALL NO TAMS G FAILURE TO MARK AND IDENTIFY UTILITIES OR POWER CABLES DAMAGE TO UTILITIES AND 00WER CABLES DURING CONSTRUCTION ACTIVITY CAN RESULT IN THE LOSS OF RUNWAY/TAXIWAY LIGHTING, LOSS OF NAVIGATIONAL, VISUAL, OR APPROACH AIDS, DISRUPTION OF REPORTING SERVICES, AND/OR LOSS OF COMMUNICATIONS. CONTRACTOR IS RESPONSIBLE FOR IDENTIFICATION OF ALL KNOWN UTILITIES H RESTRICTIONS ON AIRCRAFT RESCUE AND FIRE FIGHTING (ARFF) ACCESS FROM FIRE STATIONS TO THE RUNWAY—TAXIWAY SYSTEM OR AIRPORT BUILDINGS SHALL NOT BE ALLOWED. THE CONTRACTOR SHALL NOT BLOCK ANY ARFF ACCESS. I OBJECTS, REGARDLESS OF WHETHER THEY ARE MARKED OR FLAGGED, OR ACTIVITIES ANYWHERE ON OR NEAR AN AIRPORT THAT COULD BE DISTRACTING, CONFUSING, OR ALARMING TO PILOTS DURING AIRCRAFT OPERATIONS SHALL BE AVOIDED. J SPILLAGE FROM VEHICLES (GASOLINE, DIESEL FUEL, OIL. ETC) ON ACTIVE PAVEMENT AREAS, SUCH AS RUNWAYS, TAXIWAYS, RAMPS, AND AIRPORT ROADWAYS SHALL BE AVOIDED AND IMMEDIATELY TREATED IF SPILL OCCURS K. FAILURE TO CONTROL DUST IS NOT ALLOWED. L. EXPOSED WIRING THAT CREATES AN ELECTROCUTION OR FIRE IGNITION HAZARD SHALL BE AVOIDED. CONTRACTOR TO IDENTIFY AND SECURE WIRING. AND PLACE IT IN CONDUIT OR BURY IT M CONSTRUCTION WORK TAKING PLACE OUTSIDE OF DESIGNATED WORK AREAS AND OUT OF PHASE WILL NOT BE ALLOWED, UNLESS APPROVED BY AIRPORT MANAGEMENT AND THE ENGINEER. 3 SEPARATION OF VEHICLE AND PEDESTRIAN CONSTRUCTION TRAFFIC FROM AIRPORT MOVEMENT AREAS SHALL BE MAINTAINED BY THE FOLLOWING METHODS A THE CONTRACTOR SHALL PROVIDE AND INSTALL BARRICADES, TRAFFIC CONES, AND OTHER TRAFFIC CONTROL DEVICES, INCLUDING PERSONNEL, TO DIRECT VEHICLES AND EQUIPMENT. THE TRAFFIC CONTROL PLAN MUST BE APPROVED BY AIRPORT MANAGEMENT PRIOR TO THE BEGINNING OF CONSTRUCTION TEMPORARY FENCE SHALL BE DELINEATED FROM ALL AIRCRAFT MOVEMENT AREAS USE WEIGHTED ORANGE TRAFFIC BARRICADES. SECURED FLASHING RED LIGHTS, WHICH MEET THE LUMINANCE REQUIREMENTS OF THE STATE HIGHWAY DEPARTMENT; COLLAPSIBLE BARRICADES MARKED WITH DIAGONAL, ALTERNATING ORANGE AND WHITE STRIPES, AND/OR SIGNS TO SEPARATE ALL CONSTRUCTION/MAINTENANCE AREAS FROM THE MOVEMENT AREA. HLA vEngineering and Land Surveying, Inc. 2803 River Road Yakima, WA 98902 509.966.7000 Fax 509.965.3800 www.hlacivil.com 4 ALL CONTRACTOR PERSONNEL SHALL ADHERE TO ALL SAFETY PROW SIONS ESTABLISHED BY THE FAA AND AIRPORT MANAGEMENT ALL CONTRACTOR PERSONNEL SHALL HAVE A CLEAR UNDERSTANDING OF SECURITY PROTOCOLS IN ACCORDANCE WITH AIRPORT MANAGEMENT. TSA, AND THESE CONTRACT DOCUMENTS ANY VIOLATION WILL BE THE CONTRACTOR'S RESPONSIBILITY AND COULD RESULT IN REMOVAL FROM THE AIRFIELD SECURITY PROTOCOLS ARE INDICATED WITHIN THE CONTRACT DOCUMENTS. 5 WHEN STOCKPILING MATERIALS ON—SITE IS NECESSARY, THE STOCKPILE LOCATIONS SHALL BE COORDINATED WITH YAT PERSONNEL NO STOCKPILE LOCATION SHALL BE CREATED THAT INTERFERES WITH YAT OPERATIONS, I5 OUT OF COMPLIANCE WITH FAA, OR CAUSES A SAFETY CONCERN APPROXIMATE STAGING AREAS THAT CAN BE USED TO STOCKPILE MATERIALS ARE SHOWN IN THESE PLANS PRIOR TO STOCKPILING MATERIAL ON—SITE, THE CONTRACTOR SHALL NOTIFY AND COORDINATE WITH AIRPORT MANAGEMENT AND THE CONSTRUCTION INSPECTOR. 6. STAGING AREAS ARE LOCATED WITHIN THE AIRPORT MAINTENANCE SHOP FENCE AND ARE INTENDED FOR STAGING PROJECT SPECIFIC EQUIPMENT AND MATERIALS. CONTRACTOR PERSONNEL PARKING IS ALLOWED AT THE AIRPORT MAINTENANCE SHOP VEHICLES SHALL BE PARKED IN A MANNER THAT HALL NOT PREVENT ACCESS OR EMERGENCY EFFORTS TO ANY PORTION OF THE AIRPORT NO NEW ROADS SHALL BE CREATED FOR THE USE OF HAULING MATERIALS TO AND FROM WORK ZONES WITHOUT THE CONSENT OF THE AIRPORT HAUL ROUTES TO THE MAXIMUM EXTENT POSSIBLE SHALL USE THE EXISTING PAVED AREAS ALREADY ESTABLISHED HAUL ROUTES SHALL BE COORDINATED 4TH AIRPORT MANAGEMENT 7 THE CONTRACTOR SHALL ASSIGN ONE PERSON THE EXCLUSIVE TASK OF COORDINATING THE CONTRACTOR'S ACTIVITIES ON THE FIELD WITH THE ENGINEER, INSPECTOR, AIRPORT MANAGEMENT, AND THE CONTROL TOWER. THIS PERSON SHALL BE RESPONSIBLE FOR WARNING ALL CONTRACTOR EMPLOYEES OF APPROACHING AIRCRAFT AND GAINING GROUND CONTROL TOWER APPROVAL FOR PERSONNEL, VEHICLE, AND EQUIPMENT MOVEMENTS THIS PERSON SHALL ALSO HAVE THE RESPONSIBILITY OF INFORMING AND COORDINATING THE CONTRACTOR'S WORK SCHEDULE 4TH THE ENGINEER, INSPECTOR, AND AIRPORT MANAGEMENT AND WILL BE THE INITIAL POINT OF CONTACT FOR EMERGENCIES AND BE AVAILABLE 24/7 8 UNLESS OTHER ARRANGEMENTS ARE MADE IN THE TRAFFIC CONTROL PLAN AND ARE APPROVED BY AIRPORT MANAGEMENT. ALL PERSONS OPERATING A MOTOR VEHICLE WITHIN THE AOA OR AREAS WITH DIRECT ACCESS TO THE AOA SHALL HAVE A VALID DRIVER'S LICENSE AND AIRPORT BADGE TO OPERATE GROUND VEHICLES ON THE AIRPORT, ISSUED BY AIRPORT MANAGEMENT. ALL CONSTRUCTION EQUIPMENT AND VEHICLES ALLOWED IN THE AOA WILL BE MARRED AND UGHTED (SEE SPECIFICATIONS) 9 CONTRACTORS MUST PROMINENTLY MARK OPEN TRENCHES AND EXCAVATIONS AT THE CONSTRUCTION SITE RETROREFLECTIVE CONES, AS APPROVED BY AIRPORT MANAGEMENT. AND PROVIDE RED LIGHTS DURING HOURS OF RESTRICTED VISIBILITY OR DARKNESS 10. THE CONTRACTOR SHALL EMPLOY A 24/7 POINT OF CONTACT (POC) WH0 WILL NOTIFY AUTHORITIES IN THE EVENT OF AN EMERGENCY. THE CONTRACTOR WILL FIRST NOTIFY THE APPROPRIATE MEDICAL OR POLICE AUTHORITY AND IMMEDIATELY NOTIFY AIRPORT MANAGEMENT WHENEVER FEASIBLE THE INJURED PERSON SHALL BE MOVED OUTSIDE OF THE SECURITY FENCE 800 ONLY WHEN THERE IS NO THREAT OF LIFE OR FURTHER HARM TO THE INDIVIDUAL INSURING THAT ALL SAFETY MEASURES ARE UPHELD TO THE MAXIMUM EXTENT POSSIBLE 11 THE AIRPORT ENVIRONMENT REQUIRES A HIGH DEGREE OF CARE TO CONTROL DEBRIS AND DUST THE CONTRACTOR SHALL BE AWARE THE AOA IS SUBJECT TO JET BLASTS WHICH ARE EQUIVALENT TO WIND VELOCITIES OF 75 TO 90 MPH, THEREFORE, CONSTANT DUST CONTROL MEASURES HILL BE REOUIRED TO PREVENT LOOSE MATERIAL FROM BLOWING ACROSS THE AIRFIELD 12 THE CONSTRUCTION AND STAGING AREAS SHALL BE LEFT ENVIRONMENTALLY CLEAN DURING AND AT THE END OF THE CONSTRUCTION PROJECT THIS INCLUDES KEEPING THE AREA CLEAN OF DEBRIS, OIL SPILLS, FUEL SPILLS. AND OTHER UNDESIRABLE ELEMENTS ANY HAZARDOUS OR REGULATED WASTE MATERIAL PRODUCED BY THE CONTRACTOR MUST BE PROPERLY DISPOSED OF AT THE CONTRACTOR'S EXPENSE 13 SWEEPING WILL BE REQUIRED BY THE CONTRACTOR ON ALL RAMPS IMPACTED BY CONSTRUCTION. SWEEPING SHALL OCCUR BEFORE ANY RAMP SEGMENT IS OPENED TO TRAFFIC OR AS DIRECTED BY AIRPORT MANAGEMENT, FAA, INSPECTORS, OR THE ENGINEER. 14. AIRPORT MANAGEMENT WILL INITIATE AND CANCEL THE NOTICE TO AIRMEN (NOTAMS) BASED ON THE CONTRACTOR'S SCHEDULE THE CONTRACTOR SHALL PRESENT AN INITIAL SCHEDULE TO THE ENGINEER AND AIRPORT MANAGEMENT FOR APPROVAL ANY CHANGES IN THE AGREED UPON SCHEDULE MUST BE APPROVED BY AIRPORT MANAGEMENT AT LEAST 48 HOURS PRIOR TO THE CHANGE. 15 CONSTRUCTION INSPECTION WILL BE PROVIDED BY THE ENGINEER 16 THE CONTRACTOR MUST CALL THE LOCAL UTILITY LOCATION REQUEST CENTER NOT LESS THAN 72 HOURS OR MORE THAN 10 BUSINESS DAYS BEFORE ANY EXCAVATION, TO REQUEST FIELD LOCATIONS OF UTILITIES. THE TELEPHONE NUMBER FOR THE ONE CALL CENTER FOR THIS PROJECT IS 1-509-248-2477 OR 1-800-424-5555. 17 AIRPORT MANAGEMENT TO PROVIDE AOA OR AIRFIELD VEHICLE TRAINING FOR CONTRACTOR PERSONNEL, IF NECESSARY 18 THE CONTRACTOR WILL ASSUME ALL FINES IMPOSED AGAINST THE YAKIMA AIR TERMINAL BY THE FAA OR TSA FOR THE CONTRACTOR'S VIOLATION OF ANY SAFETY SECURITY. OR AIR TRAFFIC CONTROL REGULATIONS <9. NO SPECIAL CONDITIONS ARE ANTICIPATED AT THIS TIME EVERY CONDITION CAN BE EVALUATED BY AIRPORT MANAGEMENT AND IF DEEMED NECESSARY, ADDITIONAL PROVISIONS CAN BE ADDED TO ENSURE THE SAFETY AND WELFARE OF AIRPORT AND CONTRACTOR PERSONNEL AND EOUIPMEN T. 20. ANY NOTIFICATIONS TO AIRPORT USERS SHALL BE ADMINISTERED BY AIRPORT MANAGEMENT ONLY THE CONTRACTOR IS NOT TO NOTIFY ANY PASSENGERS/CUSTOMERS UNLESS IT IS NECESSARY TO AVOID HAZARDS RELATED TO CONSTRUCTION ACTIVITIES 21 THE PROPOSED WORK HAS BEEN DELINEATED INTO SEPARATE WORK PHASES AND ARE IDENTIFIED ON THE ENGINEERING PLANS AND WITHIN THESE CSP PLANS THE CONTRACTOR SHALL BECOME FAMILIAR WITH EACH WORK PHASE P4100 TO START OF WORK PRECONSTRUCTION MEETINGS FOR EACH PHASE OF WORK IS REOUIRED CONSTRUCTION PHASES ARE DESIGNATED IN THESE PLANS AND NUMBERED 1 THROUGH 6 THE CONTRACTOR SHALL FOLLOW THE CONSTRUCTION SEQUENCING AS SHOWN UNLESS OTHERWISE APPROVED BY THE ENGINEER 22. THE CONSTRUCTION SHALL, TO THE EXTENT PRACTICAL, MINIMIZE DISRUPTION OF STANDARD PROCEDURES FOR AERONAUTICAL ACTH TIES. WORK SCHEDULES SHALL BE STRICTLY ADHERED AND REVIEWED WEEKLY 23 AT ANY TIME, FOR AIRCRAFT EMERGENCY OPERATIONS, AT THE REQUEST OF THE FAA, AIR TRAFFIC CONTROL TOWER, ENGINEER OR AIRPORT MANAGEMENT, THE CONTRACTOR SHALL CEASE OPERATIONS AND VACATE THE AOA 24 ALL WORK INSIDE THE AIRPORT SECURITY FENCE REQUIRES PERSONNEL TO BE BADGED OR ESCORTED BY APPROVED BADGED PERSONNEL 25 THE CONTRACTOR IS TO CONFINE CONSTRUCTION ACTIVITIES TO ONLY ONE CONSTRUCTION PHASE AT A TIME TO PERMIT AIRPORT OPERATIONS TO CONTINUE THROUGHOUT THE CONSTRUCTION PERIOD UNLESS APPROVAL IS OBTAINED FROM AIRPORT MANAGEMENT AND ENGINEER 26 THE CONTRACTOR SHALL WORK CLOSELY WITH THE ENGINEER AND AIRPORT MANAGEMENT TO FORMULATE A TRAFFIC CONTROL PLAN THIS PLAN SHALL BE APPROVED BY AIRPORT MANAGEMENT PRIOR TO BEGINNING CONSTRUCTION. 33 THE AIRPORT IS OPERATED IN STRICT COMPLIANCE W1TH TRANSPORTATION SECURITY REGULATIONS (TSR) PART 1542, AND FEDERAL AVIATION REGULATIONS (FAR) PART 139, BOTH OF WHICH PROHIBIT UNAUTHORIZED PERSONS, VEHICLES, OR EQUIPMENT IN THE AOA (AIRCRAFT OPERATIONS AREA). PERSONNEL FOUND IN VIOLATION OF THE SPECIAL SAFETY AND SECURITY CONDITIONS, RULES. AND REGULATIONS OF THE YAKIMA AIR TERMINAL, OR AS OTHERWISE CONTAINED IN THE CONTRACT DOCUMENTS WLL BE REMOVED FROM THE AIR TERMINAL GROUNDS ADDITIONALLY, VIOLATORS WILL BE SUBJECT TO ARREST AND PENALTIES IMPOSED BY THE FAA, ASA. AND/OR THE YAKIMA AIR TERMINAL AT NO TIME IS THE CONTRACTOR PERMITTED TO ENTER THE SECURITY IDENTIFICATION DISPLAY AREA (SIDA) OR THE TERMINAL RAMP 34 NO VEHICLES OR PERSONNEL WILL BE ALLOWED TO ENTER OR CROSS ACTIVE RUNWAYS, TAXIWAYS, OR THEIR ASSOCIATED SAFETY AREAS 35 ONLY EQUIPMENT NECESSARY FOR CONSTRUCTION SHALL BE PERMITTED WITHIN THE CONSTRUCTION ACTIVITIES AREA 36 ALL FENCING AROUND THE CONTRACTOR'S WORK AREA, STAGING AREA, AND HAUL ROUTES SHALL BE MAINTAINED IN A CONDITION EQUAL TO OR BETTER THAN EXISTING CONDITIONS AT THE START OF CONSTRUCTION. ANY DAMAGE TO FENCES, GATES, OR PAVEMENT SHALL BE REPAIRED BY THE CONTRACTOR IMMEDIATELY. 37 38 39. IF EXISTING LIGHTING OR ELECTRICAL APPURTENANCES ARE DISTURBED, THE CONTRACTOR SHALL NOTIFY THE AIRPORT MANAGEMENT. ENGINEER, AND INSPECTOR IMMEDIATELY ANY DISTURBANCE OF ANY LIGHTS OR ELECTRICAL EQUIPMENT HALL REQUIRE AN FAA REIMBURSABLE AGREEMENT AND WILL SIGNIFICANTLY DELAY THE PROJECT. ANY REPAIRS AND RESULTING LIQUIDATED DAMAGES WILL BE PAID FOR BY THE CONTRACTOR A FLACGER WITH AN AIRPORT ISSUED BADGE SHALL BE STATIONED AT ALL UNSECURED LATE LOCATIONS UNDER NO CIRCUMSTANCE SHALL THERE BE AN OPEN, UNATTENDED ENTRANCE INTO THE AIR OPERATION AREA (AOA). TEMPORARY SECURITY FENCE SHALL BE ERECTED AND SECURED PRIOR TO REMOVAL OF EACH GATE. TEMPORARY FENCING SHALL BE SECURED TO PERMANENT FENCE POSTS IN AT LEAST TWO LOCATIONS AIRPORT SECURITY COORDINATOR SHALL APPROVE OF TEMPORARY FENCE INSTALLATION PRIOR TO SUBSEOUENT WORK. TEMPORARY FENCE MAY ONLY BE REMOVED ONCE EACH GATE IS FULLY OPERATIONAL AND IS APPROVED BY THE AIRPORT SECURITY COORDINATOR 40 TEMPORARY FENCE SHALL BE IN ACCORDANCE WITH FAA STANDARDS TEMPORARY FENCING SHALL BE MIN 6'TALL. FABRIC SHALL BE WOVEN WITH MIN 11 5—GAUGE STEEL VIRE THE FABRIC SHALL HAVE 2-161CH MESH AND CONFORM TO REOUIREMENTS OF ASTM A491 THREE BARB WIRES STRANDS (12") SHALL BE INSTALLED ON TOP OF THE TEMPORARY FENCE TO MATCH EXISTING PERMANENT FENCE BARBED WIRE SHALL BE 2—STRAND 12-1/2 GAUGE WIRE WITH 4—POINT BARBS 41. 27 THE CONTRACTOR SHALL BE RESPONSIBLE FOR SECURING ALL STAGING AREAS 42. AFTER NORMAL BUSINESS HOURS ALL GATES ARE TO REMAIN CLOSED AND LOCKED UNLESS THE CONTRACTOR HAS AN AUTHORIZED GATE CONTROL PERSON PRESENT AT THE GATE NO GATES PROVIDING DIRECT ACCESS TO THE AOA SHALL BE LEFT OPEN AND UNATTENDED AT ANY TIME. 28 FOLLOWING COMPLETION OF CONSTRUCTION, ALL HAUL ROUTES, STAGING 43 AREAS, AND AREAS ADJACENT TO THE CONSTRUCTION AREA MUST BE RESTORED BY THE CONTRACTOR TO EQUAL OR BETTER CONDITIONS THAN EXISTS AT THE BEGINNING OF CONSTRUCTION THIS RESTORATION WORK MAY INCLUDE CLEANING. SWEEPING, PAVING OR GRAVELING AS NECESSARY ALL RESTORATION WORK WILL BE CONSIDERED INCIDENTAL TO THE OTHER WORK ITEMS AND NO ADDITIONAL COMPENSATION HILL BE MADE TO THE CONTRACTOR 29 IF THE CONTRACTOR'S HAUL ROUTE(S) CROSS ANY AREA USED BY AIRCRAFT FOR TAXIING, OR PARKING. A POWER BROOM AND/OR HAND SWEEPING SHALL BE USED TO KEEP THE AREA CLEAN OF DEBRIS WHICH COULD DAMAGE AIRCRAFT ENGINES OR PROPELLERS. THE CONTRACTOR SHALL BE LIABLE FOR ANY DAMAGES 30 SANITARY FACILITIES SHALL BE PROVIDED AT APPROPRIATE LOCATIONS FOR THE CONTRACTOR'S EMPLOYEES PUBLIC FACILITIES AT THE AIRPORT ARE NOT TO BE USED 31 THE CONTRACTOR MAY BE WORKING IN AN ACTIVE AOA IN WHICH JET TAKEOFF NOISE CAN BE AS HIGH AS 120 DECIBELS CONTRACTOR(S) SHALL COMPLY HATH INDUSTRY STANDARDS FOR PERSONNEL HEARING PROTECTION WHEN WORKING WITHIN THESE AREAS, 32 ANY INSTRUCTIONS EMANATING FROM THE AIR TRAFFIC CONTROL TOWER SHALL BE IMMEDIATELY OBEYED JOB NUMBER 16164 DATE. 6-19-17 FILE NAMES DRAWING 16164 dwg PLAN. CSP SHEETS dwg 44 THE CONTRACTOR SHALL FURNISH, INSTALL. AND MAINTAIN ALL TRAFFIC CONTROL EQUIPMENT, SIGNS, BARRICADES, MARKERS, AND APPURTENANCES. IT SHALL BE THE CONTRACTORS RESPONSIBIUTY TO REVIEW AND APPROVE THE ADEQUACY OF TRAFFIC CONTROL LOCATED WITHIN THESE PLANS AND PROPOSE IMPROVEMENTS AS REQUIRED BY USE OF THE PLAN. THE CONTRACTOR ACKNOWLEDGES AND ACCEPTS RESPONSIBILITY AS IF PREPARED BY HIM. NO ADDITIONAL PAYMENT SHALL BE MADE FOR ADDITIONS TO THIS PLAN TRAFFIC BARRICADES SHOWN ILLUSTRATE LIMITS OF TRAFFIC CONTROL BUT ARE NOT INDICATIVE OF THE ACTUAL NUMBER REQUIRED ALL LOW—PROFILE BARRICADES SHALL BE INTERLOCKED THE SERVICE ROAD PARALLEL TO THE TAXIWAY SHALL REMAIN UNOBSTRUCTED AT ALL TIMES 45 THE CONTRACTOR SHALL REVIEW SITE CONDITIONS TO PROVIDE ALL REQUIRED TEMPORARY FENCE FOR MEANS AND METHODS USED YAKIMA AIR TERMINAL SECURITY IMPROVEMENTS UPGRADE AIP3-53-0089-38 REVISION DATE DESIGNED BY. MDU ENTERED BY' BFP CONSTRUCTION SAFETY AND PHASING PLAN SHEET CSP1 OF 37 61111 111111 111111 111111 MI NM 1 - - S r r - - - Al M - r W••E 200 400 B00 — 1\ HUD DING LEGEND: OSOUTH AIR PARK 0 FUEL TANK/ HOUSE ONW AIRUNES TERMINAL BUILDING 0 ADVANCED DIGITAL IMAGING OMcALLISTER MUSEUM 0 CUB CRAFTERS 0 ADVANCED LIFE SYSTEMS OCONTROL TOWER 0 MED ASSETS 0 TRIUMPH AVIATION 0 PRIVATE HANGARS CD FEDEX AIR CARGO BLDG 0 UFE FLIGHT CD McCORMICK AIR CENTER (FBO) CD McCORMICK AIR CENTER (F50) 0 McCORMICK AIR CENTER (FB0) AIRPORT ACRONYMS 0 PLATH HANGAR 0 McCORMICK WEST 19 AIRPORT MAINTENANCE SHOP 20 AIRPORT ADMINISTRATION OFFICE 0 FIRE STATION/ARFF 22 TERMINAL BUILDING 21 YAKIMA AEROSPORT 24 McCORMICK AIR CENTER ADO — AIRPORT DISTRICT OFFICE AIP — AIRPORT IMPROVEMENT PROGRAM AOA — AIR OPERATIONS AREA ARFF — AIRCRAFT RESCUE AND FIRE FIGHTING ATC — AIR TRAFFIC CONTROL ATCT — AIR TRAFFIC CONTROL TOWER DBE — DISADVANTAGED BUSINESS ENTERPRISE FAA — FEDERAL AVIATION ADMINISTRATION FAR — FEDERAL AVIATION REGULATION F80 — FIXED BASE OPERATOR FOD — FOREIGN OBJECT DEBRIS GA — GENERAL AVIATION GPS — GLOBAL POSITIONING SATELLITE/SYSTEM NAVAID — NAVIGATION AID NOTAM — NOTICE TO AIRMEN OFA — OBJECT FREE AREA OFZ — OBSTACLE FREE ZONE POC — POINT OF CONTACT RPZ — RUNWAY PROTECTION ZONE RSA — RUNWAY SAFETY AREA RW — RUNWAY SIDA — SECURITY IDENTIFICATION DISPLAY AREA TOFA — TAXIWAY OBJECT FREE AREA TSA — TAXIWAY SAFETY AREA/ TRANSPORTATION SECURITY ADMINISTRATION TSR — TRANSPORTATION SECURITY REGULATIONS TW — TAXIWAY NOTE THE COMPLETE GLOSSARY OF AIRPORT ACRONYMS CAN BE FOUND AT: WWW FAA GOV/AIRPORTS/RESOURCES/ACRONYMS/ .SS HLA vEngineering and Land Surveying, Inc. 2803 River Road Yakima, WA 98902 509.966.7000 Fax 509.965.3800 www.hlacivil.com LI 0 JOB NUMBER. 16169 DATE: O 6-19-17 FILE NAMES DRAWING 16164 dwg PLAN. YAKIMA AIR TERMINAL SECURITY IMPROVEMENTS UPGRADE AIP3-53-0089-38 REVISION DATE DESIGNED BY. MDU ENTERED BY BFP CONSTRUCTION SAFETY AND PHASING PLAN SHEET CSP2 OF 37 IMO 1 MN/I MB all w Ur NS MN r EN— NM— r r— EN GATE G1 RO PROJECT PHASING* THE PROJECT SHALL BE CONSTRUCTED IN 6 PHASES OF WORK AS IDENTIFIED IN THE TABLE EACH PHASE MUST BE COMPLETED BEFORE WORK CAN OCCUR IN SUBSEQUENT PHASES UNLESS APPROVED OTHERWISE BY THE ENGINEER PHASE 1 PHASF 9 PHASE 3 PHASE 4 PHASE 5 PHASE 6 GATE 01 GATE G2 GATE G6 GATE P4' CATE P7 GATE P6 GATE 03 GATE G4 GATE P2 GATE P5 GATE P8 GATE G10 GATE 05 GATE P1 GATE P3 GATE G7 GATE G9 GATE Cil GATE 08 LEGEND: EXISTING PERIYEIER FENCE HAUL ROUTE itv+ HIJA Engineering and Land Surveying, Inc. 2803 River Road Yakima, WA 98902 509.966.7000 Fax 509.965.3800 www.hlacivil.com CONSTRUCTION PERSONAL PARKING AREA AIRPORT MAINTENANCE SHOP GATE G2 y GATE G3 PRIMARY STAGING AREA GATE G4 GATE G5 1, NON—MOVEMENT BOUNDARY CONTRACTOR TO NOT CROSS EXISTING PERIMETER FENCE. TYP. • 1110 GATE P1 EXISTING PERIMETER FENCE TYP. GATE 11,4 GATE P2 GATE P3 GATE P4 GATE G7 GATE P7 J SIDA GATE G8 GATE P5 GATE P8 GATE G9 HAUL ROUTES SHALL UTILIZE EXISTING CITY STREETS GATE G10 ij NON—MOVEMENT BOUNDARY CONTRACTOR TO NOT CROSS I' \J1 3° II 1.41 O LI ep 6o40UUsvea. GATE P6 GATE G11 W.t.E s 0 200 400 800 IL HAUL ROUTES SHALL UTILIZa EXISTING CITY STREETS JOB NUMBER 16164 DATE 6-19-17 FILE NAMES. DRAWING 16164,dwg PLAN CSP SHEETS dwg YAKIMA AIR TERMINAL SECURITY IMPROVEMENTS UPGRADE AIP3-53-0089-38 REVISION DATE DESIGNED BY ENTERED BY: MDU BFP CONSTRUCTION SAFETY AND PHASING PLAN SHEET CSP3 OF 37 OM S- MB NIB - N M 1 MB r N NM M M- -- S wWashington _Ave nue GATE G2 AVAILABLE FOR USE DURING PHASE 1 CONSTRUCTION PERSONAL PARKING AREA AIRPORT MAINTENANCE SHOP W���,E 0 50 CO1200 aaaaal MEI PRIMARY STAGING AREA (TYP) /e MANUAL GATE AVAILABLE FOR USE DURING PHASE I MLCORMICK AIR CENTER LIFE RIGHT FGNW4y`'• - NON -MOVEMENT BOUNDARY CONTRACTOR TO NOT CROSS PHASE 1 GATE G4 AVAILABLE FOR USE DURING PHASE I L GENERALNO 1. THE CONTRACTOR SHALL FURNISH, INSTALL, AND MAINTAIN ALL TRAFFIC CONTROL EQUIPMENT. SIGNS. BARRICADES. MARKERS, AND APPURTENANCES 2. IT SHALL 8E THE CONTRACTORS RESPONSIBILITY TO REVIEW AND APPROVE THE ADEQUACY OF TRAFFIC CONTROL LOCATED AIT/IN THESE PLANS AND PROPOSE IMPROVEMENTS A5 REQUIRED BY USE OF THE PLAN, THE CONTRACTOR ACKNOWLEDGES AND ACCEPTS RESPONSIBILITY AS IF PREPARED BY HIM NO ADDITIONAL PAYMENT SHALL BE MADE FOR ADDITIONS TO THIS PLAN. 3 TRAFFIC BARRICADES SHOWN ILLUSTRATE LIMITS OF TRAFFIC CONTROL BUT ARE NOT INDICATIVE OF THE ACTUAL NUMBER REOUIRED. ALL LOW -PROFILE BARRICADES SHALL BE INTERLOCKED 4 A FLAGGER PATH AN AIRPORT ISSUED BADGE SHALL BE STATIONED AT ALL UNSECURED GATE LOCATIONS. UNDER NO CIRCUMSTANCE SHALL THERE BE AN OPEN, UNATTENDED ENTRANCE INTO THE AIR OPERATION AREA (AOA) 5 THE SERVICE ROAD PARALLEL TO THE TAXIWAY SHALL REMAIN UNOBSTRUCTED AT ALL TIMES 6 A TEMPORARY FENCING ENCLOSURE WILL BE SECURED TO PERMANENT FENCE POSTS ON THE AIRFIELD SIDE OF EACH GATE PRIOR TO REMOVAL TEMPORARY FENCE MAY ONLY 8E REMOVED ONCE EACH GATE IS FULLY OPERATIONAL AND THE AOA CAN BE SECURED 7 TEMPORARY FENCE PANELS SHALL 8E A MINIMUM OF 6 FEET TALL. WITH AN ADDITIONAL 1 FOOT OF BARBED WIRE IN 3 -STRANDS FOR AN OVERALL HEIGHT OF 7 FEET FENCE FABRIC SHALL BE MINIMUM OF 11-) GAUGE 8 LOW PROFILE BARRICADES WITH RED LIGHTS WILL BE PLACED AROUND THE PERIMETER OF ALL TEMPORARY FENCE STAGING OF MATERIALS. SUPPLIES. ETC TO BE OUTSIDE OF PERIMETER FENCE. W Washin gton Avenue TE o 20 ao — LOW PROFILE BARRICADE .S� HLA wEngineering and land Surveying, Inc. 2803 River Road Yakima, WA 98902 509.966.7000 Fax 509.965.3800 www.hlacivil.com BARRICADE TYPE 3 N el W.. E o Io o 40 MAINTENANCE 1 SHOP .1 I LOW PROFILE BARRICADE MAINTENANCE ACCESS ROAD1� TEMP FENCE (TYP) GATE G3 JOB NUMBER. 16164 DATE. 6-19-17 FILE NAMES. DRAWING 16169 dwg PLAN CSP SHEETS dwg BARRJCADE TYPEE 3 TEMP FENCE (TYP) GATE G5 YAKIMA AIR TERMINAL SECURITY IMPROVEMENTS UPGRADE AIP3-53-0089-38 REVISION DATE DESIGNED BY MDU ENTERED BY: BFP CONSTRUCTION SAFETY AND PHASING PLAN SHEET CSP4 OF 37 UN MI N 1 r U-- I— — N r 1— MO M all 111111 GATE GI AVAILABLE FOR USE DURING PHASE 2 N CORMICK AIR WEST PLATH HANGERS 'r) C. NON—MOVEMENT BOUNDARY 0 -CONTRACTOR TO NOT CROSS 4 RFS .J • MANUAL GATE AVAILABLE FOR USE DURING PHASE 2 MCCORMICK AIR CENTER 410 CENCK I^41R CENTER I r RONW4X 0j2�ti_.. _ _ YRCORMICK CENTER GATE G2 9(pHH` µ% CATE G3 AVAILABLE FOR USE DURING PHASE 2 LIFE FLIGHT � f-_- SRE BUILDING 1 IL� MAINTENANc b1 SHOP • GATE G4F7z • NON—MOVEMENT BOUNDARY CONTRACTOR TO NOT CROSS PRIMARY STAGING AREA (TYP) GATE 05 AVAILABLE FOR USE DURING PHASE 2 FalE+ BARRICADE TYPE 3 LOW PROFILE BARRICADE GATE G2 � .SHLA wEngineering and Land Surveying, Inc. 2803 River Road Yakima, WA 98902 509.966.7000 Fax 509.965.3800 www.hlacivil.com 1 1. PHASE 2 ' PRIVATE ARCAP BARRICADE TYPE 3 TEMP FENCE (TYP) LOW PROFILE BARRICADE GATE G4 SF, 0 75 I50 300 Wwgton Ave sue GATE P1 TRIUMPH NATION WE I. S 0 10 20 40 FeSEo JOB NUMBER 16169 DATE 6-19-17 FILE NAMES. DRAWING 16164 dog PLAN: CSP SHEETS dwg GFNERAL NOTES' THE CONTRACTOR SHALL FURNISH. INSTALL. AND MAINTAIN ALL TRAFFIC CONTROL EQUIPMENT, SIGNS. BARRICADES. MARKERS. AND APPURTENANCES 2. IT SHALL BE THE CONTRACTORS RESPONSIBILITY TO REVIEW AND APPROVE THE ADEQUACY OF TRAFFIC CONTROL LOCATED WITHIN THESE PLANS AND PROPOSE IMPROVEMENTS AS REQUIRED. BY USE OF THE PLAN, THE CONTRACTOR ACKNOWLEDGES AND ACCEPTS RESPONSIBILITY AS IF PREPARED BY HIM. NO ADDITIONAL PAYMENT SHALL BE MADE FOR ADDITIONS TO THIS PLAN. 3 TRAFFIC BARRICADES SHOWN ILLUSTRATE LIMITS OF TRAFFIC CONTROL BUT ARE NOT INDICATIVE OF THE ACTUAL NUMBER REQUIRED. ALL LOW—PROFILE BARRICADES SHALL BE INTERLOCKED 4 A FLAGGER WITH AN AIRPORT ISSUED BADGE SHALL BE STATIONED AT ALL UNSECURED GATE LOCATIONS. UNDER NO CIRCUMSTANCE SHALL THERE BE AN OPEN. UNATTENDED ENTRANCE INTO THE AIR OPERATION AREA (A00). 5 THE SERVICE ROAD PARALLEL TO THE TAXIWAY SHALL REMAIN UNOBSTRUCTED AT ALL TIMES 6 A TEMPORARY FENCING ENCLOSURE WILL BE SECURED TO PERMANENT FENCE POSTS ON THE AIRFIELD SIDE OF EACH GATE PRIOR TO REMOVAL TEMPORARY FENCE MAY ONLY BE REMOVED ONCE EACH GATE IS FULLY OPERATIONAL AND THE AOA CAN BE SECURED 7 TEMPORARY FENCE PANELS SHALL BE A MINIMUM OF 6 FEET TALL, WITH AN ADDITIONAL 1 FOOT OF BARBED WIRE IN 3—STRANDS FOR AN OVERALL HEIGHT OF 7 FEET FENCE FABRIC SHALL BE MINIMUM OF 11—i GAUGE 8. LOW PROFILE BARRICADES WITH RED LIGHTS WILL BE PLACED AROUND THE PERIMETER OF ALL TEMPORARY FENCE STAGING OF MATERIALS. SUPPLIES. ETC TO BE OUTSIDE OF PERIMETER FENCE PRIVATE HANGARS LOW PROFILE BARRICADE NEW GATE) TEMP FENCE (TOP) GATE P1 W••E •0 1�0 YAKIMA AIR TERMINAL SECURITY IMPROVEMENTS UPGRADE AI P3-53-0089-38 REVISION OATE DESIGNED BY MDU ENTERED BY BFP CONSTRUCTION SAFETY AND PHASING PLAN SHEET CSP5 OF 37 11111 N 111111 NM N NS MI N NM 111111 r E S MN 8 U 11111 N TRIUMPH MORON SERVICE / ARFF, ROAD IGATE G61 -"T‘ 6j-"T‘ NJ W Washington Avenue AIRPORT. 1 ADMINISTRATION GATE G7 AVAILABLE FOR USE DURING PHASE 3 IR maims 0NTRCL TONE: W.�.E 0 50 100 z00 McCOMICK AIR CENTER MAINTENANCE CENTER YAKIMA AIR TERMINAL .1J NON—MOVEMENT BOUNDARY CONTRACTOR TO NOT CROSS 0 0 0 0 1LOP BARRICADE I GATE P4 AVAILABLE FOR USE DURING PHASE 3 GFNFRAL NOTFS: 1 THE CONTRACTOR SHALL FURNISH, INSTALL, AND MAINTAIN ALL TRAFFIC CONTROL EQUIPMENT, SIGNS, BARRICADES, MARKERS. AND APPURTENANCES. 2. IT SHALL BE THE CONTRACTORS RESPONSIBILITY TO REVIEW AND APPROVE THE ADEQUACY OF TRAFFIC CONTROL LOCATED WTHIN THESE PLANS AND PROPOSE IMPROVEMENTS AS REQUIRED. BY USE OF THE PLAN, THE CONTRACTOR ACKNOWLEDGES AND ACCEPTS RESPONSIBILITY AS IF PREPARED BY HIM. NO ADDITIONAL PAYMENT SHALL BE MADE FOR ADDITIONS TO THIS PLAN. 3 TRAFFIC BARRICADES SHOWN ILLUSTRATE LIMITS OF TRAFFIC CONTROL BUT ARE NOT INDICATIVE OF THE ACTUAL NUMBER REQUIRED. ALL LOW—PROFILE BARRICADES SHALL BE INTERLOCKED 4 A FLAGGER WITH AN AIRPORT ISSUED BADGE SHALL BE STATIONED AT ALL UNSECURED GATE LOCATIONS UNDER NO CIRCUMSTANCE SHALL THERE BE AN OPEN. UNATTENDED ENTRANCE INTO THE AIR OPERATION AREA (AOA) 5 THE SERVICE ROAD PARALLEL TO THE TAXIWAY SHALL REMAIN UNOBSTRUCTED AT ALL TIMES 6 A TEMPORARY FENCING ENCLOSURE WILL BE SECURED TO PERMANENT FENCE POSTS ON THE AIRFIELD SIDE OF EACH GATE PRIOR TO REMOVAL TEMPORARY FENCE MAY ONLY BE REMOVED ONCE EACH GATE IS FULLY OPERATIONAL AND THE AOA CAN BE SECURED 7 TEMPORARY FENCE PANELS SHALL BE A MINIMUM OF 6 FEET TALL, WITH AN ADDITIONAL 1 FOOT OF BARBED WIRE IN 3—STRANDS FOR AN OVERALL HEIGHT OF 7 FEET FENCE FABRIC SHALL BE MINIMUM OF 11—) GAUGE 8. LOW PROFILE BARRICADES WITH RED LIGHTS WILL BE PLACED AROUND THE PERIMETER OF ALL TEMPORARY FENCE. W,4 E •0611.10 _ NEW GATE I$� GATE G6 HLA vEngineering and Land Surveying, Inc. 2803 River Road Yakima, WA 98902 509.966.7000 Fax 509.965.3800 www.hlacivil.com AIRPORT ADMINISTRATION 0 „YAKIMA _ PHASE 3 LOW PROFILE BARRICADE In Ili 1=311.4 TEMP FENCE (T P) NON—MOVEMENT BOUNDARY CONTRACTOR TO NOT CROSS STAGING OF MATERIALS, SUPPLIES, ETC- TO BE OUTSIDE OF PERIMETER FENCE AIRPORT ADMINISTRATION GATE P2 JOB NUMBER 16164 DATE' LOW PROFILE BARRICADE 6-19-17 FILE NAMES. DRAWING 16164 dwg PLAN. CSP SHEETS dwg TEMP FENCE (TYP) GATE P3 YAKIMA AIR TERMINAL SECURITY IMPROVEMENTS UPGRADE AIP3-53-0089-38 REVISION DATE DESIGNED BY- MDU ENTERED BY. BFP CONSTRUCTION SAFETY AND PHASING PLAN SHEET CSP6 OF 37 11111 11111 N NM MN S EN ! - - - - - - r ! - - SERMCE / 6055 ROAD W Washington Avenue CATE G6 AVAILABLE FOR USE DURING PHASE 4 OWER GATE G8I MCCOMICK V AIR CENTER MAINTENANCE CENTER FIRE STATION W+E 0 50 100 200 YAKIMA AEROSPORT GATE P2&P3 AVAILABLE FOR USE DURING PHASE 4 YAKIMA AIR TERMINAL IGATE P4I GATE G7] • GATE P5 SIDA NON—MOVEMENT BOUNDARY CONTRACTOR TO NOT CROSS AIRPORT ADMINISTRATION BARRICADE TYPE 3 TEMP FENCE (TY5) W••E • 0 I�0 FIRE STATION LOW PROFILE BARRICADE TEMP FENCE (TYP) LOW PROFILE BARRICADE 0 0 GATE P4, GATE G7 .S� HLA vEngineering and Land Surveying, Inc. 2803 River Road Yakima, WA 98902 -509.966.7000 Fax 509.965.3800 www.hlacivil.com IEMP FENCE (TYP) YAKIMA (— PHASE 4 TEMP FENCE (TYP) GATE P5 JOB NUMBER 16164 NON—MOVEMENT BOUNDARY CONTRACTOR TO NOT CROSS DATE. 0 0 0 OFNERAL NOTES* 1 THE CONTRACTOR SHALL FURNISH. INSTALL, AND MAINTAIN ALL TRAFFIC CONTROL EQUIPMENT. SIGNS. BARRICADES, MARKERS, AND APPURTENANCES 2. IT SHALL BE THE CONTRACTORS RESPONSIBILITY TO REVIEW AND APPROVE THE ADEQUACY OF TRAFFIC CONTROL LOCATED WITHIN THESE PLANS AND PROPOSE IMPROVEMENTS AS REQUIRED BY USE OF THE PLAN. THE CONTRACTOR ACKNOWLEDGES AND ACCEPTS RESPONSIBILITY AS IF PREPARED BY HIM. NO ADDITIONAL PAYMENT SHALL BE MADE FOR ADDITIONS TO THIS PLAN 3. TRAFFIC BARRICADES SHOWN ILLUSTRATE LIMITS OF TRAFFIC CONTROL BUT ARE NOT INDICATIVE OF THE ACTUAL NUMBER REQUIRED. ALL LOW—PROFILE BARRICADES SHALL BE INTERLOCKED. 4 A FLAGGER WITH AN AIRPORT ISSUED BADGE SHALL BE STATIONED AT ALL UNSECURED GATE LOCATIONS UNDER NO CIRCUMSTANCE SHALL THERE BE AN OPEN, UNATTENDED ENTRANCE INTO THE AIR OPERATION AREA (A0A) 5 THE SERVICE ROAD PARALLEL TO THE TAXIWAY SHALL REMAIN UNOBSTRUCTED AT ALL TIMES 6 A TEMPORARY FENCING ENCLOSURE WILL BE SECURED TO PERMANENT FENCE POSTS ON THE AIRFIELD SIDE OF EACH GATE PRIOR TO REMOVAL TEMPORARY FENCE MAY ONLY BE REMOVED ONCE EACH GATE IS FULLY OPERATIONAL AND THE AOA CAN BE SECURED. 7 TEMPORARY FENCE PANELS SHALL 8E A MINIMUM OF 6 FEET TALL, WITH AN ADDITIONAL I FOOT OF BARBED WIRE IN 3—STRANDS FOR AN OVERALL HEIGHT OF 7 FEET FENCE FABRIC SHALL 8E MINIMUM OF 11-3 GAUGE 8. LOW PROFILE BARRICADES WITH RED LIGHTS `HILL BE PLACED AROUND THE PERIMETER OF ALL TEMPORARY FENCE STAGING OF MATERIALS, SUPPLIES. ETC. TO 8E OUTSIDE OF PERIMETER FENCE. I L_ BARRICADE TYPE 3 r LOW PROFILE BARRICADE 6-19-17 FILE NAMES. DRAWING 16164.429 PLAN. CSP SHEETS deg MCCOMNCK NR CENTER MAINTENANCE CENTER GATE G8 ADVANCED UFE SYSTEMS YAKIMA AIR TERMINAL SECURITY IMPROVEMENTS UPGRADE AIP3-53-0089-38 REVISION DATE DESIGNED 01' MOU ENTERED BY. BFP CONSTRUCTION SAFETY AND PHASING PLAN SHEET CSP7 OF 37 I — — — — r S a! I — N — S 1 M — N NB 5ERMCE FF / ARROADX AIRPORT ADMINISTRATI W Washington Avenue CONTROL IR I MCCOMICK 1—IITpNER AIR CENTER MAINTENANCE CENTER W+E 1 s V00 r FIRE STATION YAKIMA AEROSPORT GATE P8 GATE P4 AVAILABLE FOR USE DURING PHASE 5 GATE G7 AVAILABLE FOR ' USE DURING PHASE 5 H NON—MOVEMENT BOUNDARY CONTRACTOR TO NOT CROSS 0 0 10 20 40 MIN aaaa� TEMP FENCE (TYP) GATE P7 ;YA{CIMA _ ADVANCED LIFE SYSTEMS TEMP FENCE (TYP) PHASE 5 BARRICADE HZ TYPE 3 w NEW CATEI I W "4!:. 3 1.1.4410111;10 YAKIMA AEROSPORT O LOW PROFILE BARRICADE GATE P8 NON—MOVEMENT BOUNDARY CONTRACTOR TO NOT CROSS ADVANCED LIFE SYSTEMS (.FNFRAI NOTES' 1 THE CONTRACTOR SHALL FURNISH, INSTALL. AND MAINTAIN ALL TRAFFIC CONTROL EQUIPMENT, SIGNS, BARRICADES. MARKERS. AND APPURTENANCES 2. IT SHALL BE THE CONTRACTORS RESPONSIBILITY TO REVIEW AND APPROVE THE ADEQUACY OF TRAFFIC CONTROL LOCATED WITHIN THESE PLANS AND PROPOSE IMPROVEMENTS AS REQUIRED. BY USE OF THE PLAN, THE CONTRACTOR ACKNOWLEDGES AND ACCEPTS RESPONSIBILITY AS IF PREPARED BY HIM NO ADDITIONAL PAYMENT SHALL BE MADE FOR ADDITIONS TO THIS PLAN. 3 TRAFFIC BARRICADES SHOWN ILLUSTRATE LIMITS OF TRAFFIC CONTROL BUT ARE NOT INDICATIVE OF THE ACTUAL NUMBER REQUIRED. ALL LOW—PROFILE BARRICADES SHALL BE INTERLOCKED 4. A FLAGGER WITH AN AIRPORT ISSUED BADGE SHALL BE STATIONED AT ALL UNSECURED GATE LOCATIONS UNDER NO CIRCUMSTANCE SHALL THERE BE AN OPEN, UNATTENDED ENTRANCE INTO THE AIR OPERATION AREA (AOA) 5 THE SERVICE ROAD PARALLEL TO THE TAXIWAY SHALL REMAIN UNOBSTRUCTED AT ALL TIMES 6 A TEMPORARY FENCING ENCLOSURE WILL BE SECURED TO PERMANENT FENCE POSTS ON THE AIRFIELD 510E OF EACH GATE PRIOR TO REMOVAL TEMPORARY FENCE MAY ONLY BE REMOVED ONCE EACH GATE IS FULLY OPERATIONAL AND THE AOA CAN BE SECURED 7 TEMPORARY FENCE PANELS SHALL BE A MINIMUM OF 6 FEET TALL. WITH AN ADDITIONAL 1 FOOT OF BARBED WIRE IN 3—STRANDS FOR AN OVERALL HEIGHT OF 7 FEET. FENCE FABRIC SHALL 8E MINIMUM OF I1-4 GAUGE 8 LOW PROFILE BARRICADES WITH RED LIGHTS WILL BE PLACED AROUND THE PERIMETER OF ALL TEMPORARY FENCE STAGING OF MATERIALS. SUPPLIES. ETC TO BE OUTSIDE OF PERIMETER FENCE. YAKIMA AEROSPORT LOW PROFILE BARRICADE GATE G9 .SS LA v H Engineering and Land Surveying, Inc. 2803 River Road Yakima, WA 98902 509.966.7000 Fax 509.965.3800 www.hlacivil.com JOB NUMBER: 16164 DATE. 6-19-1] FILE NAMES. DRAWING. 161644wg PLAN: CSP SHEETS.dwg YAKIMA AIR TERMINAL SECURITY IMPROVEMENTS UPGRADE AIP3-53-0089-38 REVISION DATE DESIGNED BY. MDU ENTERED BY 601 CONSTRUCTION SAFETY AND PHASING PLAN SHEET CSP8 OF 37 I i In M-- N IN N— —— w I I 1 In NM G TEMPORARY TENANT ACCESS TO SOUTH AIR PARK LOW PROFILE BARRICADE CUB CRAFTERS GATE G10 .S HLA vEngineering and Land Surveying, Inc. 2803 River Road Yakima, WA 98902 509.966.7000 Fax 509.965.3800 W W W.�daeiVn.com YPE 0 40 LOW PROFILE BARRICADE TEMP FENCE (TYP) GATE P6 JOB NUMBER' 16164 DATE 6-19-17 FILE NAMES. DRAWING 16164.dwg PLAN. CSP SHEETS dwg Wi A.E 0 250 500 1000 �— NRA NO 1. THE CONTRACTOR SHALL FURNISH, INSTALL, AND MAINTAIN ALL TRAFFIC CONTROL EQUIPMENT, SIGNS. BARRICADES, MARKERS, AND APPURTENANCES 2. IT SHALL BE THE CONTRACTORS RESPONSIBILITY TO REVIEW AND APPROVE THE ADEQUACY OF TRAFFIC CONTROL LOCATED WITHIN THESE PLANS AND PROPOSE IMPROVEMENTS AS REQUIRED BY USE OF THE PLAN, THE CONTRACTOR ACKNOWLEDGES AND ACCEPTS RESPONSIBIUTY AS IF PREPARED BY HIM NO ADDITIONAL PAYMENT SHALL BE MADE FOR ADDITIONS TO THIS PLAN. 3. TRAFFIC BARRICADES SHOWN ILLUSTRATE LIMITS OF TRAFFIC CONTROL BUT ARE NOT INDICATIVE OF THE ACTUAL NUMBER REQUIRED. ALL LOW—PROFILE BARRICADES SHALL BE INTERLOCKED 4. A FLAGGER WITH AN AIRPORT ISSUED BADGE SHALL BE STATIONED AT ALL UNSECURED GATE LOCATIONS UNDER NO CIRCUMSTANCE SHALL THERE BE AN OPEN, UNATTENDED ENTRANCE INTO THE AIR OPERATION AREA (AOA) 5. THE SERVICE ROAD PARALLEL TO THE TAXIWAY SHALL REMAIN UNOBSTRUCTED AT ALL TIMES 6. A TEMPORARY FENCING ENCLOSURE WILL BE SECURED TO PERMANENT FENCE POSTS ON THE AIRFIELD SIDE OF EACH GATE PRIOR TO REMOVAL TEMPORARY FENCE MAY ONLY BE REMOVED ONCE EACH GATE IS FULLY OPERATIONAL AND THE AOA CAN BE SECURED. 7 TEMPORARY FENCE PANELS SHALL BE A MINIMUM OF 6 FEET TALL, WITH AN ADDITIONAL 1 FOOT OF BARBED WIRE IN 3—STRANDS FOR AN OVERALL HEIGHT OF 7 FEET, FENCE FABRIC SHALL BE MINIMUM OF 11—i GAUGE 8 LOW PROFILE BARRICADES WITH RED LIGHTS WILL BE PLACED AROUND THE PERIMETER OF ALL TEMPORARY FENCE STAGING OF MATERIALS, SUPPLIES. ETC TO BE OUTSIDE OF PERIMETER FENCE BARRICADE TYPE 3 GATE G11 SOUTH AIR PARK YAKIMA AIR TERMINAL SECURITY IMPROVEMENTS UPGRADE AIP3-53-0089-38 REVISION DATE DESIGNED BY M1)0 ENTERED BY: BFP CONSTRUCTION SAFETY AND PHASING PLAN SHEET CSP9 OF 37