Loading...
HomeMy WebLinkAbout2004-078 Intersections Signalization Upgrades Agreement with Knobel Electric, Inc. C ity o mi Y akima / Engineering Division A,/ _7 i INTERSECTIONS SIGNALIZATION UPGRADES 16th AVE. & LINCOLN AVE., SUMMITVIEW AVE., TI ETO N AVE. AND YAKIMA AVE. City Project No. 2045 Federal Aid No. CM- 4555(004) C ) Cx I fs • Construction Contract Specifications & Bid Documents 129 North Second Street August 2004 Phone (509) 575 -6111 Yakima, WA 98901 b Fax (509) 576 -6314 ". DEPARTMENT OF COMMUNITY AND ECONOMIC DEVELOPMENT °�,, Engineering Division 3 �' 129 North Second Street ', > Yakima, Washington 98901 a,� :, . `QQ� <' (509) 575 -6111 • Fax 576 -6305 �1, kN(IN AI I %, - K. Wendell Adams, City Engineer September 13, 2004 Knobel's Electric, Inc. 801 Tennant Lane Yakima, WA 98901 Re: 16 Avenue Corridor Signal Updates, City of Yakima Project No. 2045 Federal Aid Number: CM- 4555(004) Dear Mr. Knobel: The City Manager of the City of Yakima has authorized an award of the contract for the above referenced project to your company on the basis of your low bid submitted on August 26` 2004 in the amount of $230,371.60. This letter is official notification of the award of the contract to your company. Prior to submitting the signed contract for execution, Knobel's Electric, Inc. will provide the following: Correct business name, federal employer identification number (optional), and mailing address of all firms who submitted a bid or quote in an attempt to participate in this contract whether they were successful or not. Please return these documents within 20 calendar days after the date of the award. We have prepared and have on hand at the Yakima City Clerk's office four (4) copies of the Specifications and Contracts. You have ten (10) days from this date to sign these documents and furnish the required Performance Bond and Certificate of Insurance. One of the Specification/Contract copies is for 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. You will be notified of the date for the Pre - construction Conference. Please contact Bruce Floyd, Construction Supervisor, of our office within ten (10) days of this date to discuss various forms and documentation that must be completed and turned into him at the Pre - construction Conference. The Notice to Proceed will also be discussed at the Pre - construction Conference. Bruce's office phone is 575 -6138. For your information, we are enclosing a copy of the bid summary for this project. Sincerely, A ei) L____- K. Wendell Adams, P.E. City Engineer • encl. cc: Roger Arms, P.E., Regional Local Programs Engineer Joan Davenport, Supervising Traffic Engineer Bruce Floyd, Construction Supervisor Wendy Leinan, Contract Specialist Yakima Edna Pettyjohn, Finance bild City Clerk 11111! File 1994 BID SUMMARY SHEET City of Yakima • Signal updates ENGINEERS ESTIMATE KNOBEL'S ELECTRIC, INC. 16th Ave. & Lincoln., Summitview Ave., Tieton Dr. and Yakima Ave. City Project No. 2045 F.A. No. POMVIP 4555(003) 5% BID BOND 5% BID BOND 5% BID BOND 5% BID BOND ITEM NO. PROPOSAL ITEM PAYMENT SECTION QTY UNIT UNIT PRICE DOL- AMOUNT UNIT PRICE DOL- AMOUNT DOL- UNIT PRICE DOL- AMOUNT UNIT PRICE AMOUNT DOL- LARS DOLLARS LARS LARS LARS DOLLARS DOLLARS LARS 1 SPCC PLAN 1 LS $500.00 $500.00 $500.00 $500 00 2 MOBILIZATION 1 LS $5,000.00 $5,000.00 $10,900.00 $10,900.00 3 TRAFFIC CONTROL SUPERVISOR 80 HR $32.00 $2,560.00 $33.00 $2,640.00 4 'MAINTENANCE AND PROTECTION OF TRAFFIC 1 LS $25,000.00 $25,000.00 $3,900.00 $3,900.00 5 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 1 LS $10,000.00 $10,000.00 $4,217.00 $4,217.00 6 CEMENT CONC. BARRIER CURB & GUTTER 42 LF $20.00 $840.00 $27.50 $1,155.00 7 CEMENT CONC. SIDEWALK 4" THICK 46 SY $20.00 $920.00 $36.60 $1,775.60 8 CEMENT CONC. SIDEWALK RAMP TYPE 2A 2 EA $800.00 $1,600.00 $760.0C $1,520.00 9 TRAFFIC SIGNALMODIFICATIONS 1 LS $137,580.00 $137,580.001 $201,764.00 $201,764.00 10 REPAIR AND REPLACEMENT 1 FA $2,000.00 $2,000.00 $2,000.00 $2,000.00 TOTAL $186,000.00 $230,371.60 CITY ENGINEERS REPORT __ '.. ?� \ ' I � '\\\, CITY OF YAKIMA COMPETITIVE BIDS WERE OPENED ON AUGUST 26, 2004. J 1, `� t ALL BI HAVE BEEN REVIEWED BY THIS OFFICE. , '•,',� 16TH Ave. Corridor Signal Updates I RECOMMEND ALL SCHEDULES OF THE CONTRACT BE 1' + i + AWARDED T0: f ~ y AWARD MADE BY CITY PROJECT NO. 2045, F.A .CM- 4555(004) KNOBEL'S ELECTRIC, INC. 4 N '• t DATE: AUGUST 26, 2004 t, x •• . g - 27 0 �{ t` th I ' <:�i`. i FILE: 16TH Ave. Corridor BID_BID.PUB . DATE CITY ENGINEER �t ll l�`N b .. �'�' - - -- _r'� v DATE CITY MANAGEF{ SHEET 1 of 1 City of a ma Engineering Division INTERSECTIONS SIGNALIZATION UPGRADES 16th AVE. & LINCOLN AVE., SU MM ITVI EW AVE., TI ETON AVE. AND YAKIMA AVE. City Project No. 2045 FA. NO. CM- 4555(004) vV. AD, 2-04/ s 2 9619 w REGISTESS ��SIQNAL E�G1 EXPIRES 11/17/2005 Construction Contract Specifications & Bid Documents August 2004 Specs - 16th Ave. Signal UpGrades 2004.doc 1 Specs - 16th Ave. Signal UpGrades 2004.doc 2 CONTENTS CITY OF YAKIMA INTERSECTIONS SIGNALIZATION UPGRADES 16th AVE. & LINCOLN AVE., SUMMITVIEW AVE., TIETON AVE. AND YAKIMA AVE. City Project No. 2045 FA. NO. CM -4579 SECTION PAGE INVITATION TO BID 5 STANDARD SPECIFICATIONS Standard Specifications 7 Amendments To The 2004 Standard Specifications 8 CONTRACT PROVISIONS City Of Yakima Special Provisions 25 1 -02 Bid Procedures And Conditions 26 1 -03 Award And Execution Of Contract 26 1 -07 Legal Relations And Responsibilities To The Public 27 1 -08 Prosecution And Progress 39 1 -10 Temporary Traffic Control 40 8 -20 Illumination, Traffic Signal Systems, And Electrical 42 8 -21 Permanent Signing 43 8 -30 Repair Or Replacement (New Section) 44 9 -29 Illumination, Signals, Electrical 44 Required Contract Provisions Federal -Aid Construction Contracts 51 Contract 53 Performance Bond Form 55 Informational Certificate Of Insurance 57 Informational Additional Insured Endorsement 59 Minimum Wage Affidavit 61 PREVAILING WAGE RATES Prevailing Wage Rates 63 PROPOSAL Proposal Form 103 Item Proposal Bid Sheet 105 Bid Bond Form 107 Non - Collusion Declaration 109 Non - Discrimination Provision 111 Subcontractor List 113 Women And Minority Business Enterprise Policy 115 Council Resolution 117 Affirmative Action Plan 119 Specs - 16th Ave. Signal UpGrades 2004.doc 3 Bidders Certification 121 Subcontractors Certification 123 Proposal Signature Sheet 125 Bidder's Check List 127 PLANS & DETAILS Standard Details Construction Plans • Specs - 16th Ave. Signal UpGrades 2004.doc 4 INVITATION TO BID NOTICE IS HEREBY GIVEN that sealed proposals will be received by the undersigned City Clerk of the City of Yakima, Washington, up to the hour of 2 :00 p.m. on August 26, 2004, and then be opened and publicly read for the construction of: INTERSECTIONS SIGNALIZATION UPGRADES 16th AVE. & LINCOLN AVE., SUMMITVIEW AVE., TIETON AVE. AND YAKIMA AVE. CITY OF YAKIMA PROJECT NO. 2045 FA. NO. CM- 4555(004) This project consists of the furnishing of all labor, materials, and equipment required for the upgrade of a portion of the existing traffic signals at the intersections of 16 Ave. & Lincoln Ave., Summitview Ave., Tieton Ave. and Yakima Ave. All equipment must be contractor supplied including, but not limited to: pull boxes, LED Pedestrian Signals, and ADA compliant handicap ramps. Plans, Specifications, and bid forms are available from THE OFFICE OF THE CITY ENGINEER located at 129 North 2nd Street, Yakima, WA 98901, and may be obtained for a fee of $50.00 for each set, non- refundable. Informational copies of Plans and Specifications are on file for review at the office of the City Engineer in Yakima, WA, and at plan centers in Yakima and Kennewick, WA. 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 a.m. on August 18, 2004. The conference will include project discussion 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. Each bid or proposal must be accompanied by cash, bond, or a certified check, payable to the order of the City Treasurer of the City of Yakima, for the sum of not less than 5% of said bid or proposal and none will be considered unless accompanied by such deposit, to be forfeited to the City of Yakima in the event the successful bidder shall fail or refuse to enter into a contract with the City for the making and construction of the aforesaid improvement. All bids or proposals must be in writing, sealed, and filed with the City Clerk on or before the day and hour mentioned. The City reserves the right to reject any or all bids and proposals. DATED this 2nd day of August, 2004. Karen S. Roberts City Clerk PUBLISH: August. 5, 2004 August 12, 2004 Specs - 16th Ave. Signal UpGrades 2004.doc 5 Specs - 16th Ave. Signal UpGrades 2004.doc 6 STANDARD SPECIFICATIONS Standard Specifications Amendments to the 2004 Standard Specifications STANDARD SPECIFICATIONS The 2004 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 are, by this reference, made 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. The APWA Supplement to DIVISION 1 (Division 1 -99) of the 2004 Standard Specifications for Road, Bridge, and Municipal Construction will apply to this Contract. INTRODUCTION The following Amendments and Special Provisions shall be used in conjunction with the 2004 Standard Specifications for Road, Bridge, and Municipal Construction (English). Specs - 16th Ave. Signal UpGrades 2004.doc 7 AMENDMENTS TO THE 2004 STANDARD SPECIFICATIONS The following Amendments to the 2004 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 -07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC April 5, 2004 1- 07.13(4) Repair of Damage This section is revised to read: The Contractor shall promptly repair all damage to either temporary or permanent work as directed by the Engineer. For damage qualifying for relief under Sections 1- 07.13(1), 1- 07.13(2) or 1- 07.13(3), payment will be made in accordance with Section 1 -04.4 using the estimated bid item "Reimbursement for Third Party Damage ". In the event the Contracting Agency pays for damage to the Contractor's work or for damage to the Contractor's equipment caused by third parties, any claim the Contractor had or may have had against the third party shall be deemed assigned to the Contracting Agency, to the extent of the Contracting Agency's payment for such damage. Payment will be limited to repair of damaged work only. No payment will be made for delay or disruption of work. For the purpose of providing a common proposal for all bidders, the Contracting Agency has entered an amount for "Reimbursement For Third Party Damage" in the proposal to become a part of the total bid by the Contractor. • 1 -07.18 Public Liability and Property Damage Insurance This section is revised to read: The Contractor shall obtain and keep in force the following policies of insurance. The policies shall be with companies or through sources approved by the State Insurance Commissioner pursuant to Chapter 48.05, RCW. Unless otherwise indicated below, the policies shall be kept in force from the execution date of the contract until the date of acceptance by the Secretary (Section 1- 05.12). 1. Owners and Contractors Protective Insurance providing bodily injury and property damage liability coverage with limits of $3,000,000 per occurrence and in the aggregate for each policy period, written on Insurance Services Office (ISO) form C00009 together with Washington State Department of Transportation Amendatory Endorsement No. CG 29 08, specifying the State of Washington as a named insured. • The Contractor may choose to terminate this insurance after the date of Substantial Completion as determined by the Engineer or, should Substantial Completion not be achieved, after the date of Physical Completion as determined by the Engineer. In the event the Contractor elects to Specs - 16th Ave. Signal UpGrades 2004.doc 8 terminate this coverage, prior to acceptance of the contract, the Contractor shall first obtain an endorsement to the Commercial General Liability Insurance described below that establishes the Contracting Agency on that policy as an additional insured. 2. Commercial General Liability Insurance written under ISO Form CG0001 or its equivalent with minimum limits of $3,000,000 per occurrence and in the aggregate for each policy period. This protection may be a CGL policy or any combination of primary, umbrella or excess liability coverage affording total liability limits of not less than $3,000,000. Products and completed operations coverage shall be provided for a period of one year following final acceptance of the work. 3. Commercial Automobile Liability Insurance providing bodily injury and property damage liability coverage for all owned and nonowned vehicles assigned to or used in the performance of the work with a combined single limit of not less than $1,000,000 each occurrence with the State named as an additional insured in connection with the Contractor's Performance of the contract. The Owners and Contractors Protective Insurance policy shall not be subject to a deductible or contain provisions for a deductible. The Commercial General Liability policy and the Commercial Automobile Liability Insurance policy may, at the discretion of the Contractor, contain such provisions. If a deductible applies to any claim under these policies, then payment of that deductible will be the responsibility of the Contractor, notwithstanding any claim of liability against the Contracting Agency. However in no event shall any provision for a deductible provide for a deductible in excess of $50,000.00. Prior to contract execution, the Contractor shall file with the Department of Transportation, Contract Payment Section, P.O. Box 47420, Olympia, WA 98504 -7420, ACORD Form Certificates of Insurance evidencing the minimum insurance coverages required under these specifications. All insurance policies and Certificates of Insurance shall include a requirement providing for a minimum of 45 days prior written notice to the Contracting Agency of any cancellation or reduction of coverage. All insurance coverage required by this section shall be written and provided by "occurrence- based" policy forms rather than by "claims made" forms. Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract upon which the Contracting Agency may, after giving five working days notice to the Contractor to correct the breach, immediately terminate the contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the Contracting Agency on demand, or at the sole discretion of the Contracting Agency, offset against funds due the Contractor from the Contracting Agency. All costs for insurance, including any payments of deductible amounts, shall be considered incidental to and included in the unit contract prices and no additional payment will be made. Specs - 16th Ave. Signal UpGrades 2004.doc 9 SECTION 2 -02, REMOVAL OF STRUCTURES AND OBSTRUCTIONS April 5, 2004 2- 02.3(3) Removal of Pavement, Sidewalks, and Curbs The section title is revised to read: 2- 02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters The first sentence is revised to read: In removing pavement, sidewalks, curbs, and gutters, the Contractor shall: Item 3 is revised to read: 3. Make a vertical saw cut between any existing pavement, sidewalk, curb, or gutter that is to remain and the portion to be removed. 2 -02.5 Payment The second paragraph is revised to read: If pavements, sidewalks, curbs, or gutters lie within an excavation area, their removal will be paid for as part of the quantity removed in excavation. SECTION 8 -14, CEMENT CONCRETE SIDEWALKS August 2, 2004 8- 14.3(3) Placing and Finishing Concrete The second sentence in the fourth paragraph is revised to read: The detachable warning pattern shall have the truncated dome shape shown in the Standard Plans and may be formed by either embossing the wet concrete, adding a manufactured material before or after the concrete has cured, or installing masonry or ceramic tiles. 8- 14.3(5) Ramp Detectable Warning Retrofit This section is supplemented with the following: Where shown in the plans, the Contractor shall retrofit existing cement concrete sidewalk ramps by installing a detectable warning pattern having the truncated dome shape shown in the Standard Plans. The warning pattern shall be the width of the ramp and cover the bottom two feet of the ramp. The truncated dome pattern shall be perpendicular to the long axis of the ramp. The Contractor shall use one of the detectable warning pattern products listed in the Qualified Products List or submit another manufacturer's product for approval by the Engineer. The warning pattern shall be capable of being bonded to an existing cement concrete surface. The surface of the warning pattern, excluding the domes, shall not be more than 3/8 inch above the surface of the concrete after installation. 8 -14.4 Measurement This section is supplemented with the following: In a sidewalk ramp detectable warning retrofit, the warning pattern will be measured by the square foot of truncated dome material installed on the existing ramp. 8 -14.5 Payment The following new bid item is inserted after "Cement Conc. Sidewalk Ramp Type ", per each. Specs - 16th Ave. Signal UpGrades 2004.doc 10 "Ramp Detectable Warning Retrofit ", per square foot. SECTION 8- 20,ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL April 5, 2004 8- 20.3(5) Conduit The third sentence in the seventeenth paragraph is revised to read: Grout shall obtain a minimum of 4000 psi compressive strength at 7 days. 8- 20.3(6) Junction Boxes, Cable Vaults, and Pull boxes This section is supplemented with the following: Where conduit and junction boxes are placed in barrier, the Prime Contractor shall coordinate the work of the Contractor constructing the barrier and the electrical Contractor so that each junction box placed in the barrier is placed in correct alignment with respect to the barrier, with the face of the box flush or uniformly chamfered within 1/2 inch of the barrier surface. If any point on the surface of the junction box placed in barrier is recessed more than 1/2 inch from the surface of the barrier, the Contractor shall install a box extension meeting the Engineer's approval and grout around the extension or remove and replace the entire section of barrier. 8- 20.3(9) Bonding, Grounding The first paragraph is revised to read: All metallic appurtenances containing electrical conductors (luminaires, light standards, cabinets, metallic conduit, non - metallic conduit, etc.) shall be made mechanically and electrically secure to form a continuous systems which shall be effectively grounded. Where metallic conduit systems are employed, the conduit system constitutes the equipment grounding conductor. Where nonmetallic 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. The equipment ground conductor between the isolation switch and the sign lighter fixtures may be No. 14 AWG stranded copper conductor. Where parallel circuits are enclosed in a common conduit, the equipment grounding conductor shall be sized by the rating of the largest overcurrent device serving any circuit contained within the conduit. 8- 20.3(11) Testing The fourth paragraph is revised to read: When the project includes a traffic signal system, the Contractor shall conduct tests noted in Section 8- 20.3(14)D. The Contractor shall provide the Engineer a minimum of five days advance written notice of the proposed traffic signal turn -on date and time. The traffic signal turn -on procedure shall not begin until all required channelization, pavement markings, illumination, signs, and sign lights are substantially complete and operational unless otherwise allowed by the Engineer. The Contractor shall provide traffic control to stop all traffic from entering the intersection. The Contracting Agency electronics technician will program the controller and enter the timing data, then turn the traffic signal system to its flash mode to verify proper flash indications. The Contracting Agency electronics technician will then conduct functional tests to demonstrate that each part of the traffic signal system functions as specified. The Contractor shall conduct functional tests to demonstrate that each part of the illumination system, or other electrical system, functions as specified. These demonstration shall be conducted in the presence of a Contracting Agency electronic technician, the Contracting Agency electrical inspector, and Regional Traffic Engineer or his /her designee. The Contracting Agency electronics technician will then turn the traffic signal to stop - and -go operation for no less than one full cycle. Based on the results of the turn -on, the Engineer will direct the Contracting Specs - 16th Ave. Signal UpGrades 2004.doc 11 Agency electronics technician to either turn the traffic signal on to normal stop- and -go operation, to turn the signal to flash mode for a period not to exceed five calendar days, or to turn the signal off and require the Contractor to cover all signal displays and correct all deficiencies. SECTION 9 -29, ILLUMINATION, SIGNALS, ELECTRICAL August 2, 2004 9 -29.3 Conductors, Cable Under the second paragraph, item 5 is revised to read: 5. Pole and bracket cable shall be a two- conductor cable rated for 600 volts. The individual conductors shall be one red and one black 19- strand No. 10 AWG copper, assembled parallel. The conductor insulation shall be 45 mil polyvinyl chloride or a 600 volt rated cross - linked polyethylene. The Jacketing shall be polyethylene or polyvinyl chloride not less than 45 mils thick. If luminaires with remote ballasts are specified in the contract, this same cable shall be used between luminaire and ballast for both timber and ornamental pole construction. If the luminaire requires fixture wire temperatures greater than 75 °C, the outer jacket shall be stripped for that portion of the cable inside the luminaire. The single conductors shall then be sheathed with braided fiberglass sleeving of the temperature rating recommended by the luminaire manufacturer. 9 -29.6 Light and Signal Standards The first paragraph is supplemented with the following: Fabrication of light and signal standards shall conform to the applicable requirements of Section . 6- 03.3(14). 9- 29.6(1) Light and Signal Standards This section including title is revised to read: 9- 29.6(1) Steel Light and Signal Standards Steel plates and shapes for light and signal standards shall conform to ASTM A 36, except that structural shapes may conform to ASTM A 992. Shafts for light and signal standards, except Type PPB signal standards, shall conform to ASTM A 572 Grade 50. Shafts and caps for Type PPB signal standards, slipfitters for type PS I, FB, and RM signal standards, and all pipes shall conform to ASTM A 53 Grade B. Base plates for light standards shall conform to ASTM A 572, Grade 50, except as otherwise noted in the Standard plans for fixed base light standards. Base plates for signal standards shall conform to ASTM A 36. Connecting bolts shall conform to AASHTO M 164. Fasteners for handhole covers, bands on lighting brackets, and connector attachment brackets shall conform to ASTM F 593. Light and signal standards shall be hot - dipped galvanized in accordance with AASHTO M 111 and AASHTO M 232. Steel used for light and signal standards shall have a controlled silicon content of either 0.00 to 0.04 percent or 0.15 to 0.25 percent. Mill test certificates verifying the silicon content of the steel shall be submitted to both the galvanizer and the Engineer prior to beginning galvanizing operations. 9 -29.10 Luminaires Under the first paragraph, the third sentence in item D is revised to read: All internal luminaire assemblies shall be assembled on or fabricated from either stainless steel or galvanized steel. Specs - 16th Ave. Signal UpGrades 2004.doc • 12 9 -29.13 Traffic Signal Controllers This section is supplemented with the following: All Traffic Signal Control Equipment Shall be Tested As Follows. The supplier shall: 1. Seven days prior to shipping, arrange appointment for controller cabinet assembly, and testing at the WSDOT Materials Laboratory or the facility designated in the Special Provisions. 2. Assembly shall be defined as but not limited to tightening all screws, nuts and bolts, verifying that all wiring is clear of moving parts and properly secured, installing all pluggables, connecting all cables, Verify that all contract required documents are present, proper documentation is provided, and all equipment required by the contract is installed. 3. The assembly shall be done at the designated WSDOT facility in the presence of WSDOT personnel. 4. The supplier shall demonstrate that all of the functions required by this specification and the contract Plans and Special Provisions perform as intended. Demonstration shall include but not be limited to energizing the cabinet and verifying that all 8 phases, 4 pedestrian movements, 4 overlaps (as required by the contract provisions) operate per Washington State Standard Specifications Section 9- 29.13. The supplier shall place the controller in minimum recall with interval timing set at convenient value for testing purposes. Upon a satisfactory demonstration the controller assembly will then be accepted by WSDOT for testing. 5. If the assembly, and acceptance for testing is not complete within 5 working days of delivery, the Project Engineer may authorize the return of the assembly to the supplier, with collect freight charges to the supplier. 6. The contractor will be notified when the testing is complete, and where the assembly is to be picked -up for delivery to the project. 7. The supplier has 5 working days to repair or replace any components that fail during the testing process at no cost to the contracting agency. A failure shall be defined as a component that no longer functions as intended under the conditions required or does not meet the requirements of the Contract Specifications and is at the soul discretion of WSDOT. 8. Any part or component of the controller assembly, including the cabinet that is rejected shall not be submitted for use by WSDOT or any City or County in the State of Washington. 9- 29.13(6) Radio Interference Suppressers In the first paragraph, the second sentence is revised to read: Interference suppressers shall be of a design which will minimize interference in both broadcast and aircraft frequencies, and shall provide a minimum attenuation of 50 decibels over a frequency range of 200 kilohertz to 75 megahertz when used in connection with normal installations Specs - 16th Ave. Signal UpGrades 2004.doc 13 9- 29.13(7) Traffic - Actuated Controllers In the first paragraph, item 3 is revised to read: 3. A minimum of four overlaps. 9- 29.13(7)B Auxiliary Equipment for NEMA Controllers Under the first paragraph, item 2 is supplemented with the following: The controller cabinet shall have all cabinet wiring installed for eight vehicle phases, four pedestrian phases, four emergency pre - empts, four overlaps (OL A, B, C, D). Under the first paragraph, item 7 is revised to read: 7. A "Display Panel" when noted in the contract. The display panel shall depict a generic eight -phase operation. The panel shall be mounted on the inside of the front cabinet door and the mounting shall be of a design that allows positioning of the panel in four orientations 90 degrees from each other. The mounting shall be removable without use of any tools. Incandescent red, yellow, green, walk and don't walk indicator lights shall be provided for each phase. The indicator lights shall be connected to the associated field terminals. The connecting cable shall be long enough to allow for any mounting orientation. No diodes will be allowed in the display panel. A means of disconnecting all wiring entering the panel shall be provided. Switches shall be provided on the panel with labels and functions as follows: a. Display On — Signal indicator lamps will display the operation of the intersection. b. Test — All indicator lamps shall be energized. c. Display Off — all signal indicator lamps shall be de- energized. A "Detector Panel ", as specified in Standard Specification Section 9- 29.12(7)D, shall be installed. The panel shall be mounted on the inside of the front cabinet door. The detector panel shall be constructed as a single unit. Detector switches with separate operate, test, and off positions shall be provided for each field detector input circuit. A high intensity light emitting diode (LED) shall be provided for each switch. The lamp shall energize upon vehicle, pedestrian or test switch actuation. The test switch shall provide a spring loaded momentary contact that will place a call into the controller. When in the OFF position, respective detector circuits will be disconnected. In the operate position, each respective detector circuit shall operate normally. Switches shall be provided on the panel with labels and functions as follows: a. Display On — Detector indicator lights shall operate consistent with their respective switches. b. Display Off — detector indicator lights shall be de- energized. A means of disconnecting all wiring entering the panel shall be provided. The disconnect shall include a means to jumper detection calls when the display panel is disconnected. All switches on the panel shall be marked with its associated plan detector number. All markers shall be permanent. Specs - 16th Ave. Signal UpGrades 2004.doc 14 9- 29.13(7)D NEMA Controller Cabinets This section is revised to read: Each traffic- actuated NEMA controller shall be housed in a weatherproof cabinet conforming to the following requirements: 1. Construction shall be of 0.073 -inch minimum thickness series 300 stainless steel or 0.125 minimum thickness 5052 H32 ASTM B209 alloy aluminum. The stainless steel shall be annealed or one - quarter- hardness complying with ASTM A666 stainless steel sheet. Cabinets may be finished inside with an approved finish coat of exterior white enamel. If no other coating is specified in the contract provisions the exterior of all cabinets shall be bare metal. All controller cabinets shall be furnished with front and rear doors. 2. The cabinet shall contain shelving, brackets, racks, etc., to support the controller and auxiliary equipment. All equipment shall set squarely on shelves or be mounted in racks and shall be removable without turning, tilting, or rotating or relocating one device to remove another. A 24 slot rack or racks shall be installed. The rack(s) shall be wired for 2 channel loop detectors and as follows. Slots 1 & 2 phase 1 loop detectors. Slots 3, 4, & 5 phase 2 loop detectors. Slots 6 & 7 phase 3 loop detectors. Slots 8, 9, & 10 phase 4 loop detectors. Slots 11 & 12 phase 5 loop deterctors. Slots 13, 14, & 15 phase 6 loop detectors. Slots 16 & 17 phase 7 loop detectors. Slots 18, 19 & 20 phase 8 loop detectors. Slot 21 upper phase 1 loop detector. Slot 21 lower phase 5 detector. Slot 22 wired for a 2 channel discriminator channels A, C. Slot 23 wired for a 2 channel discriminator, channels B, D. Slot 24 wired for a 4 channel discriminator, wired for channel A, B, C, D. All loop detector slots shall be wired for presence/ pulse detection/ extension. If an external power supply is required in order for the entire racks(s) to be powered it shall be installed. All rack(s) slots shall be labeled with engraved identification strips. 3. Additional detection utilizing the "D" connector shall be installed in accordance with the contract. The cabinet shall be of adequate size to properly house the controller and all required appurtenances and auxiliary equipment in an upright position with a clearance of at least 3 inches from the vent fan and filter to allow for proper air flow. In no case shall more than 70 percent of the cabinet volume be used. There shall be at least a 2- inch clearance between shelf mounted equipment and the cabinet wall or equipment mounted on the cabinet wall. 4. The cabinet shall have an air intake vent on the lower half of the front door, with a 12 inch by 16 inch by 1 inch removable throw away filter, secured in place with a spring - loaded framework. 5. The cabinet door(s) shall be provided with: a. Spring loaded construction core locks capable of accepting a Best type CX series six segment (core installed by others) shall be installed in each door with the exception of the police panel door. Cabinet doors shall each have a three point latch system. b. A police panel assembly shall be installed in the front door and shall have a stainless steel hinge pin and a police panel lock. Two police keys with shafts a minimum of 1 3/4 inches long shall be provided with each cabinet. c. All doors and police panel door shall have one piece closed cell, neoprene gaskets. Specs - 16th Ave. Signal UpGrades 2004.doc 15 d. A two position doorstop assembly. Front and rear interior light control switches. 9- 29.13(7)E Type 170E, 170E- HC -11, 2070, 2070 Lite, ATC Controller Cabinets This section is revised to read: The above controllers shall be housed in a Models 332, Double 332, 336, 336S, 303 ITS /ATC cabinets, or as specified in the contract. Each door shall be furnished with a construction core lock conforming to 9 -29.13 (7)D 5a, b and c above. A police panel with door, stainless steel • hinge pin and lock shall be provided. Two police keys with shafts a minimum of 1 3/4" long shall be provided with each cabinet. Each of these cabinets shall be furnished with auxiliary equipment described in 9- 29.13(7)C. Type 334 cabinets for traffic data station controller furnished shall meet current Caltrans 170E specifications, as stated in Standard Specifications 9- 29.13(7) and as follows. Camera control and DMS local control cabinets shall contain the equipment shown in the Plans. The cabinet shall have the same external physical dimensions and appearance of Model 334 cabinets. 1. The cabinet shall be fabricated of stainless steel or sheet aluminum in accordance with Section 9- 29.13(7)D, Item number 1. Painted steel, painted or anodized aluminum is not allowed. 2. Cabinet doors shall have a three -point latch and two- position stop assembly with spring loaded construction core lock capable of accepting a Best lock company type, with 6- pin CX series core. The Contractor shall supply construction cores. Upon contract completion, the Contractor shall deliver two master keys to the Engineer. 3. Field wire terminals shall be labeled in accordance with the Field Wiring Chart. 4. A shatterproof fluorescent interior cabinet lights with self - starting ballast shall be furnished, one fixture mounted on the rear rack near the top and the second mounted at the top of the front rack. Door switches shall automatically turn on both lights when either door is opened. 5. One controller unit shelf, which attaches to the front rails of the EIA rack, shall be provided in lieu of the two controller unit support angles. The shelf shall be fabricated from aluminum and shall be installed such that it does not interfere with access to any terminal block. The shelf shall contain a rollout flip -top drawer for storage of wiring diagrams and manuals. A disposable paper filter element of at least 180 square inches shall be provided in lieu of a metal filter. All traffic data and ramp meter cabinets shall include the following accessories: 1. Each cabinet shall be equipped with a fully operable controller equipped as specified in the Contract Provisions. 2. Two input files, except on Type 303 and 336 cabinet shall be supplied, each using 133 millimeters of rack height. 3. Power Distribution Assembly shall be PDA #3 as detailed in the January 1989 CALTRANS 170 specification, with all current amendments. The PDA #3 shall contain three Model 200 Load Switches. Specs - 16th Ave. Signal UpGrades 2004.doc 16 A transient voltage protection device shall be provided, which plugs into the controller unit receptacle and in turn accepts the controller plug and meets the electrical requirements of Section 9- 29.13(7)B(3) item e. A second transfer relay, Model 430, shall be mounted on the rear of the PDA #3 and wired as shown in the Plans. 4. Police Panel shall contain only one DPDT toggle switch. The switch shall be labeled POLICE CONTROL, ON -OFF. 5. Display Panel A. General Each cabinet shall be furnished with a display panel. The panel shall be mounted, showing and providing detection for inputs and specified controller outputs, at the top of the front rack above the controller unit. The display panel shall be fabricated from brushed aluminum and constructed according to the detail in the Plans. B. Text All text on the display panel shall be black in color and silk screened directly to the panel except the Phenolic detector and cabinet nameplates. A nameplate for each loop shall be engraved with a 1/4 inch nominal text according to the ITS Field Wiring Charts. The nameplates shall be permanently affixed to the display panel. C. LEDs The LEDs for the display panel shall meet the following specifications: Case size T 1 -3/4 Viewing angle 50° minimum Brightness 8 Milli candelas LEDs with RED, YELLOW or GREEN as part of their labels shall be red, yellow or green in color. All other LEDs shall be red. All LEDs shall have tinted diffused lenses. D. Detector Display Control Switch Each display panel shall be equipped with one detector display control switch on the panel with labels and functions as follows: ON Detector display LEDs shall operate consistent with their separate switches. OFF All detector indicator LEDs shall be de- energized. Detector calls shall continue to reach the controller. TEST All detector indicator LEDs shall illuminate and no calls shall be placed to the controller. E. Advance Warning Sign Control Switch Each display panel shall be equipped with one advance warning sign control switch on the panel with labels and functions as follows: Specs - 16th Ave. Signal UpGrades 2004.doc 17 AUTOMATIC Sign Relay shall energize upon ground true call from controller. SIGN OFF Sign Relay shall de- energize. SIGN ON Sign Relay shall energize. F. Sign Relay The sign relay shall be plugged into a socket installed on the rear of the display panel. The relay shall be wired as shown in the Plans. The relay coil shall draw • (or sink) 50 milliamperes ± 10% from the 170E controller and have a DPDT contact rating not less than 10 amperes. A 1 N4004 diode shall be placed across the relay coil to suppress voltage spikes. The anode terminal shall be connected to terminal #7 of the relay as labeled in the Plans. The relay shall energize when the METERING indicator LED is lit. G. Detector Input Indicators One display LED and one spring - loaded two- position SPST toggle switch shall be provided for each of the 40 detection inputs. These LEDs and switches shall function as follows: TEST When the switch is in the test position, a call shall be placed to the controller and energize the associated LED. The switch shall automatically return to the run position when it is released. RUN In the run position the LEDs shall illuminate for the duration of each call to the controller. H. Controller Output Indicators The display panel shall contain a series of output indicator LEDs mounted below the detection indicators. The layout shall be according to the detail in the Plans. These LEDs shall illuminate upon a ground true output from the controller via the C5 connector. The output indicator LEDs shall have resistors in series to drop the voltage from 24 volts DC to their rated voltage and limit current below their rated current. The . . anode connection of each LED to +24 VDC shall be wired through the resistor. I. Connectors Connection to the display panel shall be made by three connectors, one pin (labeled P2) and one socket (labeled P1) and one labeled C5. The P1 and P2 connectors shall be 50 -pin cannon D series, or equivalent 50 pin connectors and shall be compatible such that the two connectors can be connected directly to one another to bypass the input detection. Wiring for the P1, P2 and C5 connectors shall be as shown in the Plans. The Contractor shall install wire connectors P1, P2, Cl P, C2, C4, C5 and C6 according to the pin assignments shown in the Plans. Specs - 16th Ave. Signal UpGrades 2004.doc 18 6. Model 204 Flasher Unit Each Model 334 ramp meter cabinet shall be supplied with one Model 204 sign flasher unit mounted on the right rear side panel. The flasher shall be powered from T1 -2. The outputs from the flasher shall be wired to T1 -5 and T1 -6. 7. Fiber Optic Patch Panel The Contractor shall provide and install a rack - mounted fiber optic patch panel as identified in the Plans. Cabinet Wiring 1. Terminal blocks TB1 through TB9 shall be installed on the Input Panel. Layout and position assignment of the terminal blocks shall be as noted in the Plans. Terminals for field wiring in traffic data and /or ramp metering controller cabinet shall be labeled, numbered and connected in accordance with the following: Terminal Terminal and Connection Block Pos. Wire Numbers Identification TBS 501 -502 AC Power, Neutral T1 -2 641 Sign on T1-4 643 Sign off T1 -5 644 Flasher Output NC T1 -6 645 Flasher Output NO T4 -1 631 Lane 3 - Red T4 -2 632 Lane 3 - Yellow T4 -3 633 Lane 3 - Green T4-4 621 Lane 2 - Red T4 -5 622 Lane 2 - Yellow T4 -6 623 Lane 2 - Green T4 -7 611 Lane 1 - Red T4 -8 612 Lane 1 - Yellow T4 -9 613 Lane 1 - Green Loop lead -in cables shall be labeled and connected to cabinet terminals according to the ITS Field Wiring Chart. This chart will be provided by the Engineer within 20 days of the Contractor's request. 9- 29.16(2)A Optical Units Under the first paragraph, number 4 (warranty) is deleted. 9 -29.19 Pedestrian Push Buttons The third paragraph is deleted 9 -29.21 Flashing Beacon This section is revised to read: Flashing beacons shall be installed as detailed in the Plans, as specified in the Special Provisions, and as described below: Controllers for flashing beacons shall be as specified in Section 9- 29.15. Beacons shall consist of single section, 8 -inch or 12 -inch traffic signal heads, three or four -way adjustable, meeting all of the applicable requirements of Section 9- 29.16. Displays (red or yellow) may be either LED type or incandescent. 12 inch yellow displays shall be dimmed 50% after dark. Specs - 16th Ave. Signal UpGrades 2004.doc 19 Mounting brackets, mountings, and installation shall meet all applicable requirements of Section 9- 29.17. Lenses shall be either red or amber, glass or polycarbonate as noted in the Plans or as determined by the Engineer. 9 -29.24 Service Cabinets Under the first paragraph, item F is revised to read: F. The minimum size of control circuit conductors used in service cabinets shall be No. 14 AWG stranded copper. • All electrical contactors shall have the loadside terminals toward the front (door side) of the service cabinet. Under the first paragraph, the fourth sentence of item I is revised to read: No electrical devices shall be connected to the dead front panel. 9 -2925 Amplifier, Transformer, and Terminal Cabinets Under the first paragraph, the fourth sentence of item 3 is revised to read: The Contractor shall supply construction cores with two master keys. The keys shall be delivered to the Engineer. SECTION 9 -35, TEMPORARY TRAFFIC CONTROL MATERIALS August 2, 2004 Temporary traffic control materials in this section consist of various traffic communication, channelization and protection items described in Section 1 -10 and listed below: Stop /Slow Paddles Construction Signs Wood Sign Posts Sequential Arrow Signs Portable Changeable Message Signs Barricades Traffic Safety Drums Barrier Drums Traffic Cones Tubular Markers Warning Lights and Flashers Truck - Mounted Attenuator Th h ., F.. +., o f to tro ffi trot .a_ . .I ,. _I_ shall _ i a: b The Ic LlcI Ioi Ivr al�l.c LJI LGIil c I y Li al I IL. ivl lu LII UGVlL, a1 I I IdLGrldIJ JI Idll L) VIJUdI II IJf.JChLIUI 1 U)' the Engineer's representative. No sampling or testing will be done except that deemed necessary to support the visual inspection. Requests for Approval of Material and Qualified Products List submittals are not required. Certification for crashworthiness according to NCHRP 350 will be required as described in Section 1- 10.2(3). "MUTCD," as used in this section, shall refer to the current edition of the Manual on Uniform Traffic Control Devices for Streets and Highways. In the event of conflicts between the MUTCD and the contract provisions, then the provisions shall govern. 9 -35.1 Stop /Slow Paddles Specs - 16th Ave. Signal UpGrades 2004.doc 20 Paddles shall conform to the requirements of the MUTCD, except that the minimum width shall be 24 inches. 9 -35.2 Construction Signs Construction signs shall conform to the requirements of the MUTCD and shall meet the requirements of NCHRP Report 350 for Category 2 devices. Except as noted below, any sign /sign stand combination that satisfies these requirements will be acceptable. Where aluminum sheeting is used to fabricate signs, it shall have a minimum thickness of 0.080 inches and a maximum thickness of 0.125 inches. All orange background signs shall be fabricated with Type X reflective sheeting. All post- mounted signs with Type X sheeting shall use a nylon washer between the twist fasteners (screw heads, bolts or nuts) and the reflective sheeting. Soft, fabric, roll -up signs will not be acceptable. Any fabric 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. 9 -35.3 Wood Sign Posts Use the charts below to determine post size for construction signs. One Post Installation Post Size Min. Sign Sq. Ft. Max. Sign Sq. Ft. 4x4 - 16.0 4x6 17.0 20.0 6x6 21.0 25.0 6x8 26.0 31.0 Two Post Installation (For signs 5 feet or greater in width) Post Size Min. Sign Sq. Ft. Max. Sign Sq. Ft. 4x4 - 16.0 4x6 17.0 36.0 6x6 37.0 46.0 6x8 47.0 75.0 * * The Engineer shall determine post size for signs greater than 75 square feet. Sign posts shall conform to the grades and usage listed below. Grades shall be determined by the current standards of the West Coast Lumber Inspection Bureau (WCLIB) or the Western Wood Products Association (WWPA). 4 x 4 Construction grade (Light Framing, Section 122 -b WCLIB) or (Section 40.11 WWPA) 4 x 6 No. 1 and better, grade (Structural Joists and Planks, Section 123 -b WCLIB) or (Section 62.11 WWPA) 6 x 6, 6 x 8, 8 x 10 No. 1 and better, grade (Posts and Timbers, Section 131 -b WCLIB) or (Section 80.11 WWPA) Specs - 16th Ave. Signal UpGrades 2004.doc 21 6 x 10, 6 x 12 No. 1 and better, grade (Beams and Stringers, Section 130 -b WCLIB) or (Section 70.11 WWPA) 9 -35.4 Sequential Arrow Signs Sequential Arrow Signs shall meet the requirements of the MUTCD supplemented with the following: Sequential arrow signs furnished for this project shall be Type C. The color of the light emitted shall be yellow. The dimming feature shall be automatic, reacting to changes in light without a requirement for manual adjustment. 9 -35.5 Portable Changeable Message Signs Portable Changeable Message Signs (PCMS) shall meet the requirements of the MUTCD and the following: The PCMS shall employ one of the following technologies: 1. Fiber optic /shutter 2. Light emitting diode 3. Light emitting diode /shutter 4. Flip disk Regardless of the technology, the PCMS shall meet the following general requirements: • Be light emitting and must not rely solely on reflected light. The emitted light shall be generated using fiber optic or LED technology. • Have a display consisting of individually controlled pixels no larger than 2 1/2 inch by 2 1/2 inch. If the display is composed of individual character modules, the space between modules must be minimized so alphanumeric characters of any size specified below can be displayed at any location within the matrix. • When activated, the pixels shall display a yellow or orange image. When not activated, the pixels shall display a flat black image that matches the background of the sign face. • Be capable of displaying alphanumeric characters that are a minimum of 18 inches in height. The width of alphanumeric characters shall be appropriate for the font. The PCMS shall be capable of displaying three lines of eight characters per line with a minimum of one pixel separation between each line. • The PCMS message, using 18 -inch characters, shall be legible by a person with 20/20 corrected vision from a distance of not less than 800 feet centered on an axis perpendicular to the sign face. • The sign display shall be covered by a stable, impact resistant polycarbonate face. The sign face shall be non -glare from all angles and shall not degrade due to exposure to ultraviolet light. • Be capable of simultaneously activating all pixels for the purpose of pixel diagnostics. Any sign that employs flip disk or shutter technology shall be programmable to activate the disks /shutters once a day to clean the electrical components. This feature shall not occur when the sign is displaying an active message. Specs - 16th Ave. Signal UpGrades 2004.doc 22 PREVAILING WAGE RATES Federal wage Rates Prevailing Wage Rates for Yakima County (with Supplemental Wage Rates & Benefit Key Code) • The light source shall be energized only when the sign is displaying an active message. The PCMS panels and related equipment shall be permanently mounted on a trailer with all controls and power generating equipment. The PCMS shall be operated by a controller that provides the following functions: 1. Select any preprogrammed message by entering a code. 2. Sequence the display of at least five messages. 3. Blank the sign. 4. Program a new message, which may include animated arrows and chevrons. 5. Mirror the message currently being displayed or programmed. 9 -35.6 Barricades Barricades shall conform to the requirements of the MUTCD supplemented by the further requirements of Standard Plan H -2. 9 -35.7 Traffic Safety Drums Traffic safety drums shall conform to the requirements of the MUTCD and the following: The drums shall have the following additional physical characteristics: Material Fabricated from low- density polyethylene that meets the requirements of ASTM D 4976 and is UV stabilized. Overall Width 18 -inch minimum in the direction(s)of traffic flow. Shape Rectangular, hexagonal, circular, or flat -sided semi - circular. Color The base color of the drum shall be fade resistant safety orange. The traffic safety drums shall be designed to accommodate at least one portable light unit. The method of attachment shall ensure that the light does not separate from the drum upon impact. Drums and light units shall meet the crashworthiness requirements of NCHRP 350 as described in Section 1- 10.2(3). When recommended by the manufacturer, drums shall be treated to ensure proper adhesion of the reflective sheeting. 9 -35.8 Barrier Drums Barrier drums shall be small traffic safety drums, manufactured specifically for traffic control purposes to straddle a concrete barrier and shall be fabricated from low- density polyethylene that meets the requirements of ASTM D 4976 and is UV stabilized. The barrier drums shall meet the following general specifications: Total height 22 in., ± 1 in. Cross - section hollow oval 10 in. X 14 in., ± 1 in. Formed support legs length 13 in., ± 1 in. Space between legs 6 1 /4 in. min. (taper to fit conc. barrier) Weight 33 lb. ± 4 lb. with legs filled with sand. Specs - 16th Ave. Signal UpGrades 2004.doc 23 Color Fade resistant safety orange. Barrier drums shall have three 4 -inch reflective white stripes, (one complete and two partial). Stripes shall be fabricated from Type III or Type IV reflective sheeting. When recommended by the manufacturer, barrier drums shall be treated to ensure proper adhesion of the reflective sheeting. 9 -35.9 Traffic Cones Cones shall conform to the requirements of the MUTCD, except that the minimum height shall be 28 • inches. 9 -35.10 Tubular Markers Tubular markers shall conform to the requirements of the MUTCD, except that the minimum height shall be 28 inches. Pavement - mounted tubular markers shall consist of a surface- mounted assembly which uses a separate base with a detachable tubular marker held in place by means of a locking device. 9 -35.11 Warning Lights and Flashers Warning lights and flashers shall conform to the requirements of the MUTCD. 9 -35.12 Truck- Mounted Attenuator The Truck - Mounted Attenuator (TMA) shall be selected from the approved units listed on the Qualified Products List. The TMA shall be mounted on a vehicle with a minimum weight of 15,000 pounds and a maximum weight in accordance with the manufacturer's recommendations. Ballast used to obtain the minimum weight requirement, or any other object that is placed on the vehicle shall be securely anchored such that it will be retained on the vehicle during an impact. The Contractor shall provide certification that the unit complies with NCHRP 230 or 350 requirements. Units fabricated after 1998 must comply with NCHRP 350 requirements. The TMA shall have an adjustable height so that it can be placed at the correct elevation during usage and to a safe height for transporting. If needed, the Contractor shall install additional lights to provide fully visible brake lights at all times. The TMA unit shall have a chevron pattern on the rear of the unit. The standard chevron pattern shall consist of 4 -inch yellow stripes, alternating non - reflective black and reflective yellow sheeting, slanted at 45 degrees in an inverted "V" with the "V" at the center of the unit. Specs - 16th Ave. Signal UpGrades 2004.doc 24 CITY OF YAKIMA SPECIAL PROVISIONS INTERSECTIONS SIGNALIZATION UPGRADES 16th AVE. & LINCOLN AVE. SUMMITVIEW AVE TIETON AVE. AND YAKIMA AVE. City Project No. 2045 FA. NO. CM- 4555(004) SPECIAL PROVISIONS The following Special Provisions are made a part of this contract and supersede any conflicting provisions of the 2004 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. (Regionsl date) Region Special Provision (BSP date) Bridges and Structures Special Provision General Special Provisions are commonly applicable statewide. Region Special Provisions are commonly applicable within the designated Region. Region designations are as follows: Regionsl 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 commonly applicable statewide. Project Specific Special Provisions normally appear only in the contract for which they were developed. Specs - 16th Ave. Signal UpGrades 2004.doc 25 The following Special Provisions supersede any conflicting provisions of the 2004 Standard Specifications for Road, Bridge, and Municipal Construction, including the Division 1 APWA SUPPLEMENT, Section 1 -99, and are made a part of this Contract. DESCRIPTION OF WORK (March 13, 1995) This contract provides for the improvement of the intersections of North 16th Ave. and Lincoln Ave., Summitview Ave., Tieton Ave., and Yakima Ave. and other work, all in accordance with the attached Contract Plans, these Contract Provisions, and the Standard Specifications. 1 -02 BID PROCEDURES AND CONDITIONS 1 -02.1 QUALIFICATIONS OF BIDDER (APWA ONLY) Supplement this section as follows: Pre - qualification is not required for this project. 1 -02.6 PREPARATION OF PROPOSAL (September 5, 1995) On this project, the bidder will not be required to submit with the bid a list of: 1. Subcontractors, and 2. The work the subcontractors will perform. (November 20, 2000) 1 -02.12 PUBLIC OPENING OF PROPOSAL Section 1 -02.12 is supplemented with the following: Sealed bids will be received at the following location before the specified time: City Clerk, City of Yakima, 129 North Second Street, Yakima, WA 98901, until the time and date set for the bid opening. 1 -03 AWARD AND EXECUTION OF CONTRACT 1 -06 CONTROL OF MATERIALS 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 project shall consist of American -made materials only. 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 be steel manufacturing processes: Specs - 16th Ave. Signal UpGrades 2004.doc 26 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 - 07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1 -07.1 LAWS TO BE OBSERVED Section 1 -07.1 is supplemented with the following: 1 -07.2 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 FISH AND WILDLIFE AND ECOLOGY REGULATIONS 1 -07.6 PERMITS AND LICENSES Section 1 -07.6 is supplemented with the following: (March 13, 1995) No hydraulic permits are required for this project unless the Contractor's operations use, divert, obstruct, or change the natural flow or bed of any river or stream, or utilize any of the waters of the State or materials from gravel or sand bars, or from stream beds. 1 -07.9 WAGES (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. Specs - 16th Ave. Signal UpGrades 2004.doc 27 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. Specs - 16th Ave. Signal UpGrades 2004.doc 28 Seattle, WA: SMSA Counties: Seattle Everett, WA 7.2 WA King; WA Snohomish. Tacoma, WA 6.2 WA Pierce. Non -SMSA Counties 6.1 WA Clallam; WA Grays Harbor; WA Island; WA Jefferson; WA Kitsap; WA Lewis; WA Mason; WA Pacific; WA San Juan; WA Skagit; WA Thurston; WA Whatcom. Portland, OR: SMSA Counties: Portland, OR -WA 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; Specs - 16th Ave. Signal UpGrades 2004.doc 29 b. Director means Director, Office of Federal Contract Compliance Programs, United States Department of Labor, or any person to whom the Director delegates authority; c. Employer Identification Number means the Federal Social Security number used on the Employer's Quarterly Federal Tax Return, U. S. Treasury Department Form 941; d. Minority includes: (1) Black, a person having origins in any of the Black Racial Groups of Africa. (2) Hispanic, a fluent Spanish speaking, Spanish surnamed person of Mexican, Puerto Rican, Cuban, Central American, South American, or other Spanish ' origin. (3) Asian or Pacific Islander, a person having origins in any of the original peoples of the Pacific rim or the Pacific Islands, the Hawaiian Islands and Samoa. (4) American Indian or Alaskan Native, a person having origins in any of the original peoples of North America, and who maintain cultural identification through tribal affiliation or community recognition. 2. Whenever the Contractor, or any Subcontractor at any tier, subcontracts a portion of the work involving any construction trade, it shall physically include in each subcontract in excess of $10,000 the provisions of these specifications and the Notice which contains the applicable goals for minority and female participation and which is set forth in the solicitations from which this contract resulted. 3. If the Contractor is participating (pursuant to 41 CFR 60 -4.5) in a Hometown Plan approved by the U.S. Department of Labor in the covered area either individually or through an association, its affirmative action obligations on all work in the Plan area (including goals and timetables) shall be in accordance with that Plan for those trades which have unions participating in the Plan. Contractors must be able to demonstrate their participation in and compliance with the provisions of any such Hometown Plan. 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. Specs - 16th Ave. Signal UpGrades 2004.doc 30 5. Neither the provisions of any collective bargaining agreement, nor the failure by a union with whom the Contractor has a collective bargaining agreement, to refer either minorities or women shall excuse the Contractor's obligations under these specifications, Executive Order 11246, or the regulations promulgated pursuant thereto. 6. In order for the nonworking training hours of apprentices and trainees to be counted in meeting the goals, such apprentices and trainees must be employed by the Contractor during the training period, and the Contractor must have made a commitment to employ the apprentices and trainees at the completion of their training, subject to the availability of employment opportunities. Trainees must be trained pursuant to training programs approved by the U.S. Department of Labor. 7. The Contractor shall take specific affirmative actions to ensure equal employment opportunity. The evaluation of the Contractor's compliance with these specifications shall be based upon its effort to achieve maximum results from its action. The Contractor shall document these efforts fully, and shall implement affirmative action steps at least as extensive as the following: a. Ensure and maintain a working environment free of harassment, intimidation, and coercion at all sites, and in all facilities at which the Contractor's employees are assigned to work. The Contractor, where possible, will assign two or more women to each construction project. The Contractor shall specifically ensure that all foremen, superintendents, and other on -site supervisory personnel are aware of and carry out the Contractor's obligation to maintain such a working environment, with specific attention to minority or female individuals working at such sites or in such facilities. b. Establish and maintain a current list of minority and female recruitment sources, provide written notification to minority and female recruitment sources and to community organizations when the Contractor or its unions have employment opportunities available, and maintain a record of the organizations' responses. c. Maintain a current file of the names, addresses and telephone numbers of each minority and female off - the - street applicant and minority or female referral from a union, a recruitment source or community organization and of what action was taken with respect to each such individual. If such individual was sent to the union hiring hall for referral and was not referred back to the Contractor by the union or, if referred, not employed by the Contractor, this shall be documented in the file with the reason therefor, along with whatever additional actions the Contractor may have taken. 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 Specs - 16th Ave. Signal UpGrades 2004.doc 31 meeting its EEO obligations; by including it in any policy manual and collective bargaining agreement; by publicizing it in the company newspaper, annual report, etc.; by specific review of the policy with all management personnel and with all minority and female employees at least once a year; and by posting the company EEO policy on bulletin boards accessible to all employees at each location where construction work is performed. g. Review, at least annually, the company's EEO policy and affirmative action obligations under these specifications with all employees having any responsibility for hiring, assignment, layoff, termination or other employment decisions including specific review of these items with on-site supervisory personnel such as Superintendents, General Foremen, etc., prior to the initiation of construction work at any job site. A written record shall be made and maintained identifying the time and place of these meetings, persons attending, subject matter discussed, and disposition of the subject matter. h. Disseminate the Contractor's EEO policy externally by including it in any advertising in the news media, specifically including minority and female news media, and providing written notification to and discussing the Contractor's EEO policy with other Contractors and Subcontractors with whom the Contractor does or anticipates doing business. i. Direct its recruitment efforts, both oral and written to minority, female and community organizations, to schools with minority and female students and to minority and female recruitment and training organizations serving the Contractor's recruitment area and employment needs. Not later than one month prior to the date for the acceptance of applications for apprenticeship 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 Specs - 16th Ave. Signal UpGrades 2004.doc 32 solicitations to minority and female contractor associations and other business associations. p. Conduct a review, at least annually, of all supervisors' adherence to and performance under the Contractor's EEO policies and affirmative action obligations. 8. Contractors are encouraged to participate in voluntary associations which assist in fulfilling one or more of their affirmative action obligations (7a through 7p). The efforts of a contractor association, joint contractor- union, contractor - community, or other similar group of which the Contractor is a member and participant, may be asserted as fulfilling any one or more of the obligations under 7a through 7p of this Special Provision provided that the Contractor actively participates in the group, makes every effort to assure that the group has a positive impact on the employment of minorities and women in the industry, ensure that the concrete benefits of the program are reflected in the Contractor's minority and female work -force participation, makes a good faith effort to meet its individual goals and timetables, and can provide access to documentation which demonstrate the effectiveness of actions taken on behalf of the Contractor. The obligation to comply, however, is the Contractor's and failure of such a group to fulfill an obligation shall not be a defense for the Contractor's noncompliance. 9. A single goal for minorities and a separate single goal for women have been established. The Contractor, however, is required to provide equal employment opportunity and to take affirmative action for all minority groups, both male and female, and all women, both minority and non - minority. Consequently, the Contractor may be in violation of the Executive Order if a particular group is employed in substantially disparate manner (for example, even though the Contractor has achieved its goals for women generally, the Contractor may be in violation of the Executive Order if a specific minority group of women is underutilized). 10. The Contractor shall not use the goals and timetables or affirmative action standards to discriminate against any person because of race, color, religion, sex, or national origin. 11. The Contractor shall not enter into any subcontract with any person or firm debarred from Government contracts pursuant to Executive Order 11246. 12. The Contractor shall carry out such sanctions and penalties for violation of these specifications and of the Equal Opportunity Clause, including suspensions, terminations and cancellations of existing subcontracts as may be imposed or ordered pursuant to Executive Order 11246, as amended, and its implementing regulations by the Office of Federal Contract Compliance Programs. Any Contractor who fails to 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 Specs - 16th Ave. Signal UpGrades 2004.doc 33 pay, and locations at which the work was performed. Records shall be maintained in an easily understandable and retrievable form; however, to the degree that existing records satisfy this requirement, the Contractors will not be required to maintain separate records. 15. Nothing herein provided shall be construed as a limitation upon the application of other laws which establish different standards of compliance or upon the application of requirements for the hiring of local or other area residents (e.g., those under the Public Works Employment Act of 1977 and the Community Development Block Grant Program). (April 7, 2003) Disadvantaged Business Enterprise (DBE) Participation The Disadvantaged Business Enterprise (DBE) requirements of 49 CFR part 26 apply to this contract. The requirements of this contract are to report what is accomplished to enable the Contracting Agency to track achievement. 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 Increase DBE Participation 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 organizations, minority Contractor groups, local minority assistance offices and organizations that provide assistance in the recruitment and placement of DBEs and other small businesses. Services Offices available to assist you In addition, The Office of Minority and Women's Business Enterprises has three DBE Supportive as follows: Olympia: (360) 753 -9693, (Fax) (360) 586 -7079 Seattle: (206) 553 -7356, (Fax) (206) 553 -0194 Wenatchee: (509) 665 -3528, (Fax) (509) 665 -3533 3. Establish delivery schedules, where requirements of the contract allow, that encourage participation by DBEs and other small businesses. 4. Achieve DBE attainment through joint ventures. Specs - 16th Ave. Signal UpGrades 2004.doc 34 DBE Eligibility (for reporting purposes only) Definition of DBEs DBE status is designated by: The current list of firms accepted as certified by the Office of Minority and Women's Business Enterprises (OMWBE.) A list of firms accepted as certified by OMWBE is available from that office at (360) 704 -1181 or on line through their web site at (www.omwbe.wa.gov /directory/directory.htm). DBE Participation When a DBE participates in a contract, only the value of the work actually performed by the DBE will be counted. 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. Include supplies purchased or equipment leased by the DBE. Exclude supplies and equipment the DBE Subcontractor purchases or leases from the Contractor or its affiliate. 2. Count the entire amount of fees or commissions charged by a DBE firm for providing a bona fide service, such as professional, technical, consultant, or managerial services, or for providing bonds or insurance, provided the fees are reasonable. 3. When a DBE subcontracts part of the work of its contract to another firm, the value of the subcontracted work shall be counted if the DBE's Subcontractor is also a DBE. The work that a DBE subcontracts to a non -DBE firm does not count as participation. DBE Prime Contractor A DBE prime Contractor shall only count the work performed with its own forces as well as the work performed by DBE Subcontractors and DBE suppliers. Joint Venture When a DBE performs as a participant in a joint venture, only count 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. Commercially Useful Function You may count expenditures to a DBE Contractor if the DBE is performing a commercially useful function on that contract. 1. A DBE performs a commercially useful function when it is responsible for execution of the work of the contract and is carrying out its responsibilities by actually performing, managing, and supervising the work involved. To perform a commercially useful function, the DBE must also be responsible, with respect to materials and supplies used on the contract, for negotiating price, determining quality and quantity, ordering the material, installing (if applicable) and paying for the material itself. 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. 3. A DBE does not perform a commercially useful function if it fails to exercise responsibility with its own work force for at least 30 percent of the total cost of its contract. Trucking Specs - 16th Ave. Signal UpGrades 2004.doc 35 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 responsible for on a particular contract, and there cannot be a contrived arrangement for the purpose of meeting the DBE goals. 2. The DBE must itself own and operate at least one fully licensed, insured, and operational truck that is used on the contract. 3. Credit towards project goals for DBE trucking firms who do not own at least one truck, will be • granted only for the fees the DBE firm retains for providing the hauling service. 4. In order for DBE project goals to be credited, DBE trucking firms must be covered by a subcontract or a written agreement approved by WSDOT prior to performing their portion of • the work. 5. DBE trucking firms are required to perform at least fifty percent (50 %) of the work with his /her own trucks and personnel. 6. DBE trucking firms may utilize owner /operator trucks. The number of owner /operator trucks may not exceed any limitations on subletting or reassigning the work specified. All owner /operators must appear on the DBE Contractor's or DBE Subcontractor's payroll designated as owner /operator. The hours worked or wages paid may be reflected either on the payroll or on the record of payments to each owner /operator. 7. DBE trucking firms may lease or rent trucks from other sources, except from prime Contractors to whom they are Contractors, provided: a) A written valid lease /rental agreement on all trucks leased or rented is submitted to the project manager prior to the beginning of work; and b) Only the vehicle (not the operator) is leased or rented. c) The agreement must include the lessors name, trucks to be leased, and agreed upon amount or method of payment (hour, ton or load hauled). d) All lease agreements shall be long -term agreements, not project -by- project. The DBE is limited to leasing or renting two (2) additional trucks for each truck owned by the DBE trucking firm. Expenditures with DBEs Expenditures with DBEs for materials or supplies shall be counted as provided in the following: Manufacturer If the materials or supplies are obtained from a DBE manufacturer, count 100 percent of the cost of the materials or supplies. Regular Dealer 1. Counting If the materials or supplies are purchased from a DBE regular dealer, count 60 percent of the cost of the materials or supplies. Specs - 16th Ave. Signal UpGrades 2004.doc 36 2. Definition a) To be a regular dealer, the firm must 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. Purchased from a DBE With respect to materials or supplies purchased from a DBE who is neither a manufacturer nor a regular dealer, count 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, provided the fees are reasonable and typical for the services rendered. No part of the cost of the materials and supplies themselves shall be counted. Procedures Between Award and Execution After award and prior to execution of the contract, the Contractor shall provide the names and addresses of all firms that submitted a bid or quote to the Contractor as part of bidding this contract and note which of those firms were successful and will participate in the contract. These firms may be contacted to solicit general information as follows: 1. age of the firm 2. average of its gross annual receipts This information is necessary to maintain a bidder's list in compliance with the requirements of the 49 CFR, Part 26. Simply stated: who is soliciting the work and what is their capacity? The Contracting Agency will use this information to accurately determine an overall goal based on the percentage of DBEs who are ready, willing and able to perform the work. Reporting The Contractor shall submit a "Quarterly Report of Amounts Credited as DBE Participation" on a quarterly basis for every quarter in which the contract is active (work is accomplished) or upon completion of the project, as appropriate. The quarterly reports are due on the 20th of April, July, October, and January for the four respective quarters. The dollars reported will be in accordance with the "DBE Eligibility" section of this specification. Payment Payment for complying with the conditions of this specification and any associated DBE requirements is the Contractor's responsibility. Those costs shall be incidental to the respective bid items. Further Information If further information is desired concerning Disadvantaged Business Enterprise participation, inquiry may be directed to: Specs - 16th Ave. Signal UpGrades 2004.doc 37 External Civil Rights Branch Office of Equal Opportunity Washington State Department of Transportation Transportation Bldg., P.O. Box 47314 Olympia, WA 98504 -7314 or telephone - (360) 705 -7085. Fax (360) 705 -6801 1- 07.11(10)B REQUIRED RECORDS AND RETENTION Revise the first sentence of the first paragraph as follows: Replace "State Department of Transportation" with "the Contracting Agency ". The third paragraph is revised to read as follows: The Contractor and all subcontractors on this project shall submit WSDOT Form 820 -010 to the City Construction Engineer by the Fifth of the month during the term of the Contact. 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. The provisions of FHWA 1273, as amended, included in this contract require that the Contractor insert the FHWA 1273 and amendments thereto in each subcontract, together with the wage rates which are part of the FHWA 1273, as amended. Also, a clause shall be included in each subcontract requiring the subcontractors to insert the FHWA 1273 and amendments thereto in any lower tier subcontracts, together with the wage rates. The Contractor shall also ensure that this section, REQUIRED FEDERAL AID PROVISIONS, is inserted in each subcontract for subcontractors and lower tier subcontractors. For this purpose, upon request to the Project Engineer, the Contractor will be provided with extra copies of the FHWA 1273, the amendments thereto, the applicable wage rates, and this Special Provision. (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: Pacific Power 1101 N. 16 Ave., Yakima, WA 98902 (509) 575 -3150 Specs - 16th Ave. Signal UpGrades 2004.doc 38 Charter Communications1005 N. 16 Ave., Yakima, WA 98902 (509) 575 -1697 Qwest Communications 8 South 2 "d Ave., Yakima, WA 98902 (509) 575 -7183 City of Yakima 2410 Fruitvale Blvd., Yakima, WA 98902 (509) 575 -6204 Cascade Natural Gas 401 N. 1 Street, Yakima, WA 98901 (509) 457 -8175 1 -07.23 Public Convenience And Safety (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. 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 - 08 PROSECUTION AND PROGRESS 1 -08.1 Subcontracting Section 1 -08.1 is supplemented with the following: (October 12, 1998) Prior to any subcontractor or lower tier subcontractor beginning work, the Contractor shall submit to the Engineer a certification (WSDOT Form 420 -004) that a written agreement between the Contractor and the subcontractor or between the subcontractor and any lower tier subcontractor has been executed. This certification shall also guarantee that these subcontract agreements include all the documents required by the Special Provision Federal Agency Inspection. A subcontractor or lower tier subcontractor will not be permitted to perform any work under the contract until the following documents have been completed and submitted to the Engineer: 1. Request to Sublet Work (Form 421 -012), and 2. Contractor and Subcontractor or Lower Tier Subcontractor Certification for Federal -aid Projects (Form 420 -004). The Contractor's records pertaining to the requirements of this Special Provision shall be open to inspection or audit by representatives of the Contracting Agency during the life of the contract and for a period of not less than three years after the date of acceptance of the contract. The Specs - 16th Ave. Signal UpGrades 2004.doc 39 Contractor shall retain these records for that period. The Contractor shall also guarantee that these records of all subcontractors and lower tier subcontractors shall be available and open to similar inspection or audit for the same time period. 1 -08.3 PROGRESS SCHEDULE The first paragraph is revised to read: The Contractor shall prepare and submit to the City a Construction Progress and Completion Schedule using the Bar Graph or Critical Path Method. Items in the Schedule shall be arranged in the order and sequence in which they will be performed. The Schedule shall conform to the working time and time of completion established under the terms of the Contract and shall be subject to modification by the City. The Schedule shall be drawn to a time scale, shown along the base of the diagram, using an appropriate measurement per .day with weekends and holidays indicated. The Construction Progress Schedule shall be continuously updated and, if necessary, redrawn upon the first working day of each month or upon issuance of any Change Order which substantially affects the scheduling. Copies (2 prints or 1 reproducible) of newly updated Schedules shall be forwarded to the City, as directed, immediately upon preparation. The section is supplemented with the following: The Contractor shall submit a weekly activity schedule to the City Construction Engineer before 9:00 a.m. on the Friday prior to the week indicated on the schedule. If the Contractor proceeds with work not indicated on his weekly activity schedule, or in a sequence differing from that which he has shown on his schedule, the City may order the Contractor to delay unscheduled activities until they are included on a subsequent weekly activity schedule. 1 -08.5 TIME FOR COMPLETION (APWA ONLY) Add the following: (March 13, 1995) Section 1 -08.5 is supplemented with the following: This project shall be physically completed within 20 working days 1 - 10 TEMPORARY TRAFFIC CONTROL 1- 10.2(1)B TRAFFIC CONTROL SUPERVISOR Revise the first sentence to read: During work, a TCS shall be on the project whenever traffic control devices and /or flaggers are required to fulfill the requirements of the Contractor's approved Traffic Control Plan or as authorized by the Engineer. 1- 10.2(2) TRAFFIC CONTROL PLANS Delete the entire section and replace with the following: The Contractor shall prepare a signing plan showing the necessary Class A construction signing and barricades required for the project and submit it to the City of Yakima for review no later than Specs - 16th Ave. Signal UpGrades 2004.doc 40 the preconstruction conference date. When the Class B signing for a particular area will be provided as detailed on one or more of the figures included in the MUTCD without modification, the Contractor may reference the applicable MUTCD figure at the appropriate location on the Plan. When this procedure is used, variable distances such as minimum length of taper must be specified by the Contractor. The signing plan prepared by the Contractor shall provide for adequate warning within the limits of the project and on all streets, alleys, and driveways entering the project so that approaching traffic may turn left or right onto existing undisturbed streets before reaching the project. All costs incurred by the Contractor in preparation of the Traffic Control Plan, including any revisions required by the City after review, shall be included in the unit contract prices for "Maintenance and Protection of Traffic," per lump sum. 1- 10.3(1) TRAFFIC CONTROL LABOR Revise the first sentence of the third paragraph with the following: Delete the phrase "Traffic Control Labor" and replace it with "Maintenance and Protection of Traffic ". Revise the fourth paragraph as follows: Delete the first sentence. Delete the phrase "Traffic Control Labor" in the second sentence and replace it with "Maintenance and Protection of Traffic ". 1 -10.3 FLAGGING, SIGNS, AND ALL OTHER TRAFFIC CONTROL DEVICES 1- 10.3(3) CONSTRUCTION SIGNS The first sentence of the first paragraph is revised to read: All signs, barricades, flashers, cones, traffic safety drums, and other traffic control devices required by the approved traffic control plan(s), as well as any other appropriate signs prescribed by the City or County, shall be furnished by the Contractor. The last two sentences of the first paragraph are deleted. The third paragraph is revised as follows: Delete item 2. Revise item 3 to read: Furnishing, initial installation, and subsequent removal of both Class A and B construction signs; and 1 -10.4 MEASUREMENT Delete the second paragraph and replace with the following: Specs - 16th Ave. Signal UpGrades 7- 27- 04_FINAL- Il.doc 41 "Maintenance and Protection of Traffic" shall cover all traffic control labor as set forth in Section 1- 10.3(1), and furnishing all temporary traffic control devices as set forth in Section 1- 10.3(5) as required by the approved Traffic Control Plan. 1 -10.5 PAYMENT (APWA ONLY) Add the following pay item: "Maintenance and Protection of Traffic," per lump sum. The lump sum contract price shall be full compensation for furnishing and maintaining flaggers, modifying or adapting the Traffic Control Plan, furnishing, maintaining, moving, and removing temporary traffic control signs and devices, traffic control vehicle, pilot car, and other traffic control measures required by the Approved Traffic Control Plan. No further payment will be made. 8 - 20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL 8 -20.1 Description Supplement this section as follows: This work shall consist of furnishing and installing all materials and equipment to provide video detection, coordinated signals, LED pedestrian signals as modifications to existing signal systems. The work shall include removal of sidewalk and installation of two wheel chair ramps at So.16 and Summitview. 8- 20.3(8) Wiring Revise this section as follows: Remove existing loop wires and cables. Install new power wires and coaxial cable for video detection without damaging existing cables. 8- 20,13(14)A Signal Controllers Revise this section to read as follows: Remove existing master from the cabinet at 16 Avenue and Yakima Avenue and install a PEEK M3000 On Street Master. Replace the existing LMD 8000 controller mechanisms only with LMD9200 controllers in each of the four existing cabinets on this project to be compatible with the city wide Closed Loop Multi - Arterial Traffic Control System (CLMATS) Specs - 16th Ave. Signal UpGrades 7- 27- 04_FINAL- Il.doc 42 8- 20,3(14) C INDUCTION LOOP DETECTORS Revise this section for video detection: Induction loop detectors will not be used on this project. Video camera detection shall be installed at all four intersections. Install cameras as indicated on the plans. Mount the cameras in line with the opposite left turn lane line. The contractor shall install the video detection interface unit in the controller cabinets at each intersection and shall provide power filtering and grounding for proper camera operation. The contractor shall set up the detection zones as directed by the engineer. 8 -30 REPAIR OR REPLACEMENT (NEW SECTION) 8 -30.1 DESCRIPTION The work covered by this Section shall consist of repair or replacement of miscellaneous items such as sod for lawn, rockeries, private irrigation systems, shrubs, or other features within or adjacent to the project area, as designated and directed by the City. 8 -30.4 MEASUREMENT No specific unit of measurement shall apply to this item of work. For the purpose of providing a common proposal for all bidders, the City has estimated the Force Account amount for "Repair and Replacement" and has entered the amount for the pay item in the proposal form to become a part of the total bid price by the Contractor. The Contractor is advised that this bid item may or may not be utilized in this project. 8 -30.5 PAYMENT "Repair or Replacement," by force account, as provided in Section 1 -09.6. Specs - 16th Ave. Signal UpGrades 7- 27- 04_FINAL- II.doc 43 9 -29 ILLUMINATION, SIGNALS, ELECTRICAL CONDUCTORS, CABLE Supplement this section as follows: The three - conductor cable for video camera power may be three individual conductors, #12, THWN, Stranded copper, 600v, with Black, White, and Green colored insulation. The coaxial cable shall be Beldon 8281. 9- 29.13(7) TRAFFIC SIGNAL CONTROLLERS Revise this section as follows: The Master shall be a PEEK M 3000 On Street Master that shall be compatible with LMD 9200 controllers and CLMATS Supervisory system. The contractor shall set up the master and local controllers as a part of the CLMATS system, including communication with the Signal Shop and Traffic Office CLMATS computers. 9 -29.18 Vehicle Detector Replace this section to read as follows: Vid Detectors mu c t V t g6 detector k T e. � must �uSt b.. I �.,� �� Vantage rack mounted modt.iie�. The modules shall fit into existing vehicle detection racks. The vehicle detection system shall consist of two main components, the video tracking and processing units and the CCD video cameras. In addition to the main components, the system shall be supplied complete with camera mounting brackets, sunshields, coax/power cables, and a camera interface panel. The coax/ power cable shall be long enough to reach from the camera to the splice point at the pole base. The contractor shall supply the coax and power cables from the controller cabinet to the splice point at the pole base or terminal compartment. The Video Tracking and Processing Unit shall contain modules capable of accommodating at least 1 -4 cameras. The unit shall be able to process up to 96 zones of detection. The unit shall offer at least 32 vehicle detection /incident detection ground -true outputs. The CCD Cameras shall be monochrome, medium resolution CCD cameras with power zoom. They shall be encased in a NEMA 4R rated housing with an MS connector. 9 -29.19 Pedestrian Push Buttons Ci innl th section: The pedestrian push button assemblies and signs shall be State standard PPBM "H" bracket type with sign and snap - action micro - switch. Specs - 16th Ave. Signal UpGrades 7- 27- 04_FINAL- Il.doc 44 9 -29.20 Pedestrian Signal Supplement the section with the following: Pedestrian signals shall be the LED type with the Hand /Person display symbols filled in. The LED display module shall fit into a 16x17 inch housing. The symbols shall be side by side. The surface of the lens shall have a textured surface to reduce glare. Do not supply egg crate visors. The pedestrian signal modules shall be GELCOR Model PS7CFCI -01 A or approved equal. New signals shall be mounted as shown on the Standard Plans, Plan J -6f, Type E, side mount. Where existing housings are to be reused, remove existing display assemblies and electrical parts and install the replacement display modules. Specs - 16th Ave. Signal UpGrades 7- 27- 04_FINAL- ll.doc 45 STANDARD PLANS April 5, 2004 The State of Washington Standard Plans for Road, Bridge and Municipal Construction M21 -01 (English) transmitted under Publications Transmittal No. PT 03 -073, effective January 5, 2004 is made a part of this contract. The Standard Flans ins are revised as follows: C -8 Sheets 1 and 2 This plan has been rescinded. C -11 b Sheet 1 The length of the bolts as shown on the POST SLIP BASE ELEVATION DETAIL is revised from 2 1/2" to 2 ". Specs - 16th Ave. Signal UpGrades 7- 27- 04_FINAL- Il.doc 46 F -2b Sheet 2 In the detail for shoulder paving with guardrail posts, the shoulder paving shall extend only to the inside face of the guardrail post. G8a The notes under the HINGE CONNECTION DETAIL are revised to read: Hinge Connection Bolts shall be tightened 1 /2 turn past snug tight. The hinge plate shall be of the size and type as provided by TransPo Industries. K -1 through K -27 These plans shall not be used on projects administered by WSDOT. The following are the Standard Plan numbers applicable at the time this project was advertised. The date shown with each plan is the publication approval date shown in the lower right -hand corner of that plan. Standard Plans not having this date shall not be used in this contract. A -1 5/13/02 C -8b 7/17/98 H-lb 5/05/00 A -2 5/09/02 C -8c 5/30/97 H -1 c 1/10/02 A -3 5/30/02 C -8d 7/25/97 H -1d 1/10/02 A -4 3/07/97 C -8e 6/24/02 H -1 e 4/14/00 A -5 2/24/03 C -10 7/31/98 H -2 5/29/02 A -6 2/24/03 C -11 5/30/97 H -3 4/14/00 C -11 a 2/19/99 H -3a 6/23/00 B -1 7/21/03 C -11 b 9/28/01 H -4 10/29/03 B -1 a 7/31/01 C -12 7/27/01 H -4a 3/11/03 B -1 b 3/07/97 C -13 4/16/99 H -5 2/18/00 B-le 1/28/02 C -13a 4/16/99 H -5a 2/18/00 B -1z 5/30/97 C -13b 4/16/99 H -5b 2/18/00 B -2 6/17/02 C -14a 7/26/02 H -5c 6/24/02 B -2a 6/17/02 C -14b 7/26/02 H -5d 4/14/00 B -2b 6/17/02 C -14c 7/26/02 H -5e 2/20/03 B -2c 6/17/02 C -14d 7/26/02 H -6 10/29/03 B -2d 6/17/02 C -14e 7/26/02 H -7 8/10/98 B -3 1/28/02 C -14f 7/26/02 H -8 9/18/98 B -3a 5/09/97 C -14g 10/31/03 H -9 4/18/97 B -4b 5/09/97 H -10 5/29/98 B -4c 5/09/97 D-la 1/23/02 H -12 5/09/02 B -4d 9/16/02 D -1 b 10/06/99 H -13 7/25/97 B -4f 5/09/97 D -1 c 10/06/99 H -13a 7/25/97 B -4g 7/18/97 D -1 d 10/06/99 H -14 4/23/99 B -4h 5/09/97 D -1 e 1/23/02 B -7 5/09/97 D -1f 10/06/99 1-1 7/18/97 B -7a 6/17/02 D -2a 3/14/97 1 -2 4/23/99 B -8 5/09/97 D -2b 3/14/97 1 -3 8/20/99 B -8a 7/25/97 D -2c 3/14/97 1 -4 7/17/03 B -9 5/09/97 D -2d 3/14/97 1 -5 7/17/03 B -9a 5/09/97 D -2e 3/14/97 1 -6 7/17/03 B -9b 5/09/97 D -2f 3/14/97 1 -7 7/17/03 B -9c 7/18/97 D -2g 3/14/97 1 -8 7/17/03 B -9d 7/18/97 D -2h 3/14/97 1 -9 7/17/03 B -11 7/31/01 D -2i 3/14/97 1 -10 7/17/03 Specs - 16th Ave. Signal UpGrades 7- 27- 04_FINAL- Il.doc 47 B -13 12/04/98 D -2j 3/14/97 1-11 9/11/03 8-18 5/09/97 D -2k 3/14/97 1 -12 7/17/03 B -18a 5/09/97 D -21 3/14/97 1 -13 7/17/03 B -18b 7/18/97 D -2m 3/14/97 1 -14 7/17/03 8-19 5/30/97 D -2n 3/14/97 B -20d 7/18/97 D -2o 3/14/97 J -1 b 10/08/99 B -21 7/18/97 D -2p 3/14/97 J -1 c 4/24/98 B-21a 8/10/98 D -2q 3/14/97 J -1 e 8/01/97 B -22 7/21/03 D -2r 3/14/97 J -1f 6/23/00 B -22a 8/01/97 D -2s 3/14/97 J -3 8/01/97 B -23a 5/09/97 D -2t 3/14/97 J -3b 11/05/03 B -23b 5/09/97 D -2u 3/07/97 J -3c 6/24/02 B -23c 5/09/97 D -2v 3/07/97 J -3d 11/05/03 B -23d 5/09/97 D -2w 3/07/97 J -5 8/01/97 8-25 5/09/97 D -2x 3/07/97 J -6c 4/24/98 B -26 7/18/97 D -2y 9/12/97 J -6f 4/24/98 B -27 8/01/97 D -3 1/23/02 J -6g 12/12/02 B -28 10/06/99 D -4 12/11/98 J -6h 4/24/98 B -29 4/24/98 D -6 6/19/98 J -7a 9/12/01 B -30 8/10/98 D -7 10/06/99 J -7c 6/19/98 D -7a 10/06/99 J -7d 4/24/98 C -1 10/31/03 D -9 12/11/98 J -8a 8/01/97 C-la 7/31/98 J -9a 4/24/98 C-lb 10/31/03 E -1 7/25/97 J -10 7/18/97 C -1 c 5/30/97 E -2 5/29/98 J -11 a 9/12/01 C -1 d 10/31/03 E -4 8/27/03 C -2 1/06/00 E -4a 8/27/03 K -1 12/20/02 C -2a 7/17/98 E -5 5/29/98 K -2 12/20/02 C -2b 6/12/98 K -3 12/20/02 C -2c 2/20/03 F -1 12/17/02 K -4 12/20/02 C -2d 5/22/98 F -1 a 12/17/02 K -5 12/20/02 C -2e 3/07/97 F -2 8/27/99 K -6 12/20/02 C -2f 3/14/97 F -2a 5/30/97 K -7 12/20/02 C -2g 7/27/01 F -2b 3/14/97 K -8 12/20/02 C -2h 3/28/97 F -3 1/13/03 K -9 12/20/02 C -21 3/28/97 F -3a 1/29/03 K -10 12/20/02 C -2j 6/12/98 F -3b 1/13/03 K -11 12/20/02 C -2k 7/27/01 F -3c 1/13/03 K -12 12/20/02 C -2n 7/27/01 F -3d 1/29/03 K -13 12/20/02 C -2o 7/13/01 F -3e 1/13/03 K -14 12/20/02 C -2p 10/31/03 F -4 1/13/03 K -15 12/20/02 C -3 10/31/03 K -16 12/20/02 C -3a 10/31/03 G -1 9/12/01 K -17 12/20/02 C -3b 10/31/03 G -2 6/04/02 K -18 12/20/02 C -3c 10/31/03 G -2a 6/04/02 K -19 12/20/02 U -4 7/13/01 G -3 6/04/02 K -20 12/20/02 C -4a 7/13/01 G -3a 6/04/02 K -21 12/20/02 C -4b 6/23/00 G -4a 1/23/02 K -22 12/20/02 C -4e 2/20/03 G -4b 8/12/94 K -23 12/20/02 C -4f 2/20/03 G -6 8/27/03 K -24 12/20/02 C -5 10/31/03 G -6a 8/27/03 K -25 12/20/02 C -6 5/30/97 G -6b 8/27/03 K -26 12/20/02 C -6a 3/14/97 G -7 7/18/97 K -27 12/20/02 C -6c 1/06/00 G -8a 10/06/99 Specs - 16th Ave. Signal UpGrades 7- 27- 04_FINAL- IL.doc 48 B -13 12/04/98 D -2j 3/14/97 1-11 9/11/03 B -18 5/09/97 D -2k 3/14/97 1 -12 7/17/03 B -18a 5/09/97 D -21 3/14/97 1 -13 7/17/03 B -18b 7/18/97 D -2m 3/14/97 1 -14 7/17/03 B -19 5/30/97 D -2n 3/14/97 B -20d 7/18/97 D -2o 3/14/97 J-lb 10/08/99 B -21 7/18/97 D -2p 3/14/97 J-lc 4/24/98 B-21a 8/10/98 D -2q 3/14/97 J-le 8/01/97 B -22 7/21/03 D -2r 3/14/97 J -1f 6/23/00 B -22a 8/01/97 D -2s 3/14/97 J -3 8/01/97 B -23a 5/09/97 D -2t 3/14/97 J -3b 11/05/03 B -23b 5/09/97 D -2u 3/07/97 J -3c 6/24/02 B -23c 5/09/97 D -2v 3/07/97 J -3d 11/05/03 B -23d 5/09/97 D -2w 3/07/97 J -5 8/01/97 B -25 5/09/97 D -2x 3/07/97 J -6c 4/24/98 B -26 7/18/97 D -2y 9/12/97 J -6f 4/24/98 B -27 8/01/97 D -3 1/23/02 J -6g 12/12/02 B -28 10/06/99 D -4 12/11/98 J -6h 4/24/98 B -29 4/24/98 D -6 6/19/98 J -7a 9/12/01 B -30 8/10/98 D -7 10/06/99 J -7c 6/19/98 D -7a 10/06/99 J -7d 4/24/98 C -1 10/31/03 D -9 12/11/98 J -8a 8/01/97 C-la 7/31/98 J -9a 4/24/98 C -lb 10/31/03 E -1 7/25/97 J -10 7/18/97 C-lc 5/30/97 E -2 5/29/98 J -11 a 9/12/01 C -1 d 10/31/03 E-4 8/27/03 0-2 1/06/00 E -4a 8/27/03 K -1 12/20/02 C -2a 7/17/98 E -5 5/29/98 K -2 12/20/02 C -2b 6/12/98 K -3 12/20/02 C -2c 2/20/03 F -1 12/17/02 K -4 12/20/02 C -2d 5/22/98 F-la 12/17/02 K -5 12/20/02 C -2e 3/07/97 F -2 8/27/99 K -6 12/20/02 C -2f 3/14/97 F -2a 5/30/97 K -7 12/20/02 C -2g 7/27/01 F -2b 3/14/97 K -8 12/20/02 C -2h 3/28/97 F -3 1/13/03 K -9 12/20/02 C -2i 3/28/97 F -3a 1/29/03 K -10 12/20/02 C -2j 6/12/98 F -3b 1/13/03 K -11 12/20/02 C -2k 7/27/01 F -3c 1/13/03 K -12 12/20/02 C -2n 7/27/01 F -3d 1/29/03 K -13 12/20/02 C -2o 7/13/01 F -3e 1/13/03 K -14 12/20/02 C -2p 10/31/03 F -4 1/13/03 K -15 12/20/02 C -3 10/31/03 K -16 12/20/02 C -3a 10/31/03 G -1 9/12/01 K -17 12/20/02 C -3b 10/31/03 G -2 6/04/02 K -18 12/20/02 C -3c 10/31/03 G -2a 6/04/02 K -19 12/20/02 0-4 7/13/01 G -3 6/04/02 K -20 12/20/02 C -4a 7/13/01 G -3a 6/04/02 K -21 12/20/02 C -4b 6/23/00 G -4a 1/23/02 K -22 12/20/02 C -4e 2/20/03 G -4b 8/12/94 K -23 12/20/02 C -4f 2/20/03 G -6 8/27/03 K -24 12/20/02 C -5 10/31/03 G -6a 8/27/03 K -25 12/20/02 C -6 5/30/97 G -6b 8/27/03 K -26 12/20/02 C -6a 3/14/97 G -7 7/18/97 K -27 12/20/02 C -6c 1/06/00 G -8a 10/06/99 Specs - 16th Ave. Signal UpGrades 2004.doc 49 C -6d .,..... 5/30/97 G -8b 6/04/02 L -1 7/18/97 C -6f 7/25/97 G -9a 6/25/02 L -2 7/18/97 C -7 10/31/03 G -9b 4/02/99 L -3 7/18/97 C -7a 10/31/03 L -5 7/31/98 C -8a 7/25/97 H -1 1/10/02 L -5a 7/31/98 H-la 4/14/00 L -6 7/25/97 Specs - 16th Ave. Signal UpGrades 2004.doc 50 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS Follows This Page Specs - 16th Ave. Signal UpGrades 2004.doc 51 Specs - 16th Ave. Signal UpGrades 2004.doc 52 FHWA -1273 Electronic Version - March 10, 1994 (DOT 10/97) REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS Page DOL, or the contractor's employees or their representatives. I. General 1 6. Selection of Labor: During the performance of this II. Nondiscrimination 1 contract, the contractor shall not: III. Nonsegregated Facilities 3 IV. Payment of Predetermined Minimum Wage 3 a. discriminate against labor from any other State, possession, or territory of the United States (except for employment V. Statements and Payrolls 6 preference for Appalachian contracts, when applicable, as VI. Record of Materials, Supplies, and Labor 6 specified in Attachment A), or VII. Subletting or Assigning the Contract 7 VIII. Safety: Accident Prevention 7 b. employ convict labor for any purpose within the limits of the project unless It is labor performed by convicts who IX. False Statements Concerning Highway Projects 7 are on parole, supervised release, or probation. X. Implementation of Clean Air Act and Federal Water Pollution Control Act 8 II. NONDISCRIMINATION XI. Certification Regarding Debarment, Suspension, (Applicable to all Federal-aid Ineligibility, and Voluntary Exclusion 8 related subcontracts of $10,000 orA construction contracts and to all more.) XII. Certification Regarding Use of Contract Funds for Lobbying 9 1. Equal Employment Opportunity: Equal employment opportunity (EEO) requirements not to discriminate and to take • ATTACHMENTS affirmative action to assure equal opportunity as set forth under laws, executive orders, rules, regulations (28 CFR 35, 29 CFR A. Employment Preference for Appalachian Contracts (included 1630 and 41 CFR 60) and orders of the Secretary of Labor as In Appalachian contracts only) modified by the provisions prescribed herein, and imposed pursuant to 23 U.S.C. 140 shall constitute the EEO and specific affirmative I. GENERAL action standards for the contractor's project activities under this contract. The Equal Opportunity Construction Contract 1. These contract provisions shall apply to all work Specifications set forth under 41 CFR 60-4.3 and the provisions of performed on the contract by the contractor's own organization the American Disabilities Act of 1990 (42 U.S.C. 12101 t seq.) set and with the assistance of workers under the contractor's forth under 28 CFR 35 and 29 CFR 1630 are incorporated by immediate superintendence and to all work performed on the reference In this contract. In the execution of this contract, the contract by piecework, station work, or by subcontract. contractor agrees to comply with the following minimum specific requirement activities of EEO: 2. Except as otherwise provided for in each section, the contractor shall insert in each subcontract all of the stipulations a. The contractor will work with the State highway contained in these Required Contract Provisions, and further require agency (SHA) and the Federal Government In carrying out their inclusion in any lower tier subcontract or purchase order that EEO obligations and in their review of his /her activities under may in turn be made. The Required Contract provisions shall not be the contract. incorporated by reference in any case. The prime contractor shall be responsible for compliance by any subcontractor or lower tier b. The contractor will accept as his operating policy subcontractor with these Required Contract Provisions, the following statement: 3. A breach of any of the stipulations contained in these it is the policy of this Company to assure that Required Contract Provisions shall be sufficient grounds for applicants are employed, and that employees are termination of the contract. treated during employment, without regard to their race, religion, sex, color, national origin, age or disability. 4. A breach of the following clauses of the Required Such action shall Include: employment, upgrading, Contract Provisions may also be grounds for debarment as demotion, or transfer; recruitment or recruitment provided in 29 CFR 5.12: advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, Section I, paragraph 2; Including apprenticeship, preapprenticeship, and /or Section IV, paragraphs 1, 2, 3, 4, and 7; on-the-job training." Section V, paragraphs 1 and 2a through 29. 2. EEO Officer: The contractor Will designate and make 5. Disputes arising out of the labor standards provisions of known to the SHA contracting officers an EEO Officer who Will Section IV (except paragraph 5) and Section V of these Required have the responsibility for and must be capable of effectively Contract Provisions shall not be subject to the general disputes administering and promoting an active contractor program of EEO clause of this contract. Such disputes shall be resolved in and who must be assigned adequate authority and responsibility accordance with the procedures of the U.S. Department of Labor to do so. (DOL) as set forth In 29 CFR 5, 6, and 7. Disputes within the meaning of this clause include disputes between the contractor 3. Dissemination of Policy: All members of the (or any of Its subcontractors) and the contracting agency, the contractor's staff who are authorized to hire, supervise, promote, and discharge charge employees, or who recommend such action, Page 1 or who are substantially involved In such action, will be made fully without regard to race, color, religion, sex, national origin, age or cognizant of, and will implement, the contractor's EEO policy and disability. The following procedures shall be followed: contractual responsibilities to provide EEO In each grade and classification of employment. To ensure that the above agreement a. The contractor will conduct periodic inspections of will be met, the following actions will be taken as a minimum: project sites to insure that working conditions and employee facilities do not indicate discriminatory treatment of project a. Periodic meetings of supervisory and personnel site personnel. office employees will be conducted before the start of work and then not less often than once every six months, at which b. The contractor will periodically evaluate the spread time the contractor's EEO policy and its implementation will be of wages paid within each classification to determine any reviewed and explained. The meetings will be conducted by evidence of discriminatory wage practices. the EEO Officer. c. The contractor will periodically review selected b. All new supervisory or personnel office employees personnel actions in depth to determine whether there is will be given a thorough indoctrination by the EEO Officer, evidence of discrimination. Where evidence is found, the covering all major aspects of the contractor's EEO obligations contractor will promptly take corrective action. If the review within thirty days following their reporting for duty with the indicates that the discrimination may extend beyond the actions contractor. reviewed, such corrective action shall include all affected persons. c. All personnel who are engaged in direct recruitment for the project will be instructed by the EEO Officer in the d. The contractor will promptly investigate all contractor's procedures for locating and hiring minority group complaints of alleged discrimination made to the contractor in employees. connection with his obligations under this contract, will attempt to resolve such complaints, and will take appropriate corrective d. Notices and posters setting forth the contractor's action within a reasonable time. If the investigation indicates EEO policy will be placed in areas readily accessible to that the discrimination may affect persons other than the employees, applicants for employment and potential complainant, such corrective action shall include such other employees. persons. Upon completion of each investigation, the contractor will inform every complainant of all of his avenues of appeal. e. The contractor's EEO policy and the procedures to implement such policy will be brought to the attention of 6. Training and Promotion: employees by means of meetings, employee handbooks, or other appropriate means. a. The contractor will assist in locating, qualifying, and increasing the skills of minority group and women 4. Recruitment: When advertising for employees, the employees, and applicants for employment. contractor will include in all advertisements for employees the notation: "An Equal Opportunity Employer. " All such advertisements b. Consistent with the contractor's work force will be placed in publications having a large circulation among requirements and as permissible under Federal and State minority groups in the area from which the project work force regulations, the contractor shall make full use of training would normally be derived. programs, i.e., apprenticeship, and on- the -job training programs for the geographical area of contract performance. a. The contractor will, unless precluded by a valid Where feasible, 25 percent of apprentices or trainees in each bargaining agreement, conduct systematic and direct occupation shall be in their first year of apprenticeship or recruitment through public and private employee referral training. In the event a special provision for training is provided sources likely to yield qualified minority group applicants. To under this contract, this subparagraph will be superseded as meet this requirement, the contractor will identify sources of indicated in the special provision. potential minority group employees, and establish with such identified sources procedures whereby minority group 7. Unions: If the contractor relies in whole or in part upon applicants may be referred to the contractor for employment unions as a source of employees, the contractor will use his /her consideration. best efforts to obtain the cooperation of such unions to increase opportunities for minority groups and women within the unions, b. In the event the contractor has a valid bargaining and to effect referrals by such unions of minority and female agreement providing for exclusive hiring hall referrals, he is employees. Actions by the contractor either directly or through a expected to observe the provisions of that agreement to the contractor's association acting as agent will include the procedures extent that the system permits the contractor's compliance set forth below: with EEO contract provisions. (The DOL has held that where implementation of such agreements have the effect of a. The contractor will use best efforts to develop, in discriminating against minorities or women, or obligates the cooperation with the unions, joint training programs aimed contractor to do the same, such implementation violates toward qualifying more minority group members and women Executive Order 11246, as amended.) for membership in the unions and increasing the skills of minority group employees and women so that they may qualify c. The contractor will encourage his present for higher paying employment. employees to refer minority group applicants for employment. Information and procedures with regard to referring minority b. The contractor will use best efforts to incorporate group applicants will be discussed with employees. an EEO clause into each union agreement to the end that such union will be contractually bound to refer applicants without 5. Personnel Actions: Wages, working conditions, and regard to their race, color, religion, sex, national origin, age or employee benefits shall be established and administered, and disability. personnel actions of every type, including hiring, Upgrading, promotion, transfer, demotion, layoff, and termination, shall be taken c. The contractor is to obtain information as to the Page 2 referral practices and policies of the labor union except that meaningful minority and female representation among their to the extent such information is within the exclusive employees. possession of the labor union and such labor union refuses to furnish such information to the contractor, the contractor b. The contractors will submit an annual report to the SHA shall so certify to the SHA and shall set forth what efforts each July for the duration of the project, indicating the number of have been made to obtain such information. minority, women, and non - minority group employees currently engaged in each work classification required by the contract work. d. In the event the union is unable to provide the This information is to be reported on Form FHWA -1391. If on -the contractor with a reasonable flow of minority and women job training is being required by special provision, the contractor referrals within the time limit set forth in the collective bargaining will be required to collect and report training data. agreement, the contractor will, through independent recruitment efforts, fill the employment vacancies without III. NONSEGREGATED FACILITIES regard to race, color, religion, sex, national origin, age or disability; making full efforts to obtain qualified and /or qualifiable (Applicable to all Federal -aid construction contracts and to all minority group persons and women. (The DOL has held that it related subcontracts of $10,000 or more.) shall be no excuse that the union with which the contractor has a collective bargaining agreement providing for exclusive a. By submission of this bid, the execution of this contract referral failed to refer minority employees.) In the event the or subcontract, or the consummation of this material supply union referral practice prevents the contractor from meeting agreement or purchase order, as appropriate, the bidder, Federal - the obligations pursuant to Executive Order 11246, as aid construction contractor, subcontractor, material supplier, or amended, and these special provisions, such contractor shall vendor, as appropriate, certifies that the firm does not maintain or immediately notify the SHA. provide for its employees any segregated facilities at any of its establishments, and that the firm does not permit its employees to 8. Selection of Subcontractors, Procurement of perform their services at any location, under its control, where Materials and Leasing of Equipment: The contractor shall not segregated facilities are maintained. The firm agrees that a breach discriminate on the grounds of race, color, religion, sex, national of this certification is a violation of the EEO provisions of this origin, age or disability in the selection and retention of contract. The firm further certifies that no employee will be subcontractors, including procurement of materials and leases of denied access to adequate facilities on the basis of sex or disability. equipment. b. As used in this certification, the term "segregated facilities" a. The contractor shall notify all potential means any waiting rooms, work areas, restrooms and washrooms, subcontractors and suppliers of his /her EEO obligations under restaurants and other eating areas, timeclocks, locker rooms, and this contract. other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing b. Disadvantaged business enterprises (DBE), as facilities provided for employees which are segregated by explicit defined in 49 CFR 23, shall have equal opportunity to compete directive, or are, in fact, segregated on the basis of race, color, for and perform subcontracts which the contractor enters religion, national origin, age or disability, because of habit, local into pursuant to this contract. The contractor will use his best custom, or otherwise. The only exception will be for the disabled efforts to solicit bids from and to utilize DBE subcontractors when the demands for accessibility override (e.g. disabled parking). or subcontractors with meaningful minority group and female representation among their employees. Contractors shall c. The contractor agrees that it has obtained or will obtain identical obtain lists of DBE construction firms from SHA personnel. certification from proposed subcontractors or material suppliers prior to award of subcontracts or consummation of material supply c. The contractor will use his best efforts to ensure agreements of $10,000 or more and that it will retain such subcontractor compliance with their EEO obligations. certifications in its files. 9. Records and Reports: The contractor shall keep such IV. PAYMENT OF PREDETERMINED MINIMUM WAGE records as necessary to document compliance with the EEO requirements. Such records shall be retained for a period of three (Applicable to all Federal -aid construction contracts exceeding years following completion of the contract work and shall be $2,000 and to all related subcontracts, except for projects located available at reasonable times and places for inspection by on roadways classified as local roads or rural minor collectors, authorized representatives of the SHA and the FHWA. which are exempt.) a. The records kept by the contractor shall document the 1. General: following: a. All mechanics and laborers employed or working upon (1) The number of minority and non - minority group the site of the work will be paid unconditionally and not less often members and women employed in each work classification than once a week and without subsequent deduction or rebate on on the project; any account [except such payroll deductions as are permitted by regulations (29 CFR 3) issued by the Secretary of Labor under the (2) The progress and efforts being made in cooperation Copeland Act (40 U.S.C. 276c)] the full amounts of wages and with unions, when applicable, to increase employment bona fide fringe benefits (or cash equivalents thereof) due at time opportunities for minorities and women; of payment. The payment shall be computed at wage rates not less than those contained in the wage determination of the Secretary (3) The progress and efforts being made in locating, of Labor (hereinafter the wage determination ") which is attached hiring, training, qualifying, and upgrading minority and female hereto and made a part hereof, regardless of any contractual employees; and relationship which may be alleged to exist between the contractor or its subcontractors and such laborers and mechanics. The wage (4) The progress and efforts being made in securing determination (including any additional classifications and wage the services of DBE subcontractors or subcontractors with Page 3 rates conformed under paragraph 2 of this Section IV and the DOL d. In the event the contractor or subcontractors, as poster (WH -1321) or Form FHWA -1495) shall be posted at all times appropriate, the laborers or mechanics to be employed in the by the contractor and its subcontractors at the site of the work in additional classification or their representatives, and the a prominent and accessible place where it can be easily seen by contracting officer do not agree on the proposed classification the workers. For the purpose of this Section, contributions made and wage rate (including the amount designated for fringe or costs reasonably anticipated for bona fide fringe benefits under benefits, where appropriate), the contracting officer shall Section 1 (b)(2) of the Davis -Bacon Act (40 U.S.C. 276a) on behalf refer the questions, including the views of all interested parties of laborers or mechanics are considered wages paid to such and the recommendation of the contracting officer, to the laborers or mechanics, subject to the provisions of Section IV, Wage and Hour Administrator for determination. Said paragraph 3b, hereof. Also, for the purpose of this Section, regular Administrator, or an authorized representative, will issue a contributions made or costs incurred for more than a weekly period determination within 30 days of receipt and so advise the (but not less often than quarterly) under plans, funds, or programs, contracting officer or will notify the contracting officer within which cover the particular weekly period, are deemed to be the 30-day period that additional time is necessary. constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate e. The wage rate (including fringe benefits where and fringe benefits on the wage determination for the classification appropriate) determined pursuant to paragraph 2c or 2d of of work actually performed, without regard to skill, except as this Section IV shall be paid to all workers performing work in provided in paragraphs 4 and 5 of this Section IV. the additional classification from the first day on which work is performed in the classification. b. Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for 3. Payment of Fringe Benefits: each classification for the time actually worked therein, provided, that the employer's payroll records accurately set forth the time a. Whenever the minimum wage rate prescribed in spent in each classification in which work is performed. the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the c. All rulings and interpretations of the Davis -Bacon Act contractor or subcontractors, as appropriate, shall either pay and related acts contained in 29 CFR 1, 3, and 5 are herein the benefit as stated in the wage determination or shall pay incorporated by reference in this contract. another bona fide fringe benefit or an hourly case equivalent thereof. 2. Classification: b. If the contractor or subcontractor, as appropriate, a. The SHA contracting officer shall require that any does not make payments to a trustee or other third person, class of laborers or mechanics employed under the contract, he /she may consider as a part of the wages of any laborer or which is not listed in the wage determination, shall be classified mechanic the amount of any costs reasonably anticipated in in conformance with the wage determination. • providing bona fide fringe benefits under a plan or program, provided, that the Secretary of Labor has found, upon the b. The contracting officer shall approve an additional written request of the contractor, that the applicable standards classification, wage rate and fringe benefits only when the of the Davis -Bacon Act have been met. The Secretary of following criteria have been met: Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan (1) the work to be performed by the additional or program. classification requested is not performed by a classification in the wage determination; 4. Apprentices and Trainees (Programs of the U.S. DOL) and Helpers: • (2) the additional classification is utilized in the area by the construction industry; a. Apprentices: (3) the proposed wage rate, including any bona (1) Apprentices will be permitted to work at less fide fringe benefits, bears a reasonable relationship to the than the predetermined rate for the work they performed wage rates contained in the wage determination: and when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered (4) with respect to helpers, when such a with the DOL, Employment and Training Administration, Bureau classification prevails in the area in which the work is of Apprenticeship and Training, or with a State apprenticeship performed. agency recognized by the Bureau, or if a person is employed in his /her first 90 days of probationary employment as an c. If the contractor or subcontractors, as appropriate, apprentice in such an apprenticeship program, who is not the laborers and mechanics (if known) to be employed in the individually registered in the program, but who has been additi classific nr their representative, and the certified by the Bureau of Apprenticeship and Training or a contracting officer agree on the classification and wage rate State apprenticeship agency (where appropriate) to be eligible (including the amount designated for fringe benefits where for probationary employment as an apprentice. appropriate), a report of the action taken shall be sent by the contracting officer to the DOL, Administrator of the Wage and (2) The allowable ratio of apprentices to Hour Division, Employment Standards Administration, journeyman -level employees on the job site in any craft Washington, D.C. 20210. The Wage and Hour Administrator, classification shall not be greater than the ratio permitted to or an authorized representative, will approve, modify, or the contractor as to the entire work force under the registered disapprove every additional classification action within 30 program. Any employee listed on a payroll at an apprentice days of receipt and so advise the contracting officer or will wage rate, who is not registered or otherwise employed as notify the contracting officer within the 30 -day period that stated above, shall be paid not less than the applicable wage • additional time is necessary. rate listed in the wage determination for the classification of work actually performed. In addition, any apprentice performing Page 4 work on the job site in excess of the ratio permitted under the Administration withdraws approval of a training program, the registered program shall be paid not less than the applicable contractor or subcontractor will no longer be permitted to wage rate on the wage determination for the work actually utilize trainees at less than the applicable predetermined rate performed. Where a contractor or subcontractor is performing for the work performed until an acceptable program is construction on a project on a locality other than that in which approved. its program is registered, the ratios and wage rates (expressed in percentages of the journeyman -level hourly rate) specified c Helpers: in the contractor's or subcontractor's registered program shall be observed. Helpers will be permitted to work on a project if the helper classification is specified and defined on the applicable (3) Every apprentice must be paid at not less than wage determination or is approved pursuant to the the rate specified in the registered program for the apprentice's conformance procedure set forth in Section IV.2. Any worker level of progress, expressed as a percentage of the listed on a payroll at a helper wage rate, who is not a helper journeyman -level hourly rate specified in the applicable wage under a approved definition, shall be paid not less than the determination. Apprentices shall be paid fringe benefits in applicable wage rate on the wage determination for the accordance with the provisions of the apprenticeship program. classification of work actually performed. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits 5. Apprentices and Trainees (Programs of the U.S. listed on the wage determination for the applicable DOT): classification. If the Administrator the Wage and Hour Division determines that a different practice prevails for the applicable Apprentices and trainees working under apprenticeship and apprentice classification, fringes shall be paid in accordance skill training programs which have been certified by the Secretary with that determination. of Transportation as promoting EEO in connection with Federal -aid highway construction programs are not subject to the requirements (4) In the event the Bureau of Apprenticeship and of paragraph 4 of this Section IV. The straight time hourly wage Training, or a State apprenticeship agency recognized by the rates for apprentices and trainees under such programs will be Bureau, withdraws approval of an apprenticeship program, established by the particular programs. The ratio of apprentices the contractor or subcontractor will no longer be permitted to and trainees to journeymen shall not be greater than permitted by utilize apprentices at less than the applicable predetermined the terms of the particular program. rate for the comparable work performed by regular employees until an acceptable program is approved. 6. Withholding: b. Trainees: The SHA shall upon its own action or upon written request of an authorized representative of the DOL withhold, or cause to be (1) Except as provided in 29 CFR 5.16, trainees will withheld, from the contractor or subcontractor under this contract not be permitted to work at less than the predetermined rate or any other Federal contract with the same prime contractor, or for the work performed unless they are employed pursuant any other Federally- assisted contract subject to Davis -Bacon to and individually registered in a program which has received prevailing wage requirements which is held by the same prime prior approval, evidenced by formal certification by the DOL, contractor, as much of the accrued payments or advances as may Employment and Training Administration. be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the contractor or (2) The ratio of trainees to journeyman -level any subcontractor the full amount of wages required by the employees on the job site shall not be greater than permitted contract. In the event of failure to pay any laborer or mechanic, under the plan approved by the Employment and Training including any apprentice, trainee, or helper, employed or working Administration. Any helper listed on the payroll at a trainee on the site of the work, all or part of the wages required by the rate who is not registered and participating in a training plan contract, the SHA contracting officer may, after written notice to approved by the Employment and37aining Administration shall the contractor, take such action as may be necessary to cause the be paid not less than the applicable wage rate on the wage suspension of any further payment, advance, or guarantee of determination for the classification of work actually performed. funds until such violations have ceased. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program 7. Overtime Requirements: shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of (3) Every trainee must be paid at not less than the laborers, mechanics, watchmen, or guards (including apprentices, rate specified in the approved program for his /her level of trainees, and helpers described in paragraphs 4 and 5 above) progress, expressed as a percentage of the journeyman- shall require or permit any laborer, mechanic, watchman, or guard level hourly rate specified in the applicable wage determination. in any workweek in which he /she is employed on such work, to Trainees shall be paid fringe benefits in accordance with the work in excess of 40 hours in such workweek unless such laborer, provisions of the trainee program. If the trainee program mechanic, watchman, or guard receives compensation at a rate does not mention fringe benefits, trainees shall be paid the full not less than one - and -one -half times his /her basic rate of pay for amount of fringe benefits listed on the wage determination all hours worked in excess of 40 hours in such workweek. unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated 8. Violation: with the corresponding journeyman -level wage rate on the • wage determination which provides for less than full fringe Liability for Unpaid Wages; Liquidated Damages: In the event benefits for apprentices, in which case such trainees shall of any violation of the clause set forth in paragraph 7 above, the receive the same fringe benefits as apprentices. contractor and any subcontractor responsible thereof shall be liable to the affected employee for his /her unpaid wages. In addition, (4) In the event the Employment and Training Page 5 such contractor and subcontractor shall be liable to the United approved programs shall maintain written evidence of the States (in the case of work done under contract for the District of registration of apprentices and trainees, and ratios and wage Columbia or a territory, to such District or to such territory) for rates prescribed in the applicable programs. liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer, mechanic, watchman, or c. Each contractor and subcontractor shall furnish, each guard employed in violation of the clause set forth in paragraph 7, week in which any contract work is performed, to the SHA in the sum of $10 for each calendar day on which such employee resident engineer a payroll of wages paid each of its employees was required or permitted to work in excess of the standard work (including apprentices, trainees, and helpers, described in week of 40 hours without payment of the overtime wages required Section IV, paragraphs 4 and 5, and watchmen and guards by the clause set forth in paragraph 7. engaged on work during the preceding weekly payroll period). The payroll submitted shall set out accurately and completely all 9. Withholding for Unpaid Wages and Liquidated of the information required to be maintained under paragraph Damages: 2b of this Section V. This information may be submitted in any form desired. Optional Form WH -347 is available for this purpose The SHA shall upon its own action or upon written request of and may be purchased from the Superintendent of Documents any authorized representative of the DOL withhold, or cause to be (Federal stock number 029 - 005 - 0014 -I 1, U.S. Government withheld, from any monies payable on account of work performed Printing Office, Washington, D.C. 20402. The prime contractor by the contractor or subcontractor under any such contract or is responsible for the submission of copies of payrolls by all any other Federal contract with the same prime contractor, or any subcontractors. other Federally- assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime d. Each payroll submitted shall be accompanied by a contractor, such sums as may be determined to be necessary to "Statement of Compliance," signed by the contractor or satisfy any liabilities of such contractor or subcontractor for unpaid subcontractor or his /her agent who pays or supervises the wages and liquidated damages as provided in the clause set forth payment of the persons employed under the contract and shall in paragraph 8 above, certify the following: V. STATEMENTS AND PAYROLLS (1) that the payroll for the payroll period contains the information required to be maintained under paragraph (Applicable to all Federal -aid construction contracts exceeding 2b of this Section V and that such information is correct $2,000 and to all related subcontracts, except for projects located and complete; on roadways classified as local roads or rural collectors, which are exempt.) (2) that such laborer or mechanic (including each helper, apprentice, and trainee) employed on the contract 1. Compliance with Copeland Regulations (29 CFR 3): during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, The contractor shall comply with the Copeland Regulations of and that no deductions have been made either directly or the Secretary of Labor which are herein incorporated by reference. indirectly from the full wages earned, other than permissible deductions as set forth in the Regulations, 29 CFR 3; 2. Payrolls and Payroll Records: (3) that each laborer or mechanic has been paid not a. Payrolls and basic records relating thereto shall be less that the applicable wage rate and fringe benefits or maintained by the contractor and each subcontractor during cash equivalent for the classification of worked performed, the course of the work and preserved for a period of 3 years as specified in the applicable wage determination from the date of completion of the contract for all laborers, incorporated into the contract. mechanics, apprentices, trainees, watchmen, helpers, and guards working at the site of the work. e. The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH- b. The payroll records shall contain the name, social 347 shall satisfy the requirement for submission of the security number, and address of each such employee; his or "Statement of Compliance" required by paragraph 2d of this her correct classification; hourly rates of wages paid Section V. (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalent thereof the types f. The falsification of any of the above certifications described in Section 1 (b)(2)(B) of the Davis Bacon Act); may subject the contractor to civil or criminal prosecution under daily and weekly number of hours worked; deductions made; 18 U.S.C. 1001 and 31 U.S.C. 231. and actual wages paid. In addition, for Appalachian contracts, the payroll records shall contain a notation indicating whether g. The contractor or subcontractor shall make the the employee does, or does not, normally reside in the labor records required under paragraph 2b of this Section V available area as defined in Attachment A, paragraph i. Whenever the for inspection, copying, or transcription by authorized Secretary of Labor, pursuant to Section IV, paragraph 3b, representatives of the SHA, the FHWA, or the DOL, and shall has found that the wages of any laborer or mechanic include permit such representatives to interview employees during the amount of any costs reasonably anticipated in providing working hours on the job. If the contractor or subcontractor benefits under a plan or program de- scribed in Section 1 fails to submit the required records or to make them available, (b)(2)(B) of the Davis Bacon Act, the contractor and each the SHA, the FHWA, the DOL, or all may, after written notice to subcontractor shall maintain records which show that the the contractor, sponsor, applicant, or owner, take such actions commitment to provide such benefits is enforceable, that the as may be necessary to cause the suspension of any further plan or program is financially responsible, that the plan or payment, advance, or guarantee of funds. Furthermore, failure program has been communicated in writing to the laborers or to submit the required records upon request or to make such mechanics affected, and show the cost anticipated or the records available may be grounds for debarment action pursuant actual cost incurred in providing benefits. Contractors or to 29 CFR 5.12. subcontractors employing apprentices or trainees under Page 6 VI. RECORD OF MATERIALS, SUPPLIES, AND LABOR 4. No portion of the contract shall be sublet, assigned or otherwise disposed of except with the written consent of the SHA 1. On all Federal -aid contracts on the National Highway contracting officer, or authorized representative, and such consent System, except those which provide solely for the installation of when given shall not be construed to relieve the contractor of any protective devices at railroad grade crossings, those which are responsibility for the fulfillment of the contract. Written consent constructed on a force account or direct labor basis, highway will be given only after the SHA has assured that each subcontract beautification contracts, and contracts for which the total final is evidenced in writing and that it contains all pertinent provisions construction cost for roadway and bridge is less than $1,000,000 and requirements of the prime contract. (23 CFR 635) the contractor shall: VIII. SAFETY: ACCIDENT PREVENTION a. Become familiar with the list of specific materials and supplies contained in Form FHWA -47, "Statement of 1. In the performance of this contract the contractor shall Materials and Labor Used by Contractor of Highway comply with all applicable Federal, State, and local laws governing Construction Involving Federal Funds," prior to the safety, health, and sanitation (23 CFR 635). The contractor shall commencement of work under this contract. provide all safeguards, safety devices and protective equipment and take any other needed actions as it determines, or as the SHA b. Maintain a record of the total cost of all materials contracting officer may determine, to be reasonably necessary to and supplies purchased for and incorporated in the work, protect the life and health of employees on the job and the safety and also of the quantities of those specific materials and of the public and to protect property in connection with the supplies listed on Form FHWA -47, and in the units shown on performance of the work covered by the contract. Form FHWA -47. c. Furnish, upon the completion of the contract, to the SHA resident engineer on Form FHWA -47 together 2. It is a condition of this contract, and shall be made a with the data required in paragraph 1 b relative to materials condition of each subcontract, which the contractor enters into and supplies, a final labor summary of all contract work pursuant to this contract, that the contractor and any subcontractor indicating the total hours worked and the total amount earned. shall not permit any employee, in performance of the contract, to work in surroundings or under conditions which are unsanitary, 2. At the prime contractor's option, either a single report hazardous or dangerous to his /her health or safety, as determined covering all contract work or separate reports for the contractor under construction safety and health standards (29 CFR 1926) and for each subcontract shall be submitted. promulgated by the Secretary of Labor, in accordance with Section 107 of the Contract Work Hours and Safety Standards Act (40 VII. SUBLETTING OR ASSIGNING THE CONTRACT U.S.C. 333). 1. The contractor shall perform with its own organization 3. Pursuant to 29 CFR 1926.3, it is a condition of this contract contract work amounting to not less than 30 percent (or a greater that the Secretary of Labor or authorized representative thereof, percentage if specified elsewhere in the contract) of the total shall have right of entry to any site of contract performance to original contract price, excluding any specialty items designated inspect or investigate the matter of compliance with the construction by the State. Specialty items may be performed by subcontract safety and health standards and to carry out the duties of the and the amount of any such specialty items per - formed may be Secretary under Section 107 of the Contract Work Hours and deducted from the total original contract price before computing Safety Standards Act (40 U.S.C. 333). the amount of work required to be performed by the contractor's own organization (23 CFR 635). IX. FALSE STATEMENTS CONCERNING HIGHWAY PROJECTS a. its own organization "shall be construed to include In order to assure high quality and durable construction in only workers employed and paid directly by the prime conformity with approved plans and specifications and a high contractor and equipment owned or rented by the prime degree of reliability on statements and representations made by contractor, with or without operators. Such term does not engineers, contractors, suppliers, and workers on Federal -aid include employees or equipment of a subcontractor, assignee, highway projects, it is essential that all persons concerned with or agent of the prime contractor. the project perform their functions as carefully, thoroughly, and honestly as possible. Willful falsification, distortion, or b. "Specialty Items" shall be construed to be limited to misrepresentation with respect to any facts related to the project work that requires highly specialized knowledge, abilities, or is a violation of Federal law. To prevent any misunderstanding equipment not ordinarily available in the type of contracting regarding the seriousness of these and similar acts, the following organizations qualified and expected to bid on the contract as notice shall be posted on each Federal -aid highway project (23 a whole and in general are to be limited to minor components CFR 635) in one or more places where it is readily available to all of the overall contract. persons concerned with the project: 2. The contract amount upon which the requirements set NOTICE TO ALL PERSONNEL ENGAGED ON FEDERAL -AID forth in paragraph 1 of Section VII is computed includes the cost of HIGHWAY PROJECTS material and manufactured products which are to be purchased or produced by the contractor under the contract provisions. 18 U.S.C. 1020 reads as follows: 3. The contractor shall furnish (a) a competent "Whoever, being an officer, agent, or employee of the United superintendent or supervisor who is employed by the firm, has full States, or of any State or Territory, or whoever, whether a person, authority to direct performance of the work in accordance with the association, firm, or corporation, knowingly makes any false contract requirements, and is in charge of all construction statement, false representation, or false report as to the character, operations (regardless of who performs the work) and (b) such quality, quantity, or cost of the material used or to be used, or the other of its own organizational resources (supervision, quantity or quality of the work performed or to be performed, or the management, and engineering services) as the SHA contracting cost thereof in connection with the submission of plans, maps, officer determines is necessary to assure the performance of the specifications, contracts, or costs of construction on any highway contract. Page 7 or related project submitted for approval to the Secretary of b. The inability of a person to provide the certification Transportation; or set out below will not necessarily result in denial of participation in this covered transaction. The prospective participant shall Whoever knowingly makes any false statement, false submit an explanation of why it cannot provide the certification representation, false report or false claim with respect to the set out below. The certification or explanation will be character, quality, quantity, or cost of any work performed or to be considered in connection with the department or agency's performed, or materials furnished or to be furnished, in connection determination whether to enter into this transaction. However, with the construction of any highway or related project approved failure of the prospective primary participant to furnish a by the Secretary of Transportation; or certification or an explanation shall disqualify such a person from participation in this transaction. Whoever knowingly makes any false statement or false representation as to material fact in any statement, certificate, or c. The certification in this clause is a material representation report submitted pursuant to provisions of the Federal -aid Roads of fact upon which reliance was placed when the department Act approved July I, 1916, (39 Stat. 355), as amended and or agency determined to enter into this transaction. If it is later supplemented; determined that the prospective primary participant knowingly rendered an erroneous certification, in addition to other Shall be fined not more than $10,000 or imprisoned not more remedies available to the Federal Government, the department than 5 years or both." or agency may terminate this transaction for cause of default. X. IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL d. The prospective primary participant shall provide WATER POLLUTION CONTROL ACT immediate written notice to the department or agency to whom this proposal is submitted if any time the prospective primary (Applicable to all Federal -aid construction contracts and to all participant learns that its certification was erroneous when related subcontracts of $100,000 or more.) submitted or has become erroneous by reason of changed circumstances. By submission of this bid or the execution of this contract, or subcontract, as appropriate, the bidder, Federal -aid construction e. The terms "covered transaction," "debarred," "suspended," contractor, or s.ubcontractor, as appropriate, will be deemed to "ineligible," "lower tier covered transaction," "participant," have stipulated as follows: "person," "primary covered transaction," "principal," "proposal," and "voluntarily excluded, "as used in this clause, 1. That any facility that is or will be utilized in the performance have the meanings set out in the Definitions and Coverage of this contract, unless such contract is exempt under the Clean sections of rules implementing Executive Order 12549. You Air Act, as amended (42 U.S.C. 1857 el seq., as amended by may contact the department or agency to which this proposal Pub.L. 91 -604), and under the Federal Water Pollution Control Act, is submitted for assistance in obtaining a copy of those as amended (33 U.S.C. 1251 et seq., as amended by Pub.L. 92- regulations. 500), Executive Order 11738, and regulations in implementation thereof (40 CFR 15) is not listed, on the date of contract award, on f. The prospective primary participant agrees by submitting the U.S. Environmental Protection Agency (EPA) List of Violating this proposal that, should the proposed covered transaction Facilities pursuant to 40 CFR 15.20. be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, 2. That the firm agrees to comply and remain in compliance suspended, declared ineligible, or voluntarily excluded from with all the requirements of Section 1 14 of the Clean Air Act and participation in this covered transaction, unless authorized Section 308 of the Federal Water Pollution Control Act and all by the department or agency entering into this transaction. regulations and guidelines listed thereunder. g. The prospective primary participant further agrees by 3. That the firm shall promptly notify the SHA of the receipt submitting this proposal that it will include the clause titled of any communication from the Director, Office of Federal Activities, "Certification Regarding Debarment, Suspension, Ineligibility EPA, indicating that a facility that is or will be utilized for the contract and Voluntary Exclusion -Lower Tier Covered Transaction," is under consideration to be listed on the EPA List of Violating provided by the department or agency entering into this Facilities. covered transaction, without modification, in all lower tier covered transactions and in all solicitations for lower tier 4. That the firm agrees to include or cause to be included covered transactions, the requirements of paragraph 1 through 4 of this Section X in every nonexempt subcontract, and further agrees to take such h. A participant in a covered transaction may rely upon a action as the government may direct as a means of enforcing such certification of a prospective participant in a lower tier covered requirements. transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it Xi. LEttl tFIGAI IUhI REGARDING DEBARMENT, SUSPENSION, knows that the certification is 0rrunCvii5. A participant may INELIGIBILITY AND VOLUNTARY EXCLUSION decide the method and frequency by which it determines the eligibility of its principals. Each participant may, but is not 1. Instructions for Certification - Primary Covered required to, check the nonprocurement portion of the "Lists of Transactions: Parties Excluded From Federal Procurement or Nonprocurement Programs" (Nonprocurement List) which is (Applicable to all Federal -aid contracts - 49 CFR 29) compiled by the General Services Administration. a. By signing and submitting this proposal, the i. Nothing contained in the foregoing shall be construed to prospective primary participant is providing the certification require establishment of a system of records in order to render set out below. in good faith the certification required by this clause. The knowledge and information of participant is not required to Page 8 exceed that which is normally possessed by a prudent person including suspension and /or debarment. in the ordinary course of business dealings. c. The prospective lower tier participant shall provide j. Except for transactions authorized under paragraph f of immediate written notice to the person to which this proposal these instructions, if a participant in a covered transaction is submitted if at any time the prospective lower tier participant knowingly enters into a lower tier covered transaction with a learns that its certification was erroneous by reason of person who is suspended, debarred, ineligible, or voluntarily changed circumstances. excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the d. The terms "covered transaction," "debarred," depart- mentor agency may terminate this transaction for cause "suspended," "ineligible," "primary covered transaction," or default. "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 Certification Regarding Debarment, Suspension, of those regulations. Ineligibility and Voluntary Exclusion- Primary Covered Transactions e. The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered 1. The prospective primary participant certifies its transaction be entered into, it shall not knowingly enter into knowledge and belief, that it and its principals: to the best of its any lower tier covered transaction with a person who is knowledge and belief, that is and its principals: debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless a. Are not presently debarred, suspended, proposed authorized by the department or agency with which this for debarment, declared ineligible, or voluntarily excluded transaction originated. from covered transactions by any Federal department or agency; f. The prospective lower tier participant further agrees by submitting this proposal that it will include this clause titled b. Have not within a 3 -year period preceding this "Certification Regarding Debarment, Suspension, Ineligibility proposal been convicted of or had a civil judgement rendered and Voluntary Exclusion -Lower Tier Covered Transaction," against them for commission of fraud or a criminal offense in without modification, in all lower tier covered transactions connection with obtaining, attempting to obtain, or performing and in all solicitations for lower tier covered transactions. a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust g. A participant in a covered transaction may rely upon a statutes or commission of embezzlement, theft, forgery, certification of a prospective participant in a lower tier covered bribery, falsification or destruction of records, making false transaction that is not debarred, suspended, ineligible, or statements, or receiving stolen property; voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may c. Are not presently indicted for or otherwise criminally decide the method and frequency by which it determines the or civilly charged by a governmental entity (Federal, State or eligibility of its principals. Each participant may, but is not local) with commission of any of the offenses enumerated in required to, check the Nonprocurement List. paragraph 1 b of this certification; and h. Nothing contained in the foregoing shall be construed to d. Have not within a 3 -year period preceding this require establishment of a system of records in order to render application /proposal had one or more public transactions in good faith the certification required by this clause. The (Federal, State or local) terminated for cause or default. knowledge and information of participant is not required to exceed that which is normally possessed by a prudent person 2. Where the prospective primary participant is unable to in the ordinary course of business dealings. certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. 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 2. Instructions for Certification - Lower Tier Covered other remedies available to the Federal Government, the Transactions: department or agency with which this transaction originated may pursue available remedies, including suspension and /or (Applicable to all subcontracts, purchase orders and other debarment. 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. Certification Regarding Debarment, Suspension, Ineligibility Voluntary Exclusion —Lower Tier Covered b. The certification in this clause is a material representation Transactions: and of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective 1. The prospective lower tier participant certifies, by lower tier participant knowingly rendered an erroneous submission of this proposal, that neither it nor its principals is certification, in addition to other remedies available to the presently debarred, suspended, proposed for debarment, declared Federal Government, the department, or agency with which ineligible, or voluntarily excluded from participation in this transaction this transaction originated may pursue available remedies, by any Federal department or agency. Page 9 2. Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. XII. CERTIFICATION REGARDING USE OF CONTRACT FUNDS FOR LOBBYING (Applicable to all Federal -aid construction contracts and to all related subcontracts which exceed $100,000 - 49 CFR 20) 1. The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: a. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee'of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, 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.G. 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. Page 10 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. Page 11 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 1 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 contract for satisfactory 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 ". A7 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 PROVISIONS General Special Provisions City of Yakima Special Provisions Required Contract Provisions -FHWA Form 1273 Contract Form Performance Bond Form Informational Certificate of Insurance Informational Additional Insured Endorsement Minimum Wage Affidavit Form CONTRACT THIS AGREEMENT, made and entered into in triplicate, this Ao day of September, 2004, by and between the City of Yakima, hereinafter called the Owner, and Knobel's Electric, 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: $ 230,371.60 for INTERSECTIONS SIGNALIZATION UPGRADES - 16th AVE. & LINCOLN AVE., SUMMITVIEW AVE., TIETON AVE. AND YAKIMA AVE. Project No. 2045, FA. NO. CM- 4555(004,)alI in accordance with, and as described in the attached plans and specifications and the 2004 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 cLI day of Se--/aZ . 2004. Knobel' Electric, Inc ,a Washington Corporation Contractor By G `�� t City Manager.,D n Attest: C te est: jy . :a L /cpo t°. eA.) r>Q ; m , (Print Name) City Clerk (.1 Its 2- l ®f�) r Y, ,. � 5 (President, Owner, etc.) � t` `� Address: "O/ gatikS4n,) °" 440 14k/ MA / WA '4'9 o / Specs - 16th Ave. Signal UpGrades 2004.doc 53 Specs - 16th Ave. Signal UpGrades 2004.doc 54 PERFORMANCE BOND FORM BOND TO CITY OF YAKIMA KNOW ALL MEN BY THESE PRESENTS: BOND #929294676 That we, the undersigned, KNOBEL' S ELECTRIC . INC . a WASHINGTON Corporation as Principal and WESTERN SURETY COMPANY a corporation organized and existing under the laws of the State of SOTTTTT TIAVOTA 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 $ 230 , 371.60 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 15 day of SEPTEMBER , 2004. Never - the -less, the conditions of the above obligations are such that: WHEREAS, pursuant to action taken by the Yakima City Council on , 2004, the City Manager and City Clerk of the CITY OF YAKIMA has let or is about to let to the said KNOBEL S ELECTRIC , INC . , the above bounded Principal, a certain contract, the said contract being numbered 2045 , and providing for 16TH AVENUE CORRIDOR (which contract is referred to herein and is made a part hereof as though attached hereto), and, SIGNAL UPDATES 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 KNOBEL' S ELECTRIC, 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, its 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. KNOBEL'S ELECTRIC, INC. (Contractor) �. By: (� ' . � . Z r✓` ` x ` ?(7d L. (Print Name) Appro ed as to form: Its: Pal/ i / ?.. 4) 4 (President, Owner, etc...) (City Attorney) WESTERN SURETY COMPANY (Sur-ty By: 1CUf 1/ W V , TAMMY MCKEE (Print Name) Its: ATTORNEY —IN —FACT Specs - 16th Ave. Signal UpGrades 2004.doc 55 Specs - 16th Ave. Signal UpGrades 2004.doc 56 PA CORD CERTIFICATE OF LIABILITY INSURANCE 09/15 /2 0 ' TM PRODUCER (509)965 -2090 FAX (509)966 -3454 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Conover Insurance, Inc. 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 Knobel's Electric Inc. INSURER A: Continental Western Insurance Co 801 Tennant Lane INSURER B: Yakima, WA 98901 INSURER C: INSURER D: INSURER E: • COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDINI 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 TYPE OF INSURANCE POLICY NUMBER /Y POLICY EFFECTIVE POLICY EXPIRATION LIMITS LTR INSRQ DATE (MM/DD/YY1 DATE (MM/DDY) _ GENERAL LIABILITY CWP2396809 01/01/2004 01/01/2005 EACH OCCURRENCE $ 1,000,000 X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED $ 100 000 PRFMI.SFS (Fe nrnurPnca) r CLAIMS MADE I X I OCCUR MED EXP (Any one person) $ 5,000 A X Stop Gap Li ab . PERSONAL & ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GENL AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP /OP AGG $ 2,000,000 POLICY n JEc r-- LOC AUTOMOBILE LIABILITY CWP2396809 01/01/2004 01/01/2005 COMBINED SINGLE LIMIT $ X ANY AUTO (Ea accident) 1,000,00C ALL OWNED AUTOS . 'V BODILY INJURY ( person) $ A SCHEDULED AUTOS 4A/Op Per erson) - HIRED AUTOS ` O O A BODILY INJURY $ • NON -OWNED AUTOS ,r , :.:3 ry U (Per accident) � 4 _ T F PROPERTY DAMAGE $ ` /� (Per accident) GARAGE LIABILITY ` T � AUTO ONLY - EA ACCIDENT $ ANY AUTO Cdr G A F T OTHER THAN EA ACC $ � O Q AUTO ONLY: AGG $ EXCESS/UMBRELLA LIABILITY CWP2396 0 . 0 04 01/01 5 EACH OCCURRENCE $ I OCCUR I CLAIMS MADE AGGREGATE $ 5,000,000 A $ DEDUCTIBLE $ _ X RETENTION $ 10,000 a $ WORKERS COMPENSATION AND I TORY UM TS I I OFR EMPLOYERS' LIABILITY STATUTORY E.L. EACH ACCIDENT $ ANY PROPRIETOR/PARTNER /EXECUTIVE OFFICER/MEMBER EXCLUDED? E.L. DISEASE - EA EMPLOYEE $ If yes, describe under SPECIAL PROVISIONS below E.L. DISEASE - POLICY LIMIT $ OTHER DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS 2ity of Yakima, Their Agents, Employees, and Elected or Appointed Officials are named as additional insured for Project #2045. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL K,XXXX 6 MAIL 20 DAYS VVRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, City of Yakima KM4KKNOMNYWIAXKKEOMLIOWXXXXXXVINI4XXXXXXXXMOCX 129 N. 2nd Street DiBCX4tXdktXhiX KXrXte&XK XXXXXXX Yakima, WA 98901 AUTHORIZED REPRESENTATIVE j John Cockrell/TAYR x MM ACORD 25 (2001/08) ©ACORD CORPORATION 1988 Western Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby make, constitute and appoint Donald W Emerick Jr, Tammy R Mc Kee, Traci L Sullivan, Shelley A Burnham, Individually of Yakima, WA, its true and lawful Attorney(s) -in -Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts — and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney, pursuant to the authority hereby given, are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By -Law printed on the reverse hereof, duly adopted, as indicated, by the shareholders of the corporation. In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Senior Vice President and its corporate seal to be hereto affixed on this 19th day of August, 2003. aa' "VRETY °' WESTERN SURETY COMPANY • 'per p90 ' i" Eun .Z- A Itt\ EA■••./V "IT Paul . Bruflat, Senior Vice President State of South Dakota ss County of Minnehaha On this 19th day of August, 2003, before me personally came Paul T. Bruflat, to me known, who, being by me duly sworn, did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that he is the Senior Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. My commission expires + D. KRELL November 30, 2006 s ab NOTARY PUBLIC EAS s SOUTH DAKOTA f �h4b SS44sbyBN4 S544hbhh YY ALCIL D. Krell, No ary Public CERTIFICATE I, L. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force, and further certify that the By -Law of the corporation printe on the reverse hereof is still in force. In testimony wh eSe f I have hereunto subscribed IaJ J11�`�' { my name and affixed the seal of the said corporation this �'� day of �� 1' a e �. 41=6;...„ WESTERN SURETY COMPANY Wi A lol == SE Ate �`.�_ L. Nelson, Assistant Secretary Form F4280 -01 -02 Authorizing By -Law ADOPTED BY THE SHAREHOLDERS OF WESTERN SURETY COMPANY This Power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the shareholders of the Company. Section 7. All bonds, policies, undertakings, Powers of Attorney, or other obligations of the corporation shall be executed in the • corporate name of the Company by the President, Secretary, and Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or agents who shall have authority to issue bonds, policies, or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile. 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 that 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 , 20 Notary Public in and for the State of Washington residing Specs - 16th Ave. Signal UpGrades 2004.doc 61 Specs - 16th Ave. Signal UpGrades 2004.doc 62 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 following: Federal Wage Rates. The provisions of Chapter 39.12 RCW, as amended, and in accordance with the U.S. Secretary of Labor, Federal Labor Standards Provisions, and Wage Decision included herein. State Wage Rates. The rules and regulations of the Department of Labor and Industries and the schedule of prevailing wage rates for the locality or localities where this Contract will be performed as determined by the Industrial Statistician of the Washington State Department of Labor and Industries, are by reference made a part of this Contract. A schedule of both the federal and state prevailing wage rates is included in these Specifications. Inasmuch as the CONTRACTOR will be held responsible for paying the higher rate of these schedules of wages, it is imperative that all contractors and subcontractors familiarize themselves with the current wage rates before submitting bids based on these Specifications. Before any payment is made by the local government body of any sums due under this Contract, the local government body must receive from the CONTRACTOR and each subcontractor a copy of the "Statement of Intent to Pay Prevailing Wages" approved by the Washington State Department of Labor and Industries. Also following the acceptance of the project, the local government body must receive from the CONTRACTOR and each subcontractor a copy of "Affidavit of Wages Paid" and, in addition, from the prime contractor a copy of "Release for the Protection of Property Owners and General Con- tractor," all approved by the State Department of Labor and Industries. Forms may be obtained from the Department of Labor and Industries. The CONTRACTOR and each subcontractor shall pay all fees associated with and make all applications directly to the Department of Labor and Industries. These affidavits will be required before any funds retained, according to the provisions of RCW 60.28.010, are released to the CONTRACTOR. Payment by the CONTRACTOR and subcontractor of any fees shall be considered incidental to the construction and all costs shall be included in other pay items of the project. The Contractor and all Subcontractors shall be required to submit certified weekly payroll forms with an accompanying Statement of Compliance so that payment of prevailing wage rates and fringe benefits may be verified. The Contractor and all subcontractors shall also be required to submit Monthly Employment Utilization Reports in accordance with these Specifications. Specs - 16th Ave. Signal UpGrades 2004.doc 63 State and Federal wage rates General Decision Number: WA030001 07/23/2004 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 Number Publication Date 0 06/13/2003 1 01/23/2004 2 02/06/2004 3 02/13/2004 4 03/05/2004 5 03/12/2004 6 04/16/2004 7 05/14/2004 8 06/18/2004 9 06/25/2004 10 07/02/2004 11 07/23/2004 CARP0001 -008 06/01/2004 Rates Fringes Carpenters: COLUMBIA RIVER AREA - ADAMS, BENTON, COLUMBIA, DOUGLAS (EAST OF THE 120TH MERIDIAN), FERRY, FRANKLIN, GRANT, OKANOGAN (EAST OF THE 120TH MERIDIAN) AND WALLA WALLA COUNTIES GROUP 1• $ 23.88 7.45 GROUP 2• $ 24.99 7.45 GROUP 3• $ 24.15 7.45 GROUP 4• $ 23.88 7.45 GROUP 5• $ 59.17 7.45 GROUP 6• $ 28.02 7.45 SPOKANE AREA: ASOTIN, GARFIELD, LINCOLN, PEND OREILLE, SPOKANE, STEVENS AND WHITMAN COUNTIES GROUP 1• $ 23.21 7.45 GROUP 2• $ 24.31 7.45 GROUP 3• $ 23.47 7.45 GROUP 4• $ 23.21 7.45 GROUP 5• $ 57.50 7.45 Specs - 16th Ave. Signal UpGrades 2004.doc 64 GROUP 6• $ 27.30 7.45 CARPENTERS CLASSIFICATIONS GROUP 1: Carpenter; Burner - Welder; Rigger and Signaler; Insulators (all types), Acoustical, 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; Shingler (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 DEPTH PAY 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: 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 06/01/2004 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: Specs - 16th Ave. Signal UpGrades 2004.doc 65 Rates Fringes Carpenters: CARPENTERS; ACOUSTICAL $ 27.72 10.70 DIVERS TENDERS $ 30.27 10.70 DIVERS $ 65.51 10.70 DRYWALL $ 27.72 10.70 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 $ 27.87 10.70 MILLWRIGHTS $ 28.22 10.70 PILEDRIVERS $ 28.22 10.70 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 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 Specs - 16th Ave. Signal UpGrades 2004.doc 66 CARP0770 -003 06/01/2004 Rates Fringes Carpenters: CENTRAL WASHINGTON: CHELAN, DOUGLAS (WEST OF THE 120TH MERIDIAN), KITTITAS, OKANOGAN (WEST OF THE 120TH MERIDIAN) AND YAKIMA COUNTIES ACOUSTICAL WORKERS $ 20.98 9.22 CARPENTERS AND DRYWALL APPLICATORS $ 20.72 9.22 CARPENTERS ON CREOSOTE MATERIAL $ 20.82 9.22 DIVERS TENDER $ 31.17 9.50 DIVERS $ 70.07 9.50 INSULATION APPLICATORS $ 20.72 9.22 MILLWRIGHT AND MACHINE ERECTORS $ 29.40 9.22 PILEDRIVER, BRIDGE DOCK AND WHARF CARPENTERS $ 28.40 9.22 PILEDRIVER, DRIVING, PULLING, CUTTING, PLACING COLLARS, SETTING, WELDING OR CRESOTE TREATED MATERIAL, ALL PILING $ 28.60 9.22 SAWFILERS, STATIONARY POWER SAW OPERATORS, FLOOR FINISHER, FLOOR LAYER, SHINGLER, FLOOR SANDER OPERATOR AND OPERATORS OF OTHER STATIONARY WOOD WORKING TOOLS $ 20.85 9.22 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 ACOUSTICAL WORKERS $ 28.56 10.55 CARPENTERS AND DRYWALL APPLICATORS $ 28.40 10.55 CARPENTERS ON CREOSOTE MATERIAL $ 28.50 10.55 DIVERS TENDER $ 31.17 10.55 DIVERS $ 70.07 10.55 INSULATION APPLICATORS $ 28.40 10.55 MILLWRIGHT AND MACHINE ERECTORS $ 29.40 10.55 PILEDRIVER, BRIDGE, DOCK Specs e 16th Ave. Signal UpGrades 2004.doc 67 & WHARF CARPENTERS $ 28.40 10.55 PILEDRIVER, DRIVING, PULLING, CUTTING, PLACING COLLARS, SETTING, WELDING OR CRESOTE TREATED MATERIAL, ALL PILING $ 28.60 10.55 SAWFILERS, STATIONARY POWER SAW OPERATORS, FLOOR FINISHER, FLOOR LAYER, SHINGLER, FLOOR SANDER OPERATOR AND OPERATORS OF OTHER STATIONARY WOOD WORKING TOOLS $ 28.53 10.55 (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - ALL CLASSIFICATIONS EXCEPT MILLWRIGHTS AND PILEDRIVERS Hourly Zone Pay shall be paid on jobs located outside of the free zone computed from the city center of the following listed cities: Seattle Olympia Bellingham Auburn Bremerton Anacortes Renton Shelton Yakima Aberdeen - Hoquiam Tacoma Wenatchee Ellensburg Everett Port Angeles Centralia Mount Vernon Sunnyside Chelan Pt. Townsend Zone Pay: 0 -25 radius miles Free 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 12/01/2003 CALLAM, JEFFERSON, KING AND KITSAP COUNTIES Rates Fringes Cable splicer $ 36.85 3% +10.55 Electrician $ 33.50 3% +10.55 ELEC0048 -003 01/01/2004 CLARK, KLICKITAT AND SKAMANIA COUNTIES Rates Fringes Cable splicer $ 31.40 3% +12.35 Electrician $ 31.15 3% +12.35 Specs - 16th Ave. Signal UpGrades 2004.doc 68 * ELEC0073 -001 07/01/2004 ADAMS, FERRY, LINCOLN, PEND OREILLE, SPOKANE, STEVENS, WHITMAN COUNTIES Rates Fringes Cable splicer $ 24.07 3% +11.58 Electrician $ 23.67 3% +11.58 ELEC0076 -002 07/01/2003 GRAYS HARBOR, LEWIS, MASON, PACIFIC, PIERCE, AND THURSTON COUNTIES Rates Fringes Cable splicer $ 33.32 3% +12.06 Electrician $ 30.02 3% +12.06 ELEC0077 -002 02/01/2004 Rates Fringes Line Construction: CABLE SPLICERS $ 38.71 3.875% +8.75 GROUNDMEN $ 24.19 3.875% +7.00 LINE EQUIPMENT MEN $ 29.72 3.875% +7.00 LINEMEN, POLE SPRAYERS, HEAVY LINE EQUIPMENT MAN $ 34.56 3.875% +8.75 POWDERMEN, JACKHAMMERMEN $ 25.92 3.875% +7.00 TREE TRIMMER $ 20.27 3.875% +7.19 ELEC0112 -005 06/01/2004 ASOTIN, BENTON, COLUMBIA, FRANKLIN, GARFIELD, KITTITAS, WALLA WALLA, YAKIMA COUNTIES Rates Fringes Cable splicer $ 31.24 3% +12.28 Electrician $ 29.75 3% +12.28 ELEC0191 -003 09/01/2003 ISLAND, SAN JUAN, SNOHOMISH, SKAGIT AND WHATCOM COUNTIES Rates Fringes Cable splicer $ 33.72 3% +9.83 Electrician $ 30.66 3% +9.83 ELECO191 -004 09/01/2003 CHELAN, DOUGLAS, GRANT AND OKANOGAN COUNTIES Rates Fringes Cable splicer $ 29.33 3% +9.78 Electrician $ 26.66 3% +9.78 Specs - 16th Ave. Signal UpGrades 2004.doc 69 ELEC0970 -001 06/01/2003 COWLITZ AND WAHKIAKUM COUNTIES Rates Fringes Cable splicer $ 31.57 3% +9.40 Electrician $ 28.70 3% +9.40 ENGI0302 -003 06/01/2004 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 1A $ 30.61 10.25 Group IAA $ 31.15 10.25 Group lAAA $ 31.67 10.25 Group 1 $ 30.09 10.25 Group 2 $ 29.63 10.25 Group 3 $ 29.24 10.25 Group 4 $ 27.01 10.25 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 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 Specs - 16th Ave. Signal UpGrades 2004.doc 70 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 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; Horizontal /directional drill operator; Loaders - overhead under 6 yards; Loaders -plant feed; Locomotives -all; Mechanics -all; Mixers - asphalt plant; Motor patrol graders- finishing; Piledriver (other than crane mount); Roto -mill, roto - grinder; Screedman, spreader, topside operator -Blaw Knox, Cedar Rapids, Jaeger, Caterpillar, Barbar Green; Scraper -self propelled, hard tail end dump, articulating off -road equipment -under 45 yards; Subgrade trimmer; Tractors, backhoes -over 75 hp; Transfer material service machine - shuttle buggy, blaw knox - roadtec; Truck crane oiler /driver -100 tons and over; Truck Mount portable conveyor; Yo Yo Pay dozer GROUP 3 - Conveyors; Cranes -thru 19 tons with attachments; A -frame crane over 10 tons; Drill oilers -auger type, truck or crane mount; Dozers -D -9 and under; Forklift -3000 lbs. and over with attachments; Horizontal /directional drill locator; Outside hoists - (elevators and manlifts), air tuggers, strato tower bucket elevators; Hydralifts /boom trucks over 10 tons; Loader - elevating type, belt; Motor patrol grader - nonfinishing; Plant oiler- asphalt, crusher; Pumps- concrete; Roller, plant mix or multi -lift materials; Saws- concrete; Scarpers- 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 machine -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 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 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 including, but Specs - 16th Ave. Signal UpGrades 2004.doc 71 utilities excluded. 3. Marine projects (docks, wharfs, ect.) less than $150,000. HANDLING OF HAZARDOUS WASTE MATERIALS: Personnel in all craft classifications subject to working inside a federally designed 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. ENGI0302 -009 06/01/2004 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 DREDGES: Zone 1 (0 -25 radius miles): Rates Fringes Power equipment operators: GROUP 1 TOTAL PROJECT COST $300,000 AND OVER $ 28.80 10.25 TOTAL PROJECT COST UNDER $300,000 $ 26.96 8.40 • GROUP 2 TOTAL PROJECT COST $300,000 AND OVER $ 28.91 10.25 TOTAL PROJECT COST UNDER $300,000 $ 27.06 8.40 GROUP 3 TOTAL PROJECT COST $300,000 AND OVER $ 29.27 10.25 TOTAL PROJECT COST UNDER $300,000 $ 27.38 8.40 GROUP 4 TOTAL PROJECT COST $300,000 AND OVER $ 29.32 10.25 TOTAL PROJECT COST UNDER $300,000 $ 27.43 8.40 GROUP 5 TOATL PROJECT COST $300,000 AND OVER $ 30.79 10.25 TOTAL PROJECT COST UNDER $300,000 $ 28.75 8.40 GROUP 6 TOTAL PROJECT COST Specs - 16th Ave. Signal UpGrades 2004.doc 72 $300,000 AND OVER $ 28.80 10.25 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 GROUP 5 - LEVERMAN, HYDRAULIC GROUP 6 - MAINTENANCE 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 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 including, but utilities excluded. 3. Marine projects (docks, wharfs, ect.) 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 designed hazardous perimeter shall be eligible 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. Specs - 16th Ave. Signal UpGrades 2004.doc 73 ENGI0370 -002 08/01/2003 ADAMS, ASOTIN, BENTON, CHELAN (EAST OF THE 120TH MERIDIAN), COLUMBIA, DOUGLAS (EAST OF THE 120TH MERIDIAN), FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN (EAST OF THE 120TH MERIDIAN), PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMA (EAST OF THE 120TH MERIDIAN) COUNTIES ZONE 1: Rates Fringes Power equipment operators: GROUP lA $ 20.94 7.37 GROUP 1 $ 21.49 7.37 GROUP 2 $ 21.81 7.37 GROUP 3 $ 22.42 7.37 GROUP 4 $ 22.58 7.37 GROUP 5 $ 22.74 7.37 GROUP 6 $ 23.02 7.37 GROUP 7 $ 23.29 7.37 GROUP 8 $ 24 .39 7.37 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; Specs - 16th Ave. Signal UpGrades 2004.doc 74 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 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 Specs - 16th Ave. Signal UpGrades 2004.doc 75 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 dragline; 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 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 06/01/2002 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- $ 24.73 6.27 GROUP 2• $ 25.10 6.27 GROUP 3• $ 25.13 6.27 GROUP 4• $ 25.52 6.27 GROUP 5- $ 24.63 6.27 Specs - 16th Ave. Signal UpGrades 2004.doc 76 GROUP 1: Assistant Mate (Deckhand) and Oiler GROUP 2: Assistant Engineer (Electric, Diesel, Steam, or Booster Pump); Mates and Boatmen GROUP 3: Engineer Welder GROUP 4: Leverman, Hydraulic GROUP 5: Maintenance HEAVY WAGE RATES APPLIES TO CLAM SHELL DREDGE, HOE AND DIPPER, SHOVELS AND SHOVEL ATTACHMENTS, CRANES AND BULLDOZERS. ENGI0612 -001 06/01/2004 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) Rates Fringes Power equipment operators: WORK PERFORMED ON HYDRAULIC DREDGES:Total Project cost $300,000 and over GROUP 1 $ 28.80 10.25 GROUP 2 $ 28.91 10.25 GROUP 3 $ 29.27 10.25 GROUP 4 $ 29.32 10.25 GROUP 5 $ 30.79 10.25 GROUP 6 $ 28.80 10.25 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. Specs - 16th Ave. Signal UpGrades 2004.doc 77 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 SHELL 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 * ENGI0612 -002 06/01/2004 LEWIS, PIERCE, PACIFIC (portion lying north of a parallel line extending west from the northern boundary of Wahkaikum County to the sea) AND THURSTON COUNTIES ON PROJECTS DESCRIBED IN FOOTNOTE A BELOW, THE RATE FOR EACH GROUP SHALL BE 90% OF THE BASE RATE PLUS FULL FRINGE BENEFITS. ON ALL OTHER WORK, THE FOLLOWING RATES APPLY. Zone 1 (0 -25 radius miles): Rates Fringes Power equipment operators: GROUP 1A $ 30.61 10.25 GROUP 1AA $ 31.15 10.25 GROUP 'AAA $ 31.67 10.25 GROUP 1 $ 30.09 10.25 GROUP 2 $ 29.63 10.25 GROUP 3 $ 29.24 10.25 GROUP 4 $ 27.01 10.25 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 tons to 300 tons, or 250 ft of boom (including jib with attachments; Tower crane over 175 ft in height, bas to boom GROUP lA - Cranes, 100 tons thru 199 tons, or 150 ft of boom (including jib with attachments); Crane - overhead, bridge Specs - 16th Ave. Signal UpGrades 2004.doc 78 type, 100 tons and over; Tower crane up to 175 ft in height base to boom; Loaders - overhead, 8 yards and over; Shovels, excavator, backhoes -6 yards and over with attachments GROUP 1 - Cableway; Cranes 45 tons thru 99 tons under 150 ft of boom (including jib with attachments); Crane - overhead, bridge type, 45 tons thru 99 tons; Derricks on building work; Excavator, shovel, backhoes over 3 yards and under 6 yards; Hard tail end dump articulating off -road equipment 45 yards and over; Loader- overhead, 6 yards to, but not including, 8 yards; Mucking machine, mole, tunnel, drill and /or shield; Quad 9 HD 41, D -10; Remote control operator on rubber tired earth moving equipment; Rollagon; Scrapers - self- propelled 45 yards and over; Slipform pavers; Transporters, all track or truck type GROUP 2 - Barrier machine (zipper); Batch Plant Operator - concrete; Bump Cutter; Cranes, 20 tons thru 44 tons with attachments; Crane - Overhead, bridge type, 20 tons through 44 tons; Chipper; Concrete pump -truck mount with boom attachment; Crusher; Deck engineer /deck winches (power); Drilling machine; Excavator, shovel, backhoe -3 yards and under; Finishing machine, Bidwell, Gamaco and similar equipment; Guardrail punch; Loaders, overhead under 6 yards; Loaders -plant feed; Locomotives -all; Mechanics- all; Mixers, asphalt plant; Motor patrol graders, finishing; Piledriver (other than crane mount); Roto -mill, roto- grinder; Screedman, spreader, topside operator -Blaw Knox, Cedar Rapids, Jaeger, Caterpillar, Barbar Green; Scraper -self- propelled, hard tail end dump, articulating off -road equipment- under 45 yards; Subgrader trimmer; Tractors, backhoe over 75 hp; Transfer material service machine - shuttle buggy, Blaw Knox- Roadtec; Truck Crane oiler /driver -100 tons and over; Truck Mount Portable Conveyor; Yo Yo pay GROUP 3 - Conveyors; Cranes through 19 tons with attachments; Crane -A -frame over 10 tons; Drill oilers -auger type, truck or crane mount; Dozer -D -9 and under; Forklift -3000 lbs. and over with attachments; Horizontal /directional drill locator; Outside Hoists - (elevators and manlifts), air tuggers, strato tower bucket elevators; Hydralifts /boom trucks over 10 tons; Loaders - elevating type, belt; Motor patrol grader - nonfinishing; Plant oiler- asphalt, crusher; Pump- Concrete; Roller, plant mix or multi -lift 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 Specs - 16th Ave. Signal UpGrades 2004.doc 79 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 eligible 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 01/01/2004 CLARK, COWLITZ, KLICKKITAT, PACIFIC (SOUTH), SKAMANIA AND WAHKIAKUM COUNTIES Rates Fringes Power equipment operators: (See Footnote A) ZONE 1: GROUP 1 $ 29.51 9.70 GROUP 1A $ 30.99 9.70 GROUP 1B $ 32.46 9.70 GROUP 2 $ 28.25 9.70 GROUP 3 $ 27.47 9.70 GROUP 4 $ 26.93 9.70 GROUP 5 $ 26.32 9.70 GROUP 6 $ 23.91 9.70 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. Specs - 16th Ave. Signal UpGrades 2004.doc 80 All jobs or projects located in the area outside the identified boundary above, but less than 50 miles from the Portland City Hall shall receive Zone II pay for all classifications. All jobs or projects located more than 50 miles from the Portland City Hall, but outside the identified border above, shall receive Zone III pay for all classifications. For the following cities: ALBANY; BEND; COOS BAY; EUGENE; GRANTS PASS; KLAMATH FALLS; MEDFORD; ROSEBURG All jobs or projects located within 30 miles of the respective city hall of the above mentioned cities shall receive Zone I pay for all classifications. All jobs or projects located more than 30 miles and less than 50 miles from the respective city hall of the above mentioned cities shall receive Zone II pay for all classifications. All jobs or projects located more than 50 miles from the respective city hall of the above mentioned cities shall receive Zone III pay for all classifications. POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1: CONCRETE: Batch Plant and /or Wet Mix Operator, three units or more; CRANE: Helicopter Operator, when used in erecting work; Whirley Operator, 90 ton and over; LATTICE BOOM CRANE: Operator 200 tons through 299 tons, and /or over 200 feet boom; HYDRAULIC CRANE: Hydraulic Crane Operator 90 tons through 199 tons with luffing or tower attachments; FLOATING EQUIPMENT: Floating Crane, 150 ton but less than 250 ton 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 Specs - 16th Ave. Signal UpGrades 2004.doc 81 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, SCOOPER 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 -SO 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 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, Specs - 16th Ave. Signal UpGrades 2004.doc 82 Cable, Rotary and similar type; Cat Drill (John Henry); Directional Drill Operator over 20,000 lbs pullback; FLOATING EQUIPMENT: Diesel - electric Engineer; Jack Operator, elevating barges, Barge Operator, self - unloading; Piledriver Operator (not crane type) (Deckhand required); Floating Clamshelll, etc. Operator, under 3 cu. yds. (Fireman or Diesel - Electric Engineer required); Floating Crane (derrick barge) Operator, less than 30 tons; GENERATORS: Generator Operator; Diesel- electric Engineer; GUARDRAIL EQUIPMENT: Guardrail Punch Operator (all types); Guardrail Auger Operator (all types); Combination Guardrail machines, i.e., punch auger, etc.; HEATING PLANT: Surface Heater and Planer Operator; HYDRAULIC HOES EXCAVATOR: Robotic Hydraulic backhoe operator, track and wheel type up to and including 20,0000 lbs. with any or all attachments; Excavator Operator over 20,000 lbs through 80,000 lbs.; LOADERS: Belt Loaders, Kolman and Ko Cal types; Loaders Operator, front end and overhead, 25,000 lbs and less than 60,000 lbs; Elevating Grader Operator by Tractor operator, Sierra, Euclid or similar types; PILEDRIVERS: Hammer Operator; Piledriver Operator (not crane type); PIPELINE, SEWER WATER: Pipe Cleaning Machine Operator; Pipe Doping Machine Operator; Pipe Bending Machine Operator; Pipe Wrapping Machine Operator; Boring Machine Operator; Back Filling Machine Operator; REMOTE CONTROL: Concrete Cleaning Decontamination Machine Operator; Ultra High Pressure Water Jet Cutting Tool System Operator /Mechanic; Vacuum Blasting Machine Operator /mechanic; REPAIRMEN, HEAVY DUTY: Diesel Electric Engineer (Plant or Floating; Bolt Threading Machine operator; Drill Doctor (Bit Grinder); H.D. Mechanic; Machine Tool Operator; RUBBER -TIRED SCRAPERS: Rubber -tired Scraper Operator, single engine, single scraper; Self - loading, paddle wheel, auger type under 15 cu. yds.; Rubber -tired Scraper Operator, twin engine; Rubber -tired Scraper Operator, with push- ull attachments; Self Loading, paddle wheel, auger type 15 cu. yds. and over, single engine; Water pulls, water wagons; SHOVEL, DRAGLINE, CLAMSHELL, SKOOPER OPERATOR: Diesel Electric Engineer; Stationay Drag Scraper Operator; Shovel, Dragline, Clamshell, Operator under 3 cy yds.; Grade -all Operator; SURFACE (BASE) MATERIAL: Blade mounted spreaders, Ulrich and similar types; TRACTOR - RUBBERED TIRED: Tractor operator, rubber - tired, over 50 hp flywheel; Tractor operator, with boom attachment; Rubber -tired dozers and pushers (Michigan, Cat, Hough type); Skip Loader, Drag Box; TRENCHING MACHINE: Trenching Machine operator, digging capacity over 3 ft depth; Back filling machine operator; TUNNEL: Mucking machine operator GROUP 5: ASPHALT: Extrusion Machine Operator; Roller Operator (any asphalt mix); Asphalt Burner and Reconditioner Operator (any type); Roto -Mill, pavement profiler, ground man; BULLDOZERS: Bulldozer operator, 20,000 lbs. or less or 100 horse or less; COMPRESSORS: Compressor Operator (any power), over 1,250 cu. ft. total capacity; COMPACTORS: Compactor Operator, including vibratory; Wagner Pactor Operator or similar type (without blade); CONCRETE: Combination mixer and Compressor Operator, gunite work; Concrete Batch Plant Quality Control Operator; Beltcrete Operator; Pumperete Operator (any type); Pavement Grinder and /or Grooving Machine Operator Specs - 16th Ave. Signal UpGrades 2004.doc 83 (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 machine 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 HAULERS: Cat wagon DJBs Volvo similar types; Conveyored material hauler; SURFACING (BASE) MATERIAL: Rock Spreaders, self - propelled; Pulva -mixer or similar types; Chip Spreading machine operator; Lime spreading operator, construction job siter; SWEEPERS: Sweeper operator (Wayne type) self - propelled construction job site; TRACTOR - RUBBER TIRED: Tractor operator, rubber - tired, 50 hp flywheel and under; Trenching machine operator, maximum digging capacity 3 ft depth; TUNNEL: Dinkey GROUP 6: ASPHALT: Plant Oiler; Plant Fireman; Pugmill Operator (any type); Truck mounted asphalt spreader, with screed; COMPRESSORS: Compressor Operator (any power), under 1,250 cu. ft. total capacity; CONCRETE: Plant Oiler, Assistant Conveyor Operator; Conveyor Operator; Mixer Box Operator (C.T.B., dry batch, etc.); Cement Hog Operator; Concrete Saw Operator; Concrete Curing Machine Operator (riding type); Wire Mat or 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 (excluding working platform); Fork Lift or Lumber Stacker Operator, construction job site; Ross Carrier Operator, construction Specs - 16th Ave. Signal UpGrades 2004.doc 84 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, SCOOPER, ETC. OPERATOR: Oiler, Grade Oiler (required to check grade); Grade Checker; Fireman; SWEEPER: Broom operator, self propelled, construction job site; SURFACING (BASE) MATERIAL: Roller Operator, grading of base rock (not asphalt); Tamping Machine operator, mechanical, self - propelled; Hydrographic Seeder Machine Operator; TRENCHING MACHINE: Oiler; Grade Oiler; TUNNEL: Conveyor operator; Air filtration equipment operator * ENGI0701 -003 06/01/2004 CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH), SKAMANIA, AND WAHKIAKUM COUNTIES DREDGING: Rates Fringes Dredging: ZONE A ASSISTANT ENGINEER $ 31.52 9.75 ASSISTANT MATE $ 27.62 9.75 LEVERMAN, DIPPER, FLOATING CLAMSHELL $ 33.84 9.75 LEVERMAN, HYDRAULIC $ 33.84 9.75 TENDERMAN $ 30.46 9.75 ZONE B ASSISTANT ENGINEER $ 33.52 9.75 ASSISTANT MATE $ 29.62 9.75 LEVERMAN, DIPPER, FLOATING CLAMSHELL $ 35.84 9.75 LEVERMAN, HYDRAULIC $ 35.84 9.75 TENDERMAN $ 32.46 9.75 ZONE C ASSISTANT ENGINEER $ 34.52 9.75 ASSISTANT MATE $ 30.62 9.75 LEVERMAN, DIPPER, FLOATING CLAMSHELL $ 36.84 9.75 LEVERMAN, HYDRAULIC $ 36.84 9.75 TENDERMAN $ 33.46 9.75 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. Specs - 16th Ave. Signal UpGrades 2004.doc 85 *All jobs or projects shall be computed from the city hall by the shortest route to the geographical center of the project. * IRON0014 -005 07/01/2003 ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND ORIELLE, SPOKANE, STEVENS, WALLA WALLA AND WHITMAN COUNTIES Rates Fringes Ironworker $ 26.32 12.45 * IRON0029 -002 07/01/2003 CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA, AND WAHKAIKUM COUNTIES Rates Fringes Ironworker $ 27.82 12.45 * IRON0086 -002 07/01/2003 YAKIMA, KITTITAS AND CHELAN COUNTIES Rates Fringes Ironworker $ 27.47 12.45 * IRON0086 -004 07/01/2003 CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PIERCE, SKAGIT, SNOHOMISH, THURSTON, AND WHATCOM COUNTIES Rates Fringes Ironworker $ 28.57 12.45 * LABO0001 -002 06/01/2004 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 $ 19.96 7.70 GROUP 2 $ 20.28 7.70 GROUP 3 $ 24.96 7.70 GROUP 4 $ 25.44 7.70 GROUP 5 $ 25.80 7.70 Specs - 16th Ave. Signal UpGrades 2004.doc 86 CHELAN, DOUGLAS (WEST OF THE 120TH MERIDIAN), KITTITAS AND YAKIMA COUNTIES GROUP 1 $ 14.70 7.70 GROUP 2 $ 17.02 7.70 GROUP 3 $ 18.74 7.70 GROUP 4 $ 19.22 7.70 GROUP 5 $ 19.58 7.70 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 ha 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 ha LABORERS CLASSIFICATIONS GROUP 1: Landscaping and Planting; Watchman; Window Washer /Cleaner (detail clean -up, such as but not limited to cleaning floors, ceilings, walls, windows, etc., prior to final acceptance by the owner) GROUP 2: Batch Weighman; Crusher Feeder; Fence Laborer; Flagman; Pilot Car GROUP 3: General Laborer; Air, Gas, or Electric Vibrating Screed; Asbestos Abatement Laborer; Ballast Regulator Machine; Brush Cutter; Brush Hog Feeder; Burner; Carpenter Tender; Cement Finisher Tender; Change House or Dry Shack; Chipping Gun (under 30 lbs.); Choker Setter; Chuck Tender; Clean -up Laborer; Concrete Form Stripper; Curing Laborer; Demolition (wrecking and moving including charred material); Ditch Digger; Dump Person; Fine Graders; Firewatch; Form Setter; Gabian Basket Builders; Grout Machine Tender; Grinders; Guardrail Erector; Hazardous Waste Worker (Level C); 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 Specs - 16th Ave. Signal UpGrades 2004.doc 87 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 alas 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). * LA300238 -004 06/01/2004 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 $ 17.46 6.80 GROUP 2 $ 19.56 6.80 GROUP 3 $ 19.83 6.80 GROUP 4 $ 20.10 6.80 GROUP 5 $ 20.38 6.80 GROUP 6 $ 21.75 6.80 Zone Differential (Add to Zone 1 rate): $2.00 BASE POINTS: Spokane, Moses Lake, Pasco, Lewiston Zone 1: 0 -45 radius miles from the main post office. Zone 2: 45 radius miles and over from the main post office. LABORERS CLASSIFICATIONS GROUP 1: Flagman; Landscape Laborer; Scaleman; Traffic Control Maintenance Laborer (to include erection and maintenance of barricades, signs and relief of flagperson); Window Washer /Cleaner (detail cleanup, such as, but not limited to cleaning floors, ceilings, walls, windows, etc. prior to final acceptance by the owner) GROUP 2: Asbestos Abatement Worker; Brush Hog Feeder; Carpenter Tender; Cement Handler; Clean -up Laborer; Concrete Crewman (to include stripping of forms, hand operating jacks on slip form construction, application of concrete curing compounds, pumperete machine, signaling, handling the nozzle of squeezcrete or similar machine,6 inches and smaller); Confined Space Attendant; Concrete Signalman; Crusher Feeder; Demolition (to include clean -up, burning, loading, wrecking and salvage of all material); Dumpman; Fence Erector; Firewatch; Form Cleaning Machine Specs - 16th Ave. Signal UpGrades 2004.doc 88 Feeder, Stacker; General Laborer; Grout Machine Header Tender; Guard Rail (to include guard rails, guide and reference posts, sign posts, and right -of -way markers); Hazardous Waste Worker, Level D (no respirator is used and skin protection is minimal); Miner, Class "A" (to include all bull gang, concrete crewman, dumpman and pumperete crewman, including distributing pipe, assembly & dismantle, and nipper); Nipper; Riprap Man; Sandblast Tailhoseman; Scaffold Erector (wood or steel); Stake Jumper; Structural Mover (to include separating foundation, preparation, cribbing, shoring, jacking and unloading of structures); Tailhoseman (water nozzle); Timber Bucker and Faller (by hand); Track Laborer (RR); Truck Loader; Well -Point Man; All Other Work Classifications Not Specially Listed Shall Be Classified As General Laborer GROUP 3: Aspahlt Raker; Asphalt Roller, walking; Cement Finisher Tender; Concrete Saw, walking; Demolition Torch; Dope Pot Firemen, non - mechanical; Driller Tender (when required to move and position machine); Form Setter, Paving; Grade Checker using level; Hazardous Waste Worker, Level C (uses a chemical "splash suit" and air purifying respirator); Jackhammer Operator; Miner, Class "B" (to include brakeman, finisher, vibrator, form setter); Nozzleman (to include squeeze and flo -crete nozzle); Nozzleman, water, air or steam; Pavement Breaker (under 90 lbs.); Pipelayer, corrugated metal culvert; Pipelayer, multi- plate; Pot Tender; Power Buggy Operator; Power Tool Operator, gas, electric, pneumatic; Railroad Equipment, power driven, except dual mobile power spiker or puller; Railroad Power Spiker or Puller, dual mobile; Rodder and Spreader; Tamper (to include operation of Barco, Essex and similar tampers); Trencher, Shawnee; Tugger Operator; Wagon Drills; Water Pipe Liner; Wheelbarrow (power driven) GROUP 4: Air and Hydraulic Track Drill; Brush Machine (to include horizontal construction joint cleanup brush machine, power propelled); Caisson Worker, free air; Chain Saw Operator and Faller; Concrete Stack (to include laborers when laborers working on free standing concrete stacks for smoke or fume control above 40 feet high); Gunite (to include operation of machine and nozzle); Hazardous Waste Worker, Level B (uses same respirator protection as Level A. A supplied air line is provided in conjunction with a chemical "splash suit "); High Scaler; Laser Beam Operator (to include grade checker and elevation control); Miner, Class C (to include miner, nozzleman for concrete, laser beam operator and rigger on tunnels); Monitor Operator (air track or similar mounting); Mortar Mixer; Nozzleman (to include jet blasting nozzleman, over 1,200 lbs., jet blast machine power propelled, sandblast nozzle); Pavement Breaker (90 lbs. and over); Pipelayer (to include working topman, caulker, collarman, jointer, mortarman, rigger, jacker, shorer, valve or meter installer); Pipewrapper; Plasterer Tender; Vibrators (all) GROUP 5 - Drills with Dual Masts; Hazardous Waste Worker, Level A (utilizes a fully encapsulated suit with a self- contained breathing apparatus or a supplied air line); Miner Class "D ", (to include raise and shaft miner, laser beam operator on riases and shafts) Specs - 16th Ave. Signal UpGrades 2004.doc 89 GROUP 6 - Powderman * LAB00238 -006 06/01/2004 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 $ 21.05 6.80 * LAB00335 -001 06/01/2004 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 $ 23.73 7.50 GROUP 2 $ 24.27 7.50 GROUP 3 $ 24.68 7.50 GROUP 4 $ 25.03 7.50 GROUP 5 $ 21.44 7.50 GROUP 6 $ 19.22 7.50 GROUP 7 $ 16.30 7.50 Zone Differential (Add to Zone 1 rates): Zone 2 $ 0.65 Zone 3 - 1.15 Zone 4 - 1.70 Zone 5 - 2.75 BASE POINTS: GOLDENDALE, LONGVIEW, AND VANCOUVER ZONE 1: Projects within 30 miles of the respective city all. ZONE 2: More than 30 miles but less than 40 miles from the respective city hall. ZONE 3: More than 40 miles but less than 50 miles from the respective city hall. ZONE 4: More than 50 miles but less than 80 miles from the respective city hall. ZONE 5: More than 80 miles from the respective city hall. LABORERS CLASSIFICATIONS GROUP 1: Asphalt Plant Laborers; Asphalt Spreaders; Batch Weighman; 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 Specs - 16th Ave. Signal UpGrades 2004.doc 90 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; Powdermen; Power Saw Operators (Bucking and Falling); Pumperete Nozzlemen; Sand Blasting (Dry); Sewer Timberman; Track Liners, Anchor Machines, Ballast Regulators, Multiple Tampers, Power Jacks, Tugger Operator; Tunnel -Chuck Tenders, Nippers and Timbermen; Vibrator; Water Blaster GROUP 4: Asphalt Raker; Concrete Saw Operator (walls); Concrete Nozzelman; Grade Checker; Pipelayer; Laser Beam (pipelaying) - applicable when employee assigned to move, set up, align; Laser Beam; Tunnel Miners; Motorman -Dinky Locomotive - Tunnel; Powderman- Tunnel; Shield Operator- Tunnel GROUP 5: Traffic Flaggers GROUP 6: Fence Builders GROUP 7: Landscaping or Planting Laborers * LAB00335 -010 06/01/2004 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 $ 25.49 7.50 Specs - 16th Ave. Signal UpGrades 2004.doc 91 * PAIN0005 -002 06/01/2003 STATEWIDE EXCEPT CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH), SKAMANIA, AND WAHKIAKUM COUNTIES Rates Fringes Painters: STRIPERS $ 21.25 6.42 * PAIN0005 -004 03/01/2004 CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM COUNTIES Rates Fringes Painter $ 24.36 6.41 * PAIN0005 -006 07/01/2003 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 $ 19.97 6.22 Brush, Roller, Striping, Steam - cleaning and Spray $ 18.97 6.22 Lead Abatement, Asbestos Abatement $ 19.97 6.22 TV Radio, Electrical Transmission Towers $ 20.72 6.22 *$.70 shall be paid over and above the basic wage rates listed for work on swing stages and high work of over 30 feet, * PAIN0055 -002 07/01/2003 CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA, AND WAHKIAKMA COUNTIES Rates Fringes Painters: Brush & Roller $ 17.61 6.12 High work - All work 60 ft. or higher $ 18.36 6.12 Spray and Sandblasting $ 18.21 6.12 * PA1N0055 -007 06/01/2004 Specs - 16th Ave. Signal UpGrades 2004.doc 92 CLARK, COWLITZ, KLICKITAT, SKAMANIA and WAHKIAKUM COUNTIES Rates Fringes Painters: HIGHWAY AND PARKING LOT STRIPER $ 23.99 8.05 * PLAS0072 -004 06/01/2003 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• $ 22.33 7.03 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 06/01/2004 CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PACIFIC (NORTH), PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON, AND WHATCOM COUNTIES Rates Fringes Cement Masons: CEMENT MASON $ 29.14 10.87 COMPOSITION, COLOR MASTIC, TROWEL MACHINE, GRINDER, POWER TOOLS, GUNNITE NOZZLE.$ 29.39 10.87 * PLAS0555 -002 06/01/2004 CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH), SKAMANIA, AND WAHKIAKUM COUNTIES ZONE 1: Rates Fringes Cement Masons: CEMENT MASONS DOING BOTH COMPOSITION /POWER MACHINERY AND SUSPENDED /HANGING SCAFFOLD $ 26.95 10.80 CEMENT MASONS ON SUSPENDED, SWINGING AND /OR HANGING SCAFFOLD $ 26.47 10.80 CEMENT MASONS $ 25.99 10.80 COMPOSITION WORKERS AND POWER MACHINERY OPERATORS $ 26.47 10.80 Specs - 16th Ave. Signal UpGrades 2004.doc 93 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: BEND, CORVALLIS, EUGENE, LONGVIEW, 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 01/01/2004 CLALLAM, KING AND JEFFERSON COUNTIES Rates Fringes Plumbers and Pipefitters $ 34.43 14.33 * PLUM0032 -003 01/01/2004 CHELAN, KITTITAS (NORTHERN TIP), DOUGLAS (NORTH), AND OKANOGAN (NORTH) COUNTIES Rates Fringes Plumbers and Pipefitters $ 26.38 11.68 * PLUM0044 -003 06/01/2003 ADAMS (NORTHERN PART), ASOTIN (CLARKSTON ONLY), FERRY (EASTERN PART), LINCOLN (EASTERN PART), PEND ORIELLE, STEVENS, SPOKANE, AND WHITMAN COUNTIES Rates Fringes Plumbers and Pipefitters $ 26.01 10.74 * PLUM0082 -001 01/01/2004 CLARK (NORTHERN TIP INCLUDING WOODLAND), COWLITZ, GRAYS HARBOR, LEWIS, MASON (EXCLUIJING NE SECTION) P rTFIC, PIERCE SKAMANIA, THURSTON AND WAHKIAKUM COUNTIES Rates Fringes Plumbers and Pipefitters $ 30.40 13.17 * PLUMO265 -003 01/01/2004 ISLAND, SKAGIT, SNOHOMISH,SAN JUAN AND WHATCOM COUNTIES Rates Fringes Specs - 16th Ave. Signal UpGrades 2004.doc 94 • Plumbers and Pipefitters $ 30.20 13.17 * PLUMO290 -003 04/01/2004 CLARK (ALL EXCLUDING NORTHERN TIP INCLUDING CITY OF WOODLAND) Rates Fringes Plumbers and Pipefitters $ 32.58 14.07 * PLUM0598 -005 06/01/2004 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 $ 31.57 15.25 * PLUM0631 -001 01/01/2004 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 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 $ 20.85 4.58 All other work where the plumbing and mechanical cost of the project is $100,000 and over $ 29.29 13.17 * TEAM0037 -002 06/01/2004 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 $ 24.15 9.50 Specs - 16th Ave. Signal UpGrades 2004.doc 95 GROUP 2 $ 24.27 9.50 GROUP 3 $ 24.40 9.50 GROUP 4 $ 24.66 9.50 GROUP 5 $ 24.88 9.50 GROUP 6 $ 25.04 9.50 GROUP 7 $ 25.24 9.50 Zone Differential (Add to Zone 1 Rates): Zone 2 - $0.65 Zone 3 - 1.15 Zone 4 - 1.70 Zone 5 - 2.75 BASE POINTS: ASTORIA, THE DALLES, LONGVIEW AND VANCOUVER ZONE 1: Projects within 30 miles of the respective city hall. ZONE 2: More than 30 miles but less than 40 miles from the respective city hall. ZONE 3: More than 40 miles but less than 50 miles from the respective city hall. ZONE 4: More than 50 miles but less than 80 miles from the respective city hall. ZONE 5: More than 80 miles from the respective city hall. TRUCK DRIVERS CLASSIFICATIONS GROUP 1: A Frame or Hydra lifrt truck w /load bearing surface; Articulated dump truck; Battery Rebuilders; Bus or Manhaul Driver; Concrete Buggies (power operated); Concrete pump truck; Dump Trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations there of: up to and including 10 cu. yds.; Lift Jitneys, Fork Lifts (all sizes in loading, unloading and transporting material on job site); Loader and /or Leverman on Concrete Dry Batch Plant (manually operated); Pilot Car; Pickup truck; Solo Flat Bed and misc. Body Trucks, 0 -10 tons; Truck Tender; Truck Mechanic Tender; Water Wagons (rated capacity) up to 3,000 gallons; Transit Mix and Wet or Dry Mix - 5 cu. yds. and under; Lubrication Man, Fuel Truck Driver, Tireman, Wash Rack, Steam Cleaner or combinations; Team Driver; Slurry Truck Driver or Leverman; Tireman GROUP 2: Boom truck /hydra lift or retracting crane; Challenger; Dumpsters or similar equipment all sizes; Dump Trucks /articulated dumps 6 cu to 10 cu.; Flaherty Spreader Driver or Leverman; Lowbed Equipment, Flat Bed Semi - trailer or doubles transporting equipment or wet or dry materials; Lumber Carrier, Driver - Straddle Carrier (used in loading, unloading and transporting of materials on job site); Oil Distributor Driver or Leverman; Transit mix and wet or dry mix trcuks: over 5 cu. yds. and including 7 cu. yds.; Vacuum trucks; Water truck /Wagons (rated capacity) over 3,000 to 5,000 gallons GROUP 3: Ammonia nitrate distributor driver; Dump trucks, side, end and bottom dumps, including Semi Trucks and Specs - 16th Ave. Signal UpGrades 2004.doc 96 Trains or combinations thereof: over 10 cu. yds. and including 30 cu. yds. includes Articulated dump trucks; Selfpropelled 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 cleanup 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: 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 prebatch concrete mix trucks; Dump trucks, side, end and bottom dumps, including Semi Trucks and Trains of combinations thereof: over 60 cu. yds. and including 80 cu. yds., and includes articulated dump trucks; Skid truck GROUP 7: Dump Trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations thereof: over 80 cu. yds. and including 100 cu. yds., includes articulated dump trucks; Industrial lift truck (mechanical tailgate) * TEAM0174 -001 06/01/2004 CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PACIFIC (North of a straight line made by extending the north boundary line of Wahkiakum County west to the Pacific Ocean), PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM COUNTIES Rates Fringes Truck drivers: ZONE A: GROUP 1• $ 26.39 11.08 GROUP 2• $ 25.81 11.08 GROUP 3- $ 23.41 11.08 GROUP 4• $ 19.16 11.08 GROUP 5- $ 26.15 11.08 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 Specs - 16th Ave. Signal UpGrades 2004.doc 97 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 - Bullifts, or similar equipment used in loading or unloading trucks, transporting materials on job site; Dumpsters, and similar equipment, Tournorockers, Tournowagon, Turnotrailer, Cat. D.W. Ser ies , Terra Cobra, Le Tourneau, Westinghouse, Athye wagon, Euclid two and four - wheeled power tractor with trailer and similar top- loaded equipment transporting material: Dump trucks, side, end and bottom dump, including semi - trucks and trains or combinations thereof with less than 16 yards capacity; Flatbed (Dual Rear Axle); Grease Truck, Fuel Truck, Greaser, Battery Service Man and /or Tire Service Man; Leverman and loader at bunkers and batch plants; Oil tank transport; Scissor truck; Slurry Truck; Sno -Go and similar equipment; Swampers; Straddler Carrier (Ross, Hyster) and similar equipment; Team Driver; Tractor (small, rubber- tired)(when used within Teamster jurisdiction); Vacuum truck; Water Wagon and Tank trucks -less than 3,000 gallons capacity; Winch Truck; Wrecker, Tow truck and similar equipment GROUP 3 - Flatbed (single rear axle); Pickup Sweeper; Pickup Truck. (Adjust Group 3 upward by $2.00 per hour for onsite work only) GROUP 4 - Escort or Pilot Car GROUP 5 - Mechanic HAZMAT PROJECTS Anyone working on a HAZMAT job, where HAZMAT certification is required, shall be compensated as a premium, in addition to the classification working in as follows: LEVEL C: +$.25 per hour - This level uses an air purifying respirator or additional protective clothing. LEVEL B: +$.50 per hour - Uses same respirator protection as Level A. Supplied air line is provided in conjunction with a chemical "splash suit." LEVEL A: +$.75 per hour - This level utilizes a fully - encapsulated suit with a self - contained breathing apparatus Specs - 16th Ave. Signal UpGrades 2004.doc 98 or a supplied air line. * TEAM0760 -002 06/01/2004 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: (INCLUDES ALL OF YAKIMA COUNTY) GROUP 1 $ 17.83 9.50 GROUP 2 $ 20.10 9.50 GROUP 3 $ 20.60 9.50 GROUP 4 $ 20.93 9.50 GROUP 5 $ 21.04 9.50 GROUP 6 $ 21.21 9.50 GROUP 7 $ 21.74 9.50 GROUP 8 $ 22.07 9.50 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: 45 radius miles and over from the main post office TRUCK DRIVERS CLASSIFICATIONS GROUP 1: Escort Driver or Pilot Car; Employee Haul; Power Boat Hauling Employees or Material GROUP 2: Fish Truck; Flat Bed Truck; Fork Lift (3000 lbs. and under); Leverperson (loading trucks at bunkers); Trailer Mounted Hydro Seeder and Mulcher; Seeder & Mulcher; Stationary Fuel Operator; Tractor (small, rubber - tired, pulling trailer or similar equipment) GROUP 3: Auto Crane (2000 lbs. capacity); Buggy Mobile & Similar; Bulk Cement Tanks & Spreader; Dumptor (6 yds. & under); Flat Bed Truck with Hydraullic System; Fork Lift (3001 - 16,000 lbs.); Fuel Truck Driver, Steamcleaner & Washer; Power Operated Sweeper; Rubber -tired Tunnel Jumbo; Scissors Truck; Slurry Truck Driver; Straddle Carrier (Ross, Hyster, & similar); Tireperson; Transit Mixers & Truck Hauling Concrete (3 yd. to & including 6 yds.); Trucks, side, end, bottom & articulated end dump (3 yards to and including 6 yds.); Warehouseperson (to include shipping & receiving); Wrecker & Tow Truck GROUP 4: A- Frame; Burner, Cutter, & Welder; Service Greaser; Trucks, side, end, bottom & articulated end dump (over 6 yards to and including 12 yds.); Truck Mounted Hydro Seeder; Warehouseperson; Water Tank truck (0 -8,000 gallons) GROUP 5: Dumptor (over 6 yds.); Lowboy (50 tons & under); Self- loading Roll Off; Semi -Truck & Trailer; Tractor with Specs - 16th Ave. Signal UpGrades 2004.doc 99 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) GROUP 7: Oil Distributor Driver; Stringer Truck (cable operated 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 addition 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 splash suit or fully encapsulated suit with a self- contained breathing apparatus. NOTE: Trucks Pulling Equipment Railers: shall receive $.15 /hour over applicable truck rate WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the cl asGi fi r•ati nns l i i-Prl 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. Specs - 16th Ave. Signal UpGrades 2004.doc 100 WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Specs - 16th Ave. Signal UpGrades 2004.doc 101 Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION Specs - 16th Ave. Signal UpGrades 2004.doc 102 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 FORM To the City Clerk Yakima, Washington This certifies that the undersigned has examined the location of INTERSECTIONS SIGNALIZATION UPGRADES 16th AVE. & LINCOLN AVE., SUMMITVIEW AVE., TIETON AVE. AND YAKIMA AVE. CITY OF YAKIMA PROJECT NO. 2045 FA. NO. CM- 4555(004) 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 shall 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. Specs - 16th Ave. Signal UpGrades 2004.doc 103 Specs - 16th Ave. Signal UpGrades 2004.doc 104 ITEM PROPOSAL BID SHEET INTERSECTIONS SIGNALIZATION UPGRADES 16th AVE. & LINCOLN AVE., SUMMITVIEW AVE., TIETON AVE. AND YAKIMA AVE. CITY OF YAKIMA PROJECT NO. 2045 FA. NO. CM 4555(004) TEM PROPOSAL ITEM QTY UNIT UNIT PRICE AMOUNT NO. PAYMENT SECTION DOLLARS DOLLARS 1 SPCC PLAN 1 LS 566,60 5 t'0 , o1 . 1 -07.15 2 MOBILIZATION 1 LS i l ( oO,tt 1&906.6t, 1 -09.7 3 TRAFFIC CONTROL SUPERVISOR 80 HR 88, o , 6(L 660 1 -10.5 4 MAINTENANCE AND PROTECTION OF TRAFFIC 1 LS 8966,60 q 3 jj 1 -10.5 5 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 1 Li9 j7.be) zjq fl (' 2 -02.5 6 CEMENT CONC. BARRIER CURB & GUTTER 42 LF 1 .5-6 1 155 ="' 8 -04.5 7 CEMENT CONC. SIDEWALK 46 SY ?)g � ( 1'775,4,C) 8 -14.5 8 CEMENT CONC. SIDEWALK RAMP TYPE 2A 2 EA '7(r=6 , t 0 fj ,g( ),6t 8 -14.5 g TRAFFIC SIGNAL SYSTEM 1 LS 961'7 961 8 -20.5 10 REPAIR OR REPLACEMENT 1 FA $2,000.00 $2,000.00 8 -30.5 TOTAL .' 71. (1,0 Specs - 16th Ave. Signal UpGrades 2004.doc 105 Specs - 16th Ave. Signal UpGrades 2004.doc 106 BID BOND FORM Herewith find deposit in the form of a crrtified check, cashier's check, cash, or bid bond in the amount of $ °7 (. 3 OP f i , which amount is not less than five percent (5 %) of the total bid. Sign Here (- �%%! , , -- BID BOND KNOW ALL MEN BY THESE PRESENTS: That we KNOBEL' S ELECTRIC, INC. , as Principal, and WESTERN SURETY COMPANY 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, administrators, successors and assigns, jointly and severally, by these presents. The condition of this obligation is such that if the Obligee shall make any award to the Principal for INTERSECTIONS SIGNALIZATION UPGRADES - 16th AVE. & LINCOLN AVE., SUMMITVIEW AVE., TIETON AVE. AND YAKIMA AVE. according to the terms of the proposal or bid made by the Principal therefor, and the Principal shall duly make and enter into a Con- tract 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 18TH DAY OF AUGUST , 2004. K ABEL'S ELECTRIC, rNC. Principal C' i i wc), 0 P, Kat \be! j $ c.f." ��1 tit WE �� C NY Suret T ' ul„ T- R. MCKEE, ATTORNEY —IN —FACT , 2004 Received return of deposit in the sum of $ Specs - 16th Ave. Signal UpGrades 2004.doc 107 Specs - 16th Ave. Signal UpGrades 2004.doc 108 Western Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby make, constitute and appoint Donald W Emerick Jr, Tammy R Mc Kee, Traci L Sullivan, Shelley A Burnham, Individually of Yakima, WA, its true and lawful Attorney(s) -in -Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts — and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney, pursuant to the authority hereby given, are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By -Law printed on the reverse hereof, duly adopted, as indicated, by the shareholders of the corporation. In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Senior Vice President and its corporate seal to be hereto affixed on this 19th day of August, 2003. '� "�NRET�"'w WESTERN SURETY COMPANY a S J Y .... ......, c os 0/0 °N AV. A r"` ns A z. i *;'.. fAVLics "v,4 °,4.0" Paul . Bruflat, Senior Vice President State of South Dakota ss County of Minnehaha On this 19th day of August, 2003, before me personally came Paul T. Bruflat, to me known, who, being by me duly sworn, did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that he is the Senior Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. My commission expires i 4h4hb6S444 4 ,h4hNh440454Ah } D. KRELL November 30, 2006 sab NOTARY PUBLIC SE L s SOUTH DAKOTA +4by4444444hbhSh�sS4ShSS4 + D. Krell, No ary Public CERTIFICATE I, L. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force, and further certify that the By -Law of the corporation t d on the reverse hereof is still inin f In testimony wher o I have hereunto subscribed my name and affixed the seal of the said corporation this y , day of asuRE,Tyco WESTERN SURETY COMPANY y?4Q,pOggr eWi I L. Nelson, Assistant Secretary Form F4280 -01 -02 Authorizing By -Law ADOPTED BY THE SHAREHOLDERS OF WESTERN SURETY COMPANY This Power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the shareholders of the Company. Section 7. All bonds, policies, undertakings, Powers of Attorney, or other obligations of the corporation shall be executed in the corporate name of the Company by the President, Secretary, and Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or agents who shall have authority to issue bonds, policies, or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile. 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, 1 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 (USOOT) 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 Specs - 16th Ave. Signal UpGrades 2004.doc 109 Specs - 16th Ave. Signal UpGrades 2004.doc 110 NON - DISCRIMINATION PROVISION During the performance of this contract, the contractor agrees as follow: 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. 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. 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. 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. 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. In the event of the Contractor's noncompliance with the nondiscrimination clauses of this Contract or with any such rules, regulation, 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. The Contractor will include the provisions of Paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to Section 204 of Executive Order 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. Specs - 16th Ave. Signal UpGrades 2004.doc 111 Specs - 16th Ave. Signal UpGrades 2004.doc 112 SUBCONTRACTOR LIST To be Submitted with the Bid Proposal INTERSECTIONS IMPROVEMENT UPGRADES 16th AVE. & LINCOLN AVE., SUMMITVIEW AVE., TIETON AVE. AND YAKIMA AVE. CITY PROJECT NO. 2045 FA. NO. CM- 4555(004) The following listed bid items (listed in numerical order) for this project have been proposed for subcontracting to subcontractors as indicated for: Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Bid item numbers to be performed by the prime contractor: ( ) Prime Contractor Name Item Numbers Specs - 16th Ave. Signal UpGrades 2004.doc 113 Specs - 16th Ave. Signal UpGrades 2004.doc 114 CITY OF YAKIMA 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. Specs - 16th Ave. Signal UpGrades 2004.doc 115 Specs - 16th Ave. Signal UpGrades 2004.doc 116 COUNCIL RESOLUTION RESOLUTION NO. D — 4 18 1 6 A RESOLUTION adopting a "Women And Minority Business Enterprise Policy" for the City of Yakima. WHEREAS, the City of Yakima is the recipient of federal and state assistance which assistance carries with it the obli- gation of contracting with Women And Minority Business Enter- prises for the performance of public works, and WHEREAS, it is the intention of the City of Yakima that Women And Minority Business Enterprises shall have the maximum practicable opportunity to participate in the performance of such public works, and WHEREAS, the City of Yakima is determined to maximize Women And Minority Business Enterprise opportunities for parti- cipation in its competitive bidding process through the adoption of the "Women And Minority Business Enterprise Policy" statement attached hereto, now, therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The City Council hereby adopts the "Women And Minority Business Enterprise Policy ", a copy of which is attached hereto and by reference made a part hereof. ADOPTED BY THE CITY COUNCIL this ..77 ti. day of (L- .„ , 1983, A 11 t f. EQ Mayor ATTEST: City Clerk Specs - 16th Ave. Signal UpGrades 2004.doc 117 Specs - 16th Ave. Signal UpGrades 2004.doc 118 CITY OF YAKIMA 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: The contractor shall notify community organizations that the contractor has employment opportunities available and shall maintain records of the organizations' response. 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 such worker 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. The contractor shall promptly notify the City of Yakima Engineering Division and 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. The contractor shall participate in training programs in the area, especially those funded by the Department of Labor. 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. Specs e 16th Ave. Signal UpGrades 2004.doc 119 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. 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. The contractor shall make specific efforts to encourage present minority employees to recruit their friends and relatives. The contractor shall validate all man specifications; selection requirements, tests, etc. The contractor shall make every effort to promote after - school, summer and vacation employment to minority youth. The contractor shall develop on-the-job training opportunities and participate and assist in any association or employer group training programs relevant to the contractor's employee needs consistent with its obligations under this bid. 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. The contractor shall make sure that seniority practices, job classifications, etc., do not have a discriminatory effect. The contractor shall make certain that all facilities and company activities are non- segregated. The contractor shall continually monitor all personnel activities to ensure that his EEO policy is being carried out. 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. 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. Specs - 16th Ave. Signal UpGrades 2004.doc 120 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: r v `> L. e. `, c .c: r 6c \ n c certifies that: (BIDDER) 1. It intends to use the following listed construction trades in the work under the contract f ( c co - 15 C 7 €, c ,4.6 ) -- 10, e, r` G o b o e, 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 t b � eing: a i eC -�'fi'!�.. - k ) C (', r ._ 0'r` lQ ( ce 4 j �--- 4 t.3 .o e .., 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. V\1\60 (Signature of Authorized Representative of Bidder) C' I C-1-0 C \1\C +0e ) I C'.`•�tC t:.(1 , Specs - 16th Ave. Signal UpGrades 2004.doc 121 Specs - 16th Ave. Signal UpGrades 2004.doc 122 SUBCONTRACTORS CERTIFICATION Subcontractors' Certification is not required at the time of bid. This Certification must be completed by each subcontractor prior to award of any subcontract. certifies that: (SUBCONTRACTOR) 1. It intends to use the following listed construction trades in the work under the subcontract 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 Yakima, Washington, subject to these Bid Condition, those trades being: and; 2. It will obtain from each of its subcontractors prior to the award of any subcontract under this subcontract the Subcontractor Certification required by these Bid conditions. (Signature of Authorized Representative of Subcontractor) Specs - 16th Ave. Signal UpGrades 2004.doc 123 Specs m 16th Ave. Signal UpGrades 2004.doc 124 PROPOSAL SIGNATURE SHEET INTERSECTIONS SIGNALIZATION UPGRADES 16th AVE. & LINCOLN AVE., SUMMITVIEW AVE., TIETON AVE. AND YAKIMA AVE. CITY OF YAKIMA PROJECT NO. 2045 FA. NO. CM- 4555(004) 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 DOLLAR. CERTIFIED CHECK ($ ) PAYABLE TO THE STATE TREASURER PROPOSAL BOND V IN THE AMOUNT OF 5% OF THE BID) ** Receipt is hereby acknowledged of addendum(s) No.(s) , ®- , - �annd SIGNATURE OF AUTHORIZED OFFICIALS Pliqord 2. K ilt—A 1 I> - c; r r C.rA 4 FIRM NAME ] Ir)(4.5 >I e.C.4 °L'tC- \rtr., (ADDRESS) iC I I c�..� \c\ oni- L«r`t 509 .- � 5a . C1 15 1(�1°t i �Y1C'A `i. `7° PHONE NUMBER STATE OF WASHINGTON CONTRACTORS LICENSE NUMBER K Ain HT: T . FEDERAL ID NO. (11- /S T1 7 to 1 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. Specs - 16th Ave. Signal UpGrades 2004.doc 125 Specs - 16th Ave. Signal UpGrades 2004.doc 126 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 bound in the Contract Documents: A. PROPOSAL The unit prices, extensions, and total amounts bid must be shown in the space provided. B. PROPOSAL SIGNATURE SHEET To be filled in and signed by the bidder. C. BOND ACCOMPANYING BID This bid form is to be executed by the bidder and 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. D. SUBCONTRACTOR LIST The form must be filled in. 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 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. Specs - 16th Ave. Signal UpGrades 2004.doc 127 Specs - 16th Ave. Signal UpGrades 2004.doc 128 PLANS & DETAILS Project Details City Standard Plans Traffic Control Plan (Informational Copy) 5 1/2" 1/2" R 1 " R f ' 1" BATTER/11/2" R r. •••.' 1" R : '� �•' EXCAVATION LIMITS ARE 6" BEHIND AND 6" IN FRONT FOR REMOVING ,�• AND REPLACING EXISTING CURB 6" 18" 6" & GUTTER. CEMENT CONCRETE BARRIER CURB SECTION r - -- 1 1/2" R 1 • .. 6 2" • 00 •'• io . 1 18" I CURB SECTION 0 DRIVEWAYS AND RAMPS NOTE 1. WSDOT CLASS 3000 CONCRETE WITH COARSE AGGREGATE GRADING NO. 5. R1 CEMENT CONCRETE BARRIER CURB NTS City of Yakima — Engineering Division APPROVED: 9.15.99 CITY OF YAKIMA - STANDARD DETAIL I CEMENT CONC. BARRIER CURB I R1 SEE PLANS i i-- COLD JOINT 4" ;■, S = -0.02 s. ;k e ' ';,. -' .. - . -.,: 4 . "., - .: , , • : .•4 ... , . ,, . ...: AT f , , .-, ; C OMPACTED EARTH 1" MINIMUM COMPACTED DEPTH CRUSHED SURFACING TOP COURSE 4" STANDARD SECTION SEE PLANS 8" 4" S = 0.02 FT /FT COMPACTED EARTH 6" 1" MINIMUM COMPACTED DEPTH CRUSHED SURFACING TOP COURSE THICKENED SIDEWALK SECTION NOTE 1. WSDOT CLASS 3000 CONCRETE WITH COARSE AGGREGATE GRADING NO. 5. R14 TYPICAL SIDEWALK SECTIONS NTS City of Yakima — Engineering Division APPROVED: 9.15.99 CITY OF YAKIMA - STANDARD DETAIL TYPICAL SIDEWALK SECTIONS R14 AND RETURN RAMP AND CURB RETURN RAMP (AT CURB A s c I , 20 FEET 4' - 5 U4" 8' - 1012" 3' - 812" `rC\ 7 - 101- 0' T -Y CI�\ 8' 3' - 21/4' \ RAMP CENTERLINE L \ \ O WARN NG 40 FEET 3' - B� 30 FEET 3' -10' T - \ _ PATTERN MP.) T' 3' \ \ . �� - (SEE DETAIL) FEET \ 3' -5 if - 103M' 2' , \ O 318' EXPANSION \ 00 FEET 3' - 4 12" B' - 6 3/4 " 7 - 0 112 JOINT (TYP.) \ d ....! (SEE STD. PLAN F-3) \ RAMP CENTERLINE 70 FEET 3' - 3 3/t' s' - 7 12" 7 - w d� O ( � �........ i 80 FEET 3'- 31/4• T -812" 2' -812" d 80 FEET 3' -23/4 8' -612" 7 -8114 !CEMENT CONCRETE �,� • DETECTABLE WARNING \ z - / I PEDESTRIAN CURB / PATTERN (SEE DETAIL) ` / _ i v j T 100 FEET 3' - 2 12• 0' - 5 2' - 8" r( 0 - \ - - 4, b ` i INTERMEDIATE RADII CAN BE INTERPOLATED 6 • � ' ' CEMENT CONCRETE 4 ` I I \ PEDESTRIAN CURB \ \ ;/ \ • r / //��' �ROSSWALK (TYP.) 6� (SEE STD. PLAN HLe) s i lJ j ti .-2 T..,,.�Aa«.e.a .o a ��a.,r2 AIMwuMe1n11MI� oewTRaf H twa�vllATa ACMA.p.�011AN0 .:?...,,,..„ ' I ............... ... ............. ... 7.5" WWI NM.. 0 319 ON i 0" ` NOTES JOINT INT N (TYP.) 9 V 1. Avoid lad drainage structures, unction boxes or other (SEE STD. PLAN F I SEE CONTRACT FOR obstructions in front of ramp access areas. SEE of FOR CROSSWALK (TYP.) CURB RETURN RADIUS (SEE STD. PLAN H-6c) �f1 I �� fi CURB RETURN RADI 2. Detectable warning patterns may be seated by any method 1 < :? that will achieve the truncated dome dimensions and spacing • shown. The detectable warning pattern area shall be yellow, o In compliance with Std. Spec. 8- 14.3(3) SIDEWALK RAMP TYPE 2.A _ ■� PLAN c 3 design g utter pecMed a See Std. Plan F -1 for curb details. curb a D e SIDEWALK RAMP TYPE 2B 4. See Std. Plan F-3 for sidewalk joint placement and details. E R P PLAN 5. Ramp slopes shall not be steeper than 12H:1 V. e - 0"MIN. I... .... .. TOP OF D D ' I i I I E 2X ROADWAY 0 4k. f J . P - E - t�mi- VARIES - VARIES - Q y f. U' PLAN CEMENT CONCRETE 3' - 0• TO W r - 9" TO "0• d ' 0 SIDEWALK CEMENT CONCRETE - TYPE 2A - TYPE 2e MIN. MAX. CURB b GUTTER SECTION OA (SEE NOTE 3) VARIES - 8' - Cr TO '8" / I VARIER - K - 0" TO 'B' � . Z1 y � D 1 2318" RAMP RAMP O, 9E. ties1 ,O 4� E 518' 1 12" t., f e . - cp r' ! 9 T T�Q` G \ F 7/18" 3!4• rwl I e- • 8. I j � 6 '� G 7/8" 1 7/19 3/8' EXPANSION I '.' j I EXPIRES MAY 16, 2003 9' 5 - 0" MIN. JOINT (TYP.) —I I LANDING (SEE STD. PV F-3) � /LANDING NJ. SIDEWALK RAMP I ^ ^ 6 r -0 TOP OF PLAN 0 "`O j TYPES 2A & 20 0 / FLUSH ROADWAY - STANDARD PLAN F -3b ELEVATION f t SHEET 1 OF 1 SHEET TRUNCATED DOMES (SEE NOTE 2) DEPRESSED i DETECTABLE WARNING bl CEMENT CURB 8 GUTTER ,, APPROVED FOR PUBLICATION PATTERN DETAIL CEMENT R CONCRETE (SEE NOTE 3) /�— PEDESTRIAN RIAN CURB SIDEWALK , �,,,� ",������������ � ^ "" � �• ,. _ — Harold J. Pet9rleso 01 -13 -03 (SEE STD. PLAN F -1) O PATTERN (SEE DETAIL) nrc AIL) �\�`i�, ISOMETRIC VIEW w 4"g'°" D.oerhn�+d Trvrpswllan SECTION 8 °r'I NOTES I. An eight -woy expanding onchor may be used as an acceptable olternote to power Strain insulator installed helicol screw anchor. (See Detoill � /7 2. If anchor hole diameter Is greater than nominol diameter of folded onchor5. a 5' cover of 6' to 12'" size rock shall be tamped In to replace the disturbed soli Immediately above the anchor. ' ' 3. See "Strain Clomp Detotl "" on Standard Plan 0 J rV N "'Strain Pole Standards* Type IV and Type V ". , �, U V G uy P01. k b Poole standoff Sotldle casting z- See Rake pole and Install See Rake pole Galvontzed steel bor %{ Strand eye bolt with Rake down guy assembly —. Rake before 2' DIA. 12 gouge 2 square curved Table before loading TODIe loading washer and hex nut a with f f x B" x 14 gouge strain plate J YVV IV z steel Din and double nut x Yeotherheatl entrance elbow = a Aortal terminal compartment 42 Strain 0 o An 1 assembly on spans noted Bondln lu e" -0"" yellow fi e" g� aye Dolt with fW -hole c in the contract g g /- ° °D9 RAKE TABLE ;n reflective ° n F Ilft plate. /t" lag bolt. 2Vi square — 5trondvise (See Note 3) plastic cu rved rasher and hex nut [Double e Bond 'OLE CLASS RAKE guy guard �c bait for multiple goysl __.,- ,._ _.::: a 4 " MIS 6 "" MA% ,..' �IGILt•t:Il� i N �:`_ Cla • Se • SX of soon Clomp w _ q D !'III�i� 5trondvise " " " " — "' log length 010 5 x SIIITiEillM O ° . o 0 1 - - V b i t • b . g B' Dl yellow /� � ,� � � . � — - _o reflective mite 5trondvise u o �F ;Iy��y� guy guard s �� Bond .Ira �,l \ l �, u - • iIIDM•til� ' 8h ' + 3 turn coil Clomp v\� Cabl - ties ° in e. 5trondvise I it Clomp Dr 1p loop of ' 0' 'n 1 40' Class 2 5trondvise c <7 Strain nA�/�, _ _ timber pole Top of WTI 1 a Insulator rV� unless noted signal heads + i � �. s . w . �.. w . ♦s . / otherwise In in level I ine Isee aetdetail) $ g the contract DETAIL 16' -6" MIN } 10 " -0'• M IN. I5 " -0 '' MAX )9' - MAX vertical clearance ( 1 p i ,li V' w• .. r •• 0 0 ., 1, VI .,0 V" 5 DOWN GUY Roadway ` Power installed he lCOI � TYPE I V OR TYPE V screw anchor (See Notes) i , Tamped pit run rock 6" to 12" STRAIN POLE STANDARD 4 7 �.. TIMBER STRAIN POLE A NN) 6. /w Power Installed helical it• 09 1i44,4 screw anchor (See Notes) •Cs' ALTERNATE DOWN 4_ � r r� GUY DETAIL (See Standard Specification 9 -29.41 � O A 00 e 9 O , ct'J,�FOIST G`2 ANCHOR ASSEMBLY • :: ' (J..._`.: s�ONAL %' : '�/ EXPIRES JUNE 4.1999 SPAN WIRE Elevation Side View Plan INSTALLATION STRAIN INSULATOR DETAIL STANDARD PLAN J -7d "r'E`'1F°"1D1"'O1` APPROVED FOR PUBLICATION Mare xr�roeY I HEENiEINE u41 FTWOVIDf Ill MIT ONFRE AT TIE WA.VOIDN STATE DEPAmMa/T r1IW"EPaiMTdl. ACOPY MAY ACD M., DPDN PEaUE,T. Clifford E. Mansfield 4/24/98 4/98 Delete eery depth of Pot•. . W DB = EPOTY STATE 505(00 ENGINEER DATE DATE REVISION BY APPR'D liV 0ASNINGT0N STATE DEPARTMENT OF TRANSPORTATION OLYMPIA, wk5NINOTON W20-1 BUFFER DATA ROAD • MINIMUM TAPER LENGTH = L (FEET) WORK LANE Posted Speed (mph) BUFFER SPACE = B AHEAD x (feet ) 3 WIDT SPEED (MPH) 25 30 35 40 45 50 55 60 65 25 30 35 40 45 50 55 60 65 W20 4 10 105 150 205 270 450 500 550 - - INE LANE LENGTH (feet) 55 85 120 170 220 280 335 415 485 ROAD AHEAD 11 115 165 225 295 495 550 605 660 - N PROTECTIVE VEHICLE ROLL AHEAD DISTANCE R• 12 125 180 245 320 540 600 660 720 780 O x TYPICAL LOADED TYPICAL VEHICLE POSTED STATIONARY Q PROTECTIVE LOADED WEIGHT SPEED OPERATION •'W20 `/ ' 1185) (mph) (feet) BE SIGN SPACING = X (FEET) CHANNELIZING DEVICE SPACING (FEET) PREPARED 4 YARD 60 -65 100 • VALUES MAY D STOP Rural Roads 45/65 MPH 500' + - MPH TAPER TANGENT ,, DUMP TRUCK 24.000 50 -55 75 BE REDUCED iN Urban Arterials 35/40 MPH 350' + - 50/65 40 80 PT' 45 50 ACCORDANCE " Urban Streets 35/45 30 60 W20 -7A Residential& 25/30 MPH 200' + - 2 TON 60-65 150 MTH MA USE. 25/30 20 40 N 15000 50 55 100 SEE PAGE 5 Business Districts p 45 CARGO TRUCK 45 TS All signs ore 48' X 48' black on orange unless CD 60-65 200 otherwise designated I TON H C ARGO TRUCK 10,000 50 -55 150 0 ••W20 -801 •• OPTIONAL IF 40 MPH OR LESS ¢T 45 100 M ROLL AHEAD STOPPING DISTANCE ASSUMES DRY PAVEMENT x W20-TA BE W4-2L W20-5R W20-I O TMA - RECOMMENDED, SEE TABLE FOR APPLICATION PRIORITIES, PAGE 6. a°, q PREPARED ' of 0 STOP ROAD RIGHT LANE WORK CLD _, G20 -2A il, 4 ' AH AHEAD O ROAD IIORK 488 "" A •' ° r ^ --a I x - R�B x L ... X 4, x ..1. x .1 0 500' MAX. _, -. E. CD 41 V%. ' ° � - a � 6 ' - O - Q o- -0 , - - 0 0-- D - a - -0 [� En 4 a a o a ¢ a _ a- •� As- 45- ,. - 0 j � a a I0 0 � C ° � +`S 3�3�3�li: + 7 I / I p 7 � • x t x I L/2 I x L I _ f ■a j 2 1 x x } 500' MAX. ROAD ENO ' G20 -2A WORK AHEAD RIGHT L ANE BE u ROAD [YORK 48 CLOSED PREPARED 4 x AHEAD D STOP W20 -I W4 -2L ¢ W20 -7A W20 - ••W20 -801 r GENERAL NOTES x 1. PROTECTIVE VEHICLE RECOMMENDED - MAY W20 - 7A BE BE A WORK VEHICLE. -- PREPARED LEGEND OSTOP ..420 - 801 2. EXTEND TAPER ACROSS SHOULDER. x E LANE 3 THIS PLAN MAY NEED TO BE ADJUSTED TO b I a SIGN LOCATION ROAD FIT SITE CONDITIONS. REFER TO THE O q AHEAD MANUAL ON UNIFORM TRAFFIC CONTROL CD FLAGGING STATION W20 -4 DEVICES (MUTCD) PART VI OR SEE REGION x TRAFFIC OFFICE STAFF. ®0 F, TEMPORARY TRAFFIC CONTROL DEVICES WORK • N» SEQUENTIAL ARROW SIGN AHEAD 4. IF EXISTING SIGNAL I5 PRESENT, SIGNAL w20 -I SHALL BE SET TO "RED FLASH MODE OR cam PROTECTIVE VEHICLE - RECOMMENDED INTERSECTION LANE CLOSURE TURN OFF DURING FLAGGING OPERATIONS. TCP 22 W20-1 BUFFER DATA ROAD • MINIMUM TAPER LENGTH = L (FEET) WORK LANE Posted Speed (mph! BUFFER SPACE = B AHEAD WIDTH x !fee 25 30 35 40 45 50 55 60 65 elb 3 ! W20 4 10 105 150 205 270 450 500 550 - - S PEED (MPH) 25 30 35 40 45 50 55 60 65 INE LANE LENGTH (feet) 55 85 120 170 220 280 335 415 485 ROAD 11 115 165 225 295 495 550 605 660 - AHEAD N PROTECTIVE VEHICLE ROLL AHEAO DISTANCE : R• 12 125 180 245 320 540 600 660 720 780 O TYPICAL LOADED TYPICAL VEHICLE POSTED STATIONARY x - - CO PROTECTIVE LOADED WEIGHT SPEED OPERATION ••W20-801 `/ VEHICLE ILBS1 (mph) (feet) BE SIGN SPACING = X (FEET) CHANNELIZING DEVICE SPACING (FEET) PREPARED 4 YARD 60-65 100 • VALUES MAY Q STOP Rural Roods 45/65 MPH 500' + - MPH TAPER TANGENT , DUMP TRUCK 24,000 50 -55 75 BE REDUCED M Urban Arterials 35/40 MPH 350' + - 50/65 40 80 + 45 50 ACCORDANCE x Urban Streets 35/45 30 60 ' R esidential& 25/30 MPH 200+ 2 TON 60-65 150 WITH TMA USE. W20 -TA 25/30 20 40 N 15000 50 -55 100 SEE PAGE 5. Business Districts , O CARGO TRUCK All signs ore 48' X 48' block on orange unless g 45 75 ITON 60 -65 200 otherwise tlesignatetl CARGO TRUCK 10,000 5455 100 ••W20-801 •• OPTIONAL IF 40 MPH OR LESS fa i ROLL AHEAD STOPPING DISTANCE ASSUMES DRY PAVEMENT x I OY y M20 TA BE W4 - 2L W20-5R W20 -1 O TMA - RECOMMENDED, SEE TABLE FOR APPLICATION PRIORITIES, PAGE 6. el q PREPARED q i d 0 STOP HOT LAME ROAD ky 7 b CLOSED WORK H END 620-2A % ( ill 'p AHEAD AHEAD o ROAD WORK 0 0 E. 500' MAX, __ , I i K �NSW,IBI ® 4-0 0 n n 0 • CD • s 'Q - ' -0 ' 0-- x - - D - ' O - a - O - 6 -0 --0 O j% 0 0 0 0 0 -0 . -040- -0 0- - - 0- - 0 _ _ II - O Q + � Q +� O O a �_0 7 444 ; I I I7 n I I ' L I 1/2 X X ■ I X 1 �� �I1 /2 T x X 500' MAX. ROAD F' EN° T G20 -24 48 "x2C WORK RIGHT LAME BE ROAD WORK B/0 CLOSED PREPARED 4 x AHEAD OSTOP III W20 -1 W4 -2L 1/ W20-7A W20-5R 0•W20-801 * a GENERAL NOTES x 1. PROTECTIVE VEHICLE RECOMMENDED - MAY W20-7A BE BE A WORK VEHICLE. Q — PREPARED LEGEND OSTOP ••W20 - 801 2. EXTEND TAPER ACROSS SHOULDER. x 3. THIS PLAN MAY NEED TO BE ADJUSTED TO b N SIGN LOCATION c INE LANE ROAD FIT SITE CONDITIONS. REFER TO THE OQ AHEAD W20 MANUAL ON UNIFORM TRAFFIC CONTROL c� FLAGGING STATION DEVICES (MUTCD) PART VI OR SEE REGION ; ' x TRAFFIC OFFICE STAFF. c, D a ® TEMPORARY TRAFFIC CONTROL DEVICES — WORK • N$' SEQUENTIAL ARROW SIGN AHEAD 4. IF EXISTING SIGNAL IS PRESENT, SIGNAL W20 -1 SHALL BE SET TO " "RED FLASH MODE`" OR t INTERSECTION LANE CLOSURE TURN OFF DURING FLAGGING OPERATIONS. cm PROTECTIVE VEHICLE - RECOMMENDED TCP 22 BUFFER DATA MINIMUM TAPER LENGTH = L (FEET) SIGN SPACING = X (FEET) LANE Posted Speed Imph) Rural Roads 45/65 MPH 500'+ - BUFFER SPACE = B WIDTH (feet) 25 30 35 40 45 50 55 60 65 Urban Arterials 35/40 MPH 350' + - 3 Urban Streets SPEED (MPH> 25 30 35 40 45 50 55 60 65 _ Residential& 25/30 MPH 200'+ 10 105 150 205 2T0 450 500 550 LENGTH (feet) 55 85 120 170 220 280 } }5 415 485 Business Districts PROTECTIVE VEHICLE ROLL AHEAD DISTANCE .. R. 11 115 165 225 295 495 550 605 660 - All signs ore 48' X 48' black on orange unless otherwise designated N TYPICAL LOADED TYPICAL VEHICLE POSTED STATIONARY 12 125 180 245 320 540 600 660 T20 780 PROTECTIVE LOADED WEIGHT SPEED OPERATION CHANNELIZING DEVICE SPACING (FEET) u VEHICLE ILBS) (mph) (feet) W20 ] MPH TAPER TANGENT 60-65 100 • VALUES MAY i ROAD 4 YARD 50/65 40 80 DUMP TRUCK 24.000 50 -55 75 BE REDUCED IN WORK O 45 50 ACCORDANCE '', AHEAD' x 35/45 30 60 2 TON 60 -65 150 NUN TMA USE. ` 25/30 20 40 ' N CARGO TRUCK 15.000 50 -55 I00 SEE PAGE 5. � I E LAN\ O 45 75 ROAD 7B • C 1 TON 60 65 200 AHEAD •• OPTIONAL IF 40 MPH OR LESS H CARGO TRUCK 10.000 5 45 5 100 W20- 4 ' ' � x t ., p TMA - ROLL AHEAD STOPPING DISTANCE ASSUMES DRY PAVEMENT PREPARED i I '• W20 W20 1 RECOMMENDED, SEE TABLE FOR APPLICATION PRIORITIES. PAGE 6. ■ S � W1 - 4R • ••W20 - 0 x RO AD o e G20 -2A / \ WOR {:s END 48 "x24" - 'i BE - A HEAD i Q FOAD WORK B/0 PREPARED \ / �-- W20- 7A x \ STOP " �/ 0 500' MAX. a .1 N E. L 100' I I I /z L I X X ( X v' 1 Z `t� I o d a a -a is- - 0 - a -0 -0 « -0 - -- o - - 0 -- 0 - - o - b 0— o- - 0- -6 4 I 1 � o $ o o -a o � p p ■ .��.�-+,�� a :1� Ng, A, - 0 - a ♦ - DI - la --q-a--e--Et -$- %-% a a a a • p c� a� 1 Ent iii %i / %RE 3 a I X X b o • 1 0 J 1 I L 1 X X _I 1 /2 1 _ B 1 " I R f /2 L I 500' MAX. W20 -I ••W20 -78 s I� GOAD G20 -2A - ENO • 7 WORK B E x 48 "x24" ROAD WORK AHEAD PR EPARED, \. B/0 0 STOP ��� wzo TA / x GENERAL NOTES i BE •.w20-7 * B \� PREPARED- 1. PROTECTIVE VEHICLE RECOMMENDED - MAY BE W1 -4L W20 -- 7A ,0 STOP/ ,-\ A WORK VEHICLE. x , MELANEN 2. EXTEND TAPER ACROSS SHOULDER. ROAD '\ ' AHEAD. 3. THIS PLAN MAY NEED TO BE ADJUSTED TO LEGEND x ;ROA W20 - FIT SITE CONDITIONS. REFER TO THE MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES w WORK \ (MUTCD) PART VI OR SEE REGION TRAFFIC • N SIGN LOCATION AHEAD, %W20 1 OFFICE STAFF. 4. IF EXISTING SIGNAL IS PRESENT, SIGNAL `D FLAGGING STATION ✓ SHALL BE SET TO - RED FLASH MODE OR TURN OFF DURING FLAGGING OPERATIONS. u o u TEMPORARY TRAFFIC CONTROL DEVICES 5. IF THE LANE SHIFT IS SHORT AND HAS MD PROTECTIVE VEHICLE - RECOMMENDED INTERSECTION LANE CLOSURE SHARP CURVES (30 MPH OR LESS) USE SIGN TCP 21 W1 -3 IN LIEU OF SIGN W1 -4. * INSTALL ON TYPE 11 BARRICADES THROUGHOUT THE WORK AREA 24 HOURS PRIOR TO IMPLEMENTING TRAFFIC CONTROL. / SP -6 PRIOR NOTIFICATION OF POLICE DEPARTMENT REOUIRED. 36"x6" a 4'" C B/W 36 - 6 "' SP 4 I I I \ STD. 6 "'x9" ARROW R/W 24"x24" 4" C B/W I SIDEWALK N NO STD. 6 "x9" ARROW I CLOSED CD PARKING SIDEWALK DETOUR .r I USES SIDE . W 1 SP -5 N 36"x36" p I I I , I 4" C B/W (D SP -T STD. 6"x9" ARROW 'y SP -3 24 "x24" 36 "x36" 4" C B/W I I 4'" C B/W SIDEWALK n STD. 6 "'x9 "' ARROW I CLOSED w R5 -10c o I o SIDEWALK 24 "x12" I I SIDEWALK a ! DETOUR r PEDESTRIANSI B/W e USE OTHER 16 USESIDE HER SIDE 0 „I 6 , PROHIBITED ° E. J / e 1' K N TRI Ali PEOES � � / P ►1H I I h./ �. co i 1 , r of , 2 1 i „.„.. O ° ° ° ° W I' K �� 1 d ; p' A. EA J __ _ _ T1 ....:1 T] .�� T 1 . r T _ ____ _ l _ (-- T 1 ,� T T 1 _ --. i , , , I PEDESTRIAN DETOUR 1 I I [PEDESTRIANS1 24 -z (NONWORKING HOURS) PROHIBITED B/W ro PEDESTRIAN DETOUR i LEGEND (WORKING HOURS) .r. CI SIGN LOCATION GENERAL NOTES O o u TEMPORARY TRAFFIC CONTROL DEVICES INTERSECTION PEDESTRIAN 1. CONTROLS SHOWN ARE FOR PEDESTRIAN TRAFFIC ONLY. TRAFFIC CONTROL 2. USE WARNING LIGHTS ON BARRICADES. . ® TYPE II BARRICADE TCP 23 c O p •> , we , �. t Ave. & Lincoln Signal jade 01 ~o ._ _ slottoic0 m -- i �. 16th Ave. & S m itvie S a Lpgrade ,_ ,0 �-�- -�' V1 16t Ave. Tieton Signal grade o Q) 1_ 1, = �C � g t 16th Ave. & Yakima grade — o li __ _ `' 11111111117plia==.7= I 11 I� f , ' 411 • 1 0 1 N s z - -___ WI ..= . vliti 1�1 1 ,o,"%,\.3.,.1 � City Project Numbers 2045 FA. NO. CM- 4555(004) % ...VP � I ems •• .r� 1.- 1 m N - , V ,_ v !I ®� �� • •:. `�' DRAWING INDEX X ��` � _ " "°" I 1 � 1.!l1 c a ; ti S HEET NO. SHEET DESCRIPTION r 11 4 9! 11 � 11TH i1 Sheet 1 Cover Sheet /Vicinity Map /Index • z ,;_ —- -111!! I11I!!1�� 1 1 . HIiiiiI i` , iiI1� • _I i1IIIIIT Sheet 2 16th Ave. & Lincoln Ave. Intersection Plans & Notes Lo _ � < O � _ �'� %]� ®!!I!� IA — Sheet 3 16th Ave. & Summitview Ave. Intersection Plans & Notes CIF 0 � �� 1! f! [I T o !! 1 , iiii She et 4 16th Ave. & Yakima Ave. Intersection Plans & Notes w [= z I �" ! !!! ��� Sheet 5 16th Ave. & T ieton Dr. Intersection Plans & Notes w . I 1 1111 II 1 :, — 1I -I I T F(TTIT z F- 0 a o W O = 0" W Z ¢ - CITY of YAKIMA 1:._-:, z z }—' U U c/3 - UJ N NO SCALE • Q Legend: 1 co VICI \ ITY MAP ROADWAY STRIPING as CURB LINE D o RIGHT OF WAY 0 a CONDUIT U —0 VEHICLE SIGNAL HEAD J ® MAST ARM POLE C3 u) z z m m ® JUNCTION BOX cil c..} 11 W Cr) F II -- LUMINAIRE ARM D _� a czi d FIRE HYDRANT a) § N a. o = > • OPTICOM DETECTOR e, PEDESTRIAN POST W/ PUSH BUTTONS �P� \N. Ap q � d) � +- 2 -a � PEDESTRIAN HEAD = CONTROLLER p W Q CAMERA /. 1l - 111 (/) -0- UTILTIY POLE I f _ , z z ® POLE NOTE `O O j A WIRE NOTE S yCs 0 ® ANAL CONSTRUCTION NOTE ImmEMS 11/17/2005 J c Q Legend: .0) a ' > ROADWAY STRIPING E Q CURB UNE RIGHT OF WAY 0 C EXISTING CONDUIT • N o a, c —� VEHICLE SIGNAL HEAD 0 N (n N 0 MAST ARM POLE > D1 0 0 1 Q iN EXISTING JUNCTION 80X - z E . _ • C an Y L ARM U W } 1 1 (O FIRE HYDRANT .w.. OPTICOM DETECTOR • I. 0 // 0 �- PEDESTRIAN HEAD w is; PEDESTRIAN PUSH BUTTON e / © m CONTROLLER II s; - -� •, —4 CAMERA � i', • _ UTILITY POLE o 1 - - - -- ® CONSTRUCTION NOTE W CD z o 0 Lincoln Ave. o IJJ o CONSTRUCTION NOTES: 0 C 0 INSTALL NEW VIDEO DETECTION CAMERA ON MAST ARM Q REMOVE ALL EXISTING LOOP FEEDERS AND INSTALL NEW 0 0._ in 0 t ' VIDEO COAX CABLE AND POWER CABLE WITHOUT DAMAGING z = EXISTING CABLES OR CONDUIT. g 0 > uj cp Q cn 0 3 REMOVE ALL EXISTING PEDESTRIAN SIGNAL MODULES AND Z z v x INSTALL NEW LED MODULES IN EXISTING HOUSINGS. Q 0 - zl = Un = ® REMOVE EXISTING PEDESTRIAN PUSH BUTTONS AND INSTALL NEW I— z PEDESTRIAN PUSH BUTTONS AND SIGNS WITH WALK SYMBOL AND ARROW `----� p ON EXISTING MAST ARM POLES. (EXACT MOUNTING LOCATIONS TO BE CONFIRMED 'o 2 BY CIT ENGINEER i2 0 , � � 100 • A fi \\ _ -- . :. i:-..5 100 Amp — _ Electrical 44,7 — 0 GENERAL NOTES: Service — — 1 ' 0 CO NTRACTOR SHALL PLACE VIDEO DETECTION CAMERAS AS CLOSE AS POSSIBLE TO ALIGN © HORIZONTALLY ALIGN WITH OPPOSITE LEFT TURN LANE UNE. m a�i = U it CONTRACTOR SHALL NOT INTERRUPT THE OPERATION OF THE EXISTING SIGNAL j 1 WITHOUT APPROVAL BY THE CITY ENGINEER. • o U c `o E iZ o = > 15 0 10 20 30 P � W. A jj 4 4f 1"=30' ;y / CI cn r r 1�" � ' J I— Lu O a. w z sS jONAL 1 - EXPIRES 11 /17/2005 5 1 E Legend: w 0 •> ROADWAY STRIPING E 0 Q) — CURB UNE __Y CT) II Z 0 u RIGHT OF WAY >- • in EXISTING CONDUIT 4— N o T —■ VEHICLE SIGNAL HEAD 0 — cn y IC C ® MAST ARM POLE r 3 � a` o ® EXISTING JUNCTION BOX -N L z E 4 Existing LUMINAIRE ARM O W Drain ---��. Inlet FI HY D RANT \ Bldg �; , �� OPTICOM DETECTOR Wa O II � O PEDESTRIAN HEAD /PUSH BUTTON POLE tk • `-, 0 :. a .. 1 © O -4-4 PEDESTRIAN HEAD 8 Z 4) © .1.zv 1, o _ 1L II . : r,; _ � � �! • l PEDESTRIAN PUSH BUTTON ,o x,, � , _ -- -- ` .h m CONTROLLER a. y. � , ... o •— N - CAMERA —• © 0 3 t - UTILITY POLE o LLI in Lo — ' ® CONSTRUCTION NOTE Lo o Summitview Ave W U ____10, = CONSTRUCTION NOTES: 5 CO O © ' O1 IN ST A LL NEW VIDEO DETECTION CAMERA ON MAST ARM , 0 Z l O REMOVE LED PEDESTRIAN SIGNAL HEADS AND INSTALL i NEW D PEDESTRIAN SIGNAL HEADS. CO CL Lo 03 REMOVE & REPLACE INDICATED SECTION OF CONCRETE SIDEWALK, CURB & p 1 O AND GUTTER, AND INSTALL A NEW ADA- ACCESSIBLE HANDICAP SIDEWALK RAMP z J O PER CITY OF YAKIMA STANDARD DETAIL R13 AND INSTALL DETECTABLE WARNING 1 = WARNING SURFACES PER WSDOT STANDARD PLAN F3a. < ' cn 3 ® REMOVE ALL EXISTING LOOP FEEDERS AND INSTALL NEW L1 1 0 VIDEO COAX CABLE AND POWER CABLE WITHOUT DAMAGING _ ( j) = • EXISTING CABLES OR CONDUIT. = z -0- Amiswer ® . �'• Q5 REMOVE ALL EXISTING PEDESTRIAN SIGNAL MODULES AND CO ~ INSTALL NEW LED MODULES IN EXISTING HOUSINGS. N.-. O • \ —A (EXCEPT FOR PED. HEADS CALLED OUT AS ITEM 2 ABOVE.) 0 - • • z CD :• To REMOVE EXISTING PEDESTRIAN PUSH BUTTONS AND INSTALL NEW 00 PEDESTRIAN PUSH BUTTONS AND SIGNS WIT H WALK SYMBOL AND ARROW U © ¢ ON EXISTING MAST ARM POLES. (EXACT MOUNTING LOCATIONS TO BE CONFIRMED • Zb I BY CITY ENGINEER) I z `C Exis Amp 0 a = I Electrical 20 S ervice GENERAL NOTES: ii L;, CONTRACTOR SHALL PLACE VIDEO DETECTION CAMERAS AS CLOSE AS POSSIBLE TO . u HORIZONTALLY ALIGN WITH OPPOSRE LEFT TURN LANE UNE. o _ S Tctf cz' o as O_ o 4, = > 15 o . /-1 20 30 d . � `k— Ol ! (.2 ''' 1"=30' v 1-y .1 ° cn f Q Lu s`rjONAL ve - I FIRES 11/17/2005 3 5 0 Legend: ROADWAY STRIPING 0 CURB UNE 0 .- N L RIGHT OF WAY �°' c v o EXISTING CONDUIT — 1) $ rn, c r —, VEHICLE SIGNAL HEAD � r . ♦ ® MAST ARM POLE -4-1 • Q) z E C= ® EXISTING JUNCTION BOX (3 W N LiZ � // ' LUMINAIRE ARM -----_ /i \ FIRE HYDRANT + : • 11111e © F ` -:\ � w OPT iCOM DETECTOR � 4141 Wilk PEDESTRIAN HEAD d © I? PEDESTRIAN PUSH BUTTON If I 100 m lec' C ONTRO LLER ^+ . 11: CAMERA d' :‘''''-'1141 "` a U11LfTY POLE O O Yakima Ave ® CONSTRUCTION NOTE LLi LO x © >;..., d- E '� i , ¢ < I w v CONSTRUCT NOTES: O I 01 o z I INSTALL NEW VIDEO DETECTION CAMERA ON MAST ARM 4 ¢ -- < IQ ' 1 02 REMOVE ALL EXISTING LOOP FEEDERS AND INSTALL NEW 0 0 : Lc) ' - VIDEO COAX CABLE AND POWER CABLE WITHOUT DAMAGING Z © EXISTING CABLES OR CONDUIT. Q O �C / 03 REMOVE ALL EXISTING PEDESTRIAN SIGNAL MODULES AND > Z v � 41 ., , I NSTALL NEW LED MODULES IN EXISTING HOUSINGS. Q 0 + 2 ��. ., © © � ` \ ® REMOVE EXISTING PEDESTRIAN PUSH BUTTONS AND cn .. " I INSTALL z PEDESTRIAN PUSH BUTTONS AND SIGNS WITH WALK SYMBOL AND NEW = ARROW ON EXISTING MAST ARM POLES. (EXACT MOUNTING LOCATI TO BE CONFIRMED • 0 BY CITY ENGINEER) I : CL 2 GENERAL NOTES: y CONTRACTOR SHALL PLACE VIDEO DETECTION CAMERAS AS CLOSE AS POSSIBLE TO Q Z HORIZONTALLY ALIGN WITH OPPOSITE LEFT TURN LANE LINE. m m '� z €f CONTRACTOR SHALL NOT INTERRUPT THE OPERATION OF THE EXISTING SIGNAL U 20 ����:0 cn j WITHOUT APPROVAL BY THE CITY ENGINEER. O uJ WI ' o �� § N U I O CZ O 1"=30' C3. 0 S - 4-\''' .k W A pq 'II 0 co l Q w e —I (9 O O R aalrisv o , J s ` r IONAL 06- MMIPXS 11/17/2005 5 J c 0 Legend: E o z ROADWAY STRIPING 0 C31 m I CURB UNE . -. - m G RIGHT OF WAY Q N r Q EXISTING CONDUIT C r 3 T = --► VEHICLE SIGNAL HEAD MAST ARM POLE f ' •� ° ° ' ® ® EXISTING JUNCTION BOX (.) W >`-' O — \ ) LUMINAIRE ARM /' / FIRE HYDRANT ,+ e TA's _N� 0 OPTICOM DETECTOR O H + • �- PEDESTRIAN HEAD t o © F PEDESTRIAN PUSH BUTTON '� �.` CD CONTROLLER �j- N O � CAMERA -0- UTILITY POLE T ieton Drive ® CONST RUCTION NOTE _ o CONSTRUCTION NOTES: UU Z 01 INSTALL NEW VDEO DETECTION CAMERA ON MAST ARM © 02 REMOVE ALL EXISTING LOOP FEEDERS AND INSTALL NEW z 0- VIDEO COAX CABLE AND POWER CABLE WITHOUT DAMAGING EXISTING CABLES OR CONDUIT. LLj — REMOVE ALL EXISTING PEDESTRIAN SIGNAL HEADS AND < ® Z iii i t INSTALL NEW LED PEDESTRIAN SIGNAL HEADS. = S • A ® REMOVE EXSTING PEDESTRIAN PUSH BUTTONS AND INSTALL NEW PEDESTRIAN PUSH BUTTONS AND SIGNS WITH WALK SYMBOL AND ARROW -•• 1 ON EXISTING MAST ARM POLES. (EXACT MOUNTING LOCATIONS TO BE CONFIRMED z o �E \ � 4 BY CITY ENGINEER) t1 0 U / _ © GENERAL NOTES: • CONTRACTOR SHALL PLACE VIDEO DETECTION CAMERAS AS CLOSE AS POSSIBLE TO HORIZONTALLY AUGN WITH OPPOSITE LEFT TURN LANE UNE. CO w o it CO SHALL NOT INTERRUPT THE OPERATION OF THE EXIS11NG SIGNAL w ° it WITHOUT APPROVAL BY THE CITY ENGINEER. .- o a_ 0 2 > 20 0 20 40 am mm mm A O 1 " =30' * PR °f user /fr(5' $ - z °044,1 c 1 / ' 't j ( `/ r +f4_ I < it, F z 2 t1! - ` _ vP O z 0 s`SIONAL ti - Emus 11 /17/2005 5 J