Loading...
HomeMy WebLinkAbout2000-060 City Hall Re-Roof Project Agreement with M. G. Wagner Company, Inc. c; 1yc/k C /e..ek City • of alma 1 Engineering Division 1 CITY HALL RE -ROOF PROJECT 1 129 N. SECOND STREET 1 _ City Project No. 1783 • • A t rAll a „a ■ 1 1 • , 1:7A 1. • , i .. Construction Contract Specifications & Bid Documents 1 ' 129 North Second Street Yakima WA 98901 March 2004 Phone (509) 575 -6111 Fax (509) 576 -6305 1 • ADDENDUM NO. 1 TO THE BID DOCUMENTS & SPECIFICATIONS FOR THE CITY OF YAKIMA, WA For City Hall Re -Roof Project 129 N. Second Street City Project No. 1783 BID OPENING: March 31, 2004, 2:00 p.m., City Hall Council Chambers TO THE ATTENTION OF ALL BIDDERS AND PLAN HOLDERS: The Bid & Contract Documents shall be modified as follows: 1. ITEM PROPOSAL BID SHEETS SYSTEM "A ", "A(1), "B ", and "B(1) Delete the wording "and install 4 ply type 4 fiberglass built up roof system JM4GIS or equal" from the last sentence of ITEM No. 1 PROPOSAL ITEM PAYMENT SECTION. 2. TECHNICAL SPECIFICATIONS SYSTEMS "A ", "A(1), "B ", "B(1), "C ", and "C(1)" Add the sentence. "The roof system is to be a minimum fifteen (15) year NDL manufacture warranty. 3. TECHNICAL SPECIFICATIONS SYSTEMS "C", and "C(1)" Add the sentence "EPDM roof system is to be ballasted to manufacture specifications" to REPLACING ASPHALT HOT MOP ROOFING SYSTEM. ADDENDUM NO. 2 TO THE BID DOCUMENTS & SPECIFICATIONS FOR THE CITY OF YAKIMA, WA for City Hall Re -Roof Project 129 N. Second Street City Project No. 1783 BID OPENING April 7, 2004, 2:00 p.m., City Hall Council Chambers TO THE ATTENTION OF ALL BIDDERS AND PLAN HOLDERS: The Bid & Contract Documents shall be modified as follows: ITEM 1. Bid Opening: The Bid Opening has been rescheduled to April 7th , 2004, 2:00 p.m., ITEM 2. TECHNICAL SPECIFICATIONS SYSTEMS "C", and "C(1) ": a) Under "REPLACING ASPHALT HOT MOP ROOFING SYSTEM" change the portion of the first sentence from "...new 60 mill Ethylene Propylene Diene Tespolymer (EPDM) roofing system..." to "...new 45 mill Ethylene Propylene Diene Tespolymer (EPDM) roofing system... ". Delete "new cant strip" from the second sentence. b) Under "ROOF DECK INSULATION' change the first sentence to: Place 1 /2 inch wood fiberboard (or alternate 2" polyisocyanurate insulation) over the entire area. This ADDENDUM is to be considered as much a part of the contract provisions as if it were included in the body of the Plans and Specification. All Bidders shall acknowledge receipt of the ADDENDUM on the proposal form prior to bid opening. APPROVED: K. Wendell Adam , P.E. Date City Engineer END OF ADDENDUM NO. 2 Addendum 2 Page 1 of 1 3/30/04 City of Yakima CITY HALL BUILDING RE -ROOF 129 N. SECOND STREET CITY OF YAKIMA PROJECT No. 1783 w ` A4 9 A is of wa sg r0 � t S' a 4.4 `t 29619 Cy j 'EGIsTSIS! - %ONAL EXPIRES 1 1 /1 7/2005 Construction Contract Specifications & Bid Documents March 2004 '1 CONTENTS CITY HALL BUILDING RE -ROOF CITY OF YAKIMA PROJECT No. 1783 SECTION PAGE INVITATION TO BID 5 CONTRACT PROVISIONS 7 Project Description 7 Scope Of Work 7 General Conditions 9 Work Schedule 10 Bid Procedures & Conditions 11 Pre -Bid Meeting 11 Prequalification 11 Prequalification Form - 3/02 13 Examination Of Site Conditions 17 Award Conditions 18 Control Of The Work 20 Prosecution And Progress 21 Progress Schedule 21 Legal Relations And Responsibilities To The Public 21 Technical Specifications System "A" 23 General 23 Submittals And Codes 23 Project Items 23 Technical Specifications System "B" 24 General 24 Submittals And Codes 24 Project Items 24 Technical Specifications System "C" 25 General 25 Submittals And Codes 25 Project Items 26 Basis Of Award 27 Contract 29 Performance Bond 31 Informational Certificate Of Insurance 33 Informational Additional Insuranced Endorsement 35 Minimum Wage Affidavit 37 PREVAILING WAGE RATES 39 PROPOSAL 105 Item Proposal Bid Sheet System "A" 107 Item Proposal Bid Sheet System "A(1)" 109 Item Proposal Bid Sheet System "B" 111 Item Proposal Bid Sheet System "B(1)" 113 Item Proposal Bid Sheet System "C" 115 Item Proposal Bid Sheet System "C(1)" 117 Bid Bond Form 119 Non - Collusion Declaration 121 Non- Discrimination Provision 123 Women And Minority Business Enterprise Policy 125 '3 Council Resolution 127 Affirmative Action Plan 129 Bidders Certification 131 Subcontractors Certification 133 Materially And Responsiveness 135 • Proposal Signature Sheet 137 Bidder's Check List 139 VICINITY MAP 141 '4 INVITATION TO BID NOTICE IS HEREBY GIVEN that sealed bids will be received by the City Clerk of the City of Yakima, 129 North 2nd Street, Yakima, Washington, 98901 of Yakima, until 2:00 PM on March 31, 2004 and will then and there be opened and publicly read for the construction of: CITY HALL BUILDING RE -ROOF 129 N. SECOND STREET CITY OF YAKIMA PROJECT No. 1783 This project consists of: System "A ": Removing approximately Seventeen Thousand (17,000) square feet of asphalt hot mop roofing system and replacing it with a Johns Manville Specification #4GIG -4 -ply, hot asphalt, fiberglass ply, gravel surface or equivalent system, including insulation to be placed on the roof deck prior to placement of the new roofing, removal of old clullen pads, removal of any unnecessary roof penetrations and installing approximately ninety (90) feet of walk mats to roof equipment. Or System "B ": Removing approximately Seventeen Thousand (17,000) square feet of hot mop roofing system and replacing it with a Johns Manville Specification #4FID with white mineral surface or equivalent system, including insulation to be placed on the roof deck prior to placement of the new roofing, removal of old clullen pads, removal of any unnecessary roof penetrations and installing approximately ninety (90) feet of walk mats to roof equipment. Or System "C ": Removing approximately Seventeen Thousand (17,000) square feet of hot mop roofing system and replacing it with Single -ply Sixty (60) Mill Thick Ethylene Propane Diene Tespolymer (EPDM) Roofing System, including insulation to be placed on the roof deck prior to placement of the new roofing, removal of old clullen pads, removal of any unnecessary roof penetrations and installing approximately ninety (90) feet of walk mats to roof equipment. All work occurs on the Yakima City Hall Building at 129 North 2 "d Street. All bidders must complete a pre - qualification form with the bid submittal. Bids may be made on any combination of System "A ", "A -1 ", System "B ", "B -1 ", System "C ", "C -1" or all six (6). Depending on the bids received, one (1) System only will be awarded and bids only on that system considered for award. All bid proposals shall be accompanied by a bid proposal deposit in cash, certified check, cashier's check or surety bond in an amount equal to five (5 %) percent of the amount of such bid proposal. Should the successful bidder fail to enter into such contract and furnish satisfactory performance bond within the time stated in the specifications, the bid proposal deposit shall be forfeited to the City of Yakima. Plans and specifications may be obtained at the Office of the City Engineer located at 129 North 2nd Street upon payment of the amount of $25.00 for each set, non refundable. Informational copies of specifications are on file for inspection in the Office of the City Engineer of Yakima in Yakima, Washington, and at Plan Centers in Yakima and Kennewick, Washington. A pre -bid conference will be held at Yakima City Hall CED Conference Room, Second Floor, 129 North 2 Street, Yakima, Washington, at 10:00 a.m. on March 18, 2004. The conference will include project discussion and the Affirmative Action Plan. The City reserves the right to reject any or all bids and proposals. DATED this 9th day of March, 2004 (SEAL) KAREN ROBERTS CITY CLERK PUBLISH March 12, 2004 March 16, 2004 '5 CONTRACT PROVISIONS CITY HALL BUILDING RE -ROOF CITY OF YAKIMA PROJECT No. 1783 PROJECT DESCRIPTION All work occurs on the Yakima City Hall Building at 129 North 2nd Street. All bidders must complete a prequalification form with the bid submittal. SCOPE OF WORK This project consists of: System "A ": Removing approximately Seventeen Thousand (17,000) square feet of asphalt hot mop roofing system and replacing it with a Johns Manville Specification #4GIG -4 -ply, hot asphalt, fiberglass ply, gravel surface or equivalent system, including insulation to be placed on the roof deck prior to placement of the new roofing, removal of old clullen pads, removal of any unnecessary roof penetrations and installing approximately ninety (90) feet of walk mats to roof equipment. Or System "B ": Removing approximately Seventeen Thousand (17,000) square feet of hot mop roofing system and replacing it with a Johns Manville Specification #4FID with white mineral surface or equivalent system, including insulation to be placed on the roof deck prior to placement of the new roofing, removal of old clullen pads, removal of any unnecessary roof penetrations and installing approximately ninety (90) feet of walk mats to roof equipment. Or System "C ": Removing approximately Seventeen Thousand (17,000) square feet of hot mop roofing system and replacing it with Single -ply Sixty (60) Mill Thick Ethylene Propane Diene Tespolymer (EPDM) Roofing System, including insulation to be placed on the roof deck prior to placement of the new roofing, removal of old clullen pads, removal of any unnecessary roof penetrations and installing approximately ninety (90) feet of walk mats to roof equipment Work under this contract includes but is not limited to any and all labor, materials, equipment, and administrative costs to supply and construct the work as described in these contract documents. The project site is located at 129 North 2 Street, Yakima, Washington. All construction materials must meet, at a minimum, the specifications contained in these contract documents. All construction activities shall be performed per National Roofing Contractors Association (NRCA) standards and as recommended by respective manufacturers. The City of Yakima reserves the right to reject any or all bids. The Contractor shall, and hereby agrees to, release, save, otherwise hold harmless and indemnify the City of Yakima, its, agents, employees, and elected or appointed officials from claims, demands, damages, actions, causes of actions or other liability, injury, or harm caused by act or omissions, foreseen or unforeseen, negligent or otherwise, that would otherwise befall said City arising out of the contractor's implementation of the terms of this contract. 7 CONTRACT PROVISIONS General Conditions Contract Form Performance Bond Form Informational Certificate of Insurance Informational Additional Insured Endorsement Minimum Wage Affidavit Form GENERAL CONDITIONS CONTRACTOR'S DUTIES Except as specifically noted, provide and pay for: • Labor, materials, and equipment as shown, specified of recommended by the manufacturer or NRCA Standards. • Tools, construction equipment, and machinery necessary for the work. • Any and all other facilities and services necessary for proper execution and completion of work. Pay all legally required sales, consumer, and use taxes. Secure and pay for, as is necessary for proper execution and completion of the work: • Government Fees • Licenses • City of Yakima Inspection, Installation, and Permit Fees Give required notices. Before any work is started, the Contractor shall submit to the Owner for review and approval an estimated progress schedule indicating the starting and completion dates of the various items of work in accordance with the drawings and /or specifications and meet the substantial completion date of June 30, 2004. Comply with codes, ordinances, rules, regulations, orders, and other legal requirements of public, federal, state, and local authorities, which bear on performance of work. Special emphasis is placed on appropriate notification and approval of a work plan for the removal of asbestos containing roofing materials. All City of Yakima ordinances shall also apply. Promptly submit written notice to the Owner of observed variances of contract documents from legal requirements. The Contractor shall assume all responsibility for work completed known to be contrary to such requirements without notice to and approval from Owner. CONTRACTOR'S USE OF PREMISES Do not unreasonably encumber the site with materials or equipment. Assume full responsibility for protection and safekeeping of products stored on premises. Provide and install construction barriers and safety signage as necessary. CONTRACTOR'S RESPONSIBILITY Submission of a bid shall be confirmation that the Contractor has (a) examined the contract documents thoroughly; (b) visited the site to familiarize himself with conditions that may in any manner affect cost, progress, or performance of the work; (c) familiarized himself with federal, state, and local laws, ordinances, rules, and regulations that may in any manner affect cost, progress, or performance of the work; and (d) studied and carefully correlated bidder's observations with the contract documents in the preparation of the bid. Limit use of premises to construction operations. Separate the construction area from the existing grounds, other areas of the building, and coordinate use of premises under direction of the Owner. .9 The Contractor shall remove and retain possession of removed roof- mounted equipment and salvage items per Demolition Section of this Contract provided the Owner is given first right of refusal. Any costs for removal and disposal of all materials on this project are the financial and physical responsibility of the contractor and all costs shall be considered incidental to other bid items. WORK SCHEDULE Pre -Bid Meeting 10:00 AM, March 22, 2004 at Yakima City Hall CED Conference Room, Second Floor, 129 North 2 Street. Bid Due Date 2:00 PM, March 31, 2004 to Yakima City Clerk. Notice to Proceed: After signed Contract, Performance Bond and Certificate of Insurance have been received and approved. Substantial Completion: Must occur on or prior to June 30, 2004. • '10 BID PROCEDURES & CONDITIONS BID CONDITIONS PRE -BID MEETING There shall be a pre -bid meeting, followed by a walk- through as listed in the work schedule. Only Contractors who have made a site visit, either at the pre -bid meeting or with the owner prior to the bid opening, shall be eligible to submit a bid. All bids shall be submitted to and date stamped by the City Clerk's Office, Yakima City Hall, 129 North 2nd Street, prior to the time listed in the work schedule, in a sealed envelope labeled Bid for CITY HALL BUILDING RE -ROOF 129 N. SECOND STREET, City Of Yakima Project No. 1783 with the date and time of bid opening also written on it. If you plan on attending the bid opening, do not bring your bid with you into the Bid - Opening Room. BIDS MUST BE RECEIVED AND DATE STAMPED BY THE CITY CLERK'S OFFICE. PREQUALIFICATION The City requires that all bidders complete and submit the four (4) -page form, a copy of which immediately follows this Section, with their bid. 11 PREQUALIFICATION FORM - 3/02 I 1 of 4 PREQUALIFICATION FORM - 3/02 Date: I • To: City of Yakima, Engineering Division 129 No. 2nd Street Yakima, WA 98901 Attn: Mr. K. Wendell Adams, P.E., City Engineer t jk i if Re: CITY HALL BUILDING RE -ROOF ;t City Of Yakima Project No. 1783 {' Note: This form must be filled in, signed by the bidder and returned with the Proposal at the date and time noted in the advertisement for the bid to be considered. CONTRACTOR PREQUALIFICATION INFORMATION The following statement of experience, personnel, equipment, and general qualifications of the Bidder are submitted as a part of the Proposal and the Bidder represents and guarantees the truthfulness and accuracy thereof: (If additional space is required, attach additional importation to this Certification) • Our organization has been in business continuously from 1937 • Our organization has had experience in construction comparable to that required under the proposed contract as a prime contractor for 25 years, or as a subcontractor for 25 years. • Name of contact person: Scott Wagner • Telephone Number: (50 575 - 0934 Cell: (509) 945 - 5068 13 2 of 4 PREQUALIFICATION FORM - 3/02 The following is a list of the projects our organization has completed in the last three (3) years which are similar in character and magnitude to that required in the proposed contract (or attach a separate job listing showing the same details) Project Hebeler Hall Date Completed 9/27/02 Name & address of owner Central Washington University 400 E. 8th Avenue, Ellensburg, WA 98926 Contact Jim Richmond Phone 509 - 963 -1011 Engineer Schreiber & Lane Architects Phone 206- 682 -8300 Contract Amount $208,565.19 Project Ferguson Distribution Date Completed 9/17/03 Name & address of owner Ferguson Enterprises, Inc. 12500 Jefferson Avenue, Newport News, Virginia Contact David Bowlin Phone 704 -319 -4030 Engineer N/A Phone N/A Contract Amount $699,776.00 Project Memorial Hospital Date Completed 4/3/04 Name & address of owner Yakima Valley Memorial Hospital 2811 Tieton Dr., Yakima, WA 98902 Contact V. K. Powell Const. (Tim Powell) Phone 509 - 248- 8148�� Engineer KDF Architecture Phone 509 - 575 -5408 Contract Amount $55,000.00 14 3 of 4 PREQUALIFICATION FORM - 3/02 1 The following is a listing of all projects we have undertaken in the last five years, which have resulted in partial or final settlements of the contract by arbitration or litigation: Project None Date Completed Name & address of owner 1 Original Contact Amount Total Claims Arbitrated or Litigated Amounts of Settlements of Claims Project None Date Completed Name & address of owner 1 Original Contact Amount Total Claims Arbitrated or Litigated Amounts of Settlements of Claims Project None Date Completed Name & address of owner Original Contact Amount Total Claims Arbitrated or Litigated Amounts of Settlements of Claims 1 15 4 of 4 PREQUALIFICATION FORM - 3/02 AFFIDAVIT Affidavit for Individual State of ) • County of )ss. dba , being duly sworn depose and say that the foregoing statements and answers to the questions are correct and true as of the date of this affidavit. (Applicant sign here) Subscribed and sworn to before me this day of , 20 NOTARY PUBLIC My commission expires Affidavit for Co- Partnership State of ) County of )ss. dba , being duly sworn depose and say that I am a partner in the firm of ; that the foregoing statements and answers to the questions are correct and true as of the date of this affidavit. (Member of firm sign here) Subscribed and sworn to before me this day of , 20 NOTARY PUBLIC My commission expires Affidavit for Corporation State of Washington County of Yakima )ss. dba ►, Scott Wagner , being duly sworn depose and say that I am a President of the M.G. Wa _;. 'er'GO . , Inc. Corporation described in and which executed the foregoing statement; th�t the fo g ''g = tar ements and answers to the questions are correct and true as of the date of this affidavit. • ern• - o 'rm sign here) { O C 744 SfON Subscribed and sworn to before rne is day of it of I , 20 0 t • c.) 0 4 ' � \s XA, �`� ® (X.� v �7 GAF 11/1 ' c) NOTARY NOTARY PUBLIC PUBLIC My - • fission expires /0 �; o N9 �4�C 0 , ' t4 C9 H 1 t1 Ftr W AS�� 16 EXAMINATION OF SITE CONDITIONS By signing the proposal, the Contractor acknowledges that he has satisfied himself as to the nature and location of the work, the general and local conditions, particularly those bearing upon availability of transportation, access to the site, disposal, handling and storage of materials, availability of labor, water, electric power, roads, and uncertainties of weather, or similar physical conditions at the site, the conformation and conditions of the ground, the character of the equipment and facilities needed preliminary to and during the prosecution of the work and all other matters which can in any way affect the work or the cost thereof under this Contract. The Contractor further acknowledges that he has satisfied himself as to the character, quality, and quantity of materials to be encountered from his inspection of the site. Failure by the Contractor to acquaint himself with physical conditions of the site and all the available information will not relieve him from responsibility for properly estimating the difficulty or cost of successfully performing the work. The Contractor warrants that as a result of his examination and investigation of all the aforesaid data that he can perform the work in a good and workmanlike manner and to the satisfaction of the Owner and per NRCA standards. The Owner assumes no responsibility for any representations made by any of its officers or agents during or prior to the execution of this Contract, unless (1) such representations are expressly stated in the Contract, and (2) the Contract expressly provides that the Owner therefore assumes the responsibility. PROGRESS AND PAYMENT Completion: Work is to be substantially complete on or before June 30, 2004. Payment: For progress payments, Contractor Shall, in the form of a Schedule of Values, list percentage of work completed and the amount and submit to: City of Yakima Contract Specialist Wendy Leinan, 129 No. 2nd St., Yakima, WA. 98901. To insure prompt payment each invoice should cite City of Yakima Project Number 1783, description and percentage of work completed, unit and total price, include the Contractor's name, and return remittance address. Payment will be mailed within thirty (30) days of the properly completed invoice. LIQUIDATED DAMAGES - For each consecutive day after the stated substantial completion date, the contractor shall pay to the City, via offset against moneys due and payable to the contractor, a sum of two hundred dollars ($200) per calendar day. The City and the contractor agree that the above mentioned damages is a reasonable estimation of compensation which would be due the City for delay - related damages, that they have no intention to stipulate to a penalty, and that they waive any right they may have to interpose an objection to the damages, including that the damages constitutes a penalty, rather than liquidated damages. The City reserves the right to waive this clause in whole or in part, on a case -by -case basis if the contractor can show that the delay occurred from circumstances beyond his control. Said circumstances would include, but not be limited to, armed hostilities, riots, strikes, picketing boycott, acts of God, national financial or economic disturbances, epidemics, and other events not reasonable foreseeable or against which contractor reasonably cannot protect himself. All work, including design, shall be performed and completed in accordance with the best modern practices, further, no detail necessary for safe and regular operation shall be omitted, although specific mention thereof may not be made in these specifications. The attached drawings are illustrative only and may not be to exact scale. The contractor must verify all dimensions. All work is to comply with all CITY, COUNTY, STATE OR FEDERAL CODES and Is the responsibility of the contractor to ensure compliance. Contractor shall ensure that all required inspections are performed and that the Yakima City Codes Department, Yakima Clean Air Authority, Yakima County Landfill and Washington State Labor and Industries have signed off all inspection or other forms. 17 AWARD CONDITIONS PUBLIC LIABILITY AND PROPERTY DAMAGE INSURANCE The Contractor shall obtain and keep in force during term of the contract and until 30 days after the Physical Completion date, the following insurance with companies or through sources approved by the State Insurance Commissioner pursuant to Chapter 48, RCW. The insurance provided must be with an insurance company with a rating of A -: VII or higher in the A.M. Best's Key Rating Guide, which is licensed to do business in the State of Washington (or issued as a surplus line by a Washington Surplus lines broker). The Contracting Agency reserves the right to approve the security of the insurance provided, the company, terms and coverage, and the Certificate of Insurance. If any policy is written on claims made form, the retroactive date shall be prior to or coincident with the effective date of this contract. The policy shall state that coverage is claims made, and state the retroactive date. Claims made from coverage shall be maintained by the Contractor for a minimum of three years following the expiration or earlier termination of this contract, and the Contractor shall annually provide the Contracting Agency with proof of renewal. If renewal of the claims made form of coverage becomes unavailable, or economically prohibitive, the Contractor shall purchase an extended reporting period ( "tail ") or execute another form of guarantee acceptable to the Contracting Agency to assure financial responsibility for liability for services performed. The policies of insurance shall contain a "cross liability" endorsement substantially as follows: The inclusion of more than one insured under this policy shall not affect the rights of any insured as respects any claim, suit, or judgment made or brought by or for any other insured or by or for any employee of any other insured. This policy shall protect each insured in the same manner as though a separate policy had been issued to each, except that nothing herein shall operate to increase the company's liability beyond the amount or amounts for which the company would have been liable had only one insured been named. The policies of insurance for general, automobile, and pollution policies shall be specifically endorsed to name the Contracting Agency and its officers, elected officials, employees, agents and volunteers, and any other entity specifically required by the Contract Provisions, as additional insured(s). In addition, Contractor's insurance shall be primary as respects the Contracting Agency, and any other insurance maintained by the Contracting Agency shall be excess and not contributing insurance with the Contractor's insurance. The Contracting Agency shall be given at least 20 days prior written notice of any cancellation, reduction in coverage, or other material change in any insurance policy. Insurance shall provide coverage to the Contractor, all subcontractors, the City of Yakima, and each of those respective agencies' employees, agents, and elected or appointed officials. The coverage shall protect against claims for personal injuries, including accidental death, as well as claims for property damages which may arise from any act or omission of the Contractor or the subcontractor, or by anyone directly or indirectly employed by either of them. Contractor hereby assumes all risk of damage to its property, or injury to its officers, directors, agents, contractors, or invitees, in or about the Property from any cause, and hereby waives all claims against the Contracting Agency. The Contractor further waives, with respect to the Contracting Agency only, its immunity under RCW Title 51, Industrial Insurance. Upon request, the Contractor shall forward to the Contracting Agency the original policy, or endorsement obtained, to a Contractor's policy currently in force. The Contractor shall not begin work under the contract until the required insurance has been obtained and approved by the Contracting Agency. 18 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 shall be incidental to and included in the unit contract prices of the contract and no additional payment will be made. COVERAGES AND LIMITS All coverage's combined single limit shall be $1,000,000 per occurrence. The commercial general liability policy will contain a "per Job Aggregate" Endorsement. If this endorsement is not provided, an additional $2,000,000 umbrella limit will be required over and above the $1,000,000 underlying. A commercial general liability deductible of $5,000 or less is acceptable. The contractor will be responsible for the payment of that deductible for any losses, which occur. Higher retention or deductible limits may be acceptable on prior approval by the City. Providing coverage in these stated amounts shall not be construed to relieve the Contractor from liability in excess of such limits. EVIDENCE OF INSURANCE The Contractor shall provide evidence of insurance by the following method: A completed ACCORD form #25 (or equivalent) shall be submitted which conforms to the following requirements: The ACCORD form shall be accompanied by a completed Endorsement naming, the City of Yakima, its agents, employees, and elected or appointed officials as an additional insured and containing the insured's name and policy number, and shall be signed by a duly authorized agent. The wording in the CANCELLATION section "endeavor to" and "but failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents or representatives" shall be crossed out and initialed by the agent/broker and shall provide for a cancellation notice of at least 20 days, to the City of Yakima. Add the following text in the section entitled DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES / EXCLUSIONS ALLOWED BY ENDORSEMENT / SPECIAL PROVISIONS. The City of Yakima its employees, agents, and elected or appointed officials are additional insures for City Of Yakima Project Number 1783. The completed form shall contain the required amounts and types of coverage's that are specified by the Contract. 19 PERFORMANCE BOND A Performance Bond issued by a professional surety company authorized to do business in the State of Washington in the amount of one hundred percent (100 %) of the quote shall be executed and delivered to the City and subject to approval of the City Engineer ten (10) work days from the date of the Letter of Award to insure that work will be performed in accordance with the specifications and within time allowed for the Contract. This bond shall insure the City against failure of the successful bidder to promptly correct all discrepancies in manufacture, materials, quality of workmanship, and appearance of the finished work. If the successful bidder fails to perform per specifications, the bond will be forfeited. At the Contractor's option, a certified or cashiers check will be accepted and will be deposited in a non - interest bearing_ checking account by the City in lieu of a bond, subject to the same provisions, terms and conditions applicable to a bond. The City will pay no interest on any check accepted in lieu of a bond under this requirement. After receipt and acceptance of the finished work, the Contractor will be reimbursed for the check accepted in lieu of the bond by a City of Yakima Treasury Check. A standby letter of credit or other security arranged by the Contractor may be substituted for the bond or check, subject to prior approval by the City. SUBMITTAL The Certificate of Insurance and Performance Bond shall be filed with the City Engineer ten (10) days from the date of the Letter of Award. CONTROL OF THE WORK OWNER'S AI ITHORITY The City Engineer, or his designate, shall have the authority to resolve all issues, which may arise as to the quality and acceptability of work performed, and as to the manner of performance and the rate of progress of the work. All issues which may arise as to the interpretation of the work schedule and questions as to the acceptable fulfillment of the contract shall be brought to the attention of the City Engineer. All requests shall be forwarded to the City Engineer in writing. CONFORMITY WITH WORK PLANS AND ALLOWABLE DEVIATIONS Any deviations from these specifications, as may be required by unforeseen events or weather conditions will be mutually determined by the City Engineer and the Contractor. STORAGE OF MATERIALS The contractor shall be responsible to provide his own storage of materials for the project. Materials shall be so stored as to ensure the preservation of their quality and fitness for the work. When considered necessary, they shall be placed on wooden platforms or other hard, clean surfaces, and not on the ground. Materials subject to vandalism shall be placed under locked cover and, if necessary, provided with temperature control as recommended by the manufacturer. SITE RESTORATION AND CLEANUP At all times during the work, keep the premises clean and orderly. Upon completion of the work, the Contractor shall repair all damages caused by equipment and leave the project free of rubbish or excess materials of any kind. The Contractor shall do partial cleanup when he determines it is necessary or when, in the opinion of the City Engineer, partial cleanup shall be done for public safety. The cleanup work shall be done immediately upon notification from the City Engineer and other work shall not proceed until the partial cleanup is accomplished. 20 PROSECUTION AND PROGRESS SUBCONTRACTING The Contractor shall use the Subcontractors List and the Subcontractor Certification form included within these contract documents to comply with the specifications of this section. PROGRESS SCHEDULE The Contractor shall prepare and submit to the Construction Engineer 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 Construction Engineer. 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 that substantially affects the scheduling. Copies (2 prints or 1 reproducible) of newly updated Schedules shall be forwarded to the Construction Engineer, as directed, immediately upon preparation. The Contractor shall submit a weekly activity schedule to the 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 Construction Engineer may order the Contractor to delay unscheduled activities until they are included on a subsequent weekly activity schedule. LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC LAWS TO BE OBSERVED The contractor shall comply with all applicable laws and regulations pertaining to this contract. In addition, the contractor shall ensure that any subcontractor performing this contract shall comply with all applicable laws and regulations pertaining to this contract. PERMITS AND LICENSES The contractor shall procure all permits and licenses, pay all charges and fees, and give all notices necessary and incidental to the due and lawful prosecution of the work. The Contractor shall have or obtain a valid City of Yakima Business license for the duration of this project. CONTRACTOR'S RESPONSIBILITY FOR INTERFERING STRUCTURES The contractor shall take necessary precautions to prevent damage to existing structures. Where such existing structures must be modified in order to properly carry out the work, or are damaged during the work process, the contractor shall restore to their original condition to the satisfaction of the owner at the Contractor's expense. 21 CONTRACTOR'S RESPONSIBILITY FOR CONVENIENCE, SAFETY AND OBSTRUCTION The contractor shall so conduct his operations as to cause the least possible obstructions to the working environment of Yakima Police Department Personnel. Authorized representatives of the City of Yakima shall at all times have safe access to the work wherever it is in preparation or progress, and the Contractor shall provide proper facilities for such access and inspection. CONTRACTOR'S RESPONSIBILITY FOR FIRE PREVENTION AND PROTECTION The Contractor shall perform all work in a fire -safe manner. Contractor shall supply and maintain on the site adequate fire - fighting equipment capable of extinguishing incipient fires. Contractor shall comply with applicable Federal, local, and State fire - prevention regulations. Where these regulations do not apply, applicable parts of the National Fire Prevention Standard for Safeguarding building Construction Operations (NFPA No. 241), shall be followed. INSPECTION Inspection by the Owner, or the waiver of inspection of any particular portion of the work, shall not • be construed to relieve the Contractor of his responsibility to perform the work in accordance with these Specifications. The Owner will perform final inspections. AWARD OF CONTRACT The City of Yakima reserves the right to reject any or all bids. 22 TECHNICAL SPECIFICATIONS SYSTEM "A" GENERAL SUBMITTALS AND CODES The following submittals and code compliance shall be required: A. Compliance with all State and Local building codes: Yakima County Clean Air Authority regulations, Yakima County Landfill, Washington State Department of Labor and Industries, Uniform Building Code (UBC), National Roofing Contractors Association (NRCA). B. Contractor shall verify roofing dimensions of all roofing areas, amount of equipment to be removed, number of roofing penetrations, etcetera, to his satisfaction for providing a complete and accurate bid. C. Contractor shall guarantee all materials, equipment and workmanship for a minimum period of one (1) year from date of final acceptance of the complete job, against original defects of material, workmanship and leaks. PROJECT ITEMS REMOVAL OF OLD CLULLEN PADS AND ANY UNNECESSARY ROOF PENETRATIONS All clullen pads and any unnecessary roof penetrations shall be removed and penetrations repaired. The payment for all materials, equipment, labor and other work under this item shall be included in the base bid for `Building Re-Roof", per lump sum. REMOVING ASPHALT HOT MOP ROOFING SYSTEM The existing roof system shall be removed to the original structural decking and legally disposed. Minor decking repairs, if any, shall be incidental to this project item. The payment for all materials, equipment, labor and other work under this item shall be included in the base bid for "Building Re- Roof ", per lump sum. REPLACING ASPHALT HOT MOP ROOFING SYSTEM Install 2 -ply vapor barrier set in hot Asphalt, apply 3 /4" fesco insulation. New roof system to be Johns Manville Specification #4GIG -4 -ply, hot asphalt, fiberglass ply, gravel surface or equivalent. Replace all missing drain covers and /or drain parts, new cant strip, lead sheet in drain bowls. Replace any damaged pipe jack flashing. Install new pitch bowls. Wall flashings to be base sheet plus 72 Ib. Mineral cap sheet. Remove existing wall metal. Reinstall after work is complete. Replace any damaged metal. The payment for all materials, equipment, labor and other work under this item shall be included in the base bid for `Building Re- Roof ", per lump sum. ROOF DECK INSULATION Place 3/4" Fesco Board (or alternate 2" polyisocyanurate insulation with a 1/2" retrofit board installed as the cover board) over entire area. The insulation is to be manufactured by the same company that manufactures the roofing membrane. The payment for all materials, equipment, labor and other work under this item shall be included in the base bid for "Building Re- Roof ", per lump sum. The payment for all materials, equipment, labor and other work under this item shalt be included in the base bid for "Building Re- Roof ", per lump sum. '23 ADDITIONAL WORK The work covered by this item shall consist of additional work not covered in other bid items such that could not be determined prior to exposure. All work under this bid item shall be as designated and directed by the City. No specific unit of measurement shall apply to this item of work. For providing a common proposal fnr ail biriderc the City has estimated the anoint of the Force Account amount for "Additional Work," per force account 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 not be utilized in this project. Specifications covering the "Additional Work," per force account, are as provided for in Section 1-09.6 Force Account in 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 as adopted by these contract documents. TECHNICAL SPECIFICATIONS SYSTEM "B" GENERAL SUBMITTALS AND CODES The following submittals and code compliance shall be required: A. Compliance with all State and Local building codes: Yakima County Clean Air Authority regulations, Yakima County Landfill, Washington State Department of Labor and Industries, Uniform Building Code (UBC), National Roofing Contractors Association (NRCA). B. Contractor shall verify roofing dimensions of all roofing areas, amount of equipment to be removed, number of roofing penetrations, etcetera, to his satisfaction for providing a complete and accurate bid. C. Contractor shall guarantee all materials, equipment and workmanship for a minimum period of one (1) year from date of final acceptance of the complete job, against original defects of material, workmanship and leaks. PROJECT ITEMS REMOVAL OF OLD CLULLEN PADS AND ANY UNNECESSARY ROOF PENETRATIONS All clullen pads and any unnecessary roof penetrations shall be removed and penetrations repaired. The payment for all materials, equipment, labor and other work under this item shall be included in the base bid for "Building Re- Roof ", per lump sum. REMOVING ASPHALT HOT MOP ROOFING SYSTEM The existing roof system shall be removed to the original structural decking and legally disposed. Minor decking repairs, if any, shall be incidental to this project item. The payment for all materials, equipment, labor and other work under this item shall be included in the base bid for "Building Re- Roof ", per lump sum. '24 REPLACING ASPHALT HOT MOP ROOFING SYSTEM Install 2 -ply vapor barrier set in hot Asphalt, apply 3 / <" fesco insulation. New roof system to be Johns Manville Specification #4FID -4 -ply, modified bitumen mineral surface cap sheet, white mineral surface or equivalent. Replace all missing drain covers and /or drain parts, new cant strip, lead sheet in drain bowls. Replace any damaged pipe jack flashing. Install new pitch bowls. Wall fleshings to be base sheet plus 72 lb. Mineral cap sheet. Remove existing wall metal. Reinstall after work is complete. Replace any damaged metal. The payment for all materials, equipment, labor and other work under this item shall be included in the base bid for "Building Re- Roof ", per lump sum. ROOF DECK INSULATION Place 3/4" Fesco Board (or alternate 2" polyisocyanurate insulation with a 1 /2" retrofit board installed as the cover board) over entire area and install 4 -ply type 4 fiberglass built -up roof system JM4GIS or equal. The insulation is to be manufactured by the same company that manufactures the roofing membrane. The payment for all materials, equipment, labor and other work under this item shall be included in the base bid for "Building Re- Roof ", per lump sum. The payment for all materials, equipment, labor and other work under this item shall be included in the base bid for "Building Re- Roof ", per lump sum. ADDITIONAL WORK The work covered by this item shall consist of additional work not covered in other bid items such that could not be determined prior to exposure. All work under this bid item shall be as designated and directed by the City. No specific unit of measurement shall apply to this item of work. For providing a common proposal for all bidders, the City has estimated the amount of the Force Account amount for "Additional Work," per force account 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 not be utilized in this project. Specifications covering the "Additional Work," per force account, are as provided for in Section 1-09.6 Force Account in 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 as adopted by these contract documents. TECHNICAL SPECIFICATIONS SYSTEM "C" GENERAL SUBMITTALS AND CODES The following submittals and code compliance shall be required: A. Compliance with all State and Local building codes: Yakima County Clean Air Authority regulations, Yakima County Landfill, Washington State Department of Labor and Industries, Uniform Building Code (UBC), National Roofing Contractors Association (NRCA). B. Contractor shall verify roofing dimensions of all roofing areas, amount of equipment to be removed, number of roofing penetrations, etcetera, to his satisfaction for providing a complete and accurate bid. '25 C. Contractor shall guarantee all materials, equipment and workmanship for a minimum period of one (1) year from date of final acceptance of the complete job, against original defects of material, workmanship and leaks. PROJECT ITEMS REMOVAL OF OLD CLULLEN PADS AND ANY UNNECESSARY ROOF PENETRATIONS All clullen pads and any unnecessary roof penetrations shall be removed and penetrations repaired. The payment for all materials, equipment, labor and other work under this item shall be included in the base bid for "Building Re- Roof ", per lump sum. REMOVING ASPHALT HOT MOP ROOFING SYSTEM • The existing built -up roof shall be removed to the original structural decking. Minor decking repairs, if any, shall be incidental to this project item. The payment for all materials, equipment, labor and other work under this item shall be included in the base bid for "Building Re- Roof ", per lump sum. REPLACING ASPHALT HOT MOP ROOFING SYSTEM Remove hot mop composition roofing and place new 60 mill Ethylene Propylene Diene Tespolymer (EPDM) roofing system, with rock balast. Replace all missing drain covers and /or drain parts, new cant strip, lead sheet in drain bowls. Replace any damaged pipe jack flashing. Install new pitch bowls. Remove existing wall metal. Reinstall after work is complete. Replace any damaged metal. The payment for all materials, equipment, labor and other work under this item shall be included in the base bid for "Building Re- Roof ", per lump sum. ROOF DECK INSULATION Place 3/4" Fesco Board (or alternate 2" polyisocyanurate insulation with a ' /2 retrofit board installed as the cover board) over entire area. The insulation is to be manufactured by the same company that manufactures the roofing membrane. The payment for all materials, equipment, labor and other work under this item shall be included in the base bid for "Building Re- Roof ", per lump sum. The payment for all materials, equipment, labor and other work under this item shall be included in the base bid for "Building Re- Roof ", per lump sum. ADDITIONAL WORK The work covered by this item shall consist of additional work not covered in other bid items such that could not be determined prior to exposure. All work under this bid item shall be as designated and directed by the City. No specific unit of measurement shall apply to this item of work. For providing a common proposal for all bidders, the City has estimated the amount of the Force Account amount for "Additional Work," per force account 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 not be utilized in this project. Specifications covering the "Additional Work," per force account, are as provided for in Section 1-09.6 Force Account in 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 as adopted by these contract documents. '26 BASIS OF AWARD The basis for award of contract on this project shall be the total amounts bid for Schedule "A ", Schedule "B" or Schedule "C ". The determination of the final contract award by the City of either Schedule "A ", Schedule "B" or Schedule "C" will depend on the City's financial constraints. '27 CONTRACT lo THIS AGREEMENT, made and entered into in triplicate, this 1 d ay of f l ! , 2004, by and between the City of Yakima, hereinafter called the Owner, and M. G. WAGNER COMPAN IY NC. 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: $ 88429.45 , for CITY HALL BUILDING RE -ROOF, City Project Number 1783, all 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. a31.4 ..3c), Work shall start within ten (10) days after the Notice to Proceed and shall be completed by- danuafyy -4- 3;2004. 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 rndterid6 aii 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. 111. 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 a j this :, day of + / 2004. l t 3 i i i c f- ;+, Iii - Corporation (( / ' 1 . 4 t• . ' . .na � Ci ( � K / 4 ' Attest: e ,ff, , , y � ; 4 '" , W , , Ar' tQ. pp� - .4 G. '' (Print Name) City Clerk �...' - > < 9 � ' 4k A ; ..v, : f. �, , Its �"a t j'l " - �/ , , . .. „ x� �:f ; K �0 (President, Owner, etc.) � ! N : . Address: /46 ( .1+ 614.1A1' Y4-(H4 IVA 9s` '0- '29 APR -28 -2004 WED 03:15 PM N.G. WAGNER CO. 509 4530592 P. 03 il PERFORMANCE BOND 1 BOND TO CITY OF YAKIMA BOND 1/929294670 KNOW ALL MEN BY THESE PRESENTS: I That we, the undersigned, M. G. WAGNER CO . , INC . a WASHINGTON Corporation as Principal and WESTERN SURETY COMPANY a 1 corporation organized and existing under the laws of the State of,.. SOUTH DAKOTA 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 .$ 88 , 429 .45 for the payment of which sum on demand we bind ourselves I 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 2 Tay of APRIL 20 04 ' Nevertess, the conditions of the above obligations are such that: WHEREAS, pursuant to action taken by the Yakima City Council on APRIL 22 20 the City Manager and City Clerk of the CITY OF I YAKIMA has let or is about to let to the said M. G . WAGNER—C7.77-1717– the above bounded Principal, a certain contract, the said contract being numbered , and providing for CITY MU BUILDING RE ROOFiwhich contract Is referred to herein and is made a part hereof as though attached hereto), and, I 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 lime set forth: NOW THEREFORE, If the said PRINCIPAL , M. G. WAGNER CO . , INC . I 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 alt laborers, mechanics, sub- corttractars 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 I 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 I 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 shalt be void; but otherwise it shall be an. - Main in full force and effect. M.G. AGN -' - ilk , INC . 1 5 : 4. ti SCOTT W ` Print Name Appr ed astofonn / ) - it PRESIDENT — / / '^` (Prez de it, Owner, etc..) (City I Attorney) S WE ERN SURETY COMPANY , /, (Surety) / , + • SHELLEY BURNHAM (Print Name) Ita: ATTORNEY –IN –FACT 31 • 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, Carol Slinkard, 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 16th day of March, 2004. "`S�RETy' WESTERN SURETY COMPANY W. Z •r Se Ate: ",#.001; . Paul ' <Bruflat, Senior Vice President State of South Dakota ss County of Minnehaha On this 16th day of March, 2004, 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 inshrument; 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 NOTARY PUBLIC a§ s SOUTH DAKOTA 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 printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said corporation this 29th day of APRIL 2004 "SURETY.„ WESTERN SURETY COMPANY Q P�gq _ W : 4, lF Zs �'' ; • DPµ ° L. Nelson, Assistant Secretary Fomr 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 fDi__ y authorize. President, , OuiccrS as the Board of Directors nIa ai.ituoriZe. The ricsi ent ari y 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. A C 0�� CERTIFICATE OF LIABILITY INSURANCE 04/29/2 0 ) PRO.. ^.JC::R (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 NORTH 50TH AVENUE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. P.O. BOX 10088 YAKIMA, WASHINGTON 98909 -1088 INSURERS AFFORDING COVERAGE NAIC # INSURED M. G. WAGNER CO.., INC. INSURER A: TRANSPORTATION INS. CO. THRU CNA P.O. BOX 9605 INSURER B: AMERICAN CASUALTY INSURANCE CO. (CNA) YAKIMA, WASHINGTON 98909 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. NOTW ITHSTANDIN' 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 POLICY EFFECTIVE POLICY EXPIRATION LIMITS .c .014 , c ' GENERAL LIABILITY 107701570 05/01/2004 05/01/2005 EACH OCCURRENCE $ 1,000,000 X I COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED $ 50,000 PRFMISFS (Fa onnwonee) I CLAIMS MADE X OCCUR MED EXP (Any one person) $ 5,000 A PERSONAL & ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP /OP AGG $ 2,000,000 7 POLICY PRO LOC JECT AUTOMOBILE LIABILITY 007701571 05/01/2004 05/01/2005 COMBINED SINGLE LIMIT X ANY AUTO (Ea accident) $ 1,000,000 ALL OWNED AUTOS FORM (P r p r INJURY $ SCHEDULED AUTOS B pppR ®VE AS T� X HIRED AUTOS Y ^" " INJURY $ X NON-OWNED AUTOS S 7. c --- ---°"' (Per accident) D i. PROPERTY DAMAGE $ i er accident) GARAGE LIABILITY ' IDENT $ A UTO ONLY - EA ACC CITY ATTORNE ANY AUTO YA KIMA OTHER THAN EA ACC $ CITY OF AUTO ONLY: AGG $ EXCESS /UMBRELLA LIABILITY EACH OCCURRENCE $ OCCUR CLAIMS MADE AGGREGATE $ $ DEDUCTIBLE $ RETENTION $ $ WORKERS COMPENSATION AND 107701570 05/01/2004 05/01/2005 X ARV IM TS °ER EMPLOYERS' LIABILITY (STOP GAP /EMPL. LIAB) E.L. EACH ACCIDENT $ 1,000,000 A ANY PROPRIETOR/PARTNER /EXECUTIVE OFFICER/MEMBER EXCLUDED? WORKERS COMP- STATUTORY E.L. DISEASE - EA EMPLOYEE $ 1,000,000 If yes, describe under SPECIAL PROVISIONS below E.L. DISEASE - POLICY LIMIT $ 1,000,000 OTHER DESCRIPTION OF OPERATIONS / LOCATIONS 1 VEHICLES 1 EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS CITY OF YAKIMA, THEIR AGENTS, EMPLOYEES AND ELECTED OR APPOINTED OFFICIALS ARE NAMED AS ADDITIONAL INSURED FOR PROJECT #1783 CERTIFICATE HOLDER _ CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL Xl&trX00005 MAIL 20 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, CITY OF YAKIMA KOMAKUXIXAXAMXXKOMMXDOWFXXXXXXteX6XXMAXASXDOXXXX 129 N. 2ND STREET Af004XXXXXAs; XY ( oYIOXN +XX XXXXItX)!tXXIMMtXXOSXXXXXXXXXXX YAKIMA, WA 98901 AUTHORIZED REPRESENTATIVE Emerick /SHELLE 3'' ACORD 25 (2001/08) ©ACORD CORPORATION 1988 POLICY NUMBER:107701 S 70 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS (FORM B) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART: SCHEDULE Name of Person or Organization: CITY OF YAKIMA (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of "your work" for that insured by of for you. NAMED INSURED: M.G. WAGNER CO., INC. INSURANCE CARRIER: TRANSPORTATION INSURANCE CO. POLICY PERIOD: 5/1/04 - 5/1/05 AGENT: CONOVER INSURANCE, INC. CG 20 10 11 85 Copyright, Insurance Service Office, Inc., 1984 PREVAILING WAGE RATES Prevailing Wage Rates for Yakima County (with Supplemental Wage Rates & Benefit Key Code) Department of Labor and Industries Statement Prevailing Wage Rates for Washington State PREVAILING WAGE RATES The prevailing rate of wages to be paid to all workmen, laborers, or mechanics employed in the performance of any part of this contract shall be in accordance with the provisions of Chapter 39.12 RCW, as amended. The rules and regulations of the Department of Labor and Industries are by reference made a part of this contract as though fully set forth herein. The current schedule of prevailing wage rates for the locality or localities where this contract will be performed, as determined by the Industrial Statistician of the Department of Labor and Industries, are included in these contract documents. Inasmuch as the contractor will be held responsible for paying the prevailing wages, it is imperative that all contractors familiarize themselves with the current wage rates, as determined by the Industrial Statistician of the Department of Labor and Industries, before submitting bids based on these specifications. In case any dispute arises as to what are the prevailing rates of wages for work , of a similar nature and such dispute cannot be adjusted by the parties in interest, including labor and management representatives, the matter shall be referred for arbitration to the Director of the Department of Labor and Industries of the State and his decision therein shall be final and conclusive and biding on all parties involved in the dispute as provided for by RCW 39.12.060 as amended. Current prevailing wage rules and data can be furnished by the Industrial Statistician upon request. You may submit your request to: Department of Labor and Industries ESAC Division PO Box 44540 Olympia, Washington 98504 -4540 Telephone: 360 - 902 -5335 39 State of Washington DEPARTMENT OF LABOR AND INDUSTRIES Prevailing Wage Section - Telephone (360) 902 -5335 PO Box 44540, Olympia, WA 98504 -4540 Washington State Prevailing Wage Rates for Public Works Contracts The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, workers' wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements is provided by clicking on the benefit code. YAKIMA County Effective 3/3/2004 Prevailing Overtime Holiday Note Classification Wage Code Code Code ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL $25.78 1N 5D BOILERMAKERS JOURNEY LEVEL $43.47 1B 5N BRICK AND MARBLE MASONS JOURNEY LEVEL $32.77 1M 5A CABINET MAKERS (IN SHOP) JOURNEY LEVEL $19.24 1 CARPENTERS ACOUSTICAL WORKER $30.20 1M 5D BRIDGE, DOCK AND WARF $37.62 1M 5D CARPENTERS CARPENTER $29.94 1M 5D CREOSOTED MATERIAL $30.04 1M 5D DRYWALL APPLICATOR $29.94 1M 5D FLOOR FINISHER $30.07 1M 5D FLOOR LAYER $30.07 1M 5D FLOOR SANDER $30.07 1M 5D MILLWRIGHT $38.62 1M 5D PILEDRIVERS, DRIVING, PULLING, $37.82 1M 5D PLACING COLLARS AND WELDING SAWFILER $30.07 1M 5D SHINGLER $30.07 1M 5D STATIONARY POWER SAW $30.07 1M 5D OPERATOR STATIONARY WOODWORKING $30.07 1M 5D TOOLS '41 CEMENT MASONS JOURNEY LEVEL $29.36 1N 5D DIVERS & TENDERS DIVER $79.57 1M 5D 8A DIVER TENDER $40.67 1M 5D DREDGE WORKERS ASSISTANT ENGINEER $38.37 1B 5D 8L ASSISTANT MATE (DECKHAND) $37.91 1B 5D 8L BOATMEN $38.37 1B 5D 8L ENGINEER WELDER $38A2 1B 5D 8L LEVERMAN, HYDRAULIC $39.85 1B 5D 8L MAINTENANCE $37.91 1B 5D 8L MATES $38.37 1B 5D 8L OILER $38.02 1B 5D 8L DRYWALL TAPERS JOURNEY LEVEL $27.03 1P 5A ELECTRICAL FIXTURE MAINTENANCE WORKERS JOURNEY LEVEL $20.99 1 ELECTRICIANS - INSIDE JOURNEY LEVEL $41.11 1J 5A ELECTRICIANS - MOTOR SHOP CRAFTSMAN $15.37 2A 6C JOURNEY LEVEL $14.69 2A 6C ELECTRICIANS - POW ERLINE CONSTRUCTION CABLE SPLICER $48.96 4A 5A CERTIFIED LINE WELDER $44.65 4A 5A GROUNDPERSON $32.13 4A 5A HEAD GROUNDPERSON $33.93 4A 5A HEAVY LINE EQUIPMENT $44.65 4A 5A OPERATOR JACKHAMMER OPERATOR $33.93 4A 5A • JOURNEY LEVEL LINEPERSON $44.65 4A 5A LINE EQUIPMENT OPERATOR $37.87 4A 5A POLE SPRAYER $44.65 4A 5A POWDERPERSON $33.93 4A 5A ELECTRONIC & TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $12.07 1 ELEVATOR CONSTRUCTORS MECHANIC $49.28 4A 6Q MECHANIC IN CHARGE $54.18 4A 6Q FABRICATED PRECAST CONCRETE PRODUCTS CRAFTSMAN $8.65 1 '42 LABORER $7.16 1 FENCE ERECTORS FENCE ERECTOR $21.64 1 FLAGGERS JOURNEY LEVEL $24.06 1N 5D GLAZIERS JOURNEY LEVEL $19.51 1B 61 HEAT & FROST INSULATORS AND ASBESTOS WORKERS MECHANIC $23.18 1 HEATING EQUIPMENT MECHANICS MECHANIC $13.91 1 HOD CARRIERS & MASON TENDERS JOURNEY LEVEL $26.26 1N 5D INDUSTRIAL ENGINE AND MACHINE MECHANICS MECHANIC $15.65 1 INDUSTRIAL POWER VACUUM CLEANER JOURNEY LEVEL $9.07 1 INSPECTION /CLEANING /SEALING OF SEWER & WATER SYSTEMS BY REMOTE CONTROL CLEANER OPERATOR, FOAMER $9.73 1 OPERATOR GROUT TRUCK OPERATOR $11.48 1 HEAD OPERATOR $12.78 1 TECHNICIAN $7.16 1 TV TRUCK OPERATOR $10.53 1 INSULATION APPLICATORS JOURNEY LEVEL $32.91 1 IRONWORKERS JOURNEY LEVEL $39.92 1B 5A LABORERS ALL CLASSIFICATIONS $18.12 1 LABORERS - UNDERGROUND SEWER & WATER GENERAL LABORER $25.78 1N 5D PIPE LAYER $26.26 1N 5D LANDSCAPE CONSTRUCTION IRRIGATION OR LAWN $7.38 1 SPRINKLER INSTALLERS LANDSCAPE EQUIPMENT $15.45 1 OPERATORS OR TRUCK DRIVERS LANDSCAPING OR PLANTING $7.63 1 LABORERS LATHERS '43 JOURNEY LEVEL $29.94 1M 5D MACHINISTS (HYDROELECTRIC SITE WORK) MACHINIST $16.84 1 METAL FABRICATION (IN SHOP) FITTER $12.00 1 LABORER $10.31 1 MACHINE OPERATOR $ 3`' 1 IVIrIV 111 L..1 I_1 \!11 1 1 1 G , PAINTER $12.00 1 WELDER $11.32 1 MODULAR BUILDINGS JOURNEY LEVEL $14.11 1 PAINTERS JOURNEY LEVEL $20.05 1 PLASTERERS JOURNEY LEVEL $39.33 1R 5A PLAYGROUND & PARK EQUIPMENT INSTALLERS JOURNEY LEVEL $7.63 1 PLUMBERS & PIPEFITTERS JOURNEY LEVEL $44.58 1Q 5A POWER EQUIPMENT OPERATORS ASSISTANT ENGINEERS $36.41 1T 5D 8L BACKHOE, EXCAVATOR, SHOVEL $39.03 1T 5D 8L (3 YD & UNDER) BACKHOE, EXCAVATOR, SHOVEL $39.49 IT 50 8L (OVER 3 Y & UNDER 6 YD) BACKHOE, EXCAVATOR, SHOVEL $40.01 1T 5D 8L (6 YD AND OVER WITH ATTACHMENTS) BACKHOES, (75 HP & UNDER) $38.64 IT 5D 8L BACKHOES, (OVER 75 HP) $39.03 1T 5D 8L BARRIER MACHINE (ZIPPER) $39.03 1T 5D 8L BATCH PLANT OPERATOR, $39.03 1T 5D 8L CONCRETE - - BELT LOADERS (ELEVATING $38.64 1T 5D 8L TYPE ) BOBCAT $36.41 1T 5D 8L BROOMS $36.41 1T 5D 8L BUMP CUTTER $39.03 1T 5D 8L CABLEWAYS $39.49 1T 5D 8L CHIPPER $39.03 1T 5D 8L COMPRESSORS $36.41 1T 5D 8L CONCRETE FINISH MACHINE - $36.41 1T 5D 8L LASER SCREED '44 CONCRETE PUMPS $38.64 1T 5D 8L CONCRETE PUMP -TRUCK MOUNT $39.03 1T 5D 8L WITH BOOM ATTACHMENT CONVEYORS $38.64 1T 5D 8L CRANES, THRU 19 TONS, WITH $38.64 1T 5D 8L ATTACHMENTS CRANES, 20 - 44 TONS, WITH $39.03 1T 5D 8L ATTACHMENTS CRANES, 45 TONS - 99 TONS, $39.49 1T 5D 8L UNDER 150 FT OF BOOM (INCLUDING JIB WITH ATACHMENTS) CRANES, 100 TONS - 199 TONS, $40.01 IT 5D 8L OR 150 FT OF BOOM (INCLUDING JIB WITH ATTACHMENTS) CRANES, 200 TONS TO 300 TONS, $40.55 IT 5D 8L OR 250 FT OF BOOM (INCLUDING JIB WITH ATTACHMENTS) CRANES, A- FRAME, 10 TON AND $36.41 IT 5D 8L UNDER CRANES, A- FRAME, OVER 10 TON $38.64 IT 5D 8L CRANES, OVER 300 TONS, OR $41.07 1T 5D 8L 300' OF BOOM INCLUDING JIB WITH ATTACHMENTS CRANES, OVERHEAD, BRIDGE $39.03 1T 5D 8L TYPE (20 - 44 TONS) CRANES, OVERHEAD, BRIDGE $39.49 1T 5D 8L TYPE (45 - 99 TONS) CRANES, OVERHEAD, BRIDGE $40.01 1T 5D 8L TYPE (100 TONS & OVER) CRANES, TOWER CRANE UP TO $40.01 1T 5D 8L 175' IN HEIGHT, BASE TO BOOM CRANES, TOWER CRANE OVER $40.55 1T 5D 8L 175' IN HEIGHT, BASE TO BOOM CRUSHERS $39.03 1T 5D 8L DECK ENGINEER/DECK WINCHES $39.03 1T 5D 8L (POWER) DERRICK, BUILDING $39.49 1T 5D 8L DOZERS, D -9 & UNDER $38.64 1T 5D 8L DRILL OILERS - AUGER TYPE, $38.64 1T 5D 8L TRUCK OR CRANE MOUNT DRILLING MACHINE $39.03 IT 5D 8L ELEVATOR AND MANLIFT, $36.41 1T 5D 8L PERMANENT AND SHAFT -TYPE '45 EQUIPMENT SERVICE ENGINEER $38.64 1T 5D 8L (OILER) FINISHING MACHINE /B!DWELL $39.03 1T 5D 8L GAMACO AND SIMILAR EQUIP FORK LIFTS, (3000 LBS AND $38.64 1T 5D 8L OVER) FORK LIFTS, (UNDER 3000 LBS) $36.41 1T 5D 8L GRADE ENGINEER $38.64 1T 5D 8L GRADECHECKER AND $36.41 1T 5D 8L STAKEMAN GUARDRAIL PUNCH $39.03 1T 5D 8L HOISTS, OUTSIDE (ELEVATORS $38.64 1T 5D 8L AND MANLIFTS), AIR TUGGERS HORIZONTAL /DIRECTIONAL DRILL $38.64 1 T5 8L LOCATOR HORIZONTAL /DIRECTIONAL DRILL $39.03 1T 5D 8L OPERATOR HYDRALIFTS /BOOM TRUCKS (10 $36.41 1T 5D 8L TON & UNDER) HYDRALIFTS /BOOM TRUCKS $38.64 1T 5D 8L (OVER 10 TON) LOADERS, OVERHEAD (6 YD UP $39.49 IT 5D 8L TO 8 YD) LOADERS, OVERHEAD (8 YD & $40.01 1T 5D 8L OVER) LOADERS, OVERHEAD (UNDER 6 $39.03 1T 5D 8L YD), PLANT FEED LOCOMOTIVES, ALL $39.03 IT 5D 8L MECHANICS, ALL $39A9 IT 5D 8L MIXERS, ASPHALT PLANT $39.03 1T 5D 8L MOTOR PATROL GRADER $39.03 1T 5D 8L (FINISHING) MOTOR PATROL GRADER (NON- $38.64 IT 5D 8L FINISHING) MUCKING MACHINE, MOLE, $39.49 1T 5D 8L TUNNEL DRILL AND /OR SHIELD OIL DISTRIBUTORS, BLOWER $36.41 1T 5D 8L DISTRIBUTION AND MULCH SEEDING OPERATOR PAVEMENT BREAKER $36.41 1T 5D 8L PILEDRIVER (OTHER THAN $39.03 1T 5D 8L CRANE MOUNT) PLANT OILER (ASPHALT, $38.64 1T 5D 8L CRUSHER) '46 POSTHOLE DIGGER, $36.41 1T 5D 8L MECHANICAL POWER PLANT $36.41 1T 5D 8L PUMPS, WATER $36.41 1T 5D 8L QUAD 9, D -10, AND HD -41 $39.49 1T 5D 8L REMOTE CONTROL OPERATOR $39.49 1T 5D 8L ON RUBBER TIRED EARTH MOVING EQUIP RIGGER AND BELLMAN $36.41 IT 5D 8L ROLLAGON $39.49 1T 5D 8L ROLLER, OTHER THAN PLANT $36.41 1T 5D 8L ROAD MIX ROLLERS, PLANTMIX OR $38.64 1T 5D 8L MULTILIFT MATERIALS ROTO -MILL, ROTO- GRINDER $39.03 1T 5D 8L SAWS, CONCRETE $38.64 1T 5D 8L SCRAPERS - SELF PROPELLED, $39.03 1T 5D 8L HARD TAIL END DUMP, ARTICULATING OFF -ROAD EQUIPMENT ( UNDER 45 YD) SCRAPERS - SELF PROPELLED, $39.49 1T 5D 8L HARD TAIL END DUMP, ARTICULATING OFF -ROAD EQUIPMENT (45 YD AND OVER) SCRAPERS, CONCRETE AND $38.64 1T 5D 8L CARRY ALL SCREED MAN $39.03 1 T 5D 8L SHOTCRETE GUNITE $36.41 1T 5D 8L SLIPFORM PAVERS $39.49 IT 5D 8L SPREADER, TOPSIDE OPERATOR $39.03 1T 5D 8L - BLAW KNOX SUBGRADE TRIMMER $39.03 1T 5D 8L TOWER BUCKET ELEVATORS $38.64 IT 5D 8L TRACTORS, (75 HP & UNDER) $38.64 1T 5D 8L TRACTORS, (OVER 75 HP) $39.03 1T 5D 8L TRANSFER MATERIAL SERVICE $39.03 1T 5D 8L MACHINE TRANSPORTERS, ALL TRACK OR $39.49 1T 5D 8L TRUCK TYPE TRENCHING MACHINES $38.64 1T 5D 8L TRUCK CRANE OILER/DRIVER ( $38.64 1T 5D 8L UNDER 100 TON) TRUCK CRANE OILER /DRIVER $39.03 1T 5D 8L (100 TON & OVER) '47 TRUCK MOUNT PORTABLE $39.03 1T 5D 8L CONVEYER • WHEEL TRACTORS, FARMALL $36A1 1T 5D 8L TYPE YO YO PAY DOZER $39.03 1T 5D 8L POWER EQUIPMENT OPERATORS- UNDERGROUND SEWER & WATER (SEE POWER EQUIPMENT $0.00 OPERATORS) POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE $32.01 4A 5A SPRAY PERSON $30.29 4A 5A TREE EQUIPMENT OPERATOR $30.71 4A 5A TREE TRIMMER $28.43 4A 5A TREE TRIMMER GROUNDPERSON $20.89 4A 5A REFRIGERATION & AIR CONDITIONING MECHANICS MECHANIC $44.58 1Q 5A RESIDENTIAL BRICK & MARBLE MASONS JOURNEY LEVEL $29.00 1 RESIDENTIAL CARPENTERS JOURNEY LEVEL $14.58 1 RESIDENTIAL CEMENT MASONS JOURNEY LEVEL $11.86 1 RESIDENTIAL DRYWALL TAPERS JOURNEY LEVEL $19.08 1 RESIDENTIAL ELECTRICIANS JOURNEY LEVEL $21.98 1 RESIDENTIAL GLAZIERS JOURNEY LEVEL $19.51 1B 61 RESIDENTIAL INSULATION APPLICATORS JOURNEY LEVEL $10.00 1 RESIDENTIAL. LABORERS JOURNEY LEVEL $8.00 1 RESIDENTIAL. PAINTERS JOURNEY LEVEL $13.89 1 RESIDENTIAL PLUMBERS & PIPEFITTERS JOURNEY LEVEL $15.56 1 RESIDENTIAL SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR $25.34 1B 5A SHOP) RESIDENTIAL SOFT FLOOR LAYERS JOURNEY LEVEL $17.55 1 '48 RESIDENTIAL TERRAZZO/TILE FINISHERS JOURNEY LEVEL $17.00 1 ROOFERS JOURNEY LEVEL $27.03 1J 51 USING IRRITABLE BITUMINOUS $30.03 1J 51 MATERIALS SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR $36.34 1B 5A SHOP) SIGN MAKERS & INSTALLERS (NON - ELECTRICAL) JOURNEY LEVEL $14.65 1 SOFT FLOOR LAYERS JOURNEY LEVEL $21.76 1N 5A SOLAR CONTROLS FOR WINDOWS JOURNEY LEVEL $7.16 1 SPRINKLER FITTERS (FIRE PROTECTION) JOURNEY LEVEL $34.95 1R 51 STAGE RIGGING MECHANICS (NON STRUCTURAL) JOURNEY LEVEL $13.23 1 SURVEYORS CHAIN PERSON $9.25 1 INSTRUMENT PERSON $12.05 1 PARTY CHIEF $15.05 1 TELEPHONE LINE CONSTRUCTION - OUTSIDE CABLE SPLICER $27.84 2B 5A HOLE DIGGER/GROUND PERSON $15.69 2B 5A INSTALLER (REPAIRER) $26.70 2B 5A JOURNEY LEVEL TELEPHONE $25.91 2B 5A LINEPERSON SPECIAL APPARATUS INSTALLER $27.84 2B 5A I - SPECIAL APPARATUS INSTALLER $27.28 2B 5A TELEPHONE EQUIPMENT $27.84 2B 5A OPERATOR (HEAVY) TELEPHONE EQUIPMENT $25.91 2B 5A OPERATOR (LIGHT) TELEVISION GROUND PERSON $14.89 2B 5A TELEVISION $19.81 2B 5A LINEPERSON /INSTALLER TELEVISION SYSTEM $23.43 2B 5A TECHNICIAN TELEVISION TECHNICIAN $21.11 2B 5A '49 TREE TRIMMER $25.91 2B 5A TERRAZZO WORKERS & TILE SETTERS JOURNEY LEVEL $25.66 2M 5A TILE, MARBLE & TERRAZZO FINISHERS FINISHER $21.86 2M 5A TRAFFIC CONTROL STRIPERS JOURNEY LEVEL $80.40 1K 5A TRUCK DRIVERS ASPHALT MIX $14.19 1 DUMP TRUCK $27.09 2r 6! DUMP TRUCK & TRAILER $27.09 2G 61 OTHER TRUCKS $27.09 2G 61 TRANSIT MIXER $27.09 2G 61 WELL DRILLERS & IRRIGATION PUMP INSTALLERS IRRIGATION PUMP INSTALLER $11.15 1 OILER $9.20 1 WELL DRILLER $17.68 1 '50 BENEFIT CODE KEY - EFFECTIVE 08 -31 -03 OVERTIME CODES Overtime Calculations are based on the hourly rate actually paid to the worker. On public works projects, the hourly rate must be not less than the prevailing rate of wage minus the hourly rate of the cost of fringe benefits actually provided for the worker. 1. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. A. All hours worked on Saturdays, Sundays and holidays shall be paid at one and one -half times the hourly rate of wage. B. All hours worked on Saturdays shall be paid at one and one -half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. C. All hours worked on Sundays shall be paid at double the hourly rate of wage. D. The first eight (8) hours worked on Saturdays of a five - eight hour work week and the first eight (8) hours worked on a fifth calendar day, excluding Sunday, in a four - ten hour schedule, shall be paid at one and one -half times the hourly rate of wage. All hours worked in excess of eight (8) hours per day on Saturday; all hours worked in excess of eight (8) hours in a fifth calendar weekday of a four - ten hour schedule; all hours worked in excess of ten (10) hours per day Monday through Friday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. F. The first eight (8) hours on Saturday shall be paid at one and one -half times the hourly rate of wage. All hours worked in excess of eight (8) hours on Saturday, and all hours worked on Sundays and holidays (except Labor Day) shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. G. The first ten (10) hours worked on Saturdays and the first ten (10) hours worked on a fifth calendar weekday in a four - ten hour schedule, shall be paid at one and one -half times the hourly rate of wage. All hours worked in excess of ten (10) hours per day Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. H. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions or equipment breakdown) shall be paid at one and one -half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. J. The first eight (8) hours on Saturday shall be paid at one and one -half times the hourly rate of wage. All hours worked in excess of eight (8) hours and Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. K. All hours worked on Saturdays and Sundays shall be paid at one and one -half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. L. All hours worked on Saturdays, Sundays and holidays (except Thanksgiving Day and Christmas Day) shall be paid at one and one -half times the hourly rate of wage. All hours worked on Thanksgiving Day and Christmas Day shall be paid at double the hourly rate of wage. '51 M. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions) shall be paid at one and one -half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. N. All hours worked on Saturdays (except makeup days) shall be paid at one and one -half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. P. All hours worked on Saturdays (except makeup days) and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. Q. All hours worked on Saturdays shall be paid at one and one -half times the hourly rate of wage. All hours worked on Sundays and holidays (except Christmas Day) shall be paid at double the hourly rate of wage. All hours worked on Christmas Day shall be paid at two and one -half times the hourly rate of wage. R. All hours worked on Sundays and holidays shall be paid at two times the hourly rate of wage. T. All hours worked on Saturdays, except makeup days, shall be paid at one and one -half times the hourly rate of wage. All hours worked after 6:OOPM Saturday to 6:OOAM Monday and on holidays shall be paid at double the hourly rate of wage. U. All hours worked on Saturdays shall be paid at one and one -half times the hourly rate of wage. All hours worked on Sundays and holidays (except Labor Day) shall be paid at two times the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. W. All hours worked on Saturdays and Sundays (except makeup days) shall be paid at one and one -half times the hourly rate of wage. All hours worked on holidays shall be paid at two times the hourly rate of wage. 2. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. A. The first six (6) hours worked on Saturday shall be paid at one and one -half times the hourly rate of wage. All hours worked in excess of six (6) hours on Saturday and all hours worked on Sundays and holidays shall be paid at two times the hourly rate of wage. B. All hours worked on holidays shall be paid at one and one -half times the hourly rate of wage. C. All hours worked on Sundays shall be paid at one and one -half times the hourly rate of wage. All hours worked on holidays shall be paid at two times the hourly rate of wage. D. All hours worked on Saturdays and Sundays shall be paid at one and one - half times the hourly rate of wage. The first eight (8) hours worked on holidays shall be paid at straight time in addition to the holiday pay. All hours worked in excess of eight (8) hours on holidays shall be paid at one and one -half times the hourly rate of wage. E. All hours worked on Saturdays or holidays (except Labor Day) shall be paid at one and one - half times the hourly rate of wage. All hours worked on Sundays or on Labor Day shall be paid at two times the hourly rate of wage. '52 F. The first eight (8) hours worked on holidays shall be paid at the straight hourly rate of wage in addition to the holiday pay. All hours worked in excess of eight (8) hours on holidays shall be paid at double the hourly rate of wage. G. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on paid holidays shall be paid at two and one -half times the hourly rate of wage including holiday pay. H. All hours worked on Saturdays shall be paid at one and one -half times the hourly rate of wage. All hours worked on Sundays shall be paid at two times the hourly rate of wage. All hours worked on holidays shall be paid at one and one -half times the hourly rate of wage in addition to the holiday pay. I. All hours worked on Saturdays and holidays (except Labor Day) shall be paid at one and one - half times the hourly rate of wage. All hours worked on Sundays and on Labor Day shall be paid at two times the hourly rate of wage. J. All hours worked on Sundays shall be paid at two times the hourly rate of wage. All hours worked on paid holidays shall be paid at two and one -half times the hourly rate of wage, including the holiday pay. All hours worked on unpaid holidays shall be paid at two times the hourly rate of wage. K. All hours worked on holidays shall be paid at two times the hourly rate of wage in addition to the holiday pay. M. All hours worked on Saturdays, Sundays and holidays shall be paid at double the hourly rate of wage. O. All hours worked on Sundays and holidays shall be paid at one and one -half times the hourly rate of wage. 4A. All hours worked in excess of eight (8) hours per day or forty (40) hours per week shall be paid at double the hourly rate of wage. All hours worked on Saturdays, Sundays, and holidays shall be paid at double the hourly rate of wage. 5. HOLIDAY CODES A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, and Christmas Day (7). B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, the day before Christmas Day, and Christmas Day (8). C. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, and Christmas Day (8). D. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, and Christmas Day (8). E. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Presidential Election Day, Thanksgiving Day, the Friday after Thanksgiving Day, and Christmas Day (9). '53 G. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the last work day before Christmas Day, and Christmas Day (7). H. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the day after Thanksgiving Day, and Christmas Day (6). I. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). N. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, the Friday after Thanksgiving Day, and Christmas Day (9). O. Paid Holidays: New Year's Day, Washington's Birthday, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday and Saturday after Thanksgiving Day, the day before Christmas Day, and Christmas Day ( Q. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). R. Paid Holidays: New Year's Day, Presidents' Day, Independence Day, Labor Day, Thanksgiving Day, the day after Thanksgiving Day, one -half day before Christmas Day, and Christmas Day (7 1/2). S. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (7). T. Paid holiday: seven (7) paid holidays. V. Paid Holidays: six (6) paid holidays. W. Paid Holidays: nine (9) paid holidays. X. Holidays: After 520 hours - New Year's Day, Thanksgiving Day, and Christmas Day. After 2080 hours - New Year's Day, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Christmas Day and a floating holiday (8). Y. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Presidential Election Day, Thanksgiving Day, the Friday following Thanksgiving Day, and Christmas Day (8). Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, the Friday after Thanksgiving Day, and Christmas Day (8). 6. HOLIDAY CODES A. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, and Christmas Day (8). C. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, the last work day before Christmas Day, and Christmas Day (9). '54 D. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, the day before or after Christmas Day (9). H. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, and Christmas Day (8). I. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, and Christmas Day (7). L. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the last working day before Christmas Day, and Christmas Day (8). Q. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, the day after Thanksgiving Day, and Christmas Day. Unpaid Holiday: Presidents' Day. S. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Eve Day, and Christmas Day (8). T. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, the last working day before Christmas Day, and Christmas Day (9). U. Holidays: New Year's Day, Day before New Year's Day, Memorial Day, Day before Independence Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the day before Christmas Day, Christmas Day (10). V. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, day after Thanksgiving Day, Christmas Eve Day, Christmas Day, Employee's Birthday, and one day of the Employee's choice (10). W. Paid Holidays: New Year's Day, Day before New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, day after Thanksgiving Day, Christmas Day, day before Christmas Day (10). X. Paid Holidays: New Year's Day, day before or after New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, day after Thanksgiving Day, Christmas Day, day before or after Christmas Day, Employee's Birthday (11). 8. NOTE CODES A. The standby rate of pay for divers shall be one -half times the divers rate of pay. In addition to the hourly wage and fringe benefits, the following depth premiums apply to depths of fifty feet or more: over 50' to 100' - $1.00 per foot for each foot over 50 feet, over 100' to 175' - $2.25 per foot for each foot over 100 feet, over 175' to 250' - $5.50 per foot for each foot over 175 feet, over 250' - divers may name their own price, provided it is no less than the scale listed for 250 feet. C. The standby rate of pay for divers shall be one -half times the divers rate of pay. In addition to the hourly wage and fringe benefits, the following depth premiums apply to depths of fifty feet or more: over 50' to 100' - $1.00 per foot for each foot over 50 feet, over 100' to 150' - $1.50 per foot for each foot over 100 feet, over 150' to 200' - $2.00 per foot for each foot over 150 feet, over 200' - divers may name their own price. D. Workers working with supplied air on hazmat projects receive an additional $1.00 per hour. '55 L. Workers on hazmat projects receive additional hourly premiums as follows - Level A: $0.75, Level B: $0.50, and Level C: $0.25. M. Workers on hazmat projects receive additional hourly premiums as follows - Levels A & B: $1.00, Levels C & D: $0.50. N. Workers on hazmat projects receive additional hourly premiums as follows - Level A: $1.00, Level B: $0.75, Level C: $0.50, and Level D: $0.25. '56 Ric su o > r �? 'y1 ,61. � R' ECEIVED STATE OF WASHINGTON APR - 2 2002 DEPARTMENT OF LABOR AND INDUSTRIES ENG?IkIEi hifiG PREVAILING WAGE PO BOX 44540, OLYMPIA, WASHINGTON 98504 -4540 (360) 902 -5335 FAX (360) 902 -5300 * * *NOTICE * ** The Washington State Supreme Court ruled in Everett Concrete v. Department of Labor and Industries that workers employed in the fabrication or manufacture of items specifically produced for public works projects are covered under Chapter 39.12 RCW. The law establishes that the applicable prevailing wages which must be paid to laborers, workers and mechanics are the wages that have been established for the county in which the actual physical work is performed. Because the fabrication or manufacture is performed off -site, this may not be the same county in which the job site is located. Because contract awarding agencies must include the prevailing wages in their contract or bid specifications for all potential bidders, the off -site wages for every county in the state must be included. This insures that manufacturers located in other counties will be provided with the wages that apply to them. The following is a list of work that may include the fabrication or manufacture of items produced specifically for a public works project. This list is not intended to include standard items that are always available and may be purchased on the general market. Questions regarding whether the production of a specific item is covered should be directed to the office of the Industrial Statistician. Cabinet, Sash, Door and Furniture Making (wood) Fabricated Precast Concrete Products (Structural, Architectural and Utility concrete) Industrial Engine and Machine Mechanics Metal Fabrication (In -shop) - (ironworkers, Boilermakers) Modular Buildings (Including customized prefabricated housing) Sheet Metal Work (Air ducts, ventilation systems, except round flex hose) Sign Making and Installation (Electrical and non - electrical) • '57 General Decision Number: WA030001 02/13/2004 WA1 Superseded General Decision Number: WA020001 State: Washington Construction Types: Heavy (Heavy, and Dredging) and Highway Counties: Washington Statew de. 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 * CARP0001 -008 06/01/2003 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 6.75 GROUP 2;,,,,,,,,,,,,,,,,,,$ 24.99 6.75 GROUP 3• $ 24.15 6.75 GROUP 4• $ 23.88 6.75 • GROUP 5• $ 59.17 6.75 GROUP 6• $ 28.02 6.75 '58 SPOKANE AREA: ASOTIN, GARFIELD, LINCOLN, PEND OREILLE, SPOKANE, STEVENS AND WHITMAN COUNTIES GROUP 1• $ 23.21 6.75 GROUP 2- $ 24.31 6.75 GROUP 3- $ 23.47 6.75 GROUP 4• $ 23.21 6.75 GROUP 5• $ 57.50 6.75 GROUP 6• $ 27.30 6.75 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 PAYY FOR DIVERS: Each foot over 50 -100 feet $1.00 Each foot over 100 -175 feet 2.25 Each foot over 175 -250 feet 5.50 HAZMAT PROJECTS: Anyone working on a HAZMAT job (task), where HAZMAT certification is required, shall be compensated at a premium, in addition to the classification working in as follows: 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. .59 CARP0003 -006 06/01/2003 SOUTHWEST WASHINGTON: CLARK, COWLITZ, KLICKITAT, LEWIS(Piledriver only), PACIFIC (South of a straight line made by extending the north boundary line of Wahkiakum County west to Willapa Bay to the Pacific Ocean), SKAMANIA AND WAHKIAKUM COUNTIES and INCLUDES THE ENTIRE PENINSULA WEST OF WILLAPA BAY SEE ZONE DESCRIPTION FOR CITIES BASE POINTS ZONE 1: Rates Fringes Carpenters: CARPENTERS; ACOUSTICAL $ 26.94 10.33 DIVERS TENDERS $ 29.45 10.33 DIVERS $ 64.00 10.33 DRYWALL $ 26.94 10.33 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 $ 27.09 10.33 MILLWRIGHTS $ 27.44 10.33 PILEDRIVERS $ 27.44 10.33 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 '80 BASEPOINTS: ASTORIA, LONGVIEW, PORTLAND, THE DALLES, AND VANCOUVER, (NOTE: All dispatches for Washington State Counties: Cowlitz, Wahkiakum and Pacific shall be from Longview Local #1707 and mileage shall be computed from that point.) ZONE 1: Projects located within 30 miles of the respective city hall of the above mentioned cities ZONE 2: Projects located more than 30 miles and less than 40 miles of the respective city of the above mentioned cities ZONE 3: Projects located more than 40 miles and less than 50 miles of the respective city of the above mentioned cities ZONE 4: Projects located more than 50 miles and less than 60 miles of the respective city of the above mentioned cities. ZONE 5: Projects located more than 60 miles and less than 70 miles of the respective city of the above mentioned cities ZONE 6: Projects located more than 70 miles of the respected city of the above mentioned cities * CARP0770 -003 06/01/2003 Rates Fringes Carpenters: CENTRAL WASHINGTON: CHELAN, DOUGLAS (WEST OF THE 120TH MERIDIAN), KITTITAS, OKANOGAN (WEST OF THE 120TH MERIDIAN) AND YAKIMA COUNTIES ACCOUSTICAL 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 '61 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 9.50 CARPENTERS AND DRYWALL APPLICATORS $ 28.40 9.50 CARPENTERS ON CREOSOTE MATERIAL $ 28.50 9.50 DIVERS TENDER $ 31.17 9.50 DIVERS $ 70.07 9.50 INSULATION APPLICATORS $ 28.40 9.50 MILLWRIGHT AND MACHINE ERECTORS $ 29.40 9.50 PILEDRIVER, BRIDGE, DOCK & WHARF CARPENTERS $ 28.40 9.50 PILEDRIVER, DRIVING, PULLING, CUTTING, PLACING COLLARS, SETTING, WELDING OR CRESOTE TREATED MATERIAL, ALL PILING $ 28.60 9.50 SAWFILERS, STATIONARY POWER SAW OPERATORS, FLOOR FINISHER, FLOOR LAYER, SHINGLER, FLOOR SANDER OPERATOR AND OPERATORS OF OTHER STATIONARY WOOD WORKING TOOLS $ 28.53 9.50 (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 '62 (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 12/29/2003 CALLAM, JEFFERSON, KING AND KITSAP COUNTIES Rates Fringes Cable splicer $ 39.33 3% +10.01 Electrician $ 35.75 3% +10.01 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 ELEC0073 -001 07/01/2003 ADAMS, FERRY, LINCOLN, PEND OREILLE, SPOKANE, STEVENS, WHITMAN COUNTIES Rates Fringes Cable splicer $ 24.37 3% +11.03 Electrician $ 23.97 3% +11.03 ELEC0076 -002 07/01/2002 GRAYS HARBOR, LEWIS, MASON, PACIFIC, PIERCE, AND THURSTON COUNTIES Rates Fringes Cable splicer $ 32.76 3% +11.01 Electrician $ 29.78 3% +11.01 '63 ELEC0077 -002 02/01/2003 Rates Fringes Line Construction: CABLE SPLICERS $ 37.95 3.875% +7.45 GROUNDMEN $ 23.72 3.875% +5.70 LINE EQUIPMENT MEN $ 29.14 3.875% +5.70 LINEMEN, POLE SPRAYERS, HEAVY LINE EQUIPMENT MAN $ 33.88 3.875% +7.45 POWDERMEN, JACKHAMMERMEN $ 25.41 3.875% +5.70 TREE TRIMMER $ 23.81 3.875% +5.70 ELEC0112 -005 06/01/2002 ASOTIN, BENTON, COLUMBIA, FRANKLIN, GARFIELD, KITTITAS, WALLA WALLA, YAKIMA COUNTIES Rates Fringes Cable splicer $ 30.19 3% +9.63 Electrician $ 28.75 3% +9.63 ELEC0191 -003 08/31/2002 ISLAND, SAN JUAN, SNOHOMISH, SKAGIT AND WHATCOM COUNTIES Rates Fringes Cable splicer $ 33.72 3% +9.33 Electrician $ 30.66 3% +9.33 ELEC0191 -004 12/01/2002 CHELAN, DOUGLAS, GRANT AND OKANOGAN COUNTIES Rates Fringes Cable splicer $ 29.33 3% +9.28 Electrician $ 26.66 3% +9.28 ELEC0970 -001 01/01/2003 COWLITZ AND WAHKIAKUM COUNTIES Rates Fringes Cable splicer $ 31.41 3% +9.25 Electrician $ 28.55 3% +9.25 '64 ENGI0302 -003 06/01/2003 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 $ 30.30 9.40 Group IAA $ 30.82 9.40 Group lAAA $ 31.33 9.40 Group 1 $ 29.79 9.40 Group 2 $ 29.34 9.40 Group 3 $ 28.97 9.40 Group 4 $ 26.80 9.40 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 lAAA - Cranes -over 300 tons, or 300 ft of boom (including jib with attachments) GROUP IAA - Cranes 200 to 300 tons, or 250 ft of boom (including jib with attachments); Tower crane over 175 ft in height, base to boom GROUP 1A - Cranes, 100 tons thru 199 tons, or 150 ft of boom (including jib with attachments); Crane - overhead, bridge type, 100 tons and over; Tower crane up to 175 ft in height base to boom; Loaders - overhead, 8 yards and over; Shovels, excavator, backhoes -6 yards and over with attachments GROUP 1 - Cableway; Cranes 45 tons thru 99 tons, under 150 ft of boom (including jib with attachments); Crane - overhead, bridge type, 45 tons thru 99 tons; Derricks on building work; Excavator, shovel, backhoes over 3 yards and under 6 yards; Hard tail end dump articulating off -road equipment 45 yards and over; Loader- overhead 6 yards to, but not including 8 yards; Mucking machine, mole, tunnel, drill and /or shield; Quad 9, HD 41, D -10; Remote control operator on rubber tired earth moving equipment; Rollagon; Scrapers -self propelled 45 yards and over; Slipform pavers; Transporters, all truck or track type '65 GROUP 2 - Barrier machine (zipper); Batch Plant Operaor- Concrete; Bump Cutter; Cranes, 20 tons thru 44 tons with attachments; Crane - overhead, bridge type -20 tons through 44 tons; Chipper; Concrete Pump -truck mount with boom attachment; Crusher; Deck Engineer /Deck Winches (power); Drilling machine; Excavator, shovel, backhoe -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; Scrpers- concrete and carry -all; Service engineer- equipment; Trenching machines; Truck Crane Oiler /Driver under 100 tons; Tractors, backhoe 75 hp and under GROUP 4 - Assistant Engineer; Bobcat; Brooms; Compressor; Concrete finish mahine -laser screed; Cranes -A frame -10 tons and under; Elevator and Manlift- permanent or shaft type; Gradechecker, Stakehop; Forklifts under 3000 lbs. with attachments; Hydralifts /boom trucks, 10 tons and under; Oil distributors, blower distribution and mulch seeding operator; Pavement breaker; Posthole digger, mechanical; Power plant; Pumps, water; Rigger and Bellman; Roller -other than plant mix; Wheel Tractors, farmall type; Shotcrete /gunite equipment operator '66 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. 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 06/01/2002 CHELAN (WEST OF THE 120TH MERIDIAN), CLALLAM, DOUGLAS (WEST OF THE 120TH MERIDIAN), GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, KITTITAS, MASON, OKANOGAN (WEST OF THE 120TH MERIDIAN), SAN JUNA,SKAGIT, SNOHOMISH, WHATCOM AND YAKIMA (WEST OF THE 120TH MERIDIAN) COUNTIES ON PROJECTS DESCRIBED IN FOOTNOTE A BELOW, THE RATE FOR EACH GROUP SHALL BE 95% OF THE BASE RATE PLUS FULL FRINGE BENEFITS. ON ALL OTHER WORK, THE FOLLOWING RATES APPLY. WORK PERFORMED ON HYDRAULIC DREDDGES: Zone 1 (0 -25 radius miles): Rates Fringes Power equipment operators: GROUP 1 TOTAL PROJECT COST $300,000 AND OVER $ 28.38 8.40 TOTAL PROJECT COST UNDER $300,000 $ 26.96 8.40 GROUP 2 TOTAL PROJECT COST $300,000 AND OVER $ 28.48 8.40 TOTAL PROJECT COST UNDER $300,000 $ 27.06 8.40 '67 GROUP 3 TOTAL PROJECT COST $300,000 AND OVER $ 28.82 8.40 • TOTAL PROJECT COST UNDER $300,000 $ 27.38 8.40 GROUP 4 TOTAL PROJECT COST $300,000 AND OVER $ 28.87 8.40 TOTAL PROJECT COST UNDER $300,000 $ 27.43 8.40 GROUP 5 TOATL PROJECT COST $300,000 AND OVER $ 30.26 8.40 • TOTAL PROJECT COST UNDER $300,000 $ 28.75 8.40 GROUP 6 TOTAL PROJECT COST $300,000 AND OVER $ 28.38 8.40 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 '68 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 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. '69 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 70 GROUP 2: A -frame Truck (single drum); Assistant Refrigeration Plant (under 1000 ton); Assistant Plant Operator, Fireman or Pugmixer (asphalt); Bagley or Stationary Scraper; Belt Finishing Machine; Blower Operator (cement); Cement Hog; Compressor (2000 CFM or over, 2 or more, gas diesel or electric power); Concrete Saw (multiple cut); Distributor Leverman; Ditch Witch or similar; Elevator Hoisting Materials; Dope Pots (power agitated); Fork Lift or Lumber Stacker, hydra -lift & similar; Gin Trucks (pipeline); Hoist, single drum; Loaders (bucket elevators and conveyors); Longitudinal Float; Mixer (portable- concrete); Pavement Breaker, Hydra- Hammer & similar; Power Broom; Railroad Ballast Regulation Operator (self - propelled); Railroad Power Tamper Operator (self - propelled); Railroad Tamper Jack Operator (self - propelled; Spray Curing Machine (concrete); Spreader Box (self - propelled); Straddle Buggy (Ross & similar on construction job only); Tractor (Farm type R/T with attachment, except Backhoe); Tugger Operator GROUP 3: A -frame Truck (2 or more drums); Assistant Refrigeration Plant & Chiller Operator (over 1000 ton); Backfillers (Cleveland & similar); Batch Plant & Wet Mix Operator, single unit (concrete); Belt -Crete Conveyors with power pack or similar; Belt Loader (Kocal or similar); Bending Machine; Bob Cat; Boring Machine (earth); Boring Machine (rock under 8 inch bit) (Quarry Master, Joy or similar); Bump Cutter (Wayne, Saginau or similar); Canal Lining Machine (concrete); Chipper (without crane); Cleaning & Doping Machine (pipeline); Deck Engineer; Elevating Belt -type Loader (Euclid, Barber Green & similar); Elevating Grader -type Loader (Dumor, Adams or similar); Generator Plant Engineers (diesel or electric); Gunnite Combination Mixer & Compressor; Locomotive Engineer; Mixermobile; Mucking Machine; Posthole Auger or Punch; Pump (grout or jet); Soil Stabilizer (P & H or similar); Spreader Machine; Tractor (to D -6 or equivalent) and Traxcavator; Traverse Finish Machine; Turnhead Operator 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) 71 GROUP 5: Backhoe (under 45,000 gw); Backhoe & Hoe Ram (under 3/4 yd.); Carrydeck & Boom Truck (under 25 tons); Cranes (25 tons & under), all attachments including clamshell, dragline; Derricks & Stifflegs (under 65 tons); Drilling Equipment(8 inch bit & over) (Robbins, reverse circulation & similar) (operates drilling machine, drive or transport drill rig to and on job site and weld well casing); Hoe Ram; Piledriving Engineers; Paving (dual drum); Railroad Track Liner Operaotr (self - propelled); Refrigeration Plant Engineer (1000 tons. & over) ; Signalman (Whirleys, Highline Hammerheads or similar) GROUP 6: Asphalt Plant Operator; Automatic Subgrader (Ditches & Trimmers)(Autograde, ABC, R.A. Hansen & similar on grade wire); Backhoe (45,000 gw and over to 110,000 gw); Backhoes & Hoe Ram (3/4 yd. to 3 yd.); Batch Plant (over 4 units); Batch & Wet Mix Operator (multiple units, 2 & incl. 4); Blade Operator (motor patrol & attachments, Athey & Huber); Boom Cats (side); Cable Controller (dispatcher); Clamshell Operator (under 3 yds.); Compactor (self - propelled with blade); Concrete Pump Boom Truck; Concrete Slip Form Paver; Cranes (over 25 tons, to and including 45 tons), all attachments including clamshell, dragline; Crusher, Grizzle & Screening Plant Operator; Dozer, 834 R/T & similar; Draglines (under 3 yds.); Drill Doctor; H.D. Mechanic; H.D. Welder; Loader Operator (front -end & overhead, 4 yds. incl. 8 yds.); Multiple Dozer Units with single blade; Paving Machine (asphalt and concrete); Quad -Track or similar equipment; Rollerman (finishing asphalt pavement); Roto Mill (pavement grinder); Scrapers, all, rubber - tired; Screed Operator; Shovel(under 3 yds.); Tractors (D -6 & equilvalent & over); Trenching Machines (7 ft. depth & over); Tug Boat Operator Vactor guzzler, super sucker GROUP 7: Backhoe (over 110,000 gw); Backhoes & Hoe Ram (3 yds & over); Blade (finish & bluetop) Automatic, CMI, ABC, Finish Athey & Huber & similar when used as automatic; Cableway Operators; Concrete Cleaning /Decontamination machine operator; Cranes (over 45 tons to but not including 85 tons), all attachments including clamshell and dragine; Derricks & Stiffleys (65 tons & over); Elevating Belt (Holland type); Heavy equipment robotics operator; Loader (360 degrees revolving Koehring Scooper or similar); Loaders (overhead & front -end, over 8 yds. to 10 yds.); Rubber -tired Scrapers (multiple engine with three or more scrapers); Shovels (3 yds. & over); Whirleys & Hammerheads, ALL GROUP 8: Cranes (85 tons and over, and all climbing, overhead, rail and tower), all attachments including clamshell, dragline; Loaders (overhead and front -end, 10 yards and over); Helicopter Pilot BOOM PAY: (All Cranes, Including Tower) 180 ft to 250 ft $ .30 over scale Over 250 ft $ .60 over scale 72 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• $ 24.73 6.27 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. .73 ENGI0612 -001 06/01/2002 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 Lc_.vrv/ Rates Fringes Power equipment operators: WORK PERFORMED ON HYDRAULIC DREDGES:Total Project cost $300,000 and over GROUP 1 $ 28.38 8.40 GROUP 2 $ 28.48 8.40 GROUP 3 $ 28.82 8.40 GROUP 4 $ 28.87 8.40 GROUP 5 $ 30.26 8.40 GROUP 6 $ 28.38 8.40 WORK PERFORMED ON HYDRAULIC DREDGES:Total Project Cost under $300,000 GROUP 1 $ 26.96 8.40 GROUP 2 $ 27.06 8.40 GROUP 3 $ 27.38 8.40 GROUP 4 $ 27.43 8.40 GROUP 5 $ 28.75 8.40 GROUP 6 $ 26.96 8.40 ZONE 2 (26 -45 radius miles) - Add $.70 to Zone 1 rates ZONE 3 (Over 45 radius miles) - Add $1.00 to Zone 1 rates BASEPOINTS: Tacoma, Olympia, and Centralia CATEGORY B PROJECTS - 95% of the basic hourly rate for each group plus full fringe benefits applicable to Category A projects shall apply to the following projects: Reduced rates may be paid on the following: 1. Projects involving work on structures such as buildings and structures whose total value is less than $1.5 million excluding mechanical, electrical, and utility portions of the contract. 2. Projects of less than $1 million where no building is involved. Surfacing and paving included, but utilities excluded. 3. Marine projects (docts, wharfs, etc.) less than $150,000 74 WORK PERFORMED ON HYDRAULIC DREDGES: GROUP 1: Assistant Mate (Deckhand GROUP 2: Oiler GROUP 3: Assistant Engineer (Electric, Diesel, Steam or Booster Pump); Mates and Boatmen GROUP 4: Craneman, Engineer Welder GROUP 5: Leverman, Hydraulic GROUP 6: Maintenance HEAVY WAGE RATES APPLIES TO CLAM SHEEL DREDGE, HOE AND DIPPER, SHOVELS AND SHOVEL ATTACHMENTS, CRANES AND BULLDOZERS HANDLING OF HAZARDOUS WASTE MATERIALS H -1 - When not outfitted with protective clothing of level D equipment - Base wage rate H -2 - Class "C" Suit - Base wage rate + $.25 per hour H -3 - Class "B" Suit - Base wage rate + $.50 per hour H -4 - Class "A" Suit - Base wage rate +$.75 per hour ENGI0612 -002 06/01/2002 LEWIS, PIERCE, PACIFIC (portion lying north of a parallel line extending west from the northern boundary of Wahkaikum County to the sea) AND THURSTON COUNTIES ON PROJECTS DESCRIBED IN FOOTNOTE A BELOW, THE RATE FOR EACH GROUP SHALL BE 90% OF THE BASE RATE PLUS FULL FRINGE BENEFITS. ON ALL OTHER WORK, THE FOLLOWING RATES APPLY. Zone 1 (0 -25 radius miles): Rates Fringes Power equipment operators: GROUP LA $ 30.14 8.40 GROUP IAA $ 30.64 8.40 GROUP lAAA $ 31.14 8.40 GROUP 1 $ 29.64 8.40 GROUP 2 $ 29.20 8.40 GROUP 3 $ 28.84 8.40 GROUP 4 $ 26.74 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: CENTRALIA, OLYMPIA, TACOMA POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1 AAA - Cranes -over 300 tons or 300 ft of boom (including jib with attachments) GROUP 1AA - Cranes- 200 tonsto 300 tons, or 250 ft of boom (including jib with attachments; Tower crane over 175 ft in height, bas to boom 75 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 d; ' b with �inC�.iiuiuy jiu wlttt dttaChtitentS) ; Crane-overhead, bridge type, 45 tons thru 99 tons; Derricks on building work; Excavator, shovel, backhoes over 3 yards and under 6 yards; Hard tail end dump articulating off -road equipment 45 yards and over; Loader- overhead, 6 yards to, but not including, 8 yards; Mucking machine, mole, tunnel, drill and /or shield; Quad 9 HD 41, D -10; Remote control operator on rubber tired earth moving equipment; Rollagon; Scrapers - self- propelled 45 yards and over; Slipform pavers; Transporters, all track or truck type GROUP 2 - Barrier machine (zipper); Batch Plant Operator - concrete; Bump Cutter; Cranes, 20 tons thru 44 tons with attachments; Crane - Overhead, bridge type, 20 tons through 44 tons; Chipper; Concrete pump -truck mount with boom attachment; Crusher; Deck engineer /deck winches (power); Drilling machine; Excavator, shovel, backhoe -3 yards and under; Finishing machine, Bidwell, Gamaco and similar equipment; Guardrail punch; Loaders, overhead under 6 yards; Loaders -plant feed; Locomotives -all; Mechanics- all; Mixers, asphalt plant; Motor patrol graders, finishing; Piledriver (other than crane mount); Roto -mill, roto- grinder; Screedman, spreader, topside operator -Blaw Knox, Cedar Rapids, Jaeger, Caterpillar, Barbar Green; Scraper -self- propelled, hard tail end dump, articulating off -road equipment- under 45 yards; Subgrader trimmer; Tractors, backhoe over 75 hp; Transfer material service machine - shuttle buggy, Blaw Knox- Roadtec; Truck Crane oiler /driver -100 tons and over; Truck Mount Portable Conveyor; Yo Yo pay GROUP 3 - Conveyors; Cranes through 19 tons with attachments; Crane -A -frame over 10 tons; Drill oilers -auger type, truck or crane mount; Dozer -D -9 and under; Forklift -3000 lbs. and over with attachments; Horizontal /directional drill locator; Outside Hoists - (elevators and manlifts), air tuggers, strato tower bucket elevators; Hydralifts /boom trucks over 10 tons; Loaders - elevating type, belt; Motor patrol grader- nonfinishing; Plant oiler- asphalt, crusher; Pump- Concrete; Roller, plant mix or multi -lfit materials; Saws - concrete; Scrapers, concrete and carry all; Service engineers- equipment; Trenching machines; Truck crane oiler /driver under 100 tons; Tractors, backhoe under 75 hp 76 GROUP 4 - Assistant Engineer; Bobcat; Brooms; Compressor; Concrete Finish Machine -laser screed; Cranes A -frame 10 tons and under; Elevator and manlift (permanent and shaft type); Forklifts -under 3000 lbs. with attachments; Gradechecker, stakehop; Hydralifts /boom trucks, 10 tons and under; Oil distributors, blower distribution and mulch seeding operator; Pavement breaker; Posthole digger - mechanical; Power plant; Pumps - water; Rigger and Bellman; Roller -other than plant mix; Wheel Tractors, farmall type; Shotcrete /gunite equipment operator FOOTNOTE A- Reduced rates may be paid on the following: 1. Projects involving work on structures such as buildings and bridges whose total value is less than $1.5 million excluding mechanical, electrical, and utility portions of the contract. 2. Projects of less than $1 million where no building is involved. Surfacing and paving included, but utilities excluded. 3. Marine projects (docks, wharfs, etc.) less than $150,000. HANDLING OF HAZARDOUS WASTE MATERIALS: Personnel in all craft classifications subject to working inside a federally designated hazardous perimeter shall be elgible for compensation in accordance with the following group schedule relative to the level of hazardous waste as outlined in the specific hazardous waste project site safety plan. H -1 Base wage rate when on a hazardous waste site when not outfitted with protective clothing H -2 Class "C" Suit - Base wage rate plus $ .25 per hour. H -3 Class "B" Suit - Base wage rate plus $ .50 per hour. H -4 Class "A" Suit - Base wage rate plus $ .75 per hour. ENGI0701 -002 01/01/2004 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 .77 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 Na Fnraat and West of Mile Post 30 on Interstate 84 and West of Mile Post 30 on State Highway 26 and West of Mile Post 30 on Highway 22 and all jobs or projects located in Yamhill County, Washington County and Columbia County and all jobs or porjects located in Clark & Cowlitz County, Washington except that portion of Cowlitz County in the Mt. St. Helens "Blast Zone" shall receive Zone I pay for all classifications. All jobs or projects located in the area outside the identified boundary above, but less than 50 miles from the Portland City Hall shall receive Zone II pay for all classifications. • All jobs or projects located more than 50 miles from the Portland City Hall, but outside the identified border above, shall receive Zone III pay for all classifications. For the following cities: ALBANY; BEND; COOS BAY; EUGENE; GRANTS PASS; KLAMATH FALLS; MEDFORD; ROSEBURG All jobs or projects located within 30 miles of the respective city hall of the above mentioned cities shall receive Zone I pay for all classifications. All jobs or projects located more than 30 miles and less than 50 miles from the respective city hall of the above mentioned cities shall receive Zone II pay for all classifications. All jobs or projects located more than 50 miles from the respective city hall of the above mentioned cities shall receive Zone III pay for all classifications. POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1: CONCRETE: Batch Plant and /or Wet Mix Operator, three units or more; CRANE: Helicopter Operator, when used in erecting work; Whirley Operator, 90 ton and over; LATTICE RnnM CRANE: operator 200 tone through 299 tuna anri /nr 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 78 GROUP 1B: LATTICE BOOM CRANE: Operator, 300 tons through 399 tons with over 200 feet boom; Operator 400 tons and over; FLOATING EQUIPMENT: Floating Crane 350 ton and over GROUP 2: ASPHALT: Asphalt Plant Operator (any type); Roto Mill, pavement profiler, operator, 6 foot lateral cut and over; BLADE: Auto Grader or "Trimmer" (Grade Checker required); Blade Operator, Robotic; BULLDOZERS: Bulldozer operator over 120,000 lbs and above; Bulldozer operator, twin engine; Bulldozer Operator,tandem, quadnine, D10, D11, and similar type; Bulldozere Robotic Equipment (any type; CONCRETE: Batch Plant and /or Wet Mix Operator, one and two drum; Automatic Concrete Slip Form Paver Operator; Concrete Canal Line Operator; Concrete Profiler, Diamond Head; CRANE: Cableway Operator, 25 tons and over; HYDRAULIC CRANE: Hydraulic crane operator 90 tons through 199 tons (with luffing or tower attachment); TOWER /WHIRLEY OPERATOR: Tower Crane Operator; Whirley Operator, under 90 tons; LATTICE BOOM CRANE: 90 through 199 tons and /or 150 to 200 feet boom; CRUSHER: Crusher Plant Operator; FLOATING EQUIPMENT: Floating Clamshell, etc.operator, 3 cu. yds. and over; Floating Crane (derrick barge) Operator, 30 tons but less than 150 tons; LOADERS: Loader operator, 120,000 lbs. and above; REMOTE CONTROL: Remote controlled earth - moving equipment; RUBBER -TIRED SCRAPERS: Rubber- tired scraper operator, with tandem scrapers, multi- engine; SHOVEL, DRAGLINE, CLAMSHELL, SKOOPER OPERATOR: Shovel, Dragline, Clamshell, operator 5 cu. yds and over; TRENCHING MACHINE: Wheel Excavator, under 750 cu. yds. per hour (Grade Oiler required); Canal Trimmer (Grade Oiler required); Wheel Excavator, over 750 cu. yds. per hour; Band Wagon (in conjunction with wheel excavator); UNDERWATER EQUIPMENT: Underwater Equipment Operator, remote or otherwise; HYDRAULIC HOES - EXCAVATOR: Excavator over 130,000 lbs. GROUP 3: BULLDOZERS: Bulldozer operator, over 70,000 lbs. up to and including 120,000 lbs.; HYDRAULIC CRANE: Hydraulic crane operator, 50 tons through 89 tons (with luffing or tower attachment); LATTICE BOOM CRANES: Lattice Boom Crane -50 through 89 tons (and less than 150 feet boom); FORKLIFT: Rock Hound Operator; HYDRAULIC HOES - EXCAVATOR: excavator over 80,000 lbs. through 130,000 lbs.; LOADERS: Loader operator 60,000 and less than 120,000; RUBBER -TIRED SCRAPERS: Scraper Operator, with tandem scrapers; Self- loading, paddle wheel, auger type, finish and /or 2 or more units; SHOVEL, DRAGLINE, CLAMSHELL,SKOOPER OPERATOR: Shovel, Dragline, Clamshell operators 3 cu. yds. but less than 5 cu yds. 79 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 szmzlar tre; Tub Grinder; Land Clearing Machine (Track mounted forestry mowing & grinding machine); Hydro Axe (loader mounted or similar type); COMPACTORS SELF - PROPELLED: Compactor Operator, with blade; Compactor Operator, multi- engine; Compactor Operator, robotic; CONCRETE: Mixer Mobile Operator; Screed Operator; Concrete Cooling Machine Operator; Concrete Paving Road Mixer; Concrete Breaker; Reinforced Tank Banding Machine (K -17 or similar types); Laser Screed; CRANE: Chicago boom and similar types; Lift Slab Machine Operator; Boom type lifting device, 5 ton capacity or less; Hoist Operator, two (2) drum; Hoist Operator, three (3) or more drums; Derrick Operator, under 100 ton; Hoist Operator, stiff leg, guy derrick or similar type, 50 ton and over; Cableway Operator up to twenty (25) ton; Bridge Crane Operator, Locomotive, Gantry, Overhead; Cherry Picker or similar type crane; Carry Deck Operator; Hydraulic Crane Operator, under 50 tons; LATTICE BOOM CRANE OPERATOR: Lattice Boom Crane Operator, under 50 tons; CRUSHER: Generator Operator; Diesel - Electric Engineer; Grizzley Operator; Drill Doctor; Boring Machine Operator; Driller - Percussion, Diamond, Core, Cable, Rotary and similar type; Cat Drill (John Henry); Directional Drill Operator over 20,000 lbs pullback; FLOATING EQUIPMENT: Diesel - electric Engineer; Jack Operator, elevating barges, Barge Operator, self- unloading; Piledriver Operator (not crane type) (Deckhand required); Floating Clamshelll, etc. Operator, under 3 cu. yds. (Fireman or Diesel - Electric Engineer required); Floating Crane (derrick barge) Operator, less than 30 tons; GENERATORS: Generator Operator; Diesel- electric Engineer; GUARDRAIL EQUIPMENT: Guardrail Punch Operator (all types); Guardrail Auger Operator (all types); Combination Guardrail machines, i.e., punch auger, etc.; HEATING PLANT: Surface Heater and Planer Operator; HYDRAULIC HOES EXCAVATOR: Robotic Hydraulic backhoe operator, track and wheel type up to and including 20,0000 lbs. with any or all attachments; Excavator Operator over 20,000 lbs through 80,000 lbs.; LOADERS: Belt Loaders, Kolman and Ko Cal types; Loaders Operator, front end and overhead, 25,000 lbs and less than 60,000 lbs; Elevating Grader Operator by Tractor operator, Sierra, Euclid or similar types; PILEDRIVERS: Hammer Operator; Piledriver Operator (not crane type); PIPELINE, SEWER WATER: Pipe Cleaning Machine Operator; Pipe Doping Machine Operator; Pipe Bending Machine Operator; Pipe Wrapping Machine Operator; Boring Machine Operator; Back Filling Machine Operator; REMOTE CONTROL: Concrete Cleaning Decontamination Machine Operator; Ultra High Pressure Water Jet Cutting Tool System Operator /Mechanic; Vacuum Blasting Machine Operator /mechanic; REPAIRMEN, HEAVY DUTY: Diesel '80 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 (riding type); Cement Pump Operator, Fuller - Kenyon and similar; Concrete Pump Operator; Grouting Machine Operator; Concrete mixer operator, single drum, under (5) bag capacity; Cast in place pipe laying machine; maginnis Internal Full slab vibrator operator; Concrete finishing mahine operator, Clary, Johnson, Bidwell, Burgess Bridge deck or similar type; Curb Machine Operator, mechanical Berm, Curb and /or Curb and Gutter; Concrete Joint Machine Operator; Concrete Planer Operator; Tower Mobile Operator; Power Jumbo Operator setting slip forms in tunnels; Slip Form Pumps, power driven hydraulic lifting device for concrete forms; Concrete Paving Machine Operator; Concrete Finishing Machine Operator; Concrete Spreader Operator; CRANE: Helicopter Hoist Operator; Hoist Operator, single drum; Elevator Operator; A -frame Truck Operator, Double drum; Boom Truck Operator; HYDRAULIC CRANE OPERATOR: Hydraulic Boom Truck, Pittman; DRILLING: Churm Drill and Earth Boring Machine Operator; Vacuum Truck; Directional Drill Operator over 20,000 lbs pullback; FLOATING EQUIPMENT: Fireman; FORKLIFT: Fork Lift, over 10 ton and /or robotic; HYDRAULIC HOES EXCAVATORS: Hydraulic Backhoe Operator, wheel type (Ford, John Deere, Case type); Hydraulic Backhoe Operator track type up to and including 20,000 lbs.; LOADERS: Loaders, rubber- tired type, less than 25,000 lbs; Elevating Grader Operator, Tractor Towed requiring Operator or Grader; Elevating loader operator, Athey and similar types; OILERS: '81 Service oiler (Greaser); PIPELINE -SEWER WATER: Hydra hammer or simialr types; Pavement Breaker Operator; PUMPS: Pump Operator, more than 5 (any size); Pot Rammer Operator; RAILROAD EQUIPMENT: Locomotive Operator, under 40 tons; Ballast Regulator Operator; Ballast Tamper Multi- Purpose Operator; Track Liner Operator; Tie Spacer Operator; Shuttle Car Operator; Locomotive Operator, 40 tons and over; MATERIAL HAULRS: Cat wagon DJBs Volvo similar types; Conveyored material hauler; SURFACING (BASE) MATERIAL: Rock Spreaders, self - propelled; Pulva -mixer or similar types; 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 Brooming Machine Operator; CRANE: Oiler; Fireman, all equipment; Truck Crane Oiler Driver; A -frame Truck Operator, single drum; Tugger or Coffin Type Hoist Operator; CRUSHER: Crusher Oiler; Crusher Feederman; CRUSHER: Crusher oiler; Crusher feederman; DRILLING: Drill Tender; Auger Oiler; FLOATING EQUIPMENT: Deckhand; Boatman; FORKLIFT: Self- propelled Scaffolding Operator, construction job site (exclduing working platform); Fork Lift or Lumber Stacker Operator, construction job site; Ross Carrier Operator, construction job site; Lull Hi -Lift Operator or Similar Type; GUARDRAIL EQUIPMENT: Oiler; Auger Oiler; Oiler, combination guardrail machines; Guardrail Punch Oiler; HEATING PLANT: Temporary Heating Plant Operator; LOADERS: Bobcat, skid steer (less than 1 cu yd.); Bucket Elevator Loader Operator, BarberGreene and similar types; OILERS: Oiler; Guardrail Punch Oiler; Truck Crane Oiler- Driver; Auger Oiler; Grade Oiler, required to check grade; Grade Checker; Rigger; PIPELINE -SEWER WATER: Tar Pot Fireman; Tar Pot Fireman (power agitated); PUMPS: Pump Operator (any power); Hydrostatic Pump Operator; RAILROAD EQUIPMENT: Brakeman; Oiler; Switchman; Motorman; Ballast Jack Tamper Operator; SHOVEL, DRAGLINE, CLAMSHELL, SKOOPER, ETC. OPERATOR: Oiler, Grade Oiler (required to check grade); Grade Checker; Fireman; SWEEPER: Broom operator, self propelled, construction job site; SURFACING (BASE) MATERIAL: Roller Operator, grading of base rock (not asphalt); Tamping Machine operartor, mechanical, self - propelled; Hydrographic Seeder Machine Operator; TRENCHING MACHINE: Oiler; Grade Oiler; TUNNEL: Conveyor operator; Air filtration equipment operator "82 * ENGI0701 -003 05/01/2003 CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH), SKAMANIA, AND WAHKIAKUM COUNTIES DREDGING: Rates Fringes Dredging: ZONE A ASSISTANT ENGINEER $ 29.71 9.25 ASSISTANT MATE $ 26.96 9.25 LEVERMAN, DIPPER, FLOATING CLAMSHELL $ 30.74 9.25 LEVERMAN, HYDRAULIC $ 32.99 9.25 TENDERMAN $ 28.88 9.25 ZONE B ASSISTANT ENGINEER $ 31.71 9.25 ASSISTANT MATE $ 28.96 9.25 LEVERMAN, DIPPER, FLOATING CLAMSHELL $ 32.74 9.25 LEVERMAN, HYDRAULIC $ 34.99 9.25 TENDERMAN $ 30.88 9.25 ZONE C ASSISTANT ENGINEER $ 32.71 9.25 ASSISTANT MATE $ 29.96 9.25 LEVERMAN, DIPPER, FLOATING CLAMSHELL $ 33.74 9.25 LEVERMAN, HYDRAULIC $ 35.99 9.25 TENDERMAN $ 31.88 9.25 ZONE DESCRIPTION FOR DREDGING: ZONE A - All jobs or projects located within 30 road miles of Portland City Hall. ZONE B - Over 30 -50 road miles from Portland City Hall. ZONE C - Over 50 road miles from Portland City Hall. *All jobs or projects shall be computed from the city hall by the shortest route to the geographical center of the project. IRON0014 -005 07/01/2003 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 '83 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 84 LABO0001 -002 07/01/2003 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 $ 17.71 7.20 GROUP 2 $ 20.03 7.20 GROUP 3 $ 24.71 7.20 GROUP 4 $ 25.19 7.20 GROUP 5 $ 25.55 7.20 CHELAN, DOUGLAS (WEST OF THE 120TH MERIDIAN), KITTITAS AND YAKIMA COUNTIES GROUP 1 $ 14.59 7.20 GROUP 2 $ 16.91 7.20 GROUP 3 $ 18.63 7.20 GROUP 4 $ 19.11 7.20 GROUP 5 $ 19.47 7.20 ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES): ZONE 2 - $ .70 ZONE 3 - $1.00 BASE POINTS: CHELAN, SUNNYSIDE, WENATCHEE, AND YAKIMA ZONE 1 - Projects within 25 radius miles of the respective city hall ZONE 2 - More than 25 but less than 45 radius miles from the respective city hall ZONE 3 - More than 45 radius miles from the respective city hall BASE POINTS: BELLINGHAM, MT. VERNON, EVERETT, SEATTLE, KENT, TACOMA, OLYMPIA, CENTRALIA, ABERDEEN, SHELTON, PT. TOWNSEND, PT. ANGELES, AND BREMERTON ZONE 1 - Projects within 25 radius miles of the respective city hall ZONE 2 - More than 25 but less than 45 radius miles from the respective city hall ZONE 3 - More than 45 radius miles from the respective city hall '85 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 Transit Person; Groutmen (pressure) including post tension beams; Hazardous Waste Worker (Level B); High Scaler; Jackhammer; Laserbeam Operator; Manhole Builder - Mudman; Mortarman and Hodcarrier; Nozzleman (concrete pump, green cutter when using combination of high pressure air and water on concrete and rock, sandblast, gunite, shotcrete, water blaster, vacuum blaster); Pavement Breaker; Pipe Layer and Caulker; Pipe Pot Tender; Pipe Reliner (not insert type); Pipe Wrapper; Power Jacks; Railroad Spike Puller - Power; Raker - Asphalt; Rivet Buster; Rodder; Sloper (over 20 ft); Spreader (concrete); Tamper and Similar electric, air and glas operated tool; Timber Person -sewer (lagger shorer and cribber); Track Liner Power; Tugger Operator; Vibrator; Well Point Laborer GROUP 5: Caisson Worker; Miner; Powderman; Re- Timberman; Hazardous Waste Worker (Level A). '86 LABO0238 -004 06/01/2003 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 $ 17.36 6.50 GROUP 2 $ 19.46 6.50 GROUP 3 $ 19.73 6.50 GROUP 4 $ 20.00 6.50 GROUP 5 $ 20.28 6.50 GROUP 6 $ 21.65 6.50 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 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 '87 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 sg11PP'lP �nr� f l n_�re,te nozzle); Nozzleman, water, �./ , �.mati, vva �.er, air or steam; Pavement Breaker (under 90 lbs.); Pipelayer, corrugated metal culvert; Pipelayer, multi- plate; Pot Tender; Power Buggy Operator; Power Tool Operator, gas, electric, pneumatic; Railroad Equipment, power driven, except dual mobile power spiker or puller; Railroad Power Spiker or Puller, dual mobile; Rodder and Spreader; Tamper (to include operation of Barco, Essex and similar tampers); Trencher, Shawnee; Tugger Operator; Wagon Drills; Water Pipe Liner; Wheelbarrow (power driven) GROUP 4: Air and Hydraulic Track Drill; Brush Machine (to include horizontal construction joint cleanup brush machine, power propelled); Caisson Worker, free air; Chain Saw Operator and Faller; Concrete Stack (to include laborers when laborers working on free standing concrete stacks for smoke or fume control above 40 feet high); Gunite (to include operation of machine and nozzle); Hazardous Waste Worker, Level B (uses same respirator protection as Level A. A supplied air line is provided in conjunction with a chemical "splash suit "); High Scaler; Laser Beam Operator (to include grade checker and elevation control); Miner, Class C (to • include miner, nozzleman for concrete, laser beam operator and rigger on tunnels); Monitor Operator (air track or similar mounting); Mortar Mixer; Nozzleman (to include jet blasting nozzleman, over 1,200 lbs., jet blast machine power propelled, sandblast nozzle); Pavement Breaker (90 lbs. and over); Pipelayer (to include working topman, caulker, collarman, jointer, mortarman, rigger, jacker, shorer, valve or meter installer); Pipewrapper; Plasterer Tender; Vibrators (all) GROUP 5 - Drills with Dual Masts; Hazardous Waste Worker, Level A (utilizes a fully encapsulated suit with a self- contained breathing apparatus or a supplied air line); Miner Class "D ", (to include raise and shaft miner, laser beam operator on riases and shafts) GROUP 6 - Powderman '88 LAB00238 -006 07/01/2003 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 $ 20.95 6.50 LAB00335 -001 06/01/2003 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 $ 22.92 7.40 GROUP 2 $ 23.44 7.40 GROUP 3 $ 23.84 7.40 GROUP 4 $ 24.18 7.40 GROUP 5 $ 20.70 7.40 GROUP 6 $ 18.54 7.40 GROUP 7 $ 15.71 7.40 Zone Differential (Add to Zone 1 rates): Zone 2 $ 0.65 Zone 3 - 1.15 Zone 4 - 1.70 Zone 5 - 2.75 BASE POINTS: GOLDENDALE, LONGVIEW, AND VANCOUVER ZONE 1: Projects within 30 miles of the respective city all. ZONE 2: More than 30 miles but less than 40 miles from the respective city hall. ZONE 3: More than 40 miles but less than 50 miles from the respective city hall. ZONE 4: More than 50 miles but less than 80 miles from the respective city hall. ZONE 5: More than 80 miles from the respective city hall. '89 LABORERS CLASSIFICATIONS GROUP 1: Asphalt Plant Laborers; Asphalt Spreaders; Batch Weighman; Broomers; Brush Burners and Cutters; Car and Truck Loaders; Carpenter Tender; Change -House Man or Dry Shack Man; Choker Setter; Clean -up Laborers; Curing, Concrete; Demolition, Wrecking and Moving Laborers; Dumpers, road oiling crew; Dumpmen (for grading crew); Elevator Feeders; Guard Rail, Median Rail Reference Post, Guide Post, Right of Way Marker; Fine Graders ; Fire Watch; Form Strippers (not swinging stages); General Laborers; Hazardous Waste Worker; Leverman or Aggregate Spreader (Flaherty and similar types); Loading Spotters; Material Yard Man (including electrical); Pittsburgh Chipper Operator or Similar Types; Railroad Track Laborers; Ribbon Setters (including steel forms); Rip Rap Man (hand placed); Road Pump Tender; Sewer Labor; Signalman; Skipman; Slopers; Spraymen; Stake Chaser; Stockpiler; Tie Back Shoring; Timber Faller and Bucker (hand labor); Toolroom Man (at job site); Tunnel Bullgang (above ground); Weight -Man- Crusher (aggregate when used) GROUP 2: Applicator (including pot power tender for same), applying protective material by hand or nozzle on utility lines or storage tanks on project; Brush Cutters (power saw); Burners; Choker Splicer; Clary Power Spreader and similar types; Clean- up Nozzleman -Green Cutter (concrete, rock, etc.); Concrete Power Buggyman; Concrete Laborer; Crusher Feeder; Demolition and Wrecking Charred Materials; Gunite Nozzleman Tender; Gunite or Sand Blasting Pot Tender; Handlers or Mixers of all Materials of an irritating nature (including cement and lime); Tool Operators (includes but not limited to: Dry Pack Machine; Jackhammer; Chipping Guns; Paving Breakers); Pipe Doping and Wrapping; Post Hole Digger, air, gas or electric; Vibrating Screed; Tampers; Sand Blasting (Wet); Stake - Setter; Tunnel - Muckers, Brakemen, Concrete Crew, Bullgang (underground) GROUP 3: Asbestos Removal; Bit Grinder; Drill Doctor; Drill Operators, air tracks, cat drills, wagon drills, rubber - mounted drills, and other similar types including at crusher plants; Gunite Nozzleman; High Scalers, Strippers and Drillers (covers work in swinging stages, chairs or belts, under extreme conditions unusual to normal drilling, blasting, barring -down, or sloping and stripping); Manhole Builder; Powdermen; Concrete Saw Operator; Pwdermen; Power Saw Operators (Bucking and Falling); Pumperete Nozzlemen; Sand Blasting (Dry); Sewer Timberman; Track Liners, Anchor Machines, Ballast Regulators, Multiple Tampers, Power Jacks, Tugger Operator; Tunnel -Chuck Tenders, Nippers and Timbermen; Vibrator; Water Blaster GROUP 4: Asphalt Raker; Concrete Saw Operator (walls); Concrete Nozzelman; Grade Checker; Pipelayer; Laser Beam (pipelaying)- applicable when employee assigned to move, set up, align; Laser Beam; Tunnel Miners; Motorman -Dinky Locomotive - Tunnel; Powderman - Tunnel; Shield Operator - Tunnel '90 GROUP 5: Traffic Flaggers GROUP 6: Fence Builders GROUP 7: Landscaping or Planting Laborers LABO0335 -010 06/01/2003 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 $ 24.69 7.40 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 07/01/2002 CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM COUNTIES Rates Fringes Painter $ 23.27 5.36 '91 • 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 n L 0.1111.G1j 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 WAHKIAKUM 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 PAIN0055 -007 06/01/2003 CLARK, COWLITZ, KLICKITAT, SKAMANIA and WAHKIAKUM COUNTIES Rates Fringes • Painters: HIGHWAY AND PARKING LOT STRIPER $ 24.79 5.75 '92 PLAS0072 -004 06/01/2002 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 5.98 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 06/01/2003 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 $ 28.52 10.42 COMPOSITION, COLOR MASTIC, TROWEL MACHINE, GRINDER, POWER TOOLS, GUNNITE NOZZLE $ 28.77 10.42 PLAS0555 -002 12/01/2003 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 $ 25.96 10.50 CEMENT MASONS ON SUSPENDED, SWINGING AND /OR HANGING SCAFFOLD $ 25.50 10.50 CEMENT MASONS $ 25.04 10.50 COMPOSITION WORKERS AND POWER MACHINERY OPERATORS $ 25.50 10.50 '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 06/01/2003 CLALLAM, KING AND JEFFERSON COUNTIES Rates Fringes Plumbers and Pipefitters $ 34.43 13.43 PLUM0032 -003 06/01/2003 CHELAN, KITTITAS (NORTHERN TIP), DOUGLAS (NORTH), AND OKANOGAN (NORTH) COUNTIES Rates Fringes Plumbers and Pipefitters $ 26.38 10.98 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 '94 PLUM0082 -001 06/01/2003 CLARK (NORTHERN TIP INCLUDING WOODLAND), COWLITZ, GRAYS HARBOR, LEWIS, MASON (EXCLUDING NE SECTION), PACIFIC, PIERCE SKAMANIA, THURSTON AND WAHKIAKUM COUNTIES Rates Fringes Plumbers and Pipefitters $ 30.05 12.47 PLUMO265 -003 01/01/2003 ISLAND, SKAGIT, SNOHOMISH,SAN JUAN AND WHATCOM COUNTIES Rates Fringes Plumbers and Pipefitters $ 29.70 11.62 PLUMO290 -003 10/01/2003 CLARK (ALL EXCLUDING NORTHERN TIP INCLUDING CITY OF WOODLAND) Rates Fringes Plumbers and Pipefitters $ 32.53 13.28 PLUM0598 -005 06/01/2003 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 $ 30.38 14.20 • '95 PLUM0631 -001 06/01/2003 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 $ 19.40 5.43 All other work where the plumbing and mechanical cost of the project is $100,000 and over $ 28.79 12.47 TEAM0037 -002 06/01/2003 CLARK, COWLITZ, KLICKITAT, PACIFIC (South of a straight line made by extending the north boundary line of Wahkiakum County west to the Pacific Ocean), SKAMANIA, AND WAHKIAKUM COUNTIES Rates Fringes Truck drivers: ZONE 1 GROUP 1 $ 23.90 8.78 GROUP 2 $ 24.02 8.75 GROUP 3 $ 24.15 8.75 GROUP 4 $ 24.41 8.75 GROUP 5 $ 24.63 8.75 GROUP 6 $ 24.79 8.75 GROUP 7 $ 24.99 8.75 '96 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 '97 GROUP 3: Ammonia nitrate distributor driver; Dump trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations thereof: over 10 cu. yds. and including 30 cu. yds. includes Articulated dump trucks; 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, s i de , 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 06/01/2002 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• $ 25.79 9.68 GROUP 2• $ 25.21 9.68 GROUP 3• $ 22.81 9.68 GROUP 4• $ 18.56 9.68 GROUP 5• $ 25.55 9.68 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. '98 *Zone pay will be calculated from the city center of the following listed cities: BELLINGHAM CENTRALIA RAYMOND OLYMPIA EVERETT SHELTON ANACORTES BELLEVUE SEATTLE PORT ANGELES MT. VERNON KENT TACOMA PORT TOWNSEND ABERDEEN BREMERTON TRUCK DRIVERS CLASSIFICATIONS GROUP 1 - "A -frame or Hydralift" trucks and Boom trucks or similar equipment when "A" frame or "Hydralift" and Boom truck or similar equipment is used; Buggymobile; Bulk Cement Tanker; Dumpsters and similar equipment, Tournorockers, Tournowagon, Tournotrailer, Cat DW series, Terra Cobra, Le Tourneau, Westinghouse, Athye Wagon, Euclid Two and Four - Wheeled power tractor with trailer and similar top - loaded equipment transporting material: Dump Trucks, side, end and bottom dump, including semi - trucks and trains or combinations thereof with 16 yards to 30 yards capacity: Over 30 yards $.15 per hour additional for each 10 yard increment; Explosive Truck (field mix) and similar equipment; Hyster Operators (handling bulk loose aggregates); Lowbed and Heavy Duty Trailer; Road Oil Distributor Driver; Spreader, Flaherty Transit mix used exclusively in heavy construction; Water Wagon and Tank Truck -3,000 gallons and over capacity GROUP 2 - Bulllifts, or similar equipment used in loading or unloading trucks, transporting materials on job site; Dumpsters, and similar equipment, Tournorockers, Tournowagon, Turnotrailer, Cat. D.W. Series, Terra Cobra, Le Tourneau, Westinghouse, Athye wagon, Euclid two and four - wheeled power tractor with trailer and similar top- loaded equipment transporting material: Dump trucks, side, end and bottom dump, including semi - trucks and trains or combinations thereof with less than 16 yards capacity; Flatbed (Dual Rear Axle); Grease Truck, Fuel Truck, Greaser, Battery Service Man and /or Tire Service Man; Leverman and loader at bunkers and batch plants; Oil tank transport; Scissor truck; Slurry Truck; Sno -Go and similar equipment; Swampers; Straddler Carrier (Ross, Hyster) and similar equipment; Team Driver; Tractor (small, rubber - tired)(when used within Teamster jurisdiction); Vacuum truck; Water Wagon and Tank trucks -less than 3,000 gallons capacity; Winch Truck; Wrecker, Tow truck and similar equipment GROUP 3 - Flatbed (single rear axle); Pickup Sweeper; Pickup Truck. (Adjust Group 3 upward by $2.00 per hour for onsite work only) GROUP 4 - Escort or Pilot Car GROUP 5 - Mechanic '99 HAZMAT PROJECTS • Anyone working on a HAZMAT job, where HAZMAT certification is required, shall be compensated as a premium, in addition to the classification working in as follows: • LEVEL C: +$.25 per hour - This level uses an air purifying respirator or additional protective clothing. LEVEL B: +$.50 per hour - Uses same respirator protection as Level A. Supplied air line is provided in conjunction with a chemical ''splash suit." LEVEL A: +$.75 per hour - This level utilizes a fully - encapsulated suit with a self - contained breathing apparatus or a supplied air line. TEAM0760 -002 06/01/2003 ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT KITTITAS, LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, AND WHITMAN COUNTIES Rates Fringes Truck drivers: (ANYONE WORKING ON HAZMAT JOBS SEE FOOTNOTE A BELOW) ZONE 1: (INCLUDES ALL OF YAKIMA COUNTY) GROUP 1 $ 17.93 9.00 GROUP 2 $ 20.20 9.00 GROUP 3 $ 20.70 9.00 GROUP 4 $ 21.03 9.00 GROUP 5 $ 21.14 9.00 GROUP 6 $ 21.31 9.00 GROUP 7 $ 21.84 9.00 GROUP 8 $ 22.17 9.00 • 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) '100 GROUP 3: Auto Crane (2000 lbs. capacity); Buggy Mobile & Similar; Bulk Cement Tanks & Spreader; Dumptor (6 yds. & under); Flat Bed Truck with Hydraullic System; Fork Lift (3001- 16,000 lbs.); Fuel Truck Driver, Steamcleaner & Washer; Power Operated Sweeper; Rubber -tired Tunnel Jumbo; Scissors Truck; Slurry Truck Driver; Straddle Carrier (Ross, Hyster, & similar); Tireperson; Transit Mixers & Truck Hauling Concrete (3 yd. to & including 6 yds.); Trucks, side, end, bottom & articulated end dump (3 yards to and including 6 yds.); Warehouseperson (to include shipping & receiving); Wrecker & Tow Truck GROUP 4: A- Frame; Burner, Cutter, & Welder; Service Greaser; Trucks, side, end, bottom & articulated end dump (over 6 yards to and including 12 yds.); Truck Mounted Hydro Seeder; Warehouseperson; Water Tank truck (0 -8,000 gallons) GROUP 5: Dumptor (over 6 yds.); Lowboy (50 tons & under); Self- loading Roll Off; Semi -Truck & Trailer; Tractor with Steer Trailer; Transit Mixers and Trucks Hauling Concrete (over 6 yds. to and including 10 yds.); Trucks, side, end, bottom and end dump (over 12 yds. to & including 20 yds.); Truck - Mounted Crane (with load bearing surface either mounted or pulled, up to 14 ton); Vacuum Truck (super sucker, guzzler, etc.) GROUP 6: Flaherty Spreader Box Driver; Flowboys; Fork Lift (over 16,000 lbs.); Dumps (Semi -end); Mechanic (Field); Semi - end Dumps; Transfer Truck & Trailer; Transit Mixers & Trucks Hauling Concrete (over 10 yds. to & including 20 yds.); Trucks, side, end, bottom and articulated end dump (over 20 yds. to & including 40 yds.); Truck and Pup; Tournarocker, DWs & similar with 2 or more 4 wheel -power tractor with trailer, gallonage or yardage scale, whichever is greater Water Tank Truck (8,001- 14,000 gallons) GROUP 7: Oil Distributor Driver; Stringer Truck (cable oeprated trailer); Transit Mixers & Trucks Hauling Concrete (over 20 yds.); Truck, side, end, bottom end dump (over 40 yds. to & including 100 yds.); Truck Mounted Crane (with load bearing surface either mounted or pulled (16 through 25 tons); GROUP 8: Prime Movers and Stinger Truck; Trucks, side, end, bottom and articulated end dump (over 100 yds.); Helicopter Pilot Hauling Employees or Materials Footnote A - Anyone working on a HAZMAT job, where HAZMAT certification is required, shall be compensated as a premium, in additon to the classification working in as follows: LEVEL C -D: - $.50 PER HOUR (This is the lowest level of protection. This level may use an air purifying respirator or additional protective clothing. LEVEL A -B: - $1.00 PER HOUR (Uses supplied air is conjunction with a chemical spash suit or fully encapsulated suit with a self - contained breathing apparatus. 101 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 classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). In the listing above, the "SU" designation means that rates listed under the identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 102 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION '103 PROPOSAL Proposal Form Item Proposal Bid Sheets Bid Bond Form Non- Collusion Declaration Non - Discrimination Provision Women and Minority Business Enterprise Policy Council Resolution Affirmative Action Plan Bidders Certification Subcontractors Certification Proposal Signature Sheet Bidders Check List PROPOSAL To the City Clerk Yakima, Washington This certifies that the undersigned has examined the location of: CITY HALL BUILDING RE -ROOF CITY OF YAKIMA PROJECT No. 1783 and that the plans, specifications and contract governing the work embraced in this improvement, and the method by which payment will be made for said work, is understood. The undersigned hereby proposes to undertake and complete the work embraced in this improvement, or as much thereof as can be completed with the money available in accordance with the said plans, specifications and contract, and the following schedule of rates and prices. NOTE: Unit prices for all items, all extensions, and total amount of bid, shall be shown, and be written in ink or typed. Show unit prices in figures only. Figures written to the right of the dot (decimal) in the dollars column shall be considered as cents. Contractor must bid at least one of the following roofing systems but may bid any or all of them. '105 *ITEM PROPOSAL BID SHEET SYSTEM "A" Yakima City Clerk Yakima City Hall 129 North 2nd Street Yakima, Washington 98901 This certifies that the undersigned has examined the location of CITY HALL BUILDING RE -ROOF 129 N. SECOND STREET CITY OF YAKIMA PROJECT NO. 1783 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, for the following prices. ITEM PROPOSAL ITEM UNIT PRICE AMOUNT NO. PAYMENT SECTION QTY UNIT DOLLARS DOLLARS "Building Re- Roof ": Removing and replacing approximately 17,000 square feet of asphalt hot mop roofing system with a Johns Manville 1 Specification #4GIG -4 -ply, hot asphalt, 1 LS fiberglass ply, gravel surface or equivalent. With 3/4" Fesco over entire area and install 4 -ply type 4 fiberglass built -up roof system JM4GIS or equal. 2 Additional Work 1 FA $1,000.00 $1,000.00 SUB TOTAL SALES TAX (7.9 %) * *TOTAL PROJECT BID (includes sales tax) * Contractor must bid on at least one, System "A ", "A(1) ", System "B ", "B(1) ", or System "C ", C(1)" ** The TOTAL PROJECT BID for System "A ", "A(1) ", System "B ", "B(1) ", or System "C ", "C(1)" is the basis for award of this project. '107 *ITEM PROPOSAL BID SHEET SYSTEM "A(1)" Yakima City Clerk Yakima City Hall 129 North 2nd Street Yakima, Washington 98901 This certifies that the undersigned has examined the location of CITY HALL BUILDING RE -ROOF 129 N. SECOND STREET CITY OF YAKIMA PROJECT NO. 1783 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, for the following prices. ITEM PROPOSAL ITEM UNIT PRICE AMOUNT NO. PAYMENT SECTION QTY UNIT DOLLARS DOLLARS "Building Re- Roof ": Removing and replacing approximately 17,000 square feet of asphalt hot mop roofing system with a Johns Manville Specification #4GIG -4 -ply, hot asphalt, 1 fiberglass ply, gravel surface or equivalent. 1 LS With 2" polyisocyanurate insulation with a 1/2" retrofit board installed as the cover board over entire area and install 4 -ply type 4 fiberglass built -up roof system JM4GIS or equal. 2 Additional Work 1 FA $1,000.00 $1,000.00 I SUB TOTAL SALES TAX (7.9 %) * *TOTAL PROJECT BID (includes sales tax) * Contractor must bid on at least one, System "A ", "A(1) ", System "B ", "B(1) ", or System "C", C(1)" ** The TOTAL PROJECT BID for System "A ", "A(1) ", System "B ", "B(1) ", or System "C ", "C(1)" is the basis for award of this project. '109 *ITEM PROPOSAL BID SHEET SYSTEM "B" Yakima City Clerk Yakima City Hall 129 North 2nd Street Yakima, Washington 98901 This certifies that the undersigned has examined the location of CITY HALL BUILDING RE -ROOF 129 N. SECOND STREET CITY OF YAKIMA PROJECT NO. 1783 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, for the following prices. ITEM PROPOSAL ITEM UNIT PRICE AMOUNT NO. PAYMENT SECTION QTY UNIT DOLLARS DOLLARS "Building Re- Roof ": Removing approximately Seventeen Thousand (17,000) square feet of hot mop roofing system and replacing it with a 1 Johns Manville Specification with mineral 1 LS surface #4FID or equivalent system. With 3/4" Fesco Board over entire area and install 4 -ply type 4 fiberglass built -up roof system JM4GIS or equal. 2 Additional Work 1 FA $1,000.00 $1,000.00 SUB TOTAL SALES TAX (7.9 %) * *TOTAL PROJECT BID (includes sales tax) * Contractor must bid on at least one, System "A ", "A(1) ", System "B ", "B(1) ", or System "C", C(1)" ** The TOTAL PROJECT BID for System "A ", "A(1) ", System "B ", "B(1) ", or System "C ", "C(1)" is the basis for award of this project. '111 *ITEM PROPOSAL BID SHEET SYSTEM "B(1)" Yakima City Clerk Yakima City Hall 129 North 2 " Street Yakima, Washington 98901 This certifies that the undersigned has examined the location of CITY HALL BUILDING RE -ROOF 129 N. SECOND STREET CITY OF YAKIMA PROJECT NO. 1783 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, for the following prices. ITEM PROPOSAL ITEM QTY UNIT UNIT PRICE AMOUNT NO. PAYMENT SECTION DOLLARS DOLLARS "Building Re- Roof ": Removing approximately Seventeen Thousand (17,000) square feet of hot mop roofing system and replacing it with a Johns Manville Specification with mineral 1 surface #4FID or equivalent system. With 2" 1 LS polyisocyanurate insulation with a 1/2" retrofit board installed as the cover board over entire area and install 4 -ply type 4 fiberglass built -up roof system JM4GIS or equal. I 2 Additional Work 1 FA $1,000.00 $1,000.00 SUB TOTAL SALES TAX (7.9 %) * *TOTAL PROJECT BID (includes sales tax) * Contractor must bid on at least one, System "A ", "A(1) ", System "B ", "B(1) ", or System "C", C(1)" ** The TOTAL PROJECT BID for System "A ", "A(1) ", System "B ", "B(1) ", or System "C ", "C(1)" is the basis for award of this project. '113 *ITEM PROPOSAL BID SHEET SYSTEM "C" Yakima City Clerk Yakima City Hall 129 North 2 Street • Yakima, Washington 98901 This certifies that the undersigned has examined the location of CITY HALL BUILDING RE -ROOF 129 N. SECOND STREET CITY OF YAKIMA PROJECT NO. 1783 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, for the following prices. ITEM PROPOSAL ITEM QTY UNIT UNIT PRICE AMOUNT NO. PAYMENT SECTION DOLLARS DOLLARS "Building Re- Roof ": Removing and replacing approximately 17,000 square feet of asphalt 1 built -up roofing system with Single -ply Sixty(60) 1 LS $70,591.00 $70,591.00 Mil thick Ethylene Propylene Diene Tespolymere (EPDM) Roofing System. With 3/4" Fesco Board over entire area. 2 Additional Work 1 FA $1,000.00 $1,000.00 SUB TOTAL $71,591.00 SALES TAX (7.9 %) 5,655.69 * *TOTAL PROJECT BID (includes sales tax) $77,246.69 * Contractor must bid on at least one, System "A ", "A(1) ", System "B ", "B(1) ", or System "C ", C(1)" ** The TOTAL PROJECT BID for System "A ", "A(1) ", System "B ", "B(1) ", or System "C ", "C(1)" is the basis for award of this project. '115 J *ITEM PROPOSAL BID SHEET SYSTEM "C(1) " Yakima City Clerk Yakima City Hall 129 North 2 Street Yakima, Washington 98901 This certifies that the undersigned has examined the location of CITY HALL BUILDING RE -ROOF 129 N. SECOND STREET CITY OF YAKIMA PROJECT NO. 1783 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, for the following prices. ITEM PROPOSAL ITEM 1 UNIT PRICE AMOUNT NO. PAYMENT SECTION QTY UNIT DOLLARS DOLLARS "Building Re- Roof ": Removing and replacing approximately 17,000 square feet of asphalt built -up roofing system with Single -ply Sixty(60) 1 Mil thick Ethylene Propylene Diene Tespolymere 1 LS $80,955.00 $80,955.00 (EPDM) Roofing System. With 2" polyiso- cyanurate insulation with a 1 /2" retrofit board installed as the cover board over entire area 2 Additional Work 1 FA $1,000.00 $1,000.00 SUB TOTAL $81,955.00 SALES TAX (7.9 %) 6,474.45 * *TOTAL PROJECT BID (includes sales tax) $88,429.45 * Contractor must bid on at least one, System "A ", "A(1) ", System "B ", "B(1) ", or System "C ", C(1)" ** The TOTAL PROJECT BID for System "A ", "A(1) ", System "B ", "B(1) ", or System "C ", "C(1)" is the basis for award of this project. 1 '117 MAR -30 -2004 TUE 08 : 09 AN M. G. WAGNER CO. 509 4530592 P. 03 1 I f , i fit BID BOND FORM , �1 i Herewith find deposit in the form of a certified check, cashiers check, cash, or bid bond in the .1 amount of $ _ which amount is not less than five percent of the total bid, . j Sign Here il ;I BID BOND i KNOW ALL MEN SY THESE PRESENTS: I. til That we, M. G. WAGNER COMPANY, INC. as principal, :;1 and WESTERN SURETY , as Surety, are held and I firmly bound unto the City of Yakima, as Obligee, in the penal sum of il 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 TEAR OFF OF EXISTING ROOF & REPLACEMENT - CITY HALL BLDGacaording to the terms of the proposal or bid made by the Principal therefore, and the Principal shall duly make and I enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure so to do, pay and forfeit to the Obligee the penal amount of the deposit specified in the call for bids, then this obligation shall be null and void: otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages, the amount of tl fs._bond. SIGNED. SEALED AND DATED THIS 30TH DAY OF r - . NCH F_ , 20 04 _ 1 M.G �I A NY, INC W4 . . CM- —� SHELLEY A. S134- +HAM, ATTORNEY -IN -FACT WESTERN SURETY COMPANY , 20_ Received return of deposit in the sum of $ . '119 I • • 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, Carol Slinkard, 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 16th day of March, 2004. SuaEr "y w, WESTERN SURETY COMPANY gtiWa'` Q,PORq '30 _ _ 054 0 l Di =W: .z; / e 4 r — ...�-. Paul Bruflat, Senior Vice President State of South Dakota ss County of Minnehaha On this 16th day of March, 2004, 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 t D. KRELL November 30, 2006 s NOT SEAL s ALA. s SOUTH ARY DAKOTA PUBLIC t�,yy�,5�.y,�,y5w55�,y55h�,5hh + 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 printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said corporation this 30th day of MARCH , 2004 . WESTERN SURETY COMPANY avt, Al (A ;p? 3We X23 1 , 3 4&f AV =4�' ' . UTi t D AK�F ,,, ,anun wa 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, I am deemed to have signed and have agreed to the provisions of this declaration. NOTICE TO ALL BIDDERS To report bid rigging activities call: 1- 800 - 424 -9071 The U.S. Department of Transportation (USDOT) operates the above toll -free "hotline" Monday through Friday, 8:00 a.m. to 5:00 p.m., eastern time. Anyone with knowledge of possible bid rigging, bidder collusion, or other fraudulent activities should use the "hotline" to report such activities. The "hotline" is part of USDOT's continuing effort to identify and investigate highway construction contract fraud and abuse and is operated under the direction of the USDOT Inspector General. All information will be treated confidentially and caller anonymity will be respected. '121 NON - DISCRIMINATION PROVISION During the performance of this contract, the contractor agrees as follows: (1) The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex or national origin. Such action shall include, but not be limited to the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. *(2) The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex or national origin. *(3) The contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice, to be provided by the agency contracting officer, advising the labor union or workers' representative of the contractor's commitments under Section 202 of Executive Order No. 11246 of September 24, 1965, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. "(4) The contractor will comply with all provisions of Executive Order No. 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. *(5) The contractor will fumish all information and reports required by Executive Order No. 11246 of September 24, 1965, and by the rules regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the contracting agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. "(6) In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any such rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the contractor may be declared ineligible for further Govemment contracts in accordance with procedures authorized in Executive Order No. 11246 of September 24, 1965, and such other sanctions may be imposed and remedies involved as provided in Executive Order No. 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. "(7) The contractor will include the provisions of Paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or orders 01 the Secretary of Labor issued pursuant to Section 204 of Executive Order No. 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor. 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 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." '123 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. '125 COUNCIL RESOLUTION RESOLUTION NO. 1" 4 8 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 ._R q day of i c-,L.e r , 1983. '' L i rw ' P. NAW.J 10 /- 1 2 Mayor ATTEST: City Clerk 127 AFFIRMATIVE ACTION PLAN The bidders, contractors and subcontractors will not be eligible for award of a contract under this Advertisement for Bids unless it certifies as prescribed, that it adopts the minimum goals and timetable of minority and women workforce utilization and specific affirmative action steps as set forth by the City of Yakima, This is directed at increasing minority and women workforce utilization by means of applying good faith efforts to carrying out such steps. However, no contractor or subcontractor shall be found to be in noncompliance solely on account of its failure to meet its goals within its timetables, but such contractor shall be given the opportunity to demonstrate that it has instituted all of the specific affirmative action steps specified by the City of Yakima, and has made every good faith effort to make these steps work toward the attainment of its goals, all to the purpose of expanding minority and women workforce utilization on all of its projects in the City of Yakima, Washington. In all cases, the compliance of a bidder, contractor or subcontractor will be determined in accordance with its respective obligations under the terms of these Bid Conditions. All bidders and all contractors and subcontractors performing or to perform work on projects subject to these Bid Conditions hereby agree to inform their subcontractors of their respective obligations under the terms and requirements of these Bid Conditions, including the provisions relating to goals of minority and women employment and training. Specific Affirmative Action Steps Bidders, contractors and subcontractors subject to this contract must engage in affirmative action directed at increasing minority and women workforce utilization, which is at least as extensive and as specific as the following steps: a. The contractor shall notify community organizations that the contractor has employment opportunities available and shall maintain records of the organizations' response. b. The contractor shall maintain a file of the names and addresses of each minority and women worker referred to him and what action was taken with respect to each such referred worker, and if the worker was not employed, the reasons therefore. If 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. c. The contractor shall promptly notify the City of Yakima Engineering Division an Contract Compliance Officer when the union or unions with whom the contractor has collective bargaining agreement has not referred to the contractor a minority or woman worker sent by the contractor or the contractor has other information that the union referral process has impeded him in his efforts to meet his goal. d. The contractor shall participate in training programs in the area, especially those funded by the Department of Labor. e. The contractor shall disseminate his EEO policy within his own organization by including it in any policy manual; by publicizing it in company newspapers, annual reports, etc., by conducting staff, employee and union representatives' meetings to explain and discuss the policy; by posting of the policy; and by specific review of the policy with minority employees. '129 f. The contractor shall disseminate his EEO policy externally by informing and discussing it with all recruitment sources; by advertising in news media, specifically including minority news media; and by notifying and discussing it with all subcontractors and suppliers. g. The contractor shall make specific efforts and constant personal (both written and oral) recruitment efforts directed at all minority or women organizations, schools with minority students, minority recruitment organizations and minority training organizations, within the contractor's recruitment areas. h. The contractor shall make specific efforts to encourage present minority employees to recruit their friends and relatives. i. The contractor shall validate all man specifications; selection requirements, tests, etc. j. The contractor shall make every effort to promote after school, summer and vacation employment to minority youth. k. The contractor shall develop on- the -job training opportunities and participate and assist in any association or employer group training programs relevant to the contractor's employee needs consistent with its obligations under this bid. I. The contractor shall continually inventory and evaluate all minority and women personnel for promotion opportunities and encourage minority and women employees to seek such opportunities. m. The contractor shall make sure that seniority practices, job classifications, etc., do no have a discriminatory effect. n. The contractor shall make certain that all facilities and company activities are non- segregated. o. The contractor shall continually monitor all personnel activities to ensure that his EEO policy is being carried out. p. The contractor shall solicit bids for subcontracts from available minority and women subcontractors, engaged in the trades covered by these Bid Conditions, including circulation of minority and women contractor associations. q. Non cooperation: In the event the union is unable to provide the contractor with a reasonable flow of minority and women referrals within the time limit set forth in the collective bargaining agreements, the contractor shall, through independent recruitment efforts, fill the employment vacancies without regard to race, color, religion, sex or national origin, making full efforts to obtain qualified and /or qualifiable minorities and women. (The U.S. Department of Labor has held that it shall be no excuse that the union with which the contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority or women employees.) In the event the union referral practice prevents the contractor from meeting the obligations pursuant to Executive Order 11246 and 23 CFR Part 230 as amended, and the Standard Specifications, such contractor shall immediately notify the City of Yakima Engineering Department or the City of Yakima Compliance Officer. '130 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: M.G. Wagner Co., Inc. certifies that: (BIDDER) 1. It intends to use the following fisted construction trades in the work under the contract ! ' Roofing and; as to those trades for which it is required by these Bid Conditions to comply with these Bid Conditions, it adopts the minimum minority and women workforce utilization goals and the specific affirmative action steps for all construction work (both federal and non - federal) in the Yakima, Washington area subject to these Bid Conditions, those trades being: Roofing 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 Bi.. Conditib s. 1 Signa3e of Authorized Representative of Bidder) 1 '131 1 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) '133 MATERIALLY AND RESPONSIVENESS The certification required to be made by the bidder pursuant to these Bid Conditions is material, and will govern the bidder's performance on the project and will be made a part of his bid. Failure to submit the certification wilt render the bid non responsive. Compliance and Enforcement Contractors are responsible for informing their subcontractor (regardless of tier) as to their respective obligations under the conditions of the contract here (as applicable). Bidders, contractors and subcontractors hereby agree to refrain from entering into any contract or contract modification subject to Executive Order 11246, as amended on September 24, 1965, with a contractor debarred from, or who is determined not to be a responsible' bidder for, government contracts and federally assisted construction contracts pursuant to Executive Order. The bidder, contractor or subcontractor shall carry out such sanctions and penalties for violation of the equal opportunity clause including suspension, termination and cancellation of existing subcontracts as may be imposed or ordered by the administering agency, the contracting agency or the Office of Federal Contract Compliance pursuant to the Executive Order. Any bidder, or contractor or subcontractor who shall fail to carry out such sanctions and penalties shall be deemed to be in non - compliance with these Bid Conditions and Executive Order 11246, as amended. Nothing herein is intended to relieve any contractor or subcontractor during the term of its contract on this project from compliance with Executive Order 11246, as amended, and the Equal Opportunity Clause of its contract. Violation of any substantial requirement in the affirmative action plan by a contractor or subcontractor covered by these Bid Conditions including the failure of such contractor or subcontractor to make a good faith effort to meet it fair share of the trade's goals of minority and women workforce utilization, and shall be grounds for imposition of the sanctions and penalties provided at Section 209 (a) of Executive Order 11246, as amended. Each agency shall review its contractors' and subcontractors' employment practices during the performance of the contract. If the agency determines that the affirmative action plan no longer represents effective affirmative action, it shall so notify the Office of Federal Contract Compliance, which shall be solely responsible for any final determination of that question, and the Consequences thereof. In regard to these conditions, if the contractor or subcontractor meets its goals or if the contractor or subcontractor can demonstrate that it has made every good faith effort to meet those goals, the contractor of the subcontractor shall be presumed to be in compliance with Executive Order 11246, as amended, the implementing regulations and its obligations under these Bid Conditions and no formal sanctions or proceedings leading toward sanctions shall be instituted unless the agency otherwise determines that the contractor or subcontractor is not providing equal employment opportunities. In judging whether a contractor or subcontractor has met its goals, the agency will consider each contractors or subcontractor's minority and women workforce utilization and will not take into consideration the minority and women workforce utilization of its subcontractors. Where the agency finds that the contractor or subcontractor has failed to comply with the requirement of Executive Order 11246, as amended, the implementing regulations and its obligations under these Bid Conditions, the agency shall take such action and impose such sanctions as may be appropriate under Executive Order and the regulations. When the agency proceeds with such formal action, it has the burden of proving that the contractor has not met the requirements of these Bid Conditions, but the contractor's failure to meet his goals shall shift to him the requirement to come forward with evidence to show that he has met the "good faith" requirements of these Bid Conditions by instituting at least the Specific Affirmative Action steps '135 listed above and by making every good faith effort to make those steps work toward the attainment of its goals within its timetables. The pendency of such formal proceedings shall be taken into consideration by Federal agencies in determining whether such contractor or subcontractor can • comply with the requirements of Executive Order 11246, as amended, and is therefore a "responsible prospective contractor" within the meaning of the Federal Procurement Regulations. It shall be no excuse that the union with which the contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority and women employees. The procedures set forth in these conditions shall not apply to any contract when the head of the contracting or administering agency determines that such contract is essential to the national security and that its award without following such procedures is necessary to the national security. Upon making such a determination, the agency head will notify, in writing, the Director of the Office of Federal Contractor Compliance within thirty days. Requests for exemptions from these Bid Conditions must be made in writing, with justification, to the: Director Office of Federal Contractor Compliance U.S. Department of Labor Washington, D.C. 20210 and shall be forwarded through and with the endorsement of the agency head. Contractors and subcontractors must keep such records and file such reports relating to the provisions of these Bid Conditions as shall be required by the contracting or administering agency or the Office of Federal Contractor Compliance. '136 PROPOSAL SIGNATURE SHEET CITY HALL BUILDING RE -ROOF 129 N. SECOND STREET CITY OF YAKIMA PROJECT NO. 1783 The bidder is hereby advised that by signature of this proposal he /she is deemed to have acknowledged all requirements and signed all certificates contained herein. A proposal guaranty in an amount of five percent (5 %) of the total bid, based upon the approximate estimate of quantities at the above prices and in the form as indicated below, is attached hereto: CASH IN THE AMOUNT OF CASHIER'S CHECK DOLLARS CERTIFIED CHECK ($ ) PAYABLE TO THE STATE TREASURER PROPOSAL BOND © IN THE AMOUNT OF 5% OF THE BID ** Receipt is hereby acknowledged of addendum(s) No.(s) 1 °w° 2 & SIGNATU` E OF A O' l D OFFICIAL (S) IP E 9T. 1°1 SNCS —4 ** ignafu of A°"' RE ried Official ) gi SCOtt QR0 ( Print Name of Authorized Official); FIRM NAME M.G. Wagner Co . , Inc . (ADDRESS) 1401 Hathaway (509)575 -0934 Yakima, WA 98902 1 PHONE NUMBER Date: 4/7 , 2004 STATE OF WASHINGTON CONTRACTORS LICENSE NUMBER MGWAGCI141QG FEDERAL ID No. 1 9 1 1 1 0 1 7 ( 2 1 1 1 4 16 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. '137 BIDDER'S CHECK LIST The bidder's attention is especially called to the following forms, which must be executed, as required, and submitted on the form purchased from the City and bound in the Contract Documents: A. PROPOSAL The unit prices, extensions and total amounts bid must be shown in the spaces provided. B. 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 the surety company unless bid is accompanied by a certified check. The amount of this bond shall be not less than 5% of the total amount bid and may be shown in dollars or on a percentage basis. D. PREQUALIFICATION FORM The Prequalification Form must be filled in and signed by the bidder. ** Failure to submit the Prequalification Form will render the bid non - responsive. The following forms are to be executed after the contract is awarded: E. CONTRACT This agreement is to be executed by the successful bidder. F. PERFORMANCE BOND To be executed by the successful bidder and his /her surety company. G. 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. '139 Vicinity Map Vicinity Map I E 1 ,_,Li, i„::: \\, , „,,, r i,„ ,_, , \,..., \ wtvlgv , 1 a 'a \,o =IL A" o , likkationvoVoz*.vo,' ! i L ei, „, w o% .ciE Aill___- *pl c,,,, , 0,-,[ . ns ,,,., ,\r\ \ 0 **\ \\‘ :0,cs 0 0,-T ir , tgvoik 0 ea aN i Wi%oo zow %%\, % t:to � IT ool-a,00 o't � e 0$ ' 71 0 %vitoZa I a . \,'k,n , , \ \ \--;n\\\ ,7„ --,, ---, VICINITY MPP ( NOt To Scale)