Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
2002-059 Washington Ave Median Repair/Removal Agreement with Columbia Asphalt and Gravel, Inc.
c ITY 6-6 1,5, -1 City of a i ma ,� m ,,,,n- En Division v\- Washington Avenue Median Repair /Removal S. 24th Avenue to S. 16th Avenue Federal Aid Number: STPUS - 4558(007) _:: : ::.. ` a s ' i. � ' 7i-- -e x ix '. Q t y' Si�a1+- 1 ' i + ' . , I Y' + lc - v' ..+ 5w '' Y Construction Contract Specifications & Bid Documents City Project Number 2124 �'���'' ��' 129 North Second Street �� �'� ° Phone (509) 575-6111 Yakima, WA 98901 'N ,:,-': �-.'° Fax (509) 576 -6314 January 2007 o/ PUBLIC SERVICE ANNOUNCEMENT FOR IMMEDIATE RELEASE April 6, 2007 Construction Activities For April 9, 2007 thru April 13, 2007 Columbia Asphalt and Gravel Inc. will start work on Washington Avenue Median Removal / Reconstruction The illumination and brick pavers will be installed this next week. Starting on Monday one lane restrictions both east and west will be in effect thru Friday from 16 Avenue to 24 Avenue. Working hours for this project will be from 7:00 AM to 5:00 PM. Columbia Asphalt and Gravel Inc. will continue work on Lincoln Avenue Sidewalks Curb lane restrictions for West bound traffic will be in effect from 24 Avenue to 28 Avenue on Lincoln Avenue. Working hours for this project will be 7:00 AM to 5:00 PM. Detours will be in place and flaggers will help with traffic congestions. Motorists and Pedestrians are advised to be aware of heavy equipment in the areas and expect construction related delays, Please use alternate routes when you can. For further information contact: Bruce A. Floyd, Construction Supervisor (575 -6138) City of Yakima 129 N. 2nd Street Yakima, WA 98901 N 75 0 7 _j),.,)/ BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDA STATEMENT Item No. 9 3 For Meeting Of 9/18/07 ITEM TITLE: Final Contract Payment for Washington Ave. Median Repair /Removal Project No. 2124 SUBMITTED BY: Department Community & Economic Development Z CONTACT PERSON /TELEPHONE: Brett Sheffield, Chief Engineer — 576 -6797 SUMMARY EXPLANATION: This project consisted of removing the two western most medians and restoring the condition of the eastern most median island with planter brick and improved lighting. Final inspection for this project was made and the recommendation is that the project be accepted. This Council action is to accept the project and approve the final construction costs. Contractor: Columbia Asphalt & Gravel, Inc. Contract Award: 2/22/07 Contract Award Amt: $91,405.00 Contract Cost: $84,750.36 Amt. This Payment: -0- The above total contract cost is for construction only and does not include engineering and other costs. Resolution Ordinance X Other (Specify) Final Contract Payment Contract Mail to (name and address): Funding Source Arterial Street fu • d APPROVED FOR SUBMITTAL: `.-Y �. � �... � � ' � ` City Manager STAFF RECOMMENDATION: Accept the project and approve final estimate. COUNCIL ACTION: CITY OF YAKIMA, WASHINGTON FILE NO. 2124 IMPROVEMENT: WASHINGTON AVE MEDIAN REPAIR /REMOVAL 9/12/2007 CONTRACTOR: COLUMBIA APSHLAT & GRAVEL MADE BY WL PROGRESS ESTIMATE NO. 3 FINAL NO. ITEM UNIT QUANTITY UNIT AMOUNT % OF CONTRACT PRICE CONT AMOUNT 1 SPCC PLAN LS 100% $400.00 $400.00 100% $400.00 2 MOBILIZATION LS 100% $5,500.00 $5,500.00 100% $5,500.00 3 TRAFFIC CONTROL SUPERVISOR LS 100% $2,500.00 $2,500.00 100% $2,500.00 4 FLAGGERS AND SPOTTERS HR 176.00 $35.50 $6,248.00 55% $11,360.00 5 OTHER TRAFFIC CONTROL LABOR HR 0.00 $35.50 $0.00 0% $1,420.00 6 OTHER TEMPORARY TRAFFIC CONTROL DEVICES LS 100% $1,750.00 $1,750.00 100% $1,750.00 7 CONSSTRUCTION SIGNS CLASS A SF 216 $10.00 $2,160.00 108% $2,000.00 8 SAW CUT PER INCH DEPTH LF 5632 $0.50 $2,816.00 104% $2,700.00 9 REMOVING EXISTING MEDIANS LS 100% $5,200.00 $5,200.00 100% $5,200.00 10 CRUSHED SURFACING BASE COURSE TON 406.03 $15.00 $6,090.45 107% $5,700.00 11 ASPHALT TREATED BASE TON 0 - - 12 HMA CLA A PG 64 -28 TON 190.57 $63.00 $12,005.91 127% $9,450.00 13 PLANTER BRICK IN PLACE SY 537 $50.00 $26,850.00 98% $27,500.00 14 CEMENT CONCRETE TRAFFIC CURB AND GUTTER LF 24 $45.00 $1,080.00 96% $1,125.00 15 SIGNPOST SOCKETS EA 2 $75.00 $150.00 50% $300.00 16 ILLUMINATION SYSTEM RECONSTSRUCTION LS 100% $12,000.00 $12,000.00 100% $12,000.00 17 REPAIR OR REPLACEMENT FA $0.00 $2,500.00 $0.00 0% $2,500.00 PREVIOUS PAYMENTS TOTAL $84,750.36 93% $91,405.00 1 $46,412.36 2 $38,338.00 TOTAL DUE CONTRACTOR $84,750.36 3 4 5 LESS PREVIOUS PAYMENT $84,750.36 TOTAL $0.00 I certify that the above estimate is true and correct. h "74 Al. ,. City Engineer 4' -. 0 1- Y.'�_,,, DEPARTMENT OF COMMUNITY AND ECONOMIC DEVELOPMENT v , i " s 00 ' % William R. Cook, Director `� '' -V .v i ';>' Engineering Division ' ' �,e� 129 North Second Street ' 4 'R• oR A rho , ,' Yakima, Washington 98901 Phone: (509) 575 -6111 • Fax (509) 576 -6305 February 22, 2007 Columbia Asphalt & Gravel, Inc P.O. Box 9337 Yakima, WA 98909 . ATTN: Larry Sali Re: Washington Avenue Median Repair /Removal, S. 24 Avenue to S 16 Avenue City of Yakima Project No. 2124 Dear Mr. Sali: The City Manager of the City of Yakima has authorized award of the above referenced project to your company on the basis of your low bid submitted on February 14, 2007, in the amount of $91,405.00. This letter is official notification of the award of the contract to your company by the City of Yakima. We have prepared three (3) copies of the Contract and performance bond, along with certificate of insurance information as well as one complete set of plans and specifications for your surety. You have ten (10) days from this date to sign the three (3) copies, furnish the required Performance Bond and Certificate of Insurance and return them to our office. The complete surety set is for you to send to your surety. Your attention is directed to Section 1 -07.18 Public Liability and Property Damage Insurance (APWA only) of the APWA Supplement to the Standard Specifications for coverage limits, additional insurance requirements and special ACORD form wording. When these items have been approved, the City will execute the contract form and bind a signed contract, certificate, and proposal into contract document books. The three completed books will be distributed to the City Clerk, City Engineer, and Contractor. Please contact Bruce Floyd, (509) 575 -6138, within ten (10) days of this date, to schedule a pre - construction conference and discuss various forms and documentation that must be completed and turned in to him at that Conference. The Notice to Proceed will also be discussed at the Pre - construction Conference. For your information, we are enclosing a Liability Certificate Checklist and a copy of the bid summary for this project. Sincerely Brett H. Sheffield, P.E., Chief Engineer cc: Roger Arms, H & LP Engineer, WSDOT Michael Morales, Deputy Director, CED Robert Desgrosellier, Senior Engineer Bruce Floyd, Construction Supervisor Wendy Leinan, Contract Specialist City Clerk Yakima Finance en -�aan File 1IIIJ 1999 City Of Yakima Washington Avenue Median Repair / Removal 16 Ave. to 24 Ave. City Project No. 2124 Federal Aid Number: STPUS-4558 (007) 1- ( Qk *, 13E R s \-\ 0 V WASti le■ 111, t ti de, . -4 i dio 39407 IS T z ST 0 S ON EXPIRES 1 BID SUMMARY COLUMBIA SUPERIOR Washington Avenue Median Repair f Removal ENGINEERS ASPHALT & GRAVEL PAVING CO. Federal Aid No. STPUS - 4558 (007) ESTIMATE INC. CITY PROJECT NO. 2124 YAKIMA, WA YAKIMA, WA ITEM Bid Security 5% BID BOND 5% BID BOND NO. ITEM 4TY UNIT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT 1 SPCC PLAN 1 LS 400.00 400.00 400.00 400.00 500.00 500.00 2 MOBILIZATION 1 LS 11,000.00 11,000.00 5,500.00 5,500.00 6000.00 6000.00 3 TRAFFIC CONTROL SUPERVISIOR 1 LS 10,000.00 10,000.00 2,500.00 2.500.00 1000.00 1000.00 4 FLAGGERS AND SPOTTERS 320 HR 38.00_ 12,160.00 35.50 11,360.00 34.50 11,040.00 5 OTHER TRAFFIC CONTROL LABOR (Min. hid $30.00 per hour) 40 HR 35.00 1,400.00 35.50 1,420.00 35.50 1,420.00 6 OTHER TEMPORARY TRAFFIC CONTROL DEVICES 1 LS 2,000.00 2,000.00 1,750.00 1,750.00 3,500.00 3,500.00 7 CONSTRUCTION SIGNS CLASS 'A' 200 SF 10.00 2,000.00 10.00 2,000.00 10.00 2,000.00 8 SAW CUT, PER INCH DEPTH 5,400 LF 2.00 10,800.00 0.50 2.700.00 0.25 1,350.00 9 REMOVING EXISTING MEDIANS 1 LS 30,000.00 30,000.00 5,200.00 5,200.00 12,500.00 12,500.00 10 CRUSHED SURFACING BASE COURSE 380 TON 12.00 4,980.00 15.00 5,700.00 29.95 11,381.00 11 ASPHALT TREATED BASE 0 . TON 0 0 - - - - 12 HMA CL. A PG 6428 150 TON 55.00 6,325.00 63.00 9,450.00 69.95 10,492.50 13 PLANTER BRICK - IN PLACE 550 SY 50.00 27,500.00 50.00 27,500.00 44.90 24,695.00 14 CEMENT CONC. TRAFFIC CURB AND GUTTER 25 LF 10.00 800.00 45.00 1,125.00 36.00 900.00 15 SIGNPOST SOCKETS 4 EA 50.00 200.00 75.00 300.00 85.00 340.00 16 ILLUMINATION SYSTEM RECONSTRUCTION 1 LS 15,000.00 15,000.00 12,000.00 12,000.00 11,500.00 11,500.00 17 REPAIR OR REPLACEMENT 1 FA 2,500.00 2,500.00 2.500.00 2,500.00 2,500.00 2,500.00 TOTAL 150,555.00 91,405.00 101,118.50 I CITY ENGINEERS REPORT X7.7 CITY OF YAKIMA COMPETITIVE BIDS WERE OPENED ON FEBRUARY 14, 2007 . -7 4i 'C. .. *,‘ ALL BIDS HAVE BEEN REVIEWED BY THIS OFFICE. ,i• ' rt N Washington Avenue Median Repair I Removal I RECOMMEND THE CONTRACT BE AWARDED TO: ,' „ I _� . p' 4 1 ,, 4 1 S. 24th Avenue to S. 16th Avenue COLUMBIA ASPHALT & GRAVEL, INC. e .. �' , AWARD MADE BY CITY MANAGER Federal Aid No STPUS 4558 (007) 4� f : J ' PROJECT NO. 2124 • M1V -� L s � DATE: February 14, 2007 Z O' -N -', 4-1::: \, -.1_ ���� Wash Ave Median Bid Sum. pub FILE: a DATE ACTING CITY EN ER ` ' � a R M ' " u , ; } = - "' DATE CITY MANAGEF� \-......4,-.....----' SHEET 1 of 1 DEPARTMENT OF COMMUNITY AND ECONOMIC DEVELOPMENT j U. William R. Cook, Director , M . • 1 Brett H. Sheffield, P.E., Chief Engineer S, (J )144,1■ .• " Engineering Division ! ? • to d • ! 129 North Second Street. 2 °d Floor Yakima, Washington 98901 (509) 575 -6111 - Fax (509) 576 -6305 ADDENDUM NO. 1 TO THE BID DOCUMENTS & SPECIFICATIONS FOR THE CITY OF YAKIMA, WA for WASHINGTON AVE MEDIAN REPAIR/REMOVAL CITY OF YAKIMA PROJECT NUMBER 2124 FEDERAL AID NO. STPUS -4558 (007) TO THE ATTENTION OF ALL BIDDERS AND PLAN HOLDERS: The Bid & Contract Documents shall be modified as follows: ITEM 1. ATB & Quantities: Item No. 11 is removed from the proposal. The repair section for the median removal areas now reflects the section shown in the project detail Sheet P3. Item No. 12 - HMA Class A PG 64 -28 quantity has been changed from 115 tons to 150 tons. Item No. 10 - Crushed Surfacing Base Course quantity has been changed from 415 tons to 380 tons. Item No. 10 includes the CSBC in the median removal areas as well as the CSBC in the median repair area. Replace the original Proposal Bid Sheet with the attached Proposal Bid Sheet labeled Addendum #1, dated February 2, 2007. ITEM 2. Contact Information for Planter Brick For more detailed information on the Planter Brick (Item No. 13) please contact Don Grubenhoff at Western Materials (509- 575 - 3000). ITEM 3. Luminaire Pole Foundations Existing luminaire pole foundations found in the repaired median that are no longer supporting poles are to be removed. Foundations for the new lights are to be 30" round and 30" deep and configured such as to place the new pole bases • upon. Addendum 1 Page 1 of 3 2/2/0 This ADDENDUM is to be considered as much a part of the contract provisions as if it were included in the body of the Plans and Specifications. All Bidders shall acknowledge receipt of the ADDENDUM on the proposal form prior to bid opening. • APPROVED: .f...AA . .mil 2 - z - 0_i Brett H. Shef 411 P.E. Date Chief Engineer • Addendum 1 Page 2 of 3 2/2/07 ITEM PROPOSAL BID SHEET (ADDENDUM #1, February 2, 2007) City of Yakima Washington Ave Median Removal / Reconstruction 24th Avenue to 16th Avenue City Project No. 2124 Federal Aid Number: STPUS -4558 (007) ITEM PROPOSAL ITEM UNIT PRICE AMOUNT NO. PAYMENT SECTION DOLLARS DOLLARS SPCC PLAN 1 1 -07.15 1 LS MOBILIZATION 2 1 -09.7 1 LS TRAFFIC CONTROL SUPERVISIOR 3 1-10.5 1 LS 4 FLAGGERS AND SPOTTERS 320 HR 1 -10.5. 5 OTHER TRAFFIC CONTROL LABOR (Min. bid $30.00 per hour) 40 HR 1 -10.5 OTHER TEMPORARY TRAFFIC CONTROL DEVICES 6 1 -10.5 1 LS 7 CONSTRUCTION SIGNS CLASS 'A' 200 SF 1 -10.5 8 SAW CUT, PER INCH DEPTH 2 -02.5 5,400 LF REMOVING EXISTING MEDIANS 9 2 -02.5 1 LS 10 CRUSHED SURFACING BASE COURSE 380 TON 4 -04.5 ASPHALT TREATED BASE 0 TON 4 06.5 12 HMA CL. A PG 64 -28 (4" DEPTH) 150 TON 5 -04.5 13 PLANTER BRICK - IN PLACE 550 SY 5 -05.5 14 CEMENT CONC. TRAFFIC CURB AND GUTTER 25 LF 8 -14.5 15 SIGNPOST SOCKETS 4 EA 8 -14.5 16 ILLUMINATION SYSTEM RECONSTRUCTION 1 LS 8 -20.5 17 REPAIR OR REPLACEMENT 1 FA $2,500 8 -30.5 TOTAL * END OF ADDENDUM NO. 1 Addendum 1 Page 3 of 3 2/2/07 CONTENTS CITY OF YAKIMA Washington Ave. Median Repair / Removal 16 Ave. to 24 Ave. City Project No. 2124 Federal Aid No: STPUS- 4558(007) SECTION PAGE INVITATION TO BID 5 STANDARD SPECIFICATIONS Standard Specifications Amendments to the 2004 Standard Specifications 7 CONTRACT PROVISIONS General Special Provisions 29 Project Description 29 1 -01 Definitions and Terms 30 1 -02 Bid Procedures and Conditions 31 1 -03 Award and Execution of Contract 35 1 -04 Scope of Work 37 1 -05 Control of Work 37 1 -06 Control of Materials 42 1 -07 Legal Relations and Responsibilities to the Public 44 1 -08 Prosecution and Progress 60 1 -09 Measurement and Payment 64 1 -10 Temporary Traffic Control 65 2 -01 Clearing, Grubbing, and Roadside Cleanup 66 2 -02 Removal of Structures and Obstructions 66 2 -07 Watering 67 4 -06 Asphalt Treated Base 68 5 -04 Asphalt Concrete Pavement 69 5 -05 Cement Concrete Pavement 71 8 -01 Erosion Control and Water Pollution Control 72 8 -14 Cement Concrete Sidewalks 72 8 -20 Illumination, Traffic Signal Systems, and Electrical 73 8 -30 Repair or Replacement (New Section) 75 9 -03 Aggregates 76 9 -28 Signing Material and Fabrication 76 9 -29 Illumination, signals, Electrical 76 STANDARD PLANS 78 Required Contract Provisions FHWA Form 1273 (Attached as a Supplement) 83 Contract Form 85 Performance Bond Form 87 Informational Certificate of Insurance 89 Informational Additional Insured Endorsement 90 Minimum Wage Affidavit Form 93 PREVAILING WAGE RATES Prevailing Wage Rates 95 (State Wage and Federal Wage Rates attached as Supplements) PROPOSAL Proposal Form 97 Item Proposal Bid Sheet 99 Bid Bond Form 101 Non - Collusion Declaration 103 3 Non - Discrimination Provision 105 Subcontractor List 107 Women and Minority Business Enterprise Policy 109 Council Resolution 111 Affirmative Action Plan 113 Bidders Certification 115 DOT Form 420 -004EF (Attachment) 117 Materially and Responsiveness 119 Proposal Signature Sheet 121 Bidders Check List 123 PLANS « DETAILS Project Details Standard Details Traffic Control Plan C l+...... +......a:.... P l....... onstruction UI.uIVII rld11J 4 INVITATION TO BID NOTICE IS HEREBY GIVEN that sealed bids will be received by the City Clerk of the City of Yakima, 129 North 2nd Street, Yakima, Washington, 98901 of Yakima, until 2:00 pm on February 14, 2007 and will then and there be opened and publicly read for the construction of CITY OF YAKIMA Washington Ave. Median Repair / Removal City Project No. 2414 Federal Aid No: STPUS — 4558 (007) This contract provides for the removal or reconstruction of the traffic median islands from 16 Avenue to 24 Avenue on W. Washington Avenue. The work consists of removing the two western most medians and restoring the condition of the eastern most median island with planter brick and improved lighting. Project includes the approximate quantities of 415 tons CSBC, 115 tons ATB, 115 tons Hot Mix Asphalt, 550 SY of planter brick in place, a illumination system reconstruction and other miscellaneous items, all in accordance with the Contract Plans, Contract Provisions, and the Standard Specifications as prepared by the City Engineer of the City of Yakima. All bid proposals shall be accompanied by a bid proposal deposit in cash, certified check, cashier's check or surety bond in an amount equal to five percent (5 %) of the amount of such bid proposal. Should the successful bidder fail to enter into such contract and furnish satisfactory performance bond within the time stated in the specifications, the bid proposal deposit shall be forfeited to the City of Yakima. Plans and specifications may be obtained at the Office of the City Engineer located at 129 North 2nd Street upon payment of the amount of $25.00 for each set, non refundable. Informational copies of maps, plans, and specifications are on file for inspection in the Office of the City Engineer of Yakima in Yakima, Washington, and at Plan Centers in Yakima and Kennewick, Washington. A pre -bid conference will be held at Yakima City Hall CED Conference Room, Second Floor, 129 North 2nd Street, Yakima, Washington at 10:00 am on January 31, 2007. The conference will feature project discussion, DBE Contractor participation, and the Affirmative Action Plan. The City of Yakima in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C. 2000d to 2000 -4 and Title 49, Code of Federal Regulations, Department of Transportation, subtitle A, Office of the Secretary, Part 21, nondiscrimination in federally assisted programs of the Department of Transportation issued pursuant to such Act, hereby notifies all bidders that it will affirmatively insure that in any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color or national origin in consideration for an award. The City reserves the right to reject any or all bids and proposals. DATED this 24th day of January, 2007 (SEAL) KAREN ROBERTS CITY CLERK PUBLISH: January 24, 2007 January 31, 2007 5 STANDARD SPECIFICATIONS Standard Specifications Amendments to the 2006 Standard Specifications STANDARD SPECIFICATIONS The 2006 Standard Specifications for Road, Bridge, and Municipal Construction published by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association, by this reference, are made a part of these Contract Documents. Except as may be amended, modified, or supplemented hereinafter, each section of the Standard Specifications shall be considered as much a part of these Contract Documents as if they were actually set forth herein. INTRODUCTION The following Amendments and Special Provisions shall be used in conjunction with the 2006 Standard Specifications for Road, Bridge, and Municipal Construction. AMENDMENTS TO THE STANDARD SPECIFICATIONS The following Amendments to the Standard Specifications are made a part of this contract and supersede any conflicting provisions of the Standard Specifications. For informational purposes, the date following each Amendment title indicates the implementation date of the Amendment or the latest date of revision. Each Amendment contains all current revisions to the applicable section of the Standard Specifications and may include references which do not apply to this particular project. SECTION 1 -04, SCOPE OF THE WORK April 3, 2006 1 -04.6 Variation in Estimated Quantities The third paragraph beginning with "If the adjusted final quantity of any items ", is revised to read: If the adjusted final quantity of any item does not vary from the quantity shown in the proposal by more than 25 %, then the Contractor and the Contracting Agency agree that all work under that item will be performed at the original contract unit price. SECTION 1 -06, CONTROL OF MATERIAL April 3, 2006 1-06.1 Approval of Materials Prior To Use The second sentence in the first paragraph is revised to read: The Contractor shall use the Qualified Product List (QPL), the Aggregate Source Approval (ASA) Database, or the Request for Approval of Material (RAM) form. Number 1 under the second paragraph is revised to read: 1. Shall be new, unless the Special Provisions or Standard Specifications permit otherwise; 1- 06.1(1) Qualified Products List (QPL) This section is supplemented with the following: The current QPL can be accessed on -line at www.wsdot.wa.qov /biz/mats /QPL /QPL.cfm 7 The following new sub - section is inserted to follow 1- 06.1(2). 1- 06.1(3) Aggregate Source Approval (ASA) Database The ASA is a database containing the results of WSDOT preliminary testing of aggregate sources. This database is used by the Contracting Agency to indicate the approval status of these aggregate sources for applications that require preliminary testing as defined in the contract. The ASA `Aggregate Source Approval Report' identifies the currently approved • applications for each aggregate source listed. The acceptance and use of these aggregates is contingent upon additional job sampling and /or documentation. Aggregates approved for applications on the ASA 'Aggregate Source Approval Report' not conforming to the specifications, not fulfilling the acceptance requirements, or improperly handled nr in shall be replaced at the Contractor's expense. v . ...v.......v , .. V V . V at the �.I VI ICI IAVIVI J V/� IJV. For questions regarding the approval status of an aggregate source, contact the WSDOT Regional Materials Engineer for the Region the source is located in. The Contracting Agency reserves the right to make revisions to the ASA database at anytime. If there is a conflict between the ASA database and the contract, then the contract shall take precedence over the ASA database in accordance with Section 1 -04.2. The ASA database can be accessed on -line at www.wsdot.wa.qov/biz/mats/ASA 1- 06.2(2)D Quality Level Analysis Item 9 under the first paragraph ig re t read: 9. Determine the Composite Pay Factor (CPF) for each lot. CPF = f1(PF1) + f2(PF2) +...+ fi(PFi) Efi l =1 toj where: fi = price adjustment factor listed in these Specifications for the applicable material j = number of constituents being evaluated SECTION 1 -07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC August 7, 2006 1- 07.9(1) General The fifth paragraph is revised to read: If employing labor in a class not listed in the contract provisions on state funded projects only, the Contractor shall request a determination of the correct wage and benefits rate for that class and locality from the Industrial Statistician, Washington State Department of Labor and Industries (State L &I), and provide a copy of those determinations to the Engineer. The fifth paragraph is supplemented with the following new paragraph: If employing labor in a class not listed in the contract provisions on federally funded projects, the Contractor shall request a determination of the correct wage and benefits for that class and locality from the U. S. Secretary of Labor through the project engineer's office. Generally, the contractor initiates the request by preparing standard form 1444 and submitting it to the project engineers' office for further action. 8 1 -07.10 Worker's Benefits The fourth paragraph is revised to read: The Public Works Contract Division of the Washington State Department of Labor and Industries will provide the Contractor with applicable industrial insurance and medical aid classification and premium rates. After receipt of Revenue Release from the Washington State Department of Revenue, the contracting agency will verify through the Department of Labor and Industries that the Contractor is current with respect to the payments of industrial insurance and medical aid premiums. 1 -07.15 Temporary Water Pollution /Erosion Control The first paragraph is revised to read: In an effort to prevent, control, and stop water pollution and erosion within the project, thereby protecting the work, nearby land, streams, and other bodies of water, the Contractor shall perform all work in strict accordance with all Federal, State, and local laws and regulations governing waters of the State, as well as permits acquired for the project. SECTION 1 -08, PROSECUTION AND PROGRESS December 4, 2006 1 -08.1 Subcontracting The eighth paragraph (beginning with - On all projects funded with both Contracting Agency funds and Federal assistance ...) is supplemented with the following: The Contractor has the option of submitting actual MBE/WBE or DBE payment data, on Federally assisted, Federally assisted and Contracting agency funded, and Contracting Agency funded only contracts to the contracting agency on a monthly basis using the Contract Monitoring and Tracking System (CMATS) through the BizWeb application located at http:// www. omwbe .wa.gov /bizwebatwashington. Use of CMATS will become a requirement for all contractors effective January 7, 2008. 1 -08.3 Progress Schedule Section 1 -08.3 and all subsections are deleted in their entirety and replaced with the following: 1 -08.3 Progress Schedule 1- 08.3(1) General Requirements The Contractor shall submit Type A or Type B Progress Schedules and Schedule Updates to the Engineer for approval. Schedules shall show work that complies with all time and order of work requirements in the contract. Scheduling terms and practices shall conform to the standards established in Construction Planning and Scheduling, Second Edition, published by the Associated General Contractors of America. Except for Weekly Look -Ahead Schedules, all schedules shall meet these General Requirements, and provide the following information: 1. Include all activities necessary to physically complete the project. 2. Show the planned order of work activities in a logical sequence. 3. Show durations of work activities in working days as defined in Section 1- 08.5. 4. Show activities in durations that are reasonable for the intended work. 5. Define activity durations in sufficient detail to evaluate the progress of individual activities on a daily basis. 6. Show the physical completion of all work within the authorized contract time. 9 The Contracting Agency allocates its resources to a contract based on the total time allowed in the contract. The Contracting Agency may accept a Progress Schedule indicating an early physical completion date but cannot guarantee the Contracting Agency's resources will be available to meet an accelerated schedule. No additional compensation will be allowed if the Contractor is not able to meet their accelerated schedule due to the unavailability of Contracting Agency's resources or for other reasons beyond the Contracting Agency's control. If the Engineer determines that the Progress Schedule or any necessary Schedule Update does not provide the required information, then the schedule will be returned to the Contractor for correction and resubmittal. The Gnnineer'e approval of any schedule shall not transfer any of the f'on+rantnr'e I � . �. I v IpJ I v r uI of any .rvi I�.uuI .ai I II I iva transfer wiaa any J vi the v ui ni uvw� o responsibilities to the Contracting Agency. The Contractor alone shall remain ain responsible for adjusting forces, equipment, and work schedules to ensure completion of the work within the time(s) specified in the contract. 1- 08.3(2) Progress Schedule Types Type A Progress Schedules are required on all projects that do not contain the bid item for Type B Progress Schedule. Type B Progress Schedules are required on all projects that contain the bid item for Type B Progress Schedule. Weekly Look -Ahead Schedules and Schedule Updates are required on all projects. 1- 08.3(2)A Type A Progress Schedule The Contractor shall submit five copies of a Type A Progress Schedule no later than 10 days after the date the contract is executed, or some other mutually agreed upon submittal time. The schedule may be a critical path method (CPM) schedule, bar chart, or other standard schedule format. Regardless of which format used, the schedule shall identify the criticle path. The Engineer will evaluate the Type A Progress Schedule and approve or return the schedule for corrections within 15 calendar days of receiving the submittal. 1- 08.3(2)B Type B Progress Schedule The Contractor shall submit a preliminary Type B Progress Schedule no later than five calendar days after the date the contract is executed. The preliminary Type B Progress Schedule shall comply with all of these requirements and the requirements of Section 1- 08.3(1), except that it may be limited to only those activities occurring within the first 60 working days of the project. The Contractor shall submit five copies of a Type B Progress Schedule no later than 30 calendar days after the date the contract is executed. The schedule shall be a critical path method (CPM) schedule developed by the Precedence Diagramming Method (PDM). Restraints may be utilized, but may not serve to change the logic of the network or the critical path. The schedule shall display at least the following information: Contract Number and Title Construction Start Date Critical Path Activity Description Milestone Description Activity Duration Predecessor Activities Successor Activities Early Start (ES) and Early Finish (EF) for each activity Late Start (LS) and Late Finish (LF) for each activity Total Float (TF) and Free Float (FF) for each activity 10 Physical Completion Date Data Date The Engineer will evaluate the Type B Progress Schedule and approve or return the schedule for corrections within 15 calendar days of receiving the submittal. 1- 08.3(2)C Vacant 1- 08.3(2)D Weekly Look -Ahead Schedule Each week that work will be performed, the Contractor shall submit a Weekly Look -Ahead Schedule showing the Contractor's and all subcontractors' proposed work activities for the next two weeks. The Weekly Look -Ahead Schedule shall include the description, duration and sequence of work, along with the planned hours of work. This schedule may be a network schedule, bar chart, or other standard schedule format. The Weekly Look -Ahead Schedule shall be submitted to the Engineer by the midpoint of the week preceding the scheduled work or some other mutually agreed upon submittal time. 1- 08.3(3) Schedule Updates The Engineer may request a Schedule Update when any of the following events occur: 1. The project has experienced a change that affects the critical path. 2. The sequence of work is changed from that in the approved schedule. 3. The project is significantly delayed. 4. Upon receiving an extension of contract time. The Contractor shall submit five copies of a Type A or Type B Schedule Update within 15 calendar days of receiving a written request, or when an update is required by any other provision of the contract. A "significant" delay in time is defined as 10 working days or 10 percent of the original contract time, whichever is greater. In addition to the other requirements of this Section, Schedule Updates shall reflect the following information: 1. The actual duration and sequence of as- constructed work activities, including changed work. 2. Approved time extensions. 3. Any construction delays or other conditions that affect the progress of the work. 4. Any modifications to the as- planned sequence or duration of remaining activities. 5. The physical completion of all remaining work in the remaining contract time. Unresolved requests for time extensions shall be reflected in the Schedule Update by assuming no time extension will be granted, and by showing the effects to follow -on activities necessary to physically complete the project within the currently authorized time for completion. 1- 08.3(4) Measurement No specific unit of measurement shall apply to the lump sum item for Type B Progress Schedule. 11 1- 08.3(5) Payment Payment will be made in accordance with Section 1 -04.1, for the following bid item when it is included in the proposal: "Type B Progress Schedule ", lump sum. The Lump Sum price shall be full pay for all costs for furnishing the Type B Progress Schedule and preliminary Type B Progress Schedule. Payment of 80 percent of the lump sum price will be made upon approval of the Progress Schedule. Payment will be increased to 100 percent of the lump sum price upon completion of 80 percent of the original total contract award amount. All costs for providing Type A Progress Schedules and Weekly Look -Ahead Schedules are considered incidental to other items of work in the contract. No payment will be made for Schedule Updates that are required due to the Contractors operations. Schedule Updates required by events that are attributed to the actions of the Contracting Agency will be paid for in accordance with Section 1 -09.4. 1 -08.4 Prosecution of Work The first sentence is revised to read: The Contractor shall begin work within 21 calendar days from the date of execution of the contract by the Contracting Agency, unless otherwise approved in writing. 1 -08.5 Time for Completion This section is revised to read: The Contractor shall complete all physical contract work within the number of "working days" stated in the Contract Provisions or as extended by the Engineer in accordance with Section 1 -08.8. Every day will be counted as a "working day" unless it is a nonworking day or an Engineer determined unworkable day. A nonworking day is defined as a Saturday, a Sunday, a whole or half day on which the contract specifically prohibits work on the critical path of the Contractor's approved progress schedule, or one of these holidays: January 1, the third Monday of January, the third Monday of February, Memorial Day, July 4, Labor Day, November 11, Thanksgiving Day, the day after Thanksgiving, and Christmas Day. When any of these holidays fall on a Sunday, the following Monday shall be counted a nonworking day. When the holiday falls on a Saturday, the preceding Friday shall be counted a nonworking day. The days between December 25 and January 1 will be classified as nonworking days. An unworkable day is defined as a half or whole day the Engineer declares to be unworkable because of weather or conditions caused by the weather that prevents satisfactory and timely performance of the work shown on the critical path of the Contractor's approved progress schedule. Other conditions beyond the control of the Contractor may qualify for an extension of time in accordance with Section 1 -08.8. Contract time shall begin on the first working day following the 21st calendar day after the date the Contracting Agency executes the contract. If the Contractor starts work on the project at an earlier date, then contract time shall begin on the first working day when onsite work begins. The contract provisions may specify another starting date for contract time, in which case, time will begin on the starting date specified. 12 Each working day shall be charged to the contract as it occurs, until the contract work is physically complete. If substantial completion has been granted and all the authorized working days have been used, charging of working days will cease. Each week the Engineer will provide the Contractor a statement that shows the number of working days: (1) charged to the contract the week before; (2) specified for the physical completion of the contract; and (3) remaining for the physical completion of the contract. The statement will also show the nonworking days and any half or whole day the Engineer declares as unworkable. Within 10 calendar days after the date of each statement, the Contractor shall file a written protest of any alleged discrepancies in it. To be considered by the Engineer, the protest shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of time disputed. By not filing such detailed protest in that period, the Contractor shall be deemed as having accepted the statement as correct. The Engineer will give the Contractor written notice of the physical completion date for all work the contract requires. That date shall constitute the physical completion date of the contract, but shall not imply the Secretary's acceptance of the work or the contract. The Engineer will give the Contractor written notice of the completion date of the contract after all the Contractor's obligations under the contract have been performed by the Contractor. The following events must occur before the Completion Date can be established: 1. The physical work on the project must be complete; and 2. The Contractor must furnish all documentation required by the contract and required by law, to allow the Contracting Agency to process final acceptance of the contract. The following documents must be received by the Project Engineer prior to establishing a completion date: a. Certified Payrolls (Federal -aid Projects) b. Material Acceptance Certification Documents c. Annual Report of Amounts Paid as MBE/WBE Participants or Quarterly Report of Amounts Credited as DBE Participation, as required by the Contract Provisions. d. FHWA 47 (Federal -aid Projects) e. Final Contract Voucher Certification 1 -08.8 Extensions of Time Section 1 -08.8 is revised to read: The Contractor shall submit any requests for time extensions to the Engineer in writing no later than 10 working days after the delay occurs. The requests for time extension shall be limited to the affect on the critical path of the Contractor's approved schedule attributable to the change or event giving rise to the request. To be considered by the Engineer, the request shall be in sufficient detail (as determined by the Engineer) to enable the Engineer to ascertain the basis and amount of the time requested. The request shall include an updated schedule that supports the request and demonstrates that the change or event: (1) had a specific impact on the critical path, and except in cases of concurrent delay, was the sole cause of such impact, and (2) could not have been avoided by resequencing of the work or by using other reasonable alternatives. If a request combined with previous extension requests, equals 20 percent or more of the original contract time then the Contractor's letter of request must bear consent of Surety. In evaluating any request, the Engineer will consider how well the Contractor used the time from contract execution up to the point of the delay and the effect the delay has on any completion times included in the special provisions. The Engineer will evaluate and respond within 15 calendar days of receiving the request. 13 The authorized time for physical completion will be extended for a period equal to the time the Engineer determines the work was delayed because of: 1. Adverse weather causing the time requested to be unworkable, provided that the Engineer had not already declared the time to be unworkable and the Contractor has filed a written protest according to Section 1 -08.5. 2. Any action, neglect, or default of the Contracting Agency, its officers, or employees, or of any other contractor employed by the Contracting Agency. 3. Fire or other casualty for which the Contractor is not responsible. 4. Strikes. 5. Any other conditions for which these Specifications permit time extensions such as: a. In Section 1 -04.4 if a change increases the time to do any of the work including unchanged work. b. In Section 1 -04.5 if increased time is part of a protest that is found to be a valid protest. c. In Section 1-04.7 if a changed condition is determined to exist that coi iced a d in completing th c ontr a ct . d. In Section 1 -05.3 if the Contracting Agency does not approve properly prepared and acceptable drawings within 30 calendar days. e. In Section 1 -07.13 if the performance of the work is delayed as a result of damage by others. f. In Section 1 -07.17 if the removal or the relocation of any utility by forces other than the Contractor caused a delay. 9. In Section 1 -07.24 if a delay results from all the right of way necessary for the construction not being purchased and the special provisions does not make specific provisions regarding unpurchased right of way. h. In Section 1 -08.6 if the performance of the work is suspended, delayed, or interrupted for an unreasonable period of time that proves to be the responsibility of the Contracting Agency. i. In Section 1 -09.11 if a dispute or claim also involves a delay in completing the contract and the dispute or claim proves to be valid. j. In Section 1 -09.6 for work performed on a force account basis. 6. If the actual quantity of work performed for a bid item was more than the original plan quantity and increased the duration of a critical activity. Extensions of time will be limited to only that quantity exceeding the original plan quantity. 7. Exceptional causes not specifically identified in items 1 through 6, provided the request letter proves the Contractor had no control over the cause of the delay and could have done nothing to avoid or shorten it. 14 Working days added to the contract by time extensions, when time has overran, shall only apply to days on which liquidated damages or direct engineering have been charged, such as the following: If substantial completion has been granted prior to all of the authorized working days being used, then the number of days in the time extension will eliminate an equal number of days on which direct engineering charges have accrued. If the substantial completion date is established after all of the authorized working days have been used, then the number of days in the time extension will eliminate an equal number of days on which liquidated damages or direct engineering charges have accrued. The Engineer will not allow a time extension for any cause listed above if it resulted from the Contractor's default, collusion, action or inaction, or failure to comply with the contract. The Contracting Agency considers the time specified in the special provisions as sufficient to do all the work. For this reason, the Contracting Agency will not grant a time extension for: • Failure to obtain all materials and workers unless the failure was the result of exceptional causes as provided above in subsection 7; • Changes, protests, increased quantities, or changed conditions (Section 1 -04) that do not delay the completion of the contract or prove to be an invalid or inappropriate time extension request; • Delays caused by nonapproval of drawings or plans as provided in Section 1 -05.3; • Rejection of faulty or inappropriate equipment as provided in Section 1 -05.9; • Correction of thickness deficiency as provided in Section 5- 05.5(1)B. The Engineer will determine whether the time extension should be granted, the reasons for the extension, and the duration of the extension, if any. Such determination will be final as provided in Section 1 -05.1. SECTION 1 -09, MEASUREMENT AND PAYMENT December 4, 2006 1 - 09.6 Force Account The last paragraph under "3. For Equipment" is revised to read: Copies of the AGC/WSDOT Equipment Rental Agreement will be maintained on the Contracting Agency's web site at www.wsdot.wa.gov. 1- 09.9(1) Retainage The fourth paragraph is revised to read: Release of the retainage will be made 60 days following the Completion Date (pursuant to RCW 39.12, and RCW 60.28) provided the following conditions are met: 1. On contracts totaling more than $20,000, a release has been obtained from the Washington State Department of Revenue. 2. Affidavits of Wages Paid for the Contractor and all Subcontractors are on file with the Contracting Agency (RCW 39.12.040). 3. A certificate of Payment of Contributions Penalties and Interest on Public Works Contract is received from the Washington State Employment Security Department. 15 4. Washington State Department of Labor and Industries (per section 1- 07.10) shows, the Contractor is current with payments of industrial insurance and medical aid premiums. 5. All claims, as provided by law, filed against the retainage have been resolved. In the event claims are filed and provided the conditions of 1, 2, 3 and 4 are met, the Contractor will be paid such retained percentage less an amount sufficient to pay any such claims together with a sum determined by the Contracting Agency sufficient to pay the cost of foreclosing on claims and to cover attorney's fees. SECTION 2 -03, ROADWAY EXCAVATION AND EMBANKMENT Augus � nnnr August i, 200G 2- 03.3(2) Rock Cuts This section is revised to read: 4 Preserving Dnr4 Rnlnu, Cuhnrvrin The ('nntrartnr shall take rare not to break rime, � . a e vwe.. W .s. Rock er a.ev ee +- s a.+v y e a4%4 . The l v ve I I C1 I shall take care not to break `+asWY! loosen, or damage the rock under the subgrade line, except as provided by Section 2- 03.3(3). Normally cuts will be made from the top, lift by lift, to protect the rock bench that will remain. The Contractor shall be responsible for methods used and for any damage caused to the roadbed, regardless of any previous approvals by the Engineer. 2. Scaling and Dressing. To leave rock cuts in a safe, stable condition, the Contractor shall scale and dress them, removing all loose fragments and rocks not firmly fastened to the rock slope. The Contractor shall also remove any overhanging rock the Engineer sees as a hazard to roadway users. If the Engineer requires it, the Contractor shall remove loose fragments and rocks lying outside the slope stakes. Payment for such extra work shall be by force account as provided in Section 1 -09.6. The Contracting Agency will pay for loading and hauling these materials at the unit contract prices that apply or as provided in Section 1 -04.4. 3. Drilling and Blasting. Not less than two weeks prior to commencing drilling and blasting operations or at any time the Contractor proposes to change the drilling and blasting methods, the Contractor shall submit a blasting plan to the Engineer for review. The blasting plan shall contain the full details of the drilling and blasting patterns and controls the Contractor proposes to use for both the controlled and production blasting. The blasting plan submittal is required for all blasting operations and shall contain the following minimum information: a) Station limits of proposed shot. b) Plan and section views of proposed drill pattern including free face, burden, blast hole spacing, blast hole diameter, blast hole angles, lift height, and subdrill depth. c) Loading diagram showing type and amount of explosives, primers, initiators, and location and depth of stemming. d) Initiation sequence of blast holes including delay times and delay system. e) Manufacturer's data sheets for all explosives, primers, and initiators to be employed. Review of the blasting plan by the Engineer shall not relieve the Contractor of the responsibility for the accuracy and adequacy of the plan when implemented in the field. 16 When blasting to establish slopes 1 / 2 to 1 or steeper, and more than 10 feet high, the Contractor shall use controlled blasting. The Engineer may require the Contractor to use controlled blasting to form the faces of other slopes, even if the slopes could be formed by nonblasting methods. Controlled blasting refers to the controlled use of explosives and blasting accessories in carefully spaced and aligned drill holes to provide a free surface or shear plane in the rock along the specified backslope. Controlled blasting techniques covered by this specification include presplitting and cushion blasting. In addition to the blasting plan submittal, when using controlled blasting the Contractor shall: a) Prior to commencing full -scale blasting operations, the Contractor shall demonstrate the adequacy of the proposed blast plan by drilling, blasting, and excavating short test sections, up to 100 feet in length, to determine which combination of method, hole spacing, and charge works best. When field conditions warrant, the Contractor may be ordered to use test section lengths less than 100 feet. Unless otherwise approved by the Engineer, the Contractor shall begin the tests with the controlled blast holes spaced 30- inches apart, then adjust if needed, until the Engineer approves the spacing to be used for full -scale blasting operations. b) The Contractor shall completely remove all overburden soil and loose or decomposed rock along the top of the excavation for a distance of at least 30 feet beyond the end of the production hole drilling limits, or to the end of the cut, before drilling the presplitting holes. c) The controlled blast holes shall be not less than 2 inches nor more than 3 inches in diameter. d) The Contractor shall control drilling operations by the use of the proper equipment and technique to ensure that no hole shall deviate from the plane of the planned slope by more than 9 inches either parallel or normal to the slope. Drill holes exceeding these limits shall not be paid for unless satisfactory slopes are being obtained. e) Controlled blast holes shall extend a minimum of 30 feet beyond the limits of the production holes to be detonated, or to the end of the cut as applicable. f) The length of controlled blast holes for any individual lift shall not exceed 20 feet unless the Contractor can demonstrate to the Engineer the ability to stay within the above tolerances and produce a uniform slope. If greater than 5 percent of the presplit holes are misaligned in any one lift, the Contractor shall reduce the height of the lifts until the 9 -inch alignment tolerance is met. Upon satisfactory demonstration, the length of holes may be increased to a maximum of 60 feet with written approval of the Engineer. g) When the cut height requires more than one lift, a maximum 2 -foot offset between lifts will be permitted to allow for drill equipment clearances. The Contractor shall begin the control blast hole drilling at a point that will allow for necessary offsets and shall adjust, at the start of lower lifts, to compensate for any drift that may have occurred in the upper lifts. 17 h) Before placing charges, the Contractor shall determine that the hole is free of obstructions for its entire depth. All necessary precautions shall be exercised so that the placing of the charges will not cause caving of material from the walls of the holes. i) The maximum diameter of explosives used in presplit holes shall not be greater than 1 / 2 the diameter of the presplit hole. j) Only standard explosives manufactured especially for controlled blasting shall be used in controlled blast holes, unless otherwise approved by the Engineer. Bulk ammonium nitrate and fuel oil (ANFO) shall not be allowed to be loaded in the presplit holes. Imo\ If fraction .,l portions o f c +nn.d.-,r.d plosive cartridges used, +h. s h a ll h.. IL II II LAVLILJI ILII VLJI LIVI IJ of JLL4I ILILAIM cx I.GI LI IL.I are UJGLA, they 011011 UCI firmly affixed to the detonating cord in a manner that the cartridges will not slip down the detonating cord nor bridge across the hole. Spacing of fractional cartridges along the length of the detonating cord shall not exceed 30 inches center to center and shall be adjusted to give the desired results. I) Continuous ll n r rI + n f I detonating column I var#I;dge type of explosives used with uetcna #ing ccrd shall be assembled and affixed to the detonating cord in accordance with the explosive manufacturer's instructions, a copy of which shall be furnished to the Engineer. m ) Th bott charge of a presplit hole may be larger than the line charges but shall not be large enough to cause overbreak. The top charge of the presplitting hole shall be placed far enough below the collar, and reduced sufficiently, to avoid overbreaking and heaving. n) The upper portion of all presplit holes, from the top most charge to the hole collar, shall be stemmed. Stemming materials shall be sand or other dry angular material, all of which passes a 3 / 8 -inch sieve. o) If presplitting is specified, the detonation of these holes shall be fired first. p) if cushion blasting is specified, the detonation of these holes shall be fired last on an instantaneous delay after all other blasting has taken place in the excavation. q) Production blast holes shall not be drilled closer than 6 feet to the controlled blast line, unless approved by the Engineer. The bottom of the production holes shall not be lower than the bottom of the controlled blast holes. Production holes shall not exceed 6 inches in diameter, unless approved by the Engineer. Detonation of production holes shall be on a delay sequence toward a free face. r) The use of horizontal blast holes for either production or controlled blasting is prohibited. SECTION 2 -09, STRUCTURE EXCAVATION January 3, 2006 2- 09.3(1)E Backfilling Item 1 of the first paragraph under Compaction is revised to read: 1. Backfill supporting roadbed, roadway embankments, or structures, including backfill providing lateral support for noise barrier wall foundations, luminaire poles, traffic signal standards, and roadside and overhead sign structure foundations — placed in 18 horizontal layers no more than 6 inches thick with each layer compacted to 95 percent of the maximum density determined by the Compaction Control Test, Section 2- 03.3(14)D. SECTION 3 -01, PRODUCTION FROM QUARRY AND PIT SITES August 7, 2006 3- 01.4(1) Acquisition and Development The first paragraph is revised to read: If, under the terms of the Contract, the Contractor is required to provide a source of materials, or if the Contractor elects to use materials from sources other than those provided by the Contracting Agency, the Contractor shall, at no expense to the Contracting Agency, make all necessary arrangements for obtaining the material and shall ensure the quantity of suitable material is available. Preliminary samples shall be taken by or in the presence of the Engineer or a designated representative unless the Engineer permits otherwise. Approval of the source does not relieve the Contractor from meeting these specification requirements, nor does it guarantee that the material will meet these requirements without additional or proper processing. The Engineer may require additional preliminary samples at any time. SECTION 8 -01, EROSION CONTROL AND WATER POLLUTION CONTROL, December 4, 2006 8- 01.3(1) General The eighth paragraph, beginning with "In western Washington, erodible soil ", is deleted and replaced with the following: Erodible soil not being worked, whether at final grade or not, shall be covered within the following time period, using an approved soil covering practice, unless authorized otherwise by the Engineer: In western Washington (west of the Cascade Mountain crest): October 1 through April 30 2 days maximum May 1 to September 30 7 days maximum In eastern Washington (east of the Cascade Mountain crest.): October 1 through June 30 5 days maximum July 1 through September 30 10 days maximum 8 -01.3(1)B Erosion and Sediment Control (ESC) Lead This section is revised to read: The Contractor shall identify the ESC Lead at the preconstruction discussions and in the TESC plan. The ESC Lead shall have, for the life of the contract, a current Certificate of Training in Construction Site Erosion and Sediment Control from a course approved by the Washington State Department of Ecology. The ESC Lead shall be listed on the Emergency Contact List required under Section 1- 05.13(1). The ESC Lead shall implement the Temporary Erosion and Sediment Control (TESC) plan. Implementation shall include, but is not limited to: 1. Installing and maintaining all temporary erosion and sediment control Best Management Practices (BMPs) included in the TESC plan to assure continued 19 performance of their intended function. Damaged or inadequate TESC BMPs shall be corrected immediately. 2. Updating the TESC plan to reflect current field conditions. When a TESC plan is included in the contract plans, the Contractor shall inspect all on -site erosion and sediment control BMPs at least once every calendar week and within 24 hours of runoff events in which stormwater discharges from the site. Inspections of temporarily stabilized, inactive sites may be reduced to once every calendar month. The Erosion and Sediment Control Inspection Form (Form Number 220 -030 EF) shall be completed for each inspection and a copy shall be submitted to the Engineer n o later than the end of the next working day following the inspection. R_nq 3(9)F Tackin Aran* nnrd Cnil Rinrdar The third paragraph, (PAM) is revised to read: Soil Binding Using Polyacrylamide (PAM) The PAM shall be applied on bare soil completely dissolved and mixed in water or applied as a dry powder. Dissolved PAM shall be applied at a rate of not more than 2/3 pound per 1,000 gallons of water per acre. A minimum of 200 pounds per acre of cellulose fiber mulch treated with a non -toxic dye shall be applied with the dissolved PAM. Dry powder applications may be at a rate of 5 pounds per acre using a hand -held fertilizer spreader or a tractor - mounted spreader. 8- 01.3(2)F Dates for Application of Final Reed, Fertili and M The second paragraph under East of the summit of the Cascade Range, beginning with "The Contractor will be responsible ", is deleted. 8- 01.3(9)A Silt Fence The fifth paragraph is revised to read: Posts shall be either wood or steel. Wood posts shall have minimum dimensions of 1 1/4 inches by 1 1/4 inches by the minimum length shown in the Plans. Steel posts shall have a minimum weight of 0.90 lbs /ft 8-01.4 Measurement This section is supplemented with the following: Coir log will be measured by the linear foot along the ground line of the completed installation. 8-01.5 Payment The following bid item is inserted after "Compost Sock ", per linear foot: "Coir Log ", per linear foot This section is supplemented with the following: "Mowing ", per acre. SECTION 8 -04, CURBS, GUTTERS, AND SPILLWAYS December 4, 2006 8- 04.3(2) Extruded Asphalt Concrete Curbs, and Gutters The first paragraph is supplemented with the following: Just prior to placing the curb, a tack coat of asphalt shall be applied to the existing pavement surface at the rate ordered by the Engineer. 20 8 -04.4 Measurement The first paragraph is revised to read: All curbs, gutters, and spillways will be measured by the linear foot along the line and slope of the completed curbs, gutters, or spillways, including bends. Measurement of cement concrete curb and cement concrete curb and gutter, when constructed across driveways or sidewalk ramps, will include the width of the driveway or sidewalk ramp. SECTION 8 -20, ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL December 4, 2006 8- 20.3(2) Excavating and Backfilling The third paragraph is revised to read: The excavations shall be backfilled in conformance with the requirements of Section 2- 09.3(1)E, Structure Excavation. 8- 20.3(4) Foundations The second paragraph is revised to read: The bottom of concrete foundations shall rest on firm ground. If the portion of the foundation beneath the existing ground line is formed or cased instead of being cast against the existing soil forming the sides of the excavation, then all gaps between the existing soil and the completed foundation shall be backfilled and compacted in accordance with Section 2- 09.3(1)E. The thirteenth paragraph is revised to read: Both forms and ground which will be in contact with the concrete shall be thoroughly moistened before placing concrete; however, excess water in the foundation excavation will not be permitted. Foundations shall have set at least 72 hours prior to the removal of the forms. All forms shall be removed, except when the Plans or Special Provisions specifically allow or require the forms or casing to remain. 8- 20.3(9) Bonding, Grounding The first, second, and fourth paragraphs are revised to read: All metallic appurtenances containing electrical conductors (luminaires, light standards, cabinets, metallic conduit, etc.) shall be made mechanically and electrically secure to form continuous systems, that shall be effectively grounded. Where conduit is installed, the installation shall include an equipment ground conductor, in addition to the conductors noted in the contract. Bonding jumpers and equipment grounding conductors shall be installed in accordance with Section 9 -29.3 and NEC. Where existing conduits are used for the installation of new circuits, an equipment - grounding conductor shall be installed unless an existing equipment ground conductor, which is appropriate for the largest circuit, is already present in the existing raceway. The equipment ground conductor between the isolation switch and the sign lighter fixtures shall be a minimum of a 14 AWG stranded copper conductor. Where parallel circuits are enclosed in a common conduit, the equipment - grounding conductor shall be sized by the largest overcurrent device serving any circuit contained within the conduit. Supplemental grounding shall be provided at light standards, signal standards, cantilever and sign bridge structures. Steel sign posts which support signs with sign lighting or flashing beacons shall also have supplemental grounding. The supplemental ground conductor shall be connected to the foundation rebar (all rebar crossings shall be wire tied) by means of a 21 grounding connector listed for use in concrete, and lead up directly adjacent to a conduit installed within the foundation. The free end of the conductor shall be terminated to the ground terminal, with an approved clamp, within the pole. If no ground terminal is provided, bond to standard or post. Three feet of slack shall be provided inside the standard. Where a concrete and rebar foundation is not used the supplemental ground shall be a grounding electrode placed in the hole next to the post prior to back fill. For light standards, signal standards, cantilever and sign bridge structures the supplemental grounding conductor shall be a non - insulated 4 AWG stranded copper conductor. For steel sign posts which support signs with sign lighting or flashing beacons the supplemental grounding conductor shall be a non - insulated 6 AWG stranded copper conductor. 8- 20.3(14)E Signal Standards The second paragraph is revised to read: • Signal standards shall not be erected on concrete foundations until the foundations have attained 2400 psi or 14 days after concrete placement. Signal standards without mast arms may be erected after 72 hours. Type IV and V strain pole standards may be erected but the messenger cable (span wire) shall not be placed until the foundation has attained 2400 psi or 14 days after concrete placement. SECTION 9 -00, DEFINITIONS AND TESTS January 3, 2006 9 -00.8 Sand Equivalent The second paragraph is revised to read: For acceptance, there must be a clear line of demarcation. If no clear line of demarcation has formed at the end of a 30 minute sedimentation period, the material will be considered as failing to meet the minimum specified sand equivalent. SECTION 9 -02, BITUMINOUS MATERIALS January 3, 2006 9- 02.1(4) Asphalt Binders This section including title is revised to read: 9- 02.1(4) Performance Graded Asphalt Binder (PGAB) PGAB meeting the requirements of AASHTO M 320 Table 1 of the grades specified in the contract shall be used in the production of HMA. The Direct Tension Test (AASHTO T 314) of M 320 is not a specification requirement. 9- 02.1(4)A Performance Graded Asphalt Binder This section including title is revised to read: 9- uuz.1(44)A Quaint' Control Plan The Asphalt Supplier of PGAB shall have a Quality Control Plan (QCP) in accordance with WSDOT QC 2 "Standard Practice for Asphalt Suppliers That Certify Performance Graded Asphalts ". The Asphalt Supplier's QCP shall be submitted and approved by the WSDOT State Materials Laboratory. Any change to the QCP will require a new QCP to be submitted. The Asphalt Supplier of PGAB shall certify through the Bill of Lading that PGAB meets the specification requirements of the contract. 9- 02.1(6)A Polymerized Cationic Emulsified Asphalt CRS -2P This section is revised to read: 22 The asphalt CRS -2P shall be a polymerized cationic emulsified asphalt. The polymer shall be milled into the asphalt or emulsion during the manufacturing of the emulsion. The asphalt CRS -2P shall meet the following specifications: SECTION 9 -29, ILLUMINATION, SIGNAL, ELECTRICAL December 4, 2006 9 -29.2 Junction Boxes Section 9 -29.2 including title is revised to read: 9 -29.2 Junction Boxes, Cable Vaults and Pull Boxes 9- 29.2(1) Standard Junction Box This section including title is revised to read: 9- 29.2(1) Standard Duty and Heavy Duty Junction Boxes For the purposes of this specification concrete is defined as Portland Cement Concrete and non - concrete is all others. Standard Duty Junction Boxes are defined as Type 1, 2, 7 and 8, and Heavy Duty Junction Boxes are defined as Type 4, 5, and 6. The contractor shall provide shop drawings if their manufacturing process or standard production model includes any deviation from the Standard Plan. For each type of junction box, or whenever there is a design change to the junction box, a proof test, as defined in this specification, shall be performed once in the presence of the Engineer. This section is supplemented with the following new subsections: 9- 29.2(1)A Standard Duty Junction Boxes All Standard Duty Junction Boxes shall have a minimum load rating of 22,500 pounds and be tested in accordance with 9- 29.2(1)C. A complete Type 7 or Type 8 Junction Box includes the spread footing shown in the Standard Plans. Concrete Junction Boxes The Standard Duty Concrete Junction Box steel frame, lid support, and lid shall be painted with a black paint containing rust inhibiters or painted with a shop applied, inorganic zinc primer in accordance with Section 6 -07.3, or hot dip galvanized in accordance with ASTM A 111. Concrete used in Standard Duty Junction Boxes shall have a minimum compressive strength of 6000 psi when reinforced with a welded wire hoop, or 4000 psi when reinforced with welded wire fabric or fiber reinforcement. The frame shall be anchored to the box by welding the wire fabric to the frame or by welding headed studs 3/8 inch x 3 inches long, as specified in section 9- 06.15, to the frame. The wire fabric shall be attached to the studs and frame with standard tie practices. The box shall contain ten studs located near the centerline of the frame and box wall. The studs shall be placed one anchor in each corner, one at the middle of each width and two equally spaced on each length of the box. Material for Type 1, 2, 7 and 8 Concrete Junction Boxes shall conform to the following: Concrete Section 6 -02 Reinforcing Steel Section 9 -07 Fiber Reinforcing ASTM C 1116, Type Ill Lid ASTM A786 diamond plate steel Frame ASTM A786 diamond plate steel or 23 ASTM A36 flat steel Lid Support & Handle ASTM A36 steel Anchors (studs) Section 9 -06.15 Non- concrete Junction Boxes Material for the non - concrete junction boxes shall be of a quality that will provide for a similar life expectancy as Portland Cement Concrete in a direct burial application. Type 1, 2, 7, and 8 non - concrete junction boxes shall have a Design Load of 22,500 lbs. and shall be tested in accordance with 9- 29.2(1)C. Non - concrete junction boxes shall be gray in color and have an open bottom design with approximately the same inside dimensions, and present a load to the bearing surface that is less than or equal to the loading presented by the concrete junction boxes shown in the Standard Plans. N c on c re +e unction box lid ohall include n 111 s l o t and .sh be secured (.i +h two 1/ 1 V(411 _ 14(41114114(14 . (4(4r( 11(4.3 .3I1 (411 II I(4IU(4(4 U p�.111 .31 (4L (4114 .311(411 be .31414(41 (44 (V ILIl LVY(4 /< inch stainless steel hex -head bolts factory coated with anti-seize compound and recessed into the cover. The tapped holes for the securing bolts shall extend completely through the box to prevent accumulation of debris. Bolts shall conform to ASTM F 593, stainless steel. 9 29.2(1)B Heavy Duty Junction Boxes Heavy Duty Junction Boxes shall be concrete and have a minimum vertical load rating of 46,000 pounds without permanent deformation and 60,000 pounds without failure when tested in accordance with 9- 29.2(1)C . The Heavy Duty Junction Box steel frame, lid support and lid shall be painted with a shop • applied, inorganic zinc primer in accordance with Section 6 -07.3 The concrete used in Heavy Duty Junction Boxes shall have a minimum compressive strength of 4000 PSI. Material for Type 4, 5, and 6 Concrete Junction Boxes shall conform to the following: Concrete Section 6 -02 Reinforcing Steel Section 9 -07 Lid ASTM A786 diamond plate steel, rolled from plate complying with AS A572, grade 50 or ASTM A588 with min. CVN toughness of 20 ft -lb at 40 degrees F Frame and stiffener plates ASTM A572 grade 50 or ASTM A588, both with min. CVN toughness of 20 ft -lb at 40 degrees F Handle ASTM A36 steel Anchors (studs) Section 9 -06.15 Bolts, Nuts, Washers ASTM F 593 or A 193, type 304 or 316 The lid stiffener plates shall bear on the frame, and be milled so that there is full even contact, around the perimeter, between the bearing seat and lid stiffener plates, after fabrication of the frame and lid. The bearing seat and lid perimeter bar shall be free from burrs, dirt and other foreign debris that would prevent solid seating. Bolts and nuts shall be liberally coated with anti -seize compound. Bolts shall be installed snug tight. The bearing seat and lid perimeter bar shall be machined to allow a minimum of 75% of the bearing areas to be seated with a tolerance of 0.0 to 0.005 inches measured with a feeler gage. The bearing area percentage will be measured for each side of the lid as it bears on the frame. 9 29.2(1)C Testing Requirements Junction boxes shall be tested by an independent materials testing facility, and a test report. issued documenting the results of the tests performed. 24 For concrete junction boxes the independent testing lab shall meet the requirements of AASHTO R 18 for Qualified Tester and Verified Test Equipment. The test shall be conducted in the presence of and signed off by the Engineer or a designated representative. The Contractor shall give the Engineer 30 days notice prior to testing. One copy of the test report shall be furnished to the Contracting Agency certifying that the box and cover meet or exceed the loading requirements for a concrete junction box, and shall include the following information: 1. Product identification. 2. Date of testing. 3. Description of testing apparatus and procedure. 4. All load deflection and failure data. 5. Weight of box and cover tested. 6. Upon completion of the required test(s) the box shall be loaded to failure. 7. A brief description of type and location of failure. For non - concrete junction boxes the testing facility shall be a Nationally Recognized Testing Laboratory (witnessing is not required). One copy of the test report shall be furnished to the Contracting Agency certifying that the box and cover meet or exceed the loading requirements for a non - concrete junction box, and shall include the following information: 1. Product identification. 2. Date of testing. 3. Description of testing apparatus and procedure. 4. All load deflection data. 5. Weight of box and cover tested. Testing for Standard Duty Concrete Junction Boxes Standard Duty Concrete Junction Boxes shall be load tested to 22,500 pounds. The test load shall be applied uniformly through a 10 -inch x 10inch x 1 inch steel plate centered on the lid. The test load shall be applied and released ten times, and the deflection at the test load and released state shall be recorded for each interval. At each interval the junction box shall be inspected for lid deformation, failure of the lid /frame welds, vertical and horizontal displacement of the lid /frame, cracks, and concrete spalling. Concrete junction boxes will be considered to have withstood the test if none of the following conditions are exhibited: 1. Permanent deformation of the lid or any impairment to the function of the lid. 2. Vertical or horizontal displacement of the lid frame. 3. Cracks wider than 0.012 inches that extend 12 inches or more. 4. Fracture or cracks passing through the entire thickness of the concrete. 5. Spalling of the concrete. Testing for the Standard Duty non - concrete Junction Boxes Non- concrete Junction Boxes shall be tested to a minimum of 22,500 lbs as defined in the ANSI /SCTE 77 -2002 Tier 15 test method. In addition the contractor shall provide a Manufacture Certificate of Compliance for each non - concrete junction box installed. Testing for Heavy Duty Junction Boxes Heavy Duty Junction Boxes shall be load tested to 46,000 pounds. The test load shall be applied vertically through a 10 -inch x 20 -inch x 1 -inch steel plate centered on the lid with an orientation both on the long axis and the short axis of the junction box. The test load shall be applied and released ten times on each axis. The deflection at the test load and released state shall be recorded for each interval. At each interval the test box shall be inspected for lid deformation, failure of the lid or frame welds, vertical and horizontal displacement of the lid frame, cracks, and concrete spalling. After the 25 twentieth loading interval the test shall be terminated with a 60,000 pound load being applied vertically through the steel plate centered on the lid and with the long edge of steel plate orientated parallel to the long axis of the box. Heavy Duty Junction Boxes will be considered to have withstood the 46,000 pounds test if none of the following conditions are exhibited: 1. Permanent deformation of the lid or any impairment to the function of the lid. 2. Vertical or horizontal displacement of the lid frame. 3. Cracks wider than 0.012- inches that extend 12- inches or more. 4. Fracture or cracks passing through the entire thickness of the concrete. 5. Spelling of the concrete. Heavy Duty I+ , II c tin Bo will L... considered t L..-. withstood th.. 60 P0 00 ....d.. vUly V411VL1vll Boxes VV111 be VVIIJ IUGI to IIGVG VVIU IJLVVU UICi VV,VVV JUUIIUJ test if all of the following conditions are exhibited: 1. The lid is operational. 2. The lid is securely fastened. 3. The welds have not failed. 4. Permanent dishing or deformation of the lid is 1/4 inch or less. 5. No buckling or collapse of the box. 9 -29.2 (2) Vacant This section including title is revised to read: 9- 29.2(2) Standard Duty and Heavy Duty Cable Vaults and Pull Boxes Standard Duty and Heavy Duty Cable Vaults and Pull Boxes shall be constructed as a concrete box and as a concrete lid. The lid for the Heavy Duty and Standard Duty Cable Vaults and Pull Boxes shall be interchangeable and both shall fit the same box as shown in the Standard Plans. The Contractor shall provide shop drawings if their manufacturing process or standard production model includes any deviation from the Standard Plan. For each type of box or whenever there is a design change to the Cable Vault or Pull box, a proof test, as defined in this specification, shall be performed once in the presence of the Engineer. This section is supplemented with the following new sections: 9- 29.2(2)A Standard Duty Cable Vaults and Pull Boxes Standard Duty Cable Vaults and Pull boxes shall be concrete and have a minimum load • rating of 22,500 pounds and be tested in accordance with 9- 29.2(1)C for concrete Standard Duty Junction Boxes. Concrete for standard duty cable vaults and pull boxes shall have a minimum compressive strength of 4000 psi. The frame shall be anchored to the vault/box by welding the wire fabric to the frame or by welding headed studs 3/8 inch x 3 inches long, as specified in Section 9- 06.15, to the frame. The wire fabric shall be attached to the studs and frame with standard tie practices. The vaulvbox shall contain ten studs located near the centerline of the frame and wall. Studs shall be placed one anchor in each corner, one at the middle of each width and two equally spaced on each length of the vault/box. The steel frame, lid support, and lid shall be painted with a black paint containing rust inhibiters or painted with a shop applied, inorganic zinc primer in accordance with Section 6 -07.3 or hot dip galvanized in accordance with ASTM A 111. Material for Standard Duty Cable Vaults and Pull Boxes shall conform to the following: Concrete Section 6 -02 Reinforcing Steel Section 9 -07 26 Lid ASTM A786 diamond plate steel Frame ASTM A786 diamond plate steel or ASTM A36 flat steel Lid Support & Handle ASTM A36 steel Anchors (studs) Section 9 -06.15 Bolts, Nuts, Washers ASTM F593 or A 193, type 304 or 316 9- 29.2(2)B Heavy Duty Cable Vaults and Pull Boxes Heavy Duty Cable Vaults and Pull Boxes shall be constructed of concrete having a minimum compressive strength of 4000 psi, and have a minimum vertical load rating of 46,000 pounds without permanent deformation and 60,000 pounds without failure when tested in accordance with Section 9- 29.2(1)C for Heavy Duty Junction Boxes. Material for Heavy Duty Cable Vaults and Pull boxes shall conform to the following: Concrete Section 6 -02 Reinforcing Steel Section 9 -07 Cover Section 9- 05.15(1) Ring Section 9- 05.15(1) Anchors (studs) Section 9 -06.15 Bolts, Nuts, Washers ASTM F593 or A193, type 304 or 316 9- 29.2(4) Cover Markings The first sentence of the first paragraph is revised to read: Junction boxes, cable vaults, and pull boxes with metallic lids shall be marked with the appropriate legend in accordance with the bead weld details in the Standard Plans. Non - metallic lids shall be embossed with the appropriate legend and a non -skid surface. Legends for metallic lids and non - metallic lids shall be 1 -inch nominal height. The first sentence of the second paragraph is revised to read: Junction boxes, cable vaults and pull boxes shall be marked or embossed for use in accordance with the plans and following schedule: 9- 29.6(2) Slip Base Hardware The last sentence in the first paragraph is revised to read: Plate washers shall conform to ASTM A 36, and also shall conform to the flatness tolerances specified in AASHTO M 293 for circular washers. 9- 29.6(5) Foundation Hardware The second and third paragraphs are revised to read: Anchor bolts, and associated nuts and washers, for Type CCTV, II, Ill, IV, and V signal standards and luminaire poles shall conform to Section 9- 06.5(4). Anchor rods conforming to ASTM A 449 may be substituted, provided that the galvanized ASTM A 449 anchor rods having an ultimate tensile strength above 145 ksi shall be tested for embrittlement in accordance with either ASTM A 143 (if the rod length is equal to or greater than five times the bolt diameter) or ASTM F 606 Section 7 (if the rod length is less than five times the nominal bolt diameter). All foundation hardware shall be 100% hot - dipped galvanized in accordance with AASHTO M 111 and AASHTO M 232. 27 SECTION 9 -35, TEMPORARY TRAFFIC CONTROL MATERIALS April 3, 2006 9 - 35.2 Construction Signs The first paragraph is supplemented with the following: Post mounted Class A construction signs shall conform to the requirements of this section a nd additionally shall conform to the requirements stated in section 9 -28. The second paragraph is revised to read: Aluminum sheeting shaii be used to fabricate all construction signs. The signs shall have a minimum thickness of 0.080- inches and a maximum thickness of 0.125 - inches. The first sentence in the fourth paragraph is revised to read: The u se of plywood, composite, fiberglass n fn e d plasti. fabric s,. use of �:�. -vvu, vss::: ::uvr reinforced Lcu I .dIQ.�LIL, new Caul iv r vllup signs, and any other previously approved sign materials except aluminum is prohibited. Any sign which otherwise meets the requirements of this section and was purchased prior to July 1, 2004, may be utilized until December 31, 2007. If a fabric sign is used, it shall have been fabricated with Type VI reflective sheeting. • 28 CONTRACT PROVISIONS Special Provisions Contract Form Performance Bond Form Informational Certificate of Insurance Informational Additional Insured Endorsement Minimum Wage Affidavit Form SPECIAL PROVISIONS The following Special Provisions are made a part of this contract and supersede any conflicting provisions of the 2006 Standard Specifications for Road, Bridge and Municipal Construction, and the foregoing Amendments to the Standard Specifications. Several types of Special Provisions are included in this contract; General, Region, Bridges and Structures, and Project Specific. Special Provisions types are differentiated as follows: (date) General Special Provision ( * * * * * *) Notes a revision to a General Special Provision and also notes a Project Specific Special Provision. (Regions' date) Region Special Provision (BSP date) Bridges and Structures Special Provision General Special Provisions are similar to Standard Specifications in that they typically apply to many projects, usually in more than one Region. Usually, the only difference from one project to another is the inclusion of variable project data, inserted as a "fill -in ". Region Special Provisions are commonly applicable within the designated Region. Region designations are as follows: Regions' ER Eastern Region NCR North Central Region NWR Northwest Region OR Olympic Region SCR South Central Region SWR Southwest Region WSF Washington State Ferries Division Bridges and Structures Special Provisions are similar to Standard Specifications in that they typically apply to many projects, usually in more than one Region. Usually, the only difference from one project to another is the inclusion of variable project data, inserted as a "fill -in ". Project Specific Special Provisions normally appear only in the contract for which they were developed. DIVISION 1 GENERAL REQUIREMENTS DESCRIPTION OF WORK This contract provides for the removal or reconstruction of the traffic median islands from 16 Avenue to 24 Avenue on W. Washington Avenue. The work consists of removing the two western most medians and restoring the condition of the eastern most median island with planter brick and improved lighting. Project includes the approximate quantities of 415 tons CSBC, 115 tons ATB, 115 tons Hot Mix Asphalt, 550 SY of planter brick in place, a illumination system reconstruction and other miscellaneous items, all in accordance with the Contract Plans, Contract Provisions, and the Standard Specifications as prepared by the City Engineer of the City of Yakima. 29 1 -01 DEFINITIONS AND TERMS 1 -01.3 Definitions (May 25, 2006 APWA GSP) This Section is supplemented with the following: All references in the Standard Specifications to the terms "State ", "Department of Transportation ", "Washington State Transportation Commission ", "Commission ", "Secretary of Tr QI IJFJVtation " , "Secretary', "Headquarters", and "State Treasurer" shall be revised to read "Contracting Agency". All references to "State Materials Laboratory" shall be revised to read "Contracting Agency designated location ". v en u e The of all causes of action arising from the advertisement, award, execution, and . venue of performance of the contract shall be in the Superior Court of the County where the Contracting Agency's headquarters are located. Additive A supplemental unit of work or group of bid items, identified separately in the proposal, which may, at the discretion of the Contracting Agency, be awarded in addition to the base bid. Alternate One of two or more units of work or groups of bid items, identified separately in the proposal, from which the Contracting Agency may make a choice between different methods or material of construction for performing the same work. Contract Documents See definition for "Contract ". Contract Time: The period of time established by the terms and conditions of the contract within which the work must be physically completed. Dates Bid Opening Date The date on which the Contracting Agency publicly opens and reads the bids. Award Date The date of the formal decision of the Contracting Agency to accept the lowest responsible and responsive bidder for the work. Contract Execution Date The date the Contracting Agency officially binds the agency to the contract. Notice to Proceed Date The date stated in the Notice to Proceed on which the contract time begins. Substantial Completion Date The day the Engineer determines the Contracting Agency has full and unrestricted use and benefit of the facilities, both from the operational and safety standpoint, and only minor incidental work, replacement of temporary substitute facilities, or correction or repair remains for the physical completion of the total contract. Physical Completion Date The day all of the work is physically completed on the project. All documentation required by the contract and required by law does not necessarily need to be furnished by the Contractor by this date. 30 Completion Date The day all the work specified in the contract is completed and all the obligations of the Contractor under the contract are fulfilled by the Contractor. All documentation required by the contract and required by law must be furnished by the Contractor before establishment of this date. Final Acceptance Date The date on which the Contracting Agency accepts the work as complete. Notice of Award The written notice from the Contracting Agency to the successful bidder signifying the Contracting Agency's acceptance of the bid. Notice to Proceed The written notice from the Contracting Agency or Engineer to the Contractor authorizing and directing the Contractor to proceed with the work and establishing the date on which the contract time begins. Traffic Both vehicular and non - vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and equestrian traffic. 1 -02 BID PROCEDURES AND CONDITIONS 1-02.1 Prequalification of Bidders Delete this Section and replace it with the following: 1-02.1 Qualifications of Bidder (October 1, 2005 APWA GSP) Bidders shall be qualified by experience, financing, equipment, and organization to do the work called for in the Contract Documents. The Contracting Agency reserves the right to take whatever action it deems necessary to ascertain the ability of the bidder to perform the work satisfactorily. 1 -02.2 Plans and Specifications (October 1, 2005 APWA GSP) Delete this section and replace it with the following: Information as to where Bid Documents can be obtained or reviewed will be found in the Call for Bids (Advertisement for Bids) for the work. After award of the contract, plans and specifications will be issued to the Contractor at no cost as detailed below: To Prime Contractor No. of Sets Basis of Distribution Reduced plans (11" x 17 ") 10 Furnished automatically upon and Contract Provisions award. Large plans (e.g., 22" x 34 ") NiA Furnished only upon request. and Contract Provisions 31 Additional plans and Contract Provisions may be purchased by the Contractor by payment of the cost stated in the Invitation to Bid. 1 -02.4 Examination of Plans, Specifications and Site of Work 1- 02.4(1) General This section is supplemented with the following: A pre -bid conference will be held in the Yakima City Hall CED Conference room, second floor, 129 N. 2nd Street, Yakima. WA at the time and date stated in the "Invitation to Bid." The conference will include project discussion, DBE Contractor participation, and the Affirmative Action Plan. 0A r-uc.a Proposal Forms (October 1, 2005 APWA GSP) Delete this section and replace it with the following: At the request of a bidder, /��.�1..��1:.__. Agency will provide a proposal form for At the request oI a bidder, the Cont ac: ing Agency will provide a proposal form nor any project on which the bidder is eligible to bid. The proposal form will identify the project and its location and describe the work. It will also list estimated quantities, units of measurement, the items of work, and the materials to be furnished at the unit bid prices. The bidder shall complete spaces on the proposal form that call for, but are not limited to, unit prices; extensions; summations; the total bid amount; signatures; date; and, where applicable, retail sales taxes and acknowledgment of addenda; the bidder's name, address, telephone number, and signature; the bidder's D /M/WBE commitment, if applicable; a State of Washington Contractor's Registration Number; and a Business License Number, if applicable. Bids shall be completed by typing or shall be printed in ink by hand, preferably in black ink. The required certifications are included as part of the proposal form. The Contracting Agency reserves the right to arrange the proposal forms with alternates and additives, if such be to the advantage of the Contracting Agency. The bidder shall bid on all alternates and additives set forth in the proposal forms unless otherwise specified. Any correction to a bid made by interlineation, alteration, or erasure, shall be initialed by the signer of the bid. The bidder shall make no stipulation on the Bid Form, nor qualify the bid in any manner. A bid by a corporation shall be executed in the corporate name, by the president or a vice president (or other corporate officer accompanied by evidence of authority to sign). A bid by a partnership shall be executed in the partnership name, and signed by a partner. A copy of the partnership agreement shall be submitted with the Bid Form if any D /M/WBE requirements are to be satisfied through such an agreement. A bid by a joint venture shall be executed in the joint venture name and signed by a member of the joint venture. A copy of the joint venture agreement shall be submitted with the Bid Form if any D/W /MBE requirements are to be satisfied through such an agreement. 32 1 -02.6 Preparation of Proposal (January 23, 2006 APWA GSP) Supplement the second paragraph with the following: 4. If a minimum bid amount has been established for any item, the unit price must equal or exceed the minimum amount stated. (August 2, 2004) The fifth and sixth paragraphs of Section 1 -02.6 are deleted 1 -02.7 Bid Deposit (October 1, 2005 APWA GSP) Supplement this section with the following: Bid bonds shall contain the following: 1. Contracting Agency- assigned number for the project; 2. Name of the project; 3. The Contracting Agency named as obligee; 4. The amount of the bid bond stated either as a dollar figure or as a percentage which represents five percent of the maximum bid amount that could be awarded; 5. Signature of the bidder's officer empowered to sign official statements. The signature of the person authorized to submit the bid should agree with the signature on the bond, and the title of the person must accompany the said signature; 6. The signature of the surety's officer empowered to sign the bond and the power of attorney. If so stated in the Contract Provisions, bidder must use the bond form included in the Contract Provisions. 1 -02.9 Delivery of Proposal (October 1, 2005 APWA GSP) Revise the first paragraph to read: Each proposal shall be submitted in a sealed envelope, with the Project Name and Project Number as stated in the Advertisement for Bids clearly marked on the outside of the envelope, or as otherwise stated in the Bid Documents, to ensure proper handling and delivery. (**** *) Public Opening Of Proposal • Section 1 -02.12 is supplemented with the following: Date Of Opening Bids Sealed bids are to be received at the following locations prior to the time specified: 1. At the City Clerk's Office, City of Yakima, 129 N. Second Street, Yakima, WA 98901 until 2:00 P.M of the bid opening date. The bid opening date for this project is as listed in the Invitation to Bid. Bids received will be publicly opened and read after 2:00 P.M. on this date. 33 1 -02.13 Irregular Proposals (October 1, 2005 APWA GSP) Revise item 1 to read: 1. A proposal will be considered irregular and will be rejected if: a. The bidder is not prequalified when so required; b. The authorized proposal form furnished by the Contracting Agency is not used or is altered; c. The completed proposal form contains any unauthorized additions, deletions, alternate bids, or conditions; d. The bidder adds provisions reserving the right to reject or accept the award, or enter into the contract; e. A price per unit cannot be determined from the bid proposal; f. The proposal form I I is not properly executed; g. The bidder fails to submit or properly complete a subcontractor list, if applicable, as required in Section 1 -02.6; h. The bidder fails to submit or properly complete a Disadvantaged, Minority or Women's Business Enterprise Certification, if applicable, as required in Section 1- 02.6; or i. The bid proposal does not constitute a definite and unqualified offer to meet the material terms of the bid invitation. 1 -02.14 Disqualification of Bidders (October 1, 2005 APWA GSP) Revise this section to read: A bidder may be deemed not responsible and the proposal rejected if: 1. More than one proposal is submitted for the same project from a bidder under the same or different names; 2. Evidence of collusion exists with any other bidder or potential bidder. Participants in collusion will be restricted from submitting further bids; 3. The bidder, in the opinion of the Contracting Agency, is not qualified for the work or to the full extent of the bid, or to the extent that the bid exceeds the authorized prequalification amount as may have been determined by a prequalification of the bidder; 4. An unsatisfactory performance record exists based on past or current Contracting Agency work or for work done for others, as judged from the standpoint of conduct of the work; workmanship; progress; affirmative action; equal employment opportunity practices; or Disadvantaged Business Enterprise, Minority Business Enterprise, or Women's Business Enterprise utilization; 5. There is uncompleted work (Contracting Agency or otherwise) which might hinder or prevent the prompt completion of the work bid upon; 6. The bidder failed to settle bills for labor or materials on past or current contracts; 7. The bidder has failed to complete a written public contract or has been convicted of a crime arising from a previous public contract; 8. The bidder is unable, financially or otherwise, to perform the work; 9. A bidder is not authorized to do business in the State of Washington (not registered in accordance with RCW 18.27); 10. There are any other reasons deemed proper by the Contracting Agency. 34 1 -02.15 Pre Award Information (October 1, 2005 APWA GSP) Revise this section to read: Before awarding any contract, the Contracting Agency may require one or more of these items or actions of the apparent lowest responsible bidder: 1. A complete statement of the origin, composition, and manufacture of any or all materials to be used, 2. Samples of these materials for quality and fitness tests, 3. A progress schedule (in a form the Contracting Agency requires) showing the order of and time required for the various phases of the work, 4. A breakdown of costs assigned to any bid item, 5. Attendance at a conference with the Engineer or representatives of the Engineer, 6. Obtain, and furnish a copy of, a business license to do business in the city or county where the work is located. 7. A copy of State of Washington Contractor's Registration, or 8. Any other information or action taken that is deemed necessary to ensure that the bidder is the lowest responsible bidder. 1 -03 AWARD AND EXECUTION OF CONTRACT 1-03.1 Consideration of Bids (January 23, 2006 APWA GSP) Revise the first paragraph to read: After opening and reading proposals, the Contracting Agency will check them for correctness of extensions of the prices per unit and the total price. If a discrepancy exists between the price per unit and the extended amount of any bid item, the price per unit will control. If a minimum bid amount has been established for any item and the bidder's unit or lump sum price is less than the minimum specified amount, the Contracting Agency will unilaterally revise the unit or lump sum price, to the minimum specified amount and recalculate the extension. The total of extensions, corrected where necessary, including sales taxes where applicable and such additives and /or alternates as selected by the Contracting Agency, will be used by the Contracting Agency for award purposes and to fix the Awarded Contract Price amount and the amount of the contract bond. 1-03.2 Award of Contract This section is supplemented with the following: Award of the contract will be to the lowest bidder of the two schedules combined. The City reserves the right to award any or all bid schedules to a single bidder. Some schedules may not be awarded due to budgetary constraints. 1 -03.3 Execution of Contract (October 1, 2005 APWA GSP) Revise this section to read: Copies of the Contract Provisions, including the unsigned Form of Contract, will be available for signature by the successful bidder on the first business day following award. The number of copies to be executed by the Contractor will be determined by the Contracting Agency. 35 Within Fourteen (14) calendar days after the award date, the successful bidder shall return the signed Contracting Agency - prepared contract, an insurance certification as required by Section 1- 07.18, and a satisfactory bond as required by law and Section 1 -03.4. Before execution of the contract by the Contracting Agency, the successful bidder shall provide any pre -award information the Contracting Agency may require under Section 1- 02.15. Until the Contracting Agency executes a contract, no proposal shall bind the Contracting Agency nor shall any work begin within the project limits or within Contracting Agency - furnished sites. The Contractor shall bear all risks for any work begun outside such areas and for any materials ordered before the contract is executed by the Contracting Agency. If the bidder experiences circumstances beyond their control that prevents return of the contract documents within the calendar days after the award date stated above, the Contracting Agency may grant up to a maximum of Six (6) additional calendar days for return of the documents, provided the Contracting Agency deems the circumstances warrant it. 1 -03.4 Contract Bond (October 1, 2005 APWA GSP) Revise the first paragraph to read: The successful bidder shall provide an executed contract bond for the full contract amount. This contract bond shall: 1. Be on a Contracting Agency- furnished form; 2. Be signed by an approved surety (or sureties) that: a. Is registered with the Washington State Insurance Commissioner, and b. Appears on the current Authorized Insurance List in the State of Washington published by the Office of the Insurance Commissioner, 3. Be conditioned upon the faithful performance of the contract by the Contractor within the - prescribed time; 4. Guarantee that the surety shall indemnify, defend, and protect the Contracting Agency against any claim of direct or indirect loss resulting from the failure: a. Of the Contractor (or any of the employees, subcontractors, or lower tier subcontractors of the Contractor) to faithfully perform the contract, or b. Of the Contractor (or the subcontractors or lower tier subcontractors of the Contractor) to pay all laborers, mechanics, subcontractors, lower tier subcontractors, materialperson, or any other person who provides supplies or provisions for carrying out the work; 5. Be accompanied by a power of attorney for the Surety's officer empowered to sign the bond; and Be signed by an officer of the Contractor empowered to skin official statements (sole proprietor or partner). If the Contractor is a corporation, the bond must be signed by the president or vice - president, unless accompanied by written proof of the authority of the individual signing the bond to bind the corporation (i.e., corporate resolution, power of • attorney or a letter to such effect by the president or vice - president). 36 1 -04 SCOPE OF THE WORK 1 -04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda (October 1, 2005 APWA GSP) Revise the second paragraph to read: Any inconsistency in the parts of the contract shall be resolved by following this order of precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth): 1. Addenda, 2. Proposal Form, 3. Special Provisions, including APWA General Special Provisions, if they are included, 4. Contract Plans, 5. Amendments to the Standard Specifications, 6. WSDOT /APWA Standard Specifications for Road, Bridge and Municipal Construction, 6. Contracting Agency's Standard Plans (if any), and 7. WSDOT /APWA Standard Plans for Road, Bridge, and Municipal Construction. 1 -04.11 Final Cleanup This section is supplemented with the following: The Contractor shall do partial cleanup when he determines it is necessary or when, in the opinion of the Engineer, partial cleanup shall be done for public safety. The cleanup work shall be done immediately upon notification from the Engineer and other work shall not proceed until the partial cleanup is completed. 1-05 CONTROL OF WORK 1 -05.4 Conformity With And Deviations From Plans And Stakes Section 1 -05.4 is supplemented with the following: ( **** *) Contractor Surveying - Roadway Copies of the Contracting Agency provided primary survey control data are available for the bidder's inspection at the office of the Project Engineer. The Contractor shall be responsible for setting, maintaining, and resetting all alignment stakes, slope stakes, and grades necessary for the construction of the roadbed, drainage, surfacing, paving, channelization and pavement marking, illumination and signals, guardrails and barriers, and signing. Except for the survey control data to be furnished by the Contracting Agency, calculations, surveying, and measuring required for setting and maintaining the necessary lines and grades shall be the Contractor's responsibility. The meaning of words and terms used in this provision shall be as listed in "Definitions of Surveying and Associated Terms" current edition, published by the American Congress on Surveying and Mapping and the American Society of Civil Engineers. The survey work shall include but not be limited to the following: 1. Verify the primary horizontal and vertical control furnished by the Contracting Agency, and expand into secondary control by adding stakes and hubs as well as additional survey control needed for the project. 37 2. Establish, the centerlines of all alignments, by placing hubs, stakes, or marks on centerline or on offsets to centerline at all curve points (PCs, PTs, and Pls) and at points on the alignments spaced no further than 50 feet. 3. Establish clearing limits, placing stakes at all angle points and at intermediate points not more than 50 feet apart. 4. Establish grading limits, placing slope stakes at centerline increments not more than 50 feet apart. Establish offset reference to all slope stakes. 5. Establish the horizontal and vertical location of all drainage features, placing offset stakes to all drainage structures and to pipes at a horizontal interval not greater than 25 feet. 6. Establish roadbed and surfacing elevations by placing stakes at the top of subgrade and at the top of each course of surfacing. Subgrade and surfacing stakes shall be set at horizontal intervals not greater than 50 feet in tangent sections, 25 feet in curve sections with a radius less than 300 feet, and at 10 -foot intervals in intersection radii with a radius less than 10 feet. Transversely, stakes shall be placed at all locations where the roadway slope changes and at additional points such that the transverse spacing of stakes is not more than 12 feet. 7. Establish intermediate elevation benchmarks as needed to check work throughout the project. 8. Provide references for paving pins at 25 -foot intervals or provide simultaneous surveying to establish location and elevation of paving pins as they are being placed. 9. For all other types of construction included in this provision, (including but not limited to channelization and pavement marking, illumination and signals, guardrails and barriers, and signing) provide staking and layout as necessary to adequately locate, construct, and check the specific construction activity. The Contractor shall provide the Contracting Agency copies of any calculations and staking data when requested by the Engineer. To facilitate the establishment of these lines and elevations, the Contracting Agency will provide the Contractor with primary survey control information consisting of descriptions of two primary control points used for the horizontal and vertical control, and descriptions of two additional primary control points for every additional three miles of project length. Primary control points will be described by reference to the project alignment and the coordinate system and elevation datum utilized by the project. In addition, the Contracting Agency will supply horizontal coordinates for the beginning and ending points and for each Point of Intersection (PI) on each alignment included in the project. The Contractor shall ensure a surveying accuracy within the following tolerances: Vertical Horizontal Slope stakes ±0.10 feet ±0.10 feet Subgrade grade stakes set 0.04 feet below grade ±0.01 feet ±0.5 feet (parallel to alignment) ±0.1 feet (normal to alignment) 38 Stationing on roadway N/A ±0.1 feet Alignment on roadway N/A ±0.04 feet Surfacing grade stakes ±0.01 feet ±0.5 feet (parallel to alignment) ±0.1 feet (normal to alignment) Roadway paving pins for surfacing or paving ±0.01 feet ±0.2 feet (parallel to alignment) ±0.1 feet (normal to alignment) The Contracting Agency may spot -check the Contractor's surveying. These spot- checks will not change the requirements for normal checking by the Contractor. When staking roadway alignment and stationing, the Contractor shall perform independent checks from different secondary control to ensure that the points staked are within the specified survey accuracy tolerances. The Contractor shall calculate coordinates for the alignment. The Contracting Agency will verify these coordinates prior to issuing approval to the Contractor for commencing with the work. The Contracting Agency will require up to seven calendar days from the date the data is received. Contract work to be performed using contractor - provided stakes shall not begin until the stakes are approved by the Contracting Agency. Such approval shall not relieve the Contractor of responsibility for the accuracy of the stakes. Stakes shall be marked in accordance with Standard Plan H -14. When stakes are needed that are not described in the Plans, then those stakes shall be marked as directed by the Engineer. Payment No additional payment will be made for Contractor Surveying — Roadway. Payment will be incidental to other items contained in the contract. 1-05.7 Removal of Defective and Unauthorized Work (October 1, 2005 APWA GSP) Supplement this section with the following: If the Contractor fails to remedy defective or unauthorized work within the time specified in a written notice from the Engineer, or fails to perform any part of the work required by the Contract Documents, the Engineer may correct and remedy such work as may be identified in the written notice, with Contracting Agency forces or by such other means as the Contracting Agency may deem necessary. If the Contractor fails to comply with a written order to remedy what the Engineer determines to be an emergency situation, the Engineer may have the defective and unauthorized work corrected immediately, have the rejected work removed and replaced, or have work the Contractor refuses to perform completed by using Contracting Agency or other forces. An emergency situation is any situation when, in the opinion of the Engineer, a delay in its remedy could be potentially unsafe, or might cause serious risk of loss or damage to the public. 39 Direct or indirect costs incurred by the Contracting Agency attributable to correcting and remedying defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment will be deducted by the Engineer from monies due, or to become due, the Contractor. Such direct and indirect costs shall include in particular, but without limitation, compensation for additional professional services required, and costs for repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of the Contractor's unauthorized work. No adjustment in contract time or compensation will be allowed because of the delay in the performance of the work attributable to the exercise of the Contracting Agency's rights provided by this Section. The rights exercised under the provisions of this section shall not diminish the Contracting Agency's right to pursue any other avenue for additional remedy or damages with respect to the Contractor's failure to perform the work as required. 1 -05.11 Final Inspection Delete this section and replace it with the following: 1 -05.11 Final Inspections and Operational Testing (October 1, 2005 APWA GSP) 1-05.11(1) S t t' 1 1 t• Date Substantial Completion vate When the Contractor considers the work to be substantially complete, the Contractor shall so notify the Engineer and request the Engineer establish the Substantial Completion Date. The Contractor's request shall list the specific items of work that remain to be completed in order to reach physical completion. The Engineer will schedule an inspection of the work with the Contractor to determine the status of completion. The Engineer may also establish the Substantial Completion Date unilaterally. If, after this inspection, the Engineer concurs with the Contractor that the work is substantially complete and ready for its intended use, the Engineer, by written notice to the Contractor, will set the Substantial Completion Date. If, after this inspection the Engineer does not consider the work substantially complete and ready for its intended use, the Engineer will, by written notice, so notify the Contractor giving the reasons therefor. Upon receipt of written notice concurring in or denying substantial completion, whichever is applicable, the Contractor shall pursue vigorously, diligently and without unauthorized interruption, the work necessary to reach Substantial and Physical Completion. The Contractor shall provide the Engineer with a revised schedule indicating when the Contractor expects to reach substantial and physical completion of the work. The above process shall be repeated until the Engineer establishes the Substantial Completion Date and the Contractor considers the work physically complete and ready for final inspection. 1- 05.11(2) Final Inspection and Physical Completion Date When the Contractor considers the work physically complete and ready for final inspection, the Contractor by written notice, shall request the Engineer to schedule a final inspection. The Engineer will set a date for final inspection. The Engineer and the Contractor will then make a final inspection and the Engineer will notify the Contractor in writing of all particulars in which the final inspection reveals the work incomplete or unacceptable. The Contractor shall immediately take such corrective measures as are necessary to remedy the listed 40 deficiencies. Corrective work shall be pursued vigorously, diligently, and without interruption until physical completion of the listed deficiencies. This process will continue until the Engineer is satisfied the listed deficiencies have been corrected. If action to correct the listed deficiencies is not initiated within 7 days after receipt of the written notice listing the deficiencies, the Engineer may, upon written notice to the Contractor, take whatever steps are necessary to correct those deficiencies pursuant to Section 1 -05.7. The Contractor will not be allowed an extension of contract time because of a delay in the performance of the work attributable to the exercise of the Engineer's right hereunder. Upon correction of all deficiencies, the Engineer will notify the Contractor and the Contracting Agency, in writing, of the date upon which the work was considered physically complete. That date shall constitute the Physical Completion Date of the contract, but shall not imply acceptance of the work or that all the obligations of the Contractor under the contract have been fulfilled. 1- 05.11(3) Operational Testing It is the intent of the Contracting Agency to have at the Physical Completion Date a complete and operable system. Therefore when the work involves the installation of machinery or other mechanical equipment; street lighting, electrical distribution or signal systems; irrigation systems; buildings; or other similar work it may be desirable for the Engineer to have the Contractor operate and test the work for a period of time after final inspection but prior to the physical completion date. Whenever items of work are listed in the Contract Provisions for operational testing they shall be fully tested under operating conditions for the time period specified to ensure their acceptability prior to the Physical Completion Date. During and following the test period, the Contractor shall correct any items of workmanship, materials, or equipment which prove faulty, or that are not in first class operating condition. Equipment, electrical controls, meters, or other devices and equipment to be tested during this period shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which they were installed. The Physical Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer. The costs for power, gas, labor, material, supplies, and everything else needed to successfully complete operational testing, shall be included in the unit contract prices related to the system being tested, unless specifically set forth otherwise in the proposal. Operational and test periods, when required by the Engineer, shall not affect a manufacturer's guaranties or warranties furnished under the terms of the contract. 1 -05.13 Superintendents, Labor and Equipment of Contractor (May 25, 2006 APWA GSP) Revise the seventh paragraph to read: Whenever the Contracting Agency evaluates the Contractor's qualifications pursuant to Section 1 -02.1, it will take these performance reports into account. Add the following new section: 1 -05.16 Water and Power (October 1, 2005 APWA GSP) 41 The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the work, unless the contract includes power and water as a pay item, 1 -06 CONTROL OF MATERIAL (April 3, 2006) Foreign Made Materials Section 1 -06 is supplemented with the following: (March 13, 1995) The major quantities of steel and iron construction material that is permanently incorporated into the nrniptt shall cnncict of Amariran -merle materials o nl y. The Contractor may utilize minor amounts of foreign steel and iron in this project provided the cost of the foreign material used does not exceed one -tenth of one percent of the total contract cost or $2,500.00 , whichever is greater. American -made material is defined as material having all manufacturing processes occur in the United States. The action of applying a coating to steel or iron is deemed a manufacturing process. Coating includes epoxy coating, galvanizing, aluminizing, painting, and any other coating that protects or enhances the value of steel or iron. Any process from the original reduction from ore to the finished product constitutes a manufacturing process for iron. The following are considered to he steel manufacturing prnracccc• 1. Production of steel by any of the following processes: a. Open hearth furnace. b. Basic oxygen. c. Electric furnace. d. Direct reduction. 2. Rolling, heat treating, and any other similar processing. 3. Fabrication of the products. a. Spinning wire into cable or strand. b. Corrugating and rolling into culverts. c. Shop fabrication. A certification of materials origin will be required for any items comprised of, or containing, steel or iron construction materials prior to such items being incorporated into the permanent work. The certification shall be on DOT Form 350 -109 provided by the Engineer, or such other form the Contractor chooses, provided it contains the same information as DOT Form 350 -109. 1 -06.1 Approval of Materials Prior To Use The second sentence in the first paragraph is revised to read: The Contractor shall use the Qualified Product List (QPL), or the Request for Approval of Material (RAM) form. 42 Number 1 under the second paragraph is revised to read: 1. Shall be new, unless the Special Provisions or Standard Specifications permit otherwise; 1- 06.1(1) Qualified Products List (QPL) This section is supplemented with the following: The current QPL can be accessed on -line at www.wsdot.wa.gov /bizimats /QPL /QPL.cfm 1- 06.2(1) Samples and Tests for Acceptance Section 1- 06.2(1) is supplemented with the following: Trench Backfillinq Compaction tests shall be taken at a frequency and at depths sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for each 100 linear feet of main pipeline trench and one (1) test for each street crossing. At alternating 100 -foot locations along the main trench line, tests shall be taken at 1 -foot, 2 -foot and 3 -foot depths below finish grade. Compaction shall conform to Section 7- 08.3(3) or 7- 10.3(11) as applicable to the pipeline being constructed. At a minimum, compaction within the roadway area shall be to at least 95% of maximum density as determined by ASTM D 1557 (Modified Proctor). Embankment Construction Compaction tests shall be taken at a frequency sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for every 5000 square feet of surface area for each lift of roadway embankment. Roadway embankment compaction shall be as specified in Section 2- 03.3(14). Subgrade Preparation Compaction tests shall be taken at a frequency sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for every 5,000 square feet of surface area for each lift of roadway subgrade. Subgrade compaction shall be as specified in Section 2- 06.3(2). Ballast and Crushed Surfacing Compaction tests shall be taken at a frequency sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for every 5,000 square feet of surface area for each lift of ballast or crushed surfacing. Compaction of ballast and crushed surfacing shall be as specified in Section 4- 04.3(5). Asphalt Concrete Pavement Copies of the maximum Rice density test for each class of asphalt concrete pavement and copies of all test results shall be provided to the Engineer as construction progresses. Density tests shall be taken at a frequency sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for every 5000 square feet of surface area for each lift of asphalt concrete pavement. Compaction of asphalt concrete pavement shall be as specified in Section 5- 04.3(10) B of these Special Provisions. 43 1 -07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1 -07.1 Laws to be Observed (October 1, 2005 APWA GSP) Supplement this section with the following: In cases of conflict between different safety regulations, the more stringent regulation shall apply. The Washington State Department of Labor and Industries shall be the sole and paramount administrative agency responsible for the administration of the provisions of the Washington Industrial Safety and Health Act of 1973 (WISHA). The Contractor shall maintain tail in at the project site Office, Or other well known i place at the project site, all articles necessary for providing first aid to the injured. The Contractor shall establish, publish, and make known to all employees, procedures for ensuring immediate removal to a hospital, or doctor's care, persons, including employees, who may have been injured on the project site. Employees should not be permitted to work on the project site before the Contractor has established and made known procedures for removal of injured persons to a hospital or a doctor's care. The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of the Contractor's plant, appliances, and methods, and for any damage or injury resulting from their failure, or improper maintenance, use, or operation. The Contractor shall be solely and completely responsible for the conditions of the project site, including safety for all persons and property in the performance of the work. This requirement shall apply continuously, and not be limited to normal working hours. The required or implied duty of the Engineer to conduct construction review of the Contractor's performance does not, and shall not, be intended to include review and adequacy of the Contractor's safety measures in, on, or near the project site. State Taxes Section 1 -07.2 is supplemented with the following: (March 13, 1995) The work on this contract is to be performed upon lands whose ownership obligates the Contractor to pay Sales tax. The provisions of Section 1- 07.2(1) apply. 1 -07.5 Environmental Regulations 1 -07.5(4) Air Quality This section is supplemented with the following: The local air pollution authority is the Yakima Regional Clean Air Authority, (509) 574 -1410. 1 -07.6 Permits and Licenses This section is supplemented with the following: (March 13, 1995) No hydraulic permits are required for this project unless the Contractor's operations use, divert, obstruct, or change the natural flow or bed of any river or stream, or utilize any of the waters of the State or materials from gravel or sand bars, or from stream beds. The Contractor shall have or obtain a valid City of Yakima Business License for the duration of this project. 44 1 -07.9 Wages General Section 1- 07.9(1) is supplemented with the following: (October 6, 2003) The Federal wage rates incorporated in this contract have been established by the Secretary of Labor under United States Department of Labor General Decision No. WA030001. 1 -07.11 Requirements For Nondiscrimination Section 1 -07.11 is supplemented with the following: (March 6, 2000) Requirement For Affirmative Action to Ensure Equal Employment Opportunity (Executive Order 11246) 1. The Contractor's attention is called to the Equal Opportunity Clause and the Standard Federal Equal Employment Opportunity Construction Contract Specifications set forth herein. 2. The goals and timetables for minority and female participation set by the Office of Federal Contract Compliance Programs, expressed in percentage terms for the Contractor's aggregate work force in each construction craft and in each trade on all construction work in the covered area, are as follows: Women - Statewide Timetable Goal Until further notice 6.9% Minorities - by Standard Metropolitan Statistical Area (SMSA) Spokane, WA: SMSA Counties: Spokane, WA 2.8 WA Spokane. Non -SMSA Counties 3.0 WA Adams; WA Asotin; WA Columbia; WA Ferry; WA Garfield; WA Lincoln, WA Pend Oreille; WA Stevens; WA Whitman. Richland, WA SMSA Counties: Richland Kennewick, WA 5.4 WA Benton; WA Franklin. Non -SMSA Counties 3.6 WA Walla Walla. Yakima, WA: SMSA Counties: Yakima, WA 9.7 WA Yakima. Non -SMSA Counties 7.2 WA Chelan; WA Douglas; WA Grant; WA Kittitas; WA Okanogan. 45 Seattle, WA: SMSA Counties: Seattle Everett, WA 7.2 WA King; WA Snohomish. Tacoma, WA 6.2 WA Pierce. Non -SMSA Counties 6.1 WA Clallam; WA Grays Harbor; WA Island; WA Jefferson; WA Kitsap; WA Lewis; WA Mason; WA Pacific; WA San Juan; WA Skagit; WA Thurston; WA Whatcom. Portland, OR: SMSA Counties: Portland, OR-W A 4 .5 WA Clark. Non -SMSA Counties 3.8 WA Cowlitz; WA Klickitat; WA Skamania; WA Wahkiakum. These goals are applicable to each nonexempt Contractor's total on -site construction workforce, regardless of whether or not part of that workforce is performing work on a Federal, or federally assisted project, contract, or subcontract until further notice. Compliance with these goals and time tables is enforced by the Office of Federal Contract compliance Programs. The Contractor's compliance with the Executive Order and the regulations in 41 CFR Part 60-4 shall be based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the specifications set forth in 41 CFR 60- 4.3(a), and its efforts to meet the goals. The hours of minority and female employment and training must be substantially uniform throughout the length of the contract, in each construction craft and in each trade, and the Contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's goal shall be a violation of the contract, the Executive Order and the regulations in 41 CFR Part 60 -4. Compliance with the goals will be measured against the total work hours performed. 3. The Contractor shall provide written notification to the Engineer within 10 working days of award of any construction subcontract in excess of $10,000 or more that are Federally funded, at any tier for construction work under the contract resulting from this solicitation. The notification shall list the name, address and telephone number of the subcontractor; employer identification number of the subcontractor; estimated dollar amount of the subcontract; estimated starting and completion dates of the subcontract; and the geographical area in which the contract is to be performed. 4. As used in this Notice, and in the contract resulting from this solicitation, the Covered Area is as designated herein. Standard Federal Equal Employment Opportunity Construction Contract Specifications (Executive Order 11246) 1. As used in these specifications: a. Covered Area means the geographical area described in the solicitation from which this contract resulted; b. Director means Director, Office of Federal Contract Compliance Programs, United States Department of Labor, or any person to whom the Director delegates authority; 46 c. Employer Identification Number means the Federal Social Security number used on the Employer's Quarterly Federal Tax Return, U. S. Treasury Department Form 941; d. Minority includes: (1) Black, a person having origins in any of the Black Racial Groups of Africa. (2) Hispanic, a fluent Spanish speaking, Spanish surnamed person of Mexican, Puerto Rican, Cuban, Central American, South American, or other Spanish origin. (3) Asian or Pacific Islander, a person having origins in any of the original peoples of the Pacific rim or the Pacific Islands, the Hawaiian Islands and Samoa. (4) American Indian or Alaskan Native, a person having origins in any of the original peoples of North America, and who maintain cultural identification through tribal affiliation or community recognition. 2. Whenever the Contractor, or any Subcontractor at any tier, subcontracts a portion of the work involving any construction trade, it shall physically include in each subcontract in excess of $10,000 the provisions of these specifications and the Notice which contains the applicable goals for minority and female participation and which is set forth in the solicitations from which this contract resulted. 3. If the Contractor is participating (pursuant to 41 CFR 60 -4.5) in a Hometown Plan approved by the U.S. Department of Labor in the covered area either individually or through an association, its affirmative action obligations on all work in the Plan area (including goals and timetables) shall be in accordance with that Plan for those trades which have unions participating in the Plan. Contractors must be able to demonstrate their participation in and compliance with the provisions of any such Hometown Plan. Each Contractor or Subcontractor participating in an approved Plan is individually required to comply with its obligations under the EEO clause, and to make a good faith effort to achieve each goal under the Plan in each trade in which it has employees. The overall good faith performance by other Contractors or Subcontractors toward a goal in an approved Plan does not excuse any covered Contractor's or Subcontractor's failure to take good faith effort to achieve the Plan goals and timetables. 4. The Contractor shall implement the specific affirmative action standards provided in paragraphs 7a through 7p of this Special Provision. The goals set forth in the solicitation from which this contract resulted are expressed as percentages of the total hours of employment and training of minority and female utilization the Contractor should reasonably be able to achieve in each construction trade in which it has employees in the covered area. Covered construction contractors performing construction work in geographical areas where they do not have a Federal or federally assisted construction contract shall apply the minority and female goals established for the geographical area where the work is being performed. The Contractor is expected to make substantially uniform progress in meeting its goals in each craft during the period specified. 5. Neither the provisions of any collective bargaining agreement, nor the failure by a union with whom the Contractor has a collective bargaining agreement, to refer either minorities or women shall excuse the Contractor's obligations under these specifications, Executive Order 11246, or the regulations promulgated pursuant thereto. 47 6. In order for the nonworking training hours of apprentices and trainees to be counted in meeting the goals, such apprentices and trainees must be employed by the Contractor during the training period, and the Contractor must have made a commitment to employ the apprentices and trainees at the completion of their training, subject to the availability of employment opportunities. Trainees must be trained pursuant to training programs approved by the U.S. Department of Labor. 7. The Contractor shall take specific affirmative actions to ensure equal employment opportunity. The evaluation of the Contractor's compliance with these specifications shall be based upon its effort to achieve maximum results from its action. The Contractor shall document these efforts fully, and shall implement affirmative action steps at least as extensive as the following: a. Ensure and maintain a working environment free of harassment, intimidation, and coercion at all sites, and in all facilities at which the Contractor's employees are assigned to work. The Contractor, where possible, will assign two or more women to each construction project. The Contractor shall specifically ensure that all foremen superintendents and other nn -cite supervisory personnel are aware of and carry out the Contractor's obligation to maintain such a working environment, with specific attention to minority or female individuals working at such sites or in such facilities. b. Establish and maintain a current list of minority and female recruitment sources, provide written notification to minority and female recruitment sources and to community organizations when the Contractor or its unions have employment opportunities available, and maintain a record of the organizations' responses. c. Maintain a current file of the names, addresses and telephone numbers of each minority and female off - the - street applicant and minority or female referral from a union, a recruitment source or community organization and of what action was taken with respect to each such individual. If such individual was sent to the union hiring hall for referral and was not referred back to the Contractor by the union or, if referred, not employed by the Contractor, this shall be documented in the file with the reason therefor, along with whatever additional actions the Contractor may have taken. d. Provide immediate written notification to the Director when the union or unions with which the Contractor has a collective bargaining agreement has • not referred to the Contractor a minority person or woman sent by the Contractor, or when the Contractor has other information that the union referral process has impeded the Contractor's efforts to meet its obligations. e. Develop on- the -job training opportunity and /or participate in training programs for the area which expressly include minorities and women, including upgrading programs and apprenticeship and trainee programs relevant to the Contractor's employment needs, especially those programs funded or approved by the U.S. Department of Labor. The Contractor shall provide notice of these programs to the sources compiled under 7b above. f. Disseminate the Contractor's EEO policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting the Contractor in meeting its EEO obligations; by including it in any policy manual and collective bargaining agreement; by publicizing it in the company newspaper, annual report, etc.; by specific review of the policy with all management personnel and with all minority and female employees at least once a year; and by posting the company EEO policy on bulletin boards 48 accessible to all employees at each location where construction work is performed. g. Review, at least annually, the company's EEO policy and affirmative action obligations under these specifications with all employees having any responsibility for hiring, assignment, layoff, termination or other employment decisions including specific review of these items with on -site supervisory personnel such as Superintendents, General Foremen, etc., prior to the initiation of construction work at any job site. A written record shall be made and maintained identifying the time and place of these meetings, persons attending, subject matter discussed, and disposition of the subject matter. h. Disseminate the Contractor's EEO policy externally by including it in any advertising in the news media, specifically including minority and female news media, and providing written notification to and discussing the Contractor's EEO policy with other Contractors and Subcontractors with whom the Contractor does or anticipates doing business. i. Direct its recruitment efforts, both oral and written to minority, female and community organizations, to schools with minority and female students and to minority and female recruitment and training organizations serving the Contractor's recruitment area and employment needs. Not later than one month prior to the date for the acceptance of applications for apprenticeship or other training by any recruitment source, the Contractor shall send written notification to organizations such as the above, describing the openings, screening procedures, and tests to be used in the selection process. j. Encourage present minority and female employees to recruit other minority persons and women and where reasonable, provide after school, summer and vacation employment to minority and female youth both on the site and in other areas of a Contractor's work force. k. Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR Part 60 -3. I. Conduct, at least annually, an inventory and evaluation of all minority and female personnel for promotional opportunities and encourage these employees to seek or to prepare for, through appropriate training, etc., such opportunities. m. Ensure that seniority practices, job classifications, work assignments and other personnel practices, do not have a discriminatory effect by continually monitoring all personnel and employment related activities to ensure that the EEO policy and the Contractor's obligations under these specifications are being carried out. n. Ensure that all facilities and company activities are nonsegregated except that separate or single -user toilet and necessary changing facilities shall be provided to assure privacy between the sexes. o. Document and maintain a record of all solicitations of offers for subcontracts from minority and female construction contractors and suppliers, including circulation of solicitations to minority and female contractor associations and other business associations. p. Conduct a review, at least annually, of all supervisors' adherence to and performance under the Contractor's EEO policies and affirmative action obligations. 49 8. Contractors are encouraged to participate in voluntary associations which assist in fulfilling one or more of their affirmative action obligations (7a through 7p). The efforts of a contractor association, joint contractor - union, contractor - community, or other similar group of which the Contractor is a member and participant, may be asserted as fulfilling any one or more of the obligations under 7a through 7p of this Special Provision provided that the Contractor actively participates in the group, makes every effort to assure that the group has a positive impact on the employment of minorities and women in the industry, ensure that the concrete benefits of the program are reflected in the Contractor's minority and female work -force participation, makes a good faith effort to meet its individual goals and timetables, and can provide access to documentation which demonstrate the effectiveness of actions taken on behalf of the Contractor. The obligation to comply, however, is the Contractor's and failure of such a t ti li il l g ro u p to fulfill an obligation sh no b e a d e f ense f or t he C on tr aco r s pI group to �w�l an vAl shall not be a defense for the VVIlll atiwl ' J 1IVIIl.VIII�.JIIgIII,C. 9. A single goal for minorities and a separate single goal for women have been established. The Contractor, however, is required to provide equal employment opportunity and to take affirmative action for all minority groups, both male and female, and all women, both minority and non - minority. Consequently, the Contractor may be in violation of the Executive Order if a particular group is employed in substantially disparate manner (for example, even though the Contractor has achieved its goals for women generally, the Contractor may be in violation of the Executive Order if a specific minority group of women is underutilized). 10. The Contractor shall not use the goals and timetables or affirmative action standards to discriminate against any person because of race, color, religion, sex, or national origin. 11. The Contractor shall not enter into any subcontract with any person or firm debarred from Government contracts pursuant to Executive Order 11246. 12. The Contractor shall carry out such sanctions and penalties for violation of these specifications and of the Equal Opportunity Clause, including suspensions, terminations and cancellations of existing subcontracts as may be imposed or ordered pursuant to Executive Order 11246, as amended, and its implementing regulations by the Office of Federal Contract Compliance Programs. Any Contractor who fails to carry out such sanctions and penalties shall be in violation of these specifications and Executive Order 11246, as amended. 13. The Contractor, in fulfilling its obligations under these specifications, shall implement specific affirmative action steps, at least as extensive as those standards prescribed in paragraph 7 of this Special Provision, so as to achieve maximum results from its efforts to ensure equal employment opportunity. If the Contractor fails to comply with the requirements of the Executive Order, the implementing regulations, or these specifications, the Director shall proceed in accordance with 41 CFR 60 -4.8. 14. The Contractor shall designate a responsible official to monitor all employment related activity to ensure that the company EEO policy is being carried out, to submit reports • relating to the provisions hereof as may be required by the government and to keep records. Records shall at least include, for each employee, their name, address, telephone numbers, construction trade, union affiliation if any, employee identification number when assigned, social security number, race, sex, status (e.g., mechanic, apprentice, trainee, helper, or laborer), dates of changes in status, hours worked per week in the indicated trade, rate of pay, and locations at which the work was performed. Records shall be maintained in an easily understandable and retrievable form; however, to the degree that existing records satisfy this requirement, the Contractors will not be required to maintain separate records. 50 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). (December 4, 2006) Disadvantaged Business Enterprise Participation The Disadvantaged Business Enterprise (DBE) requirements of 49 CFR part 26 apply to this contract. The requirements of this contract are to encourage DBE participation, supply a bidder's list, and to report race neutral accomplishments quarterly as described in this special provision. No preference will be included in the evaluation of bids /proposals, no minimum level of DBE participation shall be required as a condition for receiving an award and bids /proposals will not be rejected or considered non - responsive on that basis. DBE Goals No DBE goals have been assigned as a part of this contract. Affirmative Efforts to Solicit DBE Participation DBE firms shall have equal opportunity to compete for and perform subcontracts which the Contractor enters into pursuant to this contract. Contractors are encouraged to: 1. Advertise opportunities for Subcontractors or suppliers in a manner reasonably designed to provide DBEs capable of performing the work with timely notice of such opportunities. All advertisements should include a provision encouraging participation by DBE firms and may be done through general advertisements (e.g. newspapers, journals, etc.) or by soliciting bids /proposals directly from DBEs. 2. Utilize the services of available minority community -based organizations, minority contractor groups, local minority assistance offices and organizations that provide assistance in the recruitment and placement of DBEs and other small businesses. In addition, the Office of Minority and Women's Business Enterprises has two DBE Supportive Services Offices available to assist you as follows: Seattle: (206) 553 -7356 Tacoma: (253) 680 -7393 3. Establish delivery schedules, where requirements of the contract allow, that encourage participation by DBEs and other small businesses. 4. Achieve attainment through joint ventures. In the absence of a mandatory goal, all DBE participation that is attained on this project will be considered as "race neutral" participation and will be reported as such. DBE Eligibility (for reporting purposes only) Selection of DBEs: DBEs utilized on the contract will be eligible to be counted as race neutral participation only if the firm is identified as a DBE on the current list of firms certified by the Office of Minority and Women's Business Enterprises (OMWBE), the DBE firm is certified in the corresponding NAICS code(s) for the type of work to be performed, and the DBE firm performs a commercially useful function. A list of firms certified by OMWBE, including the NAICS codes for which they are 51 certified, is available from that office and on line through their website (www.omwbe.wa.gov /directory/directory.htm) or by telephone at (360) 704 -1181. Counting DBE Participation For Reporting Race Neutral Accomplishments When a DBE firm participates in a contract, only the value of the work actually performed by the DBE will be counted as race - neutral participation. 1. Count the entire amount of the portion of the contract that is performed by the • DBE's own forces. Include the cost of supplies and materials obtained by the DBE for the work of the contract, including supplies purchased or equipment leased by the DBE (except supplies, materials, and equipment the DBE Subcontractor purchases or leases from the Prime Contractor or its affiliate, unless the Prime Contractor is also a DBE). Work performed by a DBE, i tilizing reso of the Prime Contract or its affili wwi l no t be counted ....�. . � . v...� of the Prime � iv v v� ni uvw� or its affiliates IIIU IIiJ rr u i not Nc �.vi.ii ncu as race -neutral participation. In very rare situations, a DBE firm may utilize equipment and /or personnel from a non -DBE firm other than the Prime Contractor or its affiliates. Should this situation arise, the arrangement must be short -term and have prior written approval from the Contracting Agency. The arrangement must not erode a DBE firm's ability to perform a Commercially Useful Function (See discussion of CUF, below). 2. Count the entire amount of fees or commissions charged by a DBE firm for providing a bona fide service, such as professional, technical, consultant, nr managerial services, nr for providing bonds or insurance. 3. When a DBE subcontracts part of the work of its contract to another firm, the value of the subcontracted work may be counted as race neutral participation only if the DBE's lower tier Subcontractor is also a DBE. Work that a DBE Subcontracts to a non -DBE firm does not count as race neutral participation. 4. When a non -DBE subcontractor further subcontracts to a lower -tier subcontractor or supplier who is a certified DBE, then that portion of the work further subcontracted may be counted toward the DBE goal, so long as it is a distinct clearly defined portion of the work of the subcontract that the DBE is performing with its own forces in a commercially useful function. DBE Prime Contractor A DBE prime Contractor may only count the work performed with its own forces and the work performed by DBE Subcontractors and DBE suppliers. Joint Venture When a DBE performs as a participant in a joint venture, only that portion of the total dollar value of the contract equal to the distinct, clearly defined portion of the work that the DBE performs with its own forces will count as race neutral participation. Commercially useful Function Payments to a DBE firm will count as race neutral participation only if the DBE is performing a commercially useful function on the contract. 1. A DBE performs a commercially useful function when it is responsible for execution of the work of the contract and is carrying out its responsibilities by actually performing, managing, and supervising the work involved. To perform a commercially useful function, the DBE must also be responsible, with respect to materials and supplies used on the contract, for negotiating price, determining quality and quantity, ordering the material, installing (if 52 applicable) and paying for the material itself. Two party checks are not allowed. 2. A DBE does not perform a commercially useful function if its role is limited to that of an extra participant in a transaction, contract, or project through which funds are passed in order to obtain the appearance of DBE participation. Trucking Use the following factors in determining whether a DBE trucking company is performing a commercially useful function: 1. The DBE must be responsible for the management and supervision of the entire trucking operation for which it is listed on a particular contract. 2. The DBE must itself own and, with its own workforce, operate at least one fully licensed, insured, and operational truck used on the contract. 3. The DBE receives credit only for the total value of the transportation services it provides on the contract using trucks it owns or leases, licenses, insures, and operates with drivers it employs. 4. For purposes of this paragraph a lease must indicate that the DBE has exclusive use of and control over the truck. This does not preclude the leased truck from working for others during the term of the lease with the consent of the DBE, so long as the lease gives the DBE absolute priority for use of the leased truck. Leased trucks must display the name and identification number of the DBE. 5. The DBE may lease trucks from another DBE firm, including an owner - operator who is certified as a DBE. The DBE who leases trucks from another DBE may report race - neutral participation for the total value of the transportation services the lessee DBE provides on the contract. 6. The DBE may also lease trucks from a non -DBE firm and may enter an agreement with an owner- operator who is a non -DBE. The DBE who leases trucks from a non -DBE or employs a non -DBE owner - operator is entitled to count race - neutral participation only for the fee or commission it receives as a result of the lease arrangement. The DBE may not count the total value of the transportation services provided by the lessee, since these services are not provided by a DBE. 7. In any lease or owner - operator situation, as described in paragraphs 5 & 6 above, the following rules shall apply: • A written lease /rental agreement on all trucks leased or rented, showing the true ownership and the terms of the rental must be submitted and approved by the Contracting Agency prior to the beginning of the work. The agreement must show the lessor's name, trucks to be leased, and agreed upon amount or method of payment (hour, ton, or per load). All lease agreements shall be for a long -term relationship, rather than for the individual project. Does not apply to owner - operator arrangements. • Only the vehicle, (not the operator) is leased or rented. Does not apply to owner- operator arrangements. 53 8. In order for payments to be counted as race - neutral participation, DBE trucking firms must be covered by a subcontract or a written agreement approved by WSDOT prior to performing their portion of the work. Expenditures paid to other DBEs Expenditures paid to other DBEs for materials or supplies may be counted toward race neutral participation as provided in the following: Manufacturer 1. Counting If the materials or supplies are obtained from a DBE manufacturer, count 100 percent of the cost of the materials or supplies toward race neutral participation. 2. Definition To be a manufacturer, the firm operates or maintains a factory or establishment that produces, on the premises, the materials, supplies, articles, or equipment required under the contract and of the general character described by the specifications 3. In order to receive credit as a DBE manufacturer, the firm must have received an "on- site" review and been approved by WSDOT-0E0 to operate as a DBE Manufacturing firm. To schedule a review, the manufacturing firm must submit a written request to WSDOT /OEO and may not receive race neutral credit, until the completion of the review. Once a firm's manufacturing process has been approved in writing, it is not necessary to resubmit the firm for approval unless the manufacturing process has substantially changed. Information on approved manufacturers may be obtained from WSDOT- 0E0. Regular Dealer 1. Counting If the materials or supplies are purchased from a DBE regular dealer, 60 percent of the cost of the materials or supplies will count toward race neutral participation. 2. Definition a) To be a regular dealer, the firm must own, operate or maintain a store, warehouse, or other establishment in which the materials, supplies, articles or equipment of the general character described by the specifications and required under the contract are bought, kept in stock, and regularly sold or leased to the public in the usual course of business. It must also be an established, regular business that engages, as its principal business and under its own name, in the purchase and sale or lease of the products in question. b) A person may be a regular dealer in such bulk items as petroleum products, steel, cement, gravel, stone, or asphalt without owning, operating, or maintaining a place of business, as provided elsewhere in this specification, if the person both owns and operates distribution equipment for the products. Any supplementing of regular dealers' own distribution equipment shall be by a long -term lease agreement and not on an ad hoc or contract -by- contract basis. c) Packagers, brokers, manufacturers° representatives, or other persons who arrange or expedite transactions are not regular dealers. 54 3. Regular dealer status is granted on a contract -by- contract basis. To obtain regular dealer status, a formal written request must be made by the interested supplier (potential regular dealer) to WSDOT /OEO. Included in the request shall be a full description of the project, type of business operated by the DBE, and the manner the DBE will operate as a regular dealer on the specific contract. Rules applicable to regular dealer status are contained in 49 CFR Part 26.55.e.2. Once the request is reviewed by WSDOT -OEO, the DBE supplier requesting it will be notified in writing whether regular dealer status was approved. Materials or Supplies Purchased from a DBE With respect to materials or supplies purchased from a DBE who is neither a manufacturer nor a regular dealer, the entire amount of fees or commissions charged for assistance in the procurement of the materials and supplies or fees or transportation charges for the delivery of materials or supplies required on a job site may be counted as race neutral participation. No part of the cost of the materials and supplies themselves may be applied as race neutral participation. Procedures Between Award and Execution After award of the contract, the successful bidder shall provide the additional information described below. A failure to comply shall result in the forfeiture of the bidder's proposal bond or deposit. A list of all firms who submitted a bid or quote in an attempt to participate in this project whether they were successful or not. Include the correct business name, federal employer identification number (optional) and a mailing address. The firms identified by the Contractor may be contacted to solicit general information as follows: 1. age of the firm 2. average of its gross annual receipts over the past three -years Procedures After Execution Reporting The Contractor shall submit a "Quarterly Report of Amounts Credited as DBE Participation" (actual payments) on a quarterly basis for any calendar quarter in which DBE work is accomplished or upon completion of the project, as appropriate. The quarterly reports are due on January 20 April 20 , July 20 and October 20 of each year. Or, the Contractor has the option of submitting actual DBE payment data to the Contracting Agency on a monthly basis using the Contract Monitoring and Tracking System (CMATS) through the Bizweb applications located at http:// www. omwbe .wa.gov /bizwebatwashington. Use of CMATS will become a requirement for all contractors effective January 7, 2008. The dollars reported will be in accordance with the "Counting DBE Participation For Reporting Race Neutral Participation" section of this specification. In the event that the payments to a DBE have been made by an entity other than the Prime Contractor (as in the case of a lower -tier subcontractor or supplier), then the Prime Contractor shall obtain the quarterly report, including the signed affidavit, from the paying entity and submit the report to the Contracting Agency. Payment Compensation for all costs involved with complying with the conditions of this specification and any associated DBE requirements is included in payment for the associated contract items of work. 55 (March 13, 1995) 1 -07.12 Federal Agency Inspection Section 1 -07.12 is supplemented with the following: Required Federal Aid Provisions • The Required Contract Provisions Federal Aid Construction Contracts (FHWA 1273) and the amendments thereto supersede any conflicting provisions of the Standard Specifications and are made a part of this contract; provided however, that if any of the provisions of FHWA 1273, as amended, are less restrictive than Washington State Law, then the Washington State Law shall prevail. Th p r ov isi on s o f FHWA 1273, as amended, in th contract require uir_ that h_ iiic provisions of FHWA IGlJ, as pI11CIlUCU, included in this l.Vlllldl.l I�l.lU11C llldl the Contractor insert the FHWA 1273 and amendments thereto in each subcontract, together with the wage rates which are part of the FHWA 1273, as amended. Also, a clause shall be included in each subcontract requiring the subcontractors to insert the FHWA 1273 and amendments thereto in any lower tier subcontracts, together with the wage rates. The Contractor shall also ensure that this section REQUIRED FFnERAI Aln PROVIRInNs is inserted in each subcontract for subcontractors and lower tier subcontractors. For this purpose, upon request to the Project Engineer, the Contractor will be provided with extra copies of the FHWA 1273, the amendments thereto, the applicable wage rates, and this Special Provision. (February 5, 2001) 1 -07.17 Utilities And Similar Facilities Section 1 -07.17 is supplemented with the following: Locations and dimensions shown in the Plans for existing facilities are in accordance with available information obtained without uncovering, measuring, or other verification. Public and private utilities, or their contractors, will furnish all work necessary to adjust, relocate, replace, or construct their facilities unless otherwise provided for in the Plans or these Special Provisions. Such adjustment, relocation, replacement, or construction will be done during the prosecution of the work for this project. The following addresses and telephone numbers of utility companies known or suspected of having facilities within the project limits are supplied for the Contractor's convenience: Qwest 8 W 2nd Ave, Room 304 Yakima, Washington 98902 509 - 575 -7183 Charter Cable 1005 N 16th Avenue Yakima, Washington 98902 509 - 575 -1697 City of Yakima Water Division 2301 Fruitvale Blvd. Yakima, Washington 98902 509 - 575 -6154 City of Yakima Wastewater Division 2220 E. Viola, Yakima, Washington 98901 509 - 575 -6077 Cascade Natural Gas Corporation 401 N 1st Street, Yakima, Washington 98901 509 -457 -5905 Pacific Power PO Box 1729 Yakima, Washington 98907 509 - 575 -3146 The Contractor shall notify the Upper Yakima Valley Utilities Coordinating Council -Area 5, telephone number 1- 800 - 553 -4344, at least 72 hours prior to start of excavation so that underground utilities may be marked. It shall be the contractor's responsibility to investigate the presence and location of all utilities prior to bid opening and assess their impacts on his construction activities. Utilities, new or old, may be renewed, relocated, or adjusted for the proposed construction. The Contractor shall, prior to beginning any work, meet with all utility organizations (public and private) in the field to familiarize himself with plans and schedules of the installations on new, relocated, or adjusted utilities. Both public and private utility organizations may be 56 doing utility installations within the area. The proposed construction work must be coordinated with these utility installations. The Contractor shall coordinate his work with other contractors who may be working in the project area and cooperate with them. 1 -07.18 Public Liability and Property Damage Insurance Delete this section in its entirety, and replace it with the following: 1 -07.18 Insurance (May 10, 2006 APWA GSP) 1- 07.18(1) General Requirements A. The Contractor shall obtain the insurance described in this section from insurers approved by the State Insurance Commissioner pursuant to RCW Title 48. The insurance must be provided by an insurer with a rating of A -: VII or higher in the A.M. Best's Key Rating Guide, which is licensed to do business in the state of Washington (or issued as a surplus line by a Washington Surplus lines broker). The Contracting Agency reserves the right to approve or reject the insurance provided, based on the insurer (including financial condition), terms and coverage, the Certificate of Insurance, and /or endorsements. B. The Contractor shall keep this insurance in force during the term of the contract and for thirty (30) days after the Physical Completion date, unless otherwise indicated (see C. below). C. If any insurance policy is written on a claims made form, its retroactive date, and that of all subsequent renewals, shall be no later than the effective date of this Contract. The policy shall state that coverage is claims made, and state the retroactive date. Claims -made form coverage shall be maintained by the Contractor for a minimum of 36 months following the Final Completion or earlier termination of this contract, and the Contractor shall annually provide the Contracting Agency with proof of renewal. If renewal of the claims made form of coverage becomes unavailable, or economically prohibitive, the Contractor shall purchase an extended reporting period ( "tail ") or execute another form of guarantee acceptable to the Contracting Agency to assure financial responsibility for liability for services performed. D. The insurance polices shall contain a "cross liability" provision. E. The Contractor's and all subcontractors' insurance coverage shall be primary and non - contributory insurance as respects the Contracting Agency's insurance, self - insurance, or insurance pool coverage. F. All insurance policies and Certificates of Insurance shall include a requirement providing for a minimum of 30 days prior written notice to the Contracting Agency of any cancellation in any insurance policy. G. Upon request, the Contractor shall forward to the Contracting Agency a full and certified copy of the insurance policy(s). H. The Contractor shall not begin work under the contract until the required insurance has been obtained and approved by the Contracting Agency. 57 1 -07.23 Public Convenience and Safety 1- 07.23(1) Construction Under Traffic (October 1, 2005 APWA GSP) Revise the second paragraph to read: To disrupt public traffic as little as possible, the Contractor shall permit traffic to pass through the work with the least possible inconvenience or delay. The Contractor shall maintain existing roadie str sid and p w ithin th proj limits, keeping th op a nd in good, clean, safe condition at all times. Deficiencies caused by the Contractor's operations shall be repaired at the Contractor's expense. Deficiencies not caused by the Contractor's operations shall be repaired by the Contractor when directed by the Engineer, at the Contracting Agency's expense. The Contractor shall also maintain roads, streets, sidewalks, and paths adjacent to the project limits when affected by the Contractor's operations. Snow and ice control will be performed by the Contracting Agency on all projects. Cleanup of snow and ice control debris will be at the Contracting Agency's expense. The Contractor shall perform the following: 1. Remove or repair any condition resulting from the work that might impede traffic or create a hazard. 2. Keep existing traffic signal and highway lighting systems in operation as the work proceeds. (The Contracting Agency will continue the route maintenance on such system.) 3. Maintain the striping on the roadway at the Contracting Agency's expense. The Contractor shall be responsible for scheduling when to renew striping, subject to the approval of the Engineer. When the scope of the project does not require work on the roadway, the Contracting Agency will be responsible for maintaining the striping. 4. Maintain existing permanent signing. Repair of signs will be at the Contracting Agency's expense, except those damaged due to the Contractor's operations. 5. Keep drainage structures clean to allow for free flow of water. Cleaning of existing drainage structures will be at the Contracting Agency's expense when approved by the Engineer, except when flow is impaired due to the Contractor's operations. Supplement this section with the following: (April 5, 2004) The construction safety zone will be determined as follows: When the posted speed is 35 MPH or under, the safety zone will be 10 feet from the outside edge of traveled way or 2 feet beyond the outside edge of the sidewalk. When the posted speed is from 40 to 55 MPH the safety zone will be 15 feet from the outside edge of traveled way. When the posted speed is 60 MPH or over the safety zone will be 30 feet from the outside edge of traveled way. During nonworking hours equipment or materials shall not be within the safety zone unless it is protected by permanent guardrail or temporary concrete barrier. The use of temporary concrete barrier shall be permitted only if the Engineer approves the installation and location. During the actual hours of work, unless protected as described above, only materials absolutely necessary to construction shall be within the safety zone and only construction vehicles absolutely necessary to construction shall be allowed within the safety zone or allowed to stop or park on the shoulder of the roadway. 58 The Contractor's nonessential vehicles and employees private vehicles shall not be permitted to park within the safety zone at any time unless protected as described above. Deviation from the above requirements shall not occur unless the Contractor has requested the deviation in writing and the Engineer has provided written approval. 1- 07.23(2) Construction and Maintenance of Detours (October 1, 2005 APWA GSP) Revise the first paragraph to read: Unless otherwise approved, the Contractor shall maintain two -way traffic during construction. The Contractor shall build, maintain in a safe condition, keep open to traffic, and remove when no longer needed: 1. Detours and detour bridges that will accommodate traffic diverted from the roadway, bridge, sidewalk, or path during construction, 2. Detour crossings of intersecting highway, and 3. Temporary approaches. 1 -07.24 Rights of Way (October 1, 2005 APWA GSP) Delete this section in its entirety, and replace it with the following: Street right of way lines, limits of easements, and limits of construction permits are indicated in the Plans. The Contractor's construction activities shall be confined within these limits, unless arrangements for use of private property are made. Generally, the Contracting Agency will have obtained, prior to bid opening, all rights of way and easements, both permanent and temporary, necessary for carrying out the work. Exceptions to this are noted in the Bid Documents or will be brought to the Contractor's attention by a duly issued Addendum. Whenever any of the work is accomplished on or through property other than public right of way, the Contractor shall meet and fulfill all covenants and stipulations of any easement agreement obtained by the Contracting Agency from the owner of the private property. Copies of the easement agreements may be included in the Contract Provisions or made available to the Contractor as soon as practical after they have been obtained by the Engineer. Whenever easements or rights of entry have not been acquired prior to advertising, these areas are so noted in the Plans. The Contractor shall not proceed with any portion of the work in areas where right of way, easements or rights of entry have not been acquired until the Engineer certifies to the Contractor that the right of way or easement is available or that the right of entry has been received. If the Contractor is delayed due to acts of omission on the part of the Contracting Agency in obtaining easements, rights of entry or right of way, the Contractor will be entitled to an extension of time. The Contractor agrees that such delay shall not be a breach of contract. Each property owner shall be given 48 hours notice prior to entry by the Contractor. This includes entry onto easements and private property where private improvements must be adjusted. The Contractor shall be responsible for providing, without expense or liability to the Contracting Agency, any additional land and access thereto that the Contractor may desire 59 for temporary construction facilities, storage of materials, or other Contractor needs. However, before using any private property, whether adjoining the work or not, the Contractor shall file with the Engineer a written permission of the private property owner, and, upon vacating the premises, a written release from the property owner of each property disturbed or otherwise interfered with by reasons of construction pursued under this contract. The statement shall be signed by the private property owner, or proper authority acting for the owner of the private property affected, stating that permission has been granted to use the property and all necessary permits have been obtained or, in the case of a release, that the restoration of the property has been satisfactorily accomplished. The statement shall include the parcel number, address, and date of signature. Written releases must be filed with the Engineer before the Completion Date will be established. 1 -08 PROSECUTION AND PROGRESS Add the following new section: 1 -08.0 Preliminary Matters (May 25, 2006 APWA GSP) Add the following new section: 1- 08.0(1) Preconstruction Conference (May 25, 2006 APWA GSP) Prior to the Contractor beginning the work, a preconstruction conference will be held between the Contractor, the Engineer and such other interested parties as may be invited. The purpose of the preconstruction conference will be: 1. To review the initial progress schedule; 2. To establish a working understanding among the various parties associated or affected by the work; 3. To establish and review procedures for progress payment, notifications, approvals, submittals, etc.; 4. To establish normal working hours for the work; 5. To review safety standards and traffic control; and 6. To discuss such other related items as may be pertinent to the work. The Contractor shall prepare and submit at the preconstruction meeting the following: 1. A breakdown of all lump sum items; 2. A preliminary schedule of working drawing submittals; and 3. A list of material sources for approval if applicable. Prosecution Of Work Revise this section to read: 1 -08.4 Notice to Proceed and Prosecution of the Work (October 1, 2005 APWA GSP) Notice to Proceed will be given after the contract has been executed and the contract bond and evidence of insurance have been approved and filed by the Contracting Agency. The Contractor shall not commence with the work until the Notice to Proceed has been given by 60 the Engineer. The Contractor shall commence construction activities on the project site • within ten days of the Notice to Proceed Date, unless otherwise approved in writing. The Contractor shall diligently pursue the work to the physical completion date within the time specified in the contract. Voluntary shutdown or slowing of operations by the Contractor shall not relieve the Contractor of the responsibility to complete the work within the time(s) specified in the contract. (October 1, 2005 APWA GSP) Revise the fourth and fifth paragraphs to read: Contract time shall begin on the first working day following the Notice to Proceed Date. The Contract Provisions may specify another starting date for contract time, in which case, time will begin on the starting date specified. Each working day shall be charged to the contract as it occurs, beginning on the day after the Notice to Proceed Date, unless otherwise provided in the Contract Provisions, until the contract work is physically complete. If substantial completion has been granted and all the authorized working days have been used, charging of working days will cease. Each week the Engineer will provide the Contractor a statement that shows the number of working days: (1) charged to the contract the week before; (2) specified for the physical completion of the contract; and (3) remaining for the physical completion of the contract. The statement will also show the nonworking days and any partial or whole day the Engineer declares as unworkable. Within 10 calendar days after the date of each statement, the Contractor shall file a written protest of any alleged discrepancies in it. To be considered by the Engineer, the protest shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of time disputed. By not filing such detailed protest in that period, the Contractor shall be deemed as having accepted the statement as correct. If the Contractor elects to work 10 hours a day and 4 days a week (a 4 -10 schedule) and the fifth day of the week in which a 4- 10 shift is worked would ordinarily be charged as a working day then the fifth day of that week will be charged as a working day whether or not the Contractor works on that day. Revise the seventh paragraph to read: The Engineer will give the Contractor written notice of the completion date of the contract after all the Contractor's obligations under the contract have been performed by the Contractor. The following events must occur before the Completion Date can be established: 1. The physical work on the project must be complete; and 2. The Contractor must furnish all documentation required by the contract and required by law, to allow the Contracting Agency to process final acceptance of the contract. The following documents must be received by the Project Engineer prior to establishing a completion date: a. Certified Payrolls (Federal -aid Projects) b. Material Acceptance Certification Documents c. Annual Report of Amounts Paid as MBE/WBE Participants or Quarterly Report of Amounts Credited as DBE Participation, as required by the Contract Provisions. d. FHWA 47 (Federal -aid Projects) e. Final Contract Voucher Certification f. Property owner releases per Section 1 -07.24 61 (March 13,1995) Section 1 -08.5 is supplemented with the following: This project shall be physically completed in its entirety within ** 20 (twenty) ** working days. 1 -08.8 Extensions of Time Section 1 -08.8 is revised to read: The Contractor shall submit any requests for time extensions to the Engineer in writing no later than 10 working days after the delay occurs. The requests for time extension shall be limited to the affect on the critical path of the Contractor's approved schedule attributable to the change or event giving rise to the request. To he considered by the Engineer, the request shall be in sufficient detail ( d b the Engineer) to enable the Engineer to ascertain the basis and amount of the time requested. The request shall include an updated schedule that supports the request and demonstrates that the change or event: (1) had a specific impact on the critical path, and except in cases of concurrent delay, was the sole cause of such impact, and (2) could not have been avoided by resequencing of the work or by using other reasonable alternatives. If a request combined with previous extension requests, equals 20 percent or more of the • original contract time then the Contractor's letter of request must bear consent of Surety. In evaluating any request, the Engineer will consider how well the Contractor used the time from contract execution up to the point of the delay and the effect the delay has on any completion times included in the special provisions. The Engineer will evaluate and respond within 15 calendar days of receiving the request. The authorized time for physical completion will be extended for a period equal to the time the Engineer determines the work was delayed because of: 1. Adverse weather causing the time requested to be unworkable, provided that the Engineer had not already declared the time to be unworkable and the Contractor has filed a written protest according to Section 1 -08.5. 2. Any action, neglect, or default of the Contracting Agency, its officers, or employees, or of any other contractor employed by the Contracting Agency. 3. Fire or other casualty for which the Contractor is not responsible. 4. Strikes. 5. Any other conditions for which these Specifications permit time extensions such as: a. In Section 1 -04.4 if a change increases the time to do any of the work including unchanged work. b. In Section 1-04.5 if increased time is part of a protest that is found to be a valid protest. • c. In Section 1 -04.7 if a changed condition is determined to exist that caused a delay in completing the contract. d. In Section 1 -05.3 if the Contracting Agency does not approve properly prepared and acceptable drawings within 30 calendar days. e. In Section 1 -07.13 if the performance of the work is delayed as a result of damage by others. 62 f. In Section 1 -07.17 if the removal or the relocation of any utility by forces other than the Contractor caused a delay. g. In Section 1 -07.24 if a delay results from all the right of way necessary for the construction not being purchased and the special provisions does not make specific provisions regarding unpurchased right of way. h. In Section 1 -08.6 if the performance of the work is suspended, delayed, or interrupted for an unreasonable period of time that proves to be the responsibility of the Contracting Agency. i. In Section 1 -09.11 if a dispute or claim also involves a delay in completing the contract and the dispute or claim proves to be valid. j. In Section 1 -09.6 for work performed on a force account basis. 6. If the actual quantity of work performed for a bid item was more than the original plan quantity and increased the duration of a critical activity. Extensions of time will be limited to only that quantity exceeding the original plan quantity. 7. Exceptional causes not specifically identified in items 1 through 6, provided the request letter proves the Contractor had no control over the cause of the delay and could have done nothing to avoid or shorten it. Working days added to the contract by time extensions, when time has overran, shall only apply to days on which liquidated damages or direct engineering have been charged, such as the following: If substantial completion has been granted prior to all of the authorized working days being used, then the number of days in the time extension will eliminate an equal number of days on which direct engineering charges have accrued. If the substantial completion date is established after all of the authorized working days have been used, then the number of days in the time extension will eliminate an equal number of days on which liquidated damages or direct engineering charges have accrued. The Engineer will not allow a time extension for any cause listed above if it resulted from the Contractor's default, collusion, action or inaction, or failure to comply with the contract. The Contracting Agency considers the time specified in the special provisions as sufficient to do all the work. For this reason, the Contracting Agency will not grant a time extension for: • Failure to obtain all materials and workers unless the failure was the result of exceptional causes as provided above in subsection 7; • Changes, protests, increased quantities, or changed conditions (Section 1 -04) that do not delay the completion of the contract or prove to be an invalid or inappropriate time extension request; • Delays caused by nonapproval of drawings or plans as provided in Section 1 -05.3; • Rejection of faulty or inappropriate equipment as provided in Section 1 -05.9; • Correction of thickness deficiency as provided in Section 5- 05.5(1)B. The Engineer will determine whether the time extension should be granted, the reasons for the extension, and the duration of the extension, if any. Such determination will be final as provided in Section 1 -05.1. 63 1 -09 MEASUREMENT AND PAYMENT 1 -09.6 Force Account (October 1, 2005 APWA GSP) Supplement this Section with the following: Owner has estimated and included in the Proposal, dollar amounts for all items to be paid per force account, only to provide a common proposal for Bidders. All such dollar amounts are to become a part of Contractor's total bid. However, Owner does not warrant expressly or by implication, that the actual amount of work will correspond with those estimates. Payment will be made on the basis of the amount of work actually authorized by Engineer. 1 -09.9 Payments (October 1, 2005 APWA GSP) Delete the third paragraph and replace it with the following: Progress payments for completed work and material on hand will be based upon progress estimates prepared by the Engineer. A progress estimate cutoff date will be established at the preconstriictinn meeting. The initial progress estimate will be made not later than 30 days after the Contractor commences the work, and successive progress estimates will be made every month thereafter until the Completion Date. Progress estimates made during progress of the work are tentative, and made only for the purpose of determining progress payment. The progress estimates are subject to change at any time prior to the calculation of the Final Payment. The value of the progress estimate will be the sum of the following: 1. Unit Price Items in the Bid Form — the approximate quantity of acceptable units of work completed multiplied by the unit price. 2. Lump Sum Items in the Bid Form — the estimated percentage complete multiplied by the Bid Forms amount for each Lump Sum Item, or per the schedule of values for that item. 3. Materials on Hand —100 percent of invoiced cost of material delivered to Job site or other storage area approved by the Engineer. 4. Change Orders — entitlement for approved extra cost or completed extra work as determined by the Engineer. Progress payments will be made in accordance with the progress estimate less: 1. Retainage per Section 1- 09.9(1); 2. The amount of Progress Payments previously made; and 3. Funds withheld by the Contracting Agency for disbursement in accordance with the Contract Documents. • Progress payments for work performed shall not be evidence of acceptable performance or an admission by the Contracting Agency that any work has been satisfactorily completed. Payments will be made by warrants, issued by the Contracting Agency's fiscal officer, against the appropriate fund source for the project. Payments received on account of work performed by a subcontractor are subject to the provisions of RCW 39.04.250. 64 1- 09.13(3)A Administration of Arbitration (October 1, 2005 APWA GSP) Revise the third paragraph to read: The Contracting Agency and the Contractor mutually agree to be bound by the decision of the arbitrator, and judgment upon the award rendered by the arbitrator may be entered in the Superior Court of the county in which the Contracting Agency's headquarters are located. The decision of the arbitrator and the specific basis for the decision shall be in writing. The arbitrator shall use the contract as a basis for decisions. 1 -10 TEMPORARY TRAFFIC CONTROL 1- 10.1(2) Description (May 25, 2006 APWA GSP) Revise the third paragraph to read: The Contractor shall provide signs and other traffic control devices not otherwise specified as being furnished by the Contracting Agency. The Contractor shall erect and maintain all construction signs, warning signs, detour signs, and other traffic control devices necessary to warn and protect the public at all times from injury or damage as a result of the Contractor's operations which may occur on highways, roads, streets, sidewalks, or paths. No work shall be done on or adjacent to any traveled way until all necessary signs and traffic control devices are in place. 1 -10.2 Traffic Control Management 1- 10.2(1) General (August 2, 2004) Section 1- 10.2(1) is supplemented with the following: The Traffic Control Supervisor shall be certified by one of the following: • The Northwest Laborers - Employers Training Trust 27055 Ohio Ave. Kingston, WA 98346 (360) 297 -3035 Evergreen Safety Council 401 Pontius Ave. N. Seattle, WA 98109 1- 800 - 521 -0778 or (206) 382 -4090 1 -10.4 Measurement (August 2, 2004) Section 1- 10.4(2) is supplemented with the following: The bid proposal does not contain the item "Project Temporary Traffic Control," lump sum. The provisions of Section 1- 10.4(2) shall apply. 65 DIVISION 2 EARTHWORK 2 -01 CLEARING, GRUBBING AND ROADSIDE CLEANUP 2 -01.1 Description 2 -01.2 Disposal of Useable Material and Debris Revise the third paragraph as follows: Change the word "three" to "two." 2- 01.2(1) Disposal Method No. 1 — Open Burning This section is deleted. 2- 01.3(4) Roadside Cleanup This section is supplemented with the following: Any temporary fills that are constructed must be removed in their entirety and the affected areas returned to their preexisting elevation and condition. 2 -02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 2-02.1 Description This section is supplemented with the following: This work shall consist of removing the existing median where detailed in the Plans. 2 -02.3 Construction Requirements 2- 02.3(3) Removal of Pavement, Sidewalks, and Curbs This section is supplemented with the following: Where detailed in the Plans, the median curb and putter, along with the adjoining six inches of asphalt shall be removed to a depth of one foot below the finished elevation of the existing asphalt concrete pavement. Where the median is to remain, approximately 6 inches of dirt and rock material is to be removed. There is approximately 1,300 linear feet of curb and gutter to be removed, approximately 650 square feet of asphalt concrete pavement approximately 4 inches thick to be removed, and approximately 400 cubic yards of surfacing material to be removed. These quantities are approximate. They are listed only for the convenience of the Contractor in determining the volume of work involved and are not guaranteed to be accurate. Prior to removal, the Contractor shall use a vertical saw cut to delineate the areas of pavement removal from those areas of pavement that is to remain. The materials removed shall become the property of the Contractor, and shall be removed and disposed of outside the project limits. Damage done to any portion of the pavement that is scheduled to remain, due to the Contractor's operation, shall be repaired by the Contractor, to the Engineer's satisfaction, at no additional cost to the City. 2 -02.4 Measurement This section is supplemented with the following: Saw Cut, Per Inch Depth will be measured by the linear foot per inch of depth. 66 2 -02.5 Payment This section is supplemented with the following: Add the items: "Remove Existing Median ", lump sum. The lump sum contract price for "Remove Existing Median ", shall be full pay for all equipment and labor required to remove the existing median material and haul it off the project limits. "Saw Cut, Per Inch Depth ", per linear foot. 2 - 07 WATERING 2 -07.3 Construction Requirements Supplement this section with the following: The Contractor shall secure permission from and comply with all requirements of the water utility before obtaining water from fire hydrants. The Contractor shall notify the Engineer as soon as such permission is granted. The Contractor shall use hydrant wrenches only to open hydrants. While using hydrants, the contractor shall make certain that the hydrant valve is fully open in order to prevent damage to the hydrant valve. A metered hydrant connection furnished by the water utility shall be used as an auxiliary valve on the outlet line for control purposes. Fire hydrant valves shall be closed slowly to avoid a surge in the system causing undue pressure on the water lines. The Contractor shall carefully note the importance of following these directions. If a hydrant is damaged due to the Contractor or an employee of the Contractor, the Contractor shall immediately notify the water utility so that the damage can be repaired as quickly as possible. Upon completing the use of the hydrants, the Contractor shall notify the water utility so that the hydrants may be inspected for possible damage. Any damage resulting from the use of the hydrants by the Contractor will be repaired by the water utility, and the cost thereof shall be withheld, if necessary, from the final payment to the Contractor. The Contractor shall furnish all equipment and tools, except the metered hydrant connection, that may be necessary to meet the requirements of the water distribution agency pertaining to hydrant us. Violation of these requirements will result in fines and will lay the Contractor liable for damage suits because of malfunctioning of damaged fire hydrants, in the event of fire. 2-07.4 Measurement This section is revised to read: Water will be measured with the metered hydrant connection. 2 -07.5 Payment This section is revised to read as follows: Water will be furnished by the water utility without charge, but the Contractor shall convey the water from the nearest convenient hydrant or other source at his expense. 67 DIVISION 4 BASES 4 -06 ASPHALT TREATED BASE 4 -06.2 Materials Section 4 -06.2 is supplemented with the following: • (October 25, 1999) The grade o f Having asphalt used in asphalt tra torl hose hall b D(' * ** 6A 2Q * ** ., y ' � paving Jp.� Ewa J1.4 in asphalt a U Lou IJGJG shall ✓c i v v-r- V unless otherwise ordered by the Engineer. • 68 DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS 5 -04 HOT MIX ASPHALT 5 -04.3 Construction Requirements 5- 04.3(7)A Mix Design (May 25, 2006 APWA GSP) Section is deleted and replaced with: 1. General. Prior to the production of HMA, the Contractor shall determine a design aggregate structure and asphalt binder content in accordance with WSDOT Standard Operating Procedure 732. Once the design aggregate structure and asphalt binder content have been determined, the Contractor shall submit the HMA mix design on DOT form 350 -042 demonstrating the design meets the requirements of Sections 9- 03.8(2) and 9- 03.8(6). Verification of the mix design by the Contracting Agency is not needed. The Project Engineer will determine anti -strip requirements for the HMA. The mix design will be the initial Job Mix Formula (JMF) for the class of mix. Any additional adjustments to the JMF will require the approval of the Project Engineer and may be made per Section 9- 03.8(7). 2. Non Statistical Evaluation. Non statistical acceptance will apply to all HMA not designated as Commercial HMA in the contract documents. Non statistical acceptance testing will be conducted as outlined in 5- 04.3(8)A. 3. Commercial Evaluation. Where Commercial HMA is allowed it can be accepted by a Manufacturer's Certificate of Compliance stating the material meets the requirements in the contract Special Provisions. Where HMA Commercial is used for the traveled way, a minimum of one acceptance test to verify gradation, fracture, sand equivalent, and oil content is required in addition to the Manufacturer's Certificate of Compliance. 5- 04.3(8)A, Acceptance Sampling and Testing — HMA Mixture Items 1 & 2 are deleted and replaced with: ( * * * * *) 1. General. Acceptance of HMA shall be as provided under nonstatistical or commercial evaluation. Sampling of HMA for nonstatistical evaluation will be as discussed in WSDOT Standard Specifications for Road, Bridge, and Municipal Construction, 2006 edition, section 5- 04.3(8)A, sections 3 through 6. Commercial evaluation will be used for Commercial HMA and other classes of HMA as allowed by the contract. Commercial HMA may be used for amounts of HMA less than 2500 tons in any application. Testing beyond that specified in 5- 04.3(7)A, item 3 for Commercial HMA will be at the discretion of the engineer. Anti -strip additive, where required, will be verified and documented by the engineer. 2. Aggregates. The acceptance criteria for aggregate properties of sand equivalent, voids in mineral aggregate (VMA), fracture and gradation will be their conformance to the requirements of Section 9- 03.8(2) the Standard Specification, 2006 edition. 5- 04.3(8)A, Acceptance Sampling and Testing — HMA Mixture Item 4, second paragraph is deleted. 69 5- 04.3(8)A, Acceptance Sampling and Testing — HMA Mixture • Item 7 is deleted. 5- 04.5(1)A Price Adjustments for Quality of HMA Mixture Section is deleted and replaced with: Statistical analysis of quality of gradation and asphalt content will be performed based on Section 1 -06.2 using the following price adjustment factors: Table of Price Adjustment Factors Constituent Factor "f" All aggregate passing: 1 1 /2 ", 1 ", 3 /4 ", %2 ", 3/8" and No. 4 sieves 2 All aggregate passing No. 8 15 All aggregate passing No. 200 sieve 20 Asphalt binder 52 5- 04.5(1)A Price Adjustments for Quality of HMA Mixture items 1 -3 are deleted and replaced with: A pay factor will be calculated for sieves listed in Section 9- 03.8(7) for the class of HMA and for the asphalt binder. 1. Nonstatistical Evaluation. Each lot of HMA produced under Nonstatisical Evaluation and having all constituents falling within the tolerance limits of the job mix formula shall be accepted at the unit contract price with no further evaluation. When one or more constituents fall outside the nonstatistical acceptance tolerance limits in Section 9- 03.8(7), the lot shall be evaluated in accordance with Section 1 -06.2 to determine the appropriate CPF. The nonstatistical tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1.00. When less than three sublots exist, backup samples of the existing sublots or samples from the street shall be tested to provide a minimum of three sets of results for evaluation. 2. Commercial Evaluation. If sampled and tested, HMA produced under Commercial Evaluation and having all constituents falling within the tolerance limits of the job mix formula shall he accepted at the unit contract price with no further evaluation. When one or more constituents fall outside the commercial acceptance tolerance limits in Section 9- 03.8(7), the lot shall be evaluated to determine the appropriate CPF. The commercial tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1.00. When less than three sublots exist, backup samples of the existing sublots or samples from the street shall be tested to provide a minimum of three sets of results for evaluation. 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 Int in tonc a nd the u nit contr pri p ton of the mix. If a constituent is not measured in accordance with these Specifications, its individual pay factor will be considered 1.00 in calculating the composite pay factor. 5- 04.5(1)B Price Adjustments for Quality of HMA Compaction Section is deleted and replaced with: ( * * * * *) The maximum CPF of a compaction lot is 1.00 70 For each compaction lot of HMA when the CPF is less than 1.00, a Nonconforming Compaction Factor (NCCF) will be determined. THE NCCF equals the algebraic difference of CPF minus 1.00 multiplied by 40 percent. The Compaction Price Adjustment will be calculated as the product of the NCCF, the quantity of HMA in the lot in tons and the unit contract price per ton of the mix. 5 -05 CEMENT CONCRETE PAVEMENT 5 -05.1 Description Section 5 -05.1 is supplemented with the following: This work also consists of furnishing and placing masonry pavers as planter brick — in place where shown and as detailed in the Plans. 5 -05.2 Materials This section is supplemented with the following: The masonry pavers used as planter brick shall be the cobblestone size with a running bond pattern in the rustic blend color, as manufactured by the Mutual Materials Company, or an approved equivalent. The concrete block pavers shall meet the specifications of ASTM C 936. 5 -05.3 Construction Requirements 5- 05.3(23) Masonry Pavers (New Section) The masonry pavers used as planter brick shall be installed per the manufacturer's specifications, and as detailed in the Plans. In areas where the outer edge of the pavers is not adjacent to curbing, sidewalk or pavement, an approved edge restraint that meets the manufacturer's specification shall be installed prior to the placing of the pavers. 5 -05.3 Measurement Section 5 -05.4 is supplemented with the following: Planter brick — in place will be measured by the square yard in their final location. 5 -05.4 Payment Section 5 -05.5 is supplemented by the following: "Planter Brick — In Place", per square yard. The unit contract price per square yard for "Planter Brick — In Place" shall include all cost for furnishing and placing the masonry pavers, including furnishing and placing the sand around the pavers and the compacted sand layer beneath the pavers. 71 DIVISION 8 MISCELLANEOUS CONSTRUCTION 8 -01 EROSION CONTROL AND WATER POLLUTION CONTROL 8 -01.3 Construction Requirements • 8- 01.3(1) General Section 8- 01.3(1) is supplemented with the following: Erosion control BMPs shall be installed before any earth moving activities take place. (January 5, 2094) Erodible Soil Eastern Washington Erodible soil not being worked that could drain to surface waters, whether at final grade or not, shall be covered within the following time limitations using approved soil cover practices. July 1 through September 30 30 days October 1 through June 30 15 days 8 -04 CURBS, GUTTERS, AND SPILLWAYS January 3, 2006 8 -04.4 Measurement The first paragraph is revised to read: All curbs, gutters, and spillways will be measured by the linear foot along the line and slope of the completed curbs, gutters, or spillways, including bends. Measurement of cement concrete curb and cement concrete curb and gutter, when constructed across driveways or sidewalk ramps, will include the width of the driveway or sidewalk ramp. 8 -14 CEMENT CONCRETE SIDEWALKS 8 -14.1 Description Supplement this section by with the following: This work shall also include furnishing and installing new sign post sockets, at locations shown on the plans or as indicated by the Engineer. 8 -14.2 Materials Add the following: Sign Post Sockets VLOC Model #23 -VR1- Concrete For use with 2 -3/8" OD sign posts 8 -14.3 Construction Requirements 8- 14.3(3) Placing and Finishing Concrete. Supplement this section by with the following: • Signpost Sockets shall be set 1/2 inch above the finished sidewalk so that the erected signs will be plumb when installed. The Contractor shall correct any misaligned sockets at his own expense. 72 8 -14.4 Measurement Supplement this section with the following: Signpost Sockets will be measured per each in place. 8 -14.5 Payment Supplement this section with the following: "Signpost Sockets ", per each. The unit contract price per each for "Signpost Sockets" shall be full compensation for furnishing the sockets, and for furnishing all labor, materials and equipment necessary for the installation of the sockets at the locations shown on the plans or as located by the Engineer. 8 -20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL 8 -20.2 Materials Supplement the section with the following: All conduits below grade on this project shall be: Schedule 40 PVC Underground Conduits (electrical grade - gray color) with pull rope. Additional materials to be installed on this project include, but are not limited to: junction boxes, a pulling vault, light standards, luminaries, cement concrete anchor bases, anchor bolts, conductors, and complete electrical service for a complete installation of the illumination system ready for service. The pull rope shall be 1/8 -inch braided nylon rope, 450 pound breaking strength (similar to King Cotton Products #5051- 4 -1/8), shall be installed in each conduit run with two (2) feet doubled back at each termination. Wiring for street lighting shall be per NEC code. 8- 20.2(1) Equipment List and Drawings Revise Item 1 of the fourth paragraph to read: 1. Light standards with or without pre- approved plans. Delete the last sentence of the section. 8 -20.3 Construction Requirements 8- 20.3(2) Excavating and Backfilling Revise the first paragraph to read: The excavation required for the installation of conduit, cement concrete anchor bases, and pullboxes shall be performed in such a manner as to cause the least possible injury to streets, sidewalks, and other improvements. The trenches shall not be excavated wider than necessary for the proper installation of the conduit and pullboxes. Anchor base excavation shall be augered or dug by hand with proper care to avoid damage to other utilities. Excavation shall not be performed until immediately prior to installation of conduit and /or structures. The material from the excavation shall be placed to cause the least interference to vehicular and pedestrian traffic and to surface drainage. 8- 20.3(4) Foundations Supplement this section with the following: 73 Anchor bases shall be constructed of Portland Cement Concrete - Class 3000, poured -in- place to the depths and dimensions shown on the Plans and shall be made in one pour. The top four inches of anchor bases shall be formed and finished 24 inches square with 3/4- inch chamfer edges and the top shall be at finish sidewalk grade or finished curb grade, depending on the location. The top four inches shall be separated from concrete surfaces by means of an expansion joint. Forms for the anchor bases shall be true to line and grade and conduit ends and anchor bolts shall be held in proper position and height by means of a temporary template. 8- 20.3(5) Conduits Revise this section to read: (°oat lit runs are n indicated on the Plans n, shall he field located t �+ (' d v Vl luula runs Iv UI V not II Iu IVULVU Vl l the 1 IGI IJ and shall be IICIU IUCU(CU UJ I ICUGJJGI y. VVI IV UIL bends, if other than factory bends, shall have no less than an 18 -inch radius. Runs terminating in pole bases shall extend five (5) inches above the foundation and shall be sloped toward the hand hole opening. Runs entering junction boxes shall terminate approximately two inches (2 ") above the bottom of the box and within three inches (3 ") of the box wall nearest its entry. Conduit entry into junction boxes shall terminate with a manufactured 90- degree rigid metal elbow to facilitate cable pulling. PVC conduit "push - pennys" or suitable equivalent shall be used on all terminations to keep conduits clean. Trenching across the roadway is allowed. The pull rope shall be 1/8 -inch braided nylon rope, 450 pound breaking strength (similar to King Cotton Products #5051-4-1/8), shall be installed in each conduit run with two (2) feet doubled back at each termination. When cable is pulled, this rope shall be re- pulled along with the cable. Elbows may be 45 or 90 degree as needed. The ten feet of rigid conduit is not required. All conduit ends shall be reamed to remove burrs and rough edges. Field cuts shall be square and true so that ends will fit securely in PC couplings. 8- 20.3(6) Junction Boxes Revise the first paragraph to read: The terms "pullbox" and "junction box" are interchangeable. Pullboxes shall be constructed as shown on the Plans and in accordance with the City of Yakima Standard Details. Pullboxes shall not be located in wheelchair ramps or landing areas. The pullboxes shall be installed true to line and grade. The Contractor shall provide a good, firm foundation for the bearing surface edges of the pullboxes. The low voltage cables and wires are separated and run through separate conduits. Do not install asphalt joint filler material between junction boxes and other concrete surfaces 8- 20.3(8) Wiring Supplement this section by with the following: The street lighting conductors for the lights shall each run from the adjacent light or pullbox to the appropriate pullboxes where they branch to the luminaries. Conductor sizes shall be as required or as match existing conductors. A pair of in -line fuses shall be installed in each lighting standard base. The Contractor will be required to provide all conductors needed for completing the light standard installation. Wire number sleeves and cable tags are not required. 8- 20.3(10) Service Supplement this section as follows: 74 The source of power to the new service shall e from a 56" x 56" x 48" transformer vault as per the details, to be installed 30 feet northeast of the service to meet PP &L requirements. The transformer vault shall have a locking steel cover type lid NO. 77 -2 -332, '80 style as per the details to meet PP &L requirements. The service shall be a Strut -mount modified type B, single -phase 120v/240v 100 -amp service installed as per the plans and details to meet PP &L requirements. 8- 20.3(13)A Light Standards Supplement this section with the following: Light Standards shall have square base flanges requiring four (4) anchor bolts for connection to the foundation. Anchor bolt nut covers shall be provided on all Light Standards. The Light Standards on this project shall be as shown on the project detail. 8- 20.3(13)B Luminaires Supplement this section with the following: Luminaires to be used on this project shall Lithonia TPA 150S fixtures. 8 -20.5 Payment Revise this section to read: Payment will be made in accordance with Section 1 -04.1, for the following bid item: "Illumination System Reconstruction ", per lump sum. The lump sum contract price for "Illumination System Reconstruction ", shall be full pay for furnishing all labor, materials, tools, and equipment necessary or incidental to the construction of the complete illumination and electrical system as shown on the Plans and herein specified. This shall include, but not be limited to, excavation, backfilling, concrete foundations, electrical service, pullboxes, conduit, wiring, restoring facilities destroyed or damaged during construction, removing or salvaging all existing equipment, and for making all required tests. All additional materials and labor not shown on the Plans or called for herein and which are required to complete the various systems shall be considered as incidental to the construction and shall be included in the lump sum contract price, and no additional compensation shall be allowed. 8 -30 REPAIR OR REPLACEMENT (New Section) 8 -30.1 Description The work shall consist of repair of any incidental damages to landscaping, fencing, private irrigation, top soil, turf or other miscellaneous items within or adjacent to the project area. This includes complete replacement of items that are beyond repair as determined by the Engineer. 8 -30.5 Payment Payment will be made for the following bid items: "Repair or Replacement ", by force account. For the purpose of providing a common proposal for all bidders, and for that purpose only, the City has estimated the force account for "Repair or Replacement ", and has arbitrarily entered the amount for the pay item in the proposal to become a part of the total bid by the Contractor. 75 DIVISION 9 MATERIALS 9 -03 AGGREGATES 9 -03.8 Aggregates for Asphalt Concrete 9- 03.8(3)C Gradation -- Recycled Asphalt Pavement and Mineral Aggregate Revise the second paragraph as follows: Delete the reference to Section 9- 03.8(6)A 9 -28 SIGNING MATERIALS AND FABRICATION 9 -28.14 Sian Support Structures This section is supplemented with the following: Manufacturers for Steel Sign Supports The Standard Plans lists several steel sign support types. These supports are patented devices and many are sole- source. All of the sign support types listed below are acceptable when shown in the plans. Steel Sign Support Type Manufacturer Type TP -A & TP -B TransPo Industries Type PL, PL -T & PL -U Poz Lock, Northwest Pipe Type AS TransPo Industries Type AP TransPo Industries Type ST 1, ST 2, & ST 3 ItiMate, S- Square, Telespar Type SB -1 & SB -2 UltiMate, Telespar 9 -29 ILLUMINATION, SIGNALS, ELECTRICAL 9 -29.1 Conduit Revise this section to read: Conduit shall be Schedule 40 Polyvinyl Chloride (PVC) conforming to all NEC requirements regarding electrical grade - gray color PVC conduits. 9 -29.2 Junction Boxes Revise this section to read: Junction boxes shall be Type 1, 2,or 3 as shown on the plans. They shall be constructed of polymer concrete and reinforced by a heavy -weave fiberglass similar and equal to Quazite Style PG. Boxes and covers shall be concrete gray color and rated for no less than 8,000 pounds over a 10" x 10" area and designed and tested to temperatures of —50 F. Heavy - duty box covers shall have service load of not less than 15, 000 pounds over a 10" square area. The covers shall have a minimum coefficient of friction of 0.5, and shall have the logo "Traffic Signal" or "Street Lighting" as appropriate on them. Do not install felt expansion material around pull boxes when new concrete is poured. 9 -29.6 Light and Signal Standards Add the following sentence to this section: All aluminum alloys shall comply with metallurgical and mechanical properties set forth in the Aluminum Association Standards. 76 9- 29.6(5) Foundation Hardware Revise this section to read as follows: The anchor bolts, nuts, washers, and other foundation hardware on this project shall be • supplied by the light standard manufacturer, and shall be hot - dipped galvanized over their entire length and surface per ASTM A 153. 9 -29.10 Luminaires Supplement this section with the following: Luminaires will be provided by the City of Yakima to the contractor for use in this project. 9- 29.12(1) Illumination Circuit Splices Supplement the section with the following: Illumination circuit splicing shall be made with the 3M Model 82 -A Power Cable Splice Kit. The splice shall be allowed in the junction boxes and be rated for weather exposed direct burial, and submerged applications, creating a completely waterproof splice. 9 -29.24 Service Cabinets Supplement this section as follows: The service shall be a Strut mount modified type B, single -phase 120v/240v 100 -amp service installed to meet the PP &L requirements. 9- 29.24(2) Electrical Circuit Breakers and Contactors Revise this section as follows: Delete the second paragraph. 77 STANDARD PLANS August 7, 2006 The State of Washington Standard Plans for Road, Bridge and Municipal Construction M21 -01 transmitted under Publications Transmittal No. PT 06 -035, effective August 7, 2006 is made a part of this contract. The Standard Plans are revised as follows: All Standard Plans All references in the Standard Plans to "Asphalt Concrete Pavement" shall be revised to read 11 Hot Mix Asphalt ". " All ....: the Standard Pla t_ the abbreviation "ACP" L. e-I a /`111 1, li leIIL.GJ III Ull JLQIIUd1U Plans LU LIIC dUUlCVId LIUII /-L.r shall be revised LU read "HMA ". A -1 The TIE BAR length of 32" is revised to 30 ". In the PCCP TO ACP LONGITUDINAL JOINT, SECTION VIEW: the reference to Std. Spec. 5- 04.3(11) is revised to Std. Spec. 5- 04.3(12)B. C -1 Sheet 2 The SNOW LOAD RAIL WASHER dimensions are revised to 1 3/4" from 2", and to 7/8" from C - 11 b Sheets 1 and 2 In the PRECAST FOOTING, ELEVATION view (Sheet 1) and in the CAST -IN -PLACE FOOTING, ELEVATION view (Sheet 2), COMMERCIAL CONCRETE is revised to CONCRETE CLASS 4000. In the BREAKAWAY ANCHOR ANGLE, ELEVATION view (Sheet 2), the welding symbols are revised to indicate that the 1/4" Inside Gussets have 1/4" fillet weld joints, and the 1/2" End Gussets have 1/2" fillet weld joints. D -1 a Sheet 2& tD -1 b Sheet 2 Reinforcing Steel Bar marked "R1" (see lower left corner): the dimension 1' - 2 1/2" is revised to 1' - 0 1/2 ". F -3b In SECTION "C ": the dimension labeled VARIES — 3' - 0" TO "A" — TYPE 2A is revised to VARIES — 3' - 0" TO "E" — TYPE 2A; VARIES -- 2' - 6" TO "C" — TYPE 2B is revised to VARIES — 2' - 6" TO "G" — TYPE 2B; and, VARIES — 6' - 0" TO "B" is revised to VARIES 6'- 0" TO "F". G -8q Sheet 1 In the ELEVATION views, in the labels LOWER SIGN POST SUPPORT: the parenthetical specification "12 GAGE" is revised to "7 GAGE ". 1 -10 In NOTE 1: the reference to Standard Specification 8- 01.3(5)A is revised to Standard Specification 8- 01.3(6)A. K -1 through K -27 These plans are for local agency use only. M- 17.10 -00 NOTE 2 is omitted. (See Standard Plan G -1 for sign mounting height) 78 The following are the Standard Plan numbers applicable at the time this project was advertised. The date shown with each plan number is the publication approval date shown in the lower right - hand corner of that plan. Standard Plans showing different dates shall not be used in this contract. A -1 5/13/02 A -3 5/30/02 A -6 2/24/03 A -2 5/09/02 A -5 2/24/03 A -7 10/04/05 B- 5.20 -00 6/01/06 B- 30.50 -00 6/01/06 B- 75.20 -00 6/01/06 B- 5.40 -00 6/01/06 B- 30.70 -00 6/01/06 B- 75.50 -00 6/08/06 B- 5.60 -00 6/01/06 B- 30.80 -00 6/08/06 B- 75.60 -00 6/08/06 B- 10.20 -00 6/01/06 B- 30.90 -00 6/08/06 B- 80.20 -00 6/08/06 B- 10.40 -00 6/01/06 B- 35.20 -00 6/08/06 B- 80.40 -00 6/01/06 B- 10.60 -00 6/08/06 B- 35.40 -00 6/08/06 B- 82.20 -00 6/01/06 B- 15.20 -00 6/01/06 B- 40.20 -00 6/01/06 B- 85.10 -00 6/01/06 B- 15.40 -00 6/01/06 B- 40.40 -00 6/01/06 B- 85.20 -00 6/01/06 B- 15.60 -00 6/01/06 B- 45.20 -00 6/01/06 B- 85.30 -00 6/01/06 B- 20.20 -00 6/01/06 B- 45.40 -00 6/01/06 B- 85.40 -00 6/08/06 B- 20.40 -00 6/01/06 B- 50.20 -00 6/01/06 B- 85.50 -00 6/08/06 B- 20.60 -00 6/01/06 B- 55.20 -00 6/01/06 B- 90.10 -00 6/08/06 B- 25.20 -00 6/08/06 B- 60.20 -00 6/08/06 B- 90.20 -00 6/08/06 B- 25.60 -00 6/01/06 B- 60.40 -00 6/01/06 B- 90.30 -00 6/08/06 B- 30.10 -00 6/08/06 B- 65.20 -00 6/01/06 B- 90.40 -00 6/08/06 B- 30.20 -00 6/08/06 B- 65.40 -00 6/01/06 B- 90.50 -00 6/08/06 B- 30.30 -00 6/01/06 B- 70.20 -00 6/01/06 B- 95.20 -00 6/08/06 B- 30.40 -00 6/01/06 B- 70.60 -00 6/01/06 B- 95.40 -00 6/08/06 C -1 10/31/03 C -3 10/04/05 C -8f 6/30/04 C-la 7/31/98 C -3a 10/04/05 C -10 7/31/98 C -lb 10/31/03 C -3b 10/04/05 C -11 5/20/04 C -1 c 5/30/97 C -3c 6/21/06 C -11 a 5/20/04 C -1 d 10/31/03 C -3d 3/03/05 C -11 b 5/20/04 C -2 1/06/00 C -4 7/13/01 C -12 7/27/01 C -2a 6/21/06 C-4a 2/25/05 C -13 4/16/99 C -2b 6/21/06 C -4b 6/08/06 C -13a 4/16/99 C -2c 6/21/06 C -4e 2/20/03 C -13b 4/16/99 C -2d 6/21/06 C -4f 6/30/04 C -14a 7/26/02 C -2e 6/21/06 C -5 10/31/03 C -14b 7/26/02 C -2f 3/14/97 C -6 5/30/97 C -14c 7/26/02 C -2g 7/27/01 C -6a 3/14/97 C -14d 7/26/02 C -2h 3/28/97 C -6c 1/06/00 C -14e 7/26/02 C -2i 3/28/97 C -6d 5/30/97 C -14f 9/02/05 C -2j 6/12/98 C -6f 7/25/97 C -14g 9/02/05 C -2k 7/27/01 C -7 10/31/03 C -14h 1/11/06 C -2n 7/27/01 C -7a 10/31/03 C -14i 12/02/03 C -2o 7/13/01 C -8 4/27/04 C -14j 12/02/03 C -2p 10/31/03 C -8a 7/25/97 C -14k 1/11/06 C -2q 3/03/05 C -8b 1/11/06 C -16a 11/08/05 C -2r 3/03/05 C -8c 11/08/05 C -16b 11/08/05 C -2s 3/03/05 C -8d 11/08/05 C -2t 3/03/05 C -8e 11/08/05 D-la 1/23/02 D- 2.30 -00 11/10/05 D- 2.80 -00 11/10/05 D -lb 10/06/99 D- 2.32 -00 11/10/05 D- 2.82 -00 11/10/05 D -1 c 10/06/99 D- 2.34 -00 11/10/05 D- 2.84 -00 11/10/05 D-ld 10/06/99 D- 2.36 -00 11/10/05 D- 2.86 -00 11/10/05 79 D-le 1/23/02 D- 2.38 -00 11/10/05 D- 2.88 -00 11/10/05 D-lf 10/06/99 D- 2.40 -00 11/10/05 D- 2.92 -00 11/10/05 D- 2.02 -00 11/10/05 D- 2.42 -00 11/10/05 D -3 7/13/05 D- 2.04 -00 11/10/05 D- 2A4 -00 11/10/05 D -3a 6/30/04 D- 2.06 -00 11/10/05 D- 2.46 -00 11/10/05 D -3b 6/30/04 D- 2.08 -00 11/10/05 D- 2.48 -00 11/10/05 D -3c 6/30/04 D- 2.10 -00 11/10/05 D- 2.60 -00 11/10/05 D -4 12/11/98 D- 2.12 -00 11/10/05 D- 2.62 -00 11/10/05 D -6 6/19/98 D- 2.14 -00 11/10/05 D- 2.64 -00 11/10/05 D -7 10/06/99 D- 2.16 -00 11/10/05 D- 2.66 -00 11/10/05 D -7a 10/06/99 D- 2.18- 00,,,,,,,,,,,,, 11/10/05 D- 2.68 - 00.,,.,,.,....11 /10/05 D- 9.,......,,,.., 12/11/98 D- 2.20 -00 11/10/05 D- 2.78 -00 11/10/05 E -1 7/25/97 E -4 8/27/03 E -5 5/29/98 E- 2,,,,,.,.,:, :,,,,,,;,;,,,;, 5/29/98 E-4a 8/27/03 F -I I L/I 7 / F zc 6/23/04 F -3c 2/09/05 F -1 a 12/17/02 F -2d 6/23/04 F -3d 2/09/05 F -2 8/27/99 F -3 1/13/03 F -3e 2/09/05 F -2a 6/23/04 F -3a 2/09/05 F -4 1/13/03 F -2b 2/09/05 F -3b 9/02/05 G -1 9/12/01 G -6 8/27/03 G -8e 8/18/04 G -2 6/04/02 G -6a 8/27/03 G -8f 11/09/05 G -2a 6/04/02 G -6b 8/27/03 G -8g 11/09/05 G -3 11 /09/05 G -7 6/08/06 G -9a 6/25/02 G -3a 11/09/05 G -8a 12/15/04 G -9b 6/08/06 G -3b 11/09/05 G -8b 11/09/05 G -9c 11/23/04 G -4a 11/09/05 G -8c 8/18/04 G -9d 6/08/06 G -4b 6/30/04 G -8d 12/15/04 H -1 1/10/02 H -4 8/18/04 H -10 5/29/98 H-la 4/14/00 H -4a 2/25/05 H -12 2/25/05 H -lb 6/21/06 H -4b 2/25/05 H -12a 2/25/05 H -1 c 3/04/05 H -6 10/29/03 H -12b 2/25/05 H -1d 6/21/06 H -7 R /10/98 H -13 2/25/05 H -1e 6/21/06 H -8 9/18/98 H -13a 2/25/05 H -2 3/04/05 H -9 4/18/97 H -14 2/09/05 1-1 7/18/97 1 -6 7/17/03 1-11 9/11/03 1 -2 4/23/99 1 -7 7/17/03 1 -12 7/17/03 1 -3 8/20/99 1 -8 7/17/03 1 -13 7/17/03 1 -4 7/17/03 1 -9 7/17/03 1 -14 7/17/03 1 -5 7/17/03 1 -10 7/17/03 1 -15 7/13/05 J-lb 10/08/99 J -6g 12/12/02 J -11 b 9/02/05 J -1 c 4/24/98 J -6h 4/24/98 J -11 c 6/21/06 J -1 d 1/11/06 J-7a 9/12/01 J-12. 11/08/05 J -1e 1/11/06 J -7c 6/19/98 J -15a 10/04/05 J-lf 6/23/00 J -7d 4/24/98 J -15b 10/04/05 J -3 8/01/97 J -8a 5/20/04 J -16a 3/04/05 J -3b 3/04/05 J -8b 5/20/04 J -16b 9/02/05 J -3c 6/24/02 J -8c 5/20/04 J -18 9/02/05 J -3d 11/05/03 J -8d 5/20/04 J -19 9/02/05 J -5 8/01/97 J -9a 4/24/98 J -20 9/02/05 J -6c 4/24/98 J -10 7/18/97 J -6f . ........................4 /24/98 J -11a 9/02/05 80 K -1 12/20/02 K -10 12/20/02 K -19 12/20/02 K -2 12/20/02 K -11 12/20/02 K -20 12/20/02 K -3 12/20/02 K -12 12/20/02 K -21 12/20/02 K -4 12/20/02 K -13 12/20/02 K -22 12/20/02 K -5 12/20/02 K -14 12/20/02 K -23 12/20/02 K -6 12/20/02 K -15 12/20/02 K -24 12/20/02 K -7 12/20/02 K -16 12/20/02 K -25 12/20/02 K -8 12/20/02 K -17 12/20/02 K -26 12/20/02 K -9 12/20/02 K -18 12/20/02 K -27 12/20/02 L -1 7/18/97 L -3 7/18/97 L -5a 7/31/98 L -2 7/18/97 L -5 7/31/98 L -6 7/25/97 M- 1.20 -00 2/25/05 M- 3.30 -00 12/15/04 M- 20.10 -00 3/04/05 M- 1.40 -00 2/25/05 M- 3.40 -00 12/15/04 M- 20.20 -00 3/04/05 M- 1.60 -00 2/25/05 M- 3.50 -00 12/15/04 M- 20.30 -00 3/04/05 M- 1.80 -00 2/25/05 M- 5.10 -00 12/15/04 M- 20.40 -00 3/04/05 M- 2.20 -00 2/25/05 M- 7.50 -00 3/04/05 M- 20.50 -00 3/04/05 M- 2.40 -00 2/25/05 M- 9.50 -00 3/04/05 M- 24.20 -01 5/31/06 M- 2.60 -00 2/25/05 M- 11.10 -00 3/04/05 M- 24.40 -01 5/31/06 M- 3.10 -00 12/15/04 M- 15.10 -00 2/25/05 M- 24.60 -01 5/31 /06 M- 3.20 -00 12/15/04 M- 17.10 -00 3/04/05 81 82 Required Contract Provisions Federal -Aid Construction Contracts Follows this page 83 84 FHWA -1273 Electronic version -- March 10, 1994 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS (REV 3- 10 -94) (7 -00) I. General II. Nondiscrimination III. Nonsegregated Facilities IV. Payment of Predetermined Minimum Wage V. Statements and Payrolls VI. Record of Materials, Supplies, and Labor VII. Subletting or Assigning the Contract VIII. Safety: Accident Prevention IX. False Statements Concerning Highway Projects X. Implementation of Clean Air Act and Federal Water Pollution Control Act XI. Certification Regarding Debarment, Suspension, Ineligibility, and Voluntary Exclusion XII. Certification Regarding Use of Contract Funds for Lobbying ATTACHMENTS A. Employment Preference for Appalachian Contracts (included in Appalachian contracts only) I. GENERAL 1. These Contract provisions shall apply to all work performed on the Contract by the Contractor's own organization and with the assistance of workers under the Contractor's immediate superintendence and to all work performed on the Contract by piecework, station work, or by subcontract. 2. Except as otherwise provided for in each section, the Contractor shall insert in each subcontract all of the stipulations contained in these Required Contract Provisions, and further require their inclusion in any lower tier subcontract or purchase order that may in turn be made. The Required Contract Provisions shall not be incorporated by reference in any case. The Prime Contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with these Required Contract Provisions. 3. A breach of any of the stipulations contained in these Required Contract Provisions shall be sufficient grounds for termination of the Contract. 4. A breach of the following clauses of the Required Contract Provisions may also be grounds for debarment as provided in 29 CFR 5.12: Section I, paragraph 2; Section IV, paragraphs 1, 2, 3, 4, and 7; Section V, paragraphs 1 and 2a through 2g. 5. Disputes arising out of the labor standards provisions of Section IV (except paragraph 5) and Section V of these Required Contract Provisions shall not be subject to the general disputes clause of this Contract. Such disputes shall be resolved in accordance with the procedures of the U.S. Department of Labor (DOL) as set forth in 29 CFR 5, 6, and 7. Disputes within the meaning of this clause include disputes between the Contractor (or any of its subcontractors) and the contracting agency, the DOL, or the Contractor's employees or their representatives. 6. Selection of Labor: During the performance of this Contract, the Contractor shall not: a. discriminate against labor from any other State, possession, or territory of the United States (except for employment preference for Appalachian contracts, when applicable, as specified in Attachment A), or b. employ convict labor for any purpose within the limits of the project unless it is labor performed by convicts who are on parole, supervised release, or probation. II. NONDISCRIMINATION (Applicable to all Federal -aid construction Contracts and to all related subcontracts of $10,000 or more.) 1. Equal Employment Opportunity: Equal employment opportunity (EEO) requirements not to discriminate and to take affirmative action to assure equal opportunity as set forth under laws, executive • orders, rules, regulations (28 CFR 35, 29 CFR 1630 and 41 CFR 60) and orders of the Secretary of Labor as modified by the provisions prescribed herein, and imposed pursuant to 23 U.S.C. 140 shall constitute the EEO and specific affirmative action standards for the Contractor's project activities under this Contract. The Equal Opportunity Construction Contract Specifications set forth under 41 CFR 60 -4.3 and the provisions of the American Disabilities Act of 1990 (42 U.S.C. 12101 et se q.) set forth under 28 CFR 35 and 29 CFR 1630 are incorporated by reference in this Contract. In the execution of this Contract, the Contractor agrees to comply with the following minimum specific requirement activities of EEO: a. The Contractor will work with the State highway agency (SHA) and the Federal Government in carrying out EEO obligations and in their review of his/her activities under the Contract. b. The Contractor will accept as his operating policy the following statement: "It is the policy of this Company to assure that applicants are employed, and that employees are treated during employment, without regard to their race, religion, sex, color, national origin, age or disability. Such action shall include: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship, preapprenticeship, and /or on-the-job training." 2. EEO Officer: The Contractor will designate and make known to the SHA contracting officers an EEO Officer who will have the responsibility for and must be capable of effectively administering and promoting an active Contractor program of EEO and who must be assigned adequate authority and responsibility to do so. 3. Dissemination of Policy: All members of the Contractor's staff who are authorized to hire, supervise, promote, and discharge employees, or who recommend such action, or who are substantially involved in such action, will be made fully cognizant of, and will implement, the Contractor's EEO policy and Contractural responsibilities to provide EEO in each grade and classification of employment. To ensure that the above agreement will be met, the following actions will be taken as a minimum: a. Periodic meetings of supervisory and personnel office employees will be conducted before the start of work and then not less often than once every six months, at which time the contractor's EEO policy and its implementation will be reviewed and explained. The meetings will be conducted by the EEO Officer. b. All new supervisory or personnel office employees will be given a thorough indoctrination by the EEO Officer, covering all major aspects of the contractor's EEO obligations within thirty days following their reporting for duty with the Contractor. c. All personnel who are engaged in direct recruitment for the project will be instructed by the EEO Officer in the Contractor's procedures for locating and hiring minority group employees. d. Notices and posters setting forth the Contractor's EEO policy will be placed in areas readily accessible to employees, applicants for employment and potential employees. e. The contractor's EEO policy and the procedures to implement such policy will be brought to the attention of employees by means of meetings, employee handbooks, or other appropriate means. 4. Recruitment: When advertising for employees, the Contractor will include in all advertisements for employees the notation: "An Equal Opportunity Employer." All such advertisements will be placed in publications having a large circulation among minority groups in the area from which the project work force would normally be derived. a. The Contractor will, unless precluded by a valid bargaining agreement, conduct systematic and direct recruitment through public and private employee referral sources likely to yield qualified minority group applicants. To meet this requirement, the contractor will identify sources of potential minority group employees, and establish with such identified sources procedures whereby minority group applicants may be referred to the Contractor for employment consideration. b. In the event the Contractor has a valid bargaining agreement providing for exclusive hiring hall referrals, he is expected to observe the provisions of that agreement to the extent that the system permits the contractor's compliance with EEO Contract provisions. (The DOL has held that where implementation of such agreements have the effect of discriminating against minorities or women, or obligates the Contractor to do the same, such implementation violates Executive Order 11246, as amended.) c. The Contractor will encourage his present employees to refer minority group applicants for employment. Information and procedures with regard to referring minority group applicants will be discussed with employees. 5. Personnel Actions: Wages, working conditions, and employee benefits shall be established and administered, and personnel actions of every type, including hiring, upgrading, promotion, transfer, demotion, layoff, and termination, shall be taken without regard to race, color, religion, sex, national origin, age or disability. The following procedures shall be followed: a. The Contractor will conduct periodic inspections of project sites to insure that working conditions and employee facilities do not indicate discriminatory treatment of project site personnel. b. The Contractor will periodically evaluate the spread of wages paid within each classification to determine any evidence of discriminatory wage practices. c. The Contractor will periodically review selected personnel actions in depth to determine whether there is evidence of discrimination. Where evidence is found, the Contractor will promptly take corrective action. If the review indicates that the discrimination may extend beyond the actions reviewed, such corrective action shall include all affected persons. d. The Contractor will promptly investigate all complaints of alleged discrimination made to the Contractor in connection with his obligations under this Contract, will attempt to resolve such complaints, and will take appropriate corrective action within a reasonable time. If the investigation indicates that the discrimination may affect persons other than the complainant, such corrective action shall include such other persons. Upon completion of each investigation, the Contractor will infoi in every complainant of all of his avenues of appeal. 6. Training and Promotion: a. The Contractor will assist in locating, qualifying, and increasing the skills of minority group and women employees, and applicants for employment. b. Consistent with the Contractor's work force requirements and as permissible under Federal and State l the Contractor shall make fall of n s h: i s.us.raa assn State regulations, S.+VaaLaa6'LVr Lua aiianc aura use vi training programs, i.e., and on-the-job training programs for the geographical area of contract performance. Where feasible, 25 percent of apprentices or trainees in each occupation shall be in their first year of apprenticeship or training. In the event a special provision for training is provided under this Contract, this subparagraph will be superseded as indicated in the special provision. c. The Contractor will advise employees and applicants for employment of available training programs and entrance requirements for each. d. The Contractor will periodically review the training and promotion potential of minority group and women employees and will encourage eligible employees to apply for such training and promotion. 7. Unions: If the Contractor relies in whole or in part upon unions as a source of employees, the Contractor will use his/her best efforts to obtain the cooperation of such unions to increase opportunities for minority groups and women within the unions, and to effect referrals by such unions of minority and female employees. Actions by the Contractor either directly or through a Contractor's association acting as agent will include the procedures set forth below: a. The Contractor will use best efforts to develop, in cooperation with the unions, joint training programs aimed toward qualifying more minority group members and women for membership in the unions and increasing the skills of minority group employees and women so that they may qualify for higher paying employment. b. The Contractor will use best efforts to incorporate an EEO clause into each union agreement to the end that such union will be contractually bound to refer applicants without regard to their race, color, religion, sex, national origin, age or disability. c. The Contractor is to obtain information as to the referral practices and policies of the labor union except that to the extent such information is within the exclusive possession of the labor union and such labor union refuses to furnish such information to the Contractor, the Contractor shall so certify to the SHA and shall set forth what efforts have been made to obtain such information. d. In the event the union is unable to provide the Contractor with a reasonable flow of minority and women referrals within the time limit set forth in the collective bargaining agreement, the Contractor will, through independent recruitment efforts, fill the employment vacancies without regard to race, color, religion, sex, national origin, age or disability; making full efforts to obtain qualified and /or qualifiable minority group persons and women. (The DOL has held that it shall be no excuse that the union with which the Contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority employees.) In the event the union referral practice prevents the Contractor from meeting the obligations pursuant to Executive Order 11246, as amended, and these Specifications, such Contractor shall immediately notify the SHA. 8. Selection of Subcontractors, Procurement of Materials and Leasing of Equipment: The Contractor shall not discriminate on the grounds of race, color, religion, sex, national origin, age or disability in the selection and retention of subcontractors, including procurement of materials and leases of equipment. a. The Contractor shall notify all potential subcontractors and suppliers of his/her EEO obligations under this Contract. b. Disadvantaged business enterprises (DBE), as defined in 49 CFR 23, shall have equal opportunity to compete for and perform subcontracts which the Contractor enters into pursuant to this Contract. The Contractor will use his best efforts to solicit bids from and to utilize DBE subcontractors or subcontractors with meaningful minority group and female representation among their employees. Contractors shall obtain lists of DBE construction firms from SHA personnel. c. The Contractor will use his best efforts to ensure subcontractor compliance with their EEO obligations. 9. Records and Reports: The Contractor shall keep such records as necessary to document compliance with the EEO requirements. Such records shall be retained for a period of 3 years following completion of the Contract work and shall be available at reasonable times and places for inspection by authorized representatives of the SHA and the FHWA. a. The records kept by the Contractor shall document the following: (1) The number of minority and non - minority group members and women employed in each work classification on the project; (2) The progress and efforts being made in cooperation with unions, when applicable, to increase employment opportunities for minorities and women; (3) The progress and efforts being made in locating, hiring, training, qualifying, and upgrading minority and female employees; and (4) The progress and efforts being made in securing the services of DBE subcontractors or subcontractors with meaningful minority and female representation among their employees. b. The Contractors will submit an annual report to the SHA each July for the duration of the project, indicating the number of minority, women, and nonminority group employees currently engaged in each work classification required by the Contract work. This information is to be reported on Form FHWA -1391. If on-the-job training is being required by special provision, the Contractor will be required to collect and report training data. III. NONSEGREGATED FACILITIES (Applicable to all Federal -aid construction Contracts and to all related subcontracts of $10,000 or more.) a. By submission of this bid, the execution of this Contract or subcontract, or the consummation of this material supply agreement or purchase order, as appropriate, the bidder, Federal -aid construction Contractor, subcontractor, material supplier, or vendor, as appropriate, certifies that the firm does not maintain or provide for its employees any segregated facilities at any of its establishments, and that the firm does not permit its employees to perform their services at any location, under its control, where segregated facilities are maintained. The film agrees that a breach of this certification is a violation of the EEO provisions of this Contract. The firm further certifies that no employee will be denied access to adequate facilities on the basis of sex or disability. b. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms and washrooms, restaurants and other eating areas, timeclocks, locker rooms, and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive, or are, in fact, segregated on the basis of race, color, religion, national origin, age or disability, because of habit, local custom, or otherwise. The only exception will be for the disabled when the demands for accessibility override (e.g. disabled parking). c. The Contractor agrees that it has obtained or will obtain identical certification from proposed subcontractors nr material suppliers prior to award of cnhrnntra_ctc n_r consummation of material supply agreements of $10,000 or more and that it will retain such certifications in its files. IV. PAYMENT OF PREDETERMINED MINIMUM WAGE (Applicable to all Federal -aid construction Contracts exceeding $2,000 and to all related subcontracts, except for projects located on roadways classified as local roads or rural minor collectors, which are exempt.) 1. General: a. All mechanics and laborers employed or working upon the site of the work will be paid unconditionally and not less often than once a week and without subsequent deduction or rebate on any account [except such payroll deductions as are permitted by regulations (29 CFR 3) issued by the Secretary of Labor under the Copeland Act (40 U.S.C. 276c)] the full amounts of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment. The payment shall be computed at wage rates not less than those contained in the wage determination of the Secretary of Labor (hereinafter "the wage determination ") which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the Contractor or its subcontractors and such laborers and mechanics. The wage determination (including any additional classifications and wage rates conformed under paragraph 2 of this Section IV and the DOL poster (WH -1321) or Form FHWA -1495) shall be posted a t a ll times by the Contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers. For the purpose of this Section, contributions made or costs reasonably anticipated for bona fide fringe benefits under Section 1(b) (2) of the Davis - Bacon Act (40 U.S.C. 276a) on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of Section IV, paragraph 3b, hereof. Also, for the purpose of this Section, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs, which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as ,provided in paragraphs 4 and 5 of this Section IV. b. Laborers or mechanics performing work in more than 1 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. c. All rulings and interpretations of the Davis -Bacon Act and related acts contained in 29 CFR 1, 3, and 5 are herein incorporated by reference in this Contract. 2. Classification: a. The SHA Contracting officer shall require that any class of laborers or mechanics employed under the Contract, which is not listed in the wage determination, shall be classified in conformance with the wage determination. b. The Contracting officer shall approve an additional classification, wage rate and fringe benefits only when the following criteria have been met: (1) the work to be performed by the additional classification requested is not performed by a classification in the wage determination; (2) the additional classification is utilized in the area by the construction industry; (3) the proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination; and (4) with respect to helpers, when such a classification prevails in the area in which the work is performed. c. If the Contractor or subcontractors, as appropriate, the laborers and mechanics (if known) to be employed in the additional classification or their representatives, and the Contracting officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the Contracting officer to the DOL, Administrator of the Wage and Hour Division, Employment Standards Administration, Washington, D.C. 20210. The Wage and Hour Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the Contracting officer or will notify the Contracting officer within the 30 -day period that additional time is necessary. d. In the event the Contractor or subcontractors, as appropriate, the laborers or mechanics to be employed in the additional classification or their representatives, and the Contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the Contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the Contracting officer, to the Wage and Hour Administrator for determination. Said Administrator, or an authorized representative, will issue a determination within 30 days of receipt and so advise the Contracting officer or will notify the Contracting officer within the 30 -day period that additional time is necessary. e. The wage rate (including fringe benefits where appropriate) determined pursuant to paragraph 2c or 2d of this Section IV shall be paid to all workers performing work in the additional classification from the first day on which work is performed in the classification. 3. Payment of Fringe Benefits: a. Whenever the minimum wage rate prescribed in the Contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the Contractor or subcontractors, as appropriate, shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly case equivalent thereof. b. If the Contractor or subcontractor, as appropriate, does not make payments to a trustee or other third person, he /she may consider as a part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, provided, that the Secretary of Labor has found, upon the written request of the Contractor, that the applicable standards of the Davis -Bacon Act have been met. The Secretary of Labor may require the Contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. 4. Apprentices and Trainees (Programs of the U.S. DOL) and Helpers: a. Apprentices: (1) Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the DOL, Employment and Training Administration, Bureau of Apprenticeship and Training, or with a State apprenticeship agency recognized by the Bureau, or if a person is employed in his/her first 90 days of probationary employment as an apprentice in such an apprenticeship program, wh is n indi registered in the program, b w h o has been certified by the Bureau of Apprenticeship and Training or a State apprenticeship agency (where appropriate) to be eligible for probationary employment as an apprentice. (2) The allowable ratio of apprentices to journeyman -level employees on the job site in any craft classification shall not be greater than the ratio permitted to the Contractor as to the entire work force under the registered program. Any employee listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate listed in the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a Contractor or subcontractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman -level hourly rate) specified in the Contractor's or subcontractor's registered program shall be observed. (3) Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeyman -level hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator for the Wage and Hour Division determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. (4) In the event the Bureau of Apprenticeship and Training, or a State apprenticeship agency recognized by the Bureau, withdraws approval of an apprenticeship program, the Contractor or subcontractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the comparable work performed by regular employees until an acceptable program is approved. b. Trainees: (1) Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the DOL, Employment and Training Administration. (2) The ratio of trainees to journeyman -level employees on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. (3) Every trainee must be paid at not less than the rate specified in the approved program for his/her level of progress, expressed as a percentage of the journeyman -level hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman -level wage rate on the wage determination which provides for less than full fringe benefits for apprentices, in which case such trainees shall receive the same fringe benefits as apprentices. (4) In the event the Employment and Training Administration withdraws approval of a training program, the Contractor or subcontractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. c. Helpers: Helpers will be permitted to work on a project if the helper classification is specified and defined on the applicable wage determination or is approved pursuant to the conformance procedure set forth in Section IV.2. Any worker listed on a payroll at a helper wage rate, who is not a helper under an approved definition, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. 5. Apprentices and Trainees (Programs of the U.S. DOT): Apprentices and trainees working under apprenticeship and skill training programs which have been certified by the Secretary of Transportation as promoting EEO in connection with Federal -aid highway construction programs are not subject to the requirements of paragraph 4 of this Section IV. The straight time hourly wage rates for apprentices and trainees under such programs will be established by the particular programs. The ratio of apprentices and trainees to journeymen shall not be greater than permitted by the terms of the particular program. 6. Withholding: The SHA shall upon its own action or upon written request of an authorized representative of the DOL withhold, or cause to be withheld, from the Contractor or subcontractor under this Contract or any other Federal Contract with the same Prime Contractor, or any other Federally- assisted Contract subject to Davis -Bacon prevailing wage requirements which is held by the same Prime Contractor, as much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the Contractor or any subcontractor the full amount of wages required by the Contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of the work, all or part of the wages required by the Contract, the SHA Contracting officer may, after written notice to the Contractor, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. 7. Overtime Requirements: No Contractor or subcontractor contracting for any part of the Contract work which may require or involve the employment of laborers, mechanics, watchmen, or guards (including apprentices, trainees, and helpers described in paragraphs 4 and 5 above) shall require or permit any laborer, mechanic, watchman, or guard in any workweek in which he /she is employed on such work, to work in excess of 40 hours in such workweek unless such laborer, mechanic, watchman, or guard receives compensation at a rate not less than one - and - one -half times his /her basic rate of pay for all hours worked in excess of 40 hours in such workweek. 8. Violation: Liability for Unpaid Wages; Liquidated Damages: In the event of any violation of the clause set forth in paragraph 7 above, the Contractor and any subcontractor responsible thereof shall be liable to the affected employee for his /her unpaid wages. in addition, such Contractor and subcontractor shah be liable to the United States (in the case of work done under Contract for the District of Columbia or a territory, to such District or to such territory) for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer, mechanic, watchman, or guard employed in violation of the clause set forth in paragraph 7, in the sum of $10 for each calendar day on which such employee was required or permitted to work in excess of the standard work week of 40 hours without payment of the overtime wages required by the clause set forth in paragraph 7. 9. Withholding for Unpaid Wages and Liquidated Damages: The SHA shall upon its own action or upon written request of any authorized representative of the DOL withhold, or cause to be withheld, from any monies payable on account of work performed by the Contractor or subcontractor under any such Contract or any other Federal Contract with the same Prime Contractor, or any other Federally- assisted Contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same Prime Contractor, such sums as may be determined to be necessary to satisfy any liabilities of such Contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph 8 above. V. STATEMENTS AND PAYROLLS (Applicable to all Federal -aid construction Contracts exceeding $2,000 and to all related subcontracts, except for projects located on roadways classified as local roads or rural collectors, which are exempt.) 1. Compliance with Copeland Regulations (29 CFR 3): The Contractor shall comply with the Copeland Regulations of the Secretary of Labor which are herein incorporated by reference. 2. Payrolls and Payroll Records: a. Payrolls and basic records relating thereto shall be maintained by the Contractor and each subcontractor during the course of the work and preserved for a period of 3 years from the date of completion of the Contract for all laborers, mechanics, apprentices, trainees, watchmen, helpers, and guards working at the site of the work. b. The payroll records shall contain the name, social security number, and address of each such employee; his or her correct classification; hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalent thereof the types described in Section 1(b)(2)(B) of the Davis Bacon Act); daily and weekly number of hours worked; deductions made; and actual wages paid. In addition, for Appalachian Contracts, the payroll records shall contain a notation indicating whether the employee does, or does not, normally reside in the labor area as defined in Attachment A, paragraph 1. Whenever the Secretary of Labor, pursuant to Section IV, paragraph 3b, has found that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in Section 1(b)(2)(B) of the Davis Bacon Act, the Contractor and each subcontractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, that the plan or program has been communicated in writing to the laborers or mechanics affected, and show the cost anticipated or the actual cost incurred in providing benefits. Contractors or subcontractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprentices and trainees, and ratios and wage rates prescribed in the applicable programs. c. Each Contractor and subcontractor shall furnish, each week in which any contract work is performed, to the SHA resident engineer a payroll of wages paid each of its employees (including apprentices, trainees, and helpers, described in Section IV, paragraphs 4 and 5, and watchmen and guards engaged on work during the preceding weekly payroll period). The payroll submitted shall set out accurately and completely all of the information required to be maintained under paragraph 2b of this Section V. This information may be submitted in any form desired. Optional Form WH -347 is available for this purpose and may be purchased from the Superintendent of Documents (Federal stock number 029- 005- 0014 -1), U.S. Government Printing Office, Washington, D.C. 20402. The Prime Contractor is responsible for the submission of copies of payrolls by all subcontractors. d. Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the Contractor or subcontractor or his/her agent who pays or supervises the payment of the persons employed under the Contract and shall certify the following: (1) that the payroll for the payroll period contains the information required to be maintained under paragraph 2b of this Section V and that such information is correct and complete; (2) that such laborer or mechanic (including each helper, apprentice, and trainee) employed on the Contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in the Regulations, 29 CFR 3; (3) that each laborer or mechanic has been paid not less that the applicable wage rate and fringe benefits or cash equivalent for the classification of worked performed, as specified in the applicable wage determination incorporated into the Contract. e. The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH -347 shall satisfy the requirement for submission of the "Statement of Compliance" required by paragraph 2d of this Section V. f. The falsification of any of the above certifications may subject the Contractor to civil or criminal prosecution under 18 U.S.C. 1001 and 31 U.S.C. 231. g. The Contractor or subcontractor shall make the records required under paragraph 2b of this Section V available for inspection, copying, or transcription by authorized representatives of the SHA, the FHWA, or the DOL, and shall permit such representatives to interview employees during working hours on the job. If the Contractor or subcontractor fails to submit the required records or to make them available, the SHA, the FHWA, the DOL, or all may, after written notice to the Contractor, sponsor, applicant, or owner, take such actions as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12. VI. RECORD, OF MATERIALS, SUPPLIES, AND LABOR 1. On all Federal -aid Contracts on the National Highway System, except those which provide solely for the installation of protective devices at railroad grade crossings, those which are constructed on a force account or direct labor basis, highway beautification Contracts, and Contracts for which the total final construction cost for roadway and bridge is less than $ 1,000,000 (23 CFR 635) the Contractor shall: a. Become familiar with the list of specific materials and supplies contained in Form FHWA -47, "Statement of Materials and Labor Used by Contractor of Highway Construction Involving Federal Funds," prior to the commencement of work under this Contract. b. Maintain a record of the total cost of all materials and supplies purchased for and incorporated in the work, and also of the quantities of those specific materials and supplies listed on Form FHWA -47, and in the units shown on Form FHWA -47. c. Furnish, upon the completion of the Contract, to the SHA resident engineer on Form FHWA -47 together with the data required in paragraph 1 b relative to materials and supplies, a final labor summary of all contract work indicating the total hours worked and the total amount earned. 2. At the Prime Contractor's option, either a single report covering all Contract work or separate reports for the Contractor and for each subcontract shall be submitted. VII. SUBLETTING OR ASSIGNING THE CONTRACT 1. The Contractor shall perform with its own organization Contract work amounting to not less than 30 percent (or a greater percentage if specified elsewhere in the Contract) of the total original Contract price, excluding any specialty items designated by the State. Specialty items may be performed by subcontract and the amount of any such specialty items performed may be deducted from the total original Contract price before computing the amount of work required to be performed by the Contractor's own organization (23 CFR 635). a. "Its own organization" shall h co nst rue d to in o nl y w ork e r s em plo ye d and paid directly by the Prime Contractor and equipment owned or rented by the Prime Contractor, with or without operators. Such term does not include employees or equipment of a subcontractor, assignee, or agent of the Prime Contractor. b. "Specialty Items" shall be construed to be limited to work that requires highly specialized knowledge, abilities, or equipment not ordinarily available in the type of Contracting organizations qualified and expected to bid on the Contract as a whole and in general are to be limited to minor components of the overall Contract. 2. The Contract amount upon which the requirements set forth in paragraph 1 of Section VII is computed includes the cost of material and manufactured products which are to be purchased or produced by the Contractor under the Contract provisions. 3. The Contractor shall furnish (a) a competent superintendent or supervisor who is employed by the firm, has full authority to direct performance of the work in accordance with the Contract requirements, and is in charge of all construction operations (regardless of who performs the work) and (b) such other of its own organizational resources (supervision, management, and engineering services) as the SHA contracting officer determines is necessary to assure the performance of the Contract. 4. No portion of the Contract shall be sublet, assigned or otherwise disposed of except with the written consent of the SHA contracting officer, or authorized representative, and such consent when given shall not be construed to relieve the Contractor of any responsibility for the fulfillment of the Contract. Written consent will be given only after the SHA has assured that each subcontract is evidenced in writing and that it contains all pertinent provisions and requirements of the Prime Contract. VIII. SAFETY: ACCIDENT PREVENTION 1. In the performance of this Contract the Contractor shall comply with all applicable Federal, State, and local laws governing safety, health, and sanitation (23 CFR 635). The Contractor shall provide all safeguards, safety devices and protective equipment and take any other needed actions as it determines, or as the SHA contracting officer may determine, to be reasonably necessary to protect the life and health of employees on the job and the safety of the public and to protect property in connection with the performance of the work covered by the Contract. 2. It is a condition of this Contract, and shall be made a condition of each subcontract, which the Contractor enters into pursuant to this Contract, that the Contractor and any subcontractor shall not permit any employee, in performance of the Contract, to work in surroundings or under conditions which are unsanitary, hazardous or dangerous to his/her health or safety, as determined under construction safety and health standards (29 CFR 1926) promulgated by the Secretary of Labor, in accordance with Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 333). 3. Pursuant to 29 CFR 1926.3, it is a condition of this Contract that the Secretary of Labor or authorized representative thereof, shall have right of entry to any site of Contract performance to inspect or investigate the matter of compliance with the construction safety and health standards and to carry out the duties of the Secretary under Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 333). IX. FALSE STATEMENTS CONCERNING HIGHWAY PROJECTS In order to assure high quality and durable construction in conformity with approved plans and specifications and a high degree of reliability on statements and representations made by Engineers, Contractors, suppliers, and workers on Federal -aid highway projects, it is essential that all persons concerned with the project perform their functions as carefully, thoroughly, and honestly as possible. Willful falsification, distortion, or misrepresentation with respect to any facts related to the project is a violation of Federal law. To prevent any misunderstanding regarding the seriousness of these and similar acts, the following notice shall be posted on each Federal -aid highway project (23 CFR 635) in 1 or more places where it is readily available to all persons concerned with the project: NOTICE TO ALL PERSONNEL ENGAGED ON FEDERAL -AID HIGHWAY PROJECTS 18 U.S.C. 1020 reads as follows: "Whoever, being an officer, agent, or employee of the United States, or of any State or Territory, or whoever, whether a person, association, firm, or corporation, knowingly makes any false statement, false representation, or false report as to the character, quality, quantity, or cost of the material used or to be used, or the quantity or quality of the work performed or to be performed, or the cost thereof in connection with the submission of plans, maps, specifications, contracts, or costs of construction on any highway or related project submitted for approval to the Secretary of Transportation; or Whoever knowingly makes any false statement, false representation, false report or false claim with respect to the character, quality, quantity, or cost of any work performed or to be performed, or materials furnished or to be furnished, in connection with the construction of any highway or related nrniart ,r nrnved by tha S ratary of Trancnnrtatinn• nr Whoever knowingly makes any false statement or false representation as to material fact in any statement, certificate, or report submitted pursuant to provisions of the Federal -aid Roads Act approved July 1, 1916, (39 Stat. 355), as amended and supplemented; Shall be fined not more that $10,000 or imprisoned not more than 5 years or both. X. IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT (Applicable to all Federal -aid construction contracts and to all related subcontracts of $100,000 or more.) By submission of this bid or the execution of this Contract, or subcontract, as appropriate, the bidder, Federal -aid construction Contractor, or subcontractor, as appropriate, will be deemed to have stipulated as follows: 1. That any facility that is or will be utilized in the performance of this contract, unless such contract is exempt under the Clean Air Act, as amended (42 U.S.C. 1857 et seq., as amended by Pub.L. 91 -604), and under the Federal Water Pollution Control Act, as amended (33 U.S.C. 1251 et seq., as amended by Pub.L. 92 -500), Executive Order 11738, and regulations in implementation thereof (40 CFR 15) is not listed, on the date of Contract award, on the U.S. Environmental Protection Agency (EPA) List of Violating Facilities pursuant to 40 CFR 15.20. 2. That the firm agrees to comply and remain in compliance with all the requirements of Section 114 of the Clean Air Act and Section 308 of the Federal Water Pollution Control Act and all regulations and guidelines listed thereunder. 3. That the firm shall promptly notify the SHA of the receipt of any communication from the Director, Office of Federal Activities, EPA, indicating that a facility that is or will be utilized for the contract is under consideration to be listed on the EPA List of Violating Facilities. 4. That the firm agrees to include or cause to be included the requirements of paragraph 1 through 4 of this Section X in every nonexempt subcontract, and further agrees to take such action as the government may direct as a means of enforcing such requirements. XI. CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION 1. Instructions for Certification - Primary Covered Transactions: (Applicable to all Federal -aid contracts - 49 CFR 29) Except for transactions authorized under paragraph f of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause or default. CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION -- PRIMARY COVERED TRANSACTIONS 1. The prospective primary participant certifies to the best of its knowledge and belief, that it and its principals: a. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; b. Have not within a 3 -year period preceding this proposal been convicted of or had a civil judgement rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or Contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; c. Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph 1 b of this certification; and d. Have not within a 3 -year period preceding this application/proposal had 1 or more public transactions (Federal, State or local) terminated for cause or default. 2. Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. * * * ** 2. Instructions for Certification - Lower Tier Covered Transactions: (Applicable to all subcontracts, purchase orders and other lower tier transactions of $25,000 or more - 49 CFR 29) a. By signing and submitting this proposal, the prospective lower tier is providing the certification set out below. b. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department, or agency with which this transaction originated may pursue available remedies, including suspension and /or debarment. a. By signing and submitting this proposal, the prospective primary participant is providing the certification set out below. b. The inability of a person to provide the certification set out below will not necessarily result in denial of participation in this covered transaction. The prospective participant shall submit an explanation of why it cannot provide the certification set out below. The certification or explanation will be considered in connection with the department or agency's determination whether to enter into this transaction. However, failure of the prospective primary participant to furnish a certification or an explanation shall disqualify such a person from participation in this transaction. c. The certification in this clause is a material representation of fact upon which reliance was placed when the department or agency determined to enter into this tra If it is later determined that the prospective primary participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause of default. d. The prospective primary participant shall provide immediate written notice to the department or agency to whom this proposal is submitted if any time the prospective primary participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. e. The terms "covered transaction," "debarred," "suspended," "ineligible," "lower tier covered transaction," "participant," "person," "primary covered transaction," "principal," "proposal," and "voluntarily excluded," as used in this clause, have the meanings set out in the Definitions and Coverage sections of rules implementing Executive Order 12549. You may contact the department or agency to which this proposal is submitted for assistance in obtaining a copy of those regulations. f. The prospective primary participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency entering into this transaction. g. The prospective primary participant further agrees by submitting this proposal that it will include the clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion -Lower Tier Covered Transaction," provided by the department or agency entering into this covered transaction, without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. h. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principals. Each participant may, but is not required to, check the nonprocurement portion of the "Lists of Parties Excluded From Federal Procurement or Nonprocurement Programs" ( Nonprocurement List) which is compiled by the General Services Administration. i. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. c. The prospective lower tier participant shall provide immediate written notice to the person to which this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous by reason of changed circumstances. d. The terms "covered transaction," "debarred," "suspended," "ineligible," "primary covered transaction," "participant," "person," "principal," "proposal," and "voluntarily excluded," as used in this clause, have the meanings set out in the Definitions and Coverage sections of rules implementing Executive Order 12549. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations. e. The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated. f. The prospective lower tier participant further agrees by submitting this proposal that it will include this clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion -Lower Tier Covered Transaction," without modification, in all lower tier co vered transactions and in all solicitations for lower tier covered transactions. g. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principals. Each participant may, but is not required to, check the Nonprocurement List. h. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. i. Except for transactions authorized under paragraph e of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. * * * ** CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION - -LOWER TIER COVERED TRANSACTIONS: 1. The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. 2. Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. * * * ** XII. CERTIFICATION REGARDING USE OF CONTRACT FUNDS FOR LOBBYING (Applicable to all Federal -aid construction Contracts and to all related subcontracts which exceed $100,000 - 49 CFR 20) 1. The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: a. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awaiding of any Federal CoIltract, the making of any Federal giallt, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal Contract, grant, loan, or cooperative agreement. b. if any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal Contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form -LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 2. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31 U.S.C. 1352. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. 3. The prospective participant also agrees by submitting his or her bid or proposal that he or she shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such recipients shall certify and disclose accordingly. ATTACHMENT A EMPLOYMENT PREFERENCE FOR APPALACHIAN CONTRACTS (Applicable to Appalachian contracts only.) 1. During the performance of this Contract, the Contractor undertaking to do work which is, or reasonably may be, done as on -site work, shall give preference to qualified persons who regularly reside in the labor area as designated by the DOL wherein the Contract work is situated, or the subregion, or the Appalachian counties of the State wherein the Contract work is situated, except: a. To the extent that qualified persons regularly residing in the area are not available. b. For the reasonable needs of the Contractor to employ supervisory or specially experienced personnel necessary to assure an efficient execution of the Contract work. c. For the obligation of the Contractor to offer employment to present or former employees as the result of a lawful collective bargaining Contract, provided that the number of nonresident persons employed under this subparagraph 1 c shall not exceed 20 percent of the total number of employees employed by the Contractor on the Contract work, except as provided in subparagraph 4 below. 2. The Contractor shall place a job order with the State Employment Service indicating (a) the classifications of the laborers, mechanics and other employees required to perform the Contract work, (b) the number of employees required in each classification, (c) the date on which he estimates such employees will be required, and (d) any other pertinent information required by the State Employment Service to complete the job order form. The job order may be placed with the State Employment Service in writing or by telephone. If during the course of the Contract work, the information submitted by the Contractor in the original job order is substantially modified, he shall promptly notify the State Employment Service. 3. The Contractor shall give full consideration to all qualified job applicants referred to him by the State Employment Service. The Contractor is not required to grant employment to any job applicants who, in his opinion, are not qualified to perform the classification of work required. 4. If, within 1 week following the placing of a job order by the contractor with the State Employment Service, the State Employment Service is unable to refer any qualified job applicants to the Contractor, or less than the number requested, the State Employment Service will forward a certificate to the Contractor indicating the unavailability of applicants. Such certificate shall be made a part of the Contractor's permanent project records. Upon receipt of this certificate, the Contractor may employ persons who do not normally reside in the labor area to fill positions covered by the certificate, notwithstanding the provisions of subparagraph 1 c above. 5. The Contractor shall include the provisions of Sections 1 through 4 of this Attachment A in every subcontract for work which is, or reasonably may be, done as on -site work. 1 AMENDMENT 2 REQUIRED CONTRACT PROVISIONS 3 FEDERAL -AID CONSTRUCTION CONTRACTS 4 (Exclusive of Appalachian Contracts) 5 Under Section II, Paragraph 8b is revised as follows: 6 The reference to 49 CFR 23 is revised to read 49 CFR 26. 7 Under Section II , Paragraph 8b is supplemented with the following: 8 The contractor, subrecipient or subcontractor shall not discriminate on the basis of race, color, national origin, or sex 9 in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in • 10 the award and administration of USDOT- assisted contracts. Failure by the contractor to carry out these requirements 11 is a material breach of this contract which may result in the termination of this contract or such other remedy as 12 the recipient deems appropriate. 13 Under Section II, in accordance with standard specification 1- 08.1(A) and applicable RCWs a new paragraph 8d is 14 added as follows: 15 The contractor or subcontractor agrees to pay each subcontractor under this prime con for sa ti s f ac tor y 16 performance of its contract and /or agreement no later than ten (10) days from the receipt of each payment the prime 17 contractor receives from WSDOT or its subrecipients. The prime contractor agrees further to return retainage 18 payments to each subcontractor within ten (10) days after the subcontractor's work is satisfactorily completed. Any 19 delay or postponement of payment from the above referenced time frame may occur only for good cause following 20 written approval of the WSDOT. This clause covers both DBE and non -DBE contractors. 21 22 Under Section IV, Paragraph 2b(4) is deleted. 23 24 Under Section IV, Paragraph 4, "and helpers" is deleted from the title. 25 26 Under Section IV, Paragraph 4a(1), add: 27 28 The provisions in this section allowing apprentices to work at less than the predetermined rate when they are 29 registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment 30 and Training Administration, or with the Bureau of Apprenticeship and Training, does not preclude a 31 requirement for the Contractor to pay apprentices the full applicable predetermined rate in the event a State 32 Apprenticeship Agency, recognized by the Bureau, has not approved, or withdraws approval, of an 33 apprenticeship program. 34 35 Under Section IV, Paragraph 4c is deleted. 36 37 Under Section IV, Paragraph 6 is revised by deleting "helpers" and "helper". 38 39 Under Section IV, Paragraph 7 is revised by deleting "helpers ". 40 41 Under Section V, Paragraph 2a is revised by deleting "helpers ". 43 Under Section V, Paragraph 2d(2) is revised by deleting "helper". 44 • 45 Amendment to Form FHWA 1273 46 Revised December 2, 2002 CONTRACT THIS AGREEMENT, made and entered into in triplicate, this 1 t day of MC:dreIA , 2007, by and between the City of Yakima, hereinafter called the Owner, and Columbia Asphalt and Gravel, Inc., a Washington 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: $ 91,405.00, for Washington Avenue Median Repair I Removal —16th Ave. to 24th Ave., Project No. 2124, all in accordance with, and as described in the attached plans and specifications and the 2006 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 Twenty (20) working days. The first chargeable working day shall be the 11th working day after the date on which the City issues the Notice to Proceed. If said work is not completed within the time specified, the Contractor agrees to pay to the Owner the sum specified in the Standard Specifications for each and every day said work remains uncompleted after expiration of the specified time, as liquidated damages. The Contractors shall provide and bear the expense of all equipment, work and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in this contract and every part thereof, except such as are mentioned in the specifications to be furnished by the City of Yakima. 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. 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. IV. It is further provided that no liability shall attach to the City of Yakima by reason of entering into this contract, except as expressly provided herein. IN WITNESS WHEREOF the parties hereto have caused this agreement to be executed the day and year first herein above written. Countersigned: CITY OF YAKIMA `` CONTRACTOR this day of/ 2007. c,r n`��' ‘\ \‘'t , a \‘,ON Corporation Contr tor / / e a : --- A-'e . - B ` e} _City Manager ♦ c Attest;? °� ��u J k.1..,,, f i/e/i, 'r� ✓(fie'- =� -sr:, (Print Name) t-- s) / i yCity Clerk (N 'IC 1 14,1 l s Its �� <-"3 1 elf' �� " ' {„ (President, Owner, etc.) t r; , k. , Address: 111i! BOND # 8811434 PERFORMANCE BOND BOND TO CITY OF YAKIMA KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, COLUMBIA ASPHALT & GRAVEL, INC. a WASHINGTON Corporation as Principal and FIDELITY & DEPOSIT COMPANY OF M IRYLAND corporation organized and existing under the laws of the State of MARYLAND as a surety corporation, and qualified under the laws of the State of Washington to become surety upon bonds of contractors with municipal corporations, as surety, are jointly and severally held and firmly bound to the CITY OF YAKIMA in the penal sum of $ 91, 405.00 — 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 CITY OF YAKIMA. DATED at Yakima, Washington, this 26THday o fFEBRUARY 20 °7. Never - the -less, the conditions of the above obligations are such that: WHEREAS, pursuant to action taken by the Yakima City Council on , 20_, the City Manager and City Clerk of the CITY OF YAKIMA has let or is about to let to the said COLUMBIA ASPHALT & GRAVEL, INC . , the above bounded Principal, a certain contract, the said contract being numbered 2124 , and providing for WA AVE MEDIAN REPAIR /REMOVA4which contract is referred to herein and is made a part hereof as though attached hereto), and, WHEREAS, the said Principal has accepted, or is about to accept, the said contract, and undertake to perform the work therein provided for in the manner and within the time set forth; NOW THEREFORE, if the said COLUMBIA ASPHALT & GRAVEL , 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, sub - contractors and material men, and all persons who shall supply said principal or sub - contractors with provisions and supplies for the carrying on of said work, and shall hold said CITY OF YAKIMA, and YAKIMA COUNTY, their employees, agents, and elected or appointed officials, harmless from any damage occasioned to any person or property by reason of any carelessness or negligence on the part of said principal, or any sub - contractor in the performance of said work and shall indemnify and hold the CITY OF YAKIMA, its employees, agents, and elected or appointed officials, harmless from any damage or expense by reason of failure of 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. COLUMBIA ASPHALT & ? GRAVEL, INC. (C. trac, By: (Print Name) Appro -d as to form: " ��: Its: F '`� i c1k (President, Owner, etc...) L..:d.�. I (City Attorney) FIDELITY & DEPOSIT COMPANY OF MARYLAND i (krty) j -),„( TRACI SULLIVAN ^_ (Print Name) Its: ITS ATTORNEY —IN —FACT Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND • KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corporation of the State of Maryland, by WILLIAM J. MILLS, Vice President, and ERIC D. BARNES, Assistant Secretary, in pursuance of authority granted by Article VI, Section 2, of the By -Laws of said Company, are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date e • o . •p - -by nominate, constitute and appoint Don W. EMERICK, JR., Lissa M. SHIVELY, Traci S � � � - y ' ,a KEE, all of Yakima, Washington, EACH its true and lawful agent and Attorney -i s : ft" ecu , • : '�s for, and on its behalf as surety, and as its act and deed: any and all bon l . �{ + 1 A gs ' • •+1 # 'o such bonds or undertakings in ' pursuance of these presents, shall be as bi•. ' • : +i om. PIA `., ply, to all intents and purposes, as if they had been duly executed and ac e re • Ad= drr i ers of the Company at its office in Baltimore, Md., in their own proper pe f� p • • of o,. • � ry . issued on behalf of Don W. EMERICK, JR., Carol KORN, Jana PERKINS, Lis ` - I go' + AN, Tammy R. MCKEE, dated April 10, 2003. The said Assistant ... a s es\Ii eby certify that the extract set forth on the reverse side hereof is a true copy of Article VI, Section 2, of the By-Lr sT Company, and is now in force. IN WITNESS WHEREOF, the said Vice - President and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seal of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 28th day of February, A.D. 2005. ATTEST: FIDELITY AND DEPOSIT COMPANY OF MARYLAND t,0 DfPO,r, t 4R C• O G ro q `M,n�n � f By: f Eric D. Barnes Assistant Secretary William J. Mills Vice President State of Maryland ss: City of Baltimore On this 28th day of February, A.D. 2005, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came WILLIAM J. MILLS, Vice President, and ERIC D. BARNES, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. j I n 0# ,A;..,( I / " Maria D. Adamski Notary Public My Commission Expires: July 8, 2007 POA -F 180 -3127 EXTRACT FROM BY- LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice - President, or any of the Senior • Vice - Presidents or Vice- Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice - Presidents, Assistant Vice - Presidents and Attorneys -in -Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mnrtgagec and to affi the s eal o f th Company thereto." n Cnrlrl/∎ Arr aCRfi Il,Fil G I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that the Vice - President who executed the said Power of Attorney was one of the additional Vice - Presidents specially authorized by the Board of Directors to appoint any Attorney -in -Fact as provided in Article VI, Section 2, of the By -Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice - President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company, this 26Th day of FEBRUARY , 2007 y 0 Assistant Secretary RELEASE OF REThINAGE BOND OF CQNTRAUJR FIDELITY AND DEPOSIT COMPANY OF MARYL;ND - Bond 8811435 • KNOW ar *, ?EN BY 53 Fp953NTS ,COLUMBIA ASPHALT & GRAVEL, INC. (her•iraf_ar called Principal), as Principal, 'and Fidelity & Deposit Cornnany of xarvland a cor organized and doing business under and by virtue - of the laws cf the State of farrland, and duly licensed for the purpose of making, guaranteeing or becoming sole surety upon bonds or undertakings required or authorized by the laws of the State of Washington, (hereinafter call Surety) , are held and firmly bound unto CITY OF YAKIMA z*reinafter called Obligee) In the jnst and full sum of FOUR THOUSAND FIVE HUNDRED SEVENTY- AND 25/100 lawful money of the United States of Amer'_ca, for the payment of which, well and truly to be made, we hereby bind ourselves, our heirs, executors, administrators, successors and assigns, jointly, f'_rrt1y, by these presents. THE CONDITIONS OF fltLS OBLIGATION ARE SUCH THAT, Whereas, the said Principal on the day of entered into a written contract with the said obligee for WA AVENUE MEDIAN REPAIR /REMOVAL — PROJECT NO. 2124 which said contract is hereby referred to and made a part hereof by reference. WfMMEAS, the above named Principal has requested release of Retained percentage earned or which may be earned under said contract, ard. WHEREAS, the obligee is :pilling to release retained percentage in advance of contract terms relating to payment provided the principal shall file bend to Indemnify the obligee for all lass, cost or damages which the obligee may sustain by reason of payment of retainage to the principal. NOW, THEREFORE, the condition of this obligation is such that if the principal shall Indemnify the obligee for all loss, cost of damages which the obligee may sustain by reason of payment of retainage percentage to the principal then this obligation shall be null and void otherwise to remain in full force and effect. IN WIT;iESS WHEREOF, said principal and said Surety have caused these presents to be duly signed and sealed this 26TH day of FEBRUARY. 2007 COLUMBI , : P . G_ VEL INC. FIDELITY & DEPOSIT COMPANY OF ?3.RTLAND / `'. '", • TRACI SULLIVAN, ATTORNEY —IN —FACT Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corporation of the State of Maryland, by WILLIAM J. MILLS, Vice President, and ERIC D. BARNES, Assistant Secretary, in pursuance of authority granted by Article V1, Section 2, of the By -Laws of said Company, . are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date e t o dds iT°� by nominate, constitute and appoint Don W. EMERICK, JR., Lissa M. SHIVELY, Traci S �* ++ if y ' i a KEE, all of Yakima, Washington, EACH its true and lawful agent and Attorney -i i ; ��?��i" r *s/ • ecu .�,, , for, and on its behalf . as surety, and as its act and deed: any and all bon. ; j �� � a + i" ' gs .140C,O'S9I�o" such bonds or undertakings m pursuance of these presents, shall be as bi • i : oPr' om • , OAP. Mr ply, to all intents and purposes, as if they had been duly executed and ac • +. ,�-;�� = e re • ` o'ers of the Company at its office in Baltimore, Md., in their own proper pe p f i . o ;i -, i - o f 1 •" 171,r issued on behalf of Don W. EMERICK, JR., Carol KORN, Jana PERKINS, Lis . - !PP + AN, Tammy R. MCKEE, dated April 10, 2003. The said Assistant . ;,�,. I:Iles le eby certify that the extract set forth on the reverse side hereof is a true copy of Article VI, Section 2, of the By -L sly-said Company, and is now in force. IN WITNESS WHEREOF, the said Vice - President and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seal of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 28th day of February, A.D. 2005. ATTEST: FIDELITY AND DEPOSIT COMPANY OF MARYLAND f a o 1190 i % '7 4 or 4jc, 44 Ay ( - By: Eric D. Barnes Assistant Secretary William J. Mills Vice President State of Maryland ss: City of Baltimore On this 28th day of February, A.D. 2005, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came WILLIAM J. MILLS, Vice President, and ERIC D. BARNES, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. iC s 1� t tF,l: J ti D 0 0 t Maria D. Adamski Notary Public My Commission Expires: July 8, 2007 POA -F 180 -3127 EXTRACT FROM BY -LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice - President, or any of the Senior Vice - Presidents or Vice - Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice - Presidents, Assistant Vice - Presidents and Attorneys -in -Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in th nature of mortgages, .and to affix the seal of the Company thereto." CERTIFICATE 1, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that the Vice - President who executed the said Power of Attorney was one of the additional Vice - Presidents specially authorized by the Board of Directors to appoint any Attorney -in -Fact as provided in Article VI, Section 2, of the By -Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of Ma 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice - President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company, this 26TH day of FEBRUARY , 2007 . U Assistant Secretary MAR, 13.2007 5:05PM WELLS FARGO INS SERV 509 2489007 NO. 3464 P. 1 Acordia FAX To: City of Yakima Attn: Randy Tabert Fax #: 576-6305 From: Joel Pearson CERTIFICATE ACCEPTABLE: '`e; E '`' " "•':;` " n CITY OF YAKIMA LIABILITY CERTIFICATE CHECKLIST Contractor: Columbia Asphalt Job Description: Project 2124 1. Carriers admitted in the State of Washington an A -VII or better in Bests Guide. Yes 2. Commercial General Liability on an occurrence basis subject to a $1,000,000 limit per occurrence. Yes 3. Automobile includes "Any Auto" and is subject to a $1,000,000 limit. Yes 4. Employers Liability shown at a S1 ,000,000 limit per occurrence. Yes 5. City of Yakima, their agents, employees, and elected and appointed officials are listed as an Additional Insured. Yes 6. Copy of Additional Insured endorsement included. Ye 7. Per Job Aggregate endorsement shown. If not, is a $2,000,000 Umbrella limit shown over $1,000,000 underlying? Yes 8. Is the General Liability policy subject to a deductible of $5,000 or less? If higher, approval is required by the City. Yes 9. Under cancellation section is "Endeavor to" and "But failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents or representatives" crossed out? Is 20 days or more notice of cancellation shown? Yes Joel Pearson 3/13/2007 • Completed By Date Certificate Checklist 2 / Sheetl 5ABus Unit1ANY1102jplcilentsWakima , City offCertlflcaLeChecklistxts 01/23/2003 • A /S CO D J'1 DATE (MMIDDIYYYY) �J/[/ CERTIFICATE OF LIABILITY INSURANCE 02/26/2007 PRODUCER (509)965 -2090 FAX (509)966 -3454 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Conover Insurance, Inc. (Y) ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 125 N. 50th Ave. HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. P.O. Box 10088 Yakima, WA 98909 -1088 INSURERS AFFORDING COVERAGE NAIC # INSURED Columbia Asphalt & Gravel, Inc. INSURER A: Zurich American Ins. Co Columbia Ready -Mix, Inc. INSURER B: Zurich American Ins. Co. P.O. Box 9337 INSURERC: Ins. Co. of the State of PA Yakima, WA 98909 INSURER D: INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADD'L T YPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS LTR INSRfI DATE (MM /DD/YY1 DATE (MM /DD/YY1 GENERAL LIABILITY CP03697348 04/26/2006 04/26/2007 EACH OCCURRENCE $ 1,000,000 X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED $ 300,000 PRFMISFS (Fs ncrurenca) CLAIMS MADE X OCCUR MED EXP (Any one person) $ 10,000 A PERSONAL & ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP /OP AGG $ 2,000,000 7 POLICY X PRO- JECT LOC AUTOMOBILE LIABILITY BAP3697349 04/26/2006 04/26/2007 COMBINED SINGLE LIMIT • X ANY AUTO (Ea accident) $ ' ALL OWNED AUTOS A�� PROVED AS TO FORM 1'000'000 BODILY INJURY $ B SCHEDULED AUTOS j //-) _ (Per Person) HIRED AUTOS / DATE r BODILY INJURY $ NON -OWNED AUTOS (Per accident) PROPERTY. DAMAGE $ - _- ...�_ —. CITY ATTORNEY (Per accident) GARAGE LIABILITY CITY OF YAKIMA AUTO ONLY - EA ACCIDENT $ ANY AUTO OTHER THAN EA ACC $ AUTO ONLY: AGG $ EXCESS /UMBRELLA LIABILITY 47063700 04/26/2006 04/26/2007 EACH OCCURRENCE $ 2,000,000 X I OCCUR I CLAIMS MADE AGGREGATE $ 2,000,000 C $ DEDUCTIBLE $ RETENTION $ $ WORKERS COMPENSATION AND CP03697348 04/26/2006 04/26/2007 TWRY IM TS I OFR EMPLOYERS' LIABILITY EMPLOYERS LIAB /STOP GAP E.L. EACH ACCIDENT $ 1,000,000 A ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? E.L. DISEASE - EA EMPLOYEE $ 1,000,000 If SPECIAL PROVISIONS below WORK COMP - STATUTORY E.L. DISEASE - POLICY LIMIT $ 1,000,000 OTHER DESCRIPTION OF OPERATIONS /LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS ,Re: Project No. 2124 - Washington Avenue Median Repair /Removal, So. 24th Ave to So. 16th Ave - City of Yakima, City of Union Gap, their agents, employees and elected and appointed officials are listed as an additional insured per form U -GL- 1175 -A CW 9/03 attached. ERTIFICATE H • LDER ANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL KA XrXI MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, City of Yakima K908006106XMXXXXXXOtrXdMiXtXXXXXXXXXLVX6XXal4XXXIMXXXX 129 No. Second Street KIX/4X Yakima, WA 98901 AUTHORIZED REPRESENTATIVE �t'6�7����� David LaRiviere/TRACIS ACORD 25 (2001/08) ©ACORD CORPORATION 1988 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER • The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it g in � n p,,, p,., affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. • ACORD 25 (2001/08) Additional Insured — Automatic - Owners Lessees Or Contractors - Broad Form Policy No. Eff. Date of PoL Exp. Date of PoL Eff. Date of End. Producer Add'L Prem Return Prem. $ $ THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part A. WHO IS AN INSURED (Section II) is amended to include as an insured any person or organization whom you are re- quired to add as an additional insured on this policy under a written contract or written agreement. B. The insurance provided to additional insureds applies only to "bodily injury ", "property damage" or "personal and adver- tising injury" covered under Section I, Coverage A, BODILY INJURY AND PROPERTY DAMAGE LIABILITY and Coverage B, PERSONAL AND ADVERTISING INJURY LIABILITY, but only if: 1. The "bodily injury" or "property damage" results from your negligence; and 2. The "bodily injury ", "property damage" or "personal and advertising injury" results directly from: a. Your ongoing operations; or b. "Your work" completed as included in the "products- completed operations hazard ", performed for the additional insured, which is the subject of the written contract or written agreement. C. However, regardless of the provisions of paragraphs A. and B. above: 1. We will not extend any insurance coverage to any additional insured person or organization: a. That is not provided to you in this policy; or b. That is any broader coverage than you are required to provide to the additional insured person or organization in the written contract or written agreement; and 2. We will not provide Limits of Insurance to any additional insured person or organization that exceed the lower of: a. The Limits of Insurance provided to you in this policy; or b. The Limits of Insurance you are required to provide in the written contract or written agreement. D. The insurance provided to the additional insured person or organization does not apply to: 1. "Bodily injury ", "property damage" or "personal and advertising injury" that results solely from negligence of the ad- ditional insured; or U -GL- 1175 -A CW (9/03) Page 1 of 2 Includes copyrighted material of Insurance Services Office, Inc. with its permission. AGENT COPY 2. "Bodily injury ", "property damage" or "personal and advertising injury" arising out of the rendering or failure to render any professional architectural, engineering or surveying services including: a. The preparing, approving, or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; and b. Supervisory, inspection, architectural or engineering activities. E. The additional insured must see to it that: 1. We are notified as soon as practicable of an "occurrence" or offense that may result in a claim: 2. We receive written notice of a claim or "suit" as soon as practicable; and 3. A request for defense and indemnity of the claim or "suit" will promptly be brought against any policy issued by another insurer under which the additional insured also has rights as an insured or additional insured. F. The insurance provided by this endorsement is primary insurance and we will not seek contribution from any other insurance available to any additional insured person or organization unless the other insurance is provided by a con- tractor other than you for the same operations and job location. Then we will share with that other insurance by the method described in paragraph 4.c. of SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS. Any provisions in this Coverage Part not changed by the terms and conditions of this endorsement continue to apply as written. U- GL- 1175 -A CW (9/03) Page 2 of 2 AGENT COPY MINIMUM WAGE AFFIDAVIT STATE OF WASHINGTON) ) ss COUNTY OF YAKIMA ) I, the undersigned, having been duly sworn, depose, say and certify that in connection with the performance of the work, payment for which this voucher is submitted, I have paid the following rate per hour to each classification of laborers, workmen, or mechanics, as indicated upon the attached list, now referred to and by such reference incorporated in and made an integral part hereof, for all such employed in the performance of such work; and no laborer, workman or mechanic so employed upon such work has been paid less than the prevailing rate of wage or less than the minimum rate of wages as specified in the principal contract; that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. Contractor Subscribed and sworn to before me on this day of , 200 Notary Public in and for the State of Washington residing at 93 94 PREVAILING WAGE RATES Department of labor & Industries Statement Prevailing Wage Rates for Yakima County DOLI - Manufacture & Fabrication Notice Benefit Code Key PREVAILING WAGE RATES The prevailing rate of wages to be paid to all workmen, laborers, or mechanics employed in the performance of any part of this contract shall be in accordance with the provisions of Chapter 39.12 RCW, as amended. The rules and regulations of the Department of Labor and Industries are by reference made a part of this contract as though fully set forth herein. The current schedule of prevailing wage rates for the locality or localities where this contract will be performed, as determined by the Industrial Statistician of the Department of Labor and Industries, are included in these contract documents. Inasmuch as the contractor will be held responsible for paying the prevailing wages, it is imperative that all contractors familiarize themselves with the current wage rates, as determined by the Industrial Statistician of the Department of Labor and Industries, before submitting bids based on these specifications. In case any dispute arises as to what are the prevailing rates of wages for work of a similar nature and such dispute cannot be adjusted by the parties in interest, including labor and management representatives, the matter shall be referred for arbitration to the Director of the Department of Labor and Industries of the State and his decision therein shall be final and conclusive and biding on all parties involved in the dispute as provided for by RCW 39.12.060 as amended. Current prevailing wage rules and data can be furnished by the Industrial Statistician upon request. You may submit your request to: Department of Labor and Industries ESAC Division PO Box 44540 Olympia, Washington 98504 -4540 Telephone: 360- 902 -5335 95 96 General Decision Number: WA030001 12/08/2006 WA1 Superseded General Decision Number: WA020001 State: Washington Construction Types: Heavy (Heavy and Dredging) and Highway Counties: Washington Statewide. HEAVY AND HIGHWAY AND DREDGING CONSTRUCTION PROJECTS (Excludes D.O.E. Hanford Site in Benton and Franklin Counties) Modification Publication Date Modification Publication Date Number Number 0 06/13/2003 30 07/08/2005 1 01/23/2004 31 07/29/2005 2 02/06/2004 32 08/12/2005 3 02/13/2004 33 08/19/2005 4 03/05/2004 34 09/09/2005 5 03/12/2004 35 09/16/2005 6 04/16/2004 36 09/23/2005 7 05/14/2004 37 09/30/2005 8 06/18/2004 38 10/14/2005 9 06/25/2004 39 11/18/2005 10 07/02/2004 40 1/27/2006 11 07/23/2004 41 2/10/2006 12 08/06/2004 42 2/17/2006 13 08/20/2004 43 2/24/2006 14 09/03/2004 44 3/31/2006 15 10/01/2004 45 6/02/2006 16 10/15/2004 46 6/16/2006 17 10/22/2004 47 6/23/2006 18 11/05/2004 48 6/30/2006 19 11/19/2004 49 7/14/2006 20 12/03/2004 50 8/11/2006 21 01/14/2005 51 9/1/2006 22 02/18/2005 52 9/8/2006 23 03/18/2005 53 9/22/2006 24 03/25/2005 54 9/29/2006 25 04/01/2005 55 10/13/2006 26 04/22/2005 56 11/3/2006 27 06/03/2005 57 11/24/2006 28 06/10/2005 58 12/1/2006 29 06/17/2005 59 12/8/2006 CARP0001 -008 06/01/2006 Carpenters: COLUMBIA RIVER AREA - ADAMS, BENTON, COLUMBIA, DOUGLAS (EAST OF THE 120TH MERIDIAN), FERRY, FRANKLIN, GRANT, OKANOGAN (EAST OF THE 120TH MERIDIAN) AND WALLA WALLA COUNTIES Rates Fringes GROUP 1• $ 24.93 8.50 GROUP 2• $ 26.18 8.50 GROUP 3• $ 25.20 8.50 GROUP 4• $ 24.93 8.50 GROUP 5• $ 61.74 8.50 GROUP 6• $ 29.07 8.50 SPOKANE AREA: ASOTIN, GARFIELD, LINCOLN, PEND 1 WA030001 Modification 59 Federal Wage Determination OREILLE, SPOKANE, STEVENS AND WHITMAN COUNTIES GROUP 1• $ 24.26 8.50 GROUP 2• $ 25.51 8.50 GROUP 3' $ 24.52 8.50 GROUP 4• $ 24.26 8.50 GROUP 5• $ 60.07 8.50 GROUP 6• $ 28.35 8.50 CARPENTERS CLASSIFICATIONS GROUP 1: Carpenter; Burner - Welder; Rigger and Signaler; Insulators (all tepe ?Acostical , Drywall and Metal Studs, Metal Panels and Partitions; Floor Layer, Sander, Finisher and Astro Turf; Layout Carpenters; Form Builder; Rough Framer; Outside or Inside Finisher, including doors, windows, and jams; Sawfiler: Shinaler (wood, composition) Solar, Fiberglass, Aluminum or Metal; Scaffold Erecting and Dismantling; Stationary Saw -Off Bearer; Wire, Wood and Metal Lather Applicator 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, dock and wharf carpenters GROUP 5: Divers GROUP 6: Divers Tender ZONE PAY: ZONE 1 0 -45 MILES FREE ZONE 2 46 -65 MILES $2.00 /PER HOUR ZONE 3 66 -100 MILES $3.00 /PER HOUR ZONE 4 OVER 100 MILES $4.50 /PER HOUR DISPATCH POINTS: CARPENTERS /MILLWRIGHTS: PASCO (2819 W. SYLVESTER) or Main Post Office of established residence of employee. CARPENTERS /PILEDRIVER: SPOKANE (127 E. AUGUSTA AVE.) or Main Post Office of established residence of employee. CARPENTERS: WENATCHEE (27 N. CHELAN) or Main Post Office of established residence of employee. CARPENTERS: COEUR D' ALENE (1839 N. GOVERNMENT WAY) or Main Post Office of established residence of employee. CARPENTERS: MOSCOW (302 N. JACKSON) or Main Post Office of established residence of employee. DEPTH PAYY FOR DIVERS: Each foot over 50 -100 feet $1.00 Each foot over 100 -175 feet 2.25 Each foot over 175 -250 feet 5.50 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: 2 WA030001 Modification 59 Federal Wage Determination 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 06/01/2006 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; ACOUSTICAL $ 29.49 11.28 DIVERS TENDERS $ 32.18 11.28 DIVERS $ 69.76 11.28 DRYWALL $ 29.49 11.28 FLOOR LAYERS & FLOOR FINISHERS (the laying of all hardwood floors nailed and mastic set, parquet and wood -type tiles, and block floors, the sanding and finishing of floors, the preparation of old and new floors when the materials mentioned above are to be installed); INSULATORS (fiberglass and similar irritating materils $ 29.64 11.28 MILLWRIGHTS $ 29.99 11.28 PILEDRIVERS $ 29.99 11.28 DEPTH PAY: 50 TO 100 FEET $1.00 PER FOOT OVER 50 FEET 100 TO 150 FEET 1.50 PER FOOT OVER 100 FEET 150 TO 200 FEET 2.00 PER FOOT OVER 150 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 3 WA030001 Modification 59 Federal Wage Determination BASEPOINTS: ASTORIA, LONGVIEW, PORTLAND, THE DALLES, AND VANCOUVER, (NOTE: All dispatches for Washington State Counties: Cowlitz, Wahkiakum and Pacific shall be from Longview Local #1707 and mileage shall be computed from that point.) ZONE 1: Projects located within 30 miles of the respective city hall of the above mentioned cities ZONE 2: Projects located more than 30 miles and less than 40 miles of the respective city of the above mentioned cities ZONE 3: Projects located more than 40 miles and less than 50 miles of the respective city of the above mentioned cities ZONE 4: Projects located more than 50 miles and less than 60 miles of the respective city of the above mentioned cities. ZONE 5: Projects located more than 60 miles and less than 70 miles of the respective city of the above mentioned cities ZONE 6: Projects located more than 70 miles of the respected city of the above mentioned cities CARP0770 -003 06/01/2006 Rates Fringes Carpenters: CENTRAL WASHINGTON: CHELAN, DOUGLAS (WEST OF THE 120TH MERIDIAN), KITTITAS, OKANOGAN (WEST OF THE 120TH MERIDIAN) AND YAKIMA COUNTIES ACCOUSTICAL WORKERS $ 22.05 10.65 CARPENTERS AND DRYWALL APPLICATORS $ 22.05 10.65 CARPENTERS ON CREOSOTE MATERIAL $ 22.05 10.65 DIVERS TENDER $ 33.29 10.93 DIVERS $ 74.82 10.93 INSULATION APPLICATORS $ 22.05 10.65 MILLWRIGHT AND MACHINE ERECTORS $ 31.34 10.65 PILEDRIVER, BRIDGE DOCK AND WHARF CARPENTERS $ 30.34 10.65 PILEDRIVER, DRIVING, PULLING, CUTTING, PLACING COLLARS, SETTING, WELDING OR CRESOTE TREATED MATERIAL, ALL PILING $ 30.34 10.65 SAWFILERS, STATIONARY POWER SAW OPERATORS, FLOOR FINISHER, FLOOR LAYER, SHINGLER, FLOOR SANDER OPERATOR AND OPERATORS OF OTHER STATIONARY WOOD WORKING TOOLS $ 22.05 10.65 (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: 4 WA030001 Modification 59 Federal Wage Determination Seattle Olympia Bellingham Auburn Bremerton Anacortes Renton Shelton Yakima Aberdeen- Hoquiam Tacoma Wenatchee • Ellensburg Everett Port Angeles Centralia Mount Vernon Sunnyside Chelan Pt. Townsend Zone Pay: 0 -25 radius miles Free 25 -35 radius miles $1.00 /hour 35 -45 radius miles $1.15 /hour 45 -55 radius miles $1.35 /hour Over 55 radius miles $1.55 /hour (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - MILLWRIGHT AND PILEDRIVER ONLY) Hourly Zone Pay shall be computed from Seattle Union Hall, Tacoma City center, and Everett City center Zone Pay: 0 -25 radius miles Free 25 -45 radius miles $ .70 /hour Over 45 radius miles $1.50 /hour CARP0770 -006 06/01/2006 Carpenters: WESTERN WASHINGTON: CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS (excludes piledrivers only), MASON, PACIFIC (North of a straight line made by extending the north boundary line of Wahkiakum County west to the Pacific Ocean), PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM COUNTIES Rates Fringes ACOUSTICAL WORKERS $ 30.50 10.93 BRIDGE, DOCK & WHARF CARPENTERS $ 30.34 10.93 CARPENTERS AND DRYWALL APPLICATORS $ 30.34 10.93 CARPENTERS ON CREOSOTE MATERIAL $ 30.44 10.93 DIVERS TENDER $ 33.29 10.93 DIVERS $ 74.82 10.93 INSULATION APPLICATORS $ 30.34 10.93 MILLWRIGHT AND MACHINE ERECTORS $ 31.34 10.93 PILEDRIVER, DRIVING, PULLING, CUTTING, PLACING COLLARS, SETTING, WELDING OR CRESOTE TREATED MATERIAL, ALL PILING $ 30.54 10.93 SAWFILERS, STATIONARY POWER SAW OPERATORS, FLOOR FINISHER, FLOOR LAYER, SHINGLER, FLOOR SANDER OPERATOR AND OPERATORS OF OTHER STATIONARY WOOD WORKING TOOLS $ 30.47 10.93 (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 5 WA030001 Modification 59 Federal Wage Determination free zone computed from the city center of the following listed cities: Seattle Olympia Bellingham Auburn Bremerton Anacortes Renton Shelton Yakima Aberdeen - Hoquiam Tacoma Wenatchee Ellensburg Everett Port Angeles Centralia Mount Vernon Sunnyside Chelan Pt. Townsend Zone Pay: 0 -25 radius miles Free 25 -35 radius miles $1.00 /hour 35 -45 radius miles $1.15 /hour 45 -55 radius miles $1.35 /hour Over 55 radius miles $1.55 /hour (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - MILLWRIGHT • AND PILEDRIVER ONLY) Hourly Zone Pay shall be computed from Seattle Union Hall, Tacoma City center, and Everett City center Zone Pay: 0 -25 radius miles Free 25 -45 radius miles $ .70 /hour Over 45 radius miles $1.50 /hour ELEC0046 -001 06/05/2006 CALLAM, JEFFERSON, KING AND KITSAP COUNTIES Rates Fringes Cable splicer $ 37.95 3% +13.21 Electrician $ 34.50 3% +13.21 • ELEC0048 -003 01/01/2006 CLARK, KLICKITAT AND SKAMANIA COUNTIES Rates Fringes Cable splicer $ 31.85 3% +$13.80 Electrician $ 31.60 3% +$13.80 ELEC0073 -001 07/01/2006 ADAMS, FERRY, LINCOLN, PEND OREILLE, SPOKANE, STEVENS, WHITMAN COUNTIES Rates Fringes Cable splicer $ 25.12 3% +11.98 Electrician $ 24.72 3% +11.98 ELEC0076 -002 09/01/2006 GRAYS HARBOR, LEWIS, MASON, PACIFIC, PIERCE, AND THURSTON COUNTIES 6 WA030001 Modification 59 v Federal Wage Determination Rates Fringes Cable splicer $ 35.59 3% +13.18 Electrician $ 32.06 3% +13.18 ELEC0077 -002 02/01/2006 Rates Fringes Line Construction: CABLE SPLICERS $ 40.47 3.875% +10.35 GROUNDMEN $ 25.29 3.875°% +8.60 LINE EQUIPMENT MEN $ 31.07 3.875% +8.60 LINEMEN, POLE SPRAYERS, HEAVY LINE EQUIPMENT MAN $ 36.13 3.875% +10.35 POWDERMEN, JACKHAMMERMEN $ 27.10 3.875% +8.60 TREE TRIMMER $ 22.10 3.875% +8.15 ELEC0112 -005 06/01/2006 ASOTIN, BENTON, COLUMBIA, FRANKLIN, GARFIELD, KITTITAS, WALLA WALLA, YAKIMA COUNTIES Rates Fringes Cable splicer $ 31.82 3% +12.68 Electrician $ 30.30 3% +12.68 ELEC0191 -003 09/01/2006 ISLAND, SAN JUAN, SNOHOMISH, SKAGIT AND WHATCOM COUNTIES Rates Fringes Cable splicer $ 34.55 3% +11.97 Electrician $ 31.41 3% +11.97 ELEC0191 -004 09/01/2006 CHELAN, DOUGLAS, GRANT AND OKANOGAN COUNTIES Rates Fringes Cable splicer $ 30.15 3% +11.92 Electrician $ 27.41 3% +11.92 ELEC0970 -001 06/01/2006 COWLITZ AND WAHKIAKUM COUNTIES Rates Fringes Cable splicer $ 34.05 3% +10.90 Electrician $ 30.95 3% +10.90 7 WA030001 Modification 59 Federal Wage Determination ENGI0302- 00306 CHELAN (WEST OF THE 120TH MERIDIAN), CLALLAM, DOUGLAS (WEST OF THE 120TH MERIDIAN), GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, KITTITAS, MASON, OKANOGAN (WEST OF THE 120TH MERIDIAN), SAN JUNA, SKAGIT, SNOHOMISH, WHATCOM AND YAKIMA (WEST OF THE 120TH MERIDIAN) COUNTIES PROJECTS: CATEGORY A PROJECTS (EXCLUDES CATEGORY B PROJECTS, AS SHOWN BELOW) Zone 1 (0 -25 radius miles): Rates Fringes Power equipment operators: Group lA $ 31.89 11.50 Group IAA $ 32.46 11.50 Group lAAA $ 33.02 11.50 Group 1 $ 31.34 11.50 Group 2 $ 30.85 11.50 Group 3 $ 30.43 11.50 Group 4 $ 28.07 11.50 Zone Differential (Add to Zone 1 rates): Zone 2 (26 -45 radius miles) - $ .70 Zone 3 (Over 45 radius miles) - $1.00 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 lA - Cranes, 100 tons thru 199 tons, or 150 ft of boom (including jib with attachments); Crane - overhead, bridge type, 100 tons and over; Tower crane up to 175 ft in height • • base to boom; Loaders - overhead, 8 yards and over; Shovels, excavator, backhoes -6 yards and over with attachments GROUP 1 - Cableway; Cranes 45 tons thru 99 tons, under 150 ft of boom (including jib with attachments); Crane - overhead, bridge type, 45 tons thru 99 tons; Derricks on building work; Excavator, shovel, backhoes over 3 yards and under 6 yards; Hard tail end dump articulating off -road equipment 45 yards and over; Loader- overhead 6 yards to, but not including 8 yards; Mucking machine, mole, tunnel, drill and /or shield; Quad 9, HD 41,'D -10; Remote control operator on rubber tired earth moving equipment; Rollagon; Scrapers -self propelled 45 yards and over; Slipform pavers; Transporters, all truck or track type GROUP 2 - Barrier machine (zipper); Batch Plant Operaor- Concrete; Bump Cutter; Cranes, 20 tons thru 44 tons with attachments; Crane - overhead, bridge type -20 tons through 44 tons; Chipper; Concrete Pump -truck mount with boom attachment; Crusher; Deck Engineer /Deck Winches (power); • Drilling machine; Excavator, shovel, backhoe- 3yards and under; Finishing Machine, Bidwell, Gamaco and similar equipment; Guardrail punch; Horizontal /directional drill operator; Loaders - overhead under 6 yards; Loaders -plant 8 WA030001 Modification 59 Federal Wage Determination 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 Category B Projects: 95% of the basic hourly reate for each group plus full fringe benefits applicable to category A projects shall apply to the following projects. A Reduced rates may be paid on the following: 1. Projects involving work on structures such as buildings and bridges whose total value is less than $1.5 million excluding mechanical, electrical, and utility portions of the contract. 2. Projects of less than $1 million where no building is involved. Surfacing and paving included, but utilities excluded. 3. Marine projects (docks, wharfs, etc.) less than $150,000. HANDLING OF HAZARDOUS WASTE MATERIALS: Personnel in all craft classifications subject to working inside a federally designated hazardous perimeter shall be elgible for compensation in accordance with the following group schedule relative to the level of hazardous waste as outlined in the specific hazardous waste project site safety plan. H -1 Base wage rate when on a hazardous waste site when not outfitted with protective clothing 9 WA030001 Modification 59 Federal Wage Determination 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. ENGI0302 -009 06/01/2006 • 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 ON PROJECTS DESCRIBED IN FOOTNOTE A BELOW, THE RATE FOR EACH GROUP SHALL BE 95% OF THE BASE RATE PLUS FULL FRINGE BENEFITS. ON ALL OTHER WORK, THE FOLLOWING RATES APPLY. WORK PERFORMED ON HYDRAULIC DREDDGES: Zone 1 (0 -25 radius miles): Rates Fringes Power equipment operators: GROUP 1 TOTAL PROJECT COST $300,000 AND OVER $ 30.01 11.50 TOTAL PROJECT COST UNDER $300,000 $ 26.96 8.40 GROUP 2 TOTAL PROJECT COST $300,000 AND OVER $ 30.14 11.50 TOTAL PROJECT COST UNDER $300,000 $ 27.06 8.40 • GROUP 3 TOTAL PROJECT COST $300,000 AND OVER $ 30.52 11.50 TOTAL PROJECT COST UNDER $300,000 $ 27.38 8.40 GROUP 4 TOTAL PROJECT COST $300,000 AND OVER $ 30.57 11.50 TOTAL PROJECT COST UNDER $300,000 $ 27.43 8.40 GROUP 5 TOATL PROJECT COST $300,000 AND OVER $ 32.14 11.50 TOTAL PROJECT COST UNDER $300,000 $ 28.75 8.40 GROUP 6 TOTAL PROJECT COST $300,000 AND OVER $ 30.01 11.50 TOTAL PROJECT COST UNDER $300,000 $ 26.96 8.40 Zone Differential (Add to Zone 1 rates): Zone 2 (26 -45 radius miles) - $ .70 Zone 3 (Over 45 radius miles) - $1.00 BASEPOINTS: Aberdeen, Bellingham, Bremerton, Everett, Kent, Mount Vernon, Port Angeles, Port Townsend, Seattle, Shelton, Wenatchee, Yakima POWER EQUIPMENT OPERATORS CLASSIFICATIONS: GROUP 1: Assistant Mate (Deckhand GROUP 2: Oiler GROUP 3: Assistant Engineer (Electric, Diesel, Steam or Booster Pump); Mates and Boatmen GROUP 4: Craneman, Engineer Welder 10 WA030001 Modification 59 Federal Wage Determination GROUP 5: Leverman, Hydraulic GROUP 6: Maintenance • Category B Projects: 95% of the basic hourly reate for each group plus full fringe benefits applicable to category A projects shall apply to the following projects. A Reduced rates may be paid on the following: 1. Projects involving work on structures such as buildings and bridges whose total value is less than $1.5 million excluding mechanical, electrical, and utility portions of the contract. 2. Projects of less than $1 million where no building is involved. Surfacing and paving included, but utilities excluded. 3. Marine projects (docks, wharfs, etc.) less than $150,000. Heavy Wage rates (Category A) Applies to clam shell dredge, hoe and dipper, shovels and shovel attachments, cranes and bulldozers. 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 06/01/2006 ADAMS, ASOTIN, BENTON, CHELAN (EAST OF THE 120TH MERIDIAN), COLUMBIA, DOUGLAS (EAST OF THE 120TH MERIDIAN), FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN (EAST OF THE 120TH MERIDIAN), PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMA (EAST OF THE 120TH MERIDIAN) COUNTIES ZONE 1: Rates Fringes Power equipment operators: GROUP 1A $ 22.04 8.32 GROUP 1 $ 22.59 8.32 GROUP 2 $ 22.91 8.32 GROUP 3 $ 23.52 8.32 GROUP 4 $ 23.68 8.32 GROUP 5 $ 23.84 8.32 GROUP 6 $ 24.12 8.32 GROUP 7 $ 24.39 8.32 GROUP 8 $ 25.49 8.32 11 WA030001 Modification 59 Federal Wage Determination ZONE DIFFERENTIAL (Add to Zone 1 rate): Zone 2 - $2.00 Zone 1: Within 45 mile radius of Spokane, Moses Lake, Pasco, Washington; Lewiston, Idaho Zone 2: Outside 45 mile radius of Spokane, Moses Lake, Pasco, Washington; Lewiston, Idaho POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1A: Boat Operator; Crush Feeder; Oiler; Steam Cleaner GROUP 1: Bit Grinders; Bolt Threading Machine; Compressors (under 2000 CFM, gas, diesel, or electric power); Deck Hand; Drillers Helper (Assist driller in making drill rod connections, service drill engine and air compressor, repair drill rig and drill tools, drive drill support truck to and on the job site, remove drill cuttings from around bore hole and inspect drill rig while in operation); Fireman & Heater Tender; Grade Checker; 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 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; 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; Tractor (to D -6 or equivalent) and Traxcavator; Traverse Finish Machine; Turnhead Operator 12 WA030001 Modification 59 Federal Wage Determination GROUP 4: Concrete Pumps (squeeze - crete, flow - crete, pump - crete, Whitman & similar); Curb Extruder (asphalt or concrete); Drills (churn, core, calyx or diamond)(operate drilling machine, drive or transport drill rig to and on job site and weld well casing); 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)(operates drilling machine, drive or transport drill rig to and on job site and weld well casing); 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) 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, Athey & Huber); Boom Cats (side); Cable Controller (dispatcher); Clamshell Operator (under 3 yds.); 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; Draglines (under 3 yds.); Drill Doctor; H.D. Mechanic; H.D. Welder; 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.); Tractors (D -6 & equilvalent & over); Trenching Machines (7 ft. depth & over); Tug Boat Operator Vactor guzzler, super sucker 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 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 13 WA030001 Modification 59 Federal Wage Determination BOOM PAY: (All Cranes, Including Tower) 180 ft to 250 ft $ .30 over scale Over 250 ft $ .60 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. ENGI0370 -006 06/01/2006 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 WORK PERFORMED ON HYDRAULIC DREDGES Rates Fringes Hydraulic Dredge GROUP 1• $ 30.01 11.50 GROUP 2• $ 30.52 11.50 GROUP 3• $ 30.57 11.50 GROUP 4• $ 32.14 11.50 GROUP 5• $ 30.01 11.50 GROUP 6• $ 30.14 11.50 GROUP 7. $ 30.52 11.50 GROUP 1: Assistant Mate (Deckhand) GROUP 2: Assistant Engineer (Electric, Diesel, Steam, or Booster Pump) GROUP 3: Engineer Welder GROUP 4: Leverman, Hydraulic GROUP 5: Maintenance GROUP 6: Oiler GROUP 7: Mates & Boatman HEAVY WAGE RATES APPLIES TO CLAM SHELL DREDGE, HOE AND DIPPER, SHOVELS AND SHOVEL ATTACHMENTS, CRANES AND BULLDOZERS. ENGI0612 -001 06/01/2006 LEWIS, PIERCE, PACIFIC (THAT PORTION WHICH LIES NORTH OF A PARALLEL LINE EXTENDED WEST FROM THE NORTHERN BOUNDARY OF WAHKAIKUM COUNTY TO THE SEA IN THE STATE OF WASHINGTON) AND THURSTON COUNTIES PROJECTS: CATEGORY A PROJECTS (excludes Category B projects, as shown below) 14 WA030001 Modification 59 Federal Wage Determination Rates Fringes Power equipment operators: WORK PERFORMED ON HYDRAULIC DREDGES:Total Project cost $300,000 and over GROUP 1 $ 30.01 11.50 GROUP 2 $ 30.14 11.50 GROUP 3 $ 30.52 11.50 GROUP 4 $ 30.57 11.50 GROUP 5 $ 32.14 11.50 GROUP 6 $ 30.01 11.50 WORK PERFORMED ON HYDRAULIC DREDGES:Total Project Cost under $300,000 GROUP 1 $ 26.96 8.40 GROUP 2 $ 27.06 8.40 GROUP 3 $ 27.38 8.40 GROUP 4 $ 27.43 8.40 GROUP 5 $ 28.75 8.40 GROUP 6 $ 26.96 8.40 ZONE 2 (26 -45 radius miles) - Add $.70 to Zone 1 rates ZONE 3 (Over 45 radius miles) - Add $1.00 to Zone 1 rates BASEPOINTS: Tacoma, Olympia, and Centralia CATEGORY B PROJECTS - 95% of the basic hourly rate for each group plus full fringe benefits applicable to Category A projects shall apply to the following projects: Reduced rates may be paid on the following: 1. Projects involving work on structures such as buildings and structures 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 (docts, wharfs, etc.) less than $150,000 WORK PERFORMED ON HYDRAULIC DREDGES: GROUP 1: Assistant Mate (Deckhand GROUP 2: Oiler GROUP 3: Assistant Engineer (Electric, Diesel, Steam or Booster Pump); Mates and Boatmen GROUP 4: Craneman, Engineer Welder GROUP 5: Leverman, Hydraulic GROUP 6: Maintenance HEAVY WAGE RATES APPLIES TO CLAM SHEEL DREDGE, HOE AND DIPPER, SHOVELS AND SHOVEL ATTACHMENTS, CRANES AND BULLDOZERS HANDLING OF HAZARDOUS WASTE MATERIALS H -1 - When not outfitted with protective clothing of level D equipment - Base wage rate H -2 - Class "C" Suit - Base wage rate + $.25 per hour H -3 - Class "B" Suit - Base wage rate + $.50 per hour H -4 - Class "A" Suit - Base wage rate +$.75 per hour 15 WA030001 Modification 59 Federal Wage Determination ENGI0612 -002 06/01/2006 LEWIS, PIERCE, PACIFIC (portion lying north of a parallel line extending west from the northern boundary of Wahkaikum County to the sea) AND THURSTON COUNTIES ON PROJECTS DESCRIBED IN FOOTNOTE A BELOW, THE RATE FOR EACH GROUP SHALL BE 90% OF THE BASE RATE PLUS FULL FRINGE BENEFITS. ON ALL OTHER WORK, THE FOLLOWING RATES APPLY. Zone 1 (0 -25 radius miles): Rates Fringes Power equipment operators: GROUP LA $ 31.89 11.50 GROUP IAA $ 32.46 11.50 GROUP lAAA $ 33.02 11.50 GROUP 1 $ 31.34 11.50 GROUP 2 $ 30.85 11.50 GROUP 3 $ 30.43 11.50 GROUP 4 $ 28.07 11.50 Zone Differential (Add to Zone 1 rates): Zone 2 (26 -45 radius miles) = $ .70 Zone 3 (Over 45 radius miles) - $1.00 BASEPOINTS: CENTRALIA, OLYMPIA, TACOMA POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1 AAA - Cranes -over 300 tons or 300 ft of boom (including jib with attachments) GROUP 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- 16 WA030001 Modification 59 Federal Wage Determination 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 H -2 Class "C" Suit - Base wage rate plus $ .25 per hour. H -3 Class "B" Suit - Base wage rate plus $ .50 per hour. H -4 Class "A" Suit - Base wage rate plus $ .75 per hour. ENGI0701 -002 01/01/2006 CLARK, COWLITZ, KLICKKITAT, PACIFIC (SOUTH), SKAMANIA, AND WAHKIAKUM COUNTIES 17 WA030001 Modification 59 Federal Wage Determination POWER RQUIPMENT OPERATORS: ZONE 1 Rates Fringes Power equipment operators: (See Footnote A) GROUP 1 $ 31.46 10.35 GROUP 1A $ 33.03 10.35 GROUP 1B $ 34.61 10.35 GROUP 2 $ 30.07 10.35 GROUP 3 $ 29.21 10.35 GROUP 4 $ 28.59 10.35 GROUP 5 $ 27.90 10.35 GROUP 6 $ 25.30 10.35 Zone Differential (add to Zone 1 rates): Zone 2 - $1.50 Zone 3 - 3.00 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 Plant and /or Wet Mix Operator, three units or more; CRANE: Helicopter Operator, when used in erecting work; Whirley Operator, 90 ton and over; LATTICE BOOM CRANE: Operator 200 tons through 299 tons, and /or over 200 feet boom; HYDRAULIC CRANE: Hydraulic Crane Operator 90 tons through 199 tons with luffing or tower attachments; FLOATING EQUIPMENT: Floating Crane, 150 ton but less than 18 WA030001 Modification 59 Federal Wage Determination 250 ton GROUP 1A: HYDRAULIC CRANE: Hydraulic Operator, 200 tons and over (with luffing or tower attachment); LATTICE BOOM CRANE: Operator, 200 tons through 299 tons, with over 200 feet boom; FLOATING EQUIPMENT: Floating Crane 250 ton and over GROUP 1B: LATTICE BOOM CRANE: Operator, 300 tons through 399 tons with over 200 feet boom; Operator 400 tons and over; FLOATING EQUIPMENT: Floating Crane 350 ton and over GROUP 2: ASPHALT: Asphalt Plant Operator (any type); Roto Mill, pavement profiler, operator, 6 foot lateral cut and over; BLADE: Auto Grader or "Trimmer" (Grade Checker required); Blade Operator, Robotic; BULLDOZERS: Bulldozer operator over 120,000 lbs and above; Bulldozer operator, twin engine; Bulldozer Operator,tandem, quadnine, D10, D11, and similar type; Bulldozere Robotic Equipment (any type; CONCRETE: Batch Plant and /or Wet Mix Operator, one and two drum; Automatic Concrete Slip Form Paver Operator; Concrete Canal Line Operator; Concrete Profiler, Diamond Head; CRANE: Cableway Operator, 25 tons and over; HYDRAULIC CRANE: Hydraulic crane operator 90 tons through 199 tons (with luffing or tower attachment); TOWER /WHIRLEY OPERATOR: Tower Crane Operator; Whirley Operator, under 90 tons; LATTICE BOOM CRANE: 90 through 199 tons and /or 150 to 200 feet boom; CRUSHER: Crusher Plant Operator; FLOATING EQUIPMENT: Floating Clamshell, etc.operator, 3 cu. yds. and over; Floating Crane (derrick barge) Operator, 30 tons but less than 150 tons; LOADERS: Loader operator, 120,000 lbs. and above; REMOTE CONTROL: Remote controlled earth - moving equipment; RUBBER -TIRED SCRAPERS: Rubber - tired scraper operator, with tandem scrapers, multi - engine; SHOVEL, DRAGLINE, CLAMSHELL, SKOOPER OPERATOR: Shovel, Dragline, Clamshell, operator 5 cu. yds and over; TRENCHING MACHINE: Wheel Excavator, under 750 cu. yds. per hour (Grade Oiler required); Canal Trimmer (Grade Oiler required); Wheel Excavator, over 750 cu. yds. per hour; Band Wagon (in conjunction with wheel excavator); UNDERWATER EQUIPMENT: Underwater Equipment Operator, remote or otherwise; HYDRAULIC HOES - EXCAVATOR: Excavator over 130,000 lbs. GROUP 3: BULLDOZERS: Bulldozer operator, over 70,000 lbs. up to and including 120,000 lbs.; HYDRAULIC CRANE: Hydraulic crane operator, 50 tons through 89 tons (with luffing or tower attachment); LATTICE BOOM CRANES: Lattice Boom Crane -50 through 89 tons (and less than 150 feet boom); FORKLIFT: Rock Hound Operator; HYDRAULIC HOES - EXCAVATOR: excavator over 80,000 lbs. through 130,000 lbs.; LOADERS: Loader operator 60,000 and less than 120,000; RUBBER -TIRED SCRAPERS: Scraper Operator, with tandem scrapers; Self- loading, paddle wheel, auger type, finish and /or 2 or more units; SHOVEL, DRAGLINE, CLAMSHELL,SKOOPER OPERATOR: Shovel, Dragline, Clamshell operators 3 cu. yds. but less than 5 cu yds. GROUP 4: ASPHALT: Screed Operator; Asphalt Paver operator (screeman required); BLADE: Blade operator; Blade operator, finish; Blade operator, externally controlled by electronic, mechanical hydraulic means; Blade operator, multi- engine; BULLDOZERS: Bulldozer Operator over 20,000 lbs and more than 100 horse up to 70,000 lbs; Drill Cat Operator; Side -boom Operator; Cable -Plow Operator (any 19 WA030001 Modification 59 Federal Wage Determination type); CLEARING: Log Skidders; Chippers; Incinerator; Stump Splitter (loader mounted or similar type); Stump Grinder (loader mounted or similar type; Tub Grinder; Land Clearing Machine (Track mounted forestry mowing & grinding machine); Hydro Axe (loader mounted or similar type); COMPACTORS SELF- PROPELLED: Compactor Operator, with blade; Compactor Operator, multi- engine; Compactor Operator, robotic; CONCRETE: Mixer Mobile Operator; Screed Operator; Concrete Cooling Machine Operator; Concrete Paving Road Mixer; Concrete Breaker; Reinforced Tank Banding Machine (K -17 or similar types); Laser Screed; CRANE: Chicago boom and similar types; Lift Slab Machine Operator; Boom type lifting device, 5 ton capacity or less; Hoist Operator, two (2) drum; Hoist Operator, three (3) or more drums; Derrick Operator, under 100 ton; Hoist Operator, stiff leg, guy derrick or similar type, 50 ton and over; Cableway Operator up to twenty (25) ton; Bridge Crane Operator, Locomotive, Gantry, Overhead; Cherry Picker or similar type crane; Carry Deck Operator; Hydraulic Crane Operator, under 50 tons; LATTICE BOOM CRANE OPERATOR: Lattice Boom Crane Operator, under 50 tons; CRUSHER: Generator Operator; Diesel - Electric Engineer; Grizzley Operator; Drill Doctor; Boring Machine Operator; Driller- Percussion, Diamond, Core, Cable, Rotary and similar type; Cat Drill (John Henry); Directional Drill Operator over 20,000 lbs pullback; FLOATING EQUIPMENT: Diesel - electric Engineer; Jack Operator, elevating barges, Barge Operator, self - unloading; Piledriver Operator (not crane type) (Deckhand required); Floating Clamshelll, etc. Operator, under 3 cu. yds. (Fireman or Diesel - Electric Engineer required); Floating Crane (derrick barge) Operator, less than 30 tons; GENERATORS: Generator Operator; Diesel - electric Engineer; GUARDRAIL EQUIPMENT: Guardrail Punch Operator (all types); Guardrail Auger Operator (all types); Combination Guardrail machines, i.e., punch auger, etc.; HEATING PLANT: Surface Heater and Planer Operator; HYDRAULIC HOES EXCAVATOR: Robotic Hydraulic backhoe operator, track and wheel type up to and including 20,0000 lbs. with any or all attachments; Excavator Operator over 20,000 lbs through 80,000 lbs.; LOADERS: Belt Loaders, Kolman and Ko Cal types; Loaders Operator, front end and overhead, 25,000 lbs and less than 60,000 lbs; F,levating Grader Operator by Tractor operator, Sierra, Euclid or similar types; PILEDRIVERS: Hammer Operator; Piledriver Operator (not crane type); PIPELINE, SEWER WATER: Pipe Cleaning Machine Operator; Pipe Doping Machine Operator; Pipe Bending Machine Operator; Pipe Wrapping Machine Operator; Boring Machine Operator; Back Filling Machine Operator; REMOTE CONTROL: Concrete Cleaning Decontamination Machine Operator; Ultra High Pressure Water Jet Cutting Tool System Operator /Mechanic; Vacuum Blasting Machine Operator /mechanic; REPAIRMEN, HEAVY DUTY: Diesel • Electric Engineer (Plant or Floating; Bolt Threading Machine operator; Drill Doctor (Bit Grinder); H.D. Mechanic; Machine Tool Operator; RUBBER -TIRED SCRAPERS: Rubber -tired Scraper Operator,single engine, single scraper; Self- loading, paddle wheel, auger type under 15 cu. yds.; Rubber -tired Scraper Operator, twin engine; Rubber -tired Scraper Operator, with push- ull attachments; Self Loading, paddle wheel, auger type 15 cu. yds. and over, single engine; Water pulls, water wagons; SHOVEL, DRAGLINE, CLAMSHELL, SKOOPER OPERATOR: Diesel Electric Engineer; Stationay Drag Scraper Operator; Shovel, Dragline, Clamshell, Operator under 3 cy yds.; Grade -all Operator; SURFACE (BASE) MATERIAL: Blade mounted spreaders, Ulrich and similar types; TRACTOR - RUBBERED TIRED: Tractor operator, rubber - tired, over 50 hp flywheel; Tractor 20 WA030001 Modification 59 Federal Wage Determination operator, with boom attachment; Rubber -tired dozers and pushers (Michigan, Cat, Hough type); Skip Loader, Drag Box; TRENCHING MACHINE: Trenching Machine operator, digging capacity over 3 ft depth; Back filling machine operator; TUNNEL: Mucking machine operator GROUP 5: ASPHALT: Extrusion Machine Operator; Roller Operator (any asphalt mix); Asphalt Burner and Reconditioner Operator (any type); Roto -Mill, pavement profiler, ground man; BULLDOZERS: Bulldozer operator, 20,000 lbs. or less or 100 horse or less; COMPRESSORS: Compressor Operator (any power), over 1,250 cu. ft. total capacity; COMPACTORS: Compactor Operator, including vibratory; Wagner Pactor Operator or similar type (without blade); CONCRETE: Combination mixer and Compressor Operator, gunite work; Concrete Batch Plant Quality Control Operator; Beltcrete Operator; Pumperete Operator (any type); Pavement Grinder and /or Grooving Machine Operator (riding type); Cement Pump Operator, Fuller- Kenyon and similar; Concrete Pump Operator; Grouting Machine Operator; Concrete mixer operator, single drum, under (5) bag capacity; Cast in place pipe laying machine; maginnis Internal Full slab vibrator operator; Concrete finishing mahine operator, Clary, Johnson, Bidwell, Burgess Bridge deck or similar type; Curb Machine Operator, mechanical Berm, Curb and /or Curb and Gutter; Concrete Joint Machine Operator; Concrete Planer Operator; Tower Mobile Operator; Power Jumbo Operator setting slip forms in tunnels; Slip Form Pumps, power driven hydraulic lifting device for concrete forms; Concrete Paving Machine Operator; Concrete Finishing Machine Operator; Concrete Spreader Operator; CRANE: Helicopter Hoist Operator; Hoist Operator, single drum; Elevator Operator; A -frame Truck Operator, Double drum; Boom Truck Operator; HYDRAULIC CRANE OPERATOR: Hydraulic Boom Truck, Pittman; DRILLING: Churm Drill and Earth Boring Machine Operator; Vacuum Truck; Directional Drill Operator over 20,000 lbs pullback; FLOATING EQUIPMENT: Fireman; FORKLIFT: Fork Lift, over 10 ton and /or robotic; HYDRAULIC HOES EXCAVATORS: Hydraulic Backhoe Operator, wheel type (Ford, John Deere, Case type); Hydraulic Backhoe Operator track type up to and including 20,000 lbs.; LOADERS: Loaders, rubber- tired type, less than 25,000 lbs; Elevating Grader Operator, Tractor Towed requiring Operator or Grader; Elevating loader operator, Athey and similar types; OILERS: Service oiler (Greaser); PIPELINE -SEWER WATER: Hydra hammer or simialr types; Pavement Breaker Operator; PUMPS: Pump Operator, more than 5 (any size); Pot Rammer Operator; RAILROAD EQUIPMENT: Locomotive Operator, under 40 tons; Ballast Regulator Operator; Ballast Tamper Multi - Purpose Operator; Track Liner Operator; Tie Spacer Operator; Shuttle Car Operator; Locomotive Operator, 40 tons and over; MATERIAL HAULRS: Cat wagon DJBs Volvo similar types; Conveyored material hauler; SURFACING (BASE) MATERIAL: Rock Spreaders, self - propelled; Pulva -mixer or similar types; Chiip Spreading machine operator; Lime spreading operator, construction job siter; SWEEPERS: Sweeper operator (Wayne type) self - propelled construction job site; TRACTOR - RUBBER TIRED: Tractor operator, rubber - tired, 50 hp flywheel and under; Trenching machine operator, maximum digging capacity 3 ft depth; TUNNEL: Dinkey GROUP 6: ASPHALT: Plant Oiler; Plant Fireman; Pugmill Operator (any type); Truck mounted asphalt spreader, with screed; COMPRESSORS: Compressor Operator (any power), under 1,250 cu. ft. total capacity; CONCRETE: Plant Oiler, 21 WA030001 Modification 59 Federal Wage Determination Assistant Conveyor Operator; Conveyor Operator; Mixer Box Operator (C.T.B., dry batch, etc.); Cement Hog Operator; Concrete Saw Operator; Concrete Curing Machine Operator (riding type); Wire Mat or Grooming Machine Operator; CRANE: Oiler; Fireman, all equipment; Truck Crane Oiler Driver; A -frame Truck Operator, single drum; Tugger or Coffin Type Hoist Operator; CRUSHER: Crusher Oiler; Crusher Feederman; CRUSHER: Crusher oiler; Crusher feederman; DRILLING: Drill Tender; Auger Oiler; FLOATING EQUIPMENT: Deckhand; Boatman; FORKLIFT: Self- propelled Scaffolding Operator, construction job site (exclduing working platform); Fork Lift or Lumber Stacker Operator, construction lob site; Ross rarri er np erator, construction • job site; Lull Hi -Lift Operator or Similar Type; GUARDRAIL EQUIPMENT: Oiler; Auger Oiler; Oiler, combination guardrail machines; Guardrail Punch Oiler; HEATING PLANT: Temporary Heating Plant Operator; LOADERS: Bobcat, skid steer. (less than 1 cu yd.); Bucket Elevator Loader Operator, BarberGreene and similar types; OILERS: Oiler; Guardrail Punch Oiler; Truck Crane Oiler - Driver; Auger Oiler Grade Oiler, required to check grade; Grade Checker; Rigger; PIPELINE -SEWER WATER: Tar Pot Fireman; Tar Pot Fireman (power agitated); PUMPS: Pump Operator. (any power); Hydrostatic Pump Operator; RAILROAD EQUIPMENT: Brakeman; Oiler; Switchman; Motorman; Ballast Jack Tamper Operator; • SHOVEL, DRAGLINE, CLAMSHELL, SKOOPER, ETC. OPERATOR: Oiler, Grade Oiler (required to check grade); Grade Checker; Fireman; SWEEPER: Broom operator, self propelled, construction job site; SURFACING (BASE) MATERIAS: Roller Operator, grading of base rock (not asphalt); Tamping Machine operartor, mechanical, self - propelled; Hydrographic Seeder Machine Operator; TRENCHING MACHINE: Oiler; Grade Oiler; TUNNEL: Conveyor operator; Air filtration equipment operator * ENGI0701 -003 01/01/2006 CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH), SKAMANIA, AND WAHKIAKUM COUNTIES DREDGING: Rates Fringes Dredging: ZONE A ASSISTANT ENGINEER $ 32.94 10.15 ASSISTANT MATE $ 29.04 10.15 LEVERMAN, DIPPER, FLOATING CLAMSHELL $ 35.26 10.15 LEVERMAN, HYDRAULIC $ 35.26 10.15 TENDERMAN $ 31.88 10.15 ZONE B ASSISTANT ENGINEER $ 34.94 ASSISTANT MATE $ 31.04 10.15 • LEVERMAN, DIPPER, FLOATING CLAMSHELL $ 37.26 10.15 LEVERMAN, HYDRAULIC $ 37.26 10.15 TENDERMAN $ 33.88 10.15 ZONE C ASSISTANT ENGINEER $ 35.94 10.15 ASSISTANT MATE $ 32.04 10.15 LEVERMAN, DIPPER, FLOATING CLAMSHELL $ 38.26 10.15 LEVERMAN, HYDRAULIC $ 38.26 10.15 22 WA030001 Modification 59 Federal Wage Determination TENDERMAN $ 34.88 10.15 ZONE DESCRIPTION FOR DREDGING: ZONE A - All jobs or projects located within 30 road miles of Portland City Hall. ZONE B - Over 30 -50 road miles from Portland City Hall. ZONE C - Over 50 road miles from Portland City Hall. *All jobs or projects shall be computed from the city hall by the shortest route to the geographical center of the project. IRON0014 -005 07/01/2006 ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND ORIELLE, SPOKANE, STEVENS, WALLA WALLA AND WHITMAN COUNTIES Rates Fringes Ironworker $ 27.79 14.76 IRON0029 -002 07/01/2006 CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA, AND WAHKAIKUM COUNTIES Rates Fringes Ironworker $ 29.64 14.76 IRON0086 -002 07/01/2006 YAKIMA, KITTITAS AND CHELAN COUNTIES Rates Fringes Ironworker $ 28.69 14.76 IRON0086 -004 07/01/2006 CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PIERCE, SKAGIT, SNOHOMISH, THURSTON, AND WHATCOM COUNTIES Rates Fringes Ironworker $ 31.49 14.76 23 WA030001 Modification 59 Federal Wage Determination LAB00001 -002 06/01/2006 ZONE 1: Rates Fringes • Laborers: CALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PACIFIC (NORTH OF STRAIGHT LINE MADE BY EXTENDING THE NORTH BOUNDARY WAHKIAKUM COUNTY WEST TO THE PACIFIC OCEAN), PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM COUNTIES GROUP 1 $ 19.26 8.15 GROUP 2 $ 21.58 8.15 GROUP 3 $ 26.26 8.15 GROUP 4 $ 26.74 8.15 GROUP 5 $ 27.10 8.15 CHELAN, DOUGLAS (WEST OF THE 120TH MERIDIAN), KITTITAS AND YAKIMAA COUNTIES GROUP 1 $ 15.67 8.15 GROUP 2 $ 17.99 8.15 GROUP 3 $ 19.71 8.15 GROUP 4 $ 20.19 8.15 GROUP 5 $ 20.55 8.15 ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES): ZONE 2 - $ .70 ZONE 3 - $1.00 BASE POINTS: CHELAN, SUNNYSIDE, WENATCHEE, AND YAKIMA 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 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 hail 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 24 WA030001 Modification 59 Federal Wage Determination 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); 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); High Scaler; Jackhammer; Laserbeam Operator; Manhole Builder - Mudman; Mortarman and Hodcarrier; 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; Powderman; Re- Timberman; Hazardous Waste Worker (Level A). * LABO0238 -004 07/03/2006 ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS (EAST OF THE 120TH MERIDIAN), FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND OREILLE, STEVENS, SPOKANE, WALLA WALLA AND WHITMAN COUNTIES Rates Fringes Laborers: ZONE 1: GROUP 1 $ 18.71 7.25 GROUP 2 $ 20.81 7.25 GROUP 3 $ 21.08 7.25 GROUP 4 $ 21.35 7.25 GROUP 5 $ 21.63 7.25 GROUP 6 $ 23.00 7.25 Zone Differential (Add to Zone 1 rate): $2.00 BASE POINTS: Spokane, Pasco, Lewiston (Moses Lake deleted) 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 25 WA030001 Modification 59 Federal Wage Determination 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 ^ v 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: Aspahlt Raker; Asphalt Roller, walking; Cement Finisher Tender; Concrete Saw, walking; Demolition Torch; Dope Pot Firemen, non - mechanical; Driller Tender (when required to move and position machine); Form Setter, Paving; Grade Checker using level; Hazardous Waste Worker, Level C (uses a chemical "splash suit" and air purifying respirator); Jackhammer Operator; Miner, Class "B" (to include brakeman, finisher, vibrator, form setter); Nozzleman (to include squeeze and flo -crete nozzle); Nozzleman, water, air or steam; Pavement Breaker (under 90 lbs.); Pipelayer, corrugated metal culvert; Pipelayer, multi- plate; Pot Tender; Power Buggy Operator; Power Tool Operator, gas, electric, pneumatic; Railroad Equipment, power driven, except dual mobile power spiker or puller; Railroad Power Spiker or Puller, dual mobile; Rodder and Spreader; Tamper (to include operation of Barco, Essex and similar tampers); Trencher, Shawnee; Tugger Operator; Wagon Drills; Water Pipe Liner; Wheelbarrow (power driven) GROUP 4: Air and Hydraulic Track Drill; Brush Machine (to include horizontal construction joint cleanup brush machine, power propelled); Caisson Worker, free air; Chain Saw Operator and Faller; Concrete Stack (to include laborers when laborers working on free standing concrete stacks for smoke or fume control above 40 feet high); Gunite (to include operation of machine and nozzle); Hazardous Waste Worker, Level B (uses same respirator protection as Level A. A supplied air line is provided in conjunction with a chemical "splash suit "); High Scaler; Laser Beam Operator (to include grade checker and elevation control); Miner, Class C (to include miner, nozzleman for concrete, laser beam operator and rigger on tunnels); WA030001 Modification 59 26 Federal Wage Determination • Monitor Operator (air track or similar mounting); Mortar Mixer; Nozzleman (to include jet blasting nozzleman, over 1,200 lbs., jet blast machine power propelled, sandblast nozzle); Pavement Breaker (90 lbs. and over); Pipelayer (to include working topman, caulker, collarman, jointer, mortarman, rigger, jacker, shorer, valve or meter installer); Pipewrapper; Plasterer Tender; Vibrators (all) GROUP 5 - Drills with Dual Masts; Hazardous Waste Worker, Level A (utilizes a fully encapsulated suit with a self- contained breathing apparatus or a supplied air line); Miner Class "D ", (to include raise and shaft miner, laser beam operator on riases and shafts) GROUP 6 - Powderman LAB00238 -006 08/01/2006 COUNTIES EAST OF THE 120TH MERIDIAN: ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND OREILLE, STEVENS, SPOKANE, WALLA WALLA, WHITMAN Rates Fringes Hod Carrier $ 22.60 7.25 LAB00335 -001 06/01/2006 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 $ 24.99 8.15 GROUP 2 $ 25.57 8.15 GROUP 3 $ 26.00 8.15 GROUP 4 $ 26.37 8.15 GROUP 5 $ 22.56 8.15 GROUP 6 $ 20.21 8.15 GROUP 7 $ 17.11 8.15 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. 27 WA030001 Modification 59 Federal Wage Determination LABORERS CLASSIFICATIONS GROUP 1: Asphalt Plant Laborers; Asphalt Spreaders; Batch Weighman; Broomers; Brush Burners and Cutters; Car and Truck Loaders; Carpenter Tender; Change -House Man or Dry Shack Man; Choker Setter; Clean -up Laborers; Curing, Concrete; Demolition, Wrecking and Moving Laborers; Dumpers, road oiling crew; Dumpmen (for grading crew); Elevator Feeders; Guard Rail, Median Rail Reference Post, Guide Post, Right of Way Marker; Fine Graders; Fire Watch; Form Strippers (not swinging stages); General Laborers; Hazardous Waste Worker; Leverman or Aggregate Spreader (Flaherty and similar types); Loading Spotters; Material Yard Man (including electrical); Pittsburgh Chipper Operator or Similar Types; Railroad Track Laborers; Ribbon Setters (including steel forms); Rip Rap Man (hand placed); Road Pump Tender; Sewer Labor; Signalman; Skipman; Slopers; Spraymen; Stake Chaser; Stockpiler; Tie Back Shoring; Timber Faller and Bucker (hand labor); Toolroom Man (at job site); Tunnel Bullgang (above ground); Weight -Man- Crusher (aggregate when used) GROUP 2: Applicator (including pot power tender for same), applying protective material by hand or nozzle on utility lines or storage tanks on project; Brush Cutters (power saw); Burners; Choker Splicer; Clary Power Spreader and similar types; Clean- up Nozzleman -Green Cutter (concrete, rock, etc.); Concrete Power Buggyman; Concrete Laborer; Crusher Feeder; Demolition and Wrecking Charred Materials; Gunite Nozzleman Tender; Gunite or Sand Blasting Pot Tender; Handlers or Mixers of all Materials of an irritating nature (including cement and lime); Tool Operators (includes but not limited to: Dry Pack Machine; Jackhammer; Chipping Guns; Paving Breakers); Pipe Doping and Wrapping; Post Hole Digger, air, gas or electric; Vibrating Screed; Tampers; Sand Blasting (Wet); Stake - Setter; Tunnel - Muckers, Brakemen, Concrete Crew, Bullgang (underground) GROUP 3: Asbestos Removal; Bit Grinder; Drill Doctor; Drill Operators, air tracks, cat drills, wagon drills, rubber - mounted drills, and other similar types including at crusher plants; Gunite Nozzleman; High Scalers, Strippers and Drillers (covers work in swinging stages, chairs or belts, under extreme conditions unusual to normal drilling, blasting, barring -down, or sloping and stripping); Manhole Builder; Powdermen; Concrete Saw Operator; Pwdermen; Power Saw Operators (Bucking and Falling); Pumperete Nozzlemen; Sand Blasting (Dry); Sewer Timberman; Track Liners, Anchor Machines, Ballast Regulators, Multiple Tampers, Power Jacks, Tugger Operator; Tunnel -Chuck Tenders, Nippers and Timbermen; Vibrator; Water Blaster 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 28 WA030001 Modification 59 Federal Wage Determination GROUP 7: Landscaping or Planting Laborers LAB00335 -010 06/01/2006 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 Hod Carrier $ 26.86 8.15 PAIN0005 -002 06/01/2005 STATEWIDE EXCEPT CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH), SKAMANIA, AND WAHKIAKUM COUNTIES Rates Fringes Painters: STRIPERS $ 23.20 10.20 PAIN0005 -004 07/01/2006 CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM COUNTIES Rates Fringes Painter $ 19.46 6.82 * PAIN0005 -006 07/01/2006 ADAMS, ASOTIN; BENTON AND FRANKLIN (EXCEPT HANFORD SITE); CHELAN, COLUMBIA, DOUGLAS, FERRY, GARFIELD, GRANT, KITTITAS, LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMA COUNTIES Rates Fringes Painters: Application of Cold Tar Products, Epoxies, Polyure thanes, Acids, Radiation Resistant Material, Water and Sandblasting, Bridges, Towers, Tanks, Stacks, Steeples $ 20.84 6.88 Over 30' /Swing Stage Work $ 21.54 6.88 Brush, Roller, Striping, Steam- cleaning and Spray $ 15.09 5.68 Lead Abatement, Asbestos Abatement $ 20.84 6.88 TV Radio, Electrical Transmission Towers $ 21.59 6.88 Over 30' /Swing Stage Work $ 22.29 6.88 *$.70 shall be paid over and above the basic wage rates 29 WA030001 Modification 59 Federal Wage Determination listed for work on swing stages and high work of over 30 feet. PAIN0055 -002 04/01/2006 CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA, AND WAHKIAKUM COUNTIES Rates Fringes Painters: Brush & Roller $ 19.03 6.73 High work - All work 60 ft. or higher $ 19.78 6.73 Spray and Sandblasting $ 19.63 6.73 PAIN0055 -007 06/01/2006 CLARK, COWLITZ, KLICKITAT, SKAMANIA and WAHKIAKUM COUNTIES Rates Fringes • Painters: HIGHWAY & PARKING LOT STRIPER $ 26.99 8.05 PLAS0072 -004 06/01/2006 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 ZONE 1• $ 23.68 7.78 • Zone Differential (Add to Zone 1 rate): Zone 2 - $2.00 BASE POINTS: Spokane, Pasco, Moses Lake, Lewiston Zone 1: 0 - 45 radius miles from the main post office Zone 2: Over 45 radius miles from the main post office PLAS0528 -001 06/01/2006 CLALLAM, COWLITZ, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PACIFIC, PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON, WAHKIAKUM AND WHATCOM COUNTIES • Rates Fringes Cement Masons: • CEMENT MASON $ 30.69 11.57 COMPOSITION, COLOR MASTIC, TROWEL MACHINE, GRINDER, POWER TOOLS, GUNNITE NOZZLE.$ 30.94 11.57 PLAS0555 -002 06/01/2006 CLARK, KLICKITAT AND SKAMANIA COUNTIES 30 WA030001 Modification 59 Federal Wage Determination ZONE 1: Rates Fringes Cement Masons: CEMENT MASONS DOING BOTH COMPOSITION /POWER MACHINERY AND SUSPENDED /HANGING SCAFFOLD $ 26.61 13.60 CEMENT MASONS ON SUSPENDED, SWINGING AND /OR HANGING SCAFFOLD $ 26.10 13.60 CEMENT MASONS $ 25.59 13.60 COMPOSITION WORKERS AND POWER MACHINERY OPERATORS $ 26.10 13.60 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 PLUM0032 -002 06/01/2006 CLALLAM, KING AND JEFFERSON COUNTIES Rates Fringes Plumbers and Pipefitters $ 37.38 17.01 PLUM0032 -003 06/01/2006 CHELAN, KITTITAS (NORTHERN TIP), DOUGLAS (NORTH), AND OKANOGAN (NORTH) COUNTIES Rates Fringes • Plumbers and Pipefitters $ 25.88 14.09 PLUM0044 -003 06/01/2006 ADAMS (NORTHERN PART), ASOTIN (CLARKSTON ONLY), FERRY (EASTERN PART), LINCOLN, PEND ORIELLE, STEVENS, SPOKANE, AND WHITMAN COUNTIES Rates Fringes Plumbers and Pipefitters 31 WA030001 Modification 59 Federal Wage Determination ADAMS (NORTHERN PART), ASOTIN (CLARKSTON ONLY), FERRY (EASTERN PART), LINCOLN, PEND ORIELLE AND STEVENS AND SPOKANE COUNTIES $ 28.96 12.29 WHITMAN COUNTY $ 35.06 12.29 PLUM0082 -001 06/01/2006 CLARK (NORTHERN TIP INCLUDING WOODLAND), COWLITZ, GRAYS HARBOR, LEWIS, MASON (EXCLUDING NE SECTION), PACIFIC, PIERCE SKAMANIA, THURSTON AND WAHKIAKUM COUNTIES Rates Fringes Plumbers and Pipefitters $ 34.27 13.30 PLUMO265 -003 06/01/2006 ISLAND, SKAGIT, SNOHOMISH,SAN JUAN AND WHATCOM COUNTIES Rates Fringes Plumbers and Pipefitters $ 34.27 13.30 PLUMO290 -003 10/01/2006 CLARK (ALL EXCLUDING NORTHERN TIP INCLUDING CITY OF WOODLAND) Rates Fringes Plumbers and Pipefitters $ 34.49 15.59 PLUM0598 -005 06/01/2006 ADAMS (SOUTHERN PART), ASOTIN (EXCLUDING THE CITY OF CLARKSTON), BENTON, COLUMBIA, DOUGLAS (EASTERN HALF), FERRY (WESTERN PART), FRANKLIN, GARFIELD, GRANT, KITTITAS (ALL BUT NORTHERN TIP), KLICKITAT, LINCOLN (WESTERN PART), OKANOGAN (EASTERN), WALLA WALLA AND YAKIMA COUNTIES Rates Fringes Plumber $ 33.69 17.96 PLUM0631 -001 06/01/2006 MASON (NE SECTION), AND KITSAP COUNTIES Rates Fringes Plumbers and Pipefitters All new construction, additions, and remodeling of commercial building projects such as: cocktail lounges and taverns, professional buildings, medical clinics, retail 32 WA030001 Modification 59 Federal Wage Determination stores, hotels and motels, restaurants and fast food types, gasoline service stations, and car washes where the plumbing and mechanical cost of the project is less than $100,000 $ 26.52 9.66 All other work where the plumbing and mechanical cost of the project is $100,000 and over $ 33.62 13.30 TEAM0037 -002 11/01/2006 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 $ 23.05 11.00 GROUP 2 $ 23.17 11.00 GROUP 3 $ 23.30 11.00 GROUP 4 $ 23.56 11.00 GROUP 5 $ 23.78 11.00 GROUP 6 $ 23.94 11.00 GROUP 7 $ 24.14 11.00 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 33 WA030001 Modification 59 Federal Wage Determination 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- Srrara-u ' -; (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 Artir„larad 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) * TEAMO174 -001 06/01/2006 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 WA03O0O1 Modification 59 34 Federal Wage Determination • Rates Fringes Truck drivers: ZONE A: GROUP 1• $ 27.62 11.98 GROUP 2• $ 27.06 11.98 GROUP 3• $ 24.66 11.98 GROUP 4• $ 20.41 11.98 GROUP 5• $ 27.40 11.98 ZONE B (25 -45 miles from center of listed cities *): Add $.70 per hour to Zone A rates. ZONE C (over 45 miles from centr of listed cities *): Add $1.00 per hour to Zone A rates. *Zone pay will be calculated from the city center of the following listed cities: BELLINGHAM CENTRALIA RAYMOND OLYMPIA EVERETT SHELTON ANACORTES BELLEVUE SEATTLE PORT ANGELES MT. VERNON KENT TACOMA PORT TOWNSEND ABERDEEN BREMERTON TRUCK DRIVERS CLASSIFICATIONS GROUP 1 - "A -frame or Hydralift" trucks and Boom trucks or similar equipment when "A" frame or "Hydralift" and Boom truck or similar equipment is used; Buggymobile; Bulk Cement Tanker; Dumpsters and similar equipment, Tournorockers, Tournowagon, Tournotrailer, Cat DW series, Terra Cobra, Le Tourneau, Westinghouse, Athye Wagon, Euclid Two and Four - Wheeled power tractor with trailer and similar top - loaded equipment transporting material: Dump Trucks, side, end and bottom dump, including semi - trucks and trains or combinations thereof with 16 yards to 30 yards capacity: Over 30 yards $.15 per hour additional for each 10 yard increment; Explosive Truck (field mix) and similar equipment; Hyster Operators (handling bulk loose aggregates); Lowbed and Heavy Duty Trailer; Road Oil Distributor Driver; Spreader, Flaherty Transit mix used exclusively in heavy construction; Water Wagon and Tank Truck -3,000 gallons and over capacity 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 $2.00 per hour for onsite 35 WA030001 Modification 59 Federal Wage Determination work only) GROUP 4 - Escort or Pilot Car GROUP 5 - Mechanic HAZMAT PROJECTS Anyone working on a HAZMAT job, where HAZMAT certification is required, shall be compensated as a premium, in addition to the classification working in as follows: LEVEL C: +$.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. TEAM0760 -002 08/31/2006 ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT KITTITAS, LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMA COUNTIES Rates Fringes Truck drivers: (ANYONE WORKING ON HAZMAT JOBS SEE FOOTNOTE A BELOW) • ZONE 1: • GROUP 1 $ 18.52 10.35 GROUP 2 $ 20.79 10.35 GROUP 3 $ 21.29 10.35 GROUP 4 $ 21.62 10.35 GROUP 5 $ 21.73 10.35 GROUP 6 $ 21.90 10.35 GROUP 7 GROUP 8 $ 22'4' 10.35 $ 22.76 10.35 Zone Differential (Add to Zone 1 rate: Zone 2 - $2.00) BASE POINTS: Spokane, Moses Lake, Pasco, Lewiston Zone 1: 0 -45 radius miles from the main post office. Zone 2: Outside 45 radius miles from the main post office TRUCK DRIVERS CLASSIFICATIONS GROUP 1: Escort Driver or Pilot Car; Employee Haul; Power Boat Hauling Employees or Material GROUP 2: Fish Truck; Flat Bed Truck; Fork Lift (3000 lbs. and under); Leverperson (loading trucks at bunkers); Trailer Mounted Hydro Seeder and Mulcher; Seeder & Mulcher; Stationary Fuel Operator; Tractor (small, rubber - tired, pulling trailer or similar equipment) GROUP 3: Auto Crane (2000 lbs. capacity); Buggy Mobile & Similar; Bulk Cement Tanks & Spreader; Dumptor (6 yds. & WA030001 Modification 59 36 Federal Wage Determination 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 37 WA030001 Modification 59 Federal Wage Determination WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). In the listing above, the "SU" designation means that rates listed under the identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. 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. Writ 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 38 WA030001 Modification 59 Federal Wage Determination 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 39 WA030001 Modification 59 Federal Wage Determination • State of Washington DEPARTMENT OF LABOR AND INDUSTRIES Prevailing Wage Section - Telephone (360) 902 -5335 PO Box 44540, Olympia, WA 98504 -4540 Washington State Prevailing Wage Rates For Public Works Contracts The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, workers' wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements is provided on the Benefit Code Key. YAKIMA COUNTY Effective 08 -31 -06 ********************************************************************************** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL $27.81 1N 5D BOILERMAKERS JOURNEY LEVEL $46.32 1C 5N BRICK AND MARBLE MASONS JOURNEY LEVEL $35.37 1M 5A CABINET MAKERS (IN SHOP) JOURNEY LEVEL $19.24 1 CARPENTERS ACOUSTICAL WORKER $32.70 1M 5D BRIDGE, DOCK AND WARF CARPENTERS $40.99 1M 5D CARPENTER $32.70 1M 5D CREOSOTED MATERIAL $32.70 1M 5D DRYWALL APPLICATOR $32.70 1M 5D FLOOR FINISHER $32.70 1M 5D FLOOR LAYER $32.70 1M 5D FLOOR SANDER $32.70 1M 5D MILLWRIGHT $41.99 1M 5D PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND WELDING $40.99 1M 5D SAWFILER $32.70 1M 5D SHINGLER $32.70 1M 5D STATIONARY POWER SAW OPERATOR $32.70 1M 5D STATIONARY WOODWORKING TOOLS $32.70 1M 5D CEMENT MASONS JOURNEY LEVEL $31.46 1N 5D DIVERS & TENDERS DIVER $85.75 1M 5D 8A DIVER TENDER $44.22 1M 5D DREDGE WORKERS ASSISTANT ENGINEER $42.02 1T 5D 8L ASSISTANT MATE (DECKHAND) $41.51 IT 5D 8L BOATMEN $42.02 1T 5D 8L ENGINEER WELDER $42.07 1T 5D 8L LEVERMAN, HYDRAULIC $43.64 1T 5D 8L MAINTENANCE $41.51 1T 5D 8L MATES $42.02 1T 5D 8L OILER $41.64 1T 5D 8L DRYWALL TAPERS JOURNEY LEVEL $28.64 1P 5A ELECTRICIANS - INSIDE . JOURNEY LEVEL $43.89 1E 5A ELECTRICIANS - POWERLINE CONSTRUCTION CABLE SPLICER $52.38 4A 5A CERTIFIED LINE WELDER $47.88 4A 5A GROUNDPERSON $34.87 4A 5A HEAD GROUNDPERSON $36.75 4A 5A HEAVY LINE EQUIPMENT OPERATOR $47.88 4A 5A JACKHAMMER OPERATOR $36.75 4A 5A JOURNEY LEVEL LINEPERSON $47.88 4A 5A LINE EQUIPMENT OPERATOR $40.87 4A 5A POLE SPRAYER $47.88 4A 5A POWDERPERSON $36.75 4A 5A ELECTRONIC TECHNICIANS Page 1 YAKIMA COUNTY Effective 08 -31 -06 ********************************************************************************** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ELECTRONIC TECHNICIANS JOURNEY LEVEL $23.40 1 ELEVATOR CONSTRUCTORS MECHANIC $55.22 4A 6Q MECHANIC IN CHARGE $60.60 4A 6Q FENCE ERECTORS FENCE ERECTOR $21.64 1 r Lrwvr_no JOURNEY LEVEL $26.09 1N 5D GLAZIERS J(11 IRNEY I EVEI $21.51 1S 61 HEAT & FROST INSULATORS AND ASBESTOS WORKERS MECHANIC $23.18 1 HOD CARRIERS & MASON TENDERS JOURNEY LEVEL $28.29 1N 5D INSULATION APPLICATORS JOURNEY LEVEL $32.91 1 IRONWORKERS JOURNEY LEVEL $43.45 10 5A LABORERS ALL CLASSIFICATIONS $18.12 1 LANDSCAPE CONSTRUCTION IRRIGATION OR LAWN SPRINKLER INSTALLERS $7.63 1 LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $15.45 1 LANDSCAPING OR PLANTING LABORERS $7.63 1 LATHERS JOURNEY LEVEL $32.70 1M 5D PAINTERS JOURNEY LEVEL $20.05 1 PLASTERERS JOURNEY LEVEL $41.23 1R 5A PLUMBERS & PIPEFITTERS JOURNEY LEVEL $51.65 10 5A POWER EQUIPMENT OPERATORS ASSISTANT ENGINEERS $39.57 1T 5D 8L BACKHOE, EXCAVATOR, SHOVEL (3 YD & UNDER) $42.35 IT 5D 8L BACKHOE, EXCAVATOR, SHOVEL (OVER 3 YD & UNDER 6 YD) $42.84 1T 5D 8L BACKHOE, EXCAVATOR, SHOVEL (6 YD AND OVER WITH $43.39 1T 5D 8L BACKHOES, (75 HP & UNDER) $41.93 1T 5D 8L BACKHOES, (OVER 75 HP) $42.35 1T 5D 8L BARRIER MACHINE (ZIPPER) $42.35 IT 5D 8L BATCH PLANT OPERATOR, CONCRETE $42.35 1T 5D 8L BELT LOADERS (ELEVATING TYPE) $41.93 1T 5D 8L BOBCAT (SKID STEER) $39.57 1T 5D 8L . BROOMS $39.57 1T 5D 8L BUMP CUTTER $42.35 1T 5D 8L CABLEWAYS $42.84 1T 5D 8L CHIPPER $42.35 1T 5D 8L COMPRESSORS $39.57 1T 5D 8L CONCRETE FINISH MACHINE - LASER SCREED $39.57 1T 5D 8L CONCRETE PUMPS $41.93 1T 5D 8L CONCRETE PUMP -TRUCK MOUNT WITH BOOM ATTACHMENT $42.35 1T 5D 8L CONVEYORS $41.93 1T 5D 8L CRANES, THRU 19 TONS, WITH ATTACHMENTS $41.93 1T 5D 8L CRANES, 20 -44 TONS, WITH ATTACHMENTS $42.35 1T 5D 8L CRANES, 45 TONS - 99 TONS, UNDER 150 FT OF BOOM (INCLUDING $42.84 IT 5D 8L JIB WITH ATACHMENTS) CRANES, 100 TONS - 199 TONS, OR 150 FT OF BOOM (INCLUDING JIB $43.39 1T 5D 8L WITH ATTACHMENTS) CRANES, 200 TONS TO 300 TONS, OR 250 FT OF BOOM (INCLUDING JIB $43.96 1T 5D 8L Page 2 YAKIMA COUNTY Effective 08 -31 -06 ********************************************************************************** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code WITH ATTACHMENTS) CRANES, A- FRAME, 10 TON AND UNDER $39.57 1T 5D 8L CRANES, A- FRAME, OVER 10 TON $41.93 IT 5D 8L CRANES, OVER 300 TONS, OR 300' OF BOOM INCLUDING JIB WITH $44.52 IT 5D 8L ATTACHMENTS CRANES, OVERHEAD, BRIDGE TYPE ( 20 - 44 TONS) $42.35 1T 5D 8L CRANES, OVERHEAD, BRIDGE TYPE (45 - 99 TONS) $42.84 1T 5D 8L CRANES, OVERHEAD, BRIDGE TYPE (100 TONS & OVER) $43.39 1T 5D 8L CRANES, TOWER CRANE UP TO 175' IN HEIGHT, BASE TO BOOM $43.39 1T 5D 8L CRANES, TOWER CRANE OVER 175 IN HEIGHT, BASE TO BOOM $43.96 1T 5D 8L CRUSHERS $42.35 1T 5D 8L DECK ENGINEER/DECK WINCHES (POWER) $42.35 1T 5D 8L DERRICK, BUILDING $42.84 1T 5D 8L DOZERS, D -9 & UNDER $41.93 1T 5D 8L DRILL OILERS - AUGER TYPE, TRUCK OR CRANE MOUNT $41.93 1T 5D 8L DRILLING MACHINE $42.35 1T 5D 8L ELEVATOR AND MANLIFT, PERMANENT AND SHAFT -TYPE $39.57 1T 5D 8L EQUIPMENT SERVICE ENGINEER (OILER) $41.93 1T 5D 8L FINISHING MACHINE /BIDWELL GAMACO AND SIMILAR EQUIP $42.35 IT 5D 8L FORK LIFTS, (3000 LBS AND OVER) $41.93 1T 5D 8L FORK LIFTS, (UNDER 3000 LBS) $39.57 1T 5D 8L GRADE ENGINEER $41.93 1T 5D 8L GRADECHECKER AND STAKEMAN $39.57 1T 5D 8L GUARDRAIL PUNCH $42.35 1T 5D 8L HOISTS, OUTSIDE (ELEVATORS AND MANLIFTS), AIR TUGGERS $41.93 1T 5D 8L HORIZONTAL/DIRECTIONAL DRILL LOCATOR $41.93 1T 5D 8L HORIZONTAL/DIRECTIONAL DRILL OPERATOR $42.35 1T 5D 8L HYDRALIFTS /BOOM TRUCKS (10 TON & UNDER) $39.57 IT 5D 8L HYDRALIFTS /BOOM TRUCKS (OVER 10 TON) $41.93 IT 5D 8L LOADERS, OVERHEAD (6 YD UP TO 8 YD) $42.84 1T 5D 8L LOADERS, OVERHEAD (8 YD & OVER) $43.39 1T 5D 8L LOADERS, OVERHEAD (UNDER 6 YD), PLANT FEED $42.35 1T 5D 8L LOCOMOTIVES, ALL $42.35 1T 5D 8L MECHANICS, ALL $42.84 IT 5D 8L MIXERS, ASPHALT PLANT $42.35 1T 5D 8L MOTOR PATROL GRADER (FINISHING) $42.35 1T 5D 8L MOTOR PATROL GRADER (NON- FINISHING) $41.93 1T 5D 8L MUCKING MACHINE, MOLE, TUNNEL DRILL AND /OR SHIELD $42.84 1T 5D 8L OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND MULCH SEEDING $39.57 1T 5D 8L OPERATOR PAVEMENT BREAKER $39.57 1T 5D 8L PILEDRIVER (OTHER THAN CRANE MOUNT) $42.35 1T 5D 8L PLANT OILER (ASPHALT, CRUSHER) $41.93 1T 5D 8L POSTHOLE DIGGER, MECHANICAL $39.57 1T 5D 8L POWER PLANT $39.57 IT 5D 8L PUMPS, WATER $39.57 1T 5D 8L QUAD 9, D -10, AND HD-41 $42.84 1T 5D 8L REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $42.84 1T 5D 8L EQUIP RIGGER AND BELLMAN $39.57 1T 5D 8L ROLLAGON $42.84 1T 5D 8L ROLLER, OTHER THAN PLANT ROAD MIX $39.57 1T 5D 8L ROLLERS, PLANTMIX OR MULTILIFT MATERIALS $41.93 1T 5D 8L ROTO -MILL, ROTO- GRINDER $42.35 1T 5D 8L SAWS, CONCRETE $41.93 1T 5D 8L SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING $42.35 1T 5D 8L OFF -ROAD EQUIPMENT ( UNDER 45 YD) SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING $42.84 1T 5D 8L Page 3 YAKIMA COUNTY Effective 08 -31 -06 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code OFF -ROAD EQUIPMENT (45 YD AND OVER) SCRAPERS, CONCRETE AND CARRY ALL $41.93 1T 5D 8L SCREED MAN $42.35 1T 5D 8L SHOTCRETE GUNITE $39.57 1T 5D 8L .' SLIPFORM PAVERS $42.84 1T 5D 8L SPREADER, TOPSIDE OPERATOR - BLAW KNOX $42.35 IT 5D 8L SUBGRAUE T RiiviiviER $42.35 1T bU 8L TOWER BUCKET ELEVATORS $41.93 1T 5D 8L TRACTORS, (75 HP & UNDER) $41.93 1T 5D 8L T RAI, I vrNJ, (OVER 75 HP) $42.35 1T 5U 8L TRANSFER MATERIAL SERVICE MACHINE $42.35 IT 5D 8L TRANSPORTERS, ALL TRACK OR TRUCK TYPE $42.84 1T 5D 8L met TRENCHING MACHINES yw $41.93 1T 5D 8L TRUCK CRANE OILER /DRIVER ( UNDER 100 TON) $41.93 1T 5D 8L TRUCK CRANE OILER/DRIVER (100 TON & OVER) $42.35 1T 5D 8L TRUCK MOUNT PORTABLE CONVEYER $42.35 1T 5D 8L . WHEEL TRACTORS, FARMALL TYPE $39.57 1T 5D 8L YO YO PAY DOZER $42.35 1T 5D 8L POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE $34.75 4A 5A SPRAY PERSON $33.00 4A 5A TREE EQUIPMENT OPERATOR $33.43 4A 5A TREE TRIMMER $31.10 4A 5A TREE TRIMMER GROUNDPERSON $23.43 4A 5A REFRIGERATION & AIR CONDITIONING MECHANICS MECHANIC $51.65 1Q 5A ROOFERS JOURNEY LEVEL $29.75 2P 51 USING IRRITABLE BITUMINOUS MATERIALS $32.75 2P 51 . SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) $40.51 1B 5A SOFT FLOOR LAYERS JOURNEY LEVEL $23.11 1N 5A SOLAR CONTROLS FOR WINDOWS JOURNEY LEVEL $7.63 1 SPRINKLER FITTERS (FIRE PROTECTION) JOURNEY LEVEL $40.70 1R 5Q SURVEYORS CHAIN PERSON $9.25 1 INSTRUMENT PERSON $12.05 1 PARTY CHIEF $15.05 1 TELECOMMUNICATION TECHNICIANS TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $20.00 1 TELEPHONE LINE CONSTRUCTION - OUTSIDE CABLE SPLICER $29.89 2B 5A HOLE DIGGER/GROUND PERSON $16.81 2B 5A INSTALLER (REPAIRER) $28.68 28 5A JOURNEY LEVEL TELEPHONE LINEPERSON $27.82 2B 5A SPECIAL APPARATUS INSTALLER 1 $29.89 2B 5A • SPECIAL APPARATUS INSTALLER II $29.30 2B 5A TELEPHONE EQUIPMENT OPERATOR (HEAVY) $29.89 2B 5A TELEPHONE EQUIPMENT OPERATOR (LIGHT) $27.82 2B 5A TELEVISION GROUND PERSON $15.96 2B 5A TELEVISION LINEPERSON /INSTALLER $21.17 2B 5A TELEVISION SYSTEM TECHNICIAN $25.15 2B 5A TELEVISION TECHNICIAN $22.64 2B 5A TREE TRIMMER $27.82 2B 5A TERRAZZO WORKERS & TILE SETTERS JOURNEY LEVEL $27.54 2M 5A Page 4 YAKIMA COUNTY Effective 08 -31 -06 ********************************************************************************** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code TILE, MARBLE & TERRAZZO FINISHERS FINISHER $23.59 2M 5A TRAFFIC CONTROL STRIPERS JOURNEY LEVEL $34.90 1K 5A TRUCK DRIVERS ASPHALT MIX $14.19 1 DUMP TRUCK $30.93 2G 61 DUMP TRUCK & TRAILER $30.93 2G 61 OTHER TRUCKS $30.93 2G 61 TRANSIT MIXER $30.93 2G 61 WELL DRILLERS & IRRIGATION PUMP INSTALLERS IRRIGATION PUMP INSTALLER $11.15 1 OILER $920 1 WELL DRILLER $17.68 1 Page 5 BENEFIT CODE KEY - EFFECTIVE 08 -31 -06 OVERTIME CODES OVERTIME CALCULATIONS ARE BASED ON THE HOURLY RATE ACTUALLY PAID TO THE WORKER. ON PUBLIC WORKS PROJECTS, THE HOURLY RATE MUST BE NOT LESS THAN THE PREVAILING RATE OF WAGE MINUS THE HOURLY RATE OF THE COST OF FRINGE BENEFITS ACTUALLY PROVIDED FOR THE WORKER. 1. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. A. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. B. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL 13E 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 WORKED SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. D. THE FIRST TWO (2) HOURS BEFORE OR AFTER A FIVE - EIGHT (8) HOUR WORKWEEK DAY OR A FOUR - TEN (10) HOUR WORKWEEK DAY AND THE FIRST EIGHT (8) HOURS WORKED THE NEXT DAY AFTER EITHER WORKWEEK SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL ADDITIONAL HOURS WORKED AND ALL WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. E. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER HOURS WORKED MONDAY THROUGH SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. F. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER OVERTIME HOURS WORKED, EXCEPT LABOR DAY, SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. G. THE FIRST TEN (10) HOURS WORKED ON SATURDAYS AND THE FIRST TEN (10) HOURS WORKED ON A FIFTH CALENDAR WEEKDAY IN A FOUR - TEN HOUR SCHEDULE, SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. H. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS OR EQUIPMENT BREAKDOWN) SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. J. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED OVER TEN (10) HOURS MONDAY THROUGH SATURDAY, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. K. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. L. ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. M. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS) SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. N. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS) SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. O. THE FIRST TEN (10) HOURS WORKED ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS, HOLIDAYS AND AFTER TWELVE (12) HOURS, MONDAY THROUGH FRIDAY, AND AFTER TEN (10) HOURS ON SATURDAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. P. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS) AND SUNDAYS SHALL BE PAID AT ONE AND ONE - HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. BENEFIT CODE KEY - EFFECTIVE 08 -31 -06 • - 2- 1. Q. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND UP TO TEN (10) HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT CHRISTMAS DAY) SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON CHRISTMAS DAY SHALL BE PAID AT TWO AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. R. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. S. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER OVERTIME HOURS WORKED EXCEPT TABOR DAV SHAT T BF PAID AT nnT IBT E THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. T. ALL HOURS WORKED ON SATURDAYS, EXCEPT MAKE -UP DAYS, SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED AFTER 6:OOPM SATURDAY TO 6:OOAM MONDAY AND ON HOLIDAYS 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 ON SUNDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLYRATE OF WAGE. V. ALL HOURS WORKED ON SATURDAYS, 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) 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 2. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. A. THE FIRST SIX (6) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF SIX (6) HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. B. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. C. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. D. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT STRAIGHT TIME IN ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON HOLIDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. E. ALL HOURS WORKED ON SATURDAYS OR HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE - HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS OR ON LABOR DAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. F. THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT THE STRAIGHT HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. G. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE -HALF TIMES THE HOURLY RATE OF WAGE INCLUDING HOLIDAY PAY. • H. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. I. ALL HOURS WORKED ON SATURDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE - HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND ON LABOR DAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. J. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE -HALF TIMES THE HOURLY RATE OF WAGE, INCLUDING THE HOLIDAY PAY. ALL HOURS WORKED ON UNPAID HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. BENEFIT CODE KEY - EFFECTIVE 08 -31 -06 -3- 2. K. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY. M. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. O. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. P. THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT 8) HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. 4A. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. HOLIDAY CODES 5. A. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). B. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (8). C. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). D. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AND SATURDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). E. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, PRESIDENTIAL ELECTION DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). F. HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (11). G. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (7). H. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, AND CHRISTMAS (6). I. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (6). J. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY, AND CHRISTMAS DAY (7). N. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (9). P. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AND SATURDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (9). Q. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (6). R. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, ONE -HALF DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY. (7 1/2). S. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (7). T. PAID HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND THE DAY BEFORE OR AFTER CHRISTMAS (10). BENEFIT CODE KEY - EFFECTIVE 08 -31 -06 -4- 5. V. PAID HOLIDAYS: SIX (6) PAID HOLIDAYS. W. PAID HOLIDAYS: NINE (9) PAID HOLIDAYS. X. HOLIDAYS: AFTER 520 HOURS - NEW YEAR'S DAY, THANKSGIVING DAY AND CHRISTMAS DAY. AFTER 2080 HOURS - NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, CHRISTMAS DAY AND A FLOATING HOLIDAY (8). Y. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, PRESIDENTIAL ELECTION DAY, THANKSGIVING DAY, THE FRIDAY FOLLOWING THANKSGIVING DAY, AND CHRISTMAS DAY (8). Z. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). 6. A. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). B. PAID HOLIDAYS: NEW YEAR'S EVE DAY, NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS EVE'S DAY, AND CHRISTMAS DAY (9). C. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, 11 IANKSG1V1NL. i DAY, 1HE DAY AF1E1 (1HANKSU1V1NCi DAY ,1HE LAS 1 WORK DAY Bh1^O1tEUHRIS1MAS DAY ,AND CHRISTMAS DAY (9). D. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY BEFORE OR THE DAY AFTER CHRISTMAS DAY (9). F. PAID HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (11). I. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). L. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY. (8) Q. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY (8). UNPAID HOLIDAY: PRESIDENTS' DAY. T. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (9). U. HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS DAY, CHRISTMAS DAY (9). V. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY, CHRISTMAS DAY, AND ONE DAY OF THE EMPLOYEE'S CHOICE (9). (� /� YY. PAID HOLIDAYS: NEW YEARS DAY, DAY BEFORE NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, DAY BEFORE OR AFTER CHRISTMAS DAY (10). X. PAID HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE OR AFTER NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, DAY BEFORE OR AFTER CHRISTMAS DAY, EMPLOYEE'S BIRTHDAY (11). NOTE CODES 8. A. THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE -HALF TIMES THE DIVERS RATE OF PAY. 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 175' - $2.25 PER FOOT FOR EACH FOOT OVER 100 FEET BENEFIT CODE KEY - EFFECTIVE 08 -31 -06 - OVER 175' TO 250' - $5.50 PER FOOT FOR EACH FOOT OVER 175 FEET OVER 250' - DIVERS MAY NAME THEIR OWN PRICE, PROVIDED IT IS NO LESS THAN THE SCALE LISTED FOR 250 FEET • C. THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE -HALF TIMES THE DIVERS RATE OF PAY. 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. PROPOSAL Proposal Form Item Proposal Bid Sheet Bid Bond Form Non- Collusion Declaration Non - Discrimination Provision Subcontractor List Women and Minority Business Enterprise Policy Council Resolution Affirmative Action Plan Bidders Certification Subcontractors Certification Proposal Signature Sheet Bidders Check List PROPOSAL To the City Clerk Yakima, Washington This certifies that the undersigned has examined the location of: City of Yakima Washington Avenue Median Repair / Removal 16th Ave. to 24th Ave. City Project No. 2124 Federal Aid Number: STPUS -4558 (007) and that the plans, specifications and contract governing the work embraced in this improvement, and the method by which payment will be made for said work, is understood. The undersigned hereby proposes to undertake and complete the work embraced in this improvement, or as much thereof as can be completed with the money available in accordance with the said plans, specifications and contract, and the following schedule of rates and prices. NOTE: Unit prices for all items, all extensions, and total amount of bid, shall be shown, and be written in ink or typed. Show unit prices in figures only. Figures written to the right of the dot (decimal) in the dollars column shall be considered as cents. 97 ITEM PROPOSAL BID SHEET (ADDENDUM #1, February 2, 2007) City of Yakima Washington Ave Median Removal / Reconstruction 24th Avenue to 16th Avenue City Project No. 2124 Federal Aid Number: STPUS -4558 (007) ITEM PROPOSAL ITENI UNIT PRICE AMOUNT NO. PAYMENT SECTION DOLLARS DOLLARS 1 SPCC PLAN _ 1 -07.15 1 LS jl P L C 9 DC . CO 2 MOBILIZATION 1 -09.7 1 LS 5 y P 5 Cb , CO 55 0 C c0 3 TRAFFIC CONTROL SUPERVISIOR 1 -10.5 1 LS ,),,"jt1C ,CZ1 ,�C 60 4 FLAGGERS AND SPOTTERS i f 1 10.5 320 HR . - 1 - 5,3(:) i!i �l 60 . et) 5 OTHER TRAFFIC CONTROL LABOR (Mire. bid $30.00 per hour) 1 -10.5 40 HR 3, 5 0 1, f �[ �� �1 0 60 6 OTHER TEMPORARY TRAFFIC CONTROL DEVICES c, 1 10.5 1 LS / , 7 5e, 117 /0r QC 7 CONSTRUCTION SIGNS CLASS 'A' 1 -10.5 200 SF i 0 to f / 006 OC) 8 SAW CUT, PER INCH DEPT 5,400 LF o � , qo . Op 2 -02.5 9 REMOVING EXISTING MEDIANS 2 -02.5 1 LS ; ,),C)0.01.) 5, 00. (50 10 CRUSHED SURFACING BASE COURSE 4 -04.5 380 TON 1 .`5.6(? 5, 706 _ C )C) 44 4 06.5 0 TON 12 HMA CL. A PG 64 -28 (4" DEPTH) / / 5 -04.5 150 TON �t' . L��� 9 G �, z. cyo 13 PLANTER BRICK - IN PLACE 5 -05.5 550 SY 50 ;CEO ,) Z 706. QU 14 CEMENT CONC. TRAFFIC CURB AND GUTTER 8 -14.5 25 LF 5 I, id5.11Ci 15 SIGNPOST SOCKETS L? . 8 -14.5 4 EA 75, L 00 - coy 16 ILLUMINATION SYSTEM RECONSTRUCTION 1 8 -20.5 1 LS i [ C'• L`' l 0 1 °Co • co 17 REPAIR OR REPLACEMENT _ 8 -30.5 1 FA $2,500 ,2 I .cc, CC TOTAL c?,/ 65, UU * END OF ADDENDUM NO. 1 Adduudum 1 Page 3 of 3 212/11 BID BOND FORM Herewith find deposit in the form of a certified check, cashiers check, cash, or bid bond in the amount of $ which amount is not less than five percent of the total bid. Sign Here BID BOND KNOW ALL MEN BY THESE PRESENTS: That we, COLUMBIA ASPHALT & GRAVEL, INC. , as principal, and FIDELITY & DEPOSIT COMPANY OF MARYLAND , as Surety, are held and firmly bound unto the City of Yakima, as Obligee, in the penal sum of 5% OF AMOUNT OF BID Dollars, for the payment of which the Principal and the Surety bind themselves, their heirs, executors, adrninistrators, 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 WA AVE MEDIAN REPAIR /REMOVAL 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 14TH DAY O FEBRUARY , iC 2007 COL uli. A ASP /& GRAVEL, INC. 1 i pr ' i ii FIDES TY % &: Principal .Q�S T C ttl! �1¢PANY -QF MARYLAND TRACI SULLIVAN Surety ATTORNEY -IN -FACT ,19 Received return of deposit in the sum of $ • Bid Documents 4 05/10/99 • Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corporation of the State of Maryland, by WILLIAM J. MILLS, Vice President, and ERIC D. BARNES, Assistant Secretary, in pursuance of authority granted by Article V1, Section 2, of the By -Laws of said Company, are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date ; to by nominate, constitute • and appoint Don W. EMERICK, JR., Lissa M. SHIVELY, Traci S ��1 ` - y r '� KEE, all of Yakima, Washington, EACH its true and lawful agent and Attorney -i i . ' .• �' • eccu & � lt'+" for, and on its behalf as surety, and as its act and deed: any and all bon {�� + 1 W gs .1st' ' + 'o such bonds or undertakings in ' pursuance of these presents, shall be as bi . . .. : �;om.. ' ,�, �!' ply, to all intents and purposes, as if they had been duly executed and ac•. al ; =. =e re: -� &C A% % o x r ers of the Company at its office in Baltimore, Md., in their own proper pe � p1‘. - of o,.r- l. t r issued on behalf of Don W. EMERICK, JR., Carol KORN, Jana PERKINS, Lis r% - lre' + AN, Tammy R. MCKEE, dated April 10, 2003. The said Assistant t '• • esle eby certify that the extract set forth on the reverse side hereof is a true copy of Article VI, Section 2, of the By- !Fs . • said Company, and is now in force. IN WITNESS WHEREOF, the said Vice - President and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seal of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 28th day of February, A.D. 2005. ATTEST: FIDELITY AND DEPOSIT COMPANY OF MARYLAND ts DEPps, r f O O 5 MN / "fa By: ! Eric D. Barnes Assistant Secretary William J. Mills Vice President State of Maryland ss: City of Baltimore f On this 28th day of February, A.D. 2005, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came WILLIAM J. MILLS, Vice President, and ERIC D. BARNES, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. z ' • sit Maria D. Adamski Notary Public My Commission Expires: July 8, 2007 POA -F 180 -3127 EXTRACT FROM BY -LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice - President, or any of the Senior Vice - Presidents or Vice - Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice - Presidents, Assistant Vice - Presidents and Attorneys -in -Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in th nntn e of m nrtnanec an(l to affix th t of th Company thereto." /,rf1T Ir • fl, I 1, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that the Vice - President who executed the said Power of Attorney was one of the additional Vice - Presidents specially authorized by the Board of Directors to appoint any Attorney -in -Fact as provided in Article VI, Section 2, of the By -Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND. . This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice - President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company, this 14TH day of FEBRUARY , 2007 . % : / i Assistant Secretary NON - COLLUSION DECLARATION I, by signing the proposal, hereby declare, under penalty of perjury under the laws of the United States that the following statements are true and correct: 1. That the undersigned person(s), firm, association or corporation has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the project for which this proposal is submitted. 2. That by signing the signature page of this proposal, I am deemed to have signed and have agreed to the provisions of this declaration. NOTICE TO ALL BIDDERS To report bid rigging activities call: I - 800 - 424 -9071 The U.S. Department of Transportation (USDOT) operates the above toll -free "hotline" Monday through Friday, 8:00 a.m. to 5:00 p.m., Eastern time. Anyone with knowledge of possible bid rigging, bidder collusion, or other fraudulent activities should use the "hotline" to report such activities. The "hotline" is part of USDOT's continuing effort to identify and investigate highway construction contract fraud and abuse and is operated under the direction of the USDOT Inspector General. All information will be treated confidentially and caller anonymity will be respected. 103 104 NON - DISCRIMINATION PROVISION During the performance of this contract, the contractor agrees as follows: (1) The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex or national origin. Such action shall include, but not be limited to the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. *(2) The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex or national origin. *(3) The contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice, to be provided by the agency contracting officer, advising the labor union or workers' representative of the contractor's commitments under Section 202 of Executive Order No. 11246 of September 24, 1965, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. "(4) The contractor will comply with all provisions of Executive Order No. 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. *(5) The contractor will furnish all information and reports required by Executive Order No. 11246 of September 24, 1965, and by the rules regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the contracting agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. "(6) In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any such rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts in accordance with procedures authorized in Executive Order No. 11246 of September 24, 1965, and such other sanctions may be imposed and remedies involved as provided in Executive Order No. 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. "(7) The contractor will include the provisions of Paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or orders 01 the Secretary of Labor issued pursuant to Section 204 of Executive Order No. 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order as the contracting agency may direct as a means of enforcing such provisions including sanctions for noncompliance: Provided however, that in the event the contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the contracting agency, the contractor may request the United States to enter into such litigation to protect the interests of the United States." 105 106 SUBCONTRACTOR LIST Prepared in compliance with RCW 39.30.060 as amended (To be submitted with the Bid Proposal) Failure to list subcontractors who are proposed to perform the work of heating, ventilation and air • conditioning, plumbing, as described in Chapter 18.106 RCW, and electrical as described in Chapter 19.28 RCW will result in your bid being non - responsive and therefore void. Subcontractor(s) that are proposed to perform the work of heating, ventilation and air conditioning, plumbing, as described in Chapter18.106 RCW, and electrical as described in Chapter 19.28 RCW must be listed below. The work to be performed is to be listed below the subcontractor(s) name. • If no subcontractor is listed below, the bidder acknowledges that it does not intend to use any subcontractor to perform those items of work. Subcontractor Name & t1491A ,4306.4- Lyeati Item Numbers / 9 , Jb 1 0 /4 Subcontractor Name G-V- 2.'1 - Cc-n.11-61 Item Numbers 2, 1 4 f 7, ! 7 Subcontractor Name 50-S2-brUSk c 016 (1,0_4 t1 Item Numbers Subcontractor Name A Yi1(. !ecfrv.. Item Numbers /6 • Subcontractor Name Item Numbers Bid Items to be performed by the Prime Contractor: Prime Contractor Name QA,k.kAla 03( .\42‘c ' (ceX S , Item Numbers 107 108 WOMEN AND MINORITY BUSINESS ENTERPRISE POLICY It is the policy of the City of Yakima that women and minority business enterprises shall have the maximum opportunity to participate in the performance of work relating to the City's activities. To this end, the City is committed to take all necessary and reasonable steps in accordance with state and federal rules and regulations to ensure women and minority business enterprises the maximum opportunity to compete for and to perform contracts. In order to enhance opportunities for women and minority businesses to participate in certain contractor opportunities with the City of Yakima, and as a recipient of federal and state financial assistance, the City is committed to a women and minority business enterprise utilization program. The City is determined to maximize women and minority business opportunities through participation in the competitive bidding process through women and minority business enterprise affirmative action programs administratively established by the City Manager and monitored and implemented in accordance with state and federal rules and regulations. All women and minority business enterprise programs shall include specific goals for participation of women and minority businesses in City projects of at least ten percent (10 %) of the total dollar value of City contract over $10,000. Goals shall be reviewed and updated annually by the City Manager for applicability and to ensure that the intent of this policy is accomplished. This statement of policy will be widely disseminated to all managers, supervisors, minorities and women employed by the City of Yakima as well as to contractors, vendors, suppliers, minorities and women who may seek the City's procurement and construction contracts related to the women and minority business enterprise programs. Contractors associations will be made aware of construction projects affected by this policy through all available avenues to assure that plans /specifications, bid forms, and invitations to bid are as widely distributed as possible. 109 110 RESOLUTION NO. 0-4816 A RESOLUTION adopting a "Women And Minority Business Enterprise Policy" for the City of Yakima. WHEREAS, the City of Yakima is the recipient of federal and state assistance which assistance carries with it the obli- gation of contracting with Women And Minority Business Enter- prises for the performance of public works, and WHEREAS, it is the intention of the City of Yakima that Women And Minority Business Enterprises shall have the maximum practicable opportunity to participate in the performance of such public works, and WHEREAS, the City of Yakima is determined to maximize Women And Minority Business Enterprise opportunities for parti- cipation in its competitive bidding process through the adoption of the "Women And Minority Business Enterprise Policy" statement attached hereto, now, therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAK1MA: The City Council hereby adopts the "Women And Minority Business Enterprise Policy ", a copy of which is attached hereto and by reference made a part hereof. ADOPTED BY THE CITY COUNCIL this •, , day of ,c-,c,c.._ , 1983. e74 f\ OrrAW.A3a4 Mayor ATTEST: City Clerk 111 112 AFFIRMATIVE ACTION PLAN The bidders, contractors and subcontractors will not be eligible for award of a contract under this Advertisement for Bids unless it certifies as prescribed, that it adopts the minimum goals and timetable of minority and women workforce utilization and specific affirmative action steps as set forth by the City of Yakima, This is directed at increasing minority and women workforce utilization by means of applying good faith efforts to carrying out such steps. However, no contractor or subcontractor shall be found to be in noncompliance solely on account of its failure to meet its goals within its timetables, but such contractor shall be given the opportunity to demonstrate that it has instituted all of the specific affirmative action steps specified by the City of Yakima, and has made every good faith effort to make these steps work toward the attainment of its goals, all to the purpose of expanding minority and women workforce utilization on all of its projects in the City of Yakima, Washington. In all cases, the compliance of a bidder, contractor or subcontractor will be determined in accordance with its respective obligations under the terms of these Bid Conditions. All bidders and all contractors and subcontractors performing or to perform work on projects subject to these Bid Conditions hereby agree to inform their subcontractors of their respective obligations under the terms and requirements of these Bid Conditions, including the provisions relating to goals of minority and women employment and training. Specific Affirmative Action Steps Bidders, contractors and subcontractors subject to this contract must engage in affirmative action directed at increasing minority and women workforce utilization, which is at least as extensive and as specific as the following steps: a. The contractor shall notify community organizations that the contractor has employment opportunities available and shall maintain records of the organizations' response. b. The contractor shall maintain a file of the names and addresses of each minority and women worker referred to him and what action was taken with respect to each such referred worker, and if the worker was not employed, the reasons therefore. If suchworker was not sent to the union hiring hall for referral or if such worker was not employed by the contractor, the contractor's file shall document this and the reasons therefore. c. The contractor shall promptly notify the City of Yakima Engineering Division an Contract Compliance Officer when the union or unions with whom the contractor has collective bargaining agreement has not referred to the contractor a minority or woman worker sent by the contractor or the contractor has other information that the union referral process has impeded him in his efforts to meet his goal. d. The contractor shall participate in training programs in the area, especially those funded by the Department of Labor. e. The contractor shall disseminate his EEO policy within his own organization by including it in any policy manual; by publicizing it in company newspapers, annual reports, etc., by conducting staff, employee and union representatives' meetings to explain and discuss the policy; by posting of the policy; and by specific review of the policy with minority employees. f. The contractor shall disseminate his EEO policy externally by informing and discussing it with all recruitment sources; by advertising in news media, specifically including minority news media; and by notifying and discussing it with all subcontractors and suppliers. 113 g. The contractor shall make specific efforts and constant personal (both written and oral) recruitment efforts directed at all minority or women organizations, schools with minority students, minority recruitment organizations and minority training organizations, within the contractor's recruitment areas. h. The contractor shall make specific efforts to encourage present minority employees to recruit their friends and relatives. i. The contractor shall validate all man specifications; selection requirements, tests, etc. j. The contractor shall make every effort to promote after school, summer and vacation em plo yme nt to minority youth. k. The contractor shall develop on- the -job training opportunities and participate and aceiet in any accnciatinn nr amnlnyar nrni in trainin nrnnramc rcga to fha contractor's employee needs consistent with its obligations under this bid. I. The contractor shall continually inventory and evaluate all minority and women personnel for promotion opportunities and encourage minority and women employees to seek such opportunities. m. The contractor shall make sure that seniority practices, job classifications, etc., do not have a discriminatory effect. n. The contractor shall make certain that all facilities and company activities are non- segregated. o. The contractor shall continually monitor all personnel activities to ensure that his EEO policy is being carried out. p. The contractor shall solicit bids for subcontracts from available minority and women subcontractors, engaged in the trades covered by these Bid Conditions, including circulation of minority and women contractor associations. q. Non cooperation: In the event the union is unable to provide the contractor with a reasonable flow of minority and women referrals within the time limit set forth in the collective bargaining agreements, the contractor shall, through independent recruitment efforts, fill the employment vacancies without regard to race, color, religion, sex or national origin, making full efforts to obtain qualified and /or qualifiable minorities and women. (The U.S. Department of Labor has held that it shall be no excuse that the union with which the contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority or women employees.) In the event the union referral practice prevents the contractor from meeting the obligations pursuant to Executive Order 11246 and 23 CFR Part 230 as amended, and the Standard Specifications, such contractor shall immediately notify the City of Yakima Engineering Department or the City of Yakima Compliance Officer. 114 BIDDERS CERTIFICATION A bidder will not be eligible for award of a contract under this invitation for bids unless such bidder has submitted as a part of its bid the following certification, which will be deemed a part of the resulting contract: e LJoilq 606 [ t- rc u L J c . certifies that: (BIDDER) 1. It intends to use the following listed construction trades in the work under the contract 1 ii C CD►- Aim_ , c'_64 c.d' i t)r) , PC tVi nr l Tied-Hal and; as to those trades for which it is required by these Bid Conditions to comply with these Bid Conditions, it adopts the minimum minority and women workforce utilization goals and the specific affirmative action steps for all construction work (both federal and non - federal) in the Yakima, Washington area subject to these Bid Conditions, those trades being: . - r( . Cbr,4 Yca( AV ne and; 2. It will obtain from each of its subcontractors and submit to the contracting or administering agency prior to the award of any sub - contract under this contract the Subcontractor Certification required by these Bid Conditions. (Si. ____ / ature of Authorized Representative of Bidder) 115 116 Contractor and Subcontractor or Lower Tier Subcontractor Certification for Federal -Aid Projects DOT FORM 420 -004EF Follows this page as an Attachment 117 118 Materially and Responsiveness The certification required to be made by the bidder pursuant to these Bid Conditions is material, and will govern the bidder's performance on the project and will be made a part of his bid. Failure to submit the certification will render the bid non responsive. Compliance and Enforcement Contractors are responsible for informing their subcontractor (regardless of tier) as to their respective obligations under the conditions of the contract here (as applicable). Bidders, contractors and subcontractors hereby agree to refrain from entering into any contract or contract modification subject to Executive Order 11246, as amended on September 24, 1965, with a contractor debarred from, or who is determined not to be a responsible' bidder for, government contracts and federally assisted construction contracts pursuant to Executive Order. The bidder, contractor or subcontractor shall carry out such sanctions and penalties for violation of the equal opportunity clause including suspension, termination and cancellation of existing subcontracts as may be imposed or ordered by the administering agency, the contracting agency or the Office of Federal Contract Compliance pursuant to the Executive Order. Any bidder, or contractor or subcontractor who shall fail to carry out such sanctions and penalties shall be deemed to be in non - compliance with these Bid Conditions and Executive Order 11246, as amended. Nothing herein is intended to relieve any contractor or subcontractor during the term of its contract on this project from compliance with Executive Order 11246, as amended, and the Equal Opportunity Clause of its contract. Violation of any substantial requirement in the affirmative action plan by a contractor or subcontractor covered by these Bid Conditions including the failure of such contractor or subcontractor to make a good faith effort to meet it fair share of the trade's goals of minority and women workforce utilization, and shall be grounds for imposition of the sanctions and penalties provided at Section 209 (a) of Executive Order 11246, as amended. Each agency shall review its contractors' and subcontractors' employment practices during the performance of the contract. If the agency determines that the affirmative action plan no longer represents effective affirmative action, it shall so notify the Office of Federal Contract Compliance which shall be solely responsible for any final determination of that question and the Consequences thereof. In regard to these conditions, if the contractor or subcontractor meets its goals or if the contractor or subcontractor can demonstrate that it has made every good faith effort to meet those goals, the contractor of the subcontractor shall be presumed to be in compliance with Executive Order 11246, as amended, the implementing regulations and its obligations under these Bid Conditions and no formal sanctions or proceedings leading toward sanctions shall be instituted unless the agency otherwise determines that the contractor or subcontractor is not providing equal employment opportunities. In judging whether a contractor or subcontractor has met its goals, the agency will consider each contractors or subcontractor's minority and women workforce utilization and will not take into consideration the minority and women workforce utilization of its subcontractors. Where the agency finds that the contractor or subcontractor has failed to comply with the requirement of Executive Order 11246, as amended, the implementing regulations and its obligations under these Bid Conditions, the agency shall take such action and impose such sanctions as may be appropriate under Executive Order and the regulations. When the agency proceeds with such formal action, it has the burden of proving that the contractor has not met the requirements of these Bid Conditions, but the contractor's failure to meet his goals shall shift to him the requirement to come forward with evidence to show that he has met the "good faith" requirements of these Bid Conditions by instituting at least the Specific Affirmative Action steps listed above and by making every good faith effort to make those steps work toward the attainment of its goals within its timetables. The pendency of such formal proceedings shall be taken into consideration by Federal agencies in determining whether such contractor or 119 subcontractor can comply with the requirements of Executive Order 11246, as amended, and is therefore a "responsible prospective contractor" within the meaning of the Federal Procurement Regulations. It shall be no excuse that the union with which the contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority and women employees. The procedures set forth in these conditions shall not apply to any contract when the head of the contracting or administering agency determines that such contract is essential to the national security and that its award without following such procedures is necessary to the national security. Upon making such a determination, the agency head will notify, in writing, the Director of the Office of Federal Contractor Compliance within thirty days. Requests for exemptions from these Bid Conditions must be made in writing, with justification, to the: Director Office of Federal Contractor Compliance U.S. Department of Labor Washington, D.C. 20210 and shall he forwarded through and with the endorsement of the agency head. Contractors and subcontractors must keep such records and file such reports relating to the provisions of these Bid Conditions as shall be required by the contracting or administering agency or the Office of • Federal Contractor Compliance. 120 PROPOSAL Washington Avenue Median Repair / Removal 16th Avenue to 24th Avenue City Project Nos. 2124 Federal Aid No: STPUS - 4558(006) The bidder is hereby advised that by signature of this proposal he /she is deemed to have acknowledged all requirements and signed all certificates contained herein. A proposal guaranty in an amount of five percent (5 %) of the total bid, based upon the approximate estimate of quantities at the above prices and in the form as indicated below, is attached hereto: CASH ❑ IN THE AMOUNT OF CASHIER'S CHECK ❑ DOLLARS CERTIFIED CHECK ❑ ($ ) PAYABLE TO THE STATE TREASURER PROPOSAL BOND CZ IN THE AMOUNT OF 5% OF THE BID " Receipt is hereby acknowledged of addendum(s) No.(s) & SIGNATURE OF AUTHORIZED OFFICIAL(s) O G/ItP Qp0 FIRM NAME , �htinb ' 1 Agi 4 (ADRESS) Po & J, / c - Y63 X)1.3 gicri6iii l , Lui4 ti i0 9 PHONE NUMBER STATE OF WASHINGTON CONTRACTORS ICENSE NUM ER ( ,O LLLfl'U -i && FEDERAL ID No. CP•mo'!'.8 " Note: (1) This proposal form is not transferable and any alteration of the firm's name entered hereon without prior permission from the Secretary of Transportation will be cause for considering the proposal irregular and subsequent rejection of the bid. (2) Please refer to section 1 -02.6 of the standard specifications, re: "Preparation of Proposal," or "Article 4" of the Instructions to Bidders for building construction jobs. (3) Should it be necessary to modify this proposal either in writing or by electronic means, please make reference to the following proposal number in your communication. 121 • 122 BIDDER'S CHECK LIST The bidder's attention is especially called to the following forms, which must be executed, as required, and submitted on the form purchased from the City and bound in the Contract Documents: A. PROPOSAL The unit prices, extensions and total amounts bid must be shown in the spaces provided. B. BID BOND ACCOMPANYING BID This Bid Bond form is to be executed by the bidder and the surety company unless bid is accompanied by a certified check. The amount of this bond shall be not Tess than 5% of the total amount bid and may be shown in dollars or on a percentage basis. C. SUBCONTRACTOR LIST The form must be filled in. Failure to provide this information at time of bid WILL NOT render the bid non - responsive. D. BIDDER'S CERTIFICATION E. PROPOSAL SIGNATURE SHEET Must be filled in and signed by the bidder. F. MBE/WBE FORM It is requested that The Bidder's Certification of the "Affirmative Action Profile" in the MBE/WBE Form be filled in and signed by the bidder. Failure to provide this information WILL NOT render the bid non - responsive. The following forms are to be executed after the contract is awarded: A. CONTRACT This agreement is to be executed by the successful bidder. B. PERFORMANCE BOND To be executed by the successful bidder and his /her surety company. C. CERTIFICATE OF INSURANCE Refer to attached Informational Certificate of Insurance and Additional Insured Endorsement. Also refer to Section 1 -07.18 (APWA) of the Standard Specifications and Special Provisions. D. DOT Form 420 -004EF Refer to Required Contract Provisions Federal -Aid Construction Contracts FHWA- 1273. 123 CONSTRUCTION DETAILS Construction Details (Plans Follow) REMOVE EX ISTING CURB Li 9.0' w z z 5' _ D 4" CL. 'A' HMA 1 3 (COMPACTED DEPTH) EXISTING o � - _ Q • •• Q ASPHALT N 2% �+►! �• ' •= • 2X In EXISTING ASPHALT ?.�S .�t192" .�1'.!�_-. ''.1�. i %� /'�'I�•�rrs � t t ♦ ♦ �t 4 ♦♦♦♦♦♦♦♦♦ ♦ ♦ ♦ ♦ ♦ ♦♦♦♦ ♦ ♦ ♦♦♦♦♦♦♦♦♦♦♦♦♦ * ♦ ♦ ♦ ♦ ♦ * ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ 4 ♦♦♦►♦ .1��♦� of P4•� '.4r:.I �•�It�I�•1;I eI�'�.� .! �1.�� t53� ,.,/,„-,.,,,,,„.......... \ \ \ \ / \ \� 8" CSBC \/ \/ \ \ \ \\ \\ \ \ EXISTING EXISTING /i / /i // / / � /�/ %/, / \ � (COMPACTED DEPTH) ��` \�� \, � \��\ BASE ROCK BASE ROCK COMPACTED SUB GRADE 8' TYPICAL REMOVAL SECTION Iii I 1 I D l D . d' CC y DA • I C2 ,1 D s y _ I 1D .. m[ I . ..D. 10111111 . .a IUD .,0 ., p. .. , = II , D.. W e I D° 7.0"x8.75" COBBLESTONE PAVER 5' RUNNING BOND LAYOUT AS PER IN MUTUAL MATERIALS CO. OR APPROVED EXISTING EQUIVALENT. COLOR PER SPECIFICATIONS. / UMINAIRE (TYP) PLAN VIEW SANDED JOINTS (SWEPT & VIBRATED INTO VOIDS) 0.1' SAND \ (LEVELING COURSE) / \ MASONARY PAVERS EX. CURB & GUTTER EX. CURB do GUTTER �' "t�: t : : j / d•: �• • / ' yam • / / / t MWA g 0.3' CSBC L_ (COMPACTED COMPACTED SUBGRADE COMPACTED DEPTH) APPLY SOIL STERILANT BEFORE PLACING CSBC TYPICAL REPAIR SECTION APPROVED:5 -31 -05 CITY OF YAKIMA - PROJECT DETAIL I MEDIAN REMOVAL /REPAIR 1 P3 • 5 1/2" 10" 1/2" R 1" R 2 1/2" -.-- 5" -.- 2 1/2" -••I- 1" BATTER X R 1/2" R 1/2" R : 1/2 " ••.. «• . - a 1 " R . .. 1" R I --- m 18" - ^f 5/8" REBAR 0 10' O.C. ��� a% i / / / / /� /�l : t i o CEMENT CONCRETE BARRIER CURB CEMENT CONCRETE EXTRUDED CURB r - - - 1 1/2" R FLOW I LINE l 6 1/2 "' 25" 11" n � . ;'• $ ID 1/2" R 1 R 9/16" 18" 1�f CEMENT CONCRETE DEPRESSED CURB CEMENT CONCRETE VALLEY GUTTER FLOW 1/2" R LINE TAPER 1 12" 16" R 6 " TO ZERO 1 T 1/2" R r 9/16" I' I f1" R 1 1 W7 .. ' CEMENT CONCRETE O r' SIDEWALK ■•• 1 I II In 19" R . .. �n} • j EXPANSION JOINT • :} 13" 11" 1 36" • BOND BREAKER 1 CEMENT CONCRETE ROLLED CURB CEMENT CONCRETE PEDESTRIAN CURB CURB TERMINAL END NOTES 1. WSDOT CLASS 3000 CONCRETE WITH COARSE AGGREGATE GRADING NO. 5. 2. EXCAVATION LIMITS ARE 6" BEHIND AND 6" IN FRONT FOR REMOVING AND REPLACING EXISTING CURB & GUTTER. 3. ROLLED CURB MAY BE PERMITTED ALONG RESIDENTIAL ROADWAYS ONLY AND MUST BE APPROVED BY THE CITY ENGINEER. APPROVED: 1.5.2005 CITY OF YAKIMA - STANDARD DETAIL I CEMENT CONCRETE CURB I R01 3/8" — 16NC f HEX BOLT COVER 8 w/ WASHER ' P : ,±:::::s j .`/ SKID RESISTANT —� I J �— CARRIAGE BOLT SURFACE w/ WASHER F O BOX \� r 41 I JUNCTION BOX DIMENSIONS (INCHES) COVERS A B C WT. LBS. TYPE 1 25 1/4 14 1/4 3/4 30 TYPE 2 31 1/8 18 1/4 3/4 50 JUNCTION BOX D E DIM G(INCHESH J K WT. LBS. TYPE 1 27 1/4 16 1/4 12 12 3/4 23 3/4 1/2 11 1/4 47 TYPE 2 33 1/8 20 1/8 12 16 3/8 29 3/8 1/2 11 1/4 56 NOTE 1. JUNCTION BOXES AND COVERS SHALL BE CONSTRUCTED OF POLYMER CONCRETE GRAY IN COLOR, REINFORCED BY A HEAVY —WEAVE FIBERGLASS. COVERS SHALL BE RATED FOR A MINIMUM SURFACE LOAD OF 15,000 LBS, AND BOXES RATED FOR A MINIMUM OF 8,000 LBS. OVER A 10" SQUARE AREA, MATERIAL COMPRESSIVE STRENGTH SHOULD BE NO LESS THAN 11,000 P.S.I., COVERS SHALL HAVE A MIN. COEFFICIENT OF FRICTION OF 0.5 AND HAVE THE LOGO "TRAFFIC SIGNAL" ON IT. BOXES SHALL BE SIMILAR TO "COMPOSOLITE" AS MANUFACTURED BY QUAZITE CORPORATION OR APPROVED EQUAL E11 JUNCTION BOX DETAIL NTS City of Yakima — Engineering Division APPROVED: 9.20.99 CITY OF YAKIMA - STANDARD DETAIL I JUNCTION BOX DETAIL I Ell SUBGRADE i . - • •..'•' .. . BACKFILL AND CONDUIT BEDDING N : • 11': MATERIAL SHALL BE COMPACTED •' CRUSHED SURFACING TOP COURSE. ` . 2" OR 3" SCHEDULE 40 CONDUIT(S) •. : • • • Q ' • • • • • •L : ": • • AS SHOWN ON PLANS • E14 CONDUIT TRENCH SECTION NTS City of Yakima — Engineering Division APPROVED: 1.13.00 CITY OF YAKIMA - STANDARD DETAIL I CONDUIT TRENCH SECTION I E14 A Centrecon Series O AM ERON SBR -SER Small Round Pole IY rFA`i 411t >N41 O 18' A - 3 -112' TOP O.D. ,r_ , PC WIRES ` .. �_ 0 , I SQ 0 i\\.1:„,_.....___ _'# J 1 , ..0 SHAFT CROSS SECTION DETAIL SBR ELEVATION BASE PLATE See recommended • "capping details" BASE PLATE STYLE - ORDERING INFORMATION CATALOG POLE BASF ANCHOR BOLT BASE ULTIMATE WEIGHT MAXIMUM NUMBER HEIGHT O.D. BOLT CIRCLE PLATE G.L. MOMENT (LBS.) EPA /MPH (SQ FT)* (SQ) (FT. LBS.) 80 90 100 SBR -3 4 11 -1' 5 -5/16' 3/4" x 24" x 4 10" 9' 6,100 180 7.0 6.0 5 0 - -->SBR - 13' -1" 5 -5/8" 3/4' x 24' x 4" 10" 9" 6,960 200 7.0 6.0 5.0 „A•, SBR -4 3 14'_1" 5 -5/8" 3/4' x 24" x 4' 10 9' 6,960 230 7.0 6.0 4 5 SBR -5 16' -5' 6-1/8' 3/4" x 24" x 4" 10" 9 8,400 300 7.0 6.0 4 5 SBR -5 18'-0' 6-7/16 3,4 x 24 x 4' 10 9' 9 180 340 7 0 6 0 4 5 I l SBR -6 19 -8 6 -11/16 3/4" x 24" x 4' 10" 9' 9,960 400 7.0 5.5 4.0 SBR -7 23 -0' 7-3/16 3/4 x 24 x 4' 10 9" 11,630 470 7.0 5.0 3.5 SBR -8.3 27' -3" 7 -7/8" 3/4" x 24" x 4" 10" 9 12,300 580 5.0 4.0 3.0 "OL" EMBEDDED STYLE - ORDERING INFORMATION CATALOG POLE BASE EMBEDDED OVERALL ULTIMATE WEIGHT MAXIMUM NUMBER HEIGHT O.D. DEPTH LENGTH G.L. MOMENT (LBS.) EPA/MPH (SQ FT)* " "B" "OL" (FT. LBS.) 80 90 100 SER -3 9•-10" 5 -1/8" 3' -3" 13' -1" 5,120 180 7.0 6.0 5.0 SER -4 13' -1" 6 -1/8" 3' -3" 16' -4" 6,960 280 7.0 6.0 4.5 SER-4.3 14 6 -3/8" 4' -0 18' -0" 7,080 330 7.0 6.0 4.5 SER -5 16' -5" 6- 11/16" 3' -7" 20' -0" 8,400 380 7.0 6.0 4.5 SER -6 19' -8" 7- 5/16" 3' -11" 23' -7" 9,960 450 7.0 5.5 3.5 SER -7 23' -0" 7 -7/8" 4' -3" 27' -3" 11.630 550 7 0 5 0 3.5 *EPA based on post top mounting. Consult your representative for other attachment methods and increased load capacity requirements Notes: SPECIFICATIONS Use Centrecon Specifications. 0 SINGLE CABLE 11 ENTRANCE LUMINAIRE MOUNTING 18" BELOW See Technical - Mounting Options Section for more information. "B" GRADE COLORS & FINISHES See Color Selection Guide. ANTI - GRAFFITI & SEALER 1 l Optional Coatings available for added protection. Manufacturer reserves the right to alter the product design without prior notice. Consult Ameron or authorized representative for additional information. 1/02 Catalog Number LIM /A LI HT/AZ ',7 TPA 150S R5A TB LPI Notes Type FEATURES & SPECIFICATIONS CITY OF YAK AIRPORT FIXTURE INTENDED USE Residential streets, office complexes, campuses, parks, shopping areas, ■ Post Top condominiums and hotels. CONSTRUCTION 1 — ) ' " TPA Die cast aluminum housing and spun aluminum hood coated with polyester . powder paint for long - lasting, dependable service. Multi- gasketing system provides weather -proof protection of the optical assembly. Refractors are available. in acrylic, polycarbonate and horosilicate glass. Standard finish is 35 -400W HIGH PRESSURE SODIUM grey. 175-400W METAL r -'1 175 -400W MERCURY VAPOR OP TI CAL SYSTEM H APOR QP I 12' to 20' Mounting Prismatic_ refractors deliver IES roadway distribution types 0, Ill or V. ) 9 Refractors are available in acrylic, polycarbonate and glass. • ELECTRICAL SYSTEM Reactor, normal power factor ballast (150 -watt HPS and below), lag high power factor ballast (250 -watt I-IPS and above), or constant wattage ar autotranstormer (MH and MV) is standard. Other ballasts are available. i ^i INSTALLATION Cone mounting filter with three unobtrusive set screws fastens fixture Standard dimensions -- securely to round poles or tenons sized from 2 -3/8" to 3' O.D. )dim nsions du not mciude me i'eny arm) LISTING EPA 0' 5 (0.12m1 r r ;q Standard product is NO1 listed by UL, CSA or NOM. Height 20'(50.8) IIII Outside Diameter: 22" 155.9) Weight: 41 lbs. (18.6 kg) All dnnens:ons are inches tr enhmeiers) unless otherwise specified. ORDERING INFORMATION Example: TPA 100S R2A 120 PER LPI Choose the boldface catalog nomenclature that hest suits your needs and write it on the appropriate hoe. Order accessories as separate catalog numbers (shipped separately) TPA 150S R5A TB LPI Series WattagelLamp , Distribution Voltage 1 I Ballast Options 1 1 Options Source L. — — — — TPA R2A Type II roadway. 120 (blank) Standard ballast Shipped Installed In Fixture 355 acrylic lens ?08 (see above) LPI Lamp included as standard 50S' R3A Type 10 asymmetric. 240 RHP Reactor high L/LP Less lamp 705 acrylic !ens 277 power factor' SF Single fuse (120. 277V, n/a TB) 100S RSA Type V symmetric., 480 SOHZ 50 hertz. Consult DE Double fuse (208, 240, 480V, t1 /a TB) — 1505 acrylic lens factory TB' PER NEMA twist -lock receptacle only XHP High reactance. ewer 1 r 250S TB1' high h pho.ocontrol not included). 4005' R2P Type II roadway. ' p PEU NEMA twist -lock PE polycarbonate lens TB2 factor` R3P Type Ill asymmetric. TB3' CWA Constant wattage SDH Style D Hood 175M polycarbonate lens 120/2404 autotransformer 250M R5P Type V symmetric, 240/120' MRS Mag reg 'alias? 400M2 polycarbonate Iens 240/480' CWI CWI ballast 480/240' XNP High reactance 1751141/ R2G Type 11 roadway, normal power 250MV glass lens factor 400MV' R3G Type III asymmetric, glass lens RSG Type V symmetric, glass lens NOTES: 1 Only availablee. with 120V. 2 Not available with acrylic or polycarbonate lens; must order with either R2G, R3G or R5G. 3 Optional multi -tap ballast (120, 208, 240, 277V). TB prewired to 271 volt. Others are; 1- 120V;2 =208V;and 3 =240V. 4 MV only. F'rewired to 120 volt. 5 MV only. Prcwired to 240volt. 6 HPS only - 7 MV only. Prewired to 480 Volt Outdoor Sheet #: TPA- S -M -MV SL -815 BUFFER DATA SIGN SPACING = X (FEET) MINIMUM TAPER LENGTH = L (FEET) Rural Roads 45/55 MPH 500' + - . LANE Posted Speed (mph) BUFFER SPACE = B Urban Arterials 35/40 MPH 350' + - WIDTH 25 30 35 40 45 50 55 SPEED IMPHI 25 30 35 40 45 50 55 Rural Roads (feet! . Urban Streets 25/30 MPH 200' + - 10 105 150 205 270 450 500 550 LENGTH (feet) 55 85 120 170 220 280 335 Residential Areas & PROTECTIVE VEHICLE ROLL AHEAD DISTANCE . R Business Districts I 115 165 225 295 495 550 605 VEHICLE TYPICAL VEHICLE POSTED STATIONARY All signs are block on orange TYPE LOADED WEIGHT SPEED OPERATION unless otherwise designated. 12 125 180 245 320 540 600 660 (LOS) (mph) (feet) - 4 YARD CHANNELIZING DEVICE SPACING (FEET) 24.000 50 - 55 75 DUMP TRUCK 45 50 MPH TAPER TANGENT W20 -5L 50/55 40 80 2 TON 15.000 50 - 55 100 :ARGO TRUCK 35/45 30 60 W20 -1 45 75 25/30 20 40 W4-2R LEFT LAKE /N ED 1 TON 10.000 50 -55 150 \ AH /ROAD :ARGO TRUCK 45 100 / WORK ROLL AHEAD STOPPING DISTANCE ASSUMES DRY PAVEMENT S END G20 -2A ROAD WORK L X X X 500" MAX. R -.- - B -• .. 20:1 N d TAPER d a u 4 4 4 J�v 0 _ R foR;ARj EA ° � ° o a g1 -g q q q 20:1 1 X _ X X TAPER L B , y R �, 500' MAX. V G20 -2 A' END ROAD WORK ROAD \ 4 "x 24 "" WORK W20 -I AHED / \ \ 1 / CLOSED W4 -2R �e��OF�fgC AHEAD PCMS —— DISPLAYS 5 �.. W20-5L 1 2. -- 9 e ? `v CENTER LIMITED LEGEND CLOSED TURNING N MAINTAIN A MINIMUM OF ONE ACCESS POINT FOR EACH o � �� s7DNAL 1 " 01 SIGN LOCATION - TRIPOD MOUNT 1.5 SEC 1.5 SEC BUSINESS WITHIN WORK AREA LIMITS. CCD SEQUENTIAL ARROW SIGN Field locate I mile +- (EXPIRES NOVEMBER 23.20031 In advance of lone closure. LEFT LANE AND CENTER o o o TEMPORARY TRAFFIC CONTROL DEVICES TURN LANE CLOSURE FIVE LANE ROADWAY 14104 PROTECTIVE VEHICLE STANDARD PLAN K -17 (WHEN SPECIFIED IN CONTRACT) SHEET 1 OF 1 SHEET %®Mcii PROTECTIVE VEHICLE WITH TRUCK MOUNTED APPROVED FOR PUBUCAT1ON ATTENUATOR (WHEN SPECIFIED IN CONTRACT FOR HIGH SPEED ROADWAYS) Harold J. Poterfeso 12 -20-02 • P ORTABLE CHANGEABLE MESSAGE SIGN M .1> epN"° .,d;a 0 STATE DEMON a �� IPCMSI nexwe ,,,,,,,,,,, n W." " sa. 13.1.0..1 a naropwroxe. (WHEN SPECIFIED IN CONTRACT) " , . ....,..„ °°""""°" "° "°° "' °°"'� T I = LEI tiUU U LU IJ Li LI L 1 r - MI __. — __Tr ! , — 1 1.. MI 1 _ , ,.... ��� = - = Washington Ave n u e 11U J-1 - - CVARY ' r / Removal Rea .- N„ ,\ Median TAHOMA S. 24th Avenue to S. 16th Avenue N �`` I !I h I IrI N I ,`T LEWIS �,�� ` AND GA �� o .w any W E CLARK ' P �. - � ` i:..:�a� MIDDLE j � R � E SCHOOL City of Yakima Job No. 2124 J M PERRY J J INSTITUTE s _ — - �� - � � � � � s: = � _ Federal Aid Project No. / \ 11 STPUS -4558 (007) _-- '` rb�.,e C t Q1 r - . 'O a a ---, .. /, SCHOOL Vi ii N • •• d 1 `, 1 - 7 41-. a to -\_-" 1 . � ■ r r ' / ,!.- 0 lk.'ii-P4::.--s,'"-----Z---..:" VICINITY MAP SCALE 1"=1500' SHEET INDEX Station Limits Sheet From To Description - �7-c-1 Cover Sheet / Vicinity Map X �` T 05 E R sy � 1 Legend & Notes PLAN DISCLAIMER a IrASx T 2 191 +00 202 +00 Wash. Ave Median Repair / Removal Plan ` � y am" i . , 9,.. � -, ` 3 202 +00 212 +50 Wash. Ave Median Repair /Removal Plan UNDERGROUND FEATURES SHOWN HEREON REPRESENT ,. . ' �4 `1 BEST AVAILABLE INF AS OBTAINED FROM LOCAL J, RECORDS AND VISIBLE SURFACE EVIDENCE. THE CONTRACTOR ,7, R IS °ROo , IS CAUTIONED TO VERIFY THE LOCATION AND DEPTH OF ALL * IoNAL E \.' ,1 � UNDERGROUND FACILITIES. STATE LAW REQUIRES THAT ALL EXCAVATION WORK MUST BE PROCEEDED BY NOTIFICATION TO (EXPIRES 10/13/2007 1 ALL OWNERS OF UNDERGROUND FACILITIES THROUGH A ONE NUMBER LOCATOR SERVICE: 1- 800 - 553 -4344 January 2007 e % S TPUS -4558 (007) C O . E Y aT >— t; N m 9 LEGEND O C co 0) z E U w ; -- EXISTING RIGHT OF WAY EX. EDGE OF PAVEMENT •• T EX. U/G TELEPHONE :>11:. . -.. 1 P EX. U/G POWER .. w EX. WATERMAIN tea( It :3� GAR EX. GAS LINE X X EX. FENCE s EX. SAN. SEWER R EX. FIRE HYDRANT XI EX. WATER VALVE CONSTRUCTION NOTES GENERAL NOTES E X. WATER METER "'" 0 INSTALL LUMINAIRE AT LOCATION SHOWN 1. ALL ROADWAY DIMENSIONS SHOWN ON PLANS ARE TO BACK OF CURB N p m ■ NE WATER METER c E ¢' o 2. ACCESS TO J.M PERRY & AIRPORT MUST BE MAINTAINED OMB EX. MAILBOX O2 ADJUST TO GRADE N p Z > CC co o DURING THE COURSE OF THE PROJECT <C o EX. TELEPHONE PEDESTAL O WATER VALVES & METERS REMOVED BY CITY FORCES. — . L CA OL p 3. SIGNPOST SOCKETS WILL BE FIELD LOCATED BY CITY FORCES WED D a. g EX. MEDIAN LIGHT O REPAIR BROKEN CURB SECTION 0 Q (6 N ca N > al }( NEW MEDIAN LIGHT = Q EX. SEWER MANHOLE c CD N ❑ EX. CATCH BASIN 0 a 0 EX. GAS METER U PV EX. POWER VAULT IPTI EX. PAD MNT TRANSFORMER EX. TREE {v DEMOLITION AREA a) °, C4 0, 0 0 N c c Q) 0 11 15 4 11 ti c O U 0_ 0 = > co 2 a> o CD 7 \ \6 E R s o L 0 w '..,1/4". o a) cn 4` �P�� °e as»'> i DATUM i r_9 ;v P 39497 o 1� ' TONAL 8�C ELEVATION DATUM: E. 1/4 CORNER SECTION 33, T. 13 N., R. 18 E.,W.M. (EXPIRES 10/13/2007 I FOUND 3/8 "x3/8" SQ. BRASS PEG IN CONC. ELEVATION = 1114.44 3 % r I I I 1 N FEDERAL AID NOS. C cu I STPUS- 4558(007) O c _ 4 ( (Ci '5 181335 1301 Q� 1 1 - o ' s s 5 S S J . M . S Per ry Parkin W E CO m T L v o o STA. 187+76.24 • -- _ — O a) % - e n! GAS 191 GAS GAS GAS GAS _ • _ 1.4 _ - : - - .^- _ . _ . _ -. - - _ w w w C ^ —w y w .� w w w w w w w w w w w w- - VI _ _ .;= �` S 89'40'42" E 482.2` =_� 1 93 - 194 195 �' 96 .rte e ♦o. i t S i f -=a_ -Y - :� 'rk, ..�o • .• • v♦ yr =�.� 1 { ,�„ ,��... or -.-•t - - - --- - - -- r ""-••�: x::; s�F r �.c...�•� — - - _ o A`7ut�� 8 x • - �. ` W O;, . . 1 . o . . .wf.. g t . -..< .; .•�. ' _" . r �, -' " _ne c ;r= f - ♦ •• ♦ • O• " • .♦ • " 4V'e ,Ste . i ♦ 3..� •.♦ . .• � . ♦ . � • �5� O 0 .'�i �i �T:3 4 � i . Oi`..i ` .a'3 ' . �:' �i�`. �6w 5 ^ ° a... C 1 4 COR. '°" E :�♦ -• = �'e...tedgep .r. * �'' oe L 4.• ' i� !. MIS.tiy: ti s.; �: w�.y ♦tee + `. / ._.�c - : s -- 7 .. At ... 3 �n ` .\ ` O V 1:**.. '+'.ttil*�_t l: lt*Ol� • •w i ttit A2!tt � �Ct4ZI's�_i3�ti a $1 1 — :.frt...4W 4 ~i'. :A : �iJ i � : ��G ♦ ♦A.w1 A=1 . 1��?L. _ �s E EN �._ _ __.Z.i�1.J• _ a..�,„ �z= .�.aa:.a �..m . _� v-.,.�.�. .-.:.: ..��.� .. ...'- ' ::7�"� _ 4_` :. � S. 35, T. 13 N.. � _ .:. .� ..r ..,,.. . _ � _ ._ .x_ .� ._ n. R. 18 E. W.M. 0 STA 192 +83 Z' . • S S s s s s s s 1 sh1te s Q � > 1 VI 3 I • I X X X X X X -- -- 1 I i IRR IRR IRR IRR IRR SAWCUT 6" FROM LIP OF CURB ' f SAWCUT 6" FROM LIP OF CURB REMOVE CURBING AND REBUILD ATC REMOVE CURBING AND REBUILD ROADWAY SECTION PER DETAIL TOWER ROADWAY SECTION PER DETAI • CZ (NI Airport Parking I 1] * NOTE: = O > o A Ir p g PAVED PARKING ADJUST EXISTING UTILITIES AS FOUND c N< z TO FINISHED SURFACE ELEVATIONS Q re m 3 — C cn o O 0- ° d * NOTE: 1 N ¢ al ADJUST EXISTING UTILITIES AS FOUND N7 TO FINISHED SURFACE ELEVATIONS v) N } cu — CO • 46 J.M. Perry Parking _ ° , Soccer Fields PAVED PARKING W E r . 7 i 1 I _c S I,AS I,AS t,AS (,AS GAS (,AS GAS GAS GAS GAS GAS GAS GAS GAS GAS GAS GAS GAS - -w w w w w w w w w w w w w w w w w w w o- w w w w w w w w w w w w in II 1 97 198 199 200 201 202 -� - ,, __tom - t..s . =- : .�:t x ::,r r- : = -'_:_ : :..._ - ...T+_ -ir:. x: .. — 1 { 1 1 1 1 { c h U II *; :4' i0.. 'r • :�': * - S7 ���'Ti poi � �i`n a z v - v .�a7-." :44.) 6 F+-f. �.�r. v� a .� J. 2.P0. �!i_!J.wslc�..4 �1+,! 4S' • >_ a- • ..O st♦ s . s'�i�•w♦ O__P t _ . �' Jw♦s. N ii `' • d�a?f S 89'40 42 E i�■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■Ta ■ II iS! -Jm - - - � W. Washington Ave °� S M 5 S S s S s S S S • w w w w w w— ' m •� • 202 +03.7 (5' RT.) O a ` o s ° > - • S o • _ _ IRR IRR IRR IRR I' IRR IRR IRR IRR IRR IRR IRR IRR IRR - 0 O SAWCUT 6" FROM LIP OF CURB / R l _ 06 -crl , n - + N �gE S PAVED PARKING REMOVE CURBING AND REBUILD F I 2 1 1(A IRES 10 /13/2007 3 S. 1 '•• FEDERAL AID NOS. C * NOTE: * LIGHTING NOTE: N \ .., 'STPUS 4558 (007) 0 ADJUST EXISTING UTILITIES AS FOUND NEW LIGHTS: • TO FINISHED SURFACE ELEVATIONS CONSTRUCT BASES 0 PLACE POLE & LUMINAIRE CO •5 Soccer Fields (POLES TO BE PICKED UP FROM KNOBEL ELECTRIC) W E E Q TIE TO EXISTING ELECTRICAL SYSTEM 1 AND MAKE REPAIRS AS NECESSARY S as co m • C g — S - -- S -- S -- S -- s -- S -- 5 — S -- - -- S c ‘ N o O 1 GAS GAS GAS GAS GAS GAS GAS GAS GAS GAS GAS GAS GAS GAS GAS o m t w w w w w w w w w w w w w w w EX. LIGHT w C L --- --- 203 _ 0 204 205 0 S 89 E 206 20; -� = E Y a --' --ril z S■ 0 -4-7 = -H-1;�- - P `r ^ = - - y■M BRIII Bi diiGi ■intri filliiii�wlC■i lfililligi * ■ ��a�■UB - ■ ; ■sivrmil P inignoi ■ir ■ ■ i ■ ■ -■�■ i 0 W N �,T' T ... Itil a■_■_■ sn 6■_ a ■ ■ ■ ■ ■�■- �� ■- ■- 1- ■- ■- ■a■ -■ ■aka ■ka ■a ■asalaa a ■ al •a ■a�ala■aA � aPa�1��aNAA1�eL ■n4 -w w W w w w W W W W W w w w w w w � � 1AI4 ;\ 203 +53.8 (5' RT.) 205 +03.9 (5' RT.) W. Washington Ave �� ..g s ' . wM r IRR IRR 1" IRR IRR IRR IRR IRR IRR IRR IRR IRR PLANTER BRICK IN PLACE BETWEEN EXISTING CURB (SEE DETAIL) 1 -1 McAllister Field Airport y • y ' d- / p m o � E��' c E Q Z N Q.) z �.-. (EXPIRES 10/13/2007 1 Q = ' 0) o Q o 0 - * LIGHTING NOTE: N A C CD < E Cil N NEW LIGHTS: co co CONSTRUCT BASES i co N \ \O F\ PLACE POLE & LUMINAIRE a) o Soccer Fields (3 POLES TO BE PICKED UP FROM KNOBEL ELECTRIC) / AM -PM TIE TO EXISTING ELECTRICAL SYSTEM ... .. " 6 O N'• * NOTE: W E AND MAKE REPAIRS AS NECESSARY \ < Gy ADJUST EXISTING UTILITIES AS FOUND . TO FINISHED SURFACE ELEVATIO S 1 1 S - s s S S s s S S S ' ci— GAS AS AS A A A GAS GA GAS GAS GAS GAS GAS GAS GAS GAS GAS o l!7 N II v w , w w , W W w W W W W W W W W W W W W W -- • 207 _ 208 _ — - 209 _ 210 — 211 0 6, ii ■ v'' y=, 'y ■ ■ �ti ■_ _ ■■ a . yam �, ■ . r r ■ ■ ■ i . r . ■ ■ ■-■-■-■-a- S 8 E I U C_ . O I (9 9'40'42" 1 ■■ y ■ - ■! ■■ham■■- s■ai�■ �i:■�■ai■a■a __ h■: ■.�. ■.■.__ ■ y ■ r - - ■■�!■!■►■ ■ ■! ■ iL ��w ■_ �i";i:�ia■ - �■' I1�G G _ ■ � ■ r ■ � ■ ■ ■ ■a■ -■ wa ■ w■ ■ y ■ O c.. 1r \ \ w w w w w w w w i w w w w w o ` - o = > \ \ EX . LIGHT IRR IRR IRR RR E. LIGHT W Ave IRR IRR IRR , RR IRR IRR IRR 211 +04.1 (5' RT.) o w — w 03 0 0 IRR IRR IRR IRR IRR IRR IRR IRR IRR IRR IRR IRR IRR IRR o N j c PLANTER BRICK IN PLACE BETWEEN REM. EX. BASE TO 12" BELOW GRADE \ V:vc\ I EXISTING CURB (SEE DETAIL) c o \ McAllister Field Airport • ` 3