Loading...
HomeMy WebLinkAboutR-2009-071 Nob Hill Boulevard Overpass Repairs Project Agreement with HDR EngineeringRESOLUTION NO. R-2009-71 A RESOLUTION authorizing and directing the City Manager of the City of Yakima to execute a professional services agreement in an amount not to exceed $280,000 for administrative, construction management and inspection services for the Nob Hill Boulevard Overpass Repairs project. WHEREAS, the City of Yakima City has received a 100% federal grant to make preventative maintenance repairs to the Nob Hill Overpass; and WHEREAS, the City of Yakima Engineering Division does not have the experience and expertise required to manage the construction and perform the inspection of the Nob Hill Boulevard Overpass Repairs project; and WHEREAS, the City maintains a roster of consultants whose statements of qualifications represent that they have the expertise necessary to perform the services required by the City; and, WHEREAS, the City Council has determined that it is in the best interest of the City to enter into a professional services agreement with a consultant selected from the roster for such expertise; now, therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The City Manager of the City of Yakima is authorized and directed to execute a professional services agreement in amount not exceed $280,000 for administrative, construction management and inspection services, a copy of which agreement is attached hereto and by reference made a part hereof. ADOPTED BY THE CITY COUNCIL this 5th day of Ma City Clerk avid Edler, Mayor Local Agency Standard Consultant Agreement Consultant/Address/Telephone HDR Engineering, Inc. ' 2805 St. Andrews Loop, Suite A Pasco, WA 99301 509 546-2040 ►i1 Architectural/Engineering Agreement ❑ Personal Services Agreement Agreement Number N/A Project Title And Work Description Nob Hill Overpass Project- Provide construction management services as described in Exhibit A-1 attached. Federal Aid Number BHM-4566(008) Agreement Type (Choose one) ❑ Lump Sum Lump Sum Amount $ ❑ Cost Plus Fixed Fee Overhead Progress Payment, Rate DBE Participation % Overhead Cost Method ❑ Actual Cost % ❑ Yes 0No Federal ID Number or Social Security Number 47-0680568 • Actual Cost Not To Exceed ❑ Fixed Overhead Rate % Do you require a 1099 for IRS? Completion Date December 31, 2009 Fixed Fee $ ❑ Yes No Total Amount Authorized $ Management Reserve Fund $ Maximum Amount Payable $ 279,760.00 4 Specific Rates Of Pay ►5 Negotiated Hourly Rate ❑ Provisional Hourly Rate ❑ Cost Per Unit of Work 279,760.00 Index of Exhibits (Check all that apply): ® Exhibit A-1 Scope of Work ❑ Exhibit A-2 Task Order Agreement ❑ Exhibit B-1 DBE Utilization Certification ❑ Exhibit C Electronic Exchange of Data ❑ Exhibit D-1 Payment - Lump Sum ❑ Exhibit D-2 Payment - Cost Plus Exhibit D-3 Payment - Hourly Rate ❑ Exhibit D-4 Payment - Provisional ❑ Exhibit E-1 Fee - Lump/Fixed/Unit Exhibit E-2 Fee - Specific Rates Exhibit F Overhead Cost ® Exhibit G Subcontracted Work ❑ Exhibit G -I Subconsultant Fee ►": THIS AGREEMENT, made and entered into this ❑ Exhibit G-2 Fee -Sub Specific Rates ❑ Exhibit G-3 Sub Overhead Cost Exhibit H Title VI Assurances Exhibit I Payment Upon Termination of Agreement ❑ Exhibit J Alleged Consultant Design Error Procedures ❑ Exhibit K Consultant Claim Procedures ❑ Exhibit L Liability Insurance Increase ® Exhibit M-1 a Consultant Certification Exhibit M -lb Agency Official Certification Exhibit M-2 Certification - Primary Exhibit M-3 Lobbying Certification ® Exhibit M-4 Pricing Data Certification 0 App. 31.910 Supplemental Signature Page between the Local Agency of City of Yakima day of and the above organization hereinafter called the "CONSULTANT" DOT Form 140-089 EF Revised 3/2008 Page 1 of 8 , Washington, hereinafter called the "AGENCY" , WITNESSETH THAT: WHEREAS, the AGENCY desires to accomplish the above referenced project, and WHEREAS, the AGENCY does not have sufficient staff to meet the required commitment and therefore deems it advisable and desirable to engage the assistance of a CONSULTANT to provide the necessary services for the PROJECT, and WHEREAS, the CONSULTANT represents that he/she is in compliance with the Washington State Statutes relating to professional registration, if applicable, and has signified a willingness to furnish Consulting services to the AGENCY, NOW THEREFORE, in consideration of the terms, conditions, covenants and performance contained herein, or attached and incorporated and made a part hereof, the parties hereto agree as follows. I General Description of Work The work under this AGREEMENT shall consist of the above described work and services as herein defined and necessary to accomplish the completed work for this PROJECT The CONSULTANT shall furnish all services, labor, and related equipment necessary to conduct and complete the work as designated elsewhere in this AGREEMENT. II Scope of Work The Scope of Work and projected level of effort required for this PROJECT is detailed in Exhibit "A" attached hereto and by this reference made a part of this AGREEMENT III General Requirements All aspects of coordination of the work of this AGREEMENT with outside agencies, groups, or individuals shall receive advance approval by the AGENCY. Necessary contacts and meetings with agencies, groups, and/or individuals shall be coordinated through the AGENCY The CONSULTANT shall attend coordination, progress and presentation meetings with the AGENCY and/or such Federal, State, Community, City or County officials, groups or individuals as may be requested by the AGENCY The AGENCY will provide the CONSULTANT sufficient notice prior to meetings requiring CONSULTANT participation. The minimum required hours or days notice shall be agreed to between the AGENCY and the CONSULTANT and shown m Exhibit "A." The CONSULTANT shall prepare a monthly progress report, in a form approved by the AGENCY, which will outline in written and graphical form the various phases and the order of performance of the work in sufficient detail so that the progress of the work can easily be evaluated. The CONSULTANT, and each SUBCONSULTANT, shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The CONSULTANT, and each SUBCONSULTANT, shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of USDOT-assisted contracts Failure by the CONSULTANT to carry out these requirements is a material breach of this AGREEMENT that may result in the termination of this AGREEMENT. Participation for Disadvantaged Business Enterprises (DBE), if required, per 49 CFR Part 26, or participation of Minority Business Enterprises (MBE), and Women Business Enterprises (WBE), shall be shown on the heading of this AGREEMENT If D/M/WBE firms are utilized, the amounts authorized to each firm and their certification number will be shown on Exhibit "B" attached hereto and by this reference made a part of this AGREEMENT. If the Prime CONSULTANT is a DBE firm they must comply with the Commercial Useful Function (CUF) regulation outlined in the AGENCY'S "DBE Program Participation Plan" The mandatory DBE participation goals of the AGREEMENT are those established by the WSDOT'S Highway and Local Programs Project Development Engineer in consultation with the AGENCY All Reports, PS&E materials, and other data furnished to the CONSULTANT by the AGENCY shall be returned. All electronic files, prepared by the CONSULTANT, must meet the requirements as outlmed in Exhibit "C " All designs, drawings, specifications, documents, and other work products, including all electronic files, prepared by the CONSULTANT prior to completion or termination of this AGREEMENT are instruments of service for this PROJECT, and are the property of the AGENCY Reuse by the AGENCY or by others, acting through or on behalf of the AGENCY of any such instruments of service, not occurring as a part of this PROJECT, shall be without liability or legal exposure to the CONSULTANT Page 2 of 8 IV Time for Beginning and Completion The CONSULTANT shall not begin any work under the terms of this AGREEMENT until authorized in writing by the AGENCY. All work under this AGREEMENT shall be completed by the date shown in the heading of this AGREEMENT under completion date The established completion time shall not be extended because of any delays attributable to the CONSULTANT, but may be extended by the AGENCY in the event of a delay attributable to the AGENCY, or because of unavoidable delays caused by an act of GOD or governmental actions or other conditions beyond the control of the CONSULTANT A prior supplemental agreement issued by the AGENCY is required to extend the established completion time V Payment Provisions The CONSULTANT shall be paid by the AGENCY for completed work and services rendered under this AGREEMENT as provided m Exhibit "D" attached hereto, and by reference made part of this AGREEMENT. Such payment shall be full compensation for work performed or services rendered and for all labor, materials, supplies, equipment, and incidentals necessary to complete the work. The CONSULTANT shall conform to all applicable portions of 48 CFR Part 31 A post audit may be performed on this.AGREEMENT. The need for a post audit will be determined by the State Auditor, WSDOT External Audit Office and/or at the request of the AGENCY'S PROJECT Manager VI Sub -Contracting The AGENCY permits sub -contracts for those items of work as shown in Exhibit "G" attached hereto and by this reference made part of this AGREEMENT. Compensation for this sub -consultant work shall be based on the cost factors shown on Exhibit "G " The work of the sub -consultant shall not exceed its maximum amount payable unless a prior written approval has-been issued by the AGENCY All reimbursable direct labor, overhead, direct non -salary costs and fixed fee costs for the sub -consultant shall be substantiated in the same manner as outlined in Section V All sub -contracts shall contain all applicable provisions of this AGREEMENT With respect to sub -consultant payment, the CONSULTANT shall comply with all applicable sections of the Prompt Payment laws as set forth in RCW 39 04.250 and RCW 39 76 011. The CONSULTANT shall not sub -contract for the performance of any work under this AGREEMENT without prior written permission of the AGENCY No permission for sub -contracting shall create, between the AGENCY and sub- contractor, any contract or any other relationship A DBE certified sub -consultant is required to perform a minimum amount of their sub -contracted agreement that is established by the WSDOT Highways and Local Programs Project Development Engineer in consultation with the AGENCY. VII Employment The CONSULTANT warrants that they have not employed or retained any company or person, other than a bona fide employee working solely for the CONSULTANT, to solicit or secure this contract, and that it has not paid or agreed to pay any company or person, other than a bona fide employee working solely for the CONSULTANT, any fee, commission, percentage, brokerage fee, gift, or any other consideration, contingent upon or resulting from the award or making of this contract. For breach or violation of this warrant, the AGENCY shall have the right to annul this AGREEMENT without liability or, in its discretion, to deduct from the AGREEMENT price or consideration or otherwise recover the full amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee Any and all employees of the CONSULTANT or other persons while engaged in the performance of any work or services required of the CONSULTANT under this AGREEMENT, shall be considered employees of the CONSULTANT only and not of the AGENCY, and any and all claims that may arise under any Workmen's Compensation Act on behalf of said employees or other persons while so engaged, and any and all claims made by a Page 3 of 8 third party as a consequence of any act or omission on the part of the CONSULTANTS employees or other persons while so engaged on any of the work or services provided to be rendered herein, shall be the sole obligation and responsibility of the CONSULTANT The CONSULTANT shall not engage, on a full- or part-time basis, or other basis, during the period of the contract, any professional or technical personnel who are, or have been, at any time during the period of the contract, in the employ of the United States Depai liiient of Transportation, or the STATE, or the AGENCY, except regularly retired employees, without wntten consent of the public employer of such person. VIII Nondiscrimination During the performance of this contract, the CONSULTANT, for itself, its assignees, and successors in interest agrees to comply with the following laws and regulations Title VI of the Civil Rights Act of 1964 (42 USC Chapter 21 Subchapter V Section 2000d through 2000d -4a) Federal -aid Highway Act of 1973 (23 USC Chapter 3 Section 324) Rehabilitation Act of 1973 (29 USC Chapter 16 Subchapter V Section 794) Age Discrimination Act of 1975 (42 USC Chapter 76 Section 6101 et seq ) Civil Rights Restoration Act of 1987 (Public Law 100-259) American with Disabilities Act of 1990 (42 USC Chapter 126 Section 12101 et. seq ) 49 CFR Part 21 23 CFR Part 200 RC W 49 60 180 In relation to Title VI of the Civil Rights Act of 1964, the CONSULTANT is bound by the provisions of Exhibit "H" attached hereto and by this reference made part of this AGREEMENT, and shall include the attached Exhibit "H" in every sub -contract, including procurement of materials and leases of equipment, unless exempt by the Regulations or directives issued pursuant thereto IX Termination of Agreement The right is reserved by the AGENCY to terminate this AGREEMENT at any time upon ten (10) days written notice to the CONSULTANT In the event this AGREEMENT is terminated by the AGENCY other than for default on the part of the CONSULTANT, a final payment shall be made to the CONSULTANT as shown in Exhibit "I" for the type of AGREEMENT used. No payment shall be made for any work completed after ten (10) days following receipt by the CONSULTANT of the Notice to Terminate If the accumulated payment made to the CONSULTANT prior to Notice of Termination exceeds the total amount that would be due when computed as set forth herein above, then no final payment shall be due and the CONSULTANT shall immediately reimburse the AGENCY for any excess paid. If the services of the CONSULTANT are terminated by the AGENCY for default on the part of the CONSULTANT, the above formula for payment shall not apply Page 4 of 8 In such an event, the amount to be paid shall be determined by the AGENCY with consideration given to the actual costs incurred by the CONSULTANT lin performing the work to the date of termination, the amount of work originally. required which was satisfactorily completed to date of termination, whether that work is in a form or a type which is usable to the AGENCY at the time of termination, the cost to the AGENCY of employing another firm to complete the work required and the time which may be required to do so, and other factors which affect the value to the AGENCY of the work performed at the time of termination. Under no circumstances shall payment made under this subsection exceed the amount, which would have been made usmg the formula set forth above. If it is determined for any reason that the CONSULTANT was not in default or that the CONSULTANT'S failure to perform is without the CONSULTANT'S or it's employee's default or negligence, the termination shall be deemed to be a termination for the convenience of the AGENCY In such an event, the CONSULTANT would be reimbursed for actual costs in accordance with the termination for other than default clauses listed previously In the event of the death of any member, partner or officer of the CONSULTANT or any of its supervisory personnel assigned to the PROJECT, or dissolution of the partnership, termination of the corporation, or disaffiliation of the principally involved employee, the surviving members of the CONSULTANT hereby agree to complete the work under the terms of this AGREEMENT, if requested to do so by the AGENCY This subsection shall not be a bar to renegotiation of the AGREEMENT between the surviving members of the CONSULTANT and the AGENCY, if the AGENCY so chooses. In the event of the death of any of the parties listed in the previous paragraph, should the surviving members of the CONSULTANT, with the AGENCY'S concurrence, desire to terminate this AGREEMENT, payment shall be made as set forth in the second paragraph of this section. Payment for any part of the work by the AGENCY shall not constitute a waiver by the AGENCY of any remedies of any type it may have against the CONSULTANT for any breach of this AGREEMENT by the CONSULTANT, or for failure of the CONSULTANT to perform work required of it by the AGENCY Forbearance of any rights under the AGREEMENT will not constitute waiver of entitlement to exercise those rights with respect to any future act or omission by the CONSULTANT X Changes of Work The CONSULTANT shall make such changes and revisions in the complete work of this AGREEMENT as necessary to correct errors appearing therein, when required to do so by the AGENCY, without additional compensation thereof. Should the AGENCY find it desirable for its own purposes to have previously satisfactorily completed work or parts thereof changed or revised, the CONSULTANT shall make such revisions as directed by the AGENCY This work shall be considered as Extra Work and will be paid for as herein provided under Section XIV XI Disputes Any dispute concerning questions of fact in connection with the work not disposed of by AGREEMENT between the CONSULTANT and the AGENCY shall be referred for determination to the Director of Public Works or AGENCY Engineer, whose decision in the matter shall be final and binding on the parties of this AGREEMENT, provided, however, that if an action is brought challenging the Director of Public Works or AGENCY Engineer's decision, that decision shall be subject to de novo judicial review If the parties to this AGREEMENT mutually agree, disputes concerning alleged design errors will be conducted under the procedures found in Exhibit "J", and disputes concerning claims will be conducted under the procedures found in Exhibit "K" XII Venue, Applicable Law, and Personal Jurisdiction In the event that either party deems it necessary to institute legal action or proceedings to enforce any right or obligation under this AGREEMENT, the parties hereto agree that any such action shall be initiated in the Superior court of the State of Washington, situated in the county in which the AGENCY is located. The parties hereto agree that all questions shall be resolved by application of Washington law and that the parties to such action shall have the right of appeal from such decisions of the Superior court in accordance with the laws of the State of Washington. The CONSULTANT hereby consents to the personal jurisdiction of the Superior court of the State of Washington, situated in the county in which the AGENCY is,located. Page 5 of 8 XIII Legal Relations The CONSULTANT shall comply with all Federal, State, and local laws and ordinances applicable to the work to be done under this AGREEMENT This contract shall be interpreted and construed m accordance with the laws of the State of Washington. The CONSULTANT shall indemnify and hold the AGENCY and the STATE and its officers and employees harmless from and shall process and defend at its own expense all claims, demands, or suits at law or equity arising in whole or in part from the CONSULTANT'S negligence or breach of any of its obligations under this AGREEMENT; provided that nothing herein shall require a CONSULTANT to indemnify the AGENCY or the STATE against and hold harmless the AGENCY or the STATE from claims, demands or suits based solely upon the conduct of the AGENCY or the STATE, their agents, officers and employees, and provided further that if the claims or suits are caused by or result from the concurrent negligence of (a) the CONSULTANT'S agents or employees, and (b) the AGENCY or the STATE, their agents, officers and employees, this indemnity provision with respect to (1) claims or suits based upon such negligence (2) the costs to the AGENCY or the STATE of defending such claims and suits shall be valid and enforceable only to the extent of the CONSULTANT'S negligence or the negligence of the CONSULTANT'S agents or employees. The CONSULTANT'S relation to the AGENCY shall be at all times as an independent contractor The CONSULTANT shall comply with all applicable sections of the applicable Ethics laws, including RCW 42.23, which is the Code of Ethics for regulating contract interest by municipal officers The CONSULTANT specifically assumes potential liability for actions brought by the CONSULTANT'S own employees against the AGENCY and, solely for the purpose of this indemnification and defense, the CONSULTANT specifically waives any immunity under the state industrial insurance law, Title 51 RCW Unless otherwise specified in the AGREEMENT, the AGENCY shall be responsible for administration of construction contracts, if any, on the PROJECT Subject to the processing of a new sole source, or an acceptable supplemental agreement, the CONSULTANT shall provide On -Call assistance to the AGENCY during contract administration. By providing such assistance, the CONSULTANT shall assume no responsibility for proper construction techniques, job site safety, or any construction contractor's failure to perform its work in accordance with the contract documents. The CONSULTANT shall obtain and keep in force during the terms of the AGREEMENT, or as otherwise required, the following insurance with companies or through sources approved by the State Insurance Commissioner pursuant to Title 48 RCW Insurance Coverage A. Worker's compensation and employer's liability insurance as required by the STATE B Commercial general liability and property damage insurance in an aggregate amount not less than two million dollars ($2,000,000) for bodily injury, including death and property damage The per occurrence amount shall not exceed one million dollars ($1,000,000) C Vehicle liability insurance for any automobile used in an amount not less than a one million dollar ($1,000,000) combined single limit. Excepting the Worker's Compensation Insurance and any Professional Liability Insurance secured by the CONSULTANT, the AGENCY will be named on all policies as an additional insured. The CONSULTANT shall furnish the AGENCY with verification of insurance and endorsements required by the AGREEMENT The AGENCY reserves the right to require complete, certified copies of all required insurance policies at any time All insurance shall be obtained from an insurance company authorized to do business in the State of Washington. The CONSULTANT shall submit a verification of insurance as outlined above within fourteen (14) days of the execution of this AGREEMENT to the AGENCY No cancellation of the foregoing policies shall be effective without thirty (30) days prior notice to the AGENCY The CONSULTANT'S professional liability to the AGENCY shall be limited to the amount payable under this AGREEMENT or one million ($1,000,000) dollars, whichever is the greater, unless modified by Exhibit "L". In no case shall the CONSULTANT'S professional liability to third parties be limited in any way Page 6 of 8 The AGENCY will pay no progress payments under Section V until the CONSULTANT has fully complied with this section. This remedy is not exclusive, and the AGENCY and the STATE may take such other action as is available to it under other provisions of this AGREEMENT, or otherwise in law. XIV Extra Work A The AGENCY may at any time, by written order, make changes within the general scope of the AGREEMENT in the services to be performed. B If any such change causes an increase or decrease in the estimated cost of, or the time required for, performance of any part of the work under this AGREEMENT, whether or not changed by the order, or otherwise affects any other terms and conditions of the AGREEMENT, the AGENCY shall make an equitable adjustment in the (1) maximum amount payable, (2) delivery or completion schedule, or both, and (3) other affected terms and shall modify the AGREEMENT accordingly. C The CONSULTANT must submit any "request for equitable adjustment", hereafter referred to as "CLAIM", under this clause within thirty (30) days from the date of receipt of the written order However, if the AGENCY decides that the facts justify it, the AGENCY may receive and act upon a CLAIM submitted before final payment of the AGREEMENT D Failure to agree to any adjustment shall be a dispute under the Disputes clause However, nothing in this clause shall excuse the CONSULTANT from proceeding with the AGREEMENT as changed. E Notwithstanding the terms and conditions of paragraphs (A) and (B) above, the maximum amount payable for this AGREEMENT, shall not be increased or considered to be increased except by specific written supplement to this - AGREEMENT XV Endorsement of Plans If applicable, the CONSULTANT shall place their endorsement on all plans, estimates, or any other engineering data furnished by them. XVI Federal and State Review The Federal Highway Administration and the Washington. State Department of Transportation shall have the right to participate in the review or examination of the work m progress. XVII Certification of the Consultant and the Agency Attached hereto as Exhibit "M -1(a and b)" are the Certifications of the CONSULTANT and the AGENCY, Exhibit "M -2" Certification Regarding Debarment, Suspension and Other Responsibility Matters - Primary Covered Transactions, Exhibit "M-3" Certification Regarding the Restrictions of the Use of Federal Funds for Lobbying and Exhibit "M-4" Certificate of Current Cost or Pricing Data. Exhibit "M-3" is required only in AGREEMENTS over $100,000 and Exhibit "M-4" is required only in AGREEMENTS over $500,000 XVIII Complete Agreement This document and referenced attachments contain all covenants, stipulations, and provisions agreed upon by the parties No agent, or representative of either party has authority to make, and the parties shall not be bound by or be liable for, any statement, representation, promise or agreement not set forth herein. No changes, amendments, or modifications of the terms hereof shall be valid unless reduced to writing and signed by the parties as an amendment to this AGREEMENT XIX Execution and Acceptance This AGREEMENT may be simultaneously executed in several counterparts, each of which shall be deemed to be an original having identical legal effect. The CONSULTANT does hereby ratify and adopt all statements, representations, warranties, covenants, and agreements contained in the proposal, and the supporting material submitted by the CONSULTANT, and does hereby accept the AGREEMENT and agrees to all of the terms and conditions thereof Page 7 of 8 In witness whereof, the parties hereto have executed this AGREEMENT as of the day and year shown in the "Execution Date" box on page one (1) of this AGREEMENT. By Consultant HDR Engineering, Inc. CITY CONTRAC f NO: RESOLUTION NO: R-�coq-7 DOT Form 140-089 EF Revised 3/2008 Agency City of Yakima Page 8 of 8 Exhibit A-1 Construction Management Scope of Work City of Yakima Nob Hill Overpass Project INTRODUCTION The City of Yakima (City) selected HDR Engineering, Inc. (HDR) to provide Construction Management Services for the Nob Hill Overpass Project. These services consist of pre -construction planning, support during the construction contract bid and award process, construction administration, construction observation and close- out of the project. The project is divided into several phases of work. The tasks and budgets included herein assume the work will occur over several phases of this project. Through observation of the Contractor's work in progress and field checks of materials and equipment by HDR staff shall endeavor to provide protection for the City against defects and deficiencies in the Work. However, HDR staff shall not, as a result of such observations of Contractor's work in progress supervise, direct, or have control over the Contractor's Work. HDR staff will not have any authority over or responsibility for the means, methods, techniques, sequences, or procedures selected by Contractor, for safety precautions and programs incident to the Contractor's work in progress, for any failure of Contractor to comply with Laws and Regulations applicable to Contractor's performing and furnishing the Work, or responsibility of construction for Contractor's failure to furnish and perform the Work in accordance with the Contract Documents HDR will provide training and certification necessary for their employees to meet the Railroads requirements for Security and Safety for work within the Railroads right-of-way DETAILED SCOPE OF WORK Task 1 — Project Management: 1 1 Purpose. Provide overall project management of the contract and coordination with the City 12 Approach. 1 2 1 Staff Management: Organize and layout work for the project staff Coordinate any staff changes with the City 1.2.2 Invoice Prepare an invoice to be submitted to the City on a monthly basis 1.2 3 Meeting with the City: Meet with the City every two weeks to review the status of the work included in this contract. 13 Assumptions. 1 3 1 Construction is planned to take 120 working days over six (6) months 1.4 Deliverables: 1 4 1 Six (6) and invoices 1 4 2 Master Schedule and updates Page 1 of 5 1 City of Yakima HDR Engineering, Inc. Nob Hill Overpass Project Scope of Work Task 2 — Pre -Construction: 21 Purpose: HDR will assist the City in reviewing bid proposals, award of the construction contract and managing the construction of this project. 2.2 Approach. 2.2 1 Pre -Construction Meeting. HDR will prepare an agenda and lead a pre -construction conference prior to the start of construction in the City of Yakima offices 2.2.2 Pre -construction Photographs. Prepare two sets of preconstruction photographs the existing conditions of each property along the bridge prior to the start of construction. 2.2 Assumptions: 2 3 1 Construction Management Plan HDR will prepare a draft plan for the City to review After the City reviews and comments on the plan, HDR will finalize and distribute the plan to City staff, the Design Team and the Contractor We assume that there will be 5 copies reproduced and distributed 2 3.2 City will be responsible for distributing the contract documents to prospective bidders 2 3 3 The City will provide HDR with the right of entry agreements for all properties adjacent to the project: 2 3 4 No time has been included should a bid protest or challenge be filed or initiated 2 3 5 Pre -construction meeting HDR shall prepare an agenda and distribute, the agenda to the contractor, City, design team, the Railroad and others The City will notify the appropriate City staff of the meeting and request their presence The Contractor will identify and notify the appropriate subcontractors HDR's field staff will attend the pre -construction meeting, at the conclusion of the meeting HDR will prepare a written record of the meeting HDR shall distribute copies of the minutes to all attendees and affected agencies, staff, etc One meeting will be conducted for this project. 2 3 6 The City will provide all notices to the Contractor, these include Notice of Award, Notice to Proceed, Substantial Completion, Physical Completion, etc 23 Deliverables. 2 4 1 Pre -construction meeting agenda and meeting notes 2 4 2 Pre -construction photographs Task 3 — Construction Phase Services: 31 Purpose: Provide construction administration and observation services during construction (after award of the construction contract.) 32 Approach. HDR will perform the following tasks during construction of the project: 3 2 1 Review and provide comments to the City on the General Contractor's traffic control plan, drainage plan, and CPM schedule for executing the work. 3 2.2 HDR will maintain a document management system in the project field office for tracking receipt and distribution of correspondence, submittals, RFI's, change requests, and daily reports 3 2 3 HDR staff will. have day-to-day contact with the Contractor and coordinate as necessary with the City staff 3.2 4 HDR staff will have the following responsibilities 3 2 4 1 Prepare a daily construction report detailing the contractor's activities performed for each working day the Contractor is on site. The report will identify quantities of materials and Page 2 of 5 City of Yakima Nob Hill Overpass Project HDR Engineering, Inc. Scope of Work equipment installed, equipment, personnel on site, etc Pay notes will be prepared quantifying,,the materials installed for the progress payments 3.2 4 2 Prepare Weekly Statement of Workings Days 3 2 4 3 Review and comment on the Contractor's baseline schedule and monthly updates 3.2 4 4 As questions arise as to the quality and acceptability of materials furnished, work performed, and rate of progress of work performed by the Contractor, HDR will work with the City to resolve the issues 3 2 4 5 HDR's field staff will work with adjacent property owners, the general public, and other stakeholders Keep them informed of the progress of the work and schedule for upcoming activities Keep the City informed of any concerns or problems property owners and vendors have about the project. 3.2 4 6 Receive, log and transmit submittals to the appropriate parties (contractor shop drawings, catalog cuts, material certifications and other contractor submittals required by the specifications for compliance with the contract requirements) for review and action 3 2 4 7 Maintain payment, change request, change order, submittal, RFI, and non-conformance logs on site for review 3 2 4 8 Weekly meetings Prepare agendas, lead weekly progress meetings with the Contractor, and the City Topics to be covered in the meeting include the status of the work, activities scheduled for the upcoming three weeks, status of submittals, RFI's, and changes to the work. Prepare and distribute meeting minutes within 4 days of the meeting to all parties at the meeting 3 2 4 9 Provide photographs during the course of construction 3 2 4 10 Prepare and distribute change requests to the Contractor 3 2 4 11 Prepare independent cost estimates for changes 3 2 4 12 Receive the Contractor's change request estimates, distribute the City, review the estimate, and make recommendations to the City 3 2 4 13 Track material quantities delivered and installed Reconcile quantities with the Contractor for progress payments 3 2 4 14 Prepare payment estimates for signature by the Contractor and the City Review documentation accompanying monthly payment request to confirm compliance with the Contract Documents Notify the Contractor of any deficiencies 3 2 4 15 Coordinate and manage testing subcontractor(s) Coordinate the work of the testing laboratories in the observation and testing of materials used in the construction Document and evaluate results of tests and identify deficiencies Review test results and notify the Contractor of any deficiencies Track remedial actions until work is completed in accordance with the contract documents 3 2 4 16 Perform wage interviews in accordance with WSDOT requirements 3 3 Assumptions. 3 3 1 HDR's Design Team will review submittals, RFI's, and change requests in support of the field activities Provide technical interpretations of the drawings, specifications, and contract documents, and evaluate requested deviations from the approved design or specifications The budget and costs for that work is estimated in the estimate for this contract. 3 3 2 Public relations will be handled by the City. 3 3 3 The level of effort and budget for this work is based on construction period (NTP to substantial completion) of 120 working days No overtime is assumed If the project duration is increased or additional work is required by execution of the contract by the contractor, the City will Page 3 of 5 City of Yakima HDR Engineering, Inc. Nob Hill Overpass Project Scope of Work increase HDR's hours and budget. If the duration is reduced, HDR will not use or bill the City for the unused hours 3 3 4 The City will be responsible for the processing and payment of all progress estimates to the Contractor The City will also be responsible for the obtaining of all required Intents to Pay, Affidavits of Wage Paid or other releases that may be required prior to making payment. 3 4 Deliverables. 3 4 1 Daily Reports — Submit to the City on a weekly basis or upon request. 3 4 2 Construction Photographs —1 set of weekly photos including pre -construction photographs will be maintained at the site and turned over to the City upon completion of the work. 3 4 3 Weekly meeting minutes 3 4 4 Change orders with back-up 3 4 5 HDR will maintain a set of drawings on site to document (red -line) changes to the work to be submitted to design team for their as -built documents Task 4 — Field Testing 4 1 Purpose. Provide field-testing of materials to support WSDOT documentation requirements and confirm materials are installed in accordance with the specifications 4 2 Approach. 4 2 1 Comply with WSDOT Specifications and Chapter 9 of the WSDOT Construction Manual and Chapter 52 of the WSDOT Local Agency Guidelines (LAG) Manual 4 2 2 HDR will coordinate the testing efforts 4 3 Assumptions: 4 3 1 Budget $6,000 HDR will track the testing costs and notify the City if additional testing is required 4 3 2 Assume the City will compensate HDR for all costs as supported by invoice If the costs for testing are more then the budget, the City will increase HDR's budget. 4 3 3 HDR will provide the City with a summary of the testing costs on a monthly basis 4 4 Deliverables: 4 4 1 Test reports in accordance with WSDOT requirements 4 4 2 Monthly report summarizing test costs Task 5 — Close-out 5 1 Purpose. Close-out project so that the City can document work completed on the project and secure funding 5 2 Approach: 5 2.1 Prior to substantial completion, HDR will provide the Contractor with a punch list of items to be completed or repaired before acceptance of the project. As the Contractor completes each item, they will be removed from the list. On a weekly basis (or more frequently as agreed) HDR will meet with the Contractor to review the status of the list. 5 2 2 After the project is accepted, HDR will develop a list of items to be completed before the project is closed out. HDR will review this list with the City and Contractor on a weekly basis (or as agreed ) Page 4 of 5 City of Yakima HDR Engineering, Inc. Nob Hill Overpass Project Scope of Work 5.2 3 Turn over all project documents and files to the City, including a List of Change Orders and a Comparison of Quantities as required by Chapter 53 of the LAG Manual 5.2.4 Record drawings To be submitted upon completion of the work, using available information supplied by the general Contractor(s) including but not limited to the as -built survey, on site representative personnel, suppliers, and other sources Contractor shall provide as -built information detailing final location of installed items based on the same pattern as conducted for initial design HDR will review the submitted information, make necessary corrections, revise the original drawings and submit to the City an original (Mylar) record drawing set and electronic AutoCAD (Version 14 or later) compatible with the agreed -to design drawing format. 5 3 Assumptions: 5 3 1 The level of effort for close out as requested by the City is assumed the Construction Manager and Residential Inspector will need 2 weeks, or 10 working days to review punchlist items, finalize quantities and complete assembly of the project records for turn over to the City If additional time and effort is required to close out the project, the City will amend the agreement to increase the time needed to close out the contract. 5 4 Deliverables: 5 4 1 Punch list(s) 5 4 2 Material Test Reports and Certifications 5 4 3 List of Change Orders 5 4 4 Comparison of Quantities 5 4 5 Delivered Quantity Records 5 4 6 As -Built Drawings in original format (Mylar) and AutoCAD format Page 5 of 5 Exhibit D-3 Payment (Negotiated Hourly Rate) The CONSULTANT shall be paid by the AGENCY for completed work and services rendered under this AGREEMENT as provided hereinafter. Such payment shall be full compensation for work performed or services rendered and for all labor, materials, supplies, equipment, and incidentals necessary to complete the work. The CONSULTANT shall conform to all applicable portions of 48 CFR Part 31. 1 Hourly Rates: The CONSULTANT shall be paid by the AGENCY for work done, based upon the negotiated hourly rates shown in Exhibit "E" and "F" attached hereto and by this reference made part of this AGREEMENT. The rates listed shall be applicable for the first twelve (12) month period and shall be subject to negotiation for the following twelve (12) month period upon request of the CONSULTANT or the AGENCY If negotiations are not conducted for the second or subsequent twelve (12) month periods within ninety (90) days after completion of the previous period, the rates listed in this AGREEMENT, or subsequent written authorization(s) from the AGENCY shall be utilized. The rates are inclusive of direct salaries, payroll additives, overhead, and fee. The CONSULTANT shall maintain support data to verify the hours billed on the AGREEMENT. 2. Direct Non -Salary Costs. Direct Non -Salary Costs will be reimbursed at the Actual Cost to the CONSULTANT. These charges may include, but are not limited to, the following items travel, printing, long distance telephone, supplies, computer charges and sub -consultant costs. a. Air or train travel will be reimbursed only to economy class levels unless otherwise approved by the AGENCY The CONSULTANT shall comply with the rules and regulations regarding travel costs (excluding air, train, and rental car costs) in accordance with the AGENCY'S Travel Rules and Procedures. However, air, train, and rental car costs shall be reimbursed in accordance with 48 CFR Part 31.205-46 "Travel Costs." b. The billing for Direct Non -Salary Costs shall include an itemized listing of the charges directly identifiable with the PROJECT c. The CONSULTANT shall maintain the original supporting documents in their office. Copies of the original supporting documents shall be supplied to the AGENCY upon request. d. All above charges must be necessary for the services provided under this AGREEMENT. 3 Management Reserve Fund. The AGENCY may desire to establish a Management Reserve Fund to provide the Agreement "Administrator with the flexibility to authorize additional funds to the AGREEMENT for allowable unforeseen costs, or reimbursing the CONSULTANT for additional work beyond that already defined in this AGREEMENT Such authorization(s) shall be in writing and shall not exceed the lesser of $100,000 or 10% of the Total Amount Authorized as shown in the heading of this AGREEMENT The amount included for the Management Reserve Fund is shown in the heading of this AGREEMENT This fund may not be replenished. Any changes requiring additional costs in excess of the Management Reserve Fund shall be made in accordance with Section XIV, "Extra Work." DOT Form 140-089 EF Exhibit D-3 Revised 3/09 4. Maximum Total Amount Payable: The Maximum Total Amount Payable by the AGENCY to the CONSULTANT under this AGREEMENT shall not exceed the amount shown in the heading of this AGREEMENT. The Maximum Total Amount Payable is comprised of the Total Amount Authorized, and the Management Reserve Fund. The Maximum Total Amount Payable does not include payment for Extra Work as stipulated in Section XIV, "Extra Work." No minimum amount payable is guaranteed under this AGREEMENT. 5. Monthly Progress Payments: Progress payments may be claimed on a monthly basis for all costs authorized in 1 and 2 above. The monthly billing shall be supported by detailed statements for hours expended at the rates established in Exhibit "E", including names and classifications of all employees, and billings for all direct non -salary expenses. To provide a means of verifying the billed salary costs for the CONSULTANT'S employees, the AGENCY may conduct employee interviews. These interviews may consist of recording the names, titles, salary rates, and present duties of those employees performing work on the PROJECT at the time of the interview. 6. Final Payment: Final Payment of any balance due the CONSULTANT of the gross amount earned will be made promptly upon its verification by the AGENCY after the completion of the work under this AGREEMENT, contingent upon receipt of all PS&E, plans, maps, notes, reports, electronic data and other related documents which are required to be furnished under this AGREEMENT. Acceptance of such Final Payment by the CONSULTANT shall constitute a release of all claims for payment, which the CONSULTANT may have against the AGENCY unless such claims are specifically reserved in writing and transmitted to the AGENCY by the CONSULTANT prior to its acceptance Said Final Payment shall not, however, be a bar to any claims that the AGENCY may have against the CONSULTANT or to any remedies the AGENCY may pursue with respect to such claims. The payment of any billing will not constitute agreement as to the appropriateness of any item and at the time of final audit, all required adjustments will be made and reflected in a final payment. In the event that such final audit reveals an overpayment to the CONSULTANT, the CONSULTANT will refund such overpayment to the AGENCY within thirty (30) days of notice of the overpayment. Such refund shall not constitute a waiver by the CONSULTANT for any claims relating to the validity of a finding by the AGENCY of overpayment. The CONSULTANT has twenty (20) days after receipt of the final POST AUDIT to begin the appeal process to the AGENCY for audit findings. 1, 7. Inspection of Cost Records The CONSULTANT and their sub -consultants shall keep available for inspection by representatives of the AGENCY, STATE and the United States, for a period of three (3) years after receipt of final payment, the cost records and accounts pertaining to this AGREEMENT and all items related to or bearing upon these records with the following exception: if any litigation, claim or audit arising out of, in connection with, or related to this contract is initiated before the expiration of the three (3) year period, the cost records and accounts shall be retained until such litigation, claim, or audit involving the records is completed. Exhibit E-2 Consultant Fee Determination- Summary Sheet (Specific Rates of Pay) Fee Schedule Discipline or Job Title Hourly Overhead Profit Rate Rate @ 164 00% @ 31% Per Hour Principal $ 67 91 $ 111 37 $ 21 05 $ 200 33 Project Manager $ 52.75 $ 86 51 $ 16 35 $ 155 61 Bridge Engineer $ 32.50 $ 53 30 $ 10 08 $ 95 88 Project Controller $ 25 64 $ 42.05 $ 7 95 $ 75 64 @ 120% @ 31% On- Site Representative $ 63 71 $ 76 45 $ 19 75 $ 159 91 Exhibit F Breakdown of Overhead Cost HDR Engineering Year Ending December 29, 2007 Account Title $ Beginning Total % of Direct Labor Direct Labor $ 208,865,119 100% Overhead Expenses Fringe Benefits: Payroll Taxes $ 26,774,416 12 82% Group Insurance $ 21,425,609 10.26% HolidayNacation/Sick Leave $ 37,830,834 18 11% Retirement Benefits $ 11,899,191 5 70% Total Fringe Benefits $ 97,930,050 46.89% General Overhead Indirect Labor $ 115,516,851 55 31% Travel $ 7,176,855 3 44% Employees' expenses $ 9,191,564 4 40% Supplies $ 74,211 0 04% Building Rental & Expenses $ 33,101,664 15 85% Autos $ 962,036 0 46% Taxes- General $ 2,093,929 1 00% Depreciation & Amortization $ 3,348,200 1 60% Postage $ 853,805 0 41% Telephone $ 3,679,684 1 76% Subscriptions $ 238,787 0 11% Insurance & Self Insurance $ 7,932,111 3 80% Office Expense $ 4,088,208 1 96% Professional Services $ 1,827,957 0 88% Printing $ (260,865) -0 12% Temporary Help $ 1,213,350 0 58% Marketing $ 4,942,357 2 37% Allocated Expense $ 7,800,110 3 73% Computer Expense $ 32,636,139 15 63% Administrative Costs $ 6,339,372 3 04% Other $ 128,127 0 06% State Income Tax $ 681,202 0 33% Total General Overhead $ 243,565,654 116.61% Overhead Rate (General + Fringe) $ 341,495,704 163.50% Facilities Captial Cost of Money Rate 0.72% Total Overhead Rate 164.22% Source of Information Independent Auditor's Report Deloitte Touche LLP Dated 6/2/08 Exhibit G Subcontracted Work The AGENCY permits subcontracts for the following portions of the work of this AGREEMENT: Survey- To he performed hy Hui regtse Louman R Associates nn a time and material basis at a cost not to exceed $17,000 phis a 5% markup Material Testing- To be performed hy GN Northern on a time and material basis for employees working nn -site plus standard rates for specific lab tests at a total c st not to exceed $6,000 plus a 5% markup DOT Form 140-089 EF Exhibit G Revised 6/05 Exhibit H Title VI Assurances During the performance of this AGREEMENT, the CONSULTANT, for itself, its assignees, and successors in interest agrees as follows: 1 Compliance with Regulations: The CONSULTANT shall comply with the Regulations relative to non- discrimination in federally assisted programs of the AGENCY, Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time (hereinafter referred to as the "REGULATIONS"), which are herein incorporated by reference and made a part of this AGREEMENT. 2. Non-discrimination: The CONSULTANT, with regard to the work performed during the AGREEMENT, shall not discriminate on the grounds of race, color, sex, or national origin in the selection and retention of sub -consultants, including procurement of materials and leases of equipment. The CONSULTANT shall not participate either directly or indirectly in the discrimination prohibited by Section 21.5 of the REGULATIONS, including employment practices when the AGREEMENT covers a program set forth in Appendix B of the REGULATIONS 3. Solicitations for Sub -consultants, Including Procurement of Materials and Equipment In all solicitations either by competitive bidding or negotiations made by the CONSULTANT for work to be performed under a sub -contract, including procurement of materials or leases of equipment, each potential sub - consultant or supplier shall be notified by the CONSULTANT of the CONSULTANT'S obligations under this AGREEMENT and the REGULATIONS relative to non-discrimination on the grounds of race, color, sex, or national origin. 4. Information and Reports. The CONSULTANT shall provide all information and reports required by the REGULATIONS or directives issued pursuant thereto, and shall permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by AGENCY, STATE or the Federal Highway Administration (FHWA) to be pertinent to ascertain compliance with such REGULATIONS, orders and instructions Where any information required of a CONSULTANT is in the exclusive possession of another who fails or refuses to furnish this information, the CONSULTANT shall so certify to the AGENCY, STATE or the FHWA as appropriate, and shall set forth what efforts it has made to obtain the information. Sanctions for Non-compliance. In the event of the CONSULTANT'S non-compliance with the non- discrimination provisions of this AGREEMENT, the AGENCY shall impose such AGREEMENT sanctions as it, the STATE or the FHWA may determine to be appropriate, including, but not limited to Withholding of payments to the CONSULTANT under the AGREEMENT until the CONSULTANT complies, and/or; • Cancellation, termination, or suspension of the AGREEMENT, in whole or in part DOT Form 140-089 EF Exhibit H Revised 6/05 6. Incorporation of Provisions: The CONSULTANT shall include the provisions of paragraphs (1) through (5) in every sub -contract, including procurement of materials and leases of equipment, unless exempt by the REGULATIONS, or directives issued pursuant thereto. The CONSULTANT shall take such action with respect to any sub -consultant or procurement as the AGENCY, STATE or FHWA may direct as a means of enforcing such provisions including sanctions for non-compliance. Provided, however, that in the event a CONSULTANT becomes involved in, or is threatened with, litigation with a sub -consultant or supplier as a result of such direction, the CONSULTANT may request the AGENCY and the STATE enter into such litigation to protect the interests of the AGENCY and the STATE and, in addition, the CONSULTANT may request the United States enter into such litigation to protect the interests of the United States. Exhibit 1 Payment Upon Termination of Agreement By the Agency Other Than for Fault of the Consultant (Refer to Agreement, Section IX)_,_ Lump Sum Contracts A final payment shall be made to the CONSULTANT which when added to any payments previously made shall total the same percentage of the Lump Sum Amount as the work completed at the time of termination is to the total work required for the PROJECT. In addition, the CONSULTANT shall be paid for any authorized extra work completed. Cost Plus Fixed Fee Contracts A final payment shall be made to the CONSULTANT which when added to any payments previously made, shall total the actual costs plus the same percentage of the fixed fee as the work completed at the time of termination is to the total work required for the Project. In addition, the CONSULTANT shall be paid for any authorized extra work completed. Specific Rates of Pay Contracts A final payment shall be made to the CONSULTANT for actual hours charged at the time of termination of this AGREEMENT plus any direct nonsalary costs incurred at the time of termination of this AGREEMENT Cost Per Unit of Work Contracts A final payment shall be made to the CONSULTANT for actual units of work completed at the time of termination of this AGREEMENT DOT Form 140-089 EF Exhibit I Revised 6/05 I hereby certify that I am Roy Cross Exhibit M -1(a) Certification Of Consultant Project No Local Agency Yakima representative of the firm of HDR engineering, Inc. and duly authorized whose address is 2805 St. Andrews Loop, Suite and that neither I nor the above firm I here represent has. (a) Employed or retained for a commission, percentage, brokerage, contingent fee, or other consideration, any firm or person (other than a bona fide employee working solely for me or the above CONSULTANT) to solicit or secure the AGREEMENT, (b) Agreed, as an express or implied condition for obtaining this contract, to employ or retain the services of any firm or person in connection with carrying out this AGREEMENT, or (c) Paid, or agreed to pay, to any firm, organization or person (other than a bona fide employee working solely for me or the above CONSULTANT) any fee, contribution, donation, or consideration of any kind for, or in connection with, procuring or carrying out this AGREEMENT; except as hereby expressly stated (if any), I acknowledge that this certificate is to be available to the Washington State Department of Transportation and the Federal Highway Administration, U S Department of Transportation in connection with this AGREEMENT involving participation of Federal -aid highway funds, and is subject to applicable State and Federal laws, both criminal and civil Date ' Signature DOT Form 140-089 EF Exhibit M -1(a) Revised 6/05 Exhibit M -1(b) Certification Of Agency Official I hereby certify that I am the AGENCY Official of the Local Agency of City of Yakima Washington, and that the consulting firm or its representative has not been required, directly or indirectly as an express or implied condition in connection with obtaining or carrying out this AGREEMENT to: (a) Employ or retain, or agree to employ to retain, any firm or person, or (b) Pay, or agree to pay, to any firm, person, or organization, any fee, contribution, donation, or consideration of any kind; except as hereby expressly stated (if any) - 1 acknowledge that this certificate is to be available to the Washington State Department of Transportation and the Federal Highway Administration, U.S. Department of Transportation, in connection with this AGREEMENT involving participation of Federal -aid highway funds, and is subject to applicable State and Federal laws, both criminal and civil. 4-4/ZS//i9) Date Signature DOT Form 140-089 EF Exhibit M -1(b) Revised 6/05 • Exhibit M-2 Certification Regarding Debarment, Suspension, and Other Responsibility Matters -Primary Covered Transactions I. The prospective primary participant certifies to the best of its knowledge and belief, that it and its principals. A. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any federal department or agency; B Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission or fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (federal, state, or local) transaction or contract under a public transaction; violation of federal or state antitrust statues or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property, C Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (federal, state, or local) with commission of any of the offenses enumerated in paragraph (I) (B). of this certification; and D. Have not within a three (3) year period preceding this application/proposal had one or more public transactions (federal, state, or local) terminated for cause or default. II. Where the prospective primary participant is unable to certify to any of the statements'in this certification, such prospective participant shall attach an explanation to this proposal. Consultant (Firm) HDR Engineering, Inc DOT Form 140-089 EF Exhibit M-2 Revised 6/05 (Signatu) President or Authorized Official of Consultant Exhibit M-3 Certification Regarding The Restrictions of The use of Federal Funds for Lobbying The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that. 1.No federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a member of Congress, an officer or employee of Congress, or an employee of a member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2.If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a member of Congress, an officer or employee of Congress, or an employee of a member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form -LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The prospective participant also agrees by submitting his or her bid or proposal that he or she shall require that the language of this certification be included in all lower tier subcontracts which exceed $100,000 and that all such subrecipients shall certify and disclose accordingly Consultant (Firm)* HDR Engineering, Inc. DOT Form 140-089 EF Exhibit M-3 Revised 6/05 (Signa re) 'resident or Authorized Official of Consultant Exhibit M-4 Certificate of Current Cost or Pricing Data This is to certify that, to the best of my knowledge and belief, the cost or pricing data (as defined in section 15.401 of the Federal Acquisition Regulation (FAR) and required under FAR subsection 15.403-4) submitted, either actually or by specific identification in writing, to the contracting officer or to the contracting officer's representative in support of Nob Hill Overpass Project are accurate, complete, and current as of April 28, 2009 **. This certification includes the cost or pricing data supporting any advance agreements and forward pricing rate agreements between the offeror and the Government that are part of the proposal. Firm HDR Engineering, Inc. Name 1 Title ,Roy Cross Vice President & Managing Principal Date of Execution*** `— 09 * Identify the proposal, quotation, request for price adjustment, or other submission involved, giving the appropriate identifying number (e.g., RFP No.). ** Insert the day, month, and year when price negotiations were concluded and price agreement was reached. * * * Insert the day, month, and year of signing, which should be as close as practicable to the date when the price negotiations were concluded and the contract price was agreed to DOT Form 140-089 EF Exhibit M-4 Revised 6/05 BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDA STATEMENT Item No. 1(15 For Meeting of: May 5, 2009 ITEM TITLE: A Resolution authorizing the City Manager to execute a Professional Services Agreement with HDR Engineering, Inc., a Washington Corporation, in an amount not to exceed $280,000 to perform administrative, construction management and �� inspectioninservices for the Nob Hill Boulevard Overpass Repairs project. SUBMITTED BY: V" Iliam R. Cook, Director of Community and Economic Development CONTACT PERSONITELEPHONE: Doug Mayo, City Engineer 576-6678 Brett Sheffield, Chief Engineer 576-6797 SUMMARY EXPLANATION: Following an inspection of the Nob Hill Overpass, the City hired HDR Engineering, Inc. to develop the construction plans, specification and estimate for repairs needed for this bridge on April 15, 2008. Last summer, there was a call for projects by the Federal Highway Bridge Program, and the City submitted its application for this bridge on June 27. On December 17, 2008, the City received notice that it had been 0 selected and would receive a 100% federal grant of $1,742,658 to make preventative maintenance repairs to the Nob Hill Overpass. We have since completed the design and the environmental requirements to secure the funding. On Friday, April 24, we advertised the project and expect to open bids on Friday, May 15. Since the City is the owner of only a small number of bridges, the Engineering Division does not have the experience or expertise required to manage and inspect the work to be done on this construction contract. For this reason, the City interviewed three consulting firms contained on its consultant roster that were qualified to perform this work. The three firms were: Harris and Associates; HDR Engineering, Inc.; and, JUB Engineering, Inc. HDR scored the highest on the interview and was selected to perform the administrative, construction management and inspection services. The resolution authorizes the City Manager to enter into a consultant agreement with HDR to perform the work listed on the attached Local Agency Standard Consultant Agreement. Resolution X Ordinances Other (Specify) Contract X Mail to (name and address): Phone: Funding Source: APPROVED FOR SUBMITTAL: _ City Manager STAFF RECOMMENDATION: Staff respectfully requests that the Council adopt this resolution authorizing the City Manager to execute a consultant agreement with HDR Engineering, Inc. BOARD/COUNCIUCOMMISSION RECOMMENDATION: COUNCIL ACTION: Washington State "Vim Department of Transportation Supplemental Agreement �" Number 1 Organization and Address HDR Engineering, Inc. 2805 St. Andrews Loop, Suite A Pasco, WA 99301 Phone 509-546-2040 Original Agreement Number (0o ReSoz.uTiaa 2009�Y ' R-2009--7 1 Project Number BHM-4566(008) Execution Date 8/10/2009 Completion Date 6/30/2010 Project Title Nob Hill Boulevard Overpass Repairs New Maximum Amount Payable $ 166,139.00 Description of Work Provide construction management and inspection services. The Local Agency of City of Yakima desires to supplement the agreement entered into with HDR Engineering, Inc. and executed on 05/05/2009 and identified as Agreement No 2009-71 All provisions in the basic agreement remain in effect except as expressly modified by this supplement. The changes to the;agreement are -described -as follows Section 1, SCOPE OF WORK, is hereby changed to,read. The scope of work is to remain the same however_ the Contractor's schedule shows fewer working days than anticipated and the consultant is going to use different personnel and a lower Overhead rate_ See attached estimate 11 Section IV, TIME FOR BEGINNING AND COMPLETION, is amended to change the number of calendar days for completion of the work to read The completion date was moved hack due to delays in the hid opening Section V, PAYMENT, shall be amended as follows The maximum amount payahle shall he 5166,139 111 as set forth in the attached Exhibit A, and by this reference made a part of this supplement. 'If you concur with this supplement and agree to.;the,changes as stated above, please sign in the appropriate spaces below and return to this office for final action By: Ido Cross, >: P By' �,c ,�a A- Za;s ��- e,rt r��WUtz. I , Consultant Signature Approvin thority Signature DOT Form 140-063 EF Revised 9/2005 to Hourly Rate Description Total Hours for Task TOTAL HOURS/ DOLLARS Project Principal $170.75 Project Manager $133.47 Project Inspector $98.24 Project Design Eng. $83.65 Project Controller $66.77 Nob Hill Overpass Repairs Project 1229 hours 1.00 Project Management 181 hours $24,262 $5,976 $17,084 $1,202 Administration 163 35 128 HDR Billings 18 18 2.00 Pre -Construction 20 hours $2,528 $0 $2,136 $393 Pre -Construction Meeting 20 16 4 - - -- - 0 _ - 3.00 Construction Phase services 988 hours $102,950 $25,626 $72,305 $5,019 Site Review 192 192 Inspection 736 736 RFF's / Reviews 60 60 0 4.00 Close -Out 40 hours $5,339 $0 $5,339 Close -Out Project 40 40 0 Subtotal HDR Labor Hours 1229 35 1 376 740 60 18 HDR Labor Costs HDR Direct LaborCosts $135,079 $5,976 $50,185 $72,698 $5,019 $1,202 Total Labor Costs, Allocated Overhead Costs and Fees $135,079 HDR Direct Expenses HDR Outside Expenses $12,160 HDR Subconsultant Admin (Apply to subtotal sh 5 0% $900 Total Direct Expenses $13,060 Subconsultants and/or Vendors Amount Date Services Provided HLA - Survey $12,000 N/A None Materials Testing $6,000 N/A None N/A None Total Subconsultant Expenses and/or Other Services $18,000 Total Anticipated Contract Amount $166,139 Nob Hill HDR CM Budget R4As HDR intemai 7/23/2009 9:28 AM Break-outs Working days per Month 20 days Number of Months Close out 6.5 months 2 weeks Contract Close-out Participants Activity Hours hours Roy Cross Rich Hensley Steve Nugent Bryan Nelsen L. Kirk Exspenses administration preconstruction meeting Total 35 35 administration - invoices, reports, schedules, etc 128 preconstruction meeting 16 construction- onsite meetings and site reviews 192 Close-out project Inspection preconstruction meeting Designer Controller 40 128 16 192 40 736 736 4 4 60 60 18 18 Unit price Number Total Printing $400.00 Rental car • $60 00 32.00 $1,920.00 Rental car gas $30.00 32.00 $960.00 Per Diem $90.00 92.00 $8,280 00 Miscel Exp. $600.00 Subtotal $12,160.00 Washington State AlW v71 Department of Transportation ,R2,,Dc.-r- 7-22ck Supplemental Agreement p p g Number 2 Organization and Address HDR Engineering, Inc. 2805 St. Andrews Loop, Suite A Pasco, WA 99301 Phone 509-546-2040 Original Agreement Number ted R esolA-410 a 2009-X ; R-Zoo9-7 ( Project Number BHM-4566(008) Execution Date 8/10/2009 Completion Date 6/30/2010 Project Title Nob Hill Boulevard Overpass Repairs New Maxirnum Amount Payable $ 200,566.00 Description of Work Provide construction management and inspection services for the Nob Hill Boulevard Overpass Repairs project. The Local Agency of City of Yakima desires to supplement the agreement entered into with HDR Engineering, Inc. and executed on 5/05/2009, and identified as Agreement No 2009-71 All provisions in the basic agreement remain in effect except as expressly modified by this supplement. The changes to the agreement are described as follows. Section 1, SCOPE OF WORK, is hereby changed to read Due to conditions being different than as noted in the Plans, the project time for completion needed to he extended 50 days These extra working days increase the amount of necessary inspection time and testing requirements HIR has dropped the profit margin for the additional inspection work from 31% to 11% 11 Section IV, TIME FOR BEGINNING AND COMPLETION, is amended to change the number of calendar days for completion of the work to read the completion date is to remain the same 111 Section V, PAYMENT, shall be amended as follows. The maximum payment amount shall he increased by V34,477 See attached sheets for cost breakouts as set forth in the attached Exhibit A, and by this reference made a part of this supplement. If you concur with this supplement and agree to the changes as stated above, please sign in the appropriate spaces below and return to this office for final action By. Roy Cross, PF, By. Richard A 7ais, Jr DOT Form 140-063 EF Revised 9/2005 onsultant Signature Approvjng Authority Signature Zt/zE,�� Date Break-outs Exspenses Unit price Number Total Miscellaneous $500 00 Rental car $60 00 12.00 $0 00 Rental car gas $30 00 12.00 $0.00 Per Diem $90 00 64.00 $0.00 Mileage $0.50 4000.00 $2,000.00 Subtotal $2,500.00 Hourly Rate Description Total Hours for Task TOTAL HOURS/ DOLLARS •,' ,,, , -)1" ', :: ..r, ..-,::i,r, '133., :I'l•t):., ',,,:pc c r ,, 0 ,,,,,,, - i 1 ' ' ,- ; „ 1 r,r-,, '.',. • i" -- - •=' 5. ' ,* .,5:. „.: 312 lio,urs - ''':: . ; ,- : ,.,,, -- ' ' "-''' ' ,,., .,. " ' .,.0 hourS — $0 ' - - $0 , 0 0 0 \\,. 0 2X,..1 ;•;-.– -..... „ 0 hours- $0 $0 ' - :$0: 0 0 --—--— - 0 3„5f1C.,:i-,'-' N ' -;• _ _ :'- -_-,,,ii..i:s 2- - , " - 312 hours $0 , - 0 _ 0 0 1.•,,,,:;,,,i•-,hc.11 312 0 312 -7',F-'1'z, ,',.'•1,-,: ,, 0 0 0 4 'f ::;•'::-; -, ',' : - r.-.--:' -.' ,.,,,:' _ - 0 hours _ $0 , 0 0 0 0 0 Subtotal HDR Labor Hours 312 0 II 0 312 0 0 HDR Labor Costs HDR Direct Labor Costs $28,252 $0 SO $28,252 $0 Total Labor Costs, Allocated Overhead Costs and Fees $28,252 HDR Direct Expenses HDR Outside Expenses HDR Subconsultant Admin (Apply to subtotal shcr ::'-. ..r: $175 Total Direct Expenses $2,675 Subconsultants and/or Vendors Amount Date Services Provided r- 'i.., -i''1', H: t, S 3 :: ' ' '2 V',,:i N, -,:i N 'f,,, Total Subconsultant Expenses and/or Other Services $3,500 Total Anticipated Contract Increase $34,427 No b Ho, HDR CM 1311[1 eIETC 4 HDRlotoroot 2/ 8/ 2010 9:59 AM City of Yakima Engineering Division Nob Hill Boulevard Overpass Repairs Nob Hill RR *2 Federal Aid No.: BHM-4566(008) City Project No. 2229 Construction Contract Specifications & Bid Documents 129 North Second Street Yakima, WA 98901 April 2009 Phone (509) 575-6111 Fax (509) 576-6305 DEPARTMENT OF COMMUNITY AND ECONOMIC DEVELOPMENT William R. Cook, Director Engineering Division 129 North Second Street Yakima, Washington 98901 Phone: (509) 575-6111 • Fax (509) 576-6305 ADDENDUM NO. 3 TO TI -IE BID DOCUMENTS & SPECIFICATIONS FOR THE CITY OF YAKIMA, WA for Nob Hill Boulevard Overpass Repairs FEDERAL AID NO.: BI -1 M-4566(008) CITY OF YAKIMA PROJECT NO.: 2229 TO THE ATTENTION OF ALL BIDDERS AND PLAN HOLDERS: The Bid & Contract Documents shall be modified as follows: LFEM 1. Bid Opening: The bid opening has been rescheduled to Tuesday June 30, 2009 2:00 p.m. ITEM 2. INVITATION TO 131 D Invitation to Bid (page 5) Delete the second paragraph of the Invitation to Bid as contained in Addendum No. 1 and replace it with the following: This project consists of making improvements to the Nob Hill Boulevard Overpass over the Union Pacific and Burlington Northern Santa Fe Railroads in Yakima, Washington. The work shall consist of replacing 70 expansion and 50 pinned bearings, placing a I /2 -inch thick latex modified concrete overlay on the 5774 square yard bridge deck and approach slabs, resealing the seven existing 52 -foot long bridge deck expansion joints, fiber wrapping three 3 -foot diameter concrete columns approximately 25 feet in height and other work. All work rs to be in accordance with the plans and specifications as prepared by the City Engineer of the City of Yakima Addendum 3 Page 1 of 7 6/22/109 Yakima f ne.n cautr lir 1491 1 ITEM 3. DESCRIPTION OF WORK Description of Work (page 42) (page 1 Delete this section as contained in Addendum No 1 and replace it with the following: ' (March 13, 1995) This contract provides for the improvement of the Nob Hill Boulevard Overpass over the Union Pacific and Burlington Northern Santa Fe Railroads in Yakima, ' Washington. The work shall consist of replacing 70 expansion and 50 pinned bearings, placing a 1 1/2 -inch thick latex modified concrete overlay on the 5774 square yard bridge deck and approach slabs, resealing the seven existing 52 -foot long bridge ' deck expansion joints, fiber wrapping three 3 -foot diameter concrete columns approximately 25 feet in height and other work, all in accordance with the attached Contract Plans, these Contract Provisions, and the Standard Specifications. 1 ITEM 4. Standard Specifications; Special Provisions Section 1-02 1 Section 1-02 Bid Procedures and Conditions Section 1-02.14 Disqualification of Bidders (pages 46 and 47) Delete this section contained on pages 46 and 47 of the Contract Provisions and ' replace it with the following: 1-02.14 Disqualification of Bidders 1 (March 25, 2009 APWA GSP, Option B) Delete this Section and replace it with the following: ' A Bidder will be deemed not responsible if: 1 1. the Bidder does not meet the mandatory bidder responsibility criteria in RCW 39.04.350(1), as amended; or ' 2. evidence of collusion exists with any other Bidder or potential Bidder. Participants in collusion will be restricted from submitting further bids; or 3. the Bidder, in the opinion of the Contracting Agency, is not qualified for the work or to the full extent of the bid, or to the extent that the bid exceeds the authorized prequalification amount as may have been determined by a prequalification of the Bidder; or 4. an unsatisfactory performance record exists based on past or current ' Contracting Agency work or for work clone for others, as judged from the standpoint of conduct of the work; workmanship; or progress, affirmative action, equal employment opportunity practices, ' termination for cause; or Disadvantaged Business Enterprise, Minority Business Enterprise, or Women's Business Enterprise utilization, or Addendum 3 Page 2 of 7 6/22//09 5. there is uncompleted work (Contracting Agency or otherwise), which ' in the opinion of the Contracting Agency might hinder or prevent the prompt completion of the work bid upon; or ' 6. the Bidder failed to settle bills for labor or materials on past or current contracts, unless there are extenuating circumstances acceptable to the Contracting Agency; or 7. the Bidder has failed to complete a written public contract or has been convicted of a crime arising from a previous public contract, unless ' there are extenuating circumstances acceptable to the Contracting Agency; or 8. the Bidder is unable, financially or otherwise, to perform the work, in I the opinion ofthe Contracting Agency; or there are any other reasons deemed proper by the Contracting Agency. ' As evidence that the Bidder meets the bidder responsibility criteria above, the apparent two lowest Bidders must submit to the Contracting Agency within 24 hours of the bid submittal deadline, documentation (sufficient in ' the sole judgment of the Contracting Agency) demonstrating compliance with all applicable responsibility criteria, including all documentation specifically listed in the supplemental criteria. The Contracting Agency ' reserves the right to request such documentation from other Bidders as well, and to request further documentation as needed to assess bidder responsibility. The basis for evaluation of Bidder compliance with these supplemental criteria shall be any documents or facts obtained by Contracting Agency (whether from the Bidder or third parties) which any reasonable owner would rely on for determining such compliance, including but not limited to: (i) financial, historical, or operational data from the Bidder; (ii) information obtained directly by the Contracting Agency from owners for whom the Bidder has worked, or other public agencies or private enterprises, and (iii) any additional information obtained by the Contracting Agency which is believed to be relevant to the matter. If the Contracting Agency determines the Bidder does not meet the bidder responsibility criteria above and is therefore not a responsible Bidder, the Contracting Agency shall notify the Bidder in writing, with the reasons for its determination. 1 f the Bidder disagrees with this determination, it may appeal the determination within 24 hours of receipt of the Contracting Agency's determination by presenting its appeal to the Contracting Agency. The Contracting Agency will consider the appeal before issuing its final determination 1 f the final determination affirms that the Bidder is not responsible, the Contracting Agency will not execute a contract with any other Bidder until at least two business days after the Bidder determined to be not responsible has received the final determination. ' Addendum 3 Page 3 of 7 6/22//09 ITEM 5. Standard Specifications; Special Provisions Section 1-05 Section 1-05 Control of Work Section 1-05.15 Method of Serving Notices (page 53) This section that is included in the Contract Provisions is deleted in its entirety and replaced with the following: 1-05.15 Method of Serving Notices (March 25, 2009 APWA GSP) Revise the second paragraph to read: All correspondence from the Contractor shall be directed to the Project Engineer. All correspondence from the Contractor constituting any notification, notice of protest, notice of dispute, or other correspondence constituting notification required to be furnished under the Contract, must be in paper format, hand delivered or sent via mail delivery service to the Project Engineer's office. Electronic copies such as e-mails or electronically delivered copies of correspondence will not constitute such notice and will not comply with the requirements of the Contract. ITEM 6. Standard Specifications; Special Provisions Section 1-10 Section 1-10 Temporary Traffic Control Section 1-10.1(2) Description (page 84) Delete the modification to this section that is contained in the Contract Provisions. ITEM 7. Standard Specifications; Special Provisions Section 1-07 Section 1-07 Legal Relations and Responsibilities to die Public Section 1-07.18 Public Liability and Property Damage Insurance Protection of Railroad Property (pages 73 — 75) Delete the last two lines of paragraph 9 and replace them with the following: Terrel Anderson (916) 789-5134, IAA NDERSO,up.com for the Union Pacific Railroad. Section 1-07 18 is supplemented with the following: Addendum 3 Page 4 of 7 6/22//09 The Contractor will need to obtain a Right of Entry permit from the Union Pacific Railway prior to performing any work within the Union Pacific right of way The contact for this is Paul Farrel at (402) 544-8620. A minimum of 14 days notice will be required prior to working within 25 feet of the UP Rail line. The UP Roadmaster is Marc Rubino at (509) 836-5233. ITEM 8. Standard Specifications; Special Provisions Section 6-10 Section 6-10 Concrete Barriers 6-10.1 Description This section is supplemented with the following: This work shall also consist of resetting temporary concrete barrier. 6-10.3(3) Removing and Resetting Permanent Concrete Barrier This section is supplemented with the following: The Contractor shall reset the temporary concrete barrier as indicated in the plans. 6-10.4 Measurement This section is supplemented with the following: Resetting temporary concrete barrier will be measured by the linear foot. 6-10.5 Payment This section is supplemented with the following. "Resetting Temporary Conc. Barrier", per linear foot. ITEM 9. Proposal: Item Proposal Bid Sheets: Remove the Item Proposal Bid Sheet contained in Addendum No. 1 and replace it with the attached Item Proposal Bid Sheet, labeled "Addendum No. 3", dated "June 22, 2009". The quantity of item number 5 — "Concrete Repair" has been reduced to 600 square feet to reflect that the repair of the east abutment will be pard for by new items, number 12 — "Concrete Cl 4000D and number 13 — "Steel Reinforcing Bar". Item number 18 — "Temporary Concrete Barrier" and Item number 19 — "Resetting Temporary Concrete Barrier" have been added to the Item Proposal Bid Sheet. Addendum 3 Page 5 of 7 6/22//09 ITEM 10. Plans: Ilan Sheets: Remove the plan sheet 2/21 contained in Addendum No. 1 and remove the plan sheet 21/21 contained in the Construction Contract Specifications and Bid Documents and replace them with the attached plan sheets 2/21 and 21/21. ITEM 11. Details Detail Sheets: The five (5) attached detour and traffic control plan sheets are made a part of the Construction Contract Specifications and Bid Documents. This ADDENDUM is to be considered as much a part of the contract provisions as if it were included in the body of the Plans and Specifications. All Bidders shall acknowledge receipt of the ADDENDUM on the proposal form prior to bid opening. APPROVED: S`'..•t1 \-i Brett 1-1. Sheffie10.E. Chief Engineer Addendum 3 END OF ADDENDUM NO. 3 Date Page 6 of 7 6/22//09 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ITEM PROPOSAL BID SHEET City of Yakima Nob Hill Boulevard Overpass Repairs Nob Hill RR #2 City Project No. 2229 Federal Aid No.: BHM-4566(008) ITEM NO. PROPOSAL ITEM PAYMENT SECTION UNIT PRICE DOLLARS AMOUNT DOLLARS 1 SPCC PLAN 1-07 15 1 LS 2 MOBILIZATION 1-09 7 1 LS 3 PROJECT TEMPORARY TRAFFIC CONTROL 1-10 5 1 LS 4 EPDXY CRACK SEALING 6-02.5 100 LF 5 CONCRETE REPAIR 6-02.5 600 SF 6 BRIDGE CLEANING 6-02.5 1 FA $20,000 7 GIRDER JACKING AND SUPPORT 6-02.5 1 LS 8 BONDED FRP FOR COLUMNS 6-02.5 746 SF 9 ELASTOMETRIC BEARING PAD - SUPERSTR. 6-02.5 120 EA 10 EXPANSION JOINT MODIFICATION 6-02.5 365 LF 11 MISCELLANEOUS WORK - FORCE ACCOUNT 6-02.5 1 FA $50,000 12 CONC CLASS 4000D 6-02.5 15 CY 13 ST REINF BAR 6-02.5 3209 LB 14 MODIFIED CONCRETE OVERLAY 6-09 5 6171 CF 15 FINISHING AND CURING MODIFIED CONC OVERLAY 6-09 5 5485 SY 16 REMOVING EXISTING CONCRETE OVERLAY 6-09 5 5485 SY 17 FURTHER DECK PREPARATION 6-09 5 1650 CF 18 TEMPORARY CONC BARRIER 6-10 5 1200 LF 19 RESETTING TEMPORARY CONC BARRIER 6-10 5 1200 LF 20 STRUCTURE EXCAVATION CLASS B 2-09 5 153 CY 21 SHORING OR EXTRA EXCAVATION 2-09 5 1340 SF Addendum 3 Page 7 of 7 TOTAL 5 6/22//09 1 Nob Hill Overpass Construction � Detour Map PEACH STREET Helena St Baker_l_ ARLINGTO—N7AVENUE Arlington St CO TRUtTION \9 AREf BAKER CT CENTRAL AVE LA FOILETTE ST E PRASCH AVE VIOLA AVENUE ILNNANT LN LUNDY LANE E Mead Ave KING ST \ 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 NOTES 1 Modify Regulatory Traffic Control Devices, as needed, for the duration of the detour 2. Two Flashing Warning Lights (Type A per MUTCD) may be used to mark each barricade at night. 3. Trail Blazers shall be installed throughout the detour, as appropriate. 4 Signing shown for the one direction only 5 Coordinate with emergency services. 6 For signs size refer to Manual on Uniform Traffic Control Devices (MUTCD) and WSDOT Sign Fabrication Manual M55-05 /1----.1:4:7---"FtEA R11 -W4 0 0 0 s. /� } S\Cee 0 a )' SIGN SPACING = X (1) RURAL ROADS 45 / 55 MPH 500' RURAL ROADS & URBAN ARTERIALS 35 / 40 MPH 350' RURAL ROADS, URBAN ARTERIALS, 25 / 30 MPH RESIDENTIAL & BUSINESS DISTRICTS 200' (2) URBAN STREETS 25 MPH OR LESS 100' • (2) ALL SIGNS ARE BLACK ON ORANGE UNLESS DESIGNATED OTHERWISE (1) ALL SIGN SPACING MAY BE ADJUSTED TO ACCOMMODATE AT -GRADE INTERSECTIONS AND DRIVEWAYS (2) THIS SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROADWAY CONDITIONS. VJ 000HILL BLVD . DETOUR 471 z LE a 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 NOTES 1 Modify Regulatory Traffic Control Devices, as needed, for the duration of the detour 2. Two Flashing Warning Lights (Type A per MUTCD) may be used to mark each barricade at night. 3. Trail Blazers shall be installed throughout the detour, as appropriate 4 Signing shown for the one direction only 5 Coordinate with emergency services. 6 For signs size refer to Manual on Uniform Traffic Control Devices (MUTCD) and WSDOT Sign Fabrication Manual M55-05 W. Nob Hill Blvd. ❑ ❑ 0 ❑ 0 0 0 0 0 0 0 '0 '0 0 O ❑ 0 0 0 0 0 0 0 0 0 0 SIGN SPACING = X (1) RURAL ROADS 45 / 55 MPH 500' RURAL ROADS & URBAN ARTERIALS 35 / 40 MPH 350' RURAL ROADS, URBAN ARTERIALS, RESIDENTIAL & BUSINESS DISTRICTS 25 / 30 MPH 200' (2) URBAN STREETS 25 MPH OR LESS 100' (2) ALL SIGNS ARE BLACK ON ORANGE UNLESS DESIGNATED OTHERWISE (1) ALL SIGN SPACING MAY BE ADJUSTED TO ACCOMMODATE AT -GRADE INTERSECTIONS AND DRIVEWAYS. (2) THIS SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROADWAY CONDITIONS. U a CD CD 0 0 0 0 0 0 0 0 0 0 0 0 0 (1) P1 z ROAD CLOSED 6 BLOCKS AHEAD LOCAL TRAFFIC ONLY DETOUR M4 -10R ROAD CLOSED 6 BLOCKS AHEAD LOCAL TRAFFIC ONLY DETOUR LEGEND N SIGN LOCATION 1=S_4 BARRICADE — TYPE 3 R BARRICADE — TYPE 3 L ll Nob Hill Overpass Construction 1 Detour Map BLVD PRASCI1 PD ce AVE DRAWN BY• ELENA BRUNSTEIN M - - - - I M EN i I - 1 - N - - r M •NEI LONGITUDINAL BUFFER SPACE = B POSTED SPEED (MPH) 25 30 35 40 45 50 55 80 LENGTH B (FEET) 155 200 250 305 360 425 405 570 BUFFER DATA TYPICAL PROTECTIVE VEHICLE WITH TMA (SEE NOTE 1) VEHICLE TYPE LOADED WEIGHT 4 YARD DUMP TRUCK SERVICE TRUCK, FIAT BED, ETC. MINIMUM WEIGHT 15,000 LBS. (MAXIMUM WEIGHT SHALL BE IN ACCORDANCE \ATH MANU- FACTURER RECOMMENDATION) ROLL AHEAD STOPPING DISTANCE = 30 FEET MIN. (DRY PAVEMENT ASSUMED) END ROAD WORN MINIMUM TAPER LENGTH = L (FEET) LANE VV1DTH (FEET) 25 30 POSTED 35 SPEED 40 45 MPH) 50 55 60 10 105 150 205 270 450 500 550 - 11 115 165 225 204 465 550 605 680 12 125 180 245 320 540 800 880 720 CHANNELIZING DEVICE SPACING POSTED SPEED IN TAPER IN TANGENT (MPH) (FEET) (FEET) 50170 40 80 35145 30 80 25130 20 40 G20 -2A OR DOWNSTREAM TAPER TO SHOW END OF WORK AREA - SEE NOTE 7 100' SIGN SPACING = X (1) RURAL HIGHWAYS 60155 MPH 800' s RURAL ROADS 45 155 MPH 500' t RURAL ROADS 8 URBAN ARTERIALS 35 140 MPH 350' 0 RURAL ROADS, URBAN ARTERIALS, 251 30 MPH RESIDENTIAL & BUSINESS DISTRICTS 200' t (2) URBAN STREETS 25 MPH OR LESS 100' t (2) ALL SIGNS ARE BLACK ON ORANGE UNLESS DESIGNATED OTHERWISE (1) ALL SIGN SPACING MAY BE ADJUSTED TO ACCOMMODATE INTERCHANGE RAMPS, AT -GRADE INTERSECTIONS, AND DRIVEWAYS. (2) THIS SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROADWAY CONDITIONS. W4 -2L - COMPLIANCE DATE 12/23/13 W20 -5R RIGHT LANE CLOSED AHEAD ROAD WORK AHEAD W20-1 B WORK AREA fi X L ION D ® ® .__111_= 5 5 SEE STANDARD PLAN K-24.20 FOR ALTERNATE ENCROACHMENT LEGEND 0 ® ® D SIGN LOCATION CHANNELIZING DEVICES PROTECTIVE VEHICLE - RECOMMENDED PORTABLE CHANGEABLE MESSAGE SIGN ARROW PANEL PCMS SAMPLE MESSAGE 2 LANE CLOSED ONE MILE MEAD 1.5 SEC 1.5 SEC F ELD LOCATE 1 MILE 8, N ADVANCE OF LANE CLOSURE NOTES 1. A Protective Vehicle is recommended regardless if a Truck Mounted Attenuator (TMA) is available; a work vehicle may be used. When no TMA is used, the Protective Vehicle shall be strategically located to shield workers, with no specific Roll -Ahead distance. 2. Devices shall not encroach into adjacent lanes. 3. Extend device taper (U3) across shoulder - recommended. 4. Portable Changeable Message Sign (PCMS) -- recommended. 5. Use Transverse Devices in closed lane every 1000' ± - recommended. 6. Traffic Safety Drums for all tapers on high speed roadway - recommended. 7 Channelizing Device spacing for the downstream taper option shall be 20' O.C. 8. For signs size refer to Manual on Uniform Traffic Control Devices (MUTCD) and WSDOT Sign Fabrication Manual M55-05. FOR LOCAL AGENCY USE ONLY NOT FOR USE ON STATE ROUTES EXPIRES AUGUST 9, 20071 SINGLE LANE CLOSURE ON MULTILANE ROADWAY STANDARD PLAN K-24.60-00 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Ken L. Smith 02-15-07 tnATE 052110415101.. wTE Washington S. Department of Transportation MI N I- E MI- -- MI M MII W4 -2L COMPUANCE DATE 12/23/13 W20 -5R W20-1 LONGITUDINAL BUFFER SPACE = B POSTED SPEED (MPH) 25 30 35 40 45 50 55 60 65 70 LENGTH B (FEET) 155 200 250 305 360 425 495 570 645 730 SIGN SPACING = X (1) LANE WIDTH (FEET) 25 RURAL HIGHWAYS 60 / 65 MPH 800' POSTED 40 RURAL ROADS 45 / 55 MPH 500' MPH) 55 RURAL ROADS & URBAN ARTERIALS 35 / 40 MPH 350' 70 RURAL ROADS, URBAN ARTERIALS, 25130 MPH RESIDENTIAL & BUSINESS DISTRICTS 200' (2) URBAN STREETS 25 MPH OR LESS 100' (2) ALL SIGNS ARE BLACK ON ORANGE UNLESS DESIGNATED OTHERWISE 550 — (1) ALL SIGN SPACING MAY BE ADJUSTED TO ACCOMMODATE INTERCHANGE RAMPS, AT -GRADE INTERSECTIONS, AND DRIVEWAYS. (2) THIS SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROADWAY CONDITIONS. MINIMUM TAPER LENGTH = L (FEET) (3) LANE WIDTH (FEET) 25 30 35 POSTED 40 SPEED 45 50 MPH) 55 60 65 70 10 105 150 205 270 450 500 550 — — — 11 115 165 225 294 495 550 605 660 — — 12 125 180 245 320 540 600 660 720 780 840 (3) THE TAPER LENGTH MAY BE REDUCED IN URBAN AREAS TO FIT ROADWAY CONDITIONS. CHANNELIZING DEVICE SPACING POSTED SPEED (MPH) IN TAPER (FEET) IN TANGENT (FEET) 50/65 40 80 35/45 30 60 25 / 30 20 40 LEGEND SIGN LOCATION 0 CHANNEUZING DEVICES ® TEMPORARY CONCRETE BARRIER Willi REFLECTORS TEMPORARY IMPACT ATTENUATOR W12 -401R 020-2A END ROAD OR G20 -2A END ROAD WORK rrAP W12-5018 NOTES 1 Existing conflicting pavement markings that are no longer applicable shall be removed or obliterated. Temporary markings shall be used as necessary 2. Steady -Bum Warning Lights (Type C, MUTCD) shall be used to mark Channelizing Devices at night. 3. Exposed ends of Concrete Barriers shall be tapered outside the clear zone or fitted with impact attenuators. 4 Roadside Barrier and End Treatment shall be crashworthy Refer to Design Manual, Chapter 710 & 720, for barrier and attenuator information. 5 Temporary concrete barrier may be Type 2 (see Standard Plan C-8) or Alternative (see Standard Plan K-80.30). Anchoring may be required (see Standard Plans K-80.35 and K-80.37) 6. For signs size refer to Manual on Uniform Traffic Control Devices (MUTCD) and WSDOT Sign Fabrication Manual M55-05 LONGITUDINAL BARR ER FLARE RATES POSTED ANCHORED UNANCHORED SPEED (MPH) BARRIER BARRIER 60 18: 1 16 : 1 55 16:1 14 : 1 50 14 : 1 12 : 1 45 12 : 1 11 : 1 40 OR BELOW 11 : 1 10 : 1 W4 -2L ••- COMPLIANCE DATE 12/23/13 0-5R W20-1 of 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 GENERAL NOTES: SPECIFICATIONS: WASHINGTON STATE DEPARTMENT OF TRANSPORTATION STANDARD SPECIFICATIONS FOR ROAD, BRIDGE AND MUNICIPAL CONSTRUCTION 2008 EDITION AND ANY AMENDMENTS THERETO, AND THE SPECIAL PROVISIONS GOVERN UNLESS OTHERWISE NOTED IN THE PLANS. THE RETROFIT WAS PREPARED IN ACCORDANCE WITH AASHTO SPECIFICATIONS 17TH EDITION AND CURRENT INTERIMS. LOADING' HS20-44 LOADING. DIMENSIONS; THE DIMENSIONS SHOWN ON THE PLANS ARE BASED ON THE ORIGINAL DRAWINGS AND MAY VARY FROM THE ACTUAL CONSTRUCTED STRUCTURE. VERIFY ALL RELEVANT DIMENSIONS OF THE EXISTING STRUCTURE IN THE FIELD BEFORE ORDERING MATERIALS. SHOP DRAWINGS: OBTAIN APPROVAL OF SHOP DRAWINGS FROM THE CITY OF YAKIMA BEFORE BEGINNING FABRICATION. IN THE EVENT THAT THE DIMENSIONS AND DETAILS OF THE EXISTING STRUCTURE VARY FROM THE PLANS MODIFY CONSTRUCTION, W1T1-1 THE ENGINEERS APPROVAL, TO BEST SUIT EXISTING CONDITIONS AND THE NATURE OF THE INTENDED WORK. UTILITIES; MAINTAIN EXISTING UTILITIES DURING CONSTRUCTION. EXISTING PLANS* EXISTING PLANS FROM THE 1964 ORIGINAL CONSTRUCTION AND THE 1980 DECK OVERLAY ARE AVAILABLE UPON REQUEST TO THE CITY OF YAKIMA. MAINTENANCE OF TRAFFIC: MAINTAIN TWO LANES OF TRAFFIC INCLUDING PEDESTRIAN TRAFFIC DURING STRUCTURE MODIFICATIONS AND ONE LANE OF TRAFFIC EACH WAY DURING OVERLAY OPERATIONS. SHORT PERIODS OF BRIDGE CLOSURE ARE ACCEPTABLE DURING SPAN JACKING OPERATIONS. SEE THE SPECIAL PROVISIONS. RAILROAD CONTACT INFORMATION: CONTACT ANDY VULGAS (509)350-3200 VULGAS@BNSF.COM AND TERREL ANDERSON (916) 789-5134 TAANDERS@UP.COM FOR RAILROAD FLAGGING AND TO COORDINATE WORK ON RAILROAD RIGHT—OF—WAY. CONCRETE REPAIR; AREAS OF CONCRETE REPAIR ARE AS DESCRIBED ON SHEET 20. THE TWO TYPES OF CONCRETE REPAIR ARE DELAMINATION REPAIR AND SPALL REPAIR. CONCRETE DELAMINATION REPAIR IS REQUIRED FOR THE CAPS AT BENT 1, BENT 5, AND BENTS 10 — 12. AT THESE LOCATIONS, REMOVE THE EXISTING CONCRETE IN THE DELAMINATED REGION, AS DETERMINED BY THE ENGINEER, TO THE DEPTH OF THE EXISTING REINFORCEMENT AND CLEAN THE LOOSE RUST FROM ANY EXPOSED REINFORCEMENT. FORM AROUND THE CONCRETE REMOVAL AREA, COAT THE ENTIRE SURFACE WITH A CONCRETE BONDING AGENT, AND PLACE NEW RAPID SETTING CONCRETE. CONCRETE DELAMINATION REPAIR IS ALSO REQUIRED FOR THE CAP AND WALL AT BENT 13. REFER TO SHEET 21 FOR THE DETAILS AND NOTES REGARDING THE REPAIR AT THIS LOCATION. CONCRETE SPALL REPAIR IS REQUIRED AT BENT 4, BENT 5, AND BENTS 10 — 12. THE WEST BEAM LEDGE AND TWO GIRDER STOPS ON THE EAST BEAM LEDGE AT BENT 4 HAVE SPALLED AREAS. THE WATER PIPE SUPPORT BRACKET AT BENT 5 HAS SPALLING, WHICH IS EXPOSING THE SUPPORT BRACKET ANCHOR BOLTS, ALONG THE OUTSIDE FACE OF THE WEST BEAM LEDGE. GIRDER ENDS AT BENTS 5, 10, 11 AND 12 ARE SPALLED AND HAVE EXPOSED PRESTRESSING STRAND. REPAIR THE SPALLED AREAS AT BENT 4 BY CHIPPING THE EDGES OF THOSE AREAS TO A DEPTH OF AT LEAST ONE—HALF INCH TO PREVENT FEATHERING OF THE REPAIR CONCRETE. CLEAN THE LOOSE RUST FROM ANY EXPOSED REINFORCEMENT. FORM AROUND THE SPALLED AREA, COAT THE ENTIRE SURFACE WITH A CONCRETE BONDING AGENT, AND PLACE NEW RAPID SETTING CONCRETE. REPAIR THE SPALLED GIRDER ENDS AT BENTS 5, 10, 11 AND 12 WHILE THE BEARINGS ARE BEING REPLACED AT THOSE LOCATIONS, AFTER THE DEBRIS AND CONCRETE BUILDUP HAS BEEN REMOVED. THOROUGHLY CLEAN AND REMOVE ALL LOOSE RUST FROM THE EXPOSED PRESTRESSING STRANDS. CHIP THE EDGES OF THE SPALLED AREAS TO A DEPTH OF AT LEAST ONE—HALF INCH TO PREVENT FEATHERING OF THE REPAIR CONCRETE. FORM AROUND THE SPALLED AREA, COAT THE ENTIRE SURFACE WITH A CONCRETE BONDING AGENT, AND PLACE NEW RAPID SETTING CONCRETE. ON THE VERTICAL FACE BENEATH THE BENT 5 WATER PIPE SUPPORT BRACKET, REMOVE THE EXISTING CONCRETE DOWN TO THE EXISTING REINFORCEMENT OVER A WIDTH OF TWO FEET. REMOVE THE FOUR SUPPORT BRACKET ANCHOR BOLTS AND CLEAN THE LOOSE RUST FROM ANY EXPOSED REINFORCEMENT. FORM AROUND THE REMOVAL AREA, COAT THE ENTIRE SURFACE WITH A CONCRETE BONDING AGENT, AND PLACE NEW RAPID SETTING CONCRETE. EXPANSION AND PINNED BEARINGS* ALL STEEL FOR THE UPPER AND LOWER PLATES, INCLUDING ANCHOR BOLTS AND PINTLES, SHALL BE GALVANIZED IN ACCORDANCE WITH ASTM A 123. SUMMARY OF QUANTITIES ITEM QUANTITY UNIT STRUCTURE EXCAVATION CLASS B 153 C.Y. SHORING OR EXTRA EXCAVATION CLASS B 1340 S.F. MODIFIED CONCRETE OVERLAY 6171 C.F. REMOVE EXISTING CONCRETE OVERLAY 5485 S.Y. FINISHING AND CURING MODIFIED CONCRETE OVERLAY 5485 S.Y. FURTHER DECK PREPARATION 1650 C.F. ELASTOMERIC BEARING PAD — SUPERSTRUCTURE 120 EACH EXPANSION JOINT MODIFICATION 365 L.F. BONDED FRP STRENGTHENING FOR COLUMNS 746 S.F. EPDXY CRACK SEALING 100 L.F. CONCRETE REPAIR 600 S.F. GIRDER JACKING AND SUPPORT 1.0 L.S. PROJECT TEMPORARY TRAFFIC CONTROL 1.0 L.S. MISCELLANEOUS WORK 1.0 L.S. CONCRETE CLASS 4000D 15 C.Y. STEEL REINFORCEMENT 3209 L.B. /_Z2-Zc>p5 t DATE REVISION BY City Of Yakima Engineering Division 129 North Second S14 Ya Vrr',, WazK711on CITY OF YAKIMA NOB HILL BOULEVARD OVERPASS REPAIRS CITY PROJECT NO.: 2229 FEDERAL AID NO BHM-4566 (008) Project Eng: BGN Drawn By: OM Chkd. By: BGN Drawing Scales Horizontal =AS NOTED Vertical = AS NOTED QUANTITIES AND SHEET 2 GENERAL NOTES OF 21 EXISTING FACE` rNEW 17 SURFACE ®#5" FACE OF REPAIRED WALL 1 COSTING FLOOR 2 CUR. SECTION A -A SCALE: ) 1'-0' +DRILL MO GROUT #4 TIES 12• INTO COSTING CONCRETE AND STAGGER TIE LOCATIONS AS SHOWN IN THE ELEVATION VIEW. •+DRILL ANO GROUT 15 S1I4RUPS l'-3' INTO EXISTING CONCRETE. tica: EXCAVATE COSTING GROUND SURFACE IN FRONT OF WALL DOWN TO TOP OF FOOTING. SHORE EXCAVATION IN ACCORDANCE V1TTH SECTION 2-09.3(4) OF THE STANDARD SPECIFICATIONS. A HORIZONTAL DISTANCE OF 5'-0' FROM EXISTING FADE OF WALL WAS ASSUMED W THE QUANTITY FOR STRUCTURE C(CAVAITON CLASS B. LUTE: IF THERE IS UNSOUND CONCRETE BEYOND THE SCARIFICATION LIMIT, CONTACT THE ENGINEER BEFORE PROCEEDING WITH ANY FURTHER REPNR. 82®j5 81 SPA. o ABOUT I'-0- - 80'-r ®#4 I'-4• LFP (TW.) 1.4 1.4 #5 L 2' 11 . ANO I:C: 81 SPA. 0 ABOUT 1-0 • 80' -IT• ELVAT1ON SCALE: K' - ABUTMENT REPAIR REBAR CUT LIST MARK SIZE LENGTH NUMBER REQ'D BENDING DIAGRAM (ALL DIMENSIONS OUT TO OUT) Al A2 A3 #5 #5 18'-0" 4,-0" 4'-1" 62 62 62 STRAIGHT STRAIGHT BENT A4 #4 61'-11" 20 STRAIGHT A5 #4 640 BENT IA3I A5 HATE: ALL COSTS ASSOCNTED WITH EXCAVATING IN FRONT OF THE WALL SHALL BE INCLUDED IN THE UN(r PRICE BID PER CUBIC YARD OF STRUCTURE EXCAVATION CLASS B. NOTA' USE CLASS 40000 CONCRETE IN ACCORDANCE YEN SECTION 8-02 OF THE STANDARD SPECIFICATIONS. USE DEFORMED RONFORCDAENT BARS MEETING T115 REQUIREMENTS OF ASTM A 815 FOR GRADE 60 SILF.L. H4IE: INCLUDE ALL COSTS ASSOCIATED WITH DRILLING AND GROUTING #4 TIES AND #5 STIRRUPS IN THE UNIT PRICE BID FOR STEEL REINFORCDIENT. HATE: INCLUDE ALL COSTS ASSOCIATED WTH SCARIFYING THE EXISTING CONCRETE AND PLACING THE NEW CONCRETE IN THE UNIT PRICE BID FOR CONCRETE CLASS 40000. REVISION City Of Yakima Engineering Division 129 t:orth Seco,d Sl.,:e! Yat na, Was!inejtan CITY OF YAKIMA NOB HILL BOULEVARD OVERPASS REPAIRS CITY PROJECT NO.2229 FEDERAL AID NO.: BHM-4566 (008) Project Eng: BGN Drawn 8y KDM Chkd. By: BGN Drawing Scales Horizontal =AS NOTED Vertical = AS NOTED EAST ABUTMENT BENT 13 REPAIR DETAILS OF 21 SHEET 21 DEPARTMENT OF COMMUNITY AND ECONOMIC DEVELOPMENT William R. Cook, Director Engineering Division 129 North Second Street Yakima, Washington 98901 Phone: (509) 575-6111 • Fax (509) 576-6305 ADDENDUM NO. 2 TO THE BID DOCUMENTS & SPECIFICATIONS FOR THE CITY OF YAKIMA, WA for Nob Hill Boulevard Overpass Repairs FEDERAL AID NO.: BHM-4566(008) CITY OF YAKIMA PROJECT NO.: 2229 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 Thursday, June 25, 2009 2:00 p.m. Due to misunderstandings with the Railroad Company, the bid opening must be postponed. This ADDENDUM is to be considered as much a part of the contract provisions as if it were included in the body of the Plans and Specifications. All Bidders shall acknowledge receipt of the ADDENDUM on the proposal form prior to bid opening. APPROVED: #--A-1.�-i�-c��1 Addendum 2 Brett H. Sheff d, P.E. Date Chief Engineer 0 END OF ADDENDUM NO. 2 Page 1 of 1 5/19/09 Yakima DEPARTMENT OF COMMUNITY AND ECONOMIC DEVELOPMENT William R. Cook, Director Engineering Division 129 North Second Street, 2'" Floor Yakima, Washington 98901 Phone• (509) 575-6111 --Fax (509) 576-6305 ADDENDUM NO. 1 TO THE BID DOCUMENTS & SPECIFICATIONS FOR THE CITY OF YAKIMA, WA for Nob Hill Boulevard Overpass Repairs FEDERAL AID NO.: BHM-4566(008) CITY OF YAKIMA PROJECT NO.: 2229 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 Friday, May 22., 2009 2:00 p.m. ITEM 2. INVITATION TO BID Invitation to Bid (page 5) Delete the second paragraph of the Invitation to Bid contained in the Construction Contract Specifications and Bid Documents and replace it with the following: This project consists of making improvements to the Nob Hill Boulevard Overpass over the Union Pacific and Burlington Northern Santa Fe Railroads in Yakima, Washington. The work shall consist of replacing 70 expansion and 50 pinned bearings, placing a 1 1/2 -inch thick latex modified concrete overlay on the 5774 square foot bridge deck and approach slabs, resealing the seven existing 52 -foot long bridge deck expansion joints, fiber wrapping three 3 -foot diameter concrete columns approximately 25 feet in height and other work. All work is to be in accordance with the plans and specifications as prepared by the City Engineer of the City of Yakima. Addendum 1 Page 1 of 22 5/12/09 ITEM 3. DESCRIPTION OF WORK Description of Work (page 42) Delete this section as contained on page 42 of the Contract Provisions and replace it with the following: (March 13, 1995) This contract provides for the improvement of the Nob Hill Boulevard Overpass over the Union Pacific and Burlington Northern Santa Fe Railroads in Yakima, Washington. The work shall consist of replacing 70 expansion and 50 pinned bearings, placing a 1 1/2 -inch thick latex modified concrete overlay on the 5774 square foot bridge deck and approach slabs, resealing the seven existing 52 -foot long bridge deck expansion joints, fiber wrapping three 3 -foot diameter concrete columns approximately 25 feet in height and other work, all in accordance with the attached Contract Plans, these Contract Provisions, and the Standard Specifications. ITEM 4. Standard Specifications; Special Provisions Section 1-07 Section 1-07 Legal Relations and Responsibilities to the Public (page 71) Section 1-07.18 is supplemented with the following: 1.01 General • 1.01.01 The Contractor must cooperate with BNSF RAILWAY COMPANY, hereinafter referred to as "Railway" where work is over or under on or adjacent to Railway property and/or right-of-way, hereafter referred to as "Railway Property", during the construction of the W Nob Hill Blvd Overpass. • 1.01.02 The Contractor must execute and deliver to the Railway duplicate copies of the Exhibit "C-1" Agreement, in the form attached hereto, obligating the Contractor to provide and maintain in full force and effect the insurance called for under Section 3 of said Exhibit "C-1". Questions regarding procurement of the Railroad Protective Liability Insurance should be directed to Rosa Martinez at Marsh, USA, 214-303-8519. • 1.01.03 The Contractor must plan, schedule and conduct all work activities so as not to interfere with the movement of any trains on Railway Property. • 1.01.04 The Contractor's right to enter Railway's Property is subject to the absolute right of Railway to cause the Contractor's work on Railway's Property to cease if, in the opinion of Railway, Contractor's activities create a hazard to Railway's Property, employees, and/or operations. Railway will have the right to stop construction work on the Project if any of the following events take place: (i) Contractor (or any of its subcontractors) performs the Project work in a manner contrary to the plans and specifications approved by Railway; (ii) Contractor (or any of its subcontractors), in Railway's opinion, prosecutes the Project work in a Addendum 1 Page 2 of 22 5/12/09 manner which is hazardous to Railway property, facilities or the safe and expeditious movement of railroad traffic; (iii) the insurance described in the attached Exhibit C-1 is canceled during the course of the Project; or (iv) Contractor fails to pay Railway for the Temporary Construction License or the Easement. The work stoppage will continue until all necessary actions are taken by Contractor or its subcontractor to rectify the situation to the satisfaction of Railway's Division Engineer or until additional insurance has been delivered to and accepted by Railway. In the event of a breach of (i) this Agreement, (ii) the Temporary Construction License, or (iii) the Easement, Railway may immediately terminate the Temporary Construction License or the Easement. Any such work stoppage under this provision will not give rise to any liability on the part of Railway. Railway's right to stop the work is in addition to any other rights Railway may have including, but not limited to, actions or suits for damages or lost profits. In the event that Railway desires to stop construction work on the Project, Railway agrees to immediately notify the following individual in writing: • 1.01.05 The Contractor is responsible for determining and complying with all Federal, State and Local Governmental laws and regulations, including, but not limited to environmental laws and regulations (including but not limited to the Resource Conservation and Recovery Act, as amended; the Clean Water Act, the Oil Pollution Act, the Hazardous Materials Transportation Act, CERCLA), and health and safety laws and regulations. The Contractor hereby indemnifies, defends and holds harmless Railway for, from and against all fines or penalties imposed or assessed by Federal, State and Local Governmental Agencies against the Railway which arise out of Contractor's work under this Agreement. • 1.01.06 The Contractor must notify the City of Yakima and Railway's Manager Public Projects, telephone number 206-625-6146 at least thirty (30) calendar days before commencing any work on Railway Property. Contractors notification to Railway, must refer to Railroad's file 099167M. • 1.01.07 For any bridge demolition and/or falsework above any tracks or any excavations located with any part of the excavations located within, whichever is greater, twenty-five (25) feet of the nearest track or intersecting a slope from the plane of the top of rail on a 2 horizontal to 1 vertical slope beginning at eleven (11) feet from centerline of the nearest track, both measured perpendicular to center line of track, the Contractor must furnish the Railway five sets of working drawings showing details of construction affecting Railway Property and tracks. The working drawing must include the proposed method of installation and removal of falsework, shoring or cribbing, not included in the contract plans and two sets of structural calculations of any falsework, shoring or cribbing. For all excavation and shoring submittal plans, the current "BNSF-UPRR Guidelines for Temporary Shoring" must be used for determining the design loading conditions Addendum 1 Page 3 of 22 5/12/09 to be used in shoring design, and all calculations and submittals must be in accordance with the current "BNSF-UPRR Guidelines for Temporary Shoring". All submittal drawings and calculations must be stamped by a registered professional engineer licensed to practice in the state the project is located. All calculations must take into consideration railway surcharge loading and must be designed to meet American Railway Engineering and Maintenance -of -Way Association (previously known as American Railway Engineering Association) Coopers E-80 live loading standard. All drawings and calculations must be stamped by a registered professional engineer licensed to practice in the state the project is located. The Contractor must not begin work until notified by the Railway that plans have been approved. The Contractor will be required to use lifting devices such as, cranes and/or winches to place or to remove any falsework over Railway's tracks. In no case will the Contractor be relieved of responsibility for results obtained by the implementation of said approved plans. • 1.01.08 Subject to the movement of Railway's trains, Railway will cooperate with the Contractor such that the work may be handled and performed in an efficient manner. The Contractor will have no claim whatsoever for any type of damages or for extra or additional compensation in the event his work is delayed by the Railway. 1.02 Contractor Safety Orientation • 1.02.01 No employee of the Contractor, its subcontractors, agents or invitees may enter Railway Property without first having completed Railway's Engineering Contractor Safety Orientation, found on the web site www.contractororientation.com. The Contractor must ensure that each of its employees, subcontractors, agents or invitees completes Railway's Engineering Contractor Safety Orientation through internet sessions before any work is performed on the Project. Additionally, the Contractor must ensure that each and every one of its employees, subcontractors, agents or invitees possesses a card certifying completion of the Railway Contractor Safety Orientation before entering Railway Property. The Contractor is responsible for the cost of the Railway Contractor Safety Orientation. The Contractor must renew the Railway Contractor Safety Orientation annually. Further clarification can be found on the web site or from the Railway's Representative. 1.03 Railway Requirements • 1.03.01 The Contractor must take protective measures as are necessary to keep railway facilities, including track ballast, free of sand, debris, and other foreign objects and materials resulting from his operations. Any damage to railway facilities resulting from Contractor's operations will be repaired or replaced by Railway and the cost of such repairs or replacement must be paid for by the Agency. Addendum 1 Page 4 of 22 5/12/09 • 1.03.02 The Contractor must notify the Railway and provide blasting plans to the Railway for review seven (7) calendar days prior to conducting any blasting operations adjacent to or on Railway's Property. • 1.03.03 The Contractor must abide by the following temporary clearances during construction: • 15' Horizontally from centerline of nearest track • 21'-6" Vertically above top of rail • 27'-0" Vertically above top of rail for electric wires carrying less than 750 volts • 28'-0" Vertically above top of rail for electric wires carrying 750 volts to 15,000 volts • 30'-0" Vertically above top of rail for electric wires carrying 15,000 volts to 20,000 volts • 34'-0" Vertically above top of rail for electric wires carrying more than 20,000 volts • -1.03.04 Upon completion of construction, the following clearances shall be maintained: • 25' Horizontally from centerline of nearest track • 23'-3 1/2" Vertically above top of rail • 1.03.05 Any infringement within State statutory clearances due to the Contractor's operations must be submitted to the Railway and to the City of Yakima and must not be undertaken until approved in writing by the Railway, and until the City of Yakima has obtained any necessary authorization from the State Regulatory Authority for the infringement. No extra compensation will be allowed in the event the Contractor's work is delayed pending Railway approval, and/or the State Regulatory Authority's approval. • 1.03.06 In the case of impaired vertical clearance above top of rail, Railway will have the option of installing tell -tales or other protective devices Railway deems necessary for protection of Railway operations. The cost of tell -tales or protective devices will be borne by the Agency. • 1.03.07 The details of construction affecting the Railway's Property and tracks not included in the contract plans must be submitted to the Railway by the City of Yakima for approval before work is undertaken and this work must not be undertaken until approved by the Railway. • 1.03.08 At other than public road crossings, the Contractor must not move any equipment or materials across Railway's tracks until permission has been obtained from the Railway. The Contractor must obtain a "Temporary Construction Crossing Agreement" from the Railway prior to moving his equipment or materials across the Railways tracks. The temporary crossing must be gated and locked at all times when not required for use by the Contractor. The temporary crossing for use of the Contractor will be constructed and, at the completion of the Addendum 1 Page 5 of 22 5/12/09 project, removed at the expense of the Contractor. • 1.03.09 Discharge, release or spill on the Railway Property of any hazardous substances, oil, petroleum, constituents, pollutants, contaminants, or any hazardous waste is prohibited and Contractor must immediately notify the Railway's Resource Operations Center at 1(800) 832-5452, of any discharge, release or spills in excess of a reportable quantity. Contractor must not allow Railway Property to become a treatment, storage or transfer facility as those terms are defined in the Resource Conservation and Recovery Act or any state analogue. • 1.03.10 The Contractor upon completion of the work covered by this contract, must promptly remove from the Railway's Property all of Contractor's tools, equipment, implements and other materials, whether brought upon said property by said Contractor or any Subcontractor, employee or agent of Contractor or of any Subcontractor, and must cause Railway's Property to be left in a condition acceptable to the Railway's representative. 1.04 Contractor Roadway Worker on Track Safety Program and Safety Action Plan • 1.04.01 Each Contractor that will perform work within 25 feet of the centerline of a track must develop and implement a Roadway Worker Protection/On Track Safety Program and work with Railway Project Representative to develop an on track safety strategy as described in the guidelines listed in the on track safety portion of the Safety Orientation. This Program must provide Roadway Worker protection/on track training for all employees of the Contractor, its subcontractors, agents or invitees. This training is reinforced at the job site through job safety briefings. Additionally, each Contractor must develop and implement the Safety Action Plan, as provided for on the web site www.contractororientation.com, which will be made available to Railway prior to commencement of any work on Railway Property. During the performance of work, the Contractor must audit its work activities. The Contractor must designate an on-site Project Supervisor who will serve as the contact person for the Railway and who will maintain a copy of the Safety Action Plan, safety audits, and Material Safety Datasheets (MSDS), at the job site. 1.05 Railway Flagger Services: • 1.05.01 The Contractor must give Railway's Roadmaster (telephone 206-625- 6880) a minimum of thirty (30) calendar days advance notice when flagging services will be required so that the Roadmaster can make appropriate arrangements (i.e., bulletin the flagger's position). If flagging services are scheduled in advance by the Contractor and it is subsequently determined by the parties hereto that such services are no longer necessary, the Contractor must give the Roadmaster five (5) working days advance notice so that appropriate arrangements can be made to abolish the position pursuant to union requirements. Addendum 1 Page 6 of 22 5/12/09 • 1.05.02 Unless determined otherwise by Railway's Project Representative, Railway flagger will be required and furnished when Contractor's work activities are located over, under and/or within twenty-five (25) feet measured horizontally from centerline of the nearest track and when cranes or similar equipment positioned beyond 25 -feet from the track centerline could foul the track in the event of tip over or other catastrophic occurrence, but not limited thereto for the following conditions: • 1.05.02a When, upon inspection by Railway's Representative, other conditions warrant. • 1.05.02b When any excavation is performed below the bottom of tie elevation, if, in the opinion of Railway's representative, track or other Railway facilities may be subject to movement or settlement. • 1.05.02c When work in any way interferes with the safe operation of trains at timetable speeds. • 1.05.02d When any hazard is presented to Railway track, communications, signal, electrical, or other facilities either due to persons, material, equipment or blasting in the vicinity. • 1.05.02e Special permission must be obtained from the Railway before moving heavy or cumbersome objects or equipment which might result in making the track impassable. • 1.05.03 Flagging services will be performed by qualified Railway flaggers. • 1.05.03a Flagging crew generally consists of one employee. However, additional personnel may be required to protect Railway Property and operations, if deemed necessary by the Railways Representative. • 1.05.03b Each time a flagger is called, the minimum period for billing will be the eight (8) hour basic day. • 1.05.03c The cost of flagger services provided by the Railway will be borne by the City of Yakima. The estimated cost for one (1) flagger is approximately between $800.00-$1,600.00 for an eight (8) hour basic day with time and one- half or double time for overtime, rest days and holidays. The estimated cost for each flagger includes vacation allowance, paid holidays, Railway and unemployment insurance, public liability and property damage insurance, health and welfare benefits, vehicle, transportation, meals, lodging, radio, equipment, supervision and other costs incidental to performing flagging services. Negotiations for Railway labor or collective bargaining agreements and rate changes authorized by appropriate Federal authorities may increase actual or estimated flagging rates. THE FLAGGING RATE IN EFFECT AT THE TIME OF PERFORMANCE BY THE CONTRACTOR HEREUNDER WILL BE USED TO CALCULATE THE ACTUAL COSTS OF FLAGGING PURSUANT TO THIS PARAGRAPH. Addendum 1 Page 7 of 22 5/12/09 • 1.05.03d The average mainline train traffic on this route is 6 freight trains per 24-hour period at a timetable speed 35 MPH. 1.06 Contractor General Safety Requirements • 1.06.01 Work in the proximity of railway track(s) is potentially hazardous where movement of trains and equipment can occur at any time and in any direction. All work performed by contractors within 25 feet of any track must be in compliance with FRA Roadway Worker Protection Regulations. • 1.06.02 Before beginning any task on Railway Property, a thorough job safety briefing must be conducted with all personnel involved with the task and repeated when the personnel or task changes. If the task is within 25 feet of any track, the job briefing must include the Railway's flagger, as applicable, and include the procedures the Contractor will use to protect its employees, subcontractors, agents or invitees from moving any equipment adjacent to or across any Railway track(s). • 1.06.03 Workers must not work within 25 feet of the centerline of any track without an on track safety strategy approved by the Railway's Project Representative. When authority is provided, every contractor employee must know: (1) who the Railway flagger is, and how to contact the flagger, (2) limits of the authority, (3) the method of communication to stop and resume work, and (4) location of the designated places of safety. Persons or equipment entering flag/work limits that were not previously job briefed, must notify the flagger immediately, and be given a job briefing when working within 25 feet of the center line of track. • 1.06.04 When Contractor employees are required to work on the Railway Property after normal working hours or on weekends, the Railroad's representative in charge of the project must be notified. A minimum of two employees must be present at all times. • 1.06.05 Any employees, agents or invitees of Contractor or its subcontractors under suspicion of being under the influence of drugs or alcohol, or in the possession of same, will be removed from the Railway's Property and subsequently released to the custody of a representative of Contractor management. Future access to the Railway's Property by that employee will be denied. • 1.06.06 Any damage to Railway Property, or any hazard noticed on passing trains must be reported immediately to the Railway's representative in charge of the project. Any vehicle or machine which may come in contact with track, signal equipment, or structure (bridge) and could result in a train derailment must be reported immediately to the Railway representative in charge of the project and to the Railway's Resource Operations Center at 1(800) 832-5452. Local emergency numbers are to be obtained from the Railway representative in charge of the project prior to the start of any work and must be posted at the job site. Addendum 1 Page 8 of 22 5/12/09 • 1.06.07 For safety reasons, all persons are prohibited from having pocket knives, firearms or other deadly weapons in their possession while working on Railway's Property. • 1.06.08 All personnel protective equipment (PPE) used on Railway Property must meet applicable OSHA and ANSI specifications. Current Railway personnel protective equipment requirements are listed on the web site, www.contractororientation.com, however, a partial list of the requirements include: a) safety glasses with permanently affixed side shields (no yellow lenses); b) hard hats c) safety shoe with: hardened toes, above -the -ankle lace -up and a defined heel; and d) high visibility retro -reflective work wear. The Railroad's representative in charge of the project is to be contacted regarding local specifications for meeting requirements relating to hi-visability work wear. Hearing protection, fall protection, gloves, and respirators must be worn as required by State and Federal regulations. (NOTE — Should there be a discrepancy between the information contained on the web site and the information in this paragraph, the web site will govern.) • 1.06.09 THE CONTRACTOR MUST NOT PILE OR STORE ANY MATERIALS, MACHINERY OR EQUIPMENT CLOSER THAN 25'-0" TO THE CENTER LINE OF THE NEAREST RAILWAY TRACK. MATERIALS, MACHINERY OR EQUIPMENT MUST NOT BE STORED OR LEFT WITHIN 250 FEET OF ANY HIGHWAY/RAIL AT -GRADE CROSSINGS OR TEMPORARY CONSTRUCTION CROSSING, WHERE STORAGE OF THE SAME WILL OBSTRUCT THE VIEW OF A TRAIN APPROACHING THE CROSSING. PRIOR TO BEGINNING WORK, THE CONTRACTOR MUST ESTABLISH A STORAGE AREA WITH CONCURRENCE OF THE RAILROAD'S REPRESENTATIVE. • 1.06.10 Machines or vehicles must not be left unattended with the engine running. Parked machines or equipment must be in gear with brakes set and if equipped with blade, pan or bucket, they must be lowered to the ground. All machinery and equipment left unattended on Railway's Property must be left inoperable and secured against movement. (See interne Engineering Contractor Safety Orientation program for more detailed specifications) • 1.06.11 Workers must not create and leave any conditions at the work site that would interfere with water drainage. Any work performed over water must meet all Federal, State and Local regulations. • 1.06.12 All power line wires must be considered dangerous and of high voltage unless informed to the contrary by proper authority. For all power lines the minimum clearance between the lines and any part of the equipment or load must be; 200 KV or below - 15 feet; 200 to 350 KV - 20 feet; 350 to 500 KV - 25 feet; 500 to 750 KV - 35 feet; and 750 to 1000 KV - 45 feet. If capacity of the line is not known, a minimum clearance of 45 feet must be maintained. A person must be designated to observe clearance of the equipment and give a timely warning for all operations where it is difficult for an operator to maintain the desired Addendum 1 Page 9 of 22 5/12/09 clearance by visual means. 1.07 Excavation • 1.07.01 Before excavating, the Contractor must determine whether any underground pipe lines, electric wires, or cables, including fiber optic cable systems are present and located within the Project work area. The Contractor must determine whether excavation on Railway's Property could cause damage to buried cables resulting in delay to Railway traffic and disruption of service to users. Delays and disruptions to service may cause business interruptions involving loss of revenue and profits. Before commencing excavation, the Contractor must contact BNSF's Field Engineering Representative (Rusty Olson 206-625-6189). All underground and overhead wires will be considered HIGH VOLTAGE and dangerous until verified with the company having ownership of the line. It is the Contractor's responsibility to notify any other companies that have underground utilities in the area and arrange for the location of all underground utilities before excavating. • 1.07.02 The Contractor must cease all work and notify the Railway immediately before continuing excavation in the area if obstructions are encountered which do not appear on drawings. If the obstruction is a utility and the owner of the utility can be identified, then the Contractor must also notify the owner immediately. If there is any doubt about the location of underground cables or lines of any kind, no work must be performed until the exact location has been determined. There will be no exceptions to these instructions. • 1.07.03 All excavations must be conducted in compliance with applicable OSHA regulations and, regardless of depth, must be shored where there is any danger to tracks, structures or personnel. • 1.07.04 Any excavations, holes or trenches on the Railway's Property must be covered, guarded and/or protected when not being worked on. When leaving work site areas at night and over weekends, the areas must be secured and left in a condition that will ensure that Railway employees and other personnel who may be working or passing through the area are protected from all hazards. All excavations must be back filled as soon as possible. 1.08 Hazardous Waste, Substances and Material Reporting • 1.08.01 If Contractor discovers any hazardous waste, hazardous substance, petroleum or other deleterious material, including but not limited to any non -containerized commodity or material, on or adjacent to Railway's Property, in or near any surface water, swamp, wetlands or waterways, while performing any work under this Agreement, Contractor must immediately: (a) notify the Railway's Resource Operations Center at 1(800) 832-5452, of such discovery: (b) take safeguards necessary to protect its employees, subcontractors, agents and/or third parties: and (c) exercise due care with respect to the release, including the taking of any appropriate measure to minimize the impact of such release. Addendum 1 Page 10 of 22 5/12/09 1.09 Personal Injury Reporting • 1.09.01 The Railway is required to report certain injuries as a part of compliance with Federal Railroad Administration (PRA) reporting requirements. Any personal injury sustained by an employee of the Contractor, subcontractor or Contractor's invitees while on the Railway's Property must be reported immediately (by phone mail if unable to contact in person) to the Railway's representative in charge of the project. The Non -Employee Personal Injury Data Collection Form contained herein is to be completed and sent by Fax to the Railway at 1(817) 352-7595 and to the Railway's Project Representative no later than the close of shift on the date of the injury. Addendum 1 Page 11 of 22 5/12/09 NON-EMPLOYEE PERSONAL INJURY DATA COLLECTION INFORMATION REQUIRED TO BE COLLECTED PURSUANT TO FEDERAL REGULATION IT SHOULD BE USED FOR COMPLIANCE WITH FEDERAL REGULATIONS ONLY AND IS NOT INTENDED TO PRESUME ACCEPTANCE OF RESPONSIBILITY OR LIABILITY. 1. Accident City/St 2. Date: Time: County: 3 Temperature: 4 Weather (if non -Railway location) 5 Social Security # 6 Name (last, first, mi) 7. Address: Street: City: St. Zip: 8 Date of Birth: and/or Age Gender. (if available) 9. (a) Injury (b) Body Part: (i.e. (a) Laceration (b) Hand) 11. Description of Accident (To include location, action, result, etc ): 12. Treatment: ? First Aid Only ? Required Medical Treatment ? Other Medical Treatment 13. Dr Name 30. Date: 14. Dr. Address: Street: City: St: Zip: 15. Hospital Name. 16. Hospital Address: Street: City: St: Zip: 17 Diagnosis: FAX TO RAILWAY AT (817) 352-7595 AND COPY TO RAILWAY ROADMASTER FAX Addendum 1 Page 12 of 22 5/12/09 ITEM 5. Standard Specifications; Special Provisions Section 6-02 Section 6-02 Concrete Structures (page 88) Materials Delete the Bridge Deck Repair Material section contained on page 88 of the Contract Provisions and replace it with the following: (*****) Bridge Deck Repair Material Bridge deck repair material shall be a pre-packaged bridge deck repair mix capable of achieving a cube compressive strength of 3,000 psi in six hours or less. The maximum water soluble chloride ion (C1-) content, expressed as a percentage by dry mass of cement in the pre-packaged bridge deck repair mix, shall be 0.08, in accordance with ASTM C 1218. The pre-packaged bridge deck repair mix shall be one of the following products: Rapid Set DOT Mix CTS Cement Manufacturing Company 11065 Knott Avenue Suite A Cypress, CA 90630 (800) 929-3030 FAX: (714) 379-8270 www.ctscement.com MBT Thoroc 10-60 Rapid Mortar BASF Building Systems 889 Valley Park Drive Shakopee, MN 55379 (800) 433-9517 FAX: (952) 496-6062 www.buildingsystems.basf.com Alternatively, the Contractor may propose use of a bridge deck repair material other than those specified above. If the Contractor proposes use of a bridge deck repair material not listed above, the Contractor shall submit a Request for Approval of Material (RAM) for the product to the Engineer, accompanied by samples from the lot or lots of pre-packaged mix. The Contractor shall furnish such samples as required by the Engineer, and the Contracting Agency will require up to 14 calendar days to test and evaluate the submittal for compressive strength and chloride ion content. Construction Requirements Fiber Reinforced Polymer Concrete Strengthening System Addendum 1 Page 13 of 22 5/12/09 Execution of Work The first sentence of the first paragraph is deleted and replaced by the following: The work described under this specification shall be performed by an applicator with proven past experience applying the approved composite system for a minimum of five projects with at least 50 elements strengthened. ITEM 6. Standard Specifications; Special Provisions Section 6-09 Section 6-09 Modified Concrete Overlays (pages 101 to 106) This section that is included in the Contract Provisions is deleted in its entirety and replaced with the following: MODIFIED CONCRETE OVERLAYS Description Section 6-09.1 is supplemented with the following: This work shall also consist of removing the existing concrete overlay, prior to the placement of the new modified concrete overlay. Construction Requirements Further Deck Preparation Deck Repair Preparation Section 6-09.3(6)B is supplemented with the following: (*****) The Contractor shall chain drag the deck after scarifying to identify any delaminated areas. All identified delaminated areas shall be removed by the Contractor, as directed by the Engineer. The Contractor shall not remove the bottom two inches of the existing concrete deck, unless otherwise directed by the Engineer. If, for any reason, this requirement is not met and the existing concrete bridge deck is punctured by the removal operations, the Contractor shall form the bottom surface prior to placing the patching concrete. The Contractor shall submit the method and materials to be used for such forming to the Engineer for approval in accordance with Section 6-02.3(16). Checking For Bond Section 6-09.3(14) is supplemented with the following: (BSP April 7, 2008) Addendum 1 Page 14 of 22 5/12/09 1 For this project, after the requirements for curing have been met, the entire overlaid surface shall be sounded by the Contractor, in a manner approved by and in the presence of the Engineer, to ensure total bond of the concrete to the bridge deck. Concrete in unbonded areas shall be removed and replaced by the Contractor with the same modified concrete as used in the overlay at no additional expense to the Contracting Agency. All cracks, except those that are significant enough to require removal, shall be thoroughly filled and sealed as specified in Section 6-09.3(12). (*****) Removing Existing Concrete Overlay Work Sequencing The Contractor shall remove one-half of the existing overlay at a time, as shown in the Plans. The second half of the existing overlay shall not be removed until the new modified concrete overlay on the first half of the bridge deck is open to traffic. Rotomilling Section 6-09.3(5) E is rewritten as follows: The entire concrete surface of the bridge deck shall be scarified to a maximum depth of 1 1/2 -inch. Where rotary milling machines are allowed for deck scarification, the maximum removal depth per pass shall be 1/2 -inch. The operating parameters of the rotary milling machine shall be monitored in order to prevent the unnecessary removal of sound concrete below the 1/2 -inch maximum removal depth per pass. The Contractor shall use rotary milling machines, in accordance with Sections 6-09.3(1)B of the Standard Specifications, for all removal that is no closer than two feet from existing expansion joints, as shown in the Plans. For removal within two feet from existing expansion joints and other areas not accessible with rotary milling machines, the Contractor shall use power -driven hand tools, in accordance with Section 6-09.3(1)A of the Standard Specifications, or other methods approved by the Engineer. Removal At Existing Expansion Joints The Contractor shall not damage or loosen the existing metal anchorages, as shown in the Plans. The Contractor shall repair or replace, to the satisfaction of the Engineer and at no cost to the City, any damaged or loosened metal anchorages. Measurement Section 6-09.4 is supplemented with the following: (*****) Removing existing concrete overlay will be measured by the square yard of surface of area of existing overlay removed. No deduction will be made for existing expansion joints. Addendum 1 Page 15 of 22 5/12/09 Payment Section 6-09.5 is supplemented with the following: (*****) "Removing Existing Concrete Overlay", per square yard. The unit contract price per square yard for "Removing Existing Concrete Overlay" will be full pay for performing the work as specified. ITEM 7. Proposal: Item Proposal Bid Sheets (page 129) Remove the Item Proposal Bid Sheet contained in the Contract Provisions and replace it with the attached Item Proposal Bid Sheet, labeled "Addendum No. 1", dated "5/12/09". The items numbered 12 "Rapid Set Latex Modified Conc. Trial Overlay" and 17 "Railroad Flagging" have been removed from the Item Proposal Bid Sheet. (Railroad Flagging costs shall not be included in any bid items. The owner will pay for Railroad Flagging separately). ITEM 8. Plans: Plan Sheets: Remove the plan sheets 2/21 and 6/21 contained in the Construction Contract Specifications and Bid Documents and replace them with the attached plan sheets 2/21 and 6/21 labeled "Addendum No. 1" dated 5/12/09. ITEM 9. Exhibit C-1 The attached five page Exhibit "C-1", the Agreement Between BNSF Railway Company and the Contractor, shall be included as part of the Contract Documents. Upon award of the contract and prior to commencing work on this project, the contractor must have completed execution of said agreement with BNSF. This ADDENDUM is to be considered as much a part of the contract provisions as if it were included in the body of the Plans and Specifications. All Bidders shall acknowledge receipt of the ADDENDUM on the proposal form prior to bid opening. APPROVED: Bream -74% ShEffiZi 5/12/2009 Brett H. Sheffield, P.E. Date Chief Engineer Addendum 1 Page 16 of 22 5/12/09 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ITEM PROPOSAL BID SHEET City of Yakima Nob Hill Boulevard Overpass Repairs Nob Hill RR #2 City Project No. 2229 Federal Aid No.: BHM-4566(008) ITEM NO. PROPOSAL ITEM PAYMENT SECTION UNIT PRICE DOLLARS AMOUNT DOLLARS 1 SPCC PLAN 1-07 15 1 LS 2 MOBILIZATION 1-09 7 1 LS 3 PROJECT TEMPORARY TRAFFIC CONTROL 1-10.5 1 LS 4 EPDXY CRACK SEALING 6-02.5 400 LF 5 CONCRETE REPAIR 6-02.5 1650 SF 6 BRIDGE CLEANING 6-02.5 1 FA $20,000 $20,000 7 GIRDER JACKING AND SUPPORT 6-02.5 1 LS 8 BONDED FRP FOR COLUMNS 6-02.5 750 SF 9 ELASTOMETRIC BEARING PAD - SUPERSTR. 6-02.5 120 EA 10 EXPANSION JOINT MODIFICATION 6-02.5 365 LF 11 MISCELLANEOUS WORK - FORCE ACCOUNT 6-02.5 1 FA $50,000 $50,000 12 MODIFIED CONCRETE OVERLAY 6-09.5 6171 CF 13 FINISHING AND CURING MODIFIED CONC. OVERLAY 6-09.5 5485 SY 14 REMOVING EXISTING CONCRETE OVERLAY 6-09.5 5485 SY 15 FURTHER DECK PREPARATION 6-09.5 1650 CF 16 STRUCTURE EXCAVATION CLASS B 2-09.5 155 CY 17 SHORING OR EXTRA EXCAVATION 2-09.5 1340 SF Addendum 1 Page 17 of 22 TOTAL: $ 5/12/09 LAW DEPARTMENT APPROVED EXHIBIT "C-1" Agreement Between BNSF RAILWAY COMPANY and the CONTRACTOR BNSF RAILWAY COMPANY Attention: Manager Public Projects Railway File: 099167M Agency Project: W Nob Hill Blvd Overpass Gentlemen. The undersigned (hereinafter called, the "Contractor"), has entered into a contract (the "Contract") dated 20, with the City of Yakima for the performance of certain work in connection with the W. Nob Hill Blvd. Overpass. Performance of such work will necessarily require contractor to enter BNSF RAILWAY COMPANY ("Railway") right of way and property ("Railway Property") The Contract provides that no work will be commenced within Railway Property until the Contractor employed in connection with said work for the City of Yakima (i) executes and delivers to Railway an Agreement in the form hereof, and (ii) provides insurance of the coverage and limits specified in such Agreement and Section 3 herein. If this Agreement is executed by a party who is not the Owner, General Partner, President or Vice President of Contractor, Contractor must furnish evidence to Railway certifying that the signatory is empowered to execute this Agreement on behalf of Contractor. Accordingly, in consideration of Railway granting permission to Contractor to enter upon Railway Property and as an inducement for such entry, Contractor, effective on the date of the Contract, has agreed and does hereby agree with Railway as follows. Section 1. RELEASE OF LIABILITY AND INDEMNITY Contractor hereby waives, releases, indemnifies, defends and holds harmless Railway for all judgments, awards, claims, demands, and expenses (including attorneys' fees), for injury or death to all persons, including Railway's and Contractor's officers and employees, and for loss and damage to property belonging to any person, arising in any manner from Contractor's or any of Contractor's subcontractors' acts or omissions or any work performed on or about Railway's property or right-of-way. This obligation shall not include such claims, costs, damages, or expenses which may be caused by the sole negligence of Railway or its contractors, agents or employees; Provided, that if the claims or damages are caused by or result from the concurrent negligence or other acts or omissions of (a) Railway, its contractors, agents or employees and (b) Contractor, its subcontractors, agents or employees, this provision shall be valid and enforceable only to the extent of the negligence of the Contractor, its subcontractors, agents or employees. It is mutually negotiated between the parties that the indemnification obligation shall include all claims brought by Contractor's employees against Railway, its agents, servants, employees or otherwise, and Contractor expressly waives its immunity under the industrial insurance act (RCW Title 51) and assumes potential liability for all actions brought by its employees. THE INDEMNIFICATION OBLIGATION ASSUMED BY CONTRACTOR INCLUDES ANY CLAIMS, SUITS OR JUDGMENTS BROUGHT AGAINST RAILWAY UNDER THE FEDERAL EMPLOYEE'S LIABILITY ACT, INCLUDING CLAIMS FOR STRICT LIABILITY UNDER THE SAFETY APPLIANCE ACT OR THE LOCOMOTIVE INSPECTION ACT, WHENEVER SO CLAIMED. Addendum 1 Page 18 of 22 5/12/09 Contractor further agrees, at its expense, in the name and on behalf of Railway, that it will adjust and settle all claims made against Railway, and will, at Railway's discretion, appear and defend any suits or actions of law or in equity brought against Railway on any claim or cause of action arising or growing out of or in any manner connected with any liability assumed by Contractor under this Agreement for which Railway is liable or is alleged to be liable. Railway will give notice to Contractor, in writing, of the receipt or dependency of such claims and thereupon Contractor must proceed to adjust and handle to a conclusion such claims, and in the event of a suit being brought against Railway, Railway may forward summons and complaint or other process in connection therewith to Contractor, and Contractor, at Railway's discretion, must defend, adjust, or settle such suits and protect, indemnify, and save harmless Railway from and against all damages, judgments, decrees, attorney's fees, costs, and expenses growing out of or resulting from or incident to any such claims or suits. In addition to any other provision of this Agreement, in the event that all or any portion of this Article shall be deemed to be inapplicable for any reason, including without limitation as a result of a decision of an applicable court, legislative enactment or regulatory order, the parties agree that this Article shall be interpreted as requiring Contractor to indemnify Railroad to the fullest extent permitted by applicable law. It is mutually understood and agreed that the assumption of liabilities and indemnification provided for in this Agreement survive any termination of this Agreement. Section 2. TERM This Agreement is effective from the date of the Contract until (i) the completion of the project set forth herein, and (ii) full and complete payment to Railway of any and all sums or other amounts owing and due hereunder. Section 3. INSURANCE Contractor must, at its sole cost and expense, procure and maintain during the life of this Agreement the following insurance coverage: A. Commercial General Liability insurance. This insurance must contain broad form contractual liability with a combined single limit of a minimum of $5,000,000 each occurrence and an aggregate limit of at least $10,000,000. Coverage must be purchased on a post 1998 ISO occurrence form or equivalent and include coverage for, but not limit to the following: • Bodily Injury and Property Damage • Personal Injury and Advertising Injury • Fire legal liability • Products and completed operations This policy must also contain the following endorsements, which must be indicated on the certificate of insurance: • It is agreed that any workers' compensation exclusion does not apply to Railroad payments related to the Federal Employers Liability Act or a Railroad Wage Continuation Program or similar programs and any payments made are deemed not to be either payments made or obligations assumed under any Workers Compensation, disability benefits, or unemployment compensation law or similar law. • The definition of insured contract must be amended to remove any exclusion or other limitation for any work being done within 50 feet of railroad property. • Any exclusions related to the explosion, collapse and underground hazards must be removed. No other endorsements limiting coverage as respects obligations under this Agreement may be included on the policy. B. Business Automobile Insurance. This insurance must contain a combined single limit of at least $1,000,000 per occurrence, and include coverage Addendum 1 Page 19 of 22 5/12/09 for, but not limited to the following: • Bodily injury and property damage • Any and all vehicles owned, used or hired C. Workers Compensation and Employers Liability insurance including coverage for, but not limited to: • 's statutory liability under the worker's compensation laws of the state(s) in which the work is to be performed. If optional under State law, the insurance must cover all employees anyway. • Employers' Liability (Part B) with limits of at least $500,000 each accident, $500,000 by disease policy limit, $500,000 by disease each employee. D Railroad Protective Liability insurance naming only the Railroad as the Insured with coverage of at least $5,000,000 per occurrence and $10,000,000 in the aggregate. The policy Must be issued on a standard ISO form CG 00 35 10 93 and include the following: • Endorsed to include the Pollution Exclusion Amendment (ISO form CG 28 31 10 93) • Endorsed to include the Limited Seepage and Pollution Endorsement. • Endorsed to remove any exclusion for punitive damages. • No other endorsements restricting coverage may be added. • The original policy must be provided to the Railroad prior to performing any work or services under this Agreement Other Requirements: All policies (applying to coverage listed above) must not contain an exclusion for punitive damages and certificates of insurance must reflect that no exclusion exists. Contractor agrees to waive its right of recovery against Railroad for all claims and suits against Railroad. In addition, its insurers, through the terms of the policy or policy endorsement, waive their right of subrogation against Railroad for all claims and suits. The certificate of insurance must reflect the waiver of subrogation endorsement. Contractor further waives its right of recovery, and its insurers also waive their right of subrogation against Railroad for loss of its owned or leased property or property under contractor's care, custody or control. Contractor's insurance policies through policy endorsement, must include wording which states that the policy is primary and non-contributing with respect to any insurance carried by Railroad. The certificate of insurance must reflect that the above wording is included in evidenced policies. All policy(ies) required above (excluding Workers Compensation and if applicable, Railroad Protective) must include a severability of interest endorsement and Railroad must be named as an additional insured with respect to work performed under this agreement. Severability of interest and naming Railroad as additional insured must be indicated on the certificate of insurance. Contractor is not allowed to self -insure without the prior written consent of Railroad. If granted by Railroad, any deductible, self-insured retention or other financial responsibility for claims must be covered directly by contractor in lieu of insurance. Any and all Railroad liabilities that would otherwise, in accordance with the provisions of this Agreement, be covered by contractor's insurance will be covered as if contractor elected not to include a deductible, self-insured retention or other financial responsibility for claims. Prior to commencing the Work, contractor must furnish to Railroad an acceptable certificate(s) of insurance including an original signature of the authorized representative evidencing the required coverage, endorsements, and amendments and referencing the contract audit/folder number if available. The policy(ies) must contain a provision that obligates the insurance company(ies) issuing such policy(ies) to notify Railroad in writing at least 30 days prior to any cancellation, non -renewal, substitution or material alteration. This cancellation provision must be indicated on the certificate of insurance. Upon request from Railroad, a certified duplicate original of any required policy must be furnished. Contractor should send the certificate(s) to the following address: Addendum 1 Page 20 of 22 5/12/09 Todd Kuhn Manager Public Projects BNSF Railway 2454 Occidental Avenue South Suite lA Seattle, WA 98134 Any insurance policy must be written by a reputable insurance company acceptable to Railroad or with a current Best's Guide Rating of A- and Class VII or better, and authorized to do business in the state(s) in which the service is to be provide. Contractor represents that this Agreement has been thoroughly reviewed by contractor's insurance agent(s)/broker(s), who have been instructed by contractor to procure the insurance coverage required by this Agreement. Allocated Loss Expense must be in addition to all policy limits for coverages referenced above. Not more frequently than once every five years, Railroad may reasonably modify the required insurance coverage to reflect then -current risk management practices in the railroad industry and underwriting practices in the insurance industry. If any portion of the operation is to be subcontracted by contractor, contractor must require that the subcontractor provide and maintain the insurance coverages set forth herein, naming Railroad as an additional insured, and requiring that the subcontractor release, defend and indemnify Railroad to the same extent and under the same terms and conditions as contractor is required to release, defend and indemnify Railroad herein. Failure to provide evidence as required by this section will entitle, but not require, Railroad to terminate this Agreement immediately Acceptance of a certificate that does not comply with this section will not operate as a waiver of contractor's obligations hereunder. The fact that insurance (including, without limitation, self-insurance) is obtained by contractor will not be deemed to release or diminish the liability of contractor including, without limitation, liability under the indemnity provisions of this Agreement. Damages recoverable by Railroad will not be limited by the amount of the required insurance coverage. For purposes of this section, Railroad means "Burlington Northern Santa Fe Corporation", `BNSF RAILWAY COMPANY" and the subsidiaries, successors, assigns and affiliates of each. Section 4. EXHIBIT "C" CONTRACTOR REQUIREMENTS The Contractor must observe and comply with all provisions, obligations, requirements and limitations contained in the Contract, and the Contractor Requirements set forth on Exhibit "C" attached to the Contract and this Agreement, , including, but not be limited to, payment of all costs incurred for any damages to Railway roadbed, tracks, and/or appurtenances thereto, resulting from use, occupancy, or presence of its employees, representatives, or agents or subcontractors on or about the construction site. Section 5. TRAIN DELAY Contractor is responsible for and hereby indemnifies and holds harmless Railway (including its affiliated railway companies, and its tenants) for, from and against all damages arising from any unscheduled delay to a freight or passenger train which affects Railway's ability to fully utilize its equipment and to meet customer service and contract obligations. Contractor will be billed, as further provided below, for the economic losses arising from loss of use of equipment, contractual loss of incentive pay and bonuses and contractual penalties resulting from train delays, whether caused by Contractor, or subcontractors, or by the Railway performing work under this Agreement. Railway agrees that it will not perform any act to unnecessarily cause train delay. For loss of use of equipment, Contractor will be billed the current freight train hour rate per train as determined from Railway's records. Any disruption to train traffic may cause delays to multiple trains at the same time for the same period. Addendum 1 Page 21 of 22 5/12/09 Additionally, the parties acknowledge that passenger, U.S. mail trains and certain other grain, intermodal, coal and freight trains operate under incentive/penalty contracts between Railway and its customer(s). Under these arrangements, if Railway does not meet its contract service commitments, Railway may suffer loss of performance or incentive pay and/or be subject to penalty payments. Contractor is responsible for any train performance and incentive penalties or other contractual economic losses actually incurred by Railway which are attributable to a train delay caused by Contractor or its subcontractors. The contractual relationship between Railway and its customers is proprietary and confidential. In the event of a train delay covered by this Agreement, Railway will share information relevant to any train delay to the extent consistent with Railway confidentiality obligations. Damages for train delay are currently $382.20 per hour per incident. THE RATE THEN IN EFFECT AT THE TIME OF PERFORMANCE BY THE CONTRACTOR HEREUNDER WILL BE USED TO CALCULATE THE ACTUAL COSTS OF TRAIN DELAY PURSUANT TO THIS AGREEMENT. Contractor and its subcontractors must give Railway's representative (Andy Vulgas 206-625-6880) four weeks advance notice of the times and dates for proposed work windows. Railway and Contractor will establish mutually agreeable work windows for the project. Railway has the right at any time to revise or change the work windows due to train operations or service obligations. Railway will not be responsible for any additional costs or expenses resulting from a change in work windows. Additional costs or expenses resulting from a change in work windows shall be accounted for in Contractor's expenses for the project. Contractor and subcontractors must plan, schedule, coordinate and conduct all Contractor's work so as to not cause any delays to any trains. Kindly acknowledge receipt of this letter by signing and returning to the Railway two original copies of this letter, which, upon execution by Railway, will constitute an Agreement between us. (Contractor) BNSF Railway Company By• By: Printed Name Name. Title: Manager Public Projects Contact Person: Accepted and effective , 20 Address: City: State. Zip: Fax: Phone: E-mail: • END OF ADDENDUM NO. 1 • Addendum 1 Page 22 of 22 5/12/09 I - s - - - - a - 1 = M N - - - - ■E JEN • GENERAL NOTES: SPECIFICATIONS: WASHINGTON STATE DEPARTMENT OF TRANSPORTATION STANDARD SPECIFICATIONS FOR ROAD, BRIDGE AND MUNICIPAL CONSTRUCTION 2008 EDITION AND ANY AMENDMENTS THERETO, AND THE SPECIAL PROVISIONS GOVERN UNLESS OTHERWISE NOTED IN THE PLANS. THE RETROFIT WAS PREPARED IN ACCORDANCE WITH AASHTO SPECIFICATIONS 17TH EDITION AND CURRENT INTERIMS. LOADING' HS20-44 LOADING. DIMENSIONS. THE DIMENSIONS SHOWN ON THE PLANS ARE BASED ON THE ORIGINAL DRAWINGS AND MAY VARY FROM THE ACTUAL CONSTRUCTED STRUCTURE. VERIFY ALL RELEVANT DIMENSIONS OF 111E EXISTING STRUCTURE IN THE FIELD BEFORE ORDERING MATERIALS. SHOP DRAWINGS: OBTAIN APPROVAL OF SHOP DRAWINGS FROM THE CITY OF YAKIMA BEFORE BEGINNING FABRICATION. IN THE EVENT THAT THE DIMENSIONS AND DETAILS OF THE EXISTING STRUCTURE VARY FROM THE PLANS MODIFY CONSTRUCTION, WITH THE ENGINEERS APPROVAL, TO BEST SUIT EXISTING CONDITIONS AND THE NATURE OF THE INTENDED WORK. UTILITIES• MAINTAIN EXISTING UTILITIES DURING CONSTRUCTION. EXISTING PLANS' EXISTING PLANS FROM THE 1964 ORIGINAL CONSTRUCTION AND THE 1980 DECK OVERLAY ARE AVAILABLE UPON REQUEST TO THE CITY OF YAKIMA. MAINTENANCE OF TRAFFIC. MAINTAIN TWO LANES OF TRAFFIC INCLUDING PEDESTRIAN TRAFFIC DURING STRUCTURE MODIFICATIONS AND ONE LANE OF TRAFFIC EACH WAY DURING OVERLAY OPERATIONS. SHORT PERIODS OF BRIDGE CLOSURE ARE ACCEPTABLE DURING SPAN JACKING OPERATIONS. SEE THE SPECIAL PROVISIONS. RAILROAD CONTACT INFORMATION' CONTACT ANDY VULGAS (509)350-3200 VULGASCCBNSF.COM AND JOHN FLYNN (503) 872-1809 JCFLYNNOUP.COM FOR RAILROAD FLAGGING AND TO COORDINATE WORK ON RAILROAD RIGHT—OF—WAY. CONCRETE REPAIR: AREAS OF CONCRETE REPAIR ARE AS DESCRIBED ON SHEET 20, THE TWO TYPES OF CONCRETE REPAIR ARE DELAMINATION REPAIR AND SPALL REPAIR. CONCRETE DELAMINATION REPAIR IS REQUIRED FOR THE CAPS AT BENT 1, BENT 5, AND BENTS 10 — 12. AT THESE LOCATIONS, REMOVE THE EXISTING CONCRETE IN THE DELAMINATED REGION, AS DETERMINED BY THE ENGINEER, TO THE DEPTH OF THE EXISTING REINFORCEMENT AND CLEAN THE LOOSE RUST FROM ANY EXPOSED REINFORCEMENT. FORM AROUND THE CONCRETE REMOVAL AREA, COAT THE ENTIRE SURFACE WITH A CONCRETE BONDING AGENT, AND PLACE NEW RAPID SETTING CONCRETE. CONCRETE DELAMINATION REPAIR IS ALSO REQUIRED FOR THE CAP AND WALL AT BENT 13. REFER TO SHEET 21 FOR THE DETAILS AND NOTES REGARDING THE REPAIR AT THIS LOCATION. CONCRETE SPALL REPAIR IS REQUIRED AT BENT 4, BENT 5, AND BENTS 10 — 12. THE WEST BEAM LEDGE AND TWO GIRDER STOPS ON THE EAST BEAM LEDGE AT BENT 4 HAVE SPALLED AREAS. THE WATER PIPE SUPPORT BRACKET AT BENT 5 HAS SPALLING, WHICH IS EXPOSING THE SUPPORT BRACKET ANCHOR BOLTS, ALONG THE OUTSIDE FACE OF THE WEST BEAM LEDGE. GIRDER ENDS AT BENTS 5, 10, 11 AND 12 ARE SPALLED AND HAVE EXPOSED PRESTRESSING STRAND. REPAIR THE SPALLED AREAS AT BENT 4 BY CHIPPING THE EDGES OF THOSE AREAS TO A DEPTH OF AT LEAST ONE—HALF INCH TO PREVENT FEATHERING OF THE REPAIR CONCRETE. CLEAN THE LOOSE RUST FROM ANY EXPOSED REINFORCEMENT. FORM AROUND THE SPALLED AREA, COAT THE ENTIRE SURFACE WITH A CONCRETE BONDING AGENT, AND PLACE NEW RAPID SETTING CONCRETE. REPAIR THE SPALLED GIRDER ENDS AT BENTS 5, 10, 11 AND 12 WHILE THE BEARINGS ARE BEING REPLACED AT THOSE LOCATIONS, AFTER THE DEBRIS AND CONCRETE BUILDUP HAS BEEN REMOVED. THOROUGHLY CLEAN AND REMOVE ALL LOOSE RUST FROM THE EXPOSED PRESTRESSING STRANDS. CHIP THE EDGES OF THE SPALLED AREAS TO A DEPTH OF AT LEAST ONE—HALF INCH TO PREVENT FEATHERING OF THE REPAIR CONCRETE. FORM AROUND THE SPALLED AREA, COAT THE ENTIRE SURFACE WITH A CONCRETE BONDING AGENT, AND PLACE NEW RAPID SETTING CONCRETE. ON THE VERTICAL FACE BENEATH THE BENT 5 WATER PIPE SUPPORT BRACKET, REMOVE THE EXISTING CONCRETE DOWN TO THE EXISTING REINFORCEMENT OVER A WIDTH OF TV/0 FEET. REMOVE THE FOUR SUPPORT BRACKET ANCHOR BOLTS AND CLEAN THE LOOSE RUST FROM ANY EXPOSED REINFORCEMENT. FORM AROUND THE REMOVAL AREA, COAT THE ENTIRE SURFACE WITH A CONCRETE BONDING AGENT, AND PLACE NEW RAPID SETTING CONCRETE. FXPANSION AND PINNED BEARINGS' ALL STEEL FOR THE UPPER AND LOWER PLATES, INCLUDING ANCHOR BOLTS AND PINTLES, SHALL BE GALVANIZED IN ACCORDANCE WITH ASTM A 123. SUMMARY OF QUANTITIES ITEM QUANTITY UNIT STRUCTURE EXCAVATION CLASS 8 153 C.Y. SHORING OR EXTRA EXCAVATION CLASS B 1340 S.F. MODIFIED CONCRETE OVERLAY 6171 C.F. REMOVE EXISTING CONCRETE OVERLAY 5485 S.Y. FINISHING AND CURING MODIFIED CONCRETE OVERLAY 5485 S.Y. FURTHER DECK PREPARATION 1650 C.F. ELASTOMERIC BEARING PAD — SUPERSTRUCTURE 120 EACH EXPANSION JOINT MODIFICATION 365 L.F. BONDED FRP STRENGTHENING FOR COLUMNS 746 S.F. EPDXY CRACK SEALING 100 L.F. CONCRETE REPAIR 1650 S.F. RAILROAD MOOINO 1.0 L.3. GIRDER JACKING AND SUPPORT 1.0 L.S. PROJECT TEMPORARY TRAFFIC CONTROL 1.0 L.S. MISCELLANEOUS WORK 1.0 L.S. Addendum No. 1 5/12/09 • DATE REVISION BY City Of Yakima Engineering Division Yaun,Yrunven CITY OF YAKIMA NOB HILL BOULEVARD OVERPASS REPAIRS CITY PROJECT NO.: 2229 FEDERAL AID NO: BHM-4568 (008) Project Eng: BGN Drawn By: KDM Chkd. By. BGN Drawing Scales Horizontal =AS NOTED Vertical = AS NOTED QUANTITIES AND GENERAL NOTES SHEET 2 OF 21 RFNT 1 JACKING OFTAILS SCAM x• -1•-O' MAX GIRDER MAX GIRDER TOTAL GIRDER TOTAL GIRDER DEAD LOAD TOTAL LOAD DEAD LOAD TOTAL LOAD (KIPS) (KIPS) (KIPS) (KIPS) 28.7 84.6 281 397 RENT 13 JACKING DETAILS SCALE lr-r-D• MAX GIRDER MAX GIRDER TOTAL GIRDERTOTAL GIRDER DEAD LOAD TOTAL LOAD DEAD LOAD TOTAL LOAD (KIPS) (KIPS) (KIPS) (KIPS) 56.3 101.8 557 704 1N_V 1P-1/ LANE 1f -o• L. E NOM PHASE 1 SHOW. PHASE 1 IS SIAM PHASE CONSTRUCTION DIAGRAM FOR OVERLAY CONSTRUCTION SCALE r -1'-O' RFNT 4. 5. 10. 11. 12 JACKING DETAILS SCALE 1r -1'-V SPAN BENT MAX GIRDER DEAD LOAD (KIPS) MAX GIRDER TOTAL LOAD (KIPS) TOTAL GIRDER DEAD LOAD (KIPS) TOTAL GIRDER TOTAL LOAD (KIPS) 3 4 28.7 64.6 281 397 4 4 56.3 101.8 557 704 4 5 56.3 101.8 557 704 5 5 54.0 96.6 530 669 9 10 54.0 98.7 530 669 10 10 56.3 101.8 557 704 10 11 56.3 101.8 557 704 11 11 56.3 101.8 557 704 11 12 56.3 101.8 557 704 12 12 56.3 101.8 557 704 tKaO TOTAL LOAD - DUD LOAD i (LIVE LOAD 4 INPACT) ELEIE SEE SPECIAL PROMSUIS FOR AMMO N1O TEPOOMT SUPPORT REO M1NUNTS. Addendum No. 1 5/12/09 • DATE REVISION BY City Of Yakima Engineering Division IDNrN amour CITY OF YAKIMA NOB HILL BOULEVARD OVERPASS REPAIRS CITY PROJECT N0: 2229 FEDERAL ND NO. BHM-4569 (008) Project Eng: BGN Drawn By: KDM Chkd. By: BGN Drawing Scales Horizontal =AS NOTED Vertical = AS NOTED JACKING AND PHASE CONSTRUCTION DETAILS SHEET 6 OF 21 i i = i N I = i MO s = I I M N I = M M- City Of Yakima Nob Hill Boulevard Overpass Repairs Nob Hill RR #2 City Project No. 2229 Federal Aid No.: BHM-4566(008) CONTENTS CITY OF YAKIMA Nob Hill Boulevard Overpass Repairs Nob Hill RR #2 City Project No. 2229 Federal Aid No.: BHM-4566(008) SECTION PAGE INVITATION TO BID 5 STANDARD SPECIFICATIONS Standard Specifications ... 7 Amendments to the 2006 Standard Specifications .. ........... . . 7 CONTRACT PROVISIONS General Special Provisions . .. ........ . 41 Project Description . 42 1-02 Bid Procedures and Conditions 43 1-03 Award and Execution of Contract 47 1-04 Scope of Work 49 1-05 Control of Work 49 1-06 Control of Material 54 1-07 Legal Relations and Responsibilities to the Public 55 1-08 Prosecution and Progress 80 1-09 Measurement and Payment 83 1-10 Temporary Traffic Control 84 6-02 Concrete Structures. 85 6-09 Modified Concrete Overlays ............... 101 8-01 Erosion Control and Water Pollution Control 107 STANDARD PLANS 107 Required Contract Provisions Federal Aid Construction Contracts .. Contract Form .... Performance Bond Form Informational Certificate of Insurance . . Informational Additional Insured Endorsement Minimum Wage Affidavit Form .. PREVAILING WAGE RATES Prevailing Wage Rates (Federal Wage Rates and State Wage Rates attached as Supplements) 113 115 117 119 121 123 125 PROPOSAL Proposal Form . .......... 127 Item Proposal Bid Sheet. 129 Bid Bond Form 131 Non -Collusion Declaration 133 Certification for Federal -Aid Contracts 135 Non -Discrimination Provision 137 Subcontractor List ..... ... 139 Women and Minority Business Enterprise Policy 141 Council Resolution .. 143 Affirmative Action Plan ... 145 Bidders Certification ... 147 Contractor and Subcontractor of Lower Tier Subcontractor Certification for Federal -Aid Projects . .. 149 3 Materially and Responsiveness Proposal Signature Sheet Bidders Check List . . PLANS & DETAILS Project Details Standard Details Traffic Control Plan Construction Plans 4 151 153 155 INVITATION TO BID NOTICE IS HEREBY GIVEN that sealed bids will be received by the City Clerk of the City of Yakima, 129 North 2nd Street, Yakima, Washington, 98901 until 2:00 pm on May 15, 2009 and will then and there be opened and publicly read for the construction of CITY OF YAKIMA Nob Hill Boulevard Overpass Repairs Nob Hill RR #2 City Project No. 2229 Federal Aid No. BHM-4566(008) This project consists of making improvements to the Nob Hill Boulevard Overpass over the Union Pacific and Burlington Northern Santa Fe Railroads in Yakima, Washington. The work shall consist of replacing 70 expansion and 50 pinned bearings, placing a one -inch thick latex modified concrete overlay on the 5774 square foot bridge deck and approach slabs, resealing the seven existing 52 -foot long bridge deck expansion joints, fiber wrapping three 3 -foot diameter concrete columns approximately 25 feet in height and other work. All work is to be in accordance with the plans and specifications as prepared by the City Engineer of the City of Yakima. All bid proposals shall be accompanied by a bid proposal deposit in cash, certified check, cashier's check or surety bond in an amount equal to five percent (5%) of the amount of such bid proposal Should the successful bidder fail to enter into such contract and furnish satisfactory performance bond within the time stated in the specifications, the bid proposal deposit shall be forfeited to the City of Yakima. Plans and specifications may be obtained at the Office of the City Engineer located at 129 North 2nd Street upon payment of the amount of $20.00 for each set, non refundable. Informational copies of maps, plans, and specifications are on file for inspection in the Office of the City Engineer of Yakima in Yakima, Washington, and at Plan Centers in Yakima and Kennewick, Washington. The City of Yakima in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S C 2000d to 2000-4 and Title 49, Code of Federal Regulations, Department of Transportation, subtitle A, Office of the Secretary, Part 21, nondiscrimination in federally assisted programs of the Department of Transportation issued pursuant to such Act, hereby notifies all bidders that it will affirmatively insure that in any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color or national origin in consideration for an award. The City reserves the right to reject any or all bids and proposals DATED this 21st day of April, 2009 (SEAL) Deborah J. Moore CITY CLERK PUBLISH: April 24, 2009 May 1, 2009 5 STANDARD SPECIFICATIONS Standard Specifications Amendments to the 2006 Standard Specifications STANDARD SPECIFICATIONS The 2008 Standard Specifications for Road, Bridge, and Municipal Construction published by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association, by this reference, are made a part of these Contract Documents. Except as may be amended, modifies, or supplemented hereinafter, each section of the Standard Specifications shall be considered as much a part of these Contract Documents as if they were actually set forth herein. INTRODUCTION The following Amendments and Special Provisions shall be used in conjunction with the 2008 Standard Specifications for Road, Bridge, and Municipal Construction. AMENDMENTS TO THE STANDARD SPECIFICATIONS The following Amendments to the Standard Specifications are made a part of this contract and supersede any conflicting provisions of the Standard Specifications. For informational purposes, the date following each Amendment title indicates the implementation date of the Amendment or the latest date of revision. Each Amendment contains all current revisions to the applicable section of the Standard Specifications and may include references which do not apply to this particular project. SECTION 1-03, AWARD AND EXECUTION OF CONTRACT April 7, 2008 1-03.1 Consideration of Bids This section is supplemented with the following new sub -section. 1-03.1(1) Tied Bids After opening Bids, if two or more lowest responsive Bid totals are exactly equal, then the tie-breaker will be determined by drawing as described in this Section. Two or more slips of paper will be marked as follows: one marked "Winner" and the other(s) marked "unsuccessful". The slips will be folded to make the marking unseen. The slips will be placed inside a box. One authorized representative of each Bidder shall draw a slip from the box. Bidders shall draw in alphabetic order by the name of the firm as registered with the Washington State Department of Licensing. The slips shall be unfolded and the firm with the slip marked "Winner" will be determined to be the successful Bidder and eligible for Award of the Contract. Only those Bidders that submitted a Bid total that is exactly equal to the lowest responsive Bid are eligible to draw. SECTION 1-04, SCOPE OF THE WORK April 7, 2008 1-04.4(1) Minor Changes The first sentence in the first paragraph is revised to read: 7 Payments or credits for changes amounting to $15,000 or less may be made under the bid item "Minor Change." 1-04.5 Procedure and Protest by the Contractor In the second paragraph, number 2, the reference to 7 calendar days is revised to 14 calendar days The second sentence in the fifth paragraph is revised to read. The determination will be provided within 14 -calendar days after receipt of the Contractor's supplemental written statement (including any additional information requested by the Project Engineer to support a continuing protest) described in item 2 above. SECTION 1-05, CONTROL OF WORK April 7, 2008 1-05.1 Authority of the Engineer The fourth paragraph is revised to read. At the Contractor's risk, the Project Engineer may suspend all or part of the Work according to Section 1-08 6 1-05.12 Final Acceptance The second paragraph is revised to read. The Contractor agrees that neither completion nor final acceptance shall relieve the Contractor of the responsibility to indemnify, defend, and protect the Contracting Agency against any claim or loss resulting from the failure of the Contractor (or the subcontractors or lower tier subcontractors) to pay all laborers, mechanics, subcontractors, material -persons, or any other person who provides labor, supplies, or provisions for carrying out the Work or for any payments required for unemployment compensation under Title 50 RCW or for industrial insurance medical aid required under Title 51 RCW SECTION 1-07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC April 6, 2009 1-07.2(2) State Sales Tax: Work on State -Owned or Private Land The following new paragraph is inserted in front of the first paragraph' State Department of Revenue Rule 170 and its related rules apply for this section 1-07.8 High Visibility Apparel This section is revised to read: The Contractor shall require all personnel under their control (including service providers, Subcontractors and lower tier Subcontractors) that are on foot in the work zone and are exposed to vehicle traffic or construction equipment to wear the high visibility apparel described in this Section The Contractor shall ensure that a 8 competent person as identified in the MUTCD selects the appropriate high -visibility apparel suitable for the job -site conditions. High visibility garments shall always be the outermost garments. High visibility garments shall be in a condition compliant with the ANSI 107-2004 and shall be used in accordance with manufacturer recommendations. This section is supplemented with the following new sub -sections. 1-07.8(1) Traffic Control Personnel All personnel performing the Work described in Section 1-10 (including traffic control supervisors, flaggers, spotters, and others performing traffic control Tabor of any kind), shall comply with the following. 1 During daylight hours with clear visibility, workers shall wear a high -visibility ANSI/ISEA 107-2004 Class 2 or 3 vest or jacket, and hardhat meeting the high visibility headwear requirements of WAC 296-155-305; and 2. During hours of darkness (1/2 -hour before sunset to 1/2 -hour after sunrise) or other low visibility conditions (snow, fog, etc.), workers shall wear a high visibility ANSI/ISEA 107-2004 Class 2 or 3 vest or jacket, high visibility lower garment meeting ANSI/ISEA 107-2004 Class E, and hardhats meeting the high visibility headwear requirements of WAC 296-155-305. 1-07.8(2) Non -Traffic Control Personnel All personnel, except those performing the Work described in Section 1-10, shall wear high visibility apparel meeting the ANSI/ISEA 107-2004 Class 2 or 3 standard. 1-07.9(1) General The following new paragraph is inserted to follow the sixth paragraph: The Contractor shall ensure that any firm (Supplier, Manufacturer, or Fabricator) that falls under the provisions of RCW 39.12 because of the definition "Contractor" in WAC 296-127-010, complies with all the requirements of RCW 39.12. 1-07.15 Temporary Water Pollution/Erosion Control This section is supplemented with the following. Stormwater or dewatering water that has come in contact with concrete rubble, concrete pours, or cement treated soils shall be maintained to pH 8.5 or Tess before it is allowed to enter waters of the state. If pH exceeds 8.5, the Contractor shall immediately discontinue work and initiate treatment according to the plan to lower the pH. Work may resume, with treatment, once the pH of the stormwater is 8.5 or less or it can be demonstrated that the runoff will not reach surface waters. High pH process water shall not be discharged to waters of the state. Unless specific measures are identified in the Special Provisions, high pH process water may be infiltrated, dispersed in vegetation or compost, or pumped to a sanitary sewer system. Water being infiltrated or dispersed shall have no chance of discharging directly to waters of the state, including wetlands or conveyances that indirectly lead to waters of the state. High pH process water shall be treated to within a range of 6.5 9 to 8.5 pH units prior to infiltration to ensure the discharge does not cause a violation of groundwater quality standards. If water is pumped to the sanitary sewer, the Contractor shall provide a copy of permits and requirements for placing the material into a sanitary sewer system prior to beginning the work. Process water may be collected and disposed of by the Contractor off the project site. The Contractor shall provide a copy of the permit for an approved waste site for the disposal of the process water prior to the start of work which generates the process water. 1-07.15(1) Spill Prevention, Control and Countermeasures Plan This section is revised to read The Contractor shall prepare a project -specific spill prevention, control, and countermeasures plan (SPCC Plan) that will be used for the duration of the project. The Contractor shall submit the plan to the Project Engineer no later than the date of the preconstruction conference. No on-site construction activities may commence until WSDOT accepts an SPCC Plan for the project. The term "hazardous materials", as used in this Specification, is defined in Chapter 447 of the WSDOT Environmental Procedures Manual (M31-11). Occupational safety and health requirements that may pertain to SPCC Plan implementation are contained in but not limited to WAC 296-824 and WAC 296-843 Implementation Requirements The SPCC Plan shall be updated by the Contractor throughout project construction so that the wntten plan reflects actual site conditions and practices. The Contractor shall update the SPCC Plan at least annually and maintain a copy of the updated SPCC Plan on the project site. All project employees shall be trained in spill prevention and containment, and shall know where the SPCC Plan and spill response kits are located and have immediate access to them If hazardous materials are encountered or spilled during construction, the Contractor shall do everything possible to control and contain the material until appropriate measures can be taken. The Contractor shall supply and maintain spill response kits of appropriate size within close proximity to hazardous materials and equipment. The Contractor shall implement the spill prevention measures identified in the SPCC Plan before performing any of the following: 1 Placing materials or equipment in staging or storage areas. 2 Refueling, washing, or maintaining equipment. 3. Stockpiling contaminated materials SPCC Plan Element Requirements The SPCC Plan shall set forth the following information in the following order: 1. Responsible Personnel Identify the name(s), title(s), and contact information for the personnel responsible for implementing and updating the plan, including all spill responders 2. Spill Reporting 10 List the names and telephone numbers of the federal, State, and local agencies the Contractor shall notify in the event of a spill. 3. Project and Site Information Describe the following items: A. The project Work. B. The site location and boundaries. C. The drainage pathways from the site. D. Nearby waterways and sensitive areas and their distances from the site. 4. Potential Spill Sources Describe each of the following for all potentially hazardous materials brought or generated on-site (including materials used for equipment operation, refueling, maintenance, or cleaning): A. Name of material and its intended use. B Estimated maximum amount on-site at any one time. C. Location(s) (including any equipment used below the ordinary high water line) where the material will be staged, used, and stored and the distance(s) from nearby waterways and sensitive areas D. Decontamination location and procedure for equipment that comes into contact with the material. E. Disposal procedures. 5 Pre -Existing Contamination Describe any pre-existing contamination and contaminant sources (such as buried pipes or tanks) in the project area that are described in the Contract documents. Identify equipment and work practices that will be used to prevent the release of contamination. 6. Spill Prevention and Response Training Describe how and when all personnel (including refueling contractors and Subcontractors) will be trained in spill prevention, containment and response in accordance with the Plan. Describe how and when all spill responders will be trained in accordance with WAC 296-824. 7. Spill Prevention Describe the following items: A. Spill response kit contents and location(s). 11 B. Security measures for potential spill sources. C. Secondary containment practices and structures for hazardous materials. D. Methods used to prevent stormwater from contacting hazardous materials. E. Site inspection procedures and frequency. F. Equipment and structure maintenance practices. G. Daily inspection and cleanup procedures that ensure all equipment used below the ordinary high water line is free of all external petroleum based products. H. Refueling procedures for equipment that cannot be moved from below the ordinary high water line. 8. Spill Response Outline the response procedures the Contractor will follow for each scenario listed below. Include a description of the actions the Contractor shall take and the specific, on-site, spill response equipment that shall be used to assess the spill, secure the area, contain and eliminate the spill source, and clean up and dispose of spilled and contaminated material. A. A spill of each type of hazardous material at each location identified in 4, above. B Stormwater that has come into contact with hazardous materials C. A release or spill of any pre-existing contamination and contaminant source described in 5, above D. A release or spill of any unknown pre-existing contamination and contaminant sources (such as buried pipes or tanks) encountered during project Work. E. A spill occurring during Work with equipment used below the ordinary high water line If the Contractor will use a Subcontractor for spill response, provide contact information for the Subcontractor under item 1 (above), identify when the Subcontractor will be used, and describe actions the Contractor shall take while waiting for the Subcontractor to respond. 9. Project Site Map Provide a map showing the following items: A. Site location and boundaries. 12 B. Site access roads. C. Drainage pathways from the site. D. Nearby waterways and sensitive areas. E. Hazardous materials, equipment, and decontamination areas identified in 4, above. F. Pre-existing contamination or contaminant sources described in 5, above. G. Spill prevention and response equipment described in 7 and 8, above. 10. Spill Report Forms Provide a copy of the spill report form(s) that the Contractor will use in the event of a release or spill. Payment Payment will be made in accordance with Section 1-04.1 for the following Bid item when it is included in the Proposal: "SPCC Plan", lump sum. When the written SPCC is accepted by WSDOT, the Contractor shall receive 50 - percent of the lump sum Contract price for the plan. The remaining 50 -percent of the lump sum price will be paid after the materials and equipment called for in the plan are mobilized to the project. The lump sum payment for "SPCC Plan" shall be full pay for: 1. All costs associated with creating the accepted SPCC Plan. 2. All costs associated with providing and maintaining the on-site spill prevention equipment described in the accepted SPCC Plan. 3. All costs associated with providing and maintaining the on-site standby spill response equipment and materials described in the accepted SPCC Plan. 4. All costs associated with implementing the spill prevention measures identified in the accepted SPCC Plan. 5. All costs associated with updating the SPCC Plan as required by this Specification. As to other costs associated with releases or spills, the Contractor may request payment as provided for in the Contract. No payment shall be made if the release or spill was caused by or resulted from the Contractor's operations, negligence, or omissions. 13 1-07.16(4) Archaeological and Historical Objects This section is supplemented with the following new sub -section: 1-07.16(4)A Inadvertent Discovery of Human Skeletal Remains If human skeletal remains are encountered by the Contractor, they shall not be further disturbed. The Contractor shall immediately notify the Engineer of any such finds, and shall cease all work adjacent to the discovery, in an area adequate to provide for the total security and protection of the integrity of the skeletal remains. The Engineer may require the Contractor to suspend Work in the vicinity of the discovery until final determinations and removal of the skeletal remains is completed. If the Engineer finds that the suspension of Work in the vicinity of the discovery increases or decreases the cost or time required for performance of any part of the Work under this Contract, the Engineer will make an adjustment in payment or the time required for the performance of the Work in accordance with Sections 1-04.4 and 1-08.8. 1-07.17(2) Utility Construction, Removal or Relocation by Others The first sentence in the second paragraph is revised to read. If the Contract provides notice that utility work (including furnishing, adjusting, relocating, replacing, or constructing utilities) will be performed by others during the prosecution of the Work, the Special Provisions will establish the utility owners anticipated completion. The first sentence in the third paragraph is revised to read. When others delay the Work through late performance of utility work, the Contractor shall adhere to the requirements of Section 1-04.5 1-07.23 Public Convenience and Safety This section is revised to read The Contractor shall be responsible for providing adequate safeguards, safety devices, protective equipment, and any other needed actions to protect the life, health, and safety of the public, and to protect property in connection with the performance of the Work covered by the Contract. The Contractor shall perform any measures or actions the Engineer may deem necessary to protect the public and property. The responsibility and expense to provide this protection shall be the Contractor's except that which is to be furnished by the Contracting Agency as specified in other sections of these Specifications. Nothing contained in this Contract is intended to create any third -party beneficiary rights in favor of the public or any individual utilizing the Highway facilities being constructed or improved under this Contract. 1-07.23(1) Construction Under Traffic The second sentence in the second paragraph is revised to read The Contractor shall maintain existing roads, streets, sidewalks, and paths within the project limits, keeping them open, and in good, clean, safe condition at all times. 14 The fifth sentence in the second paragraph is revised to read: The Contractor shall also maintain roads, streets, sidewalks, and paths adjacent to the project limits when affected by the Contractor's operations. The final paragraph in this section is deleted. 1-07.23(2) Construction and Maintenance of Detours Number 1. under the first paragraph is revised to read: Detours and detour bridges that will accommodate traffic diverted from the Roadway, bridge, sidewalk or path during construction, SECTION 1-08, PROSECUTION AND PROGRESS August 4, 2008 1-08.1 Subcontracting Item (2) in the first sentence of the seventh paragraph is revised to read. (2) Delivery of these materials to the Work site in vehicles owned or operated by such plants or by recognized independent or commercial hauling companies hired by those commercial plants. 1-08.3(2)A Type A Progress Schedule This section is revised to read: The Contractor shall submit five copies of a Type A Progress Schedule no later than 10 days after the date the contract is executed, or some other mutually agreed upon submittal time. The schedule may be a critical path method (CPM) schedule, bar chart, or other standard schedule format. Regardless of which format used, the schedule shall identify the critical path. The Engineer will evaluate the Type A Progress Schedule and approve or return the schedule for corrections within 15 calendar days of receiving the submittal. 1-08.5 Time for Completion The third sentence in the first paragraph is revised to read: A nonworking day is defined as a Saturday, a Sunday, a whole or half day on which the Contract specifically prohibits Work on the critical path of the Contractor's approved progress schedule, or one of these holidays: January 1, the third Monday of January, the third Monday of February, Memorial Day, July 4, Labor Day, November 11, Thanksgiving Day, the day after Thanksgiving, and Christmas Day. 1-08.6 Suspension of Work The first paragraph is revised to read The Engineer may order suspension of all or any part of the Work if: 1. Unsuitable weather that prevents satisfactory and timely performance of the Work, or 15 2. The Contractor does not comply with the Contract: or 3. It is in the public interest. 1-08.7 Maintenance During Suspension The first sentence in the fourth paragraph is revised to read. If the Engineer determines that the Contractor has pursued the Work diligently before the suspension, then the Contracting Agency will maintain the temporary Roadway (and bear its cost). The fifth paragraph is revised to read: The Contractor shall protect and maintain all other Work 1 in areas not used by traffic All costs associated with protecting and maintaining such Work shall be the responsibility of the Contractor, except those costs associated with implementing the TESC Plan according to Section 8-01. The seventh paragraph is revised to read: After any suspension, the Contractor shall resume all responsibilities the Contract assigns for the Work. SECTION 1-09, MEASUREMENT AND PAYMENT April 7, 2008 1-09.9 Payments The first paragraph is supplemented with the following For items Bid as lump sum, the Contractor shall submit a breakdown of their lump sum price in sufficient detail for the Project Engineer to determine the value of the Work performed on a monthly basis. Lump sum breakdowns shall be provided to the Project Engineer no later than the date of the preconstruction meeting. The second sentence in the third paragraph is revised to read Unless otherwise provided in the payment clause of the applicable Specifications, partial payment for lump sum Bid items will be a percentage of the price in the Proposal based on the Project Engineer's determination of the amount of Work performed, with consideration given to but not exclusively based on the Contractors lump sum breakdown. The third paragraph is supplemented with the following: The determination of payments under the contract will be final in accordance with Section 1-05.1. 1-09.9(1) Retainage In the fourth paragraph, number 1, the reference to $20,000 is revised to read $35,000 16 SECTION 1-10, TEMPORARY TRAFFIC CONTROL April 6, 2009 1-10.1(2) Description The following new paragraph is inserted after the second paragraph. Unless otherwise permitted by the Contract or approved by the Project Engineer, the Contractor shall keep all existing pedestrian routes and access points (including sidewalks, paths and crosswalks) open and clear at all times. The second and third sentences in the third paragraph are revised to read: The Contractor shall erect and maintain all construction signs, warning signs, detour signs, and other traffic control devices necessary to warn and protect the public at all times from injury or damage as a result of the Contractor's operations which may occur on or adjacent to Highways, roads, streets, sidewalks or paths. No Work shall be done on or adjacent to any Traveled Way until all necessary signs and traffic control devices are in place. 1-10.2(1) General The second sentence in the third paragraph is revised to read: Possession of a current TCS card and flagging card by the primary and alternate TCS is mandatory. 1-10.2(2) Traffic Control Plans The first sentence in the first paragraph is revised to read: The traffic control plan or plans appearing in the Contract documents show a method of handling vehicle, bicycle and pedestrian traffic. In the third sentence of the second paragraph, the reference to "MUTCD, Part VI" is revised to "MUTCD, Part 6". 1-10.3(2)B Rolling Slowdown The first two paragraphs are deleted and replaced with the following. Rolling slowdown traffic control operations are not to be used for routine work that can be addressed by standard lane or shoulder closure traffic control. When a short- term roadway closure is needed for an infrequent, non -repetitive work operation such as a sign bridge removal, or utility wire crossing, the Contractor may implement a rolling slowdown on a multi -lane roadway, as part of an approved traffic control plan. The Contractor shall submit for approval a traffic control plan detailing the expected delay time, interchange ramp control and rolling slowdown distance A portable changeable message sign shall be placed ahead of the starting point of the traffic control to warn traffic of the slowdown. The sign shall be placed far enough ahead of the Work to avoid any expected backup of vehicles. A rolling slowdown shall use traffic control vehicles with flashing amber lights. At least one traffic control vehicle will be used for every two lanes to be slowed, plus a control vehicle will serve as a following (chase) vehicle for traffic ahead of the 17 blockade. The traffic control vehicles shall enter the roadway and form a moving blockade to reduce traffic speeds and create a clear area ahead of the blockade in which to accomplish the work without a total stoppage of traffic. 1-10.3(3)A Construction Signs The fifth paragraph is revised to read: Where it is necessary to add weight to signs for stability, sand bags or other similar ballast may be used but the height shall not be more than 4 -inches above the Roadway surface, and shall not interfere with the breakaway features of the device The Contractor shall follow the manufacturer's recommendations for sign ballasting. 1-10.3(3)0 Barricades The second paragraph is revised to read Where it is necessary to add weight to barricades for stability, sand bags or other similar ballast may be used but the height shall not be more than 4 -inches above the Roadway surface and shall not interfere with the breakaway features of the device. The Contractor shall follow the manufacturer's recommendation for sign ballasting 1-10.3(3)G Traffic Cones This section including title is revised to read: 1-10.3(3)G Traffic Cones and Tall Channelizing Devices Where shown on an approved traffic control plan or where ordered by the Engineer, the Contractor shall provide, install and maintain traffic cones or tall channelizing devices Cones and tall channelizing devices shall be kept in good repair and shall be removed immediately when directed by the Engineer Where wind or moving traffic frequently displaces cones, an effective method of stabilizing them, such as stacking two together at each location, shall be employed. 1-10.3(3)K Portable Temporary Traffic Control Signal The first paragraph is revised to read: Where shown on an approved traffic control plan, the Contractor shall provide, operate, maintain and remove a portable temporary traffic control signal system to provide alternating one -lane traffic operations on a two-way facility A portable temporary traffic control signal system shall be defined as two traffic control units that operate together. The system shall be trailer mounted, fully self-contained and designed so that it can be easily transported and deployed at different locations. The third sentence in the second paragraph is deleted. The following is inserted in front of the sixth paragraph: The Traffic Control Supervisor shall monitor and insure that the Portable Temporary Traffic Control Signal is fully operational and maintained as specified by the manufacturer This Work may include cleaning and replacing lamps and other routine maintenance as needed. 18 1-10.4(2) Item Bids with Lump Sum for Incidentals The unit of measurement statement for "Portable Temporary Traffic Control Signal" is revised to read: No specific unit of measurement will apply to the lump sum item of "Portable Temporary Traffic Control Signal". 1-10.5(1) Lump Sum Bid for Project (No Unit Items) This section is revised to read: "Project Temporary Traffic Control", lump sum The lump sum Contract payment shall be full compensation for all costs incurred by the Contractor in performing the Contract Work defined in Section 1-10, except for costs compensated by Bid Proposal items inserted through Contract Provisions as described in Section 1-10.4(3). 1-10.5(2) Item Bids with Lump Sum for Incidentals The unit of measure for the bid item "Portable Temporary Traffic Control Signal," is revised to lump sum. The paragraph following "Portable Temporary Traffic Control Signal," is revised to read. The lump sum Contract price shall be full compensation for all costs of labor, materials and equipment incurred by the Contractor in performing the Contract Work as described in Section 1-10.3(3)K, including all costs for traffic control during manual control, adjustment, malfunction, or failure of the portable traffic control signals and during replacement of failed or malfunctioning signals. SECTION 2-03, ROADWAY EXCAVATION AND EMBANKMENT January 7, 2008 2-03.1 Description The first sentence in the first paragraph is revised to read: The Work described in this section, regardless of the nature or type of the materials encountered, includes excavating and grading the Roadway, excavating in borrow pits, excavating below grade, excavating channels and ditches, removing slide material, and disposing of all excavated material. 2-03.3(3) Excavation Below Grade The section title is revised to read: 2-03.3(3) Excavation Below Subgrade The first sentence in the fifth paragraph is revised to read: Compaction. If the density of the natural earth under any area of the Roadway is less than that required in Section 2-03.3(14)C, Method B, the Engineer may order the Contractor to perform any or all of the following: 19 2-03.3(14)M Excavation of Channels This section including title is revised to read: 2-03.3(14)M Excavation of Channels and Ditches Channel Excavation' Open excavations 8 -feet or more wide at the bottom, but excludes channels that are part of the Roadway. Ditch Excavation: Open excavations less than 8 -feet wide at the bottom, but excludes ditches that are part of the Roadway Before excavating channels or ditches, the Contractor shall clear and grub the area in accordance with Section 2-01. 2-03.4 Measurement The first sentence in the first paragraph is revised to read. Roadway excavation, channel excavation, ditch excavation, unsuitable foundation excavation, and common borrow items will be measured by the cubic yard. The fourth sentence in the first paragraph is revised to read For Roadway excavation, channel excavation and ditch excavation items, the original ground will be compared with the planned finished section shown in the Plans 2-03.5 Payment The first paragraph is supplemented with the following: "Channel Excavation", per cubic yard "Channel Excavation Incl Haul", per cubic yard "Ditch Excavation", per cubic yard "Ditch Excavation Incl Haul", per cubic yard The first sentence in the second paragraph is revised to read: The unit Contract price per cubic yard for "Roadway Excavation", "Roadway Excavation Incl Haul", "Roadway Excavation — Area ", "Roadway Excavation Incl Haul — Area ", "Channel Excavation", "Channel Excavation Incl. Haul", "Ditch Excavation" and "Ditch Excavation Incl Haul" shall be full compensation for all costs incurred for excavating, loading, placing, or otherwise disposing of the material The second paragraph is supplemented with the following: When a bid item is not included in the proposal for channel excavation or ditch excavation all costs shall be included in roadway excavation. The third paragraph is revised to read. When the Engineer orders Work according to Section 2-03.3(3), unit Contract prices shall apply, unless the Work differs materially from the excavation above Subgrade, then payment will be in accordance with Section 1-04.4 20 SECTION 6-02, CONCRETE STRUCTURES April 6, 2009 6-02.2 Materials This section is supplemented with the following: Pigmented Sealer Materials for Coating of Concrete Surfaces 9-08.2(1) 6-02.3(2)A Contractor Mix Design The third sentence in the fourth paragraph is revised to read: The nominal maximum size aggregate for Class 4000P shall be 3/8 -inch. The fourth sentence in the fourth paragraph is revised to read: The nominal maximum size aggregate for Class 4000D shall be 1 -inch. 6-02.3(2)B Commercial Concrete The second paragraph is revised to read: Where concrete Class 3000 is specified for items such as, culvert headwalls, plugging culverts, concrete pipe collars, pipe anchors, monument cases, Tight standard foundations, pedestals, cabinet bases, guardrail anchors, sign post foundations, fence post footings, sidewalks, curbs, and gutters, the Contractor may use commercial concrete. If commercial concrete is used for sidewalks, curbs, and gutters, it shall have a minimum cementitious material content of 564 -pounds per cubic yard of concrete, shall be air entrained, and the tolerances of Section 6- 02.3(5)C shall apply. Commercial concrete shall not be used for items such as, bridges, retaining walls, box culverts, or foundations for high mast luminaires, mast arm traffic signals, cantilever signs, and sign bridges. The Engineer may approve the use of commercial concrete for other applications not listed above. 6-02.3(6)D Protection Against Vibration The second sentence in the second paragraph is revised to read: These requirements for the protection of freshly placed concrete against vibration shall not apply for plant cast concrete, nor shall they apply to the vibrations caused by the traveling public. The third sentence in the second paragraph is deleted. Item (2) under the third paragraph is revised to read: (2) Equipment Class L (Low Vibration) shall include tracked dozers under 85,000 - pounds, track vehicles, trucks (unless excluded above), hand operated jack hammers, cranes, auger drill rig, caisson drilling, vibratory roller compactors under 30,000 -pounds, and grab -hammers. Item (3) under the third paragraph is revised to read' (3) Equipment Class H (High Vibration) shall include pile drivers, vibratory hammers, machine operated impact tools, pavement breakers, and other Targe pieces of equipment. 21 6-02.3(10) Roadway Slabs and Bridge Approach Slabs This section's content is deleted. This section's title is revised to read* 6-02.3(10) Bridge Decks and Bridge Approach Slabs This section is supplemented with the following new sub -sections: 6-02.3(10)A Preconstruction Meeting A pre -concreting conference shall be held 5 to 10 -working days before placing concrete to discuss construction procedures, personnel, and equipment to be used Those attending shall include: 1 (representing the Contractor) The superintendent and all foremen in charge of placing the concrete, finishing it, and 2. (representing the State) The Project Engineer, key inspection assistants, and the State Construction Office. If the project includes more than 1 deck or slab, and if the Contractor's key personnel change between concreting operations, or at request of the Engineer, an additional conference shall be held just before each deck or slab is placed The Contractor shall not place bridge decks until the Engineer agrees that: 1 Concrete producing and placement rates will be high enough to meet placing and finishing deadlines; 2 Finishers with enough experience have been employed; 3 Adequate finishing tools and equipment are at the site, and 4 Curing procedures consistent with the Specification requirements are employed 6-02.3(10)B Screed Rail Supports The Contractor shall place screed rails outside the finishing area When screed rails cannot be placed outside the finishing area as determined by the Engineer, they shall rest on adjustable supports that can be removed with the least possible disturbance to the screeded concrete. The supports shall rest on structural members or on forms rigid enough to resist deflection. Supports shall be removable to at least 2 -inches below the finished surface. For staged constructed bridge decks, the finishing machine screed rails shall not be supported on the completed portion of deck and shall deflect with the portion of structure under construction Screed rails (with their supports) shall be strong enough and stiff enough to permit the finishing machine to operate effectively on them. All screed rails shall be placed and secured for the full length of the deck/slab before the concreting begins. If the Engineer approves in advance, the Contractor may move rails ahead onto previously set supports while concreting progresses. But such movable rails and their supports shall not change the set elevation of the screed 22 On steel truss and girder spans, screed rails and bulkheads may be placed directly on transverse steel floorbeams, with the strike -board moving at right angles to the centerline of the Roadway. 6-02.3(10)C Finishing Equipment The finishing machine shall be self-propelled and be capable of forward and reverse movement under positive control. The finishing machine shall be equipped with a rotating cylindrical single or double drum screed not exceeding 60 -inches in length. The finishing machine shall have the necessary adjustments to produce the required cross-section, line, and grade. Provisions shall be made for the raising and lowering of all screeds under positive control. The upper vertical limit of screed travel shall permit the screed to clear the finished concrete surface. For bridge deck widening of 20 -feet or less, and for bridge approach slabs, or where jobsite conditions do not allow the use of conventional configuration finishing machines described above, the Contractor may propose the use of a hand operated motorized power screed such as a "Texas" or "Bunyan" screed. This screed shall be capable of finishing the bridge deck and bridge approach slab to the same standards as the finishing machine. The Contractor shall not begin placing bridge deck or bridge approach slab concrete until receiving the Engineer's approval of this screed and the placing procedures. On bridge decks the Contractor may use hand -operated strike -boards only when the Engineer approves for special conditions where self propelled or motorized hand operated screeds cannot be employed. These boards shall be sturdy and able to strike off the full placement width without intermediate supports. Strike -boards, screed rails, and any specially made auxiliary equipment shall receive the Engineer's approval before use. All finishing requirements in these Specifications apply to hand -operated finishing equipment. 6-02.3(10)D Concrete Placement, Finishing, and Texturing Before any concrete is placed, the finishing machine shall be operated over the entire length of the deck/slab to check screed deflection. Concrete placement may begin only if the Engineer approves after this test. Immediately before placing concrete, the Contractor shall check (and adjust if necessary) all falsework and wedges to minimize settlement and deflection from the added mass of the concrete deck/slab. The Contractor shall also install devices, such as telltales, by which the Engineer can readily measure settlement and deflection. The Contractor shall schedule the concrete placement so that it can be completely finished during daylight. After dark finishing is permitted if the Engineer approves and if the Contractor provides adequate lighting. The placement operation shall cover the full width of the Roadway or the full width between construction joints. The Contractor shall locate any construction joint over a beam or web that can support the deck/slab on either side of the joint. The joint shall not occur over a pier unless the Plans permit. Each joint shall be formed vertically and in true alignment. The Contractor shall not release falsework or wedges supporting pours on either side of a joint until each side has aged as these Specifications require 23 Placement of concrete for bridge decks and bridge approach slabs shall comply with Section 6-02.3(6).The Engineer shall approve the placement method. In placing the concrete, the Contractor shall. 1. Place it (without segregation) against concrete placed earlier, as near as possible to its final position, approximately to grade, and in shallow, closely spaced piles; 2 Consolidate it around reinforcing steel by using vibrators before strike -off by the finishing machine, 3 Not use vibrators to move concrete; 4 Not revibrate any concrete surface areas where workers have stopped prior to screeding; 5 Remove any concrete splashed onto reinforcing steel in adjacent segments before concreting them; 6. Tamp and strike off the concrete with a template or strike board moving slowly forward at an even speed; 7 Maintain a slight excess of concrete in front of the cutting edge across the entire width of the placement operation, 8 Make enough passes with the strike -board (without overfinishing and bringing excessive amounts of mortar to the surface) to create a surface that is true and ready for final finish, and 9 Leave a thin, even film of mortar on the concrete surface after the last pass of the strike -board Workers shall complete all post screeding operations without walking on the concrete. This may require work bridges spanning the full width of the slab. After removing the screed supports, the Contractor shall fill the voids with concrete (not mortar). If necessary, as determined by the Engineer, the Contractor shall float the surface left by the finishing machine to remove roughness, minor irregularities, and seal the surface of the concrete Floating shall leave a smooth and even surface Float finishing shall be kept to a minimum number of passes so air bubbles in the concrete are not released. The floats shall be at least 4 -feet long. Each transverse pass of the float shall overlap the previous pass by at least half the length of the float. The first floating shall be at right angles to the strike -off. The second floating shall be at right angles to the centerline of the span. A smooth riding surface shall be maintained across construction joints. Expansion joints shall be finished with a 1/2 -inch radius edger. After floating, but while the concrete remains plastic, the Contractor shall test the entire deck/slab for flatness (allowing for crown, camber, and vertical curvature). The testing shall be done with a 10 -foot straightedge held on the surface. The 24 straightedge shall be advanced in successive positions parallel to the centerline, moving not more than 1/2 the length of the straightedge each time it advances. This procedure shall be repeated with the straightedge held perpendicular to the centerline. An acceptable surface shall be one free from deviations of more than 1/8 - inch under the 10 -foot straightedge If the test reveals depressions, the Contractor shall fill them with freshly mixed concrete, strike off, consolidate, and refinish them. High areas shall be cut down and refinished. Retesting and refinishing shall continue until an acceptable, deviation free surface is produced. The hardened concrete shall meet all smoothness requirements of these Specifications even though the tests require corrective Work. The Contractor shall texture the bridge deck and bridge approach slab by combing the final surface perpendicular to the centerline. Made of a single row of metal tines, the comb shall leave striations in the fresh concrete approximately 3/16 -inch deep by 1/8 -inch wide and spaced approximately 1/2 -inch apart. The Engineer will decide actual depths at the site. (If the comb has not been approved, the Contractor shall obtain the Engineer's approval by demonstrating it on a test section.) The Contractor may operate the combs manually or mechanically, either singly or with several placed end to end The timing and method used shall produce the required texture without displacing larger particles of aggregate. Texturing shall end 2 -feet from curb lines. This 2 -foot untextured strip shall be hand finished with a steel trowel. If the Plans 'call for an overlay (to be constructed under the same Contract), such as hot mix asphalt, latex modified concrete, epoxy concrete, or similar, the Contractor shall produce the final finish by dragging a strip of damp, seamless burlap lengthwise over the full width of the deck/slab or by brooming it lightly. A burlap drag shall equal the deck/slab in width. Approximately 3 -feet of the drag shall contact the surface, with the least possible bow in its leading edge. It shall be kept wet and free of hardened lumps of concrete. When it fails to produce the required finish, the Contractor shall replace it. When not in use, it shall be lifted clear of the slab. After the deck/slab has cured, the surface shall not vary more than 1/8 -inch under a 10 -foot straightedge placed parallel and perpendicular to the centerline. The Contractor shall cut high spots down with a diamond faced, saw -type cutting machine. This machine shall cut through mortar and aggregate without breaking or dislodging the aggregate or causing spalls. Low spots shall be built up utilizing a grout or concrete with a strength equal to or greater than the required 28 -day strength of the deck/slab. The method of build-up shall be submitted to the Engineer for approval. The surface texture on any area cut down or built up shall match closely that of the surrounding bridge deck or bridge approach slab area. The entire bridge deck and bridge approach slab shall provide a smooth riding surface 25 6-02.3(10)E Sidewalk Concrete for sidewalk shall be well compacted, struck off with a strike -board, and floated with a wooden float to achieve a surface that does not vary more than '/- inch under a 10 -foot straightedge An edging tool shall be used to finish all sidewalk edges and expansion joints. The final surface shall have a granular texture that will not turn slick when wet. 6-02.3(10)F Bridge Approach Slab Orientation and Anchors Bridge approach slabs shall be constructed full bridge deck width from outside usable Shoulder to outside usable Shoulder at an elevation to match the Structure. The bridge approach slabs shall be modified as shown in the Plans to accommodate the grate inlets at the bridge ends if the grate inlets are required Bridge approach slab anchors shall be installed as detailed in the Plans and the anchor rods, couplers, and nuts shall conform to Section 9-06 5(1). The steel plates shall conform to ASTM A 36 All metal parts shall receive 1 coat of formula A-11-99 paint meeting the requirements of Section 9-08.2. The pipe shall be any non- perforated PE or PVC pipe of the diameter specified in the Plans Polystyrene shall conform to Section 9-04 6. The anchors shall be installed parallel both to profile grade and center line of Roadway The Contractor shall secure the anchors to ensure that they will not be misaligned during concrete placement. For Method B anchors installations, the epoxy bonding agent used to install the anchors shall be Type IV conforming to Section 9-26.1. The compression seal shall be as noted in the Contract documents. Dowel bars shall be installed in the bridge approach slabs in accordance with the requirements of the Standard Plans and Section 5-05 3(10) After curing bridge approach slabs in accordance with Section 6-02.3(11), the bridge approach slabs may be opened to traffic when a minimum compressive strength of 2,500 psi is achieved 6-02.3(12) Construction Joints The third sentence in the second paragraph is deleted 6-02.3(14) Finishing Concrete Surfaces The following new sub -section is inserted after Section 6-02.3(14)B. 6-02.3(14)C Pigmented Sealer for Concrete Surfaces All surfaces specified in the Plans to receive pigmented sealer shall receive a Class 2 surface finish, (except that concrete barrier surfaces shall be finished in accordance with Section 6-02.3(11)A) and shall receive a light brush sandblasting in order that complete neutralization of the surface and subsequent penetration of the pigmented sealer is achieved All curing agents and form release agents shall be removed. The surface shall be dry, clean and prepared in accordance with the manufacturer's written instructions The Contractor shall submit four copies of the manufacturer's written instructions The Contractor shall not apply pigmented sealer from a batch greater than twelve months past the initial date of color sample approval of that batch by the Engineer The pigmented sealer color or colors for specific concrete surfaces shall be as specified in the Special Provisions. The pigmented sealer shall be spray applied in accordance with the manufacturer's written instructions for application, air temperature required for sealer application 26 and curing, qualification of applicator, rate of application, and number of coats to apply. Pigmented sealer shall not be applied until the concrete has cured for at least 28 days. Pigmented sealer shall not be applied upon damp surfaces, nor shall it be applied when the air is misty, or otherwise unsatisfactory for the work, in the opinion of the manufacturer or the Engineer. The final appearance shall have an even and uniform color acceptable to the Engineer. For concrete surfaces such as columns, retaining walls, pier walls, abutments, concrete fascia panels, and noise barrier wall panels, the pigmented sealer shall extend to one foot below the finish ground line, unless otherwise shown in the Plans. 6-02.3(17)N Removal of Falsework and Forms The fifth paragraph, beginning with "The Contractor may remove side forms, traffic barrier form, and pedestrian barrier forms" etc, is deleted. 6-02.3(17)0 Early Concrete Test Cylinder Breaks The third paragraph is revised to read. The cylinders shall be cured in accordance with WSDOT FOP for AASHTO T 23. 6-02.3(20) Grout for Anchor Bolts and Bridge Bearings This section's title is revised to read: 6-02.3(20) Grout for Anchor Bolts and Bridge Bearings 6-02.3(25) Prestressed Concrete Girders In the fourth paragraph, the second sentence in Prestressed Concrete Wide Flange I Girder is revised to read: WSDOT standard girders in this category include Series WF42G, WF50G, WF58G, WF66G, WF74G, WF83G, WF95G and WF100G. In the fourth paragraph, the seventh sentence in Spliced Prestressed Concrete Girder is revised to read. WSDOT standard girders in this category include Series WF66PTG, WF74PTG, WF83PTG, WF95PTG and WF100PTG. 6-02.3(25)B Casting The reference to Section 9-23.7 in the second sentence of the third paragraph is deleted 6-02.3(25)C Prestressing The fifth paragraph is revised to read: From manufacture to encasement in concrete, prestressing strand shall be protected against dirt, oil, grease, damage, and all corrosives. Strand shall be stored in a dry covered area and shall be kept in the manufacturer's original packaging until placement in the forms. If prestressing strand has been damaged or pitted, it will be rejected. Prestressing strand with rust shall be spot cleaned with a non-metallic pad to inspect for any sign of pitting or section loss. 27 6-02.3(25)J Horizontal Alignment The first paragraph is revised to read: The Contractor shall check and record the horizontal alignment of the top and bottom flanges of each girder at the following times. 1. Initial - upon removal of the girder from the casting bed, 2. Final - within 2 -weeks, but not less than 3 -days prior to shipment; and 3 Storage - between 115 to 125 -days after casting, if the girder remains in storage for a period exceeding 120 -days. Each check shall be made by measuring the distance between each flange and a chord that extends the full length of the girder. The Contractor shall perform and record each check at a time when the alignment of the girder is not influenced by temporary differences in surface temperature. Records for the Initial check shall be included in the Contractor's Prestressed Concrete Certificate of Compliance Records for the Final and Storage checks shall be provided to the Engineer for approval The first sentence in the fifth paragraph is deleted. 6-02.3(25)K Girder Deflection The first paragraph is revised to read: The Contractor shall check and record the vertical deflection (camber) of each girder at the following times 1 Initial - upon removal of the girder from the casting bed, and 2. Storage - within 2 -weeks, but not less than 3 -days prior to shipment, if the girder remains in storage for a period exceeding 120 -days. The Contractor shall perform and record each check at a time when the alignment of the girder is not influenced by temporary differences in surface temperature These records shall be available for the Engineer's inspection, and in the case of girders older than 120 -days, shall be transmitted to the Engineer as soon as practical for evaluation of the effect of Tong -term storage on the "D" dimension Records for the Initial check shall be included in the Contractor's Prestressed Concrete Certificate of Compliance. Records for the Storage check shall be provided to the Engineer for approval. 6-02.3(25)L Handling and Storage The fifth sentence in the third paragraph is deleted. 6-02.3(25)N Prestressed Concrete Girder Erection The fourth paragraph is revised to read: When prestressed girders arrive on the project, the Project Engineer will confirm that they are stamped "Approved for Shipment", that the final horizontal alignment 28 and deflection (camber) check records have been approved, and that they have not been damaged in shipment, before accepting them. 6-02.3(26)E Ducts The first six paragraphs under the heading Ducts for Internal Embedded Installation are revised to read: Ducts, including their splices, shall be semi-rigid, air and mortar tight, corrugated plastic ducts of virgin polyethylene or polypropylene materials, free of water soluble chlorides or other chemicals reactive with concrete or post -tensioning reinforcement. Ducts, including their splices, shall either have a white coating on the outside or shall be of a white material with ultraviolet stabilizers added. Ducts, including their splices, shall be capable of withstanding concrete pressures without deforming or permitting the intrusion of cement paste during placement of concrete. All fasteners shall be appropriate for use with plastic ducts, and all clamps shall be of an approved plastic material. Polyethylene ducts shall conform to ASTM D 3350 with a cell classification of 345464A. Polypropylene ducts shall conform to ASTM D 4101 with a cell classification of either PP0340B14541 or PP0340B67884. Resins used for duct fabrication shall have a minimum oxidation induction time of 20 minutes, in accordance with ASTM D 3895, based on tests performed by the duct fabricator on samples taken from the lot of finished product. The duct thickness shall be as specified in Section 10.8.3 of the AASHTO LRFD Bridge Construction Specifications, latest edition and current interims. Each duct shall maintain the required profile within a placement tolerance of plus or minus 1/4 -inch for longitudinal tendons and plus or minus 1/8 -inch for transverse slab tendons during all phases of the work. The minimum acceptable radius of curvature shall be as recommended by the duct manufacturer and as supported by documented industry standard testing The ducts shall be completely sealed to keep out all mortar. Each duct shall be located to place the tendon at the center of gravity alignment shown in the Plans. To keep friction losses to a minimum, the Contractor shall install ducts to the exact lines and grades shown in the Plans. Once in place, the ducts shall be tied firmly in -position before they are covered with concrete. During concrete placement, the Contractor shall not displace or damage the ducts. The ends of the ducts shall: 1 Permit free movement of anchorage devices, and 2 Remain covered after installation in the forms to keep out all water or debris. Immediately after any concrete placement, the Contractor shall force blasts of oil - free, compressed air through the ducts to break up and remove any mortar inside before it hardens Before deck concrete is placed, the Contractor shall satisfy the Engineer that ducts are unobstructed and contain nothing that could interfere with tendon installation, tensioning, or grouting If the tendons are in place, the Contractor shall show that they are free in the duct. 29 Ducts shall be capped and sealed at all times until the completion of grouting to prevent the intrusion of water. The last paragraph under the heading Ducts for Internal Embedded Installation is revised to read: When the duct must be curved in a tight radius, more flexible duct may be used, subject to the Engineer's approval. The first paragraph under the heading Ducts for External Exposed Installation is revised to read: Duct shall be high-density polyethylene (HDPE) conforming to ASTM D 3350 The cell classification for each property listed in Table 1 shall be as follows: This section is supplemented with the following. Vents, Grout Injection Ports, Drains and Caps The Contractor shall install vents at high points and drains at low points of the tendon profile (and at other places if the Plans require) Vents at high points shall consist of a set of three vents - one to be installed at the high point of the duct, and flanking vents to be installed on either side of the high point vent at locations where the duct profile is 8 to 12 inches below the elevation of the high point vent. Vents shall include grout injection ports Vents and drains shall have a minimum inside diameter of 3/4 inches, and shall be of either stainless steel, nylon, or polyolefin materials, free of water soluble chlorides or other chemicals reactive with concrete or post -tensioning reinforcement. Stainless steel vents and drains shall conform to ASTM A 240 Type 316 Nylon vents and drains shall conform to cell classification S-PA0141 (weather resistant) Polyolefin vents and drains shall contain an antioxidant with a minimum oxidation induction time of 20 minutes in accordance with ASTM D 3895. Polyolefin vents and drains shall also have a stress crack resistance of three hours minimum when tested at an applied stress of 350 psi in accordance with ASTM F 2136 AH fasteners shall be appropriate for use with plastic ducts, and all clamps shall be of an approved plastic material. Taping of connections is not allowed. Valves shall be positive mechanical shut-off valves. Valves, and associated caps, shall have a minimum pressure rating of 100 psi Vents shall point upward and remain closed until grouting begins. Drains shall point downward and remain open until grouting begins Ends of stainless steel vents and drains shall be removed 1 -inch inside the concrete surface after grouting has been completed. Ends of nylon or polyolefin vents and drains may be left flush to the surface unless otherwise specified by the Engineer Vents, except for grout injection, are not required for transverse post -tensioning ducts in the roadway slab unless specified in the Plans. Caps shall be made of either stainless steel or fiber reinforced polymer (FRP) Stainless steel caps shall conform to ASTM A 240 Type 316L. The resin for FRP caps shall be either nylon, polyester, or acrylonitrite butadiene styrene (ABS). Nylon shall conform to cell classification S-PA0141 (weather resistant) Caps shall be sealed with "0' ring seals or precision fitted flat gaskets placed against the bearing 30 plate. Caps shall be fastened to the anchorage with stainless steel bolts conforming to ASTM A 240 Type 316L. Leak Tightness Testing The Contractor shall test each completed duct assembly for leak tightness, prior to casting concrete and placing post -tensioning reinforcement. The Contractor shall submit the equipment used to conduct the leak tightness testing and to monitor and record the pressure maintained in and lost from the closed assembly, and the process to be followed in conducting the leak tightness testing, to the Engineer for approval along with the post -tensioning system shop drawings in accordance with Section 6-02.3(26)A. Prior to testing, all vents, grout injection ports, and drains shall either be capped or have their shut-off valves closed. The Contractor shall pressurize the completed duct assembly to an initial air pressure of 50 psi This pressure shall be held for five minutes to allow for internal adjustments within the assembly. After five minutes, the air supply valve shall be closed. The Contractor shall monitor and measure the pressure maintained within the closed assembly, and any subsequent loss of pressure, over a period of one minute following the closure of the air supply valve. Locations of leakage shall be identified, repaired or reconstructed, and the repaired reassembled duct system retested. The cycle of testing, repair and retesting of each completed duct assembly shall continue until the completed duct assembly completes a test with pressure loss within the specified amount. The maximum pressure loss for duct assemblies equal to or less than 150 feet in length shall be 25 psig. The maximum pressure loss for duct assemblies greater than 150 feet in length shall be 15 psig. 6-02.3(26)F Prestressing Reinforcement The fourth paragraph is revised to read: From manufacture to encasement in concrete or grout, prestressing strand shall be protected against dirt, oil, grease, damage, and all corrosives. Strand shall be stored in a dry covered area and shall be kept in the manufacturer's original packaging. If prestressing strand has been damaged or pitted, it will be rejected. Prestressing strand with rust shall be spot cleaned with a non-metallic pad to inspect for any sign of pitting or section loss. If the prestressing reinforcement will not be stressed and grouted for more that seven calendar days after it is placed in the ducts, the Contractor shall place an approved corrosion inhibitor conforming to Federal Specification MIL -P -3420F-87 in the ducts. 6-02.3(26)H Grouting The following is inserted in front of the first paragraph of this section: Grout for post -tensioning reinforcement shall be a Class C pre-packaged, pumpable, non -segregating, non -shrink, high-strength grout conforming to the requirements specified in Section 10.9.3 of the AASHTO LRFD Bridge Construction Specifications, latest edition and current interims. Pre-packaged components of the grout mix shall be used within six months or less from date of manufacture to date of usage. Grout for post -tensioning reinforcement will be accepted based on manufacturer's certificate of compliance in accordance with Section 1-06.3, except that the water-cementitious material ratio of 0.45 maximum shall be field verified. All grout produced for any single structure shall be furnished by one supplier. 31 All grouting operations shall be conducted by ASBI certified grout technicians. The Contractor shall submit a grouting operation plan to the Engineer for approval in accordance with Section 6-01.9. The grouting operation plan shall include, but not be limited to, the following: 1. Names of the grout technicians, accompanied by documentation of their ASBI certification. 2. Type, quantity and brand of materials used in the grouting operations, including all manufacturer's certificates of compliance 3 Type of equipment to be used, including meters and measuring devices used to positively measure the quantity of materials used to mix the post - tensioning grout, the equipment capacity in relation to demand and working conditions, and all back-up equipment and spare parts 4 General grouting procedure 5. Duct leak tightness testing and repair procedures as specified in Section 6- 02.3(26)E. 6. Methods used to control the rate of grout flow within the ducts 7 Theoretical grout volume calculations, and target flow rates recommended by the grout manufacturer as a function of the mixer equipment and the expected range of ambient temperatures 8 Grout mixing and pumping procedures. 9 Direction of grouting. 10 Sequence of use of the grout injection ports, vents and drains 11. Procedures for handling blockages. 12. Procedures for post -grouting repairs The Contractor shall not begin grouting operations until receiving the Engineer's approval of the grouting operation plan Post -tensioning grout shall be mixed in accordance with the pre-packaged grout manufacturer's recommendations using high -shear colloidal mixers. Mechanical paddle mixers will not be allowed The grout produced for filling post -tensioning ducts shall be free of lumps and undispersed cement. All equipment used to mix each batch of post -tensioning grout shall be equipped with appropriate meters and measuring devices to positively measure all quantities of all materials used to produce the mixed grout. The field test for water-cementitious materials ratio shall be performed prior to beginning the grout injection process. Grouting shall not begin until the material properties of each batch of grout have been confirmed as acceptable 32 The fourth paragraph is deleted. The fifth paragraph is deleted. The sixth paragraph is deleted 6-02.5 Payment The bid item "Commercial Concrete" and the associated paragraph is supplemented with the following: All costs in connection with furnishing and applying pigmented sealer to concrete surfaces as specified shall be included in the unit contract price per cubic yard for "Conc Class ". If the concrete is to be paid for other than by class of concrete then the costs shall be included in the applicable adjacent item of work. SECTION 6-09, MODIFIED CONCRETE OVERLAYS April 6, 2009 6-09.3(1)B Rotary Milling Machines This section is revised to read: Rotary milling machines shall have a maximum operating weight of 50,000 pounds, and conform to the requirements in Section 1-07.7. 6-09.3(1)C Hydro -Demolition Machines This section is revised to read: Hydro -demolition machines shall consist of filtering and pumping units operating in conjunction with a remote-controlled robotic device, using high velocity water jets to remove 1/2 -inch of sound concrete with the simultaneous removal of all deteriorated concrete. Hydro -demolition machines shall also clean any exposed reinforcing steel of all rust and corrosion products. 6-09.3(1)D Shot Blasting Machines This section is revised to read: Shot blasting machines shall consist of a self contained mobile unit, using steel abrasive to remove 1/2 -inch of sound concrete The shot blasting machine shall vacuum and store all material removed from the scarified concrete surface into a self contained unit. 6-09.3(5)A General This section is supplemented with the following: Dense, sound areas of existing bridge deck repair material shall be sufficiently scarified to provide one inch minimum clearance to the top of the fresh modified concrete overlay. 6-09.3(5)E Rotomilling The second sentence is revised as follows: 33 The operating parameters of the rotary milling machine shall be monitored in order to prevent the unnecessary removal of concrete below the 1/2 -inch maximum removal depth. 6-09.3(6) Further Deck Preparation The first sentence in the first paragraph is revised to read: Once the lane or strip being overlaid has been cleaned of debris from scarifying, the Contractor, with the Engineer, shall perform an inspection of the completed work in accordance with ASTM D 4580 Method B, and the Contractor shall mark those areas of the existing bridge deck that are authorized by the Engineer for further deck preparation by the Contractor 6-09.3(6)B Deck Repair Preparation The second sentence in the first paragraph is revised to read If unsound concrete exists around the top mat of steel reinforcing bars, or if the bond between concrete and top mat of steel is broken, concrete shall be removed to provide a 3/4 -inch minimum clearance around the top mat of steel reinforcing bars. 6-09.3(6)C Placing Deck Repair Concrete The first paragraph is revised to read: Deck repair concrete for modified concrete overlays shall be either modified concrete or concrete Class M as specified below The third paragraph is deleted The fourth paragraph is revised to read Type 1 deck repairs, defined as deck repair areas with a maximum depth of one-half the periphery of the bottom bar of the top layer of steel reinforcement and not to exceed 12 continuous inches along the length of the bar, may be filled during the placement of the concrete overlay. This section is supplemented with the following: Type 2 deck repairs, define_ d as deck repair areas not conforming to the definition of Type 1 deck repairs, shall be repaired with concrete Class M and wet cured for 42 - hours in accordance with Section 6-09 3(13), prior to placing the concrete overlay. During the curing period, all vehicular and foot traffic shall be prohibited on the repair area 6-09.3(8)A Quality Assurance for Microsilica Modified and Fly Ash Modified Concrete Overlays The first sentence in the first paragraph is revised to read The Engineer will perform slump, temperature, and entrained air tests for acceptance in accordance with Section 6-02.3(5)D and as specified in this Section after the Contractor indicates that the concrete is ready for placement. The third paragraph is deleted 34 6-09.3(8)B Quality Assurance for Latex Modified Concrete Overlays The following new sentence is inserted as the leading sentence in the second paragraph: The Engineer will perform slump, temperature, and entrained air tests for acceptance in accordance with Section 6-02.3(5)D and as specified in this Section. The third paragraph is deleted. 6-09.3(10) Overlay Profile and Screed Rails This sections content is deleted. This section is supplemented with the following new sub -sections: 6-09.3(10)A Survey of Existing Bridge Deck Prior To Scarification Prior to beginning the scarifying concrete surface finish work specified under Section 6-09.3(5), the Contractor shall complete a survey of the existing bridge deck(s) specified to receive modified concrete overlay for use in establishing the existing cross section and grade profile elevations. The Contracting Agency will provide the Contractor with primary survey control information consisting of descriptions of two primary control points used for the horizontal and vertical control Primary control points will be described by reference to the bridge or project specific stationing and elevation datum. The Contracting Agency will also provide horizontal coordinates for the beginning and ending points and for each Point of Intersection (PI) on each centerline alignment included in the project. The Contractor shall provide the Engineer 21 -calendar days notice in advance of scheduled concrete surface scarification work to allow the Contracting Agency time to provide the primary survey control information. The Contractor shall verify the primary survey control information furnished by the Contracting Agency, and shall expand the survey control information to include secondary horizontal and vertical control points as needed for the project. The Contractor's survey records shall include descriptions of all survey control points, including coordinates and elevations of all secondary control points. The Contractor shall maintain detailed survey records, including a description of the work performed on each shift, the methods utilized to conduct the survey, and the control points used. The record shall be of sufficient detail to allow the survey to be reproduced A copy of each day's survey record shall be provided to the Engineer within 3 -working days after the end of the shift. The Contractor shall compile the survey information in an electronic file format acceptable, to the Contracting Agency (Excel spreadsheet format is preferred). Survey information collected shall include station, offset, and elevation for each lane line and curbline. Survey information shall be collected at even 20 -foot station intervals, and also at the centerline of each bridge expansion joint. The Contractor shall ensure a surveying accuracy to within ± 0.01 -feet for vertical control and ± 0.2 - feet for horizontal control The survey shall extend 100'-0" beyond the bridge back of pavement seat. Except for the primary survey control information furnished by the Contracting Agency, the Contractor shall be responsible for all calculations, surveying, and 35 measuring required for setting, maintaining and resetting equipment and materials necessary for the construction of the overlay to the final grade profile. The Contracting Agency may post -check the Contractor's surveying, but these post - checks shall not relieve the Contractor of responsibility for internal survey quality control The Contracting Agency will establish the final grade profile based on the Contractor's survey, and will provide the final grade profile to the Contractor within three working days after receiving the Contractor's survey information The Contractor shall not begin scarifying concrete surface work specified under Section 6-09 3(5) until receiving the final grade profile from the Engineer 6-09.3(10)B Establishing Finish Overlay Profile The finish grade profile shall be + 1/4 inch/- 1/8 inch from the Engineer's final grade profile. The final grade profile shall be verified prior to the placement of modified concrete overlay with the screed rails in place. The finishing machine shall be passed over the entire surface to be overlaid and the final screed rail adjustments shall be made. If the resultant overlay thickness is not compatible with the finish grade profile generated by the Contractor's screed rail setup, the Contractor shall make profile adjustments as approved by the Engineer. After the finish overlay profile has been verified, changes in the finishing machine elevation controls will not be allowed The Contractor shall be responsible for setting screed control to obtain the specified finish grade overlay profile as well as the finished surface smoothness requirements specified in Section 6-02 3(10). Screed rails upon which the finishing machine travels shall be placed outside of the area to be overlaid, in accordance with Item 7 of Section 6-09 3(2) and as approved by the Engineer Interlocking rail sections or other approved methods of providing rail continuity are required Hold-down devices shot into the concrete are not permitted unless the concrete is to be subsequently overlaid Hold-down devices of other types leaving holes in the exposed area will be allowed provided the holes are subsequently filled with a sand/cement grout (sand and portland cement in equal proportions by volume) Hold-down devices shall not penetrate the existing deck by more than 3/4 -inch. Screed rails may be removed at any time after the concrete has taken an initial set. Adequate precautions shall be taken during the removal of the finishing machine and rails to protect the edges of the new surfaces. 6-09.3(11) Placing Concrete Overlay The first paragraph is revised to read Five to 10 -working days prior to modified concrete overlay placement, a pre -overlay conference shall be held to discuss equipment, construction procedures, personnel, and previous results. Inspection procedures shall also be reviewed to ensure coordination. Those attending shall include: 1. (representing the Contractor) The superintendent and all foremen in charge of placing and finishing the modified concrete overlay; and 36 2. (representing the Contracting Agency) The Project Engineer, and key inspection assistants. If the project includes more than one bridge deck, an additional conference shall be held just before placing modified concrete overlay for each subsequent bridge deck. The Contractor shall not place modified concrete overlay until the Engineer agrees that: 1. Modified concrete overlay producing and placement rates will be high enough to meet placing and finishing deadlines, 2. Finishers with enough experience have been employed, and 3. Adequate finishing tools and equipment are at the site 6-09.3(12) Finishing Concrete Overlay The fourth paragraph is revised to read - Construction dams shall be separated from the newly placed concrete by passing a pointing trowel along the inside surfaces of the dams. Care shall be exercised to ensure that this trowel cut is made for the entire depth and length of dams after the concrete has stiffened sufficiently that it does not flow back. 6-09.5 Payment The paragraph following "Modified Conc. Overlay", per cubic foot, is revised to read: The unit contract price per cubic foot for "Modified Conc. Overlay" shall be full pay for furnishing the modified concrete overlay, including the overlay material placed into Type 1 deck repairs in accordance with Section 6-09.3(6)C This section is supplemented with the following "Structure Surveying", lump sum. The lump sum contract price for "Structure Surveying" shall be full pay to perform the work as specified, including establishing secondary survey control points, performing survey quality control, and recording, compiling, and submitting the survey records to the Engineer SECTION 8-01, EROSION CONTROL AND WATER POLLUTION CONTROL April 6, 2009 8-01.3(1) General The first sentence in the eighth paragraph is revised to read: Erodible earth not being worked, whether at final grade or not, shall be covered within the following time period, using an approved soil covering practice: The ninth paragraph is revised to read. 37 If the Engineer, under Section 1-08.6, orders the Work suspended, the Contractor shall continue to control erosion, pollution, and runoff during the shutdown. 8-01.3(1)C Water Management Item 2. "Process Water" is supplemented with the following new first paragraph: High pH process water or wastewater (non-stormwater) that is generated on-site, including water generated during concrete grinding, rubblizing, washout, and hydrodemolition activities, shall not be discharged to waters of the state. Water may be infiltrated upon the approval of the Engineer. Off-site disposal of concrete process water shall be in accordance with Standard Specification 5-01.3(11) 8-01.3(2)D Mulching The second paragraph is supplemented with the following: Wood strand mulch shall be applied by hand or by straw blower. 8-01.3(2)E Tacking Agent and Soil Binders The second sentence in the fourth paragraph is revised to read: Pam may be reapplied on actively worked areas within a 48-hour period 8-01.3(6)D Wattle Check Dam The reference to Section 8-01.3(10) is revised to Section 9-14.5(5). 8-01.3(12) Compost Sock The last paragraph is deleted. 8-01.3(13) Temporary Curb The first paragraph is revised to read. Temporary curbs may consist of asphalt, concrete, sand bags, compost socks, wattles, or geotextile/plastic encased berms of sand or gravel, or as approved by the Engineer SECTION 8-23, TEMPORARY PAVEMENT MARKINGS April 6, 2009 8-23.3(2) Beading and Tolerances This section's content is deleted. This section's title is revised to read. 8-23.3(2) Marking Application This section is supplemented with the following new sub -sections: 8-23.3(2)A Temporary Pavement Marking Paint Paint used for temporary pavement markings shall be applied in one application at a thickness of 15 -mils or 108 -square feet per gallon. Glass beads shall be in accordance with Section 8-22.3(3)G. 38 8-23.3(2)B Temporary Pavement Marking Tape Surface preparation and application of temporary pavement marking tape shall be in conformance with the manufacturer's recommendations. 8-23.3(2)C Temporary Raised Pavement Markers Surface preparation and application of temporary flexible raised pavement markers shall be in conformance with the manufacturer's recommendations. When temporary flexible raised pavement markers are used for bituminous surface treatment operations, the markers shall be installed with the protective cover in place. The cover shall be removed after spraying asphaltic material. Application of temporary raised pavement markers (other than temporary flexible raised pavement markers) shall conform to the requirements of Section 8-09.3. 8-23.3(2)D Tolerance for Lines Tolerance for lines shall conform to Section 8-22.3(4) SECTION 9-23, CONCRETE CURING MATERIALS AND ADMIXTURES April 6, 2009 9-23.6 Admixture for Concrete This section including title is revised to read: 9-23.6 Chemical Admixtures for Concrete Acceptance of chemical admixtures will be based on Manufacturer's Certificate of Compliance. If required by the Engineer, admixtures shall be sampled and tested before they are used. A one -pint (500 milliliter) sample of the admixture shall be submitted to the WSDOT Headquarters Materials Laboratory for testing 10 days prior to use Chemical Admixtures shall contain less than one percent chloride ion (CI-) by weight of admixture. This section is supplemented with the following new sub -sections. 9-23.6(1) Air Entraining Admixtures Air Entraining Admixtures shall meet the requirements of AASHTO M 154 or ASTM C 260. 9-23.6(2) Type A Water -Reducing Admixtures Type A Water -Reducing admixtures shall conform to the requirements of AASHTO M 194 Type A or ASTM C 494 Type A. 9-23.6(3) Type B Retarding Admixtures Type B Retarding admixtures shall conform to the requirements of AASHTO M 194 Type B or ASTM C 494 Type B. 9-23.6(4) Type C Accelerating Admixtures Type C Accelerating admixtures shall conform to the requirements of AASHTO M 194 Type C or ASTM C 494 Type C and only non -chloride accelerating admixtures shall be used. 39 9-23.6(5) Type D Water -Reducing and Retarding Admixtures Type D Water -Reducing and Retarding admixtures shall conform to the requirements of AASHTO M 194 Type D or ASTM C 494 Type D. 9-23.6(6) Type E Water -Reducing and Accelerating Admixtures Type E Water -Reducing and Accelerating admixtures shall conform to the requirements of AASHTO M 194 Type E or ASTM C 494 Type E and only non - chloride accelerating admixtures shall be used 9-23.6(7) Type F Water -Reducing, High Range Admixtures Type F Water -Reducing, High Range admixtures shall conform to the requirements of AASHTO M 194 Type F or ASTM C 494 Type F 9-23.6(8) Type G Water -Reducing, High Range and Retarding Admixtures Type G Water -Reducing, High Range and Retarding admixtures shall conform to the requirements of AASHTO M 194 Type G or ASTM C 494 Type G 9-23.6(9) Type S Specific Performance Admixtures Type S Specific Performance Admixtures shall conform to the requirements of ASTM C 494 Type S. When a Type S admixture is used a report on the performance characteristics of the Type S admixture shall be submitted along with the WSDOT concrete mix design (WSDOT Form 350-040). The report shall describe the performance characteristics and provide data substantiating the specific characteristics of the Type S admixture in accordance with ASTM C 494 9-23.7 Air Entraining and Chemical Admixtures for Precast Prestressed Concrete This section including title is revised to read 9-23.7 Vacant 9-23.9 Fly Ash This section is supplemented with the following. Fly ash that exceeds the available alkalies limits set in AASHTO M 295 Table 2 may be used if they meet the tests requirements of Section 9-03 1(1). The optional chemical limits in AASHTO M 295 Table 2 do not apply to fly ash used in Controlled Density Fill. 40 CONTRACT PROVISIONS General Special Provisions Required Contract Provisons Fed. Aid Construction Contract Contract Form Performance Bond Form Informational Certificate of Insurance Informational Additional Insured Endorsement Minimum Wage Affidavit Form SPECIAL PROVISIONS The following Special Provisions are made a part of this contract and supersede any conflicting provisions of the 2008 Standard Specifications for Road, Bridge and Municipal Construction, and the foregoing Amendments to the Standard Specifications. Several types of Special Provisions are included in this contract; General, Region, Bridges and Structures, and Project Specific. Special Provisions types are differentiated as follows: (date) General Special Provision Notes a revision to a General Special Provision and also notes a Project Specific Special Provision. (Regions' date) Region Special Provision (BSP date) Bridges and Structures Special Provision General Special Provisions are similar to Standard Specifications in that they typically apply to many projects, usually in more than one Region Usually, the only difference from one project to another is the inclusion of variable project data, inserted as a "fill-in". Region Special Provisions are commonly applicable within the designated Region. Region designations are as follows: Regions' ER Eastern Region NCR North Central Region NWR Northwest Region OR Olympic Region SCR South Central Region SWR Southwest Region WSF Washington State Ferries Division Bridges and Structures Special Provisions are similar to Standard Specifications in that they typically apply to many projects, usually in more than one Region. Usually, the only difference from one project to another is the inclusion of variable project data, inserted as a "fill-in". Project Specific Special Provisions normally appear only in the contract for which they were developed. 41 DIVISION 1 GENERAL REQUIREMENTS DESCRIPTION OF WORK (March 13, 1995) This contract provides for the improvement of the Nob Hill Boulevard Overpass over the Union Pacific and Burlington Northern Santa Fe Railroads in Yakima, Washington. The work shall consist of replacing 70 expansion and 50 pinned bearings, placing a one -inch thick latex modified concrete overlay on the 5774 square foot bridge deck and approach slabs, resealing the seven existing 52 -foot long bridge deck expansion joints, fiber wrapping three 3 -foot diameter concrete columns approximately 25 feet in height and other work, all in accordance with the attached Contract Plans, these Contract Provisions, and the Standard Specifications. 1-01.3 Definitions (September 12, 2008 APWA GSP) This Section is supplemented with the following: All references in the Standard Specifications to the terms "State", "Department of Transportation", "Washington State Transportation Commission", "Commission", "Secretary of Transportation", "Secretary", "Headquarters", and "State Treasurer" shall be revised to read "Contracting Agency" All references to "State Materials Laboratory" shall be revised to read "Contracting Agency designated location". The venue of all causes of action arising from the advertisement, award, execution, and performance of the contract shall be in the Superior Court of the County where the Contracting Agency's headquarters are located Additive A supplemental unit of work or group of bid items, identified separately in the proposal, which may, at the discretion of the Contracting Agency, be awarded in addition to the base bid Alternate One of two or more units of work or groups of bid items, identified separately in the proposal, from which the Contracting Agency may make a choice between different methods or material of construction for performing the same work. Contract Documents See definition for "Contract". Contract Time The period of time established by the terms and conditions of the contract within which the work must be physically completed. Dates Bid Opening Date The date on which the Contracting Agency publicly opens and reads the bids 42 Award Date The date of the formal decision of the Contracting Agency to accept the lowest responsible and responsive bidder for the work. Contract Execution Date The date the Contracting Agency officially binds the agency to the contract. Notice to Proceed Date The date stated in the Notice to Proceed on which the contract time begins. Substantial Completion Date The day the Engineer determines the Contracting Agency has full and unrestricted use and benefit of the facilities, both from the operational and safety standpoint, and only minor incidental work, replacement of temporary substitute facilities, or correction or repair remains for the physical completion of the total contract. Physical Completion Date The day all of the work is physically completed on the project. All documentation required by the contract and required by law does not necessarily need to be furnished by the Contractor by this date. Completion Date The day all the work specified in the contract is completed and all the obligations of the Contractor under the contract are fulfilled by the Contractor. All documentation required by the contract and required by law must be furnished by the Contractor before establishment of this date. Final Acceptance Date The date on which the Contracting Agency accepts the work as complete Notice of Award The written notice from the Contracting Agency to the successful bidder signifying the Contracting Agency's acceptance of the bid. Notice to Proceed The written notice from the Contracting Agency or Engineer to the Contractor authorizing and directing the Contractor to proceed with the work and establishing the date on which the contract time begins. Traffic Both vehicular and non -vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and equestrian traffic. 1-02 BID PROCEDURES AND CONDITIONS 1-02.1 Prequalification of Bidders Delete this Section and replace it with the following: 1-02.1 Qualifications of Bidder (October 1, 2005 APWA GSP) Bidders shall be qualified by experience, financing, equipment, and organization to do the work called for in the Contract Documents. The Contracting Agency reserves 43 the right to take whatever action it deems necessary to ascertain the ability of the bidder to perform the work satisfactorily. 1-02.2 Plans and Specifications (October 1, 2005 APWA GSP) Delete this section and replace it with the following: Information as to where Bid Documents can be obtained or reviewed will be found in the Call for Bids (Advertisement for Bids) for the work. After award of the contract, plans and specifications will be issued to the Contractor at no cost as detailed below. To Prime Contractor Reduced plans (11" x 17") and Contract Provisions Large plans (e.g., 22" x 34") and Contract Provisions No. of Sets Basis of Distribution 10 Furnished automatically upon award N/A Furnished only upon request. Additional plans and Contract Provisions may be purchased by the Contractor by payment of the cost stated in the Call for Bids 1-02.5 Proposal Forms (October 1, 2005 APWA GSP) Delete this section and replace it with the following: At the request of a bidder, the Contracting Agency will provide a proposal form for any project on which the bidder is eligible to bid The proposal form will identify the project and its location and describe the work. It will also list estimated quantities, units of measurement, the items of work, and the materials to be furnished at the unit bid prices. The bidder shall complete spaces on the proposal form that call for, but are not limited to, unit prices; extensions; summations, the total bid amount; signatures; date, and, where applicable, retail sales taxes and acknowledgment of addenda, the bidder's name, address, telephone number, and signature; the bidder's D/M/WBE commitment, if applicable; a State of Washington Contractor's Registration Number; and a Business License Number, if applicable Bids shall be completed by typing or shall be printed in ink by hand, preferably in black ink. The required certifications are included as part of the proposal form The Contracting Agency reserves the right to arrange the proposal forms with alternates and additives, if such be to the advantage of the Contracting Agency. The bidder shall bid on all alternates and additives set forth in the proposal forms unless otherwise specified. 44 Any correction to a bid made by interlineation, alteration, or erasure, shall be initialed by the signer of the bid. The bidder shall make no stipulation on the Bid Form, nor qualify the bid in any manner. A bid by a corporation shall be executed in the corporate name, by the president or a vice president (or other corporate officer accompanied by evidence of authority to sign). A bid by a partnership shall be executed in the partnership name, and signed by a partner. A copy of the partnership agreement shall be submitted with the Bid Form if any D/M/WBE requirements are to be satisfied through such an agreement. A bid by a joint venture shall be executed in the joint venture name and signed by a member of the joint venture A copy of the joint venture agreement shall be submitted with the Bid Form if any D/W/MBE requirements are to be satisfied through such an agreement. 1-02.7 Bid Deposit (October 1, 2005 APWA GSP) Supplement this section with the following: Bid bonds shall contain the following: 1. Contracting Agency -assigned number for the project, 2 Name of the project; 3. The Contracting Agency named as obligee, 4. The amount of the bid bond stated either as a dollar figure or as a percentage which represents five percent of the maximum bid amount that could be awarded; 5. Signature of the bidder's officer empowered to sign official statements. The signature of the person authorized to submit the bid should agree with the signature on the bond, and the title of the person must accompany the said signature; 6 The signature of the surety's officer empowered to sign the bond and the power of attorney. If so stated in the Contract Provisions, bidder must use the bond form included in the Contract Provisions. 1-02.9 Delivery of Proposal (October 1, 2005 APWA GSP) Revise the first paragraph to read: Each proposal shall be submitted in a sealed envelope, with the Project Name and Project Number as stated in the Advertisement for Bids clearly marked on the outside of the envelope, or as otherwise stated in the Bid Documents, to ensure proper handling and delivery. 45 Public Opening Of Proposal Section 1-02 12 is supplemented with the following' Date Of Opening Bids Sealed bids are to be received at the following location prior to the time specified 1. At the City Clerk's Office, City of Yakima, 129 N. Second Street, Yakima, WA 98901 until 2.00 P M of the bid opening date The bid opening date for this project is listed in the Invitation to Bid. Bids received will be publicly opened and read after 2:00 P.M. on this date. 1-02.13 Irregular Proposals (October 1, 2005 APWA GSP) Revise item 1 to read: 1. A proposal will be considered irregular and will be rejected if a. The bidder is not prequalified when so required, b. The authorized proposal form furnished by the Contracting Agency is not used or is altered, c The completed proposal form contains any unauthorized additions, -deletions, alternate bids, or conditions, d. The bidder adds provisions reserving the right to reject or accept the award, or enter into the contract; e. A price per unit cannot be determined from the bid proposal; f. The proposal form is not properly executed, g The bidder fails to submit or properly complete a subcontractor list, if applicable, as required in Section 1 02 6 h The bidder fails to submit or properly complete a Disadvantaged, Minority or Women's Business Enterprise Certification, if applicable, as required in Section 1-02.6; or i The bid proposal does not constitute a definite and unqualified offer to meet the material terms of the bid invitation 1-02.14 Disqualification of Bidders (September 12, 2007 APWA GSP) Revise this section to read 1. A bidder will be deemed not responsible and the proposal rejected if the bidder does not meet the responsibility criteria in RCW 39.04. 2 A bidder may be deemed not responsible and the proposal rejected if a. More than one proposal is submitted for the same project from a bidder under the same or different names; b. Evidence of collusion exists with any other bidder or potential bidder Participants in collusion will be restricted from submitting further bids, c. The bidder, in the opinion of the Contracting Agency, is not qualified for the work or to the full extent of the bid, or to the extent that the bid exceeds the 46 authorized prequalification amount as may have been determined by a prequalification of the bidder; d. An unsatisfactory performance record exists based on past or current Contracting Agency work or for work done for others, as judged from the standpoint of conduct of the work; workmanship; progress; affirmative action; equal employment opportunity practices; or Disadvantaged Business Enterprise, Minority Business Enterprise, or Women's Business Enterprise utilization, e. There is uncompleted work (Contracting Agency or otherwise) which might hinder or prevent the prompt completion of the work bid upon; f. The bidder failed to settle bills for labor or materials on past or current contracts; g. The bidder has failed to complete a written public contract or has been convicted of a crime arising from a previous public contract; h. The bidder is unable, financially or otherwise, to perform the work; or i. There are any other reasons deemed proper by the Contracting Agency. 1-02.15 Pre Award Information (October 1, 2005 APWA GSP) Revise this section to read: Before awarding any contract, the Contracting Agency may require one or more of these items or actions of the apparent lowest responsible bidder: 1 A complete statement of the origin, composition, and manufacture of any or all materials to be used, 2. Samples of these materials for quality and fitness tests, 3 A progress schedule (in a form the Contracting Agency requires) showing the order of and time required for the various phases of the work, 4 A breakdown of costs assigned to any bid item, 5. Attendance at a conference with the Engineer or representatives of the Engineer, 6. Obtain, and furnish a copy of, a business license to do business in the city or county where the work is located. 7. A copy of State of Washington Contractor's Registration, or 8. Any other information or action taken that is deemed necessary to ensure that the bidder is the lowest responsible bidder. AWARD AND EXECUTION OF CONTRACT 1-03.1 Consideration of Bids (January 23, 2006 APWA GSP) Revise the first paragraph to read: After opening and reading proposals, the Contracting Agency will check them for correctness of extensions of the prices per unit and the total price. If a discrepancy exists between the price per unit and the extended amount of any bid item, the price per unit will control. If a minimum bid amount has been established for any item and the bidder's unit or lump sum price is Tess than the minimum specified amount, the 47 ' Contracting Agency will unilaterally revise the unit or lump sum price, to the minimum specified amount and recalculate the extension. The total of extensions, corrected where necessary, including sales taxes where applicable and such additives and/or alternates as selected by the Contracting Agency, will be used by the Contracting Agency for award purposes and to fix the Awarded Contract Price amount and the amount of the contract bond. 1-03.3 Execution of Contract (October 1, 2005 APWA GSP) Revise this section to read: Copies of the Contract Provisions, including the unsigned Form of Contract, will be available for signature by the successful bidder on the first business day following award. The number of copies to be executed by the Contractor will be determined by the Contracting Agency. Within fourteen (14) calendar days after the award date, the successful bidder shall return the signed Contracting Agency -prepared contract, an insurance certification as required by Section 1-07.18, and a satisfactory bond as required by law and Section 1-03 4 Before execution of the contract by the Contracting Agency, the successful bidder shall provide any pre -award information the Contracting Agency may require under Section 1-02 15 Until the Contracting Agency executes a contract, no proposal shall bind the Contracting Agency nor shall any work begin within the project limits or within Contracting Agency -furnished sites. The Contractor shall bear all risks for any work begun outside such areas and for any materials ordered before the contract is executed by the Contracting Agency If the bidder experiences circumstances beyond their control that prevents return of the contract documents within the calendar days after the award date stated above, the Contracting Agency may grant up to a maximum of six (6) additional calendar days for return of the documents, provided the Contracting Agency deems the circumstances warrant it. 1-03.4 Contract Bond (October 1, 2005 APWA GSP) Revise the first paragraph to read. The successful bidder shall provide an executed contract bond for the full contract amount. This contract bond shall. 1. Be on a Contracting Agency -furnished form; 2. Be signed by an approved surety (or sureties) that: a Is registered with the Washington State Insurance Commissioner, and b. Appears on the current Authorized Insurance List in the State of Washington published by the Office of the Insurance Commissioner, 3. Be conditioned upon the faithful performance of the contract by the Contractor within the prescribed time; 4. Guarantee that the surety shall indemnify, defend, and protect the Contracting Agency against any claim of direct or indirect loss resulting from the failure 48 a. Of the Contractor (or any of the employees, subcontractors, or lower tier subcontractors of the Contractor) to faithfully perform the contract, or b. Of the Contractor (or the subcontractors or lower tier subcontractors of the Contractor) to pay all laborers, mechanics, subcontractors, lower tier subcontractors, materialperson, or any other person who provides supplies or provisions for carrying out the work; 5. Be accompanied by a power of attorney for the Surety's officer empowered to sign the bond; and 6. Be signed by an officer of the Contractor empowered to sign official statements (sole proprietor or partner). If the Contractor is a corporation, the bond must be signed by the president or vice-president, unless accompanied by written proof of the authority of the individual signing the bond to bind the corporation (i.e., corporate resolution, power of attorney or a letter to such effect by the president or vice-president). SCOPE OF THE WORK 1-04i Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda (October 1, 2005 APWA GSP) Revise the second paragraph to read: Any inconsistency in the parts of the contract shall be resolved by following this order of precedence (e g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth): 1. Addenda, 2. Proposal Form, 3. Special Provisions, including APWA General Special Provisions, if they are included, 4. Contract Plans, 5. Amendments to the Standard Specifications, 6. WSDOT Standard Specifications for Road, Bridge and Municipal Construction, 7. Contracting Agency's Standard Plans (if any), and 8. WSDOT Standard Plans for Road, Bridge, and Municipal Construction. CONTROL OF WORK (August 2, 2004) Plans And Working Drawings Section 1-05.3 is supplemented with the following: When submittals require review by the railroad, the Engineer will require up to 60 calendar days from the date the submittals are received until they are returned to the Contractor. If a submittal is returned unapproved and then resubmitted, then an additional review time of up to 60 calendar days will be required. If more than 60 calendar days are required for the Engineer's review of any individual submittal or resubmittal, an extension of time will be considered in accordance with Section 1-08.8. 49 1-05.4 Conformity With and Deviations from Plans and Stakes Add the following two new sub -sections: 1-05.4(1)Roadway and Utility Surveys (October 1, 2005 APWA GSP) The Engineer shall furnish to the Contractor one time only all principal lines, grades, and measurements the Engineer deems necessary for completion of the work. These shall generally consist of one initial set of: 1. Slope stakes for establishing grading; 2. Curb grade stakes; 3 Centerline finish grade stakes for pavement sections wider than 25 feet; and 4. Offset points to establish line and grade for underground utilities such as water, sewers, and storm drains. On alley construction projects with minor grade changes, the Engineer shall provide only offset hubs on one side of the alley to establish the alignment and grade 1-05.4(2) Bridge and Structure Surveys (October 1, 2005 APWA GSP) For all structural work such as bridges and retaining walls, the Contractor shall retain as a part of Contractor's organization an experienced team of surveyors The Contractor shall provide all surveys required to complete the structure, except the following primary survey control which will be provided by the Engineer: 1. Centerline or offsets to centerline of the structure 2. Stations of abutments and pier -centerlines 3. A sufficient number of bench marks for levels to enable the Contractor to set grades at reasonably short distances. 4. Monuments and control points as shown in the Plans. The Contractor shall establish all secondary survey controls, both horizontal and vertical, as necessary to assure proper placement of all project elements based on the primary control points provided by the Engineer Survey work shall be within the following tolerances Stationing +.01 foot Alignment +.01 foot (between successive points) Superstructure Elevations +.01 foot (from plan elevations) Substructure Elevations +.05 foot (from plan elevations) During the progress of the work, the Contractor shall make available to the Engineer all field books including survey information, footing elevations, cross sections and quantities. The Contractor shall be fully responsible for the close coordination of field locations and measurements with appropriate dimensions of structural members being fabricated. 50 1-05.7 Removal of Defective and Unauthorized Work (October 1, 2005 APWA GSP) Supplement this section with the following: If the Contractor fails to remedy defective or unauthorized work within the time specified in a written notice from the Engineer, or fails to perform any part of the work required by the Contract Documents, the Engineer may correct and remedy such work as may be identified in the written notice, with Contracting Agency forces or by such other means as the Contracting Agency may deem necessary. If the Contractor fails to comply with a written order to remedy what the Engineer determines to be an emergency situation, the Engineer may have the defective and unauthorized work corrected immediately, have the rejected work removed and replaced, or have work the Contractor refuses to perform completed by using Contracting Agency or other forces. An emergency situation is any situation when, in the opinion of the Engineer, a delay in its remedy could be potentially unsafe, or might cause serious risk of Toss or damage to the public. Direct or indirect costs incurred by the Contracting Agency attributable to correcting and remedying defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment will be deducted by the Engineer from monies due, or to become due, the Contractor. Such direct and indirect costs shall include in particular, but without limitation, compensation for additional professional services required, and costs for repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of the Contractor's unauthorized work. No adjustment in contract time or compensation will be allowed because of the delay in the performance of the work attributable to the exercise of the Contracting Agency's rights provided by this Section. The rights exercised under the provisions of this section shall not diminish the Contracting Agency's right to pursue any other avenue for additional remedy or damages with respect to the Contractor's failure to perform the work as required. 1-05.11 Final lnspection Delete this section and replace it with the following: 1-05.11 Final Inspections and Operational Testing (October 1, 2005 APWA GSP) 1-05.11(1) Substantial Completion Date When the Contractor considers the work to be substantially complete, the Contractor shall so notify the Engineer and request the Engineer establish the Substantial Completion Date. The Contractor's request shall list the specific items of work that remain to be completed in order to reach physical completion. The Engineer will schedule an inspection of the work with the Contractor to determine the status of completion. The Engineer may also establish the Substantial Completion Date unilaterally. 51 If, after this inspection, the Engineer concurs with the Contractor that the work is substantially complete and ready for its intended use, the Engineer, by written notice to the Contractor, will set the Substantial Completion Date If, after this inspection the Engineer does not consider the work substantially complete and ready for its intended use, the Engineer will, by written notice, so notify the Contractor giving the reasons therefor Upon receipt of written notice concurring in or denying substantial completion, whichever is applicable, the Contractor shall pursue vigorously, diligently and without unauthorized interruption, the work necessary to reach Substantial and Physical Completion. The Contractor shall provide the Engineer with a revised schedule indicating when the Contractor expects to reach substantial and physical completion of the work. The above process shall be repeated until the Engineer establishes the Substantial Completion Date and the Contractor considers the work physically complete and ready for final inspection. 1-05.11(2) Final Inspection and Physical Completion Date When the Contractor considers the work physically complete and ready for final inspection, the Contractor by written notice, shall request the Engineer to schedule a final inspection The Engineer will set a date for final inspection. The Engineer and the Contractor will then make a final inspection and the Engineer will notify the Contractor in writing of all particulars in which the final inspection reveals the work incomplete or unacceptable. The Contractor shall immediately take such corrective measures as are necessary to remedy the listed deficiencies Corrective work shall be pursued vigorously, diligently, and without interruption until physical completion of the listed deficiencies. This process will continue until the Engineer is satisfied the listed deficiencies have been corrected If action to correct the listed deficiencies is not initiated within 7 days after receipt of the written notice listing the deficiencies, the Engineer may, upon written notice to the Contractor, take whatever steps are necessary to correct those deficiencies pursuant to Section 1-05 7 The Contractor will not be allowed an extension of contract time because of a delay in the performance of the work attributable to the exercise of the Engineer's right hereunder. Upon correction of all deficiencies, the Engineer will notify the Contractor and the Contracting Agency, in writing, of the date upon which the work was considered physically complete. That date shall constitute the Physical Completion Date of the contract, but shall not imply acceptance of the work or that all the obligations of the Contractor under the contract have been fulfilled. 1-05.11(3) Operational Testing It is the intent of the Contracting Agency to have at the Physical Completion Date a complete and operable system. Therefore when the work involves the installation of machinery or other mechanical equipment; street lighting, electrical distribution or signal systems; irrigation systems; buildings; or other similar work it may be desirable for the Engineer to have the Contractor operate and test the work for a period of time after final inspection but prior to the physical completion date Whenever items of 52 work are listed in the Contract Provisions for operational testing they shall be fully tested under operating conditions for the time period specified to ensure their acceptability prior to the Physical Completion Date. During and following the test period, the Contractor shall correct any items of workmanship, materials, or equipment which prove faulty, or that are not in first class operating condition. Equipment, electrical controls, meters, or other devices and equipment to be tested during this period shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which they were installed. The Physical Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer. The costs for power, gas, labor, material, supplies, and everything else needed to successfully complete operational testing, shall be included in the unit contract prices related to the system being tested, unless specifically set forth otherwise in the proposal. Operational and test periods, when required by the Engineer, shall not affect a manufacturer's guaranties or warranties furnished under the terms of the contract. 1-05.13 Superintendents, Labor and Equipment of Contractor (May 25, 2006 APWA GSP) Revise the seventh paragraph to read: Whenever the Contracting Agency evaluates the Contractor's qualifications pursuant to Section 1-02.1, it will take these performance reports into account. 1-05.15 Method of Serving Notices (October 10, 2008 APWA GSP) Revise the second paragraph to read: All correspondence from the Contractor shall be directed to the Project Engineer. All correspondence to the Project Engineer's office must be in paper format, hand delivered or sent via mail delivery service. Electronic copies will be treated as informational only, and do not constitute official notice. Add the following new section: 1-05.16 Water and Power (October 1, 2005 APWA GSP) The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the work, unless the contract includes power and water as a pay item. 53 CONTROL OF MATERIAL Foreign Made Materials Section 1-06 is supplemented with the following: (August 6, 2007) The major quantities of steel and iron construction material that is permanently incorporated into the project shall consist of American-made materials only. Buy America does not apply to temporary steel items, e.g., temporary sheet piling, temporary bridges, steel scaffolding and falsework. The Contractor may utilize minor amounts of foreign steel and iron in this project provided the cost of the foreign material used does not exceed one-tenth of one percent of the total contract cost or $2,500.00, whichever is greater. American-made material is defined as material having all manufacturing processes occurring domestically To further define the coverage, a domestic product is a manufactured steel material that was produced in one of the 50 States, the District of Columbia, Puerto Rico, or in the territories and possessions of the United States If domestically produced steel billets or iron ingots are exported outside of the area of coverage, as defined above, for any manufacturing process then the resulting product does not conform to the Buy America requirements. Additionally, products manufactured domestically from foreign source steel billets or iron ingots do not conform to the Buy America requirements because the initial melting and mixing of alloys to create the material occurred in a foreign country. Manufacturing begins with the initial melting and mixing, and continues through the coating stage. Any process which modifies the chemical content, the physical size or shape, or the final finish is considered a manufacturing process The processes include rolling, extruding, machining, bending, grinding, drilling, welding, and coating. The action of applying a coating to steel or iron is deemed a manufacturing process. Coating includes epoxy coating, galvanizing, aluminizing, painting, and any other coating that protects or enhances the value of steel or iron. Any process from the original reduction from ore to the finished product constitutes a manufacturing process for iron. Due to a nationwide waiver, Buy America does not apply to raw materials (iron ore and alloys), scrap (recycled steel or iron), and pig iron or processed, pelletized, and reduced iron ore. The following are considered to be steel manufacturing processes 1. Production of steel by any of the following processes: a Open hearth furnace. b. Basic oxygen c Electric furnace. d. Direct reduction. 54 2. Rolling, heat treating, and any other similar processing. 3. Fabrication of the products. a. Spinning wire into cable or strand. b. Corrugating and rolling into culverts. c. Shop fabrication. A certification of materials origin will be required for any items comprised of, or containing, steel or iron construction materials prior to such items being incorporated into the permanent work. The certification shall be on DOT Form 350- 109EF provided by the Engineer, or such other form the Contractor chooses, provided it contains the same information as DOT Form 350-109EF. LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.1 Laws to be Observed (October 1, 2005 APWA GSP) Supplement this section with the following: In cases of conflict between different safety regulations, the more stringent regulation shall apply. The Washington State Department of Labor and Industries shall be the sole and paramount administrative agency responsible for the administration of the provisions of the Washington Industrial Safety and Health Act of 1973 (WISHA). The Contractor shall maintain at the project site office, or other well known place at the project site, all articles necessary for providing first aid to the injured. The Contractor shall establish, publish, and make known to all employees, procedures for ensuring immediate removal to a hospital, or doctor's care, persons, including employees, who may have been injured on the project site. Employees should not be permitted to work on the project site before the Contractor has established and made known procedures for removal of injured persons to a hospital or a doctor's care. The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of the Contractor's plant, appliances, and methods, and for any damage or injury resulting from their failure, or improper maintenance, use, or operation. The Contractor shall be solely and completely responsible for the conditions of the project site, including safety for all persons and property in the performance of the work. This requirement shall apply continuously, and not be limited to normal working hours. The required or implied duty of the Engineer to conduct construction review of the Contractor's performance does not, and shall not, be intended to include review and adequacy of the Contractor's safety measures in, on, or near the project site. 55 1-07.2 State Sales Tax Delete this section, including its sub -sections, in its entirety and replace it with the following 1-07.2 State Sales Tax (October 1, 2005 APWA GSP) 1-07.2(1) General The Washington State Department of Revenue has issued special rules on the State sales tax. Sections 1-07.2(1) through 1-07 2(4) are meant to clarify those rules The Contractor should contact the Washington State Department of Revenue for answers to questions in this area. The Contracting Agency will not adjust its payment if the Contractor bases a bid on a misunderstood tax liability. The Contractor shall include all Contractor -paid taxes in the unit bid prices or other contract amounts In some cases, however, state retail sales tax will not be included. Section 1-07 2(3) describes this exception. The Contracting Agency will pay the retained percentage only if the Contractor has obtained from the Washington State Department of Revenue a certificate showing that all contract -related taxes have been paid (RCW 60 28.050). The Contracting Agency may deduct from its payments to the Contractor any amount the Contractor may owe the Washington State Department of Revenue, whether the amount owed relates to this contract or not. Any amount so deducted will be paid into the proper State fund 1-07.2(2) State Sales Tax — Rule 171 WAC 458-20-171, and its related rules, apply to building, repairing, or improving streets, roads, etc., which are owned by a municipal corporation, or political subdivision of the state, or by the United States, and which are used primarily for foot or vehicular traffic This includes storm or combined sewer systems within and included as a part of the street or road drainage system and power lines when such are part of the roadway lighting system. For work performed in such cases, the Contractor shall include Washington State Retail Sales Taxes in the various unit bid item prices, or other contract amounts, including those that the Contractor pays on the purchase of the materials, equipment, or supplies used or consumed in doing the work. 1-07.2(3) State Sales Tax — Rule 170 WAC 458-20-170, and its related rules, apply to the constructing and repairing of new or existing buildings, or other structures, upon real property. This includes, but is not limited to, the construction of streets, roads, highways, etc., owned by the state of Washington; water mains and their appurtenances; sanitary sewers and sewage disposal systems unless such sewers and disposal systems are within, and a part of, a street or road drainage system; telephone, telegraph, electrical power distribution lines, or other conduits or lines in or above streets or roads, unless such power lines become a part of a street or road lighting system; and installing or attaching of any article of tangible personal property in or to real property, whether or not such personal property becomes a part of the realty by virtue of installation. 56 For work performed in such cases, the Contractor shall collect from the Contracting Agency, retail sales tax on the full contract price. The Contracting Agency will automatically add this sales tax to each payment to the Contractor. For this reason, the Contractor shall not include the retail sales tax in the unit bid item prices, or in any other contract amount subject to Rule 170, with the following exception. Exception: The Contracting Agency will not add in sales tax for a payment the Contractor or a subcontractor makes on the purchase or rental of tools, machinery, equipment, or consumable supplies not integrated into the project. Such sales taxes shall be included in the unit bid item prices or in any other contract amount. 1-07.2(4) Services The Contractor shall not collect retail sales tax from the Contracting Agency on any contract wholly for professional or other services (as defined in Washington State Department of Revenue Rules 138 and 244). Permits And Licenses Section 1-07.6 is supplemented with the following (March 13, 1995) No hydraulic permits are required for this project unless the Contractor's operations use, divert, obstruct, or change the natural flow or bed of any river or stream, or utilize any of the waters of the State or materials from gravel or sand bars, or from stream beds. Wages General Section 1-07.9(1) is supplemented with the following. (February 11, 2008) The Federal wage rates incorporated in this contract have been established by the Secretary of Labor under United States Department of Labor General Decision No WA080001 Requirements For Nondiscrimination Section 1-07.11 is supplemented with the following: (March 6, 2000) Requirement For Affirmative Action to Ensure Equal Employment Opportunity (Executive Order 11246) 1. The Contractor's attention is called to the Equal Opportunity Clause and the Standard Federal Equal Employment Opportunity Construction Contract Specifications set forth herein. 57 1 2 The goals and timetables for minority and female participation set by the Office 1 of Federal Contract Compliance Programs, expressed in percentage terms for the Contractor's aggregate work force in each construction craft and in each I trade on all construction work in the covered area, are as follows: Women - Statewide Timetable Goal 1 Until further notice 6 9% Minorities - by Standard Metropolitan Statistical Area (SMSA) Spokane, WA. SMSA Counties: Spokane, WA 2 8 WA Spokane Non -SMSA Counties 3.0 WA Adams; WA Asotin, WA Columbia; WA Ferry; WA Garfield, WA Lincoln, WA Pend Oreille, WA Stevens; WA Whitman. Richland, WA SMSA Counties: Richland Kennewick, WA 5.4 WA Benton, WA Franklin Non -SMSA Counties 3 6 WA Walla Walla t Yakima, WA. SMSA Counties: Yakima, WA 9 7 WA Yakima Non -SMSA Counties 7 2 WA Chelan; WA Douglas; WA Grant; WA Kittitas, WA Okanogan Seattle, WA. SMSA Counties. Seattle Everett, WA 7.2 WA King; WA Snohomish Tacoma, WA 6 2 WA Pierce Non -SMSA Counties 6.1 WA Clallam; WA Grays Harbor; WA Island; WA Jefferson, WA Kitsap, WA Lewis; WA Mason, WA Pacific; WA San Juan; WA Skagit; WA Thurston; WA Whatcom Portland, OR: SMSA Counties Portland, OR -WA 4 5 WA Clark. Non -SMSA Counties 3.8 WA Cowlitz, WA Klickitat; WA Skamania, WA Wahkiakum 58 ' These goals are applicable to each nonexempt Contractor's total on-site construction workforce, regardless of whether or not part of that workforce is performing work on a Federal, or federally assisted project, contract, or subcontract until further notice. Compliance with these goals and time tables is enforced by the Office of Federal Contract compliance Programs. The Contractor's compliance with the Executive Order and the regulations in 41 CFR Part 60-4 shall be based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the specifications set forth in 41 CFR 60-4.3(a), and its efforts to meet the goals. The hours of minority and female employment and training must be substantially uniform throughout the length of the contract, in each construction craft and in each trade, and the Contractor shall make a good faith effort to employ minorities and women evenly on each of its projects The transfer of minority or female employees or trainees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's goal shall be a violation of the contract, the Executive Order and the regulations in 41 CFR Part 60-4. Compliance with the goals will be measured against the total work hours performed. 3 The Contractor shall provide written notification to the Engineer within 10 working days of award of any construction subcontract in excess of $10,000 or more that are Federally funded, at any tier for construction work under the contract resulting from this solicitation. The notification shall list the name, address and telephone number of the subcontractor; employer identification number of the subcontractor; estimated dollar amount of the subcontract; estimated starting and completion dates of the subcontract; and the geographical area in which the contract is to be performed. 4. As used in this Notice, and in the contract resulting from this solicitation, the Covered Area is as designated herein Standard Federal Equal Employment Opportunity Construction Contract Specifications (Executive Order 11246) 1. As used in these specifications. a. Covered Area means the geographical area described in the solicitation from which this contract resulted; b. Director means Director, Office of Federal Contract Compliance Programs, United States Department of Labor, or any person to whom the Director delegates authority; c. Employer Identification Number means the Federal Social Security number used on the Employer's Quarterly Federal Tax Return, U. S. Treasury Department Form 941; d. Minority includes: (1) Black, a person having origins in any of the Black Racial Groups of Africa. 59 (2) Hispanic, a fluent Spanish speaking, Spanish surnamed person of Mexican, Puerto Rican, Cuban, Central American, South American, or other Spanish origin. (3) Asian or Pacific Islander, a person having origins in any of the original peoples of the Pacific rim or the Pacific Islands, the Hawaiian Islands and Samoa. (4) American Indian or Alaskan Native, a person having origins in any of the original peoples of North America, and who maintain cultural identification through tribal affiliation or community recognition. 2. Whenever the Contractor, or any Subcontractor at any tier, subcontracts a portion of the work involving any construction trade, it shall physically include in each subcontract in excess of $10,000 the provisions of these specifications and the Notice which contains the applicable goals for minority and female participation and which is set forth in the solicitations from which this contract resulted. 3. If the Contractor is participating (pursuant to 41 CFR 60-4.5) in a Hometown Plan approved by the U.S. Department of Labor in the covered area either individually or through an association, its affirmative action obligations on all work in the Plan area (including goals and timetables) shall be in accordance with that Plan for those trades which have unions participating in the Plan Contractors must be able to demonstrate their participation in and compliance with the provisions of any such Hometown Plan Each Contractor or Subcontractor participating in an approved Plan is individually required to comply with its obligations under the EEO clause, and to make a good faith effort to achieve each goal under the Plan in each trade in which it has employees The overall good faith performance by other Contractors or Subcontractors toward a goal in an approved Plan does not excuse any covered Contractor's or Subcontractor's failure to take good faith effort to achieve the Plan goals and timetables 4. The Contractor shall implement the specific affirmative action standards provided in paragraphs 7a through 7p of this Special Provision. The goals set forth in the solicitation from which this contract resulted are expressed as percentages of the total hours of employment and training of minority and female utilization the Contractor should reasonably be able to achieve in each construction trade in which it has employees in the covered area Covered construction contractors performing construction work in geographical areas where they do not have a Federal or federally assisted construction contract shall apply the minority and female goals established for the geographical area where the work is being performed. The Contractor is expected to make substantially uniform progress in meeting its goals in each craft during the period specified. 5. Neither the provisions of any collective bargaining agreement, nor the failure by a union with whom the Contractor has a collective bargaining agreement, to refer either minorities or women shall excuse the Contractor's obligations under these specifications, Executive Order 11246, or the regulations promulgated pursuant thereto. 60 6. In order for the nonworking training hours of apprentices and trainees to be counted in meeting the goals, such apprentices and trainees must be employed by the Contractor during the training period, and the Contractor must have made a commitment to employ the apprentices and trainees at the completion of their training, subject to the availability of employment opportunities. Trainees must be trained pursuant to training programs approved by the U.S. Department of Labor. 7. The Contractor shall take specific affirmative actions to ensure equal employment opportunity. The evaluation of the Contractor's compliance with these specifications shall be based upon its effort to achieve maximum results from its action. The Contractor shall document these efforts fully, and shall implement affirmative action steps at least as extensive as the following: a. Ensure and maintain a working environment free of harassment, intimidation, and coercion at all sites, and in all facilities at which the Contractor's employees are assigned to work. The Contractor, where possible, will assign two or more women to each construction project. The Contractor shall specifically ensure that all foremen, superintendents, and other on-site supervisory personnel are aware of and carry out the Contractor's obligation to maintain such a working environment, with specific attention to minority or female individuals working at such sites or in such facilities. b. Establish and maintain a current list of minority and female recruitment sources, provide written notification to minority and female recruitment sources and to community organizations when the Contractor or its unions have employment opportunities available, and maintain a record of the organizations' responses c. Maintain a current file of the names, addresses and telephone numbers of each minority and female off -the -street applicant and minority or female referral from a union, a recruitment source or community organization and of what action was taken with respect to each such individual. If such individual was sent to the union hiring hall for referral and was not referred back to the Contractor by the union or, if referred, not employed by the Contractor, this shall be documented in the file with the reason therefor, along with whatever additional actions the Contractor may have taken. d. Provide immediate written notification to the Director when the union or unions with which the Contractor has a collective bargaining agreement has not referred to the Contractor a minority person or woman sent by the Contractor, or when the Contractor has other information that the union referral process has impeded the Contractor's efforts to meet its obligations. e. Develop on-the-job training opportunity and/or participate in training programs for the area which expressly include minorities and women, including upgrading programs and apprenticeship and trainee programs relevant to the Contractor's employment needs, especially those programs funded or approved by the U.S. Department of Labor 61 The Contractor shall provide notice of these programs to the sources compiled under 7b above. f. Disseminate the Contractor's EEO policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting the Contractor in meeting its EEO obligations, by including it in any policy manual and collective bargaining agreement; by publicizing it in the company newspaper, annual report, etc.; by specific review of the policy with all management personnel and with all minority and female employees at least once a year; and by posting the company EEO policy on bulletin boards accessible to all employees at each location where construction work is performed. g Review, at least annually, the company's EEO policy and affirmative action obligations under these specifications with all employees having any responsibility for hiring, assignment, layoff, termination or other employment decisions including specific review of these items with on-site supervisory personnel such as Superintendents, General Foremen, etc., prior to the initiation of construction work at any job site A written record shall be made and maintained identifying the time and place of these meetings, persons attending, subject matter discussed, and disposition of the subject matter. h. Disseminate the Contractor's EEO policy externally by including it in any advertising in the news media, specifically including minority and female news media, and providing written notification to and discussing the Contractor's EEO policy with other Contractors and Subcontractors with whom the Contractor does or anticipates doing business. i Direct its recruitment efforts, both oral and written to minority, female and community organizations, to schools with minority and female students and to minority and female recruitment and training organizations serving the Contractor's recruitment area and employment needs. Not later than one month prior to the date for the acceptance of applications for apprenticeship or other training by any recruitment source, the Contractor shall send written notification to organizations such as the above, describing the openings, screening procedures, and tests to be used in the selection process. Encourage present minority and female employees to recruit other minority persons and women and where reasonable, provide after school, summer and vacation employment to minority and female youth both on the site and in other areas of a Contractor's work force. k. Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR Part 60-3. I. Conduct, at least annually, an inventory and evaluation of all minority and female personnel for promotional opportunities and encourage these employees to seek or to prepare for, through appropriate training, etc., such opportunities. 62 m. Ensure that seniority practices, job classifications, work assignments and other personnel practices, do not have a discriminatory effect by continually monitoring all personnel and employment related activities to ensure that the EEO policy and the Contractor's obligations under these specifications are being carried out. n. Ensure that all facilities and company activities are nonsegregated except that separate or single -user toilet and necessary changing facilities shall be provided to assure privacy between the sexes. o. Document and maintain a record of all solicitations of offers for subcontracts from minority and female construction contractors and suppliers, including circulation of solicitations to minority and female contractor associations and other business associations. p. Conduct a review, at least annually, of all supervisors' adherence to and performance under the Contractor's EEO policies and affirmative action obligations. 8. Contractors are encouraged to participate in voluntary associations which assist in fulfilling one or more of their affirmative action obligations (7a through 7p). The efforts of a contractor association, joint contractor -union, contractor - community, or other similar group of which the Contractor is a member and participant, may be asserted as fulfilling any one or more of the obligations under 7a through 7p of this Special Provision provided that the Contractor actively participates in the group, makes every effort to assure that the group has a positive impact on the employment of minorities and women in the industry, ensure that the concrete benefits of the program are reflected in the Contractor's minority and female work -force participation, makes a good faith effort to meet its individual goals and timetables, and can provide access to documentation which demonstrate the effectiveness of actions taken on behalf of the Contractor. The obligation to comply, however, is the Contractor's and failure of such a group to fulfill an obligation shall not be a defense for the Contractor's noncompliance. 9. A single goal for minorities and a separate single goal for women have been established. The Contractor, however, is required to provide equal employment opportunity and to take affirmative action for all minority groups, both male and female, and all women, both minority and non -minority Consequently, the Contractor may be in violation of the Executive Order if a particular group is employed in substantially disparate manner (for example, even though the Contractor has achieved its goals for women generally, the Contractor may be in violation of the Executive Order if a specific minority group of women is underutilized). 10. The Contractor shall not use the goals and timetables or affirmative action standards to discriminate against any person because of race, color, religion, sex, or national origin. 11. The Contractor shall not enter into any subcontract with any person or firm debarred from Government contracts pursuant to Executive Order 11246. 63 12. The Contractor shall carry out such sanctions and penalties for violation of these specifications and of the Equal Opportunity Clause, including suspensions, terminations and cancellations of existing subcontracts as may be imposed or ordered pursuant to Executive Order 11246, as amended, and its implementing regulations by the Office of Federal Contract Compliance Programs. Any Contractor who fails to carry out such sanctions and penalties shall be in violation of these specifications and Executive Order 11246, as amended. 13. The Contractor, in fulfilling its obligations under these specifications, shall implement specific affirmative action steps, at least as extensive as those standards prescribed in paragraph 7 of this Special Provision, so as to achieve maximum results from its efforts to ensure equal employment opportunity If the Contractor fails to comply with the requirements of the Executive Order, the implementing regulations, or these specifications, the Director shall proceed in accordance with 41 CFR 60-4.8. 14. The Contractor shall designate a responsible official to monitor all employment related activity to ensure that the company EEO policy is being carried out, to submit reports relating to the provisions hereof as may be required by the government and to keep records. Records shall at least include, for each employee, their name, address, telephone numbers, construction trade, union affiliation if any, employee identification number when assigned, social security number, race, sex, status (e.g., mechanic, apprentice, trainee, helper, or laborer), dates of changes in status, hours worked per week in the indicated trade, rate of pay, and locations at which the work was performed. Records shall be maintained in an easily understandable and retrievable form; however, to the degree that existing records satisfy this requirement, the Contractors will not be required to maintain separate records 15 Nothing herein provided shall be construed as a limitation upon the application of other laws which establish different standards of compliance or upon the application of requirements for the hiring of local or other area residents (e g , those under the Public Works Employment Act of 1977 and the Community Development Block Grant Program). (September 17, 2007) Disadvantaged Business Enterprise Participation The Disadvantaged Business Enterprise (DBE) requirements of 49 CFR part 26 apply to this contract The requirements of this contract are to encourage DBE participation, supply a bidder's list, and to report race neutral accomplishments quarterly as described in this special provision. No preference will be included in the evaluation of bids/proposals, no minimum level of DBE participation shall be required as a condition for receiving an award and bids/proposals will not be rejected or considered non-responsive on that basis. DBE Goals No DBE goals have been assigned as a part of this contract. Affirmative Efforts to Solicit DBE Participation DBE firms shall have equal opportunity to compete for and perform subcontracts which the Contractor enters into pursuant to this contract. Contractors are encouraged to: 64 1. Advertise opportunities for Subcontractors or suppliers in a manner reasonably designed to provide DBEs capable of performing the work with timely notice of such opportunities. All advertisements should include a provision encouraging participation by DBE firms and may be done through general advertisements (e.g. newspapers, journals, etc.) or by soliciting bids/proposals directly from DBEs. 2. Utilize the services of available minority community-based organizations, minority contractor groups, local minority assistance offices and organizations that provide assistance in the recruitment and placement of DBEs and other small businesses. In addition, the Office of Minority and Women's Business Enterprises has two DBE Supportive Services Offices available to assist you as follows: Seattle: (206) 553-7356 Tacoma: (253) 680-7393 3. Establish delivery schedules, where requirements of the contract allow, that encourage participation by DBEs and other small businesses. 4 Achieve attainment through joint ventures. In the absence of a mandatory goal, all DBE participation that is attained on this project will be considered as "race neutral" participation and will be reported as such. DBE Eligibility (for reporting purposes only) Selection of DBEs: DBEs utilized on the contract will be eligible to be counted as race neutral participation only if the firm is identified as a DBE on the current list of firms certified by the Office of Minority and Women's Business Enterprises (OMWBE), the DBE firm is certified in the corresponding NAICS code(s) for the type of work to be performed, and the DBE firm performs a commercially useful function. A list of firms certified by OMWBE, including the NAICS codes for which they are certified, is available from that office and on line through their website (www.omwbe.wa.gov/directory/directory.htm) or by telephone at (360) 704- 1181. Counting DBE Participation For Reporting Race Neutral Accomplishments When a DBE firm participates in a contract, only the value of the work actually performed by the DBE will be counted as race -neutral participation. 1. Count the entire amount of the portion of the contract that is performed by the DBE's own forces. Include the cost of supplies and materials obtained by the DBE for the work of the contract, including supplies purchased or equipment leased by the DBE (except supplies, materials, and equipment the DBE Subcontractor purchases or leases 65 from the Prime Contractor or its affiliate, unless the Prime Contractor is also a DBE). Work performed by a DBE, utilizing resources of the Prime Contractor or its affiliates will not be counted as race -neutral participation In very rare situations, a DBE firm may utilize equipment and/or personnel from a non -DBE firm other than the Prime Contractor or its affiliates. Should this situation arise, the arrangement must be short-term and have prior written approval from the Contracting Agency. The arrangement must not erode a DBE firm's ability to perform a Commercially Useful Function (See discussion of CUF, below). 2. Count the entire amount of fees or commissions charged by a DBE firm for providing a bona fide service, such as professional, technical, consultant, or managerial services, or for providing bonds or insurance 3. When a DBE subcontracts part of the work of its contract to another firm, the value of the subcontracted work may be counted as race neutral participation only if the DBE's lower tier Subcontractor is also a DBE. Work that a DBE Subcontracts to a non -DBE firm does not count as race neutral participation 4. When a non -DBE subcontractor further subcontracts to a lower - tier subcontractor or supplier who is a certified DBE, then that portion of the work further subcontracted may be counted toward the DBE goal, so long as it is a distinct clearly defined portion of the work of the subcontract that the DBE is performing with its own forces in a commercially useful function DBE Prime Contractor A DBE prime Contractor may only count the work performed with its own forces and the work performed by DBE Subcontractors and DBE suppliers Joint Venture When a DBE performs as a participant in a joint venture, only that portion of the total dollar value of the contract equal to the distinct, clearly defined portion of the work that the DBE performs with its own forces will count as race neutral participation Commercially Useful Function Payments to a DBE firm will count as race neutral participation only if the DBE is performing a commercially useful function on the contract. 1. A DBE performs a commercially useful function when it is responsible for execution of the work of the contract and is carrying out its responsibilities by actually performing, managing, and supervising the work involved To perform a commercially useful function, the DBE must also be responsible, with respect to materials and supplies used on the contract, for negotiating price, determining quality and quantity, ordering the material, installing (if applicable) and paying for the material itself. Two party checks are not allowed. 66 2. A DBE does not perform a commercially useful function if its role is limited to that of an extra participant in a transaction, contract, or project through which funds are passed in order to obtain the appearance of DBE participation. Trucking Use the following factors in determining whether a DBE trucking company is performing a commercially useful function: 1. The DBE must be responsible for the management and supervision of the entire trucking operation for which it is listed on a particular contract. 2. The DBE must itself own and, with its own workforce, operate at least one fully licensed, insured, and operational truck used on the contract. 3. The DBE receives credit only for the total value of the transportation services it provides on the contract using trucks it owns or leases, licenses, insures, and operates with drivers it employs 4. For purposes of this paragraph a lease must indicate that the DBE has exclusive use of and control over the truck. This does not preclude the leased truck from working for others during the term of the lease with the consent of the DBE, so long as the lease gives the DBE absolute priority for use of the leased truck. Leased trucks must display the name and identification number of the DBE. 5. The DBE may lease trucks from another DBE firm, including an owner -operator who is certified as a DBE. The DBE who leases trucks from another DBE may report race -neutral participation for the total value of the transportation services the lessee DBE provides on the contract. 6 The DBE may also lease trucks from a non -DBE firm and may enter an agreement with an owner -operator who is a non -DBE. The DBE who leases trucks from a non -DBE or employs a non -DBE owner - operator is entitled to count race -neutral participation only for the fee or commission it receives as a result of the lease arrangement. The DBE may not count the total value of the transportation services provided by the lessee, since these services are not provided by a DBE. 7 In any lease or owner -operator situation, as described in paragraphs 5 & 6 above, the following rules shall apply: • A written lease/rental agreement on all trucks leased or rented, showing the true ownership and the terms of the rental must be submitted and approved by the Contracting Agency prior to the beginning of the work. The agreement must show the lessor's name, trucks to be leased, and agreed upon amount or method of payment (hour, ton, or per load). All lease agreements shall be for a long-term 67 relationship, rather than for the individual project. Does not apply to owner -operator arrangements. Only the vehicle, (not the operator) is leased or rented Does not apply to owner -operator arrangements. 8 In order for payments to be counted as race -neutral participation, DBE trucking firms must be covered by a subcontract or a written agreement approved by WSDOT prior to performing their portion of the work. Expenditures paid to other DBEs Expenditures paid to other DBEs for materials or supplies may be counted toward race neutral participation as provided in the following: Manufacturer 1 Counting If the materials or supplies are obtained from a DBE manufacturer, count 100 percent of the cost of the materials or supplies toward race neutral participation. 2. Definition To be a manufacturer, the firm operates or maintains a factory or establishment that produces, on the premises, the materials, supplies, articles, or equipment required under the contract and of the general character described by the specifications 3. In order to receive credit as a DBE manufacturer, the firm must have received an "on-site" review and been approved by WSDOT-0E0 to operate as a DBE Manufacturing firm To schedule a review, the manufacturing firm must submit a written request to WSDOT/OEO and may not receive race neutral credit, until the completion of the review. Once a firm's manufacturing process has been approved in writing, it is not necessary to resubmit the firm for approval unless the manufacturing process has substantially changed Information on approved manufacturers may be obtained from WSDOT-0E0 Regular Dealer 1. Counting If the materials or supplies are purchased from a DBE regular dealer, 60 percent of the cost of the materials or supplies will count toward race neutral participation. 2. Definition a) To be a regular dealer, the firm must own, operate or maintain a store, warehouse, or other establishment in which the materials, supplies, articles or equipment of the general character described by the specifications and required under the contract are bought, kept in stock, and regularly sold or leased to the public in the usual course of business It must also be an established, regular business that engages, as its principal business and under its own name, in the purchase and sale or lease of the products in question 68 b) A person may be a regular dealer in such bulk items as petroleum products, steel, cement, gravel, stone, or asphalt without owning, operating, or maintaining a place of business, as provided elsewhere in this specification, if the person both owns and operates distribution equipment for the products. Any supplementing of regular dealers' own distribution equipment shall be by a Tong -term lease agreement and not on an ad hoc or contract -by -contract basis c) Packagers, brokers, manufacturers' representatives, or other persons who arrange or expedite transactions are not regular dealers. 3. Regular dealer status is granted on a contract -by -contract basis. To obtain regular dealer status, a formal written request must be made by the interested supplier (potential regular dealer) to WSDOT/OEO. Included in the request shall be a full description of the project, type of business operated by the DBE, and the manner the DBE will operate as a regular dealer on the specific contract. Rules applicable to regular dealer status are contained in 49 CFR Part 26.55.e.2. Once the request is reviewed by WSDOT-OEO, the DBE supplier requesting it will be notified in writing whether regular dealer status was approved. Materials or Supplies Purchased from a DBE With respect to materials or supplies purchased from a DBE who is neither a manufacturer nor a regular dealer, the entire amount of fees or commissions charged for assistance in the procurement of the materials and supplies or fees or transportation charges for the delivery of materials or supplies required on a job site may be counted as race neutral participation No part of the cost of the materials and supplies themselves may be applied as race neutral participation. Procedures Between Award and Execution After award of the contract, the successful bidder shall provide the additional information described below. A failure to comply shall result in the forfeiture of the bidder's proposal bond or deposit. A list of all firms who submitted a bid or quote in an attempt to participate in this project whether they were successful or not. Include the correct business name, federal employer identification number (optional) and a mailing address. The firms identified by the Contractor may be contacted to solicit general information as follows: 1. age of the firm 2. average of its gross annual receipts over the past three -years 69 Procedures After Execution Reporting The Contractor shall submit a "Quarterly Report of Amounts Credited as DBE Participation" (actual payments) on a quarterly basis for any calendar quarter in which DBE work is accomplished or upon completion of the project, as appropriate. The quarterly reports are due on January 20th' April 20th July 20th, and October 20th of each year. The dollars reported will be in accordance with the "Counting DBE Participation For Reporting Race Neutral Participation" section of this specification. In the event that the payments to a DBE have been made by an entity other than the Prime Contractor (as in the case of a lower -tier subcontractor or supplier), then the Prime Contractor shall obtain the quarterly report, including the signed affidavit, from the paying entity and submit the report to the Contracting Agency Payment Compensation for all costs involved with complying with the conditions of this specification and any associated DBE requirements is included in payment for the associated contract items of work. (March 13, 1995) Federal Agency Inspection Section 1-07 12 is supplemented with the following Required Federal Aid Provisions The Required Contract Provisions Federal Aid Construction Contracts (FHWA 1273) and the amendments thereto supersede any conflicting provisions of the Standard Specifications and are made a part of this contract; provided, however, that if any of the provisions of FHWA 1273, as amended, are less restrictive than Washington State Law, then the Washington State Law shall prevail The provisions of FHWA 1273, as amended, included in this contract require that the Contractor insert the FHWA 1273 and amendments thereto in each subcontract, together with the wage rates which are part of the FHWA 1273, as amended Also, a clause shall be included in each subcontract requiring the subcontractors to insert the FHWA 1273 and amendments thereto in any lower tier subcontracts, together with the wage rates The Contractor shall also ensure that this section, REQUIRED FEDERAL AID PROVISIONS, is inserted in each subcontract for subcontractors and lower tier subcontractors. For this purpose, upon request to the Project Engineer, the Contractor will be provided with extra copies of the FHWA 1273, the amendments thereto, the applicable wage rates, and this Special Provision. (April 2, 2007) Utilities and Similar Facilities Section 1-07.17 is supplemented with the following. Locations and dimensions shown in the Plans for existing facilities are in accordance with available information obtained without uncovering, measuring, or other verification. 70 The following addresses and telephone numbers of utility companies known or suspected of having facilities within the project limits are supplied for the Contractor's convenience: Qwest Charter Cable City of Yakima Water Division City of Yakima Wastewater Division Cascade Natural Gas Corporation Pacific Power Level 3 Communications 8 W 2nd Ave Yakima, WA 98902 1005 N 16th Ave Yakima, WA 98902 2301 Fruitvale Blvd Yakima, WA 98901 2220 E Viola Yakima, WA 98901 401 N 1st Street Yakima, WA 98902 PO Box 1729 Yakima, WA 98901 Dale Smith 509-575-7183 509-575-1697 509-575-6154 509-575-6077 509-457-5905 509-575-3146 253-209-3236 The Contractor shall notify the Upper Yakima Valley Utilities Coordinating Council - Area 5, telephone number 1-800-553-4344 at least 72 hours prior to start of excavation so that underground utilities may be marked. It shall be the contractor's responsibility to investigate the presence and location of all utilities prior to bid opening and assess their impacts on his construction activities. Utilities, new or old, may be renewed, relocated, or adjusted for the proposed construction. The Contractor shall, prior to beginning any work, meet with all utility organizations (public and private) in the field to familiarize himself with plans and schedules of the installations on new, relocated, or adjusted utilities. Both public and private utility organizations may be doing utility installations within the area. The proposed construction work must be coordinated with these utility installations. The Contractor shall coordinate his work with other contractors who may be working in the project area and cooperate with them. 1-07.18 Public Liability and Property Damage Insurance Delete this section in its entirety, and replace it with the following: 1-07.18 Insurance (May 10, 2006 APWA GSP) 1-07.18(1) General Requirements A. The Contractor shall obtain the insurance described in this section from insurers approved by the State Insurance Commissioner pursuant to RCW Title 48. The insurance must be provided by an insurer with a rating of A VII or higher in the A.M. Best's Key Rating Guide, which is licensed to do business in the state of Washington (or issued as a surplus line by a Washington Surplus lines broker). The Contracting Agency reserves the right to approve or reject the insurance provided, based on the insurer (including financial condition), terms and coverage, the Certificate of Insurance, and/or endorsements. B. The Contractor shall keep this insurance in force during the term of the contract and for thirty (30) days after the Physical Completion date, unless otherwise indicated (see C. below) C. If any insurance policy is written on a claims made form, its retroactive date, and that of all subsequent renewals, shall be no later than the effective date of this Contract. 71 The policy shall state that coverage is claims made, and state the retroactive date Claims -made form coverage shall be maintained by the Contractor for a minimum of 36 months following the Final Completion or earlier termination of this contract, and the Contractor shall annually provide the Contracting Agency with proof of renewal. If renewal of the claims made form of coverage becomes unavailable, or economically prohibitive, the Contractor shall purchase an extended reporting period ("tail") or execute another form of guarantee acceptable to the Contracting Agency to assure financial responsibility for liability for services performed D. The insurance policies shall contain a "cross liability" provision. E. The Contractor's and all subcontractors' insurance coverage shall be primary and non- contributory insurance as respects the Contracting Agency's insurance, self-insurance, or insurance pool coverage. F. All insurance policies and Certificates of Insurance shall include a requirement providing for a minimum of 30 days prior written notice to the Contracting Agency of any cancellation in any insurance policy. G Upon request, the Contractor shall forward to the Contracting Agency a full and certified copy of the insurance policy(s). H The Contractor shall not begin work under the contract until the required insurance has been obtained and approved by the Contracting Agency. I. Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract, upon which the Contracting Agency may, after giving five business days notice to the Contractor to correct the breach, immediately terminate the contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the Contracting Agency on demand, or at the sole discretion of the Contracting Agency, offset against funds due the Contractor from the Contracting Agency J. All costs for insurance shall be incidental to and included in the unit or lump sum prices of the contract and no additional payment will be made 1-07.18(2) Additional Insured All insurance policies, with the exception of Professional Liability and Workers Compensation, shall name the following listed entities as additional insured(s) ■ the Contracting Agency and its officers, elected officials, employees, agents, and volunteers The above -listed entities shall be additional insured(s) for the full available limits of liability maintained by the Contractor, whether primary, excess, contingent or otherwise, irrespective of whether such limits maintained by the Contractor are greater than those required by this Contract, and irrespective of whether the Certificate of Insurance provided by the Contractor pursuant to 1-07.18(3) describes limits lower than those maintained by the Contractor. 72 1-07.18(3) Subcontractors Contractor shall ensure that each subcontractor of every tier obtains and maintains at a minimum the insurance coverages listed in 1-07.18(5)A and 1-07.18(5)B. Upon request of the Contracting Agency, the Contractor shall provide evidence of such insurance. 1-07.18(4) Evidence of Insurance The Contractor shall deliver to the Contracting Agency a Certificate(s) of Insurance and endorsements for each policy of insurance meeting the requirements set forth herein when the Contractor delivers the signed Contract for the work. The certificate and endorsements must conform to the following requirements: 1. An ACORD certificate or a form determined by the Contracting Agency to be equivalent. 2. Copies of all endorsements naming Contracting Agency and all other entities listed in 1-07.18(2) as Additional Insured(s), showing the policy number. The Contractor may submit a copy of any blanket additional insured clause from its policies instead of a separate endorsement. A statement of additional insured status on an ACORD Certificate of Insurance shall not satisfy this requirement. 3. Any other amendatory endorsements to show the coverage required herein. 1-07.18(5) Coverages and Limits The insurance shall provide the minimum coverages and limits set forth below. Providing coverage in these stated minimum limits shall not be construed to relieve the Contractor from liability in excess of such limits. All deductibles and self-insured retentions must be disclosed and are subject to approval by the Contracting Agency. The cost of any claim payments falling within the deductible shall be the responsibility of the Contractor. Section 1-07.18 is supplemented with the following: (August 7, 2006) Relations With Railroad Railroad Company, as used in the following specifications, shall be the railroad company or companies, or railway company or companies specified in these Special Provisions. The following provisions, though referring to a single railroad company, shall be applicable to each of the following railroad companies or railway companies: Union Pacific Railroad Burlington Northern Santa Fe Railway Protection of Railroad Property The Contractor shall exercise care in all operations and shall, at the Contractor's expense, protect the property of the Railroad Company and the Company's appurtenances, property in its custody, or persons lawfully upon its right of way, from damage, destruction, interference or injury caused by the Contractor's operations. The Contractor shall prosecute the work to not interfere with the Railroad Company or its appurtenances, or any of the Railroad Company's trains or facilities, and shall complete the work to a condition that shall not interfere with or menace the integrity or safe and successful operations of the Railroad Company or its appurtenances, or any of the Railroad Company's trains or facilities. 73 The Contractor shall not transport equipment, machinery, or materials across the Railroad Company's tracks, except at a public crossing, without the written consent of the Railroad Company The Contractor shall keep the right of way and ditches of the Railroad Company open and clean from any deposits or debris resulting from its operations. The Contractor shall be responsible for the cost to clean and restore ballast of the Railroad Company which is disturbed or becomes fouled with dirt or materials when such deposits or damage result from the Contractor's operations, except as provided elsewhere The Contractor's work shall be conducted in such a manner that there will be a minimum of interference with the operation of railroad traffic The Railroad Company will specify what periods will be allowed the Contractor for executing any part of the work in which the Railroad Company's tracks will be obstructed or made unsafe for operation of railroad traffic. In the event that an emergency occurs in connection with the work specified, the Railroad Company reserves the right to do any and all work that may be necessary to maintain railroad traffic If the emergency is caused by the Contractor, the Contractor shall pay the Railroad Company for the cost of such emergency work. Protective services to protect the Railroad Company's facilities, property, and movement of its trains or engines, including railroad flagging and other devices, may be required by the Railroad Company as a result of the Contractor's operations The nature and extent of protective services, personnel and other measures required will in all cases be determined by the Railroad Company. Nothing in these specifications will limit the Railroad Company's right to determine and assign the number of personnel, the classes of personnel for protective services, nor other protective measures it deems necessary. When, in the opinion of the Railroad Company, the services of flaggers or security personnel are necessary for the protection of the Railroad Company's facilities by reason of the Contractor's operations, the Railroad Company will furnish such flaggers or security personnel as may be required The Contractor shall notify the Railroad Company a minimum of *'t* 10 days *** in advance of whenever the Contractor is about to perform work adjacent to the tracks to enable the Railroad Company to provide flagging or other protective service. The Railroad Companies' contacts are Andy Vulgas (509) 350-3200 andy.vulgas(c�bnsf.com for the Burlington Northern Santa Fe Railway John Flynn (503) 872-1809 JCFLYNN@up.com for the Union Pacific Railroad 74 No act of the Railroad Company in supervising or approving any work shall reduce or in any way affect the liability of the Contractor for damages, expense, or cost which may result to the Railroad Company from the construction of this Contract. Unless otherwise provided, all personnel assigned by the Railroad Company, other than those engaged in performing work by the Railroad Company as listed under Construction Work by Railroad Company, will be considered protective personnel. In general, the Railroad Company will furnish protective services: a. For any excavation below the elevation of the track subgrade, if in the opinion of the Railroad Company's representative, the track or other railroad facilities may be subject to settlement or movement. For all work over or adjacent to the track if, in the opinion of the Railroad Company's representative, said work represents a hazard to the Railroad Company. b. During any clearing, grubbing, grading, or blasting in proximity to the facilities which, in the opinion of the Railroad Company's representative, may endanger or interfere with railroad facilities or operations. c. When any of the Contractor's operations take place within or near railroad right of way and, in the opinion of the Railroad Company's representative, could endanger railroad facilities or create a hazard to railroad operations. Communications Linemen or Signalmen may be used to protect communications and signal facilities, if deemed necessary by the Railroad Company There will be no cost to the Contractor for the railroad protective services unless such services result from the Contractor's failure to comply with the terms and conditions of its contract with the Contracting Agency or with its Contractor's Right of Entry Agreements with the Railroad Companies. Railroad Protective Liability Insurance The Contractor shall protect the Railroad Company and any other railroad company occupying or using the Railroad Company's rights of way or lines of railroad against all Toss and damages arising from activities of the Contractor or the Contractor's forces or any of the Contractor's subcontractors or agents. The Contractor shall furnish for each Railroad Company the original and three certified copies of a Railroad Protective Liability Insurance Policy, naming the Railroad Company as the insured and providing for protection to the Railroad Company in the manner and form described in the Railroad Protective Liability Form as set forth below. Said insurance shall be executed by a corporation qualified to write insurance in the State of Washington in form and substance satisfactory to the Railroad Company and shall be delivered to the Engineer. The Engineer will submit the 75 insurance to the Railroad Company for its approval. The Contractor shall not enter upon or use the Railroad Company's property until notified by the Engineer of the Railroad Company's approval. The various blank sections of the Railroad Protective Liability Form shall contain the following information: Named Insured. Limits of Liability: Union Pacific Railroad 1400 Douglas Street Omaha, NE 68179 Burlington Northern Santa Fe Railway 2650 Lou Menk Drive Fort Worth, TX 76131-2830 The combined single limit of the insurance company's liability under this policy to the insured shall be not less than $2,000,000 for all damages arising out of bodily injuries to or death of any person or persons and for all damages arising out of loss or destruction of or injury or damage to property in any one occurrence and $6,000,000 aggregate during the policy period. Said insurance policy, executed by a corporation qualified to write the same in the State of Washington, shall be in form and substance satisfactory to the Railroad Company and shall be delivered to and approved by the Railroad Company prior to the entry upon or use of its property by the Contractor. All insurance specified above shall be carried until the physical completion date of the contract as described in Section 1-08 5 except as stated herein When all the work involving construction activities within or immediately adjacent to the railroad right of way is completed, the Contractor may make a written request to the Engineer to be relieved of the responsibility to continue all or part of the insurance specified above. If the Engineer deems the portion of the work in that area is complete, the Engineer may approve the Contractor's request. However, if for any reason the Contractor resumes or starts any new work in that area (including being ordered to do so by the Engineer), the insurance shall be reinstated by the Contractor before the work is started. If the insurance must be reinstated because of the Contractor's operations or failure of the Contractor to perform all the contract requirements, the costs shall be the responsibility of the Contractor. If the insurance must be reinstated because of changes to the contract, the costs will be considered in accordance with Section 1-04.4 Other Insurance Requirements *** None *** 76 Commercial General Liability Insurance A certificate of insurance providing proof of said Insurance, executed by a corporation qualified to write the same in the State of Washington, in form and substance satisfactory to the Railroad Company, shall be delivered to and approved by the Railroad Company prior to the entry upon or use of the Railroad Company's property by the Contractor. (August 7, 2006) Contractor's Right of Entry and Insurance Requirements - BNSF No work shall commence within BNSF Railway Company (BNSF) right of way until the Contractor has executed, delivered, and received in return the fully executed Contractor's Right -of -Entry Agreement from BNSF, and has obtained all of the insurance required by the Railroad. AH work within BNSF's right of way shall be in accordance with BNSF's Contractor Requirements and the Contractor's Right of Entry Agreement (See Appendices). The Contractor, its subcontractors or agents, shall at its own expense, obtain and maintain in force all insurance required by BNSF until the completion date of the contract as described in Section 1-08.5 except as stated herein. When all the work involving construction activities within or immediately adjacent to the Railroad right of way is completed, the Contractor may make a written request to the Engineer to be relieved of the responsibility to continue the insurance required by BNSF. If the Engineer deems the portion of the work in that area is complete, the Engineer may approve the Contractor's request. However, if for any reason the Contractor resumes or starts any new work in that area (including being ordered to do so by the Engineer), the insurance shall be reinstated by the Contractor before the work is started. If the insurance must be reinstated because of the Contractor's activities or failure of the Contractor to perform all the contract requirements, the costs shall be the responsibility of the Contractor. If the insurance must be reinstated because of changes to the contract, the costs will be considered in accordance -with Section 1-04.4. 77 (August 7, 2006) Contractor's Right of Entry and Insurance Requirements - UPRR No work shall commence within Union Pacific Railroad right of way until the Contractor has executed, delivered, and received in return the fully executed Contractor's Right -of -Entry Agreement from Union Pacific Railroad, and has obtained all of the insurance required by the Railroad. All work within Union Pacific Railroad's right of way shall be in accordance with the Contractor's Right of Entry Agreement (See Appendixes) The Contractor, its subcontractors or agents, shall at its own expense, obtain and maintain in force all insurance required by Union Pacific Railroad until the completion date of the contract as described in Section 1-08.5 except as stated herein. When all the work involving construction activities within or immediately adjacent to the railroad right of way is completed, the Contractor may make a written request to the Engineer to be relieved of the responsibility to continue the insurance required by Union Pacific Railroad. If the Engineer deems the portion of the work in that area is complete, the Engineer may approve the Contractor's request. However, if for any reason the Contractor resumes or starts any new work in that area (including being ordered to do so by the Engineer), the insurance shall be reinstated by the Contractor before the work is started If the insurance must be reinstated because of the Contractors activities or failure of the Contractor to perform all the contract requirements, the costs shall be the responsibility of the Contractor. If the insurance must be reinstated because of changes to the contract, the costs will be considered in accordance with Section 1-04.4. 1-07.23 Public Convenience and Safety 1-07.23(1) Construction Under Traffic (October 1, 2005 APWA GSP) Revise the second paragraph to read. To disrupt public traffic as little as possible, the Contractor shall permit traffic to pass through the work with the least possible inconvenience or delay The Contractor shall maintain existing roads, streets, sidewalks, and paths within the project limits, keeping them open, and in good, clean, safe condition at all times. Deficiencies caused by the Contractor's operations shall be repaired at the Contractor's expense. Deficiencies not caused by the Contractor's operations shall be repaired by the Contractor when directed by the Engineer, at the Contracting Agency's expense. The Contractor shall also maintain roads, streets, sidewalks, and paths adjacent to the project limits when affected by the Contractor's operations Snow and ice control will be performed by the Contracting Agency on all projects. Cleanup of snow and ice control debris will be at the Contracting Agency's expense. The Contractor shall perform the following: 1. Remove or repair any condition resulting from the work that might impede traffic or create a hazard 2. Keep existing traffic signal and highway lighting systems in operation as the work proceeds. (The Contracting Agency will continue the route maintenance on such system.) 3 Maintain the striping on the roadway at the Contracting Agency's expense. The Contractor shall be responsible for scheduling when to renew striping, subject to the approval of the Engineer. When the scope of the project does 78 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 not require work on the roadway, the Contracting Agency will be responsible for maintaining the striping. 4. Maintain existing permanent signing. Repair of signs will be at the Contracting Agency's expense, except those damaged due to the Contractor's operations. 5. Keep drainage structures clean to allow for free flow of water. Cleaning of existing drainage structures will be at the Contracting Agency's expense when approved by the Engineer, except when flow is impaired due to the Contractor's operations. Section 1-07.23(1) is supplemented with the following: (April 2, 2007) Work Zone Clear Zone The Work Zone Clear Zone (WZCZ) applies during working and nonworking hours. The WZCZ applies only to temporary roadside objects introduced by the Contractor's operations and does not apply to preexisting conditions or permanent Work. Those work operations that are actively in progress shall be in accordance with adopted and approved Traffic Control Plans, and other contract requirements. During nonworking hours equipment or materials shall not be within the WZCZ unless they are protected by permanent guardrail or temporary concrete barrier. The use of temporary concrete barrier shall be permitted only if the Engineer approves the installation and location. During actual hours of work, unless protected as described above, only materials absolutely necessary to construction shall be within the WZCZ and only construction vehicles absolutely necessary to construction shall be allowed within the WZCZ or allowed to stop or park on the shoulder of the roadway. The Contractor's nonessential vehicles and employees private vehicles shall not be permitted to park within the WZCZ at any time unless protected as described above. Deviation from the above requirements shall not occur unless the Contractor has requested the deviation in writing and the Engineer has provided written approval. Minimum WZCZ distances are measured from the edge of traveled way and will be determined as follows: Posted Speed Distance From Traveled Way (Feet) 35 mph or less 10 40 mph 15 45 to 55 mph 20 60 mph or greater 30 or 2 -feet beyond the outside edge of sidewalk Minimum Work Zone Clear Zone Distance 79 1-07.23(2) Construction and Maintenance of Detours (October 1, 2005 APWA GSP) Revise the first paragraph to read: Unless otherwise approved, the Contractor shall maintain two-way traffic during construction. The Contractor shall build, maintain in a safe condition, keep open to traffic, and remove when no longer needed: 1 Detours and detour bridges that will accommodate traffic diverted from the roadway, bridge, sidewalk, or path during construction, 2 Detour crossings of intersecting highway, and 3 Temporary approaches. (August 7, 2006) Lane closures are subject to the following restrictions: 1. Except when traffic is detoured for the girder jacking, only two lanes of traffic shall be closed at a time, as shown in the Plans If the Engineer determines the permitted closure hours adversely affect traffic, the Engineer may adjust the hours accordingly. The Engineer will notify the Contractor in writing of any change in the closure hours. No lane closures will be allowed on a holiday or holiday weekend, or after 12.00 PM (noon) on a day prior to a holiday or holiday weekend Holidays that occur on Friday, Saturday, Sunday or Monday are considered a holiday weekend 1-08 PROSECUTION AND PROGRESS Add the following new section: 1-08.0 Preliminary Matters (May 25, 2006 APWA GSP) Add the following new section: 1-08.0(1) Preconstruction Conference (October 10, 2008 APWA GSP) Prior to the Contractor beginning the work, a preconstruction conference will be held between the Contractor, the Engineer and such other interested parties as may be invited. The purpose of the preconstruction conference will be. 1. To review the initial progress schedule; 2. To establish a working understanding among the various parties associated or affected by the work; 3 To establish and review procedures for progress payment, notifications, approvals, submittals, etc.; 4. To establish normal working hours for the work, 80 5. To review safety standards and traffic control; and 6. To discuss such other related items as may be pertinent to the work. The Contractor shall prepare and submit at the preconstruction conference the following: 1. A breakdown of all lump sum items; 2. A preliminary schedule of working drawing submittals; and 3. A list of material sources for approval if applicable. Subcontracting Section 1-08 1 is supplemented with the following: (October 12, 1998) Prior to any subcontractor or lower tier subcontractor beginning work, the Contractor shall submit to the Engineer a certification (WSDOT Form 420-004) that a written agreement between the Contractor and the subcontractor or between the subcontractor and any lower tier subcontractor has been executed. This certification shall also guarantee that these subcontract agreements include all the documents required by the Special Provision Federal Agency Inspection A subcontractor or lower tier subcontractor will not be permitted to perform any work under the contract until the following documents have been completed and submitted to the Engineer: 1. Request to Sublet Work (Form 421-012), and 2. Contractor and Subcontractor or Lower Tier Subcontractor Certification for Federal -aid Projects (Form 420-004) The Contractor's records pertaining to the requirements of this Special Provision shall be open to inspection or audit by representatives of the Contracting Agency during the life of the contract and for a period of not less than three years after the date of acceptance of the contract. The Contractor shall retain these records for that period. The Contractor shall also guarantee that these records of all subcontractors and lower tier subcontractors shall be available and open to similar inspection or audit for the same time period. (March 13, 1995) Specialty Items For the purpose of determining the percentage of work that may be subcontracted, the following items on this contract are designated as Specialty Items: Jacking the girder ends for fixed and expansion bearing replacement Fiber wrapping damaged columns Prosecution Of Work Revise this section to read 1-08.4 Notice to Proceed and Prosecution of the Work (October 1, 2005 APWA GSP) Notice to Proceed will be given after the contract has been executed and the contract bond and evidence of insurance have been approved and filed by the Contracting 81 Agency. The Contractor shall not commence with the work until the Notice to Proceed has been given by the Engineer. The Contractor shall commence construction activities on the project site within ten days of the Notice to Proceed Date, unless otherwise approved in writing. The Contractor shall diligently pursue the work to the physical completion date within the time specified in the contract. Voluntary shutdown or slowing of operations by the Contractor shall not relieve the Contractor of the responsibility to complete the work within the time(s) specified in the contract. Time For Completion (March 13, 1995) Section 1-08.5 is supplemented with the following: This project shall be physically completed within 120 working days (June 28, 2007 APWA GSP, Option A) Revise the third and fourth paragraphs to read: Contract time shall begin on the first working day following the Notice to Proceed Date Each working day shall be charged to the contract as it occurs, until the contract work is physically complete. If substantial completion has been granted and all the authorized working days have been used, charging of working days will cease. Each week the Engineer will provide the Contractor a statement that shows the number of working days: (1) charged to the contract the week before, (2) specified for the physical completion of the contract; and (3) remaining for the physical completion of the contract. The statement will also show the nonworking days and any partial or whole day the Engineer declares as unworkable Within 10 calendar days after the date of each statement, the Contractor shall file a written protest of any alleged discrepancies in it. To be considered by the Engineer, the protest shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of time disputed. By not filing such detailed protest in that period, the Contractor shall be deemed as having accepted the statement as correct. If the Contractor elects to work 10 hours a day and 4 days a week (a 4-10 schedule) and the fifth day of the week in which a 4-10 shift is worked would ordinarily be charged as a working day then the fifth day of that week will be charged as a working day whether or not the Contractor works on that day. Revise the sixth paragraph to read The Engineer will give the Contractor written notice of the completion date of the contract after all the Contractor's obligations under the contract have been performed by the Contractor The following events must occur before the Completion Date can be established. 1 The physical work on the project must be complete, and 2 The Contractor must furnish all documentation required by the contract and required by law, to allow the Contracting Agency to process final acceptance of the contract. The following documents must be received by the Project Engineer prior to establishing a completion date: a. Certified Payrolls (Federal -aid Projects) 82 b. Material Acceptance Certification Documents c. Annual Report of Amounts Paid as MBE/WBE Participants or Quarterly Report of Amounts Credited as DBE Participation, as required by the Contract Provisions. d. Final Contract Voucher Certification e. Property owner releases per Section 1-07.24 1-08.7 Maintenance During Suspension (October 1, 2005 APWA GSP) Revise the second paragraph to read: At no expense to the Contracting Agency, the Contractor shall provide through the construction area a safe, smooth, and unobstructed roadway, sidewalk, and path for public use during suspension (as required in Section 1-07.23 or the Special Provisions). This may include a temporary road or detour. 1-09 MEASUREMENT AND PAYMENT 1-09.6 Force Account (October 10, 2008 APWA GSP) Supplement this section with the following: The Contracting Agency has estimated and included in the Proposal, dollar amounts for all items to be paid per force account, only to provide a common proposal for Bidders All such dollar amounts are to become a part of Contractor's total bid. However, the Contracting Agency does not warrant expressly or by implication, that the actual amount of work will correspond with those estimates. Payment will be made on the basis of the amount of work actually authorized by Engineer 1-09.9 Payments (October 10, 2008 APWA GSP) Revise the first paragraph to read: The basis of payment will be the actual quantities of Work performed according to the Contract and as specified for payment. For items Bid as lump sum, with a bid price of more than or equal to $20,000, the Contractor shall submit a breakdown of their lump sum price in sufficient detail for the Project Engineer to determine the value of the Work performed on a monthly basis. Lump sum breakdowns shall be provided to the Project Engineer no later than the date of the preconstruction conference. Delete the third paragraph and replace it with the following: Progress payments for completed work and material on hand will be based upon progress estimates prepared by the Engineer. A progress estimate cutoff date will be established at the preconstruction conference. 83 The initial progress estimate will be made not later than 30 days after the Contractor commences the work, and successive progress estimates will be made every month thereafter until the Completion Date. Progress estimates made during progress of the work are tentative, and made only for the purpose of determining progress payment. The progress estimates are subject to change at any time prior to the calculation of the Final Payment. The value of the progress estimate will be the sum of the following. 1 Unit Price Items in the Bid Form — the approximate quantity of acceptable units of work completed multiplied by the unit price. 2. Lump Sum Items in the Bid Form — partial payment for lump sum Bid items will be a percentage of the price in the Proposal based on the Engineer's determination of the amount of Work performed, with consideration given to, but not exclusively based on, the Contractor's lump sum breakdown for that item. 3 Materials on Hand — 100 percent of invoiced cost of material delivered to Job site or other storage area approved by the Engineer 4 Change Orders — entitlement for approved extra cost or completed extra work as determined by the Engineer Progress payments will be made in accordance with the progress estimate less: 1. Retainage per Section 1-09 9(1); 2. The amount of Progress Payments previously made, and 3. Funds withheld by the Contracting Agency for disbursement in accordance with the Contract Documents Progress payments for work performed shall not be evidence of acceptable performance or an admission by the Contracting Agency that any work has been satisfactorily completed The determination of payments under the contract will be final in accordance with Section 1-05.1 1-10 TEMPORARY TRAFFIC CONTROL 1-10.1(2) Description (May 25, 2006 APWA GSP) Revise the third paragraph to read: The Contractor shall provide signs and other traffic control devices not otherwise specified as being furnished by the Contracting Agency. The Contractor shall erect and maintain all construction signs, warning signs, detour signs, and other traffic control devices necessary to warn and protect the public at all times from injury or damage as a result of the Contractor's operations which may occur on highways, roads, streets, sidewalks, or paths. No work shall be done on or adjacent to any traveled way until all necessary signs and traffic control devices are in place Traffic Control Management (December 1, 2008) Section 1-10.2(1) is supplemented with the following: 84 Only training with WSDOT TCS card and WSDOT training curriculum is recognized in the State of Washington. The Traffic Control Supervisor shall be certified by one of the following: The Northwest Laborers -Employers Training Trust 27055 Ohio Ave. Kingston, WA 98346 (360) 297-3035 Evergreen Safety Council 401 Pontius Ave. N. Seattle, WA 98109 1-800-521-0778 or (206) 382-4090 The American Traffic Safety Services Association 15 Riverside Parkway, Suite 100 Fredericksburg, Virginia 22406-1022 Training Dept. Toll Free (877) 642-4637 Phone: (540) 368-1701 Measurement (August 2, 2004) Section 1-10.4(1) is supplemented with the following: The proposal contains the item "Project Temporary Traffic Control," lump sum. The provisions of Section 1-10.4(1) shall apply. DIVISION 6 STRUCTURES CONCRETE STRUCTURES Description Section 6-02.1 is supplemented with the following This work also includes: repairing and/or replacing spalled and delaminated concrete; jacking and supporting the ends of girders during the replacement of the existing pinned and expansion bearings; removing existing pinned and expansion bearings and replacing them with steel -reinforced elastometric bearing pads; applying a fiber -reinforced polymer strengthening system to damaged columns, bridge cleaning; and, miscellaneous work. Materials Section 6-02.2 is supplemented with the following: (BSP June 11, 2003) Rapid Cure Silicone Sealant Rapid cure silicone sealant shall be one of the following two products conforming to the following specifications: 85 Dow Corning 902 RCS Joint Sealant The joint sealant shall be a rapid cure, 100 percent silicone, low modulus, self leveling, cold applied, two part formulation, which is compatible with the surfaces to which it is applied. Rapid cure is defined as developing sufficient integrity within eight hours to accommodate both horizontal thermal movements and vertical movements at the joint. The joint sealant shall not be an acid cure sealant. The joint sealant shall conform to the following properties* As Applied Extrusion rate MIL S 8802 7 to 19 4 ounces/minute Specific gravity ASTM D 1475 1.25 to 1.35 Nonvolatile content 93 percent minimum As Installed (at 77F, 50 percent relative humidity, and 48 hours cure) Skin -over time Joint elongation Joint modulus 20 minutes maximum ASTM D 5329* 600 percent minimum ASTM D 5329* 3 to 12 psi at 100% elongation *Section 14 modified as follows: Pull Rate = two inches/minute Specimen joint size = 0.5 inches by 0.5 inches by 2 inches The primer shall be as recommended by the sealant manufacturer Watson Bowman Acme Two Part Silicone Sealant The joint sealant shall be a cold applied, low modulus, two part formulation. When properly mixed, the joint sealant shall cure within four hours to form a well bonded seal The joint sealant shall conform to the following properties: As Supplied (Each Component) Extrusion rate ASTM C 1183 12 to 37 cubic inches/minute Leveling ASTM C 639 Self leveling As Installed Tack free time ASTM C 679 60 minutes maximum Joint elongation ASTM D 53291 2 600 percent minimum Joint modulus (max.) ASTM D 53291 2 15 psi at 100% elongation Cure Evaluation ASTM D 5893 Pass at four hours maximum Ultimate elongation ASTM D 412 Die C1 1,000 percent minimum Ult. stress (max.) ASTM D 412 Die C1 25 psi at 150% elongation 86 Shore Hardness, 00 ASTM C 6611 Specific Gravity ASTM D 7921 40-80 1.20 - 1.40 'Seven day cure at 77F+3F and 50+5 percent relative humidity 2 Specimen joint size = 0.5 inches by 0.5 inches by 2 inches The Contractor shall deliver the joint sealant to the job site in the sealant manufacturer's original sealed container. Each container shall be marked with the sealant manufacturer's name and lot or batch number. Each lot or batch shall be accompanied by the manufacturer's Materials Safety Data Sheet (MSDS), and Certificate of Compliance, identifying the sealant manufacturer and the lot or batch number, and certifying that the materials conform to the specified requirements. The backer rod shall be closed cell expanded polyethylene foam as recommended by the sealant manufacturer and approved by the Engineer. The diameter of the backer rod shall be as recommended by the sealant manufacturer for the expansion joint opening at the time of installation. (June 26, 2000) Epoxy Crack Sealing Materials Epoxy sealing paste shall be a thixotropic compound. Epoxy injection resin shall be a moisture -insensitive, two -component material capable of restoring the structural integrity of a structure by structurally bonding cracks, delaminations and hollow planes. Resin formulations shall be hydrophilic with variable viscosity to allow full depth penetration in cracks having a width of 6 mils and greater. Epoxy injection resin, when mixed with the hardener in accordance with the manufacturer's written instructions, shall cure to a non -shrink solid material. The material shall have a normal curing time of less than 24 hours. Epoxy injection resin shall have the following physical properties: Solids Content, by weight (minimum) 98 percent Viscosity (maximum) at 77F (Brookfield) 700 cps Compressive Yield Strength (minimum) 12,000 psi Minimum Flexural Strength (ASTM D 790) 10,000 psi Bond Strength (minimum) 500 psi The Contractor shall submit a sample of the material of the epoxy sealing paste and epoxy injection resin to the Engineer together with sufficient directions and technical data for its use. The Contractor shall not begin epoxy crack sealing operations until receiving the Engineer's approval of the materials selected for use, with verification from the WSDOT Materials Laboratory that the materials meet the specified requirements. 87 The Contractor shall submit to the Engineer a copy of the Materials Safety Data Sheet (MSDS) for each type of epoxy sealing paste and epoxy injection resin (August 4, 2008) Bridge Deck Repair Material Bridge deck repair material shall be a pre-packaged bridge deck repair mix capable of achieving a cube compressive strength of 3,000 psi in six hours or less The maximum water soluble chloride ion (CI-) content, expressed as a percentage by dry mass of cement in the pre-packaged bridge deck repair mix, shall be 0 08, in accordance with ASTM C 1218 The pre-packaged bridge deck repair mix shall be one of the following products: Rapid Set DOT Mix CTS Cement Manufacturing Company 11065 Knott Avenue Suite A Cypress, CA 90630 (800) 929-3030 FAX. (714) 379-8270 www.ctscement.com URE-KOTE PF -60 Liquid Concrete, Inc. P. 0 Box 16782 Seattle, WA 98116 (800) 349-1922 FAX. (877) 349-1922 www.liquidconcrete.com Set 45 BASF Building Systems 889 Valley Park Drive Shakopee, MN 55379 (800) 433-9517 FAX. (952) 496-6062 www.buildinqsystems.basf.com MBT Thoroc 10-60 Rapid Mortar BASF Building Systems 889 Valley Park Drive Shakopee, MN 55379 (800) 433-9517 FAX: (952) 496-6062 www.buildinqsystems.basf.com Alternatively, the Contractor may propose use of a bridge deck repair material other than those specified above. If the Contractor proposes use of a bridge deck repair material not listed above, the Contractor shall submit a Request for Approval of Material (RAM) for the product to the Engineer, accompanied by samples from the lot or lots of pre-packaged mix. The Contractor shall furnish such samples as required by the Engineer, and the Contracting Agency will require up to 14 calendar days to test and evaluate the submittal for compressive strength and chloride ion content. 88 (*****) Elastometric Bearing Pads Materials for elastometric bearing pads shall be in accordance with Section 9-31 of the Standard Specifications. All steel for the upper and lower plates, including anchor bolts and pintles, shall be galvanized in accordance with ASTM A 123. (*****) Fiber Reinforced Polymer Concrete Strengthening System All materials shall meet the requirements of ASTM D3039 (1995a) and other applicable requirements as specified by the composite system manufacturer. Materials for this work item include: 1. Composite fabric: Primary glass or carbon fiber 2. Epoxy saturant/primer: System compatible epoxy matrix. 3. Primer/Filler: Thickened epoxy for protective seal coat, primer, and filling voids. 4. Finishes/Paint: If required, these shall be as approved by the Engineer. The composite system applicator shall provide other materials, as needed for the proper installation of the complete composite system, in conformance with these specifications (*****) Concrete Repair The concrete material used for this work shall meet the requirements of Section 9-20 Concrete Patching Material. Construction Requirements Section 6-02.3 is supplemented with the following: Expansion Joints Section 6-02.3(13) is supplemented with the following: Expansion Joint Modification (BSP June 26, 2000) Plans of Existing Bridge Expansion Joint Plans of the existing bridge(s), including expansion joint details, are available at the Project Engineer's Office for the prospective bidder's inspection. (BSP June 26, 2000) Joint Preparation and Installation Procedure The Contractor shall submit the sealant manufacturer's recommended joint preparation and installation procedure to the Engineer for approval. The Contractor shall not begin preparing the bridge expansion joints for installing the sealant until receiving the Engineer's approval of the joint preparation and installation procedure. (******) Placing Expansion Joint Sealant The Contractor shall have the services of a qualified sealant manufacturer's technical representative physically present at the job site to assist in assuring 89 the proper installation of the rapid cure silicone sealant, provide technical assistance for the use of the joint sealant, train the Contractor's personnel installing the joint sealant, and to observe and inspect the installation of at least the first complete joint. The Contractor may substitute one or more Contractor employees in place of the qualified sealant manufacturer's technical representative to perform the duties specified above, provided that the following requirements are satisfied 1 Each of the Contractor's employees substituting for the qualified sealant manufacturer's technical representative shall have received training from the sealant manufacturer in the proper use and installation of the sealant. 2. The Contractor has submitted to the Engineer a training certificate letter from the sealant manufacturer, signed by the sealant manufacturer employee who performed the training, with the names of the Contractor's employees trained, and the date of the training. The Contractor shall remove the existing strip seal glands and debris from the existing metal anchorages and shall properly dispose of these. The existing metal anchorages shall remain in place. The Contractor shall place the modified concrete overlay up to the back faces of the existing metal anchorages and shall prevent the modified concrete from adhering to the remaining exposed faces of the existing metal anchorages After placing the modified concrete overlay, the Contractor shall clean the existing metal anchorages of all dirt, grease, concrete, and other deleterious material The Contractor shall clean and prepare the surfaces that will be in contact with the joint sealant in accordance with the joint preparation procedure as approved by the Engineer, and as recommended by the sealant manufacturer's technical representative. All steel surfaces to be in contact with the joint sealant shall receive two-stage abrasive blasting surface preparation and compressed air cleaning, and shall be cleaned to an SSPC-SP10 condition If Dow Corning 902 RCS Joint Sealant is used, the Contractor shall apply the primer, as recommended by the sealant manufacturer, to all surfaces to be in contact with the joint sealant. The primer shall be dry to the touch prior to applying the joint sealant. After the cleaned and prepared joint has received the Engineer's approval for joint dimensions, alignment, and preparation, the Contractor shall prime the bridge expansion joint surfaces, place the backer rod, and place the rapid cure silicone sealant in accordance with the joint installation procedure as approved by the Engineer, and as recommended by the sealant manufacturer's technical representative. If the joint width at the time of installation is less than 3/8 inch or greater than three inches, the Contractor shall not proceed with the expansion joint modification until the installation procedure is revised as recommended by the 90 sealant manufacturer's technical representative and as approved by the Engineer. After installing the rapid cure silicone sealant, the Contractor shall flood the joint area with water and test the joint for leakage. If leakage is detected, the bridge expansion joint system shall be repaired by the Contractor, as recommended by the sealant manufacturer and approved by the Engineer, at no additional expense to the Contracting Agency. (June 26, 2000) Epoxy Crack Sealing The materials being used may be dermatetic. The Contractor's contact with and use of the materials shall conform to the requirements specified in the MSDS for each material, and all personnel shall be provided with appropriate clothing and protective garments. All materials shall be stored and protected from ignition sources as recommended by the material manufacturer. The cracks shall be cleaned of efflorescence, deteriorated concrete and other surface debris, by vacuuming, flushing, routing, sawing or other means as required Entry ports shall consist of tubes, tees or other valve devices as recommended by the resin manufacturer. The ports shall be placed at intervals along each crack in accordance with the manufacturer's written instructions for the resin being used. The holes for the entry ports shall be drilled with a hollow bit with an attached vacuum chuck to prevent concrete dust from becoming embedded in the crack. The exposed crack surfaces and the areas around the entry ports shall be sealed with epoxy sealing -paste and cured in accordance with the resin manufacturer's written instructions, to attain a seal capable of withstanding the applied injection pressures. The Contractor shall furnish the services of a factory trained technical representative to perform the epoxy crack sealing injection Injection shall be accomplished with a pressure or injection machine compatible with the resin selected for use and shall begin at the lowest port and continue until there is evidence of the resin at the entry port directly above and adjacent to the port being pumped. When material travel is indicated, the nozzle shall be moved to the port that shows resin. The previously pumped port shall be sealed. Injection shall continue until the crack is completely filled On wide cracks where resin travel between ports will be rapid, two or more ports may be pumped simultaneously. On exceptionally large cracks, a formulation (dependent upon crack width, ambient temperature, modulus requirements and other variables) of epoxy resin and fine sands shall be used as approved by the Engineer. After all ports have been pumped and the crack is full, the epoxy resin shall be cured without disturbance in accordance with the resin manufacturer's written instructions as necessary to ensure development of the full bond capacity of the material. After the epoxy has cured completely, the epoxy sealing paste and port stems shall be ground flush with the original surface of the concrete. 91 Cores shall be taken after the repair is completed to confirm penetration and bonding. These cores shall be submitted to the Engineer for testing in the WSDOT Materials Laboratory Falsework and Formwork Falsework and Formwork at Special Locations Section 6-02 3(17)C is supplemented with the following: (June 26, 2000) The Contractor shall obtain permission from the Railroad Company and the Washington Utilities and Transportation Commission for the Contractor's falsework openings over railroad tracks. The Contractor shall notify the Railroad Company at least 10 working days prior to erecting falsework over a track, and shall include the dimensions of the opening and the duration of the restricted clearance in the submittal (August 5, 2002) Placing Anchor Bolts Section 6-02.3(18) is supplemented with the following: Resin Bonded Anchors The Contractor shall submit item 1 and 2 to the Engineer for all resin bonded anchor systems. If the resin bonded anchor system and anchor diameter are not listed in the current WSDOT Qualified Products List, the Contractor shall also submit item 3 to the Engineer. 1 The resin manufacturer's written installation procedure for the anchors Resin bonding material used in overhead and horizontal application shall be specifically recommended by the resin manufacturer for those applications. 2 The manufacturer's certificate of compliance for the threaded anchor rod certifying that the anchor rod meets the requirements of this Special Provision 3. Test results by an independent laboratory certifying that the threaded anchor rod system meets the ultimate anchor tensile Toad capacity specified in Section 6-02.2 as supplemented in these Special Provisions. The tests shall be performed in accordance with ASTM E 488 The embedment depth of the anchors shall be as specified in the Plans If the embedment depth of the anchor is not specified in the Plans then the embedment depth shall be as specified in the table of minimum and maximum torque below The anchors shall be installed in accordance with the resin manufacturer's written procedure. Holes shall be drilled as specified in the Plans. Holes may be drilled with a rotary hammer drill when core drilling is not specified in the Plans. If holes are core 92 drilled, the sides of the holes shall be roughened with a rotary hammer drill after core drilling. Holes shall be prepared in accordance with the resin manufacturer's recommendations and shall meet the minimum requirements as specified herein Holes drilled into concrete shall be thoroughly cleaned of debris, dust, and laitance prior to installing the threaded rod and resin bonding material. Holes shall not have any standing liquid at the time of installation of the threaded anchor rod. Threaded anchors shall not be installed in submerged liquid environments unless specifically recommended by the resin manufacturer. The Contractor shall submit tests performed by an independent laboratory which certifies that anchors installed in a submerged environment meet the strength requirements specified in Section 6-02.2 as supplemented in these Special Provisions. The anchor nuts shall be tightened to the following torques when the embedment equals or exceeds the minimum embedment specified. Anchor Minimum Maximum Minimum Diameter (inch) Torque (ft -lbs) Torque (ft -lbs) Embedment (Inch) 3/8 12 18 3-3/8 1/2 22 35 4-1/2 5/8 55 80 5-5/8 3/4 106 140 6-3/4 7/8 165 190 7-7/8 1 195 225 9 1-1/4 370 525 11-1/4 When the anchor embedment depth is Tess than the minimum values specified, the anchor nuts shall be tightened to the torque values specified in the Plans, or as recommended by the resin bonded anchor system manufacturer and approved by the Engineer. Girder Jacking and Support General Requirements The Contractor shall sequence the jacking at the various locations in such a manner as to minimize the disruption to traffic. Coordinate jacking activities with the railroads and businesses affected. Maintain horizontal and vertical clearances to railroad tracks as required. Submit the jacking plan to the Engineer for review and approval at least three weeks prior to operations. Girder Jacking Requirements The Contractor shall jack the ends of the girders at the locations shown in the Plans. The Contractor shall observe the following requirements 1. The maximum vertical displacement, measured at centerline of bearing, shall not exceed one inch. 2. All girder ends shall be raised simultaneously. 93 3 The maximum distance from the face of the bent cap to the point of the girder Toad application shall not exceed that shown in the Plans 4. The minimum clearance between the face of the bent cap and the edge of the jack, or any cribbing used between the jack and the bottom of the girder, shall be as shown in the Plans. 5 The bearing pressure on the bottom of the girders shall not exceed 1800 psi. 6 The jacking shall cause no lateral or longitudinal displacement of the girders. 7. Traffic shall not be allowed on the bridge during jacking operations and shall be detoured as described in the Plans. Traffic shall only be detoured between 10:00 p.m. and 5:00 a m 8. The capacity of the jacks used shall be sufficient for girder reactions of 70 tons each 9. Temporary asphalt ramps shall be provided across expansion joints where only one side of the joint is raised Girder Support Requirements The Contractor shall refer to Section 6-02.3(17) of the Standard Specifications, except as modified herein. The second sentence of the first paragraph of Section 6-02 3(17)A is rewritten as follows The minimum total design Toad for any falsework shall not be less than 100 lbs/sf, or that which is shown in the Plans, for combined live and dead load regardless of Structure thickness (*****) Pinned and Expansion Bearing Replacement Existing Bearing Removal The Contractor shall remove the existing bearing plates, grout pads, Fabco pads, and pintles as shown in the Plans. The grout pads shall be removed to the level shown in the Plans and replaced with new grout to the top of the existing cap All removed material shall be properly disposed of New Bearing Assembly Installation The Contractor shall install the new pinned and expansion bearing assemblies at the locations shown in the Plans. Care shall be taken to ensure proper positioning of the bearing assemblies with respect to the existing embedded steel plates in the bottom of the concrete girders. Any required girder repair, as shown in the Plans, shall be completed before installing the new bearing assemblies Drilled holes for epoxy -grouted anchors, both in the caps and girder bottom flanges, shall be located so to avoid existing reinforcing steel. These holes shall also be located so to meet the edge distance requirements of the steel plates through which they pass. (*****) Fiber Reinforced Polymer Concrete Strengthening System Execution of Work 94 The work described under this specification shall be performed by an applicator with proven past experience applying the approved composite system for a minimum of 20 projects with at least 200 elements strengthened. The Contractor shall supply the names of at least three individuals who have been certified and trained by the FRP system manufacturer and who will be on site during all phases of the project. The Engineer shall approve or reject the personnel qualifications as submitted. The Engineer may suspend the work if the Contractor substitutes unauthorized personnel for authorized personnel during construction. The composite system applicator shall submit a written description of the proposed epoxy, including VOC levels, and a complete written description of the application procedures for review by the Engineer. The applicator company must be certified by the composite system manufacturer/supplier in writing and provide a quality control procedure in accordance with this specification. Submittals The Contractor's submittal shall include all of the following items: 1. Design and working drawings which include the following: a. Stamped and signed structural calculations and drawings by a Civil or Structural Engineer licensed to practice in the State of Washington. b. Working drawings detailing the type, locations, dimensions, numbers of layers, and orientation of all FRP materials and coatings to be installed. c. A list of two different qualified testing laboratories that can perform the required materials testing 2. Product Information: a. An approved ICC Evaluation Report for the proposed composite system. The report shall be compliant with the -2006 IBC, and shall reference the type of strengthening being proposed on the project. b. Properties of the composite materials as determined by independent laboratory testing in accordance with ASTM 3039 (tensile modulus, stress, and strain). c. Large-scale structural testing on similar sections. d. Installation procedures, maintenance instructions, and general recommendations regarding each material to be used. e. Manufacturer's Material Safety Data Sheets (MSDS) for all materials to be used. f. Manufacturer's product data sheet indicating physical, mechanical, and chemical characteristics of all materials used in the FRP system. g. Written verification from the manufacturer that their applicator has received the required certifications and training. h. Certification by the manufacturer that the products supplied comply with local regulations controlling use of volatile organic compounds (VOC's). Performance Design the composite system to achieve the structural performance shown on the structural drawings in accordance with AASHTO LRFD Bridge Design 95 Specifications, 2007 edition, for strength and serviceability requirements, using LRFD load factors and strength reduction factors, with modifications and additional reduction factors for FRP reinforcement according to ACI -440.2R-02. Calculations shall be based on the design modulus and associated area of the composite to be installed. FRP design values shall be lower than the calculated mean determined from the test results received from the ASTM D3039 test specimens, as described in this specification. Product Delivery, Storage, And Handling 1. The Applicator shall deliver the epoxy materials in factory -sealed containers with the manufacturer's labels intact and legible, with verification of date of manufacture and shelf life. 2. The Contractor shall provide the Applicator a dry and heated area of at least 300 square feet for material and equipment storage. This area shall be near as possible to the expected location of work. 3. The materials shall be stored in a protected area at a temperature between 40° F and 100° F and shall avoid contact with moisture. 4. Material safety data sheets (MSDS) for all FRP constituent materials and components shall be accessible at the job site. Excavation Around Columns The Contractor shall excavate the area around the columns to the top of the column footing and replace the excavated material, as directed by the Engineer, after installation of the composite system The excavation shall provide a minimum of 24 inches of clearance around the perimeter of the damaged column for the installation of the composite system The Contractor shall stockpile the excavated material in accordance with Section 2-09 3(1)E of the Standard Specifications The Contractor shall shore the excavation in accordance with Section 2-09.3(4) of the Standard Specifications Surface Preparation The surface to receive the composite shall be free from fins, sharp edges, and protrusions that will cause voids behind the installed encasement, or that, in the opinion of the Engineer, will damage the fibers. Existing uneven surfaces to receive composite shall be filled with the system epoxy filler or other material approved by the Engineer. The contact surfaces shall have no free moisture on them at the time of application. If moisture is present, use the manufacturer suggested wet prime epoxy, if available The Applicator shall repair all damaged concrete, spalls, and irregular surfaces to a smooth finish Sack, or fill with thickened epoxy, surfaces as necessary to eliminate large air surface voids greater than 0.50 inch diameter. Well adhered paint and concrete do not require removal. Procedures For Application 1. Preparation work for project: Visit site to insure that all patch work is complete and cured Review project specifications in detail. 96 2. Provide a 110 -volt power supply and lighting near the expected work areas. 3. Verify ambient concrete temperatures. No work shall proceed if the temperature of the concrete surface being repaired is Tess than 40° F or greater than 100° F at the time of mixing or as specified on the component labels. When air temperature is outside the prescribed range, other measures must be employed to ensure components' temperature is maintained within this range. 4. Prepare the epoxy matrix by combining components at a weight ratio specified by the system manufacturer, with an allowable tolerance of ± 10%. The components of epoxy resin shall be mixed with a mechanical mixer until uniformly mixed, typically 5 minutes at 400-600 rpm. Components that have exceeded their shelf life, as designated on the material label, shall not be used. 5. Both epoxy resin and fabric shall be measured accurately, combined, and deposited uniformly at the rates shown on the approved working drawings and per manufacturer's recommendations. The composite system shall be comprised of fibers completely saturated with epoxy resin per the proper ratio. 6. Fabric Sampling Procedure (12"x12" or as required): From a standard epoxy mix, saturate fabric according to specified fiber -resin ratio. On a smooth, flat, level surface covered with polyethylene sheeting or 16 mil plastic film, prime with epoxy resin. Prepare sample by placing two layers of saturated fabric with primary fibers oriented in the same direction. Apply additional topping of epoxy. Cover with plastic film and squeegee out all bubbles Samples shall be stored in a sample box and not moved for a minimum of 48 hours after casting. The prepared and identified samples shall be given to a pre -approved testing laboratory from the submitted list. 7. Installation Procedures: a. Prepare surface as required. b. Remove dust and debris from surface per specification. c. Clean up and protect area adjacent to element. d. Using a roller or trowel, apply one prime coat of thickened epoxy resin to the concrete surface (2 mil min.). Allow primer to become tacky to the touch e. Saturate fabric with epoxy matrix through properly set saturator. f. Apply saturated fabric to concrete surface by hand lay-up, using methods that produce a uniform, constant tensile force that is distributed across the entire width of fabric. Under certain application conditions, the system may be placed entirely by hand methods assuring a uniform and even final appearance. Gaps between composite bands may not exceed one-half inch in width in the fabric's transverse joint unless otherwise noted on project drawings. A lap length of at least 6" is required at all necessary overlaps in the longitudinal direction of the fabric. 97 g Apply subsequent layers, continuously or spliced, until designed number of layers is achieved h. Using a roller or hand pressure, insure proper orientation of fibers. Release or roll out entrapped air, and ensure that each individual layer is firmly bedded and adhered to the preceding layer or substrate. i. Apply a final coat of thickened epoxy. Detail all fabric edges, including butt splice, termination points, and jacket edges with epoxy. j Use finish system, if required, as directed by manufacturer Paint as specified between 24 and 72 hours after final application of epoxy. If after 72 hours, the epoxy is cured, the surface must be roughened by sanding or brush blasting. k. System may incorporate structural fasteners, but limitations and detailing must be verified with composite system manufacturer. Procedure Modifications Installation procedures may be modified to achieve maximum results, subject to approval by the Engineer. Procedure modifications shall be discussed with the Engineer prior to implementing the modifications. Field Quality Control The field quality control procedures shall be in accordance with the following details in addition to ICC AC178, "Acceptance Criteria for Inspection and Verification of Concrete and Reinforced and Unreinforced Masonry Strengthening Using Fiber Reinforced Polymer Composite Systems". 1 Installers Record batch numbers for fabric and epoxy used each day and note locations of installation. Measure square footage of fabric and volume of epoxy used each day. Complete report and submit to Engineer and system manufacturer 2 Inspection Certified Special Inspector, approved by the Engineer, shall periodically observe all aspects of preparation, mixing, and application of materials including the following: a. Material container labels b Surface preparation c Mixing of epoxy d Application of epoxy to the fiber e. Application of composite system f. Curing of composite material g Preparation of test specimens The Applicator shall monitor the mixing of all epoxy components for proper ratio and adherence to manufacturer's recommendations. 3. Laboratory Testing Record lot number of fabric and resin used, along with locations of installation. A "sample batch" shall consist of two 12"x12" samples of cured composite. A minimum of two sample batches shall be made daily. The two sample batches will be taken at appropriate times during the day, so as to ensure the maximum material deviance in the components of the composite. The testing laboratory shall precondition samples for 48 hours at 1400 F before testing. Samples shall be tested, at random, at owner's discretion and cost. 98 Tested samples shall be tested per ASTM D3039. The 12"x12" panel shall have 5 coupons measuring 3/4" x 9", removed and tested for their material properties in the longitudinal (primary fiber) direction. Tests shall conform to ASTM procedures and manufacturer's published testing methods. Only pre -qualified testing laboratories shall be used. Testing results shall be made available within three weeks of sample submission. The testing shall provide average values for the following: a. Ultimate tensile strength b. Tensile modulus c. Percent elongation Fifteen percent of all sample batches are suggested to be tested. If one 12"x12" sample fails on average, specimens from the same sample batch will be tested. If these specimens also fail, the other 12"x12" panel from the same sample batch will be tested. In the extreme case that this sample also fails, the remaining sample batch for that day will be tested, and appropriate remedial measures will be taken to ensure the integrity of the system from the failed sample batch. In addition, 25% of the remaining sample batches will then be tested by the same criteria 4. Repairs: All defects, including bubbles, delaminations, and fabric tears, spanning more than 5% of the surface area, or as specified by the owner or Engineer, shall be repaired. Two types of repairs shall be performed: a. Small defects (on the order of 3" in diameter) shall be injected or back filled with epoxy. b. Large defects shall be repaired as required by the Engineer. Remedial Measures: In the event that material testing determines a sample batch to possess insufficient material properties, remedial measures shall be taken. For any structural member where the installed composite system has material properties determined to be below the minimum specified values, additional layers shall be installed until the final composite thickness is increased by the same percentage as the deficiency of the material's elastic modulus. Concrete Repair The spalled and delaminated concrete at various locations as detailed in the Plans shall be removed and replaced. Prior to placing new concrete, the rebar or exposed strands shall be cleaned or replaced. Bridge Cleaning At various locations as detailed in the Plans, the existing concrete buildup and debris shall be removed. (*****) Miscellaneous Work — Force Account 99 This work shall consist of replacing fill beneath the west concrete slope, repairing bridge rails, rail posts and other work as deemed necessary by the Engineer Measurement Section 6-02.4 is supplemented with the following: (BSP June 26, 2000) Expansion joint modification will be measured by the linear foot of expansion joint modified along its completed line and slope. (June 26, 2000) Epoxy crack sealing will be measured by the linear foot along the sealed crack at the concrete surface. (*****) No specific unit of measurement will apply to the lump sum item of "Girder Jacking and Support". (June 26, 2000) Elastomeric bearing pad - superstr. will be measured per each for each pinned and expansion bearing assembly furnished and installed. (*****) Bonded FRP for columns will be measured by the square foot. The measurement will be of the actual concrete surface of the strengthened area and will not include the number of layers required and the required overlap. (*****) Concrete repair will be measured by the square foot. (*****) No specific unit of measurement will apply to the force account item of "Bridge Cleaning" (*****) No specific unit of measurement will apply to the force account item of "Miscellaneous Work — Force Account" Payment Section 6-02 5 is supplemented with the following: (BSP June 26, 2000) "Expansion Joint Modification", per linear foot. (June 26, 2000) "Epoxy Crack Sealing", per linear foot. (*****) Except for detouring traffic, the lump sum contract price for "Girder Jacking and Support" shall be full payment for performing the work as specified. All costs associated with detouring traffic shall be included in the lump sum contract price for "Project Temporary Traffic Control." 100 (June 26, 2000) The unit contract price per each for "Elastomeric Bearing Pad- Superstr." will be full payment for the removal and replacement of all existing pinned and expansion bearing assemblies as described in this specification. "Bonded FRP for Columns", per square foot. The per square foot unit cost for "Bonded FRP for Columns" shall be full pay for all costs associated with preparing the concrete surfaces (excluding epoxy injection of cracks), installing the FRP concrete strengthening system, and preparing the required test specimens. (*****) "Concrete Repair", per square foot. (*****) "Bridge Cleaning", by force account. All costs for cleaning the bridge as approved by the Engineer will be paid for by force account as specified in Section 1-09.6. To provide a common Proposal for all Bidders, the City has estimated the amount of force account for "Bridge Cleaning" and has entered the amount in the Proposal to become a part of the total Bid by the Contractor. (*****) "Miscellaneous Work — Force Account", by force account. All costs for miscellaneous work — force account as approved by the Engineer will be paid for by force account as specified in Section 1-09.6. To provide a common Proposal for all Bidders, the City has estimated the amount of force account for "Miscellaneous Work — Force Account" and has entered the amount in the Proposal to become a part of the total Bid by the Contractor MODIFIED CONCRETE OVERLAYS Description Section 6-09.1 is supplemented with the following: This work shall also consist of removing the existing concrete overlay, prior to the placement of the new modified concrete overlay. Materials Section 6-09.2 is supplemented with the following (BSP September 9, 2002) Special Materials for Rapid Set Latex Modified Concrete Cement shall be Rapid Set Cement as manufactured by CTS Cement Manufacturing Company of Cypress, CA at (800) 929-3030. The material shall be of recent manufacture (within the past 12 months) and shall be free of lumps. Latex admixture shall be DOW Modifier A as manufactured by DOW Chemical Company of Midland, MI at (800) 447-4369, conforming to the material properties specified in Section 6-09.2 for latex admixture. 101 Food grade citric acid may be used as a retarder admixture. Construction Requirements Equipment Mobile Mixer for Latex Modified Concrete Section 6-09.3(1)H is supplemented with the following: (BSP September 9, 2002) The capacity of the mobile mixer and bulk material handling systems for rapid set latex modified concrete shall be six cubic yards per hour, minimum. Concrete Overlay Mixes Section 6-09.3(3) is supplemented with the following. (BSP September 9, 2002) Rapid Set Latex Modified Concrete The Contractor shall use rapid set latex modified concrete for the total concrete overlay operation, in accordance with the following mix design. Use of latex modified concrete (LMC), fly ash modified concrete (FMC) or microsilica modified concrete (MMC) will not be allowed. Rapid set latex modified concrete shall be a workable mix, uniform in composition and consistency. Mix proportions per cubic yard shall be as follows: Rapid Set Cement 658 LB. DOW Modifier A Latex Admixture 208 LB Fine Aggregate 1,700 LB Coarse Aggregate 1,300 LB Water 162 LB Air 4 to 7 percent The moisture content and water limit specifications for latex modified concrete in Section 6-09.3(3)E shall also apply Further Deck Preparation Deck Repair Preparation Section 6-09.3(6)B is supplemented with the following. The Contractor shall chain drag the deck after scarifying to identify any delaminated areas. All identified delaminated areas shall be removed by the Contractor, as directed by the Engineer. The Contractor shall not remove the bottom two inches of the existing concrete deck, unless otherwise directed by the Engineer. If, for any reason, this requirement is not met and the existing concrete bridge deck is punctured by the removal operations, the Contractor shall form the bottom surface prior to placing the patching concrete. The Contractor shall submit the method and materials to be used for such forming to the Engineer for approval in accordance with Section 6-02.3(16) 102 Placing Deck Repair Concrete Section 6-09.3(6)C is supplemented with the following: (BSP September 9, 2002) Patching concrete for bridge decks receiving rapid set latex modified concrete overlay shall be rapid set latex modified concrete only. Concrete Class M shall not be used. Quality Assurance Section 6-09.3(8) is supplemented with the following: Quality assurance for all rapid set latex modified concrete work shall conform to Section 6-09.3(8)B, and the following: The Contractor shall make arrangements to have a qualified technical representative of CTS Cement Manufacturing Company present at the bridge site throughout all rapid set latex modified concrete overlay work, including surface preparation, mixing, placing, screeding, and curing. The qualified technical representative shall be an employee of CTS Cement Manufacturing Company. The Contractor shall submit the name, current phone number, and experience qualifications of the qualified technical representative of CTS Cement Manufacturing Company to the Engineer for approval, along with the other submittals specified in Section 6-09.3(2). The submittal shall include a listing of the rapid set latex modified concrete overlay project on which the individual has served as a qualified technical representative, and shall include a description of the project, the name of the project's Owner or Contracting Agency, and the name and current phone number of the project's Owner's or Contracting Agency's contact person. The Contractor shall not begin rapid set latex modified concrete operations until receiving the Engineer's approval of the qualified technical representative submittal. All recommendations made by the qualified technical representative, and approved by the Engineer, shall be adhered to by the Contractor. (BSP September 9, 2002) Rapid Set Latex Modified Concrete Trial Overlay The Contractor shall place a trial overlay of rapid set latex modified concrete using the equipment selected by the Contractor and the production mix and procedure specified in Section 6-09.3 as supplemented in these Special Provisions. The Contractor shall notify the Engineer of the time and location of the trial overlay at least seven calendar days prior to the scheduled trial overlay. The trial overlay shall be placed on a previously cast and cured concrete pad at a location selected by the Contractor. The plan area of the concrete pad shall be 12 feet minimum in width and 15 feet minimum in length. 103 The Contractor shall clean the concrete pad surface, mix, place, finish, and cure the rapid set latex modified concrete overlay, and check the trial overlay for bond, in accordance with Section 6-09.3 as supplemented in these Special Provisions, except as otherwise noted. The Contractor need not scarify the concrete surface and perform further deck preparation on the concrete pad surface provided that all other conditions of Section 6-09.3(7) are satisfied. The trial overlay shall be 12 feet wide, 15 feet long, and 1'/z inches thick. The Contractor shall not begin construction operations at the bridge site receiving the rapid set latex modified concrete overlay until receiving the Engineer's approval of the completed trial overlay. After receiving the Engineer's approval of the completed trial overlay, the concrete pad and trial overlay shall become the Contractor's property and shall be removed and disposed of in accordance with Section 2-02 3 Mixing Concrete for Concrete Overlay Section 6-09.3(9) is supplemented with the following: (BSP September 9, 2002) Mixing of concrete for rapid set latex modified concrete work shall conform to Section 6-09.3(9)B, and the following: If food grade citric acid is used as a retarder, it shall be mixed into a solution with water. The solution shall not be added directly to the latex admixture. The solution shall be added to a separate admixture tank for dispensing into the rapid set latex modified overlay mix Placing Concrete Overlay Section 6-09 3(11) is supplemented with the following (BSP September 9, 2002) Placing Rapid Set Latex Modified Concrete Overlay Placing rapid set latex modified concrete overlay shall conform to all requirements of this section, including those specific for latex modified concrete overlay, except as otherwise noted. After the lane or strip to be overlaid with rapid set latex modified concrete overlay has been prepared and immediately before placing the concrete, it shall be thoroughly soaked and kept continuously wet with water for a minimum period of two hours prior to placement of the concrete. The allowable temperature range of the concrete deck receiving the rapid set latex modified concrete shall be between 45F and 70F The Contractor shall conform to the transverse bulkhead placement requirements whenever rapid set latex modified concrete placement is stopped for a period of 20 minutes or more. Further placement is permitted only after a period of 24 hours unless a gap is left in the lane or strip. Rapid set latex modified concrete shall not be placed against the edge of an adjacent lane or strip that is less than four hours old. 104 Finishing Concrete Overlay Section 6-09.3(12) is supplemented with the following: (BSP September 9, 2002) Neither latex admixture nor water shall be applied to the surface of the rapid set latex modified concrete overlay to assist in finishing the top surface. Curing Concrete Overlay Section 6-09.3(13) is supplemented with the following: (BSP September 9, 2002) Special Curing Requirements For Rapid Set Latex Modified Concrete Once in place the burlap shall be lightly fog sprayed with water. A separate layer of white, reflective type polyethylene sheeting shall immediately be placed over the wet burlap The concrete shall then be wet cured by keeping the burlap wet until the concrete reaches the specified minimum compressive strength for traffic load of 3,000 psi. Upon reaching the specified minimum compressive strength for traffic load, the polyethylene sheeting shall be removed and the bridge opened to traffic. Checking For Bond Section 6-09.3(14) is supplemented with the following: (BSP April 7, 2008) For this project, after the requirements for curing have been met, the entire overlaid surface shall be sounded by the Contractor, in a manner approved by and in the presence of the Engineer, to ensure total bond of the concrete to the bridge deck. Concrete in unbonded areas shall be removed and replaced by the Contractor with the same modified concrete as used in the overlay at no additional expense to the Contracting Agency. All cracks, except those that are significant enough to require removal, shall be thoroughly filled and sealed as specified in Section 6-09.3(12). (*****) Removing Existing Concrete Overlay Work Sequencing The Contractor shall remove one-half of the existing overlay at a time, as shown in the Plans. The second half of the existing overlay shall not be removed until the new modified concrete overlay on the first half of the bridge deck is open to traffic. Equipment Section 6-09 3(5) E is rewritten as follows: The entire concrete surface of the bridge deck shall be scarified to a maximum depth of one inch. Where rotary milling machines are allowed for deck scarification, the maximum removal depth per pass shall be 1/2 -inch. The operating parameters of the rotary milling machine shall be monitored in order to prevent the unnecessary removal of sound concrete below the %-inch maximum removal depth per pass 105 The Contractor shall use rotary milling machines, in accordance with Sections 6-09 3(1)B of the Standard Specifications, for all removal that is no closer than two feet from existing expansion joints, as shown in the Plans. For removal within two feet from existing expansion joints and other areas not accessible with rotary milling machines, the Contractor shall use power -driven hand tools, in accordance with Section 6-09 3(1)A of the Standard Specifications, or other methods approved by the Engineer. Removal At Existing Expansion Joints The Contractor shall not damage or loosen the existing metal anchorages, as shown in the Plans. The Contractor shall repair or replace, to the satisfaction of the Engineer and at no cost to the City, any damaged or loosened metal anchorages. Measurement Section 6-09.4 is supplemented with the following. (BSP September 9, 2002) All specifications for measurement and waste of latex modified concrete shall also apply to rapid set latex modified concrete. Removing existing concrete overlay will be measured by the square yard of surface of area of existing overlay removed No deduction will be made for existing expansion joints. Payment Section 6-09.5 is supplemented with the following: (BSP September 9, 2002) All 'costs in connection with providing the services of the qualified technical representative of CTS Cement Manufacturing Company shall be included in the unit contract price per cubic foot for "Modified Conc. Overlay" (BSP September 9, 2002) "Rapid Set Latex Modified Concrete Trial Overlay", lump sum The lump sum contract price for "Rapid Set Latex Modified Concrete Trial Overlay" will be full payment for performing the work as specified, including establishing a location for the trial overlay, and construction, removal, and disposal of the concrete pad and trial overlay. (*****) "Removing Existing Concrete Overlay", per square yard The unit contract price per square yard for "Removing Existing Concrete Overlay" will be full pay for performing the work as specified. 106 DIVISION 8 MISCELLANEOUS CONSTRUCTION 8-01 EROSION CONTROL AND WATER POLLUTION CONTROL 8-01.3 Construction Requirements 8-01.3(1) General Section 8-01.3(1) is supplemented with the following: (April 3, 2006) Erodible Soil Eastern Washington The eighth paragraph of Section 8-01.3(1) is revised to read: Erodible soil not being worked whether at final grade or not, shall be covered within the following time period using an approved soil cover practice, unless authorized by the Engineer: July 1 through September 30 October 1 through June 30 STANDARD PLANS April 13, 2009 30 days 15 days The State of Washington Standard Plans for Road, Bridge and Municipal Construction M21-01 transmitted under Publications Transmittal No. PT 09-013, effective April 6, 2009 is made a part of this contract. The Standard Plans are revised as follows All Standard Plans All references in the Standard Plans to "Asphalt Concrete Pavement" shall be revised to read "Hot Mix Asphalt". All references in the Standard Plans to the abbreviation "ACP" shall be revised to read "HMA". B-10.20 and B10.40 Substitute "step" in lieu of "handhold" on plan C -lb In the ANCHOR POST ASSEMBLY, the above ground 7 1/2" long bolt connecting the Wood Breakaway Post to the Foundation Tube is revised to 10" long. C -2r DELETED C -2s DELETED C -2t 107 DELETED C-3, C -3B, C -3C Note 1 is revised as follows: replace reference F -2b with F-10.42 C -4a DELETED C-5 In the A CONNECTION, "Type 3 transition pay limit" is revised to "transition pay limit". C-10 (sheet 2 of 2) COVER PLATE DETAIL, dimension of the 1" dia. holes, changes from 8" to 3" C-11 c DELETED F-40.12 through F-40.18 The following note is added to these five plans: Note 7. To the maximum extent feasible, the ramp cross slope shall not exceed 2% G -9a DELETED J -6f DELETED J -6q DELETED J -6h DELETED J-11 a DELETED J-11 c DELETED J -15a DELETED J -15b DELETED K-80.30-00 In the NARROW BASE, END view, the reference to Std. Plan C -8e is revised to Std Plan K-80 35 L-20.10-00, Sheet 1 108 Delete all references to tension cable and substitute tension wire Add knuckled selvage is required on the top edge of the fence fabric. L-20.10-00, Sheet 2 Delete all references to tension cable and substitute tension wire. All rope thimbles, wire rope clips and seizing are not required. L-30.10-00, Sheet 1 Delete all references to tension cable and substitute tension wire. L-30.10-00, Sheet 2 Delete all references to tension cable and substitute tension wire. All rope thimbles, wire rope clips and seizing are not required. M-1.60 COLLECTOR DISTRIBUTOR ROAD OFF- CONNECTION, taper dimensions of 225' MIN. is changed to 300' MIN. The following are the Standard Plan numbers applicable at the time this project was advertised. The date shown with each plan number is the publication approval date shown in the lower right-hand corner of that plan. Standard Plans showing different dates shall not be used in this contract. A-10.10-00 ......8/07/07 A-30 30-00.. . .11/08/07 A-50.20-00.....11/17/08 A-10.20-00 10/05/07 A-30 35-00.....10/12/07 A-50.30-00.....11/17/08 A-10.30-00 10/05/07 A-40.10-00 10/05/07 A-50.40-00.....11/17/08 A-20.10-00 8/31/07 A-40.20-00......9/20/07 A-60.10-00 10/05/07 A-30 10-00 11/08/07 A-40.50-00 11/08/07 A-60.20-00 10/05/07 A-30 15-00.... .11/08/07 A-50.10-00.....11/17/08 A-60.30-00 11/08/07 A-60.40-00.....8/31 /07 B-5.20-00 6/01/06 B-30 50-00...... 6/01/06 B-75.20-01.....6/10/08 B-5.40-00. 6/01/06 B-30.70-01 8/31/07 B-75.50-01 6/10/08 B-5.60-00 6/01/06 B-30.80-00 6/08/06 B-75.60-00 6/08/06 B-10.20-00 6/01/06 B-30.90-01 9/20/07 B-80.20-00 6/08/06 B-10.40-00 6/01/06 B-35 20-00 6/08/06 B-80.40-00 6/01/06 B-10.60-00 6/08/06 B-35 40-00 6/08/06 B-82.20-00 6/01/06 B-15.20-00 6/01/06 B-40.20-00 6/01/06 B-85.10-01 6/10/08 B-15.40-00 . 6/01/06 B-40.40-00 6/01/06 B-85.20-00 6/01/06 B-15.60-00 6/01/06 B-45.20-00 6/01/06 B-85.30-00 6/01/06 B-20.20-01 11/21/06 B-45.40-00 6/01/06 B-85.40-00 6/08/06 B-20.40-02 6/10/08 B-50.20-00 6/01/06 B-85 50-01 6/10/08 B-20.60-02 6/10/08 B-55.20-00 6/01/06 B-90.10-00 6/08/06 B-25.20-00 6/08/06 B-60.20-00 6/08/06 B-90.20-00 6/08/06 B-25.60-00 6/01/06 B-60.40-00 6/01/06 B-90.30-00 6/08/06 B-30.10-00 6/08/06 B-65.20-00.......6/01 /06 B-90.40-00 6/08/06 B-30.20-01 11/21/06 B-65.40-00.......6/01 /06 B-90.50-00 6/08/06 B-30.30-00 6/01/06 B-70.20-00.......6/01 /06 B-95.20-01 2/03/09 B-30.40-00 6/01/06 B-70.60-00 6/01/06 B-95.40-00 6/08/06 C-1 2/10/09 C -4e ..... 2/20/03 C -14i 2/10/09 C -la 2/10/09 C -4f 6/30/04 C -14j 12/02/03 C -lb 10/31/03 C-5 10/31/03 C -14k 2/10/09 109 C-1 c... ..... ..5/30/97 C-6 5/30/97 C-1 d......... ..10/31 /03 C -6a 3/14/97 C-2...... . 1/06/00 C -6c .... ..1/06/00 C -2a.. 6/21/06 C -6d ..5/30/97 C -2b 6/21/06 C -6f 7/25/97 .6/21/06 C-7 10/31/03 6/21/06 C -7a 10/31/03 6/21/06 C-8 .. 2/10/09 C -8a.. 7/25/97 C -8b... 2/10/09 C -8e 2/21 /07 C -2c C -2d. C -2e C -2f.... ........ 3/14/97 C -2g. ...... .7/27/01 C -2 h . ...... ..3/28/97 C -2i 3/28/97 C -2j. 6/12/98 C -2k.. 7/27/01 C -2n. .7/27/01 C -2o. .7/13/01 C-2 p.......... 10/31/03 C-3 . 10/04/05 C -3a. 10/04/05 C -3b .10/04/05 C -3c. ..6/21/06 C-4 . ... .. 2/21/07 C -4b .. 6/08/06 D-2.02-00 . .11/10/05 D-2.04-0011/10/05 D-2 06-01.... . 1/06/09 D-2.08-00 11 /10/05 D-2 10-00 . 11/10/05 D-2 12-00 ..... 11/10/05 D-2 14-00 _11/10/05 D-2.16-00 11 /10/05 D-2 18-00.... 11/10/05 D-2.20-00 ... 11/10/05 D-2.30-00 . 11/10/05 D-2 32-00. . 11/10/05 D-2.34-01 1 /06/09 D-2.36-02 . 1 /06/09 D-2 38-00... _11/10/05 D-2 40-00 . 11/10/05 D-2.42-00 11/10/05 E-1 2/21/07 E-2.... . 5/29/98 F-10.12-00 ....12/20/06 F-10.16-00. ....12/20/06 F-10 40-017/3/08 F-10.42-00 1/23/07 F-10.62-01 9/05/07 F-10.64-02 7/3/08 C -8f .. 6/30/04 C-10.. .. 7/31 /98 C-13 7/3/08 C -13a 7/3/08 C -13b .7/3/08 C -13c 7/3/08 C -14a. 7/3/08 C -14b 7/26/02 C -14c. ..7/3/08 C -14d .. 7/3/08 C -14e . 7/3/08 C -14h.. . ..2/10/09 D-2.44-00 ....11/10/05 D-2.46-00.. ..... 11/10/05 D-2.48-00 . .11/10/05 D-2 60-00 . . .11/10/05 D-2 62-00 11/10/05 D-2.64-01....1/06/09 D-2 66-00 . .11/10/05 D-2.68-00. 11/10/05 D-2.78-00 .. 11/10/05 D-2.80-00 .. . 11/10/05 D-2.82-00....11/10/05 D-2 84-00 .. 11/10/05 D-2.86-00... .. .11/10/05 D-2.88-00 11 /10/05 D-2.92-00 . 11 /10/05 D-3 .. . . 7/13/05 D3a ..12/02/08 E-4 8/27/03 E -4a 8/27/03 F-30.10-00 F-40.10-01 F-40.12-00 F-40.14-00 F-40.15-00 F-40.16-00 C -15a ..... .. ...7/3/08 C -15b 7/3/08 C - 16a 11/08/05 C - 16b 11/08/05 C-20.14-00 2/06/07 C-20.40-00 2/06/07 C-20.42-00 2/03/09 C-22.14-00.... 2/03/09 C-22.16-002/03/09 C-22.40-01 10/05/07 C-23.60-00 2/06/07 C-25.18-01 9/20/07 C-25.20-032/03/09 C-25.22-02 2/03/09 C-25.26-00 .... 2/03/09 C-25.80-017/3/08 C-28.40-00 ... . 2/06/07 C-40.14-00 2/03/09 C-40.16-00 ... 2/03/09 C-40.18.00.... 2/03/09 C-90.10-007/3/08 D -3b 6/30/04 D -3c 6/30/04 D-4 12/11/98 D-6.. . . 6/19/98 D-10 10-01. 12/02/08 D-10.15-01. 12/02/08 D-10 20-00.. .. 7/8/08 D-10 25-00..... 7/8/08 D-10.30-00....7/8/08 D-10.35-00..... 7/8/08 D-10.40-01 ...12/02/08 D-10.45-01 .. 12/02/08 D-15.10-01 12/02/08 D-15.20-01. 1/06/09 D-15.30-01 12/02/08 ....1/23/07 F-40.18-00 .. ..2/07/07 10/05/07 F-40.20-00 10/05/07 .. .2/07/07 F-42.10-0010/05/07 2/07/07 F-80.10-00.... ..1/23/07 ..2/07/07 .....2/07/07 110 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 G-10.10-00.......9/20/07 G-24.60-00 11/08/07 G-70.20-00 10/5/07 G-20.10-00 9/20/07 G-25.10-01 1/06/09 G-70.30-00 10/5/07 G-22.10-01 7/3/08 G-30.10-00 11/08/07 G-90.10-00 ....1/06/09 G-24.10-00... ..11/08/07 G-50.10-00 11/08/07 G-90.20-00... ..1/06/09 G-24.20-00 11/08/07 G-60.10-00 8/31/07 G-90.30-00... .. 1/06/09 G-24.30-00 11/08/07 G-60.20-00 8/31/07 G-90.40-00... ...1/06/09 G-24.40-01 12/02/08 G-60.30-00 8/31/07 G-95.10-00 11/08/07 G-24.50-00 11/08/07 G-70.10-00 10/5/07 G-95.20-01 7/10/08 G-95.30-01 7/10/08 H-10 10-00 ...7/3/08 H-32.10-00 9/20/07 H-70.10-00 9/05/07 H-10.15-00 7/3/08 H-60.10-01 7/3/08 H-70.20-00 9/05/07 H-30.10-00 10/12/07 H-60.20-01 7/3/08 H-70.30-01.... .11/17/08 1-10.10-00.... . ..8/31/07 1-30.50-00. 11/14/07 1-50.20-00 8/31/07 1-30.10-00...... 9/20/07 1-40.10-00........9/20/07 1-60.10-00..... 8/31/07 1-30.20-00 9/20/07 1-40.20-00 9/20/07 1-60.20-00 8/31/07 1-30.30-00... ...9/20/07 1-50.10-00 9/20/07 1-80.10-00 8/31/07 1-30.40-00.. ....10/12/07 J-lf 6/23/00 J -9a 4/24/98 J-28.30-00 8/07/07 J-3 8/01/97 J-10 7/18/97 J-28.40-00 8/07/07 J -3b 3/04/05 J- J-28.42-00......8/07/07 11 b 9/02/05 J -3c .6/24/02 J-12 2/10/09 J-28.45-00 ...8/07/07 J -3d 11/05/03 J -16a 3/04/05 J-28.50-00....8/07/07 J-5 .8/01/97 J -16b 2/10/09 J-28.60-00.....8/07/07 J -6c. 4/24/98 J -16c 2/10/09 J-28.70-00 11/08/07 J -7a . 9/12/01 J-18 2/10/09 J-40.10-00 1/06/09 J -7c. .....6/19/98 J-19.......... ..2/10/09 J-40.30-00 1/06/09 J -7d 4/24/98 J-20 9/02/05 J-75.10-00.....2/10/09 J -8a ..... .........5/20/04 J-28.10-008/07/07 J-75.20-00... . . 2/10/09 J -8b 5/20/04 J-28.22-00 8/07/07 J-75.30-00......2/10/09 J -8c 5/20/04 J-28.24-00 8/07/07 J-90.10-00 2/10/09 J -8d ..... .......5/20/04 J-28.26-01 12/02/08 J-90.20-00 2/10/09 K-10.20-01 10/12/07 K-26.40-01 10/12/07 K-40.60-00......2/15/07 K-10.40-00. 2/15/07 K-30.20-00 2/15/07 K-40.80-00 2/15/07 K-20.20-01.....10/12/07 K-30.40-01.....10/12/07 K-55.20-00 2/15/07 K-20 40-00.......2/15/07 K-32.20-00 2/15/07 K-60.20-02.......7/3/08 K-20 60-00 2/15/07 K-32.40-00 2/15/07 K-60.40-00......2/15/07 K-22.20-01 10/12/07 K-32.60-00 2/15/07 K-70.20-00 2/15/07 K-24.20-00 2/15/07 K-32.80-00 2/15/07 K-80.10-00 2/21/07 K-24.40-01 10/12/07 K-34.20-00 2/15/07 K-80.20-00 12/20/06 K-24.60-00 2/15/07 K-36.20-00 2/15/07 K-80.30-00 2/21/07 K-24.80-01 10/12/07 K-40.20-00 2/15/07 K-80.35-00 2/21/07 K-26.20-00 2/15/07 K-40.40-00 2/15/07 K-80.37-00 2/21/07 L-10.10-00 2/21/07 L-40.10-00.......2/21 /07 L-70.10-01 5/21/08 L-20.10-00 2/07/07 L-40.15-00 2/21/07 L-70.20-01 5/21/08 L-30.10-00.......2/07/07 L-40.20-00 2/21/07 111 M-1.20-01.. 1/30/07 M-7.50-01 .......1 /30/07 M-24.60-02 2/06/07 M-1.40-01 .. .. 1/30/07 M-9.50-01.......1/30/07 M-40.10-00 9/20/07 M-1.60-01 ......1/30/07 M-9.60-00 2/10/09 M-40.20-00...10/12/07 M-1.80-02 ...8/31/07 M-11.10-01 1/30/07 M-40.30-00 9/20/07 M-2.20-01 1/30/07 M-15.10-01 2/06/07 M-40.40-00 9/20/07 M-2.40-01 1/30/07 M-17.10-02...... 7/3/08 M-40.50-00 9/20/07 M-2.60-01.....1/30/07 M-20.10-01 1/30/07 M-40.60-00 9/20/07 M-3.10-02.......2/10/09 M-20.20-01.... .1/30/07 M-60.10-00 9/05/07 M-3.20-01.... .. .1/30/07 M-20.30-01.....1/30/07 M-60.20-01 2/03/09 M-3.30-02.. 2/10/09 M-20.40-01 1/30/07 M-65.10-01 5/21/08 M-3.40-02. ... .2/10/09 M-20.50-01.....1/30/07 M-80.10-00 6/10/08 M-3.50-01 .. .1/30/07 M-24.20-01.....5/31/06 M-80.20-00 6/10/08 M-5.10-01 .. .1/30/07 M-24.40-01 5/31/06 M-80.30-00 6/10/08 Required Contract Provisions Federal -Aid Construction Contracts Follow this page 113 Required Contract Provisions Federal -Aid Construction Contracts FHWA-1273 Electronic Version — March 10, 1994 I. General 1 II. Nondiscrimination 2 III. Nonsegregated Facilities 6 IV. Payment of Predetermined Minimum Wage 7 V. Statements and Payrolls 12 VI. Record of Materials, Supplies, and Labor 14 VII. Subletting or Assigning the Contract 14 VIII. Safety* Accident Prevention 15 IX. False Statements Concerning Highway Projects 16 X. Implementation of Clean Air Act and Federal Water Pollution Control Act 17 XI. Certification Regarding Debarment, Suspension Ineligibility, and Voluntary Exclusion 17 XII. Certification Regarding Use of Contract Funds for Lobbying 21 Attachments A. Employment Preference for Appalachian Contracts (included in Appalachian contracts only) 23 I GENERAL 1 These contract provisions shall apply to all work performed on the contract by the contractor's own organization and with the assistance of workers under the contractor's immediate superintendence and to all work performed on the contract by piecework, station work, or by subcontract. 2 Except as otherwise provided for in each section, the contractor shall insert in each subcontract all of the stipulations contained in these Required Contract Provisions, and further require their inclusion in any lower tier subcontract or purchase order that may in turn be made The Required Contract Provisions shall not be incorporated by reference in any case The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with these Required Contract Provisions 3. A breach of any of the stipulations contained in these Required Contract Provisions shall be sufficient grounds for termination of the contract. 4. A breach of the following clauses of the Required Contract Provisions may also be grounds for debarment as provided in 29 CFR 5.12: Section I, paragraph 2; Section IV, paragraphs 1, 2, 3, 4, and 7; Section V, paragraphs 1 and 2a through 2g I 5. Disputes arising out of the labor standards provisions of Section IV (except paragraph 5) and Section V of these Required Contract Provisions shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the U.S Department of Labor (DOL) as set forth in 29 CFR 5, 6, and 7 Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and the contracting agency, the DOL, or the contractor's employees or their representatives. 6 Selection of Labor: During the performance of this contract, the contractor shall not: a. discriminate against labor from any other State, possession, or territory of the United States (except for employment preference for Appalachian contracts, when applicable, as specified in Attachment A), or b employ convict labor for any purpose within the limits of the project unless it is labor performed by convicts who are on parole, supervised release, or probation II NONDISCRIMINATION (Applicable to all Federal -aid construction contracts and to all related subcontracts of $10,000 or more ) 1 Equal Employment Opportunity: Equal employment opportunity (EEO) requirements not to discriminate and to take affirmative action to assure equal opportunity as set forth under laws, executive orders, rules, regulations (28 CFR 35, 29 CFR 1630 and 41 CFR 60) and orders of the Secretary of Labor as modified by the provisions prescribed herein, and imposed pursuant to 23 U S.C. 140 shall constitute the EEO and specific affirmative action standards for the contractor's project activities under this contract. The Equal Opportunity Construction Contract Specifications set forth under 41 CFR 60-4 3 and the provisions of the American Disabilities Act of 1990 (42 U S.0 12101 et seq.) set forth under 28 CFR 35 and 29 CFR 1630 are incorporated by reference in this contract. In the execution of this contract, the contractor agrees to comply with the following minimum specific requirement activities of EEO. a. The contractor will work with the State highway agency (SHA) and the Federal Government in carrying out EEO obligations and in their review of his/her activities under the contract. b The contractor will accept as his operating policy the following statement: "It is the policy of this Company to assure that applicants are employed, and that employees are treated during employment, without regard to their race, religion, sex, color, national origin, age or disability Such action shall include. employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination, rates of pay or other forms of compensation, and selection for training, including apprenticeship, preapprenticeship, and/or on-the-job training." 2 2. EEO Officer: The contractor will designate and make known to the SHA contracting officers an EEO Officer who will have the responsibility for and must be capable of effectively administering and promoting an active contractor program of EEO and who must be assigned adequate authority and responsibility to do so 3. Dissemination of Policy: All members of the contractor's staff who are authorized to hire, supervise, promote, and discharge employees, or who recommend such action, or who are substantially involved in such action, will be made fully cognizant of, and will implement, the contractors EEO policy and contractual responsibilities to provide EEO in each grade and classification of employment. To ensure that the above agreement will be met, the following actions will be taken as a minimum* a. Periodic meetings of supervisory and personnel office employees will be conducted before the start of work and then not less often than once every six months, at which time the contractors EEO policy and its implementation will be reviewed and explained. The meetings will be conducted by the EEO Officer b. All new supervisory or personnel office employees will be given a thorough indoctrination by the EEO Officer, covering all major aspects of the contractors EEO obligations within thirty days following their reporting for duty with the contractor c. All personnel who are engaged in direct recruitment for the project will be instructed by the EEO Officer in the contractors procedures for locating and hiring minority group employees. d. Notices and posters setting forth the contractor's EEO policy will be placed in areas readily accessible to employees, applicants for employment and potential employees. e. The contractors EEO policy and the procedures to implement such policy will be brought to the attention of employees by means of meetings, employee handbooks, or other appropriate means. 4. Recruitment: When advertising for employees, the contractor will include in all advertisements for employees the notation: "An Equal Opportunity Employer." All such advertisements will be placed in publications having a large circulation among minority groups in the area from which the project work force would normally be derived. a. The contractor will, unless precluded by a valid bargaining agreement, conduct systematic and direct recruitment through public and private employee referral sources likely to yield qualified minority group applicants. To meet this requirement, the contractor will identify sources of potential minority group employees, and establish with such identified sources procedures whereby minority group applicants may be referred to the contractor for employment consideration. b In the event the contractor has a valid bargaining agreement providing for exclusive hiring hall referrals, he is expected to observe the provisions of that agreement to the extent that the system permits the contractor's compliance with EEO contract provisions. (The DOL has held that where implementation of such agreements have 3 the effect of discriminating against minorities or women, or obligates the contractor to do the same, such implementation violates Executive Order 11246, as amended.) c. The contractor will encourage his present employees to refer minority group applicants for employment. Information and procedures with regard to referring minority group applicants will be discussed with employees. 5 Personnel Actions: Wages, working conditions, and employee benefits shall be established and administered, and personnel actions of every type, including hiring, upgrading, promotion, transfer, demotion, layoff, and termination, shall be taken without regard to race, color, religion, sex, national origin, age or disability The following procedures shall be followed a. The contractor will conduct periodic inspections of project sites to insure that working conditions and employee facilities do not indicate discriminatory treatment of project site personnel b The contractor will periodically evaluate the spread of wages paid within each classification to determine any evidence of discriminatory wage practices c. The contractor will periodically review selected personnel actions in depth to determine whether there is evidence of discrimination Where evidence is found, the contractor will promptly take corrective action If the review indicates that the discrimination may extend beyond the actions reviewed, such corrective action shall include all affected persons d The contractor will promptly investigate all complaints of alleged discrimination made to the contractor in connection with his obligations under this contract, will attempt to resolve such complaints, and will take appropriate corrective action within a reasonable time If the investigation indicates that the discrimination may affect persons other than the complainant, such corrective action shall include such other persons. Upon completion of each investigation, the contractor will inform every complainant of all of his avenues of appeal 6 Training and Promotion: a The contractor will assist in locating, qualifying, and increasing the skills of minority group and women employees, and applicants for employment. b Consistent with the contractor's work force requirements and as permissible under Federal and State regulations, the contractor shall make full use of training programs, i e , apprenticeship, and on-the-job training programs for the geographical area of contract performance Where feasible, 25 percent of apprentices or trainees in each occupation shall be in their first year of apprenticeship or training In the event a special provision for training is provided under this contract, this subparagraph will be superseded as indicated in the special provision c. The contractor will advise employees and applicants for employment of available training programs and entrance requirements for each 4 d. The contractor will periodically review the training and promotion potential of minority group and women employees and will encourage eligible employees to apply for such training and promotion. 7. Unions: If the contractor relies in whole or in part upon unions as a source of employees, the contractor will use his/her best efforts to obtain the cooperation of such unions to increase opportunities for minority groups and women within the unions, and to effect referrals by such unions of minority and female employees. Actions by the contractor either directly or through a contractor's association acting as agent will include the procedures set forth below: a. The contractor will use best efforts to develop, in cooperation with the unions, joint training programs aimed toward qualifying more minority group members and women for membership in the unions and increasing the skills of minority group employees and women so that they may qualify for higher paying employment. b. The contractor will use best efforts to incorporate an EEO clause into each union agreement to the end that such union will be contractually bound to refer applicants without regard to their race, color, religion, sex, national origin, age or disability c. The contractor is to obtain information as to the referral practices and policies of the labor union except that to the extent such information is within the exclusive possession of the labor union and such labor union refuses to furnish such information to the contractor, the contractor shall so certify to the SHA and shall set forth what efforts have been made to obtain such information. d. In the event the union is unable to provide the contractor with a reasonable flow of minority and women referrals within the time limit set forth in the collective bargaining agreement, the contractor will, through independent recruitment efforts, fill the employment vacancies without regard to race, color, religion, sex, national origin, age or disability; making full efforts to obtain qualified and/or qualifiable minority group persons and women. (The DOL has held that it shall be no excuse that the union with which the contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority employees.) In the event the union referral practice prevents the contractor from meeting the obligations pursuant to Executive Order 11246, as amended, and these special provisions, such contractor shall immediately notify the SHA. 8. Selection of Subcontractors, Procurement of Materials and Leasing of Equipment: The contractor shall not discriminate on the grounds of race, color, religion, sex, national origin, age or disability in the selection and retention of subcontractors, including procurement of materials and leases of equipment. a. The contractor shall notify all potential subcontractors and suppliers of his/her EEO obligations under this contract. b. Disadvantaged business enterprises (DBE), as defined in 49 CFR 23, shall have equal opportunity to compete for and perform subcontracts which the contractor enters into pursuant to this contract. The contractor will use his best efforts to solicit bids from and to utilize DBE subcontractors or subcontractors with meaningful 5 1 minority group and female representation among their employees. Contractors shall obtain lists of DBE construction firms from SHA personnel. c. The contractor will use his best efforts to ensure subcontractor compliance with their EEO obligations 9 Records and Reports: The contractor shall keep such records as necessary to document 111 compliance with the EEO requirements. Such records shall be retained for a period of three years following completion of the contract work and shall be available at reasonable times and places for inspection by authorized representatives of the SHA and the FHWA. a. The records kept by the contractor shall document the following 1 The number of minority and non -minority group members and women employed in each work classification on the project; 2. The progress and efforts being made in cooperation with unions, when applicable, to increase employment opportunities for minorities and women, ' 3 The progress and efforts being made in locating, hiring, training, qualifying, and upgrading minority and female employees; and ' 4 The progress and efforts being made in securing the services of DBE subcontractors or subcontractors with meaningful minority and female representation among their employees. b The contractors will submit an annual report to the SHA each July for the duration of the project, indicating the number of minority, women, and non -minority group employees currently engaged in each work classification required by the contract work. This information is to be reported on Form FHWA-1391. If on-the-job training is being required by special provision, the contractor will be required to collect and report training data. I11 NONSEGREGATED FACILITIES ' (Applicable to all Federal -aid construction contracts and to all related subcontracts of $10,000 or more) ' a By submission of this bid, the execution of this contract or subcontract, or the consummation of this material supply agreement or purchase order, as appropriate, the bidder, Federal -aid construction contractor, subcontractor, material supplier, or vendor, as appropriate, certifies that the firm does not maintain or provide for its employees any segregated facilities at any of its establishments, and that the firm does not permit its employees to perform their services at any location, under its control, where segregated facilities are maintained The firm agrees that a breach of this certification is a violation of the EEO provisions of this contract. The firm further certifies that no employee will be denied access to adequate facilities on the basis of sex or disability b As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms and washrooms, restaurants and other eating areas, timeclocks, locker ' rooms, and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive, or are, in fact, segregated on the basis of race, color, ' religion, national origin, age or disability, because of habit, local custom, or otherwise. The only exception will be for the disabled when the demands for accessibility override (e g disabled parking). c. The contractor agrees that it has obtained or will obtain identical certification from proposed subcontractors or material suppliers prior to award of subcontracts or consummation of material supply agreements of $10,000 or more and that it will retain such certifications in its files. IV PAYMENT OF PREDETERMINED MINIMUM WAGE (Applicable to all Federal -aid construction contracts exceeding $2,000 and to all related subcontracts, except for projects located on roadways classified as local roads or rural minor collectors, which are exempt.) 1 General: a. All mechanics and laborers employed or working upon the site of the work will be paid unconditionally and not less often than once a week and without subsequent deduction or rebate on any account [except such payroll deductions as are permitted by regulations (29 CFR 3) issued by the Secretary of Labor under the Copeland Act (40 U.S.C. 276c)] the full amounts of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment. The payment shall be computed at wage rates not less than those contained in the wage determination of the Secretary of Labor (hereinafter "the wage determination") which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor or its subcontractors and such laborers and mechanics. The wage determination (including any additional classifications and wage rates conformed under paragraph 2 of this Section IV and the DOL poster (WH -1321) or Form FHWA-1495) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers For the purpose of this Section, contributions made or costs reasonably anticipated for bona fide fringe benefits under Section 1(b)(2) of the Davis -Bacon Act (40 U.S C. 276a) on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of Section IV, paragraph 3b, hereof. Also, for the purpose of this Section, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs, which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in paragraphs 4 and 5 of this Section IV. b. Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein, provided, that the employer's payroll records 7 accurately set forth the time spent in each classification in which work is performed. c. All rulings and interpretations of the Davis -Bacon Act and related acts contained in 29 CFR 1, 3, and 5 are herein incorporated by reference in this contract. 2. Classification: a The SHA contracting officer shall require that any class of laborers or mechanics employed under the contract, which is not listed in the wage determination, shall be classified in conformance with the wage determination. b The contracting officer shall approve an additional classification, wage rate and fringe benefits only when the following criteria have been met: 1 the work to be performed by the additional classification requested is not performed by a classification in the wage determination, 2. the additional classification is utilized in the area by the construction industry; 3 the proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination; and 4 with respect to helpers, when such a classification prevails in the area in which the work is performed c. If the contractor or subcontractors, as appropriate, the laborers and mechanics (if known) to be employed in the additional classification or their representatives, and the contracting officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the DOL, Administrator of the Wage and Hour Division, Employment Standards Administration, Washington, D C 20210. The Wage and Hour Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30 -day period that additional time is necessary d In the event the contractor or subcontractors, as appropriate, the laborers or mechanics to be employed in the additional classification or their representatives, and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the contracting officer, to the Wage and Hour Administrator for determination. Said Administrator, or an authorized representative, will issue a determination within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30 -day period 8 that additional time is necessary. e The wage rate (including fringe benefits where appropriate) determined pursuant to paragraph 2c or 2d of this Section IV shall be paid to all workers performing work in the additional classification from the first day on which work is performed in the classification. 3. Payment of Fringe Benefits: a. Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor or subcontractors, as appropriate, shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly case equivalent thereof b. If the contractor or subcontractor, as appropriate, does not make payments to a trustee or other third person, he/she may consider as a part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, provided, that the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis -Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program 4 Apprentices and Trainees (Programs of the U.S. DOL) and Helpers: a. Apprentices: 1. Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the DOL, Employment and Training Administration, Bureau of Apprenticeship and Training, or with a State apprenticeship agency recognized by the Bureau, or if a person is employed in his/her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Bureau of Apprenticeship and Training or a State apprenticeship agency (where appropriate) to be eligible for probationary employment as an apprentice 2. The allowable ratio of apprentices to journeyman -level employees on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program Any employee listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate listed in the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not Tess than the applicable wage rate on the wage determination for the work actually performed. Where a contractor or subcontractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman -level hourly rate) 9 specified in the contractor's or subcontractor's registered program shall be observed 3. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeyman -level hourly rate specified in the applicable wage determination Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification If the Administrator for the Wage and Hour Division determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination 4 In the event the Bureau of Apprenticeship and Training, or a State apprenticeship agency recognized by the Bureau, withdraws approval of an apprenticeship program, the contractor or subcontractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the comparable work performed by regular employees until an acceptable program is approved. b Trainees 1 Except as provided in 29 CFR 5 16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the DOL, Employment and Training Administration. 2 The ratio of trainees to journeyman -level employees on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed 3 Every trainee must be paid at not less than the rate specified in the approved program for his/her level of progress, expressed as a percentage of the journeyman - level hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman -level wage rate on the wage determination which provides for less than full fringe benefits for apprentices, in which case such trainees shall receive the same fringe benefits as apprentices. 10 4 In the event the Employment and Training Administration withdraws approval of a training program, the contractor or subcontractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. c. Helpers. Helpers will be permitted to work on a project if the helper classification is specified and defined on the applicable wage determination or is approved pursuant to the conformance procedure set forth in Section IV.2. Any worker listed on a payroll at a helper wage rate, who is not a helper under a approved definition, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. 5 Apprentices and Trainees (Programs of the U.S. DOT): Apprentices and trainees working under apprenticeship and skill training programs which have been certified by the Secretary of Transportation as promoting EEO in connection with Federal -aid highway construction programs are not subject to the requirements of paragraph 4 of this Section IV. The straight time hourly wage rates for apprentices and trainees under such programs will be established by the particular programs The ratio of apprentices and trainees to journeymen shall not be greater than permitted by the terms of the particular program. 6. Withholding: The SHA shall upon its own action or upon written request of an authorized representative of the DOL withhold, or cause to be withheld, from the contractor or subcontractor under this contract or any other Federal contract with the same prime contractor, or any other Federally -assisted contract subject to Davis -Bacon prevailing wage requirements which is held by the same prime contractor, as much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of the work, all or part of the wages required by the contract, the SHA contracting officer may, after written notice to the contractor, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. 7 Overtime Requirements: No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers, mechanics, watchmen, or guards (including apprentices, trainees, and helpers described in paragraphs 4 and 5 above) shall require or permit any laborer, mechanic, watchman, or guard in any workweek in which he/she is employed on such work, to work in excess of 40 hours in such workweek unless such laborer, mechanic, watchman, or guard receives compensation at a rate not less than one - and -one-half times his/her basic rate of pay for all hours worked in excess of 40 hours in such workweek. 11 8 Violation: Liability for Unpaid Wages; Liquidated Damages In the event of any violation of the clause set forth in paragraph 7 above, the contractor and any subcontractor responsible thereof shall be liable to the affected employee for his/her unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory) for liquidated damages Such liquidated damages shall be computed with respect to each individual laborer, mechanic, watchman, or guard employed in violation of the clause set forth in paragraph 7, in the sum of $10 for each calendar day on which such employee was required or permitted to work in excess of the standard work week of 40 hours without payment of the overtime wages required by the clause set forth in paragraph 7 9 Withholding for Unpaid Wages and Liquidated Damages: The SHA shall upon its own action or upon written request of any authorized representative of the DOL withhold, or cause to be withheld, from any monies payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other Federally -assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph 8 above V STATEMENTS AND PAYROLLS (Applicable to all Federal -aid construction contracts exceeding $2,000 and to all related subcontracts, except for projects located on roadways classified as local roads or rural collectors, which are exempt.) 1 Compliance with Copeland Regulations (29 CFR 3): The contractor shall comply with the Copeland Regulations of the Secretary of Labor which are herein incorporated by reference 2 Payrolls and Payroll Records: a. Payrolls and basic records relating thereto shall be maintained by the contractor and each subcontractor during the course of the work and preserved for a period of 3 years from the date of completion of the contract for all laborers, mechanics, apprentices, trainees, watchmen, helpers, and guards working at the site of the work. b The payroll records shall contain the name, social security number, and address of each such employee; his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalent thereof the types described in Section 1(b)(2)(B) of the Davis Bacon Act), daily and weekly number of hours worked, deductions made, and actual wages paid In addition, for Appalachian contracts, the payroll records shall contain a notation indicating whether the employee does, or does not, normally reside in the 12 labor area as defined in Attachment A, paragraph 1 Whenever the Secretary of Labor, pursuant to Section IV, paragraph 3b, has found that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in Section 1(b)(2)(B) of the Davis Bacon Act, the contractor and each subcontractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, that the plan or program has been communicated in writing to the laborers or mechanics affected, and show the cost anticipated or the actual cost incurred in providing benefits. Contractors or subcontractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprentices and trainees, and ratios and wage rates prescribed in the applicable programs. c. Each contractor and subcontractor shall furnish, each week in which any contract work is performed, to the SHA resident engineer a payroll of wages paid each of its employees (including apprentices, trainees, and helpers, described in Section IV, paragraphs 4 and 5, and watchmen and guards engaged on work during the precedingweekly payroll period). The payroll submitted shall set out accurately and completely all of the information required to be maintained under paragraph 2b of this Section V This information may be submitted in any form desired. Optional Form WH -347 is available for this purpose and may be purchased from the Superintendent of Documents (Federal stock number 029-005-0014-1), U.S Government Printing Office, Washington, D.C. 20402. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. d. Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the contractor or subcontractor or his/her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following. 1 that the payroll for the payroll period contains the information required to be maintained under paragraph 2b of this Section V and that such information is correct and complete, 2. that such laborer or mechanic (including each helper, apprentice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in the Regulations, 29 CFR 3, 3 that each laborer or mechanic has been paid not less that the applicable wage rate and fringe benefits or cash equivalent for the classification of worked performed, as specified in the applicable wage determination incorporated into the contract. e. The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH -347 shall satisfy the requirement for submission of the "Statement of Compliance" required by paragraph 2d of this Section V. 13 f. The falsification of any of the above certifications may subject the contractor to civil or criminal prosecution under 18 U.S.C. 1001 and 31 U S C 231 g. The contractor or subcontractor shall make the records required under paragraph 2b of this Section V available for inspection, copying, or transcription by authorized representatives of the SHA, the FHWA, or the DOL, and shall permit such representatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, the SHA, the FHWA, the DOL, or all may, after written notice to the contractor, sponsor, applicant, or owner, take such actions as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5 12 VI RECORD OF MATERIALS, SUPPLIES, AND LABOR 1 On all Federal -aid contracts on the National Highway System, except those which provide solely for the installation of protective devices at railroad grade crossings, those which are constructed on a force account or direct labor basis, highway beautification contracts, and contracts for which the total final construction cost for roadway and bridge is less than $1,000,000 (23 CFR 635) the contractor shall a. Become familiar with the list of specific materials and supplies contained in Form FHWA-47, "Statement of Materials and Labor Used by Contractor of Highway Construction Involving Federal Funds," prior to the commencement of work under this contract. b Maintain a record of the total cost of all materials and supplies purchased for and incorporated in the work, and also of the quantities of those specific materials and supplies listed on Form FHWA-47, and in the units shown on Form FHWA-47 c. furnish, upon the completion of the contract, to the SHA resident engineer on Form FHWA-47 together with the data required in paragraph 1 b relative to materials and supplies, a final labor summary of all contract work indicating the total hours worked and the total amount earned. 2 At the prime contractor's option, either a single report covering all contract work or separate reports for the contractor and for each subcontract shall be submitted. VII SUBLETTING OR ASSIGNING THE CONTRACT 1 The contractor shall perform with its own organization contract work amounting to not less than 30 percent (or a greater percentage if specified elsewhere in the contract) of the total original contract price, excluding any specialty items designated by the State Specialty items may be performed by subcontract and the amount of any such specialty items performed may be deducted from the total original contract price before computing the amount of work required to be performed by the contractor's own organization (23 CFR 635) 14 a. "Its own organization" shall be construed to include only workers employed and paid directly by the prime contractor and equipment owned or rented by the prime contractor, with or without operators. Such term does not include employees or equipment of a subcontractor, assignee, or agent of the prime contractor b. "Specialty Items" shall be construed to be limited to work that requires highly specialized knowledge, abilities, or equipment not ordinarily available in the type of contracting organizations qualified and expected to bid on the contract as a whole and in general are to be limited to minor components of the overall contract. 2. The contract amount upon which the requirements set forth in paragraph 1 of Section VII is computed includes the cost of material and manufactured products which are to be purchased or produced by the contractor under the contract provisions. 3. The contractor shall furnish (a) a competent superintendent or supervisor who is employed by the firm, has full authority to direct performance of the work in accordance with the contract requirements, and is in charge of all construction operations (regardless of who performs the work) and (b) such other of its own organizational resources (supervision, management, and engineering services) as the SHA contracting officer determines is necessary to assure the performance of the contract. 4 No portion of the contract shall be sublet, assigned or otherwise disposed of except with the written consent of the SHA contracting officer, or authorized representative, and such consent when given shall not be construed to relieve the contractor of any responsibility for the fulfillment of the contract. Written consent will be given only after the SHA has assured that each subcontract is evidenced in writing and that it contains all pertinent provisions and requirements of the prime contract. VIII SAFETY: ACCIDENT PREVENTION 1. In the performance of this contract the contractor shall comply with all applicable Federal, State, and local laws governing safety, health, and sanitation (23 CFR 635) The contractor shall provide all safeguards, safety devices and protective equipment and take any other needed actions as it determines, or as the SHA contracting officer may determine, to be reasonably necessary to protect the life and health of employees on the job and the safety of the public and to protect property in connection with the performance of the work covered by the contract. 2 It is a condition of this contract, and shall be made a condition of each subcontract, which the contractor enters into pursuant to this contract, that the contractor and any subcontractor shall not permit any employee, in performance of the contract, to work in surroundings or under conditions which are unsanitary, hazardous or dangerous to his/her health or safety, as determined under construction safety and health standards (29 CFR 1926) promulgated by the Secretary of Labor, in accordance with Section 107 of the Contract Work Hours and Safety Standards Act (40 U S.C. 333) 15 3 Pursuant to 29 CFR 1926 3, it is a condition of this contract that the Secretary of Labor or authorized representative thereof, shall have right of entry to any site of contract performance to inspect or investigate the matter of compliance with the construction safety and health standards and to carry out the duties of the Secretary under Section 107 of the Contract Work Hours and Safety Standards Act (40 U S C. 333). IX. FALSE STATEMENTS CONCERNING HIGHWAY PROJECTS In order to assure high quality and durable construction in conformity with approved plans and specifications and a high degree of reliability on statements and representations made by engineers, contractors, suppliers, and workers on Federal -aid highway projects, it is essential that all persons concerned with the project perform their functions as carefully, thoroughly, and honestly as possible Willful falsification, distortion, or misrepresentation with respect to any facts related to the project is a violation of Federal law. To prevent any misunderstanding regarding the seriousness of these and similar acts, the following notice shall be posted on each Federal -aid highway project (23 CFR 635) in one or more places where it is readily available to all persons concerned with the project: NOTICE TO ALL PERSONNEL ENGAGED ON FEDERAL -AID HIGHWAY PROJECTS 18 U S C 1020 reads as follows. "Whoever, being an officer, agent, or employee of the United States, or of any State or Territory, or whoever, whether a person, association, firm, or corporation, knowingly makes any false statement, false representation, or false report as to the character, quality, quantity, or cost of the material used or to be used, or the quantity or quality of the work performed or to be performed, or the cost thereof in connection with the submission of plans, maps, specifications, contracts, or costs of construction on any highway or related project submitted for approval to the Secretary of Transportation; or Whoever knowingly makes any false statement, false representation, false report or false claim with respect to the character, quality, quantity, or cost of any work performed or to be performed, or materials fumished or to be fumished, in connection with the construction of any highway or related project approved by the Secretary of Transportation, or Whoever knowingly makes any false statement or false representation as to material fact in any statement, certificate, or report submitted pursuant to provisions of the Federal -aid Roads Act approved July 1, 1916, (39 Stat. 355), as amended and supplemented; Shall be fined not more that $10, 000 or imprisoned not more than 5 years or both " 16 X. IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT (Applicable to all Federal -aid construction contracts and to all related subcontracts of $100,000 or more ) By submission of this bid or the execution of this contract, or subcontract, as appropriate, the bidder, Federal -aid construction contractor, or subcontractor, as appropriate, will be deemed to have stipulated as follows: 1. That any facility that is or will be utilized in the performance of this contract, unless such contract is exempt under the Clean Air Act, as amended (42 U.S.C. 1857 et seq , as amended by Pub.L. 91-604), and under the Federal Water Pollution Control Act, as amended (33 U.S.C. 1251 et seq., as amended by Pub.L. 92-500), Executive Order 11738, and regulations in implementation thereof (40 CFR 15) is not listed, on the date of contract award, on the U S. Environmental Protection Agency (EPA) List of Violating Facilities pursuant to 40 CFR 15.20 2 That the firm agrees to comply and remain in compliance with all the requirements of Section 114 of the Clean Air Act and Section 308 of the Federal Water Pollution Control Act and all regulations and guidelines listed thereunder. 3 That the firm shall promptly notify the SHA of the receipt of any communication from the Director, Office of Federal Activities, EPA, indicating that a facility that is or will be utilized for the contract is under consideration to be listed on the EPA List of Violating Facilities 4 That the firm agrees to include or cause to be included the requirements of paragraph 1 through 4 of this Section X in every nonexempt subcontract, and further agrees to take such action as the government may direct as a means of enforcing such requirements. XI CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION 1 Instructions for Certification - Primary Covered Transactions: (Applicable to all Federal -aid contracts - 49 CFR 29) a. By signing and submitting this proposal, the prospective primary participant is providing the certification set out below. b The inability of a person to provide the certification set out below will not necessarily result in denial of participation in this covered transaction. The prospective participant shall submit an explanation of why it cannot provide the certification set out below The certification or explanation will be considered in connection with the department or agency's determination whether to enter into this transaction. However, failure of the prospective primary participant to furnish a certification or an explanation shall disqualify such a person from participation in this transaction. 17 c. The certification in this clause is a material representation of fact upon which reliance was placed when the department or agency determined to enter into this transaction. If it is later determined that the prospective primary participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause of default. d The prospective primary participant shall provide immediate written notice to the department or agency to whom this proposal is submitted if any time the prospective primary participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. e The terms "covered transaction," "debarred," "suspended," "ineligible," "lower tier covered transaction," "participant," "person," "primary covered transaction," "principal," "proposal," and "voluntarily excluded," as used in this clause, have the meanings set out in the Definitions and Coverage sections of rules implementing Executive Order 12549. You may contact the department or agency to which this proposal is submitted for assistance in obtaining a copy of those regulations. f The prospective primary participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency entering into this transaction g The prospective primary participant further agrees by submitting this proposal that it will include the clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion -Lower Tier Covered Transaction," provided by the department or agency entering into this covered transaction, without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. h A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous A participant may decide the method and frequency by which it determines the eligibility of its principals Each participant may, but is not required to, check the nonprocurement portion of the "Lists of Parties Excluded From Federal Procurement or Nonprocurement Programs" (Nonprocurement List) which is compiled by the General Services Administration. i Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause The knowledge and information of participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings 18 Except for transactions authorized under paragraph f of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause or default. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion- -Primary Covered Transactions 1. The prospective primary participant certifies to the best of its knowledge and belief, that it and its principals: a. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; b Have not within a 3 -year period preceding this proposal been convicted of or had a civil judgement rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction, violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; c. Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph 1 b of this certification; and d. Have not within a 3 -year period preceding this application/proposal had one or more public transactions (Federal, State or local) terminated for cause or default. 2. Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal 2. Instructions for Certification - Lower Tier Covered Transactions: (Applicable to all subcontracts, purchase orders and other lower tier transactions of $25,000 or more - 49 CFR 29) a. By signing and submitting this proposal, the prospective lower tier is providing the certification set out below. 19 b. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department, or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. c. The prospective lower tier participant shall provide immediate written notice to the person to which this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous by reason of changed circumstances. d The terms "covered transaction," "debarred," "suspended," "ineligible," "primary covered transaction," "participant," "person," "principal," "proposal," and "voluntarily excluded," as used in this clause, have the meanings set out in the Definitions and Coverage sections of rules implementing Executive Order 12549. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations e The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated f The prospective lower tier participant further agrees by submitting this proposal that it will include this clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion -Lower Tier Covered Transaction," without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. g. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principals Each participant may, but is not required to, check the Nonprocurement List. h. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause The knowledge and information of participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings Except for transactions authorized under paragraph e of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion --Lower Tier Covered Transactions: 1. The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, dedared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. 2. Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. XII. CERTIFICATION REGARDING USE OF CONTRACT FUNDS FOR LOBBYING (Applicable to all Federal -aid construction contracts and to all related subcontracts which exceed $100,000 - 49 CFR 20) 1. The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: a. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. b. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form -LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 21 2. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31 U.S C 1352 Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. 3 The prospective participant also agrees by submitting his or her bid or proposal that he or she shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such recipients shall certify and disclose accordingly 22 ATTACHMENT A - EMPLOYMENT PREFERENCE FOR APPALACHIAN CONTRACTS (Applicable to Appalachian contracts only.) 1. During the performance of this contract, the contractor undertaking to do work which is, or reasonably may be, done as on-site work, shall give preference to qualified persons who regularly reside in the labor area as designated by the DOL wherein the contract work is situated, or the subregion, or the Appalachian counties of the State wherein the contract work is situated, except: a. To the extent that qualified persons regularly residing in the area are not available b For the reasonable needs of the contractor to employ supervisory or specially experienced personnel necessary to assure an efficient execution of the contract work. c. For the obligation of the contractor to offer employment to present or former employees as the result of a lawful collective bargaining contract, provided that the number of nonresident persons employed under this subparagraph 1 c shall not exceed 20 percent of the total number of employees employed by the contractor on the contract work, except as provided in subparagraph 4 below 2. The contractor shall place a job order with the State Employment Service indicating (a) the classifications of the laborers, mechanics and other employees required to perform the contract work, (b) the number of employees required in each classification, (c) the date on which he estimates such employees will be required, and (d) any other pertinent information required by the State Employment Service to complete the job order form The job order may be placed with the State Employment Service in writing or by telephone If during the course of the contract work, the information submitted by the contractor in the original job order is substantially modified, he shall promptly notify the State Employment Service 3 The contractor shall give full consideration to all qualified job applicants referred to him by the State Employment Service The contractor is not required to grant employment to any job applicants who, in his opinion, are not qualified to perform the classification of work required. 4 If, within 1 week following the placing of a job order by the contractor with the State Employment Service, the State Employment Service is unable to refer any qualified job applicants to the contractor, or less than the number requested, the State Employment Service will forward a certificate to the contractor indicating the unavailability of applicants. Such certificate shall be made a part of the contractor's permanent project records. Upon receipt of this certificate, the contractor may employ persons who do not normally reside in the labor area to fill positions covered by the certificate, notwithstanding the provisions of subparagraph 1c above. 5 The contractor shall include the provisions of Sections 1 through 4 of this Attachment A in every subcontract for work which is, or reasonably may be, done as on-site work. 23 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS (Exclusive of Appalachian Contracts) Under Section II, Paragraph 8b is revised as follows The reference to 49 CFR 23 is revised to read 49 CFR 26 Under Section ll, Paragraph 8b is supplemented with the following: The contractor, sub -recipient or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of USDOT-assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the recipient deems appropriate Under Section II, in accordance with standard specification 1-08 1(1) and applicable RCWs a new paragraph 8d is added as follows. The contractor or subcontractor agrees to pay each subcontractor under this prime contract for satisfactory performance of its contract and/or agreement no later than ten (10) days from the receipt of each payment the prime contractor receives from WSDOT or its sub -recipients. The prime contractor agrees further to return retainage payments to each subcontractor within ten (10) days after the subcontractor's work is satisfactorily completed. Any delay or postponement of payment from the above referenced time frame may occur only for good cause following written approval of the WSDOT This clause covers both DBE and non -DBE contractors. Under Section IV, Paragraph 2b(4) is deleted Under Section IV, Paragraph 4, "and helpers" is deleted from the title Under Section IV, Paragraph 4a(1), add. The provisions in this section allowing apprentices to work at less than the predetermined rate when they are registered in a bona fide apprenticeship program registered with the U S Department of Labor, Employment and Training Administration, or with the Bureau of Apprenticeship and Training, does not preclude a requirement for the Contractor to pay apprentices the full applicable predetermined rate in the event a State Apprenticeship Agency, recognized by the Bureau, has not approved, or withdraws approval, of an apprenticeship program. Under Section IV, Paragraph 4c is deleted Under Section IV, Paragraph 6 is revised by deleting "helpers" and "helper" Under Section IV, Paragraph 7 is revised by deleting "helpers" Under Section V, Paragraph 2a is revised by deleting "helpers" Under Section V, Paragraph 2a, the first sentence is revised to read, "The payroll records shall contain the name and an individually identifying number (e.g., the last four digits of the employees social security number) for each such employee, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalent thereof the types described in Section 1(b)(2)(B) of the Davis Bacon Act), daily and weekly number of hours worked; deductions made, and actual wages paid. Payrolls shall not include the full social security number and home address of covered workers. Contractors and subcontractors shall maintain the full social security number and home address of each covered worker and shall provide them to the SHA upon request." Under Section V, Paragraph 2d(2) is revised by deleting "helper". Section VI, Records Of Material, Supplies, And Labor, is deleted. Amendment to Form FHWA 1273 Revised January 18, 2009 CONTRACT THIS AGREEMENT, made and entered into in triplicate, this Icl day of itAU12009, by and between the City of Yakima, hereinafter called the Owner, and Mou.zrF Co�r�S}Yucaciovt COv .pvua a Washington Corporation, hereinafter called the Contractor j2 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 $1,744,229.50 , for Nob Hill Boulevard Overpass Repairs, Project No 2229, all in accordance with, and as described in the attached plans and specifications and the 2008 Standard Specifications for Road, Bridge, and Municipal Construction which are by this reference incorporated herein and made a part hereof, and shall perform any alterations in or additions to the work provided under this contract and every part thereof Work shall start within ten (10) days after the Notice to Proceed and shall be completed in One Hundred Twenty (120) working days. The first chargeable working day shall be the 11th working day after the date on which the City issues the Notice to Proceed If said work is not completed within the time specified, the Contractor agrees to pay to the Owner the sum specified in the Standard Specifications for each and every day said work remains uncompleted after expiration of the specified time, as liquidated damages. The Contractors shall provide and bear the expense of all equipment, work and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in this contract and every part thereof, except such as are mentioned in the specifications to be furnished by the City of Yakima. II. The City of Yakima hereby promises and agrees with the Contractor to employ, and does employ the Contractor to provide the materials and to do and cause to be done the above described work and to complete and finish the same according to the attached plans and specifications and the terms and conditions herein contained and hereby contracts to pay for the same according to the attached specifications and the schedule of unit or itemized prices hereto attached, at the time and in the manner and upon the conditions provided for in this contract. III The Contractor for himself, and for his heirs, executors, administrators, successors, and assigns, does hereby agree to the full performance of all the covenants herein contained upon the part of the Contractor IV It is further provided that no liability shall attach to the City of Yakima by reason of entering into this contract, except as expressly provided herein. IN WITNESS WHEREOF the parties hereto have caused this agreement to be executed the day and year first herein above written. Countersigned CITY OF YAKIMA this .211 day of1019 2009 Attest: City Man a r CONTRACTOR CITY CONTRAC r NO: 42?067 RESOLUTION NO: (Print Name) Its Q fres & .AAt (President, Owner, etc.) Address: ?0F> �33D V)oo a vtv i 1 wit\ °t 8(Ra -1330 PERFORMANCE BOND BOND TO CITY OF YAKIMA Bond No. 6651151 KNOW ALL MEN BY THESE PRESENTS' Mowat Construction Company That we, the undersigned, a Washington Safeco Insurance Company of Corporation as Principal and America a corporation organized and existing under the laws of the State of Washington 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 $ 1,744,229.50 for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or personal representatives, as the case may be. This obligation is entered into in pursuance of the statutes of the State of Washington, the Ordinances of the CITY OF YAKIMA. DATED at Yakima, Washington, this day of Never -the -less, the conditions of the above obligations are such that: , 20 WHEREAS, pursuant to action taken by the Yakima City Council on , 20 , the City Manager and City Clerk of the CITY OF YAKIMA has let or is about to let to the said Mowat Construction Company , the above bounded Principal, a certain contract, the said contract being numbered 2229 , and providing for Nob Hill Boulevard Overpass Repaihich contract is referred to herein and is made a part hereof as though attached hereto), and, WHEREAS, the said Principal has accepted, or is about to accept, the said contract, and undertake to perform the work therein provided for in the manner and within the time set forth; NOW THEREFORE, if the said Mowat Construction Company shall faithfully perform all of the provisions of said contract in the manner and within the time therein set forth, or within such extensions of time as may be granted under said contract, and shall pay all laborers, mechanics, sub -contractors and material men, and all persons who shall supply said principal or sub -contractors with provisions and supplies for the carrying on of said work, and shall hold said CITY OF YAKIMA, their employees, agents, and elected or appointed officials, harmless from any damage occasioned to any person or property by reason of any carelessness or negligence on the part of said principal, or any sub- contractor in the performance of saki work and shall indemnify and hold the CITY OF YAKIMA, its employees, agents, and elected or appointed officials, harmless from any damage or expense by reason of failure of performance as specified in said contract or from defects appearing or developing in the material or workmanship provided or performed under said contract, t -n and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. Ih• •t& onstrus .n Co gpproved a to form: /./ (ity Attorney) hv� P . Satnc tvarn (Print Name) Its: Q(Qs\dQ.vA-V- (President, Owner, etc.,.) Safeco Insurance Company of America By A(,msl, Darlene Jakiels i ( int Name) Its: Attorney—In—Fact KNOW ALL BY THESE PRESENTS: That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, each a Washington corporation, does each hereby appoint POWER OF ATTORNEY No. Safeco Insurance Company of America General Insurance Company of America 1001 4th Avenue Suite 1700 Seattle, WA 98154 7351 *************STEVEN K. BUSH; BRANDON K. BUSH; M.J. COTTON; JIM W. DOYLE; CHAD M. EPPLE; JULIE M. GLOVER; DARLENE JAKIELSKI; JIM S. KUICH; THERESA A. LAMB; MICHAEL A. MURPHY; NANCY J OSBORNE; ANDY D. PRILL; S.M. SCOTT; STEVE WAGNER; Bothell, Washington*************************************** 0 its true and lawful attorney(s)-in-fact, with full authority to execute on its behalf fidelity and surety bonds or undertakings and other documents of a similar character issued in the course of its business, and to bind the respective company thereby IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each executed and attested these presents this PtOr t3/417 19th day of January 2009 Dexter R. Legg, Secretary Timothy A. Mikolajewski, Vice President CERTIFICATE Extract from the By -Laws of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA: "Article V, Section 13. - FIDELITY AND SURETY BONDS the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attorneys -in -fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business. On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking " Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28, 1970 "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (0 The provisions of Article V, Section 13 of the By -Laws, and (ii) A copy of the power-of-attomey appointment, executed pursuant thereto, and (iii) Certifying that said power-of-attorney appointment is in full force and effect, the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof " I, Dexter R. Legg , Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By -Laws and of a Resolution of the Board of Directors of these corporations, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By -Laws, the Resolution and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation this S-0974/DS 1/09 day of Po* R, Dexter R. Legg, Secretary Safeco® and the Safeco logo are registered trademarks of Safeco Corporation. WEB PDF ACORD,. CERTIFICATE OF LIABILITY INSURANCE OPIDMA MOWATO1 DATE IMM/DD/YYYY) 07/08/09 PRODUCER International Northwest . 0. Box 3018 Bothell WA 98041-3018 hone 425-489-4500 Fax 425-489-4501 • THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW INSURERS AFFORDING COVERAGE NAIC # URED INSURER Travelers Indemnity Co • Mowat Construction Company P.O. Box 1330 Woodinville WA 98072 INSURER D Navgecmr:e inauzance Company LIABILITY COMMERCIAL GENERAL LIABILITY INSURER C. INSURER D EACH OCCURRENCE INSURER E X COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REOUIREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAV BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BV 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 • CUL NSRO TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE (MM/DD/YY) POLICY EXPIRATION DATE (MMIDDIYY) LIMITS • GENERAL LIABILITY COMMERCIAL GENERAL LIABILITY OTE -00-526.190,1,01312/01/08 12/01/09 EACH OCCURRENCE $ 1000000 X DAMAGE TO RENTED PREMISES (Ea occurence) $ 300000 CLAIMS MADE X OCCUR MED EXP (Any one person) $ 5000 PERSONAL BADV INJURY $ 1000000 X WA STOP GAP GENERAL AGGREGATE $ 2000000 GEN' L AGGREGATE LIMIT APPLIES PER PRODUCTS COMP/OP AGG $ 2000000 PRPOLICY X JECTLOC Emp Ben. 2000000 A AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS DT -810526D8190 -TIL -08 12/01/08 12/01/09 COMBINED SINGLE LIMIT (Ea accident) S1,000,000 X BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ GARAGE LIABILITY ANY AUTO AUTO ONLY EA ACCIDENT S EA ACC OTHER THAN $ AUTO ONLY AGG $ B EXCESS/UMBRELLA LIABILITY SE08EXC544956NV 12/01/08 12/01/09 EACH OCCURRENCE s 2,000,000 IX OCCUR I CLAUS MADE AGGREGATE $ 2,000,000 DEDUCTIBLE RETENTION $WC $ $ IX $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? If yes. describe under SPECIAL PROVISIONS below DTE-C0-5:6De19o-TII.-0e 12/01/08 12/01/09 STATU• I TORY LIMITS I X I OER E.L. EACH ACCIDENT $ 1,000,000 E L DISEASE EA EMPLOYEE 01,000,000 E L DISEASE- POLICY LIMIT $ 1,000,000 OTHER SCRIPTION OF OPERATIONS I LOCATIONS / VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS DITIONAL INSURED(S) AS REQUIRED BY WRITTEN CONTRACT SUBJECT TO POLICY TERMS, CONDITIONS, LIMITATIONS & ATTACHED ENDORSEMENT CITY OF YAKIMA, THEIR AGENTS, EMPLOYEES AND ELECTED OR APPOINTED OFFICIALS FOR: NOB HILL OULEVARD OVERPASS REPAIRS, CITY PROJECT NO 2229 CERTIFICATE HOLDER CANCELLATION CIYAKIM CITY OF YAKIMA 129 NORTH 2ND STREET, 2ND FLR YAKIMA WA 98901 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF THE ISSUING INSURER WILL ENDEAVOR TO MAIL X%Off0000CX NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT. BIH-FAI4URC—T13009O1911 -4 -REPRESENTATIVES 20 DAYS WRITTEN AUT RIZED REPRE ENTATIVE CORD 25 (2001/08) ©ACORD CORPORATION 1988 CL ,vi li�i H Lal/- L �-i=1V Cr(/- L LI - DILI 1 7 THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY BLANKET ADDITIONAL INSURED This endorsement modifies insurance provided undsr the following. COMMERCIAL GENERAL LIABILITY COVERAGE PART COMMERCIAL GENERAL LIABILITY — CONTRACTORS . WHO lS AN INSURED — (Ser_. ion Il) is amended to include any person or oraani_ation you are re- quired to include as an additional insured on this policy by a written contract or written agreement in effect dunng this policy period pop signed and executed by you prior to the loss for which cover- age Is sought The person or crgantatlon does not qualify as an additional insured with respect to the indepenjeiii. 2"'- _. ..__._.s of such _.son or organization The person or organization is only , _„ additional insured with respect to liabilitycaused by "your work" for that additional insured 2, The insurance provided to the additional insured is limited as follows: a) In the event that the limits of iiability stated in the policy exceed the limits of liability required by a written contract or writer) agreement in effect during this policy period and signed and executed by you prior to the loss for which coverage is sought, the insurance provided by this endorsement shall be limited to the .. limits of liability required by such contract or agreement This endorsement shall not in- crease the limits stated in Section I: — LIMITS OF INSURANCE. b) The insurance provided to iiie additional in- sured does not apply to "'bodily injury", "prop- erty damage" 'personal injury or "advertising injury" arising out of 20 architect's, engineers or s,urveyor'c rnrierinn ni or failure to render any professional services including The preparing, approving or failing to p;arc,e apprv., e maps, - „_drawings, opinions, reports surveys, field orders, change orders or drawings and specifi- cations, and HC.tlViil2S Der- , .,i fll rrned as r' '1 Uf yi!y related architectural or engineering activities 1 c) COVERAGE. FART This insurance does not apply to "bodily in- jury" or "property damage" caused by "your work" included in the "products -completed operations hazard" unless you are required to in- sured by a written contract or written agree- ment in effect during this policy period and signed and executed by you prior to the loss for .;high coverage is sought and then only for the period of time required by such con- tract or agreement and in no event beyond the expiration date of the policy. 3. Subpart (1)(a) of the Pollution exclusion under Paragraph 2., Exclusions of Bodily Injury and Property Damage Liability Coverage (Section I — Coverages) does not apply to you if the "bodily injury" or "property damage" arises out of "your work" performed on premises vvhich are owned or rented by the additional insured at the time "your work" is performed C, tiny coverage provided by this endorsement to an additional insured shall be excess over any other i_ _ : able the valid and C:UiiciiiJid insurance available, to ii�- additional insured whether primary, excess, con- tingent or on any other basis unless a written contract or written agreement in effect during this policy period and signed and executed by you prior to the loss for which coverage is sought specifically requires that this insurance apply on a primary or non-contributory basis When this in- surance n-s urance is primary Is other insur a0cc available to the additional insured from any source, v'e will share with that other insurance by the method described in the policy 5 sacondilion_. __tier )e (,,a:.h additional insured must a ) Give us prompt whiten notice of any "occur- 6nCc UI offense wfll:L may result a claim and pro -'pt ivi,ritten fl_..__ 01s0it CG G2 45 10 02 'Copyright The Travele,rs lnoemnity Company, 200') 1 Page 1 of 2 1 1 COiVMIMIERCIAL GE.I E'RAL LI,'.6 SIT b.) Immediately forward all legal papers to us, cooperate In the investigation or settlement 01 the claim or defense against the "suit," and otherwise comply with policy conditions requirement, the Term "insures against" refers to any self-insurance and to any insurer which issued a policy of insurance that may provide coverage for the loss, regardless of whether 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 c.) Tender the defense and indemnity of any claim or "suit" to any other insurer which also insures against a loss we cover under this endorsement This includes, but is not limited to, any insurer which has issued a policy of insurance In which the additional insured dualities as an insured For purposes of this raoe2of2 that the insurer provide the additional insured with a defense and/or indemnity under that policy of insurance d ) ,agree to make available any other insurance that the additional insured has for a less we cover under this endorsement Copyright, The Travelers Indemnity Company, 2002 CG D2 45 10 02 MINIMUM WAGE AFFIDAVIT STATE OF WASHINGTON) ) ss COUNTY OF YAKIMA ) I, the undersigned, having been duly sworn, depose, say and certify that in connection with the performance of the work, payment for which this voucher is submitted, I have paid the following rate per hour to each classification of laborers, workmen, or mechanics, as indicated upon the attached list, now referred to and by such reference incorporated in and made an integral part hereof, for all such employed in the performance of such work; and no laborer, workman or mechanic so employed upon such work has been paid less than the prevailing rate of wage or less than the minimum rate of wages as specified in the principal contract; that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. Contractor Subscribed and sworn to before me on this day of , 200 Notary Public in and for the State of Washington residing at 123 PREVAILING WAGE RATES Department of Labor and Industries Statement Federal Wage Rates Prevailing Wage Rates for Yakima County (with Supplemental Wage Rates & Benefit Key Code) 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 125 General Decision Number: WA080001 03/20/2009 WA1 Superseded General Decision Number: WA20070001 State: Washington Construction Types: Heavy (Heavy and Dredging) and Highway Counties: Washington Statewide. HEAVY AND HIGHWAY AND DREDGING CONSTRUCTION PROJECTS (Excludes D.O.E. Hanford Site in Benton and Franklin Counties) Modification Publication Date Modification Publication Number Number Date 0 02/08/2008 19 10/31/2008 1 02/15/2008 20 11/21/2008 2 02/22/2008 21 01/02/2009 3 04/04/2008 22 02/06/2009 4 04/25/2008 23 02/27/2009 5 05/09/2008 24 03/06/2009 6 06/06/2008 25 3/20/2009 7 06/13/2008 8 06/20/2008 9 06/27/2008 10 07/11/2008 11 07/25/2008 12 08/01/2008 13 08/08/2008 14 08/29/2008 15 09/05/2008 16 09/19/2008 17 10/03/2008 18 10/24/2008 CARP0001-008 06/01/2007 Carpenters: COLUMBIA RIVER AREA - ADAMS, BENTON, COLUMBIA, DOUGLAS (EAST OF THE 120TH MERIDIAN), FERRY,FRANKLIN, GRANT, OKANOGAN (EAST OF THE 120TH MERIDIAN) AND WALLA WALLA COUNTIES Rates Fringes GROUP 1• $ 25.68 9.30 GROUP 2• $ 27.18 9.30 GROUP 3• $ 25.95 9.30 GROUP 4• $ 25.68 9.30 GROUP 5• $ 59.40 9.30 GROUP 6 $ 28.70 9.30 GROUP 7 $ 29.70 9.30 GROUP 8 $ 26.95 9.30 GROUP 9 $ 32.70 9.30 WA080001 Modification 25 Federal Wage Determination 1 1 SPOKANE AREA: IIASOTIN, ARFIELD, LINCOLN, PEND OREILLE, SPOKANE, STEVENS AND WHITMAN COUNTIES GROUP 1• $ 25.01 9.30 GROUP 2- $ 26.51 9.30 II GROUP 3- $ 25.27 9.30 GROUP 4- $ 25.01 9.30 GROUP 5• $ 58.04 9.30 GROUP 6 $ 28.02 9.30 IIGROUP 7 $ 29.02 9.30 GROUP 8 $ 26.27 9.30 GROUP 9 $ 32.02 9.30 CARPENTER & DIVER CLASSIFICATIONS: I 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: Diver Wet GROUP 6: Diver Tender, Manifold Operator, ROV Operator ' GROUP 7: Diver Standby, Bell/Vehicle or Submersible operator Not Under Pressure GROUP 8: Assistant Tender, ROV Tender/Technician GROUP 9: Manifold Operator -Mixed Gas ZONE PAY: ZONE 1 0-40 MILES FREE ZONE 2 41-65 MILES $2.25/PER HOUR ZONE 3 66-100 MILES $3.25/PER HOUR ZONE 4 OVER 100 MILES $4.75/PER HOUR DISPATCH POINTS:11 CARPENTERS/MILLWRIGHTS: PASCO (2819 W. SYLVESTER) or Main Post Office of established residence of employee (Whichever is closest to the worksite). WA080001 Modification 25 2 Federal Wage Determination 1 1 CARPENTERS/PILEDRIVER: SPOKANE (127 E. AUGUSTA AVE.) or Main Post Office of established residence of employee (Whichever is closest to the worksite). CARPENTERS: WENATCHEE (27 N. CHELAN) or Main Post Office of established residence of employee (Whichever is closest to the worksite). CARPENTERS: COEUR D' ALENE (1839 N. GOVERNMENT WAY) or Main Post Office of established residence of employee (Whichever is closest to the worksite). t CARPENTERS: MOSCOW (302 N. JACKSON) or Main Post Office of established residence of employee (Whichever is closest to the worksite). ' DEPTH PAY FOR DIVERS BELOW WATER SURFACE: 50-100 feet $2.00 per foot 101-150 feet $3.00 per foot ' 151-220 feet $4.00 per foot 221 feet and deeper $5 00 per foot PREMIUM PAY FOR DIVING IN ENCLOSURES WITH NO VERTICAL ASCENT: ' 0-25 feet Free 26-300 feet $1.00 per Foot ' SATURATION DIVING: The standby rate applies until saturation starts. The saturation diving rate applies when divers are under pressure continuously until work task and decompression are complete. the diver rate shall be paid for all saturation hours. WORK IN COMBINATION OF CLASSIFICATIONS: Employees working in any combination of classifications within the diving crew (except dive supervisor) in a shift are paid in the classification with the highest rate for that shift. ' HAZMAT PROJECTS: ' Anyone working on a HAZMAT job (task), where HAZMAT certification is required, shall be compensated at a premium, in addition to the classification working in as follows: ' LEVEL D + $.25 per hour - This is the lowest level of protection. No respirator is used and skin protection is minimal. LEVEL C + $.50 per hour - This level uses an air purifying ' respirator or additional protective clothing. LEVEL B + $.75 per hour - Uses same respirator protection as Level A. Supplied air line is provided in conjunction with a chemical "splash suit". ' LEVEL A +$1.00 per hour - This level utilizes a fully encapsulated suit with a self-contained breathing apparatus or a supplied air line. WA080001 Modification 25 3 Federal Wage Determination 1 1 CARP0003-006 06/01/2007 SOUTHWEST WASHINGTON: CLARK, COWLITZ, KLICKITAT, LEWIS(Piledriver only), PACIFIC (South of a straight line made by extending the north boundary line of Wahkiakum County west to Willapa Bay to the Pacific Ocean), SKAMANIA AND WAHKIAKUM COUNTIES and INCLUDES THE ENTIRE PENINSULA WEST OF WILLAPA BAY SEE ZONE DESCRIPTION FOR CITIES BASE POINTS ZONE 1: Rates Fringes Carpenters: CARPENTERS; ACOUSTICAL $ 27.56 13.30 DIVERS TENDERS $ 30.28 13.30 DIVERS $ 68.84 13.30 DRYWALL $ 27.56 13.30 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 $ 27.71 13.30 MILLWRIGHTS $ 28.04 13.30 PILEDRIVERS $ 28.04 13.30 DEPTH PAY: 50 TO 100 FEET $1.00 PER FOOT OVER 50 FEET 101 TO 150 FEET $1.50 PER FOOT OVER 101 FEET 151 TO 200 FEET $2.00 PER FOOT OVER 151 FEET Zone Differential (Add up Zone 1 rates): Zone 2 - $0.85 Zone 3 - 1.25 Zone 4 - 1.70 Zone 5 - 2.00 Zone 6 - 3.00 1 1 WA080001 Modification 25 4 Federal Wage Determination 1 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 06/01/2007 Rates Fringes Carpenters: CENTRAL WASHINGTON: CHELAN, DOUGLAS (WEST OF THE 120TH MERIDIAN), KITTITAS, OKANOGAN (WEST OF THE 120TH MERIDIAN) AND YAKIMA COUNTIES ACCOUSTICAL WORKERS $ 23.25 10.85 BRIDGE, DOCK AND WHARF CARPENTERS AND HEAVY & HIGHWAY $ 32.49 10.85 CARPENTERS AND DRYWALL APPLICATORS $ 23.25 10.85 CARPENTERS ON CREOSOTE MATERIAL $ 23.25 10.85 DIVERS TENDER $ 33.29 10.93 DIVERS $ 74.82 10.93 INSULATION APPLICATORS $ 23.25 10.85 MILLWRIGHT AND MACHINE ERECTORS $ 33.49 10.85 PILEDRIVER, DRIVING, PULLING, CUTTING, PLACING COLLARS, SETTING, WELDING OR CRESOTE TREATED MATERIAL, ALL PILING $ 32.69 10.85 SAWFILERS, STATIONARY POWER SAW OPERATORS, FLOOR FINISHER, FLOOR LAYER, SHINGLER, FLOOR SANDER OPERATOR AND OPERATORS OF OTHER STATIONARY WOOD WORKING TOOLS $ 23.25 10.85 WA080001 Modification 25 5 Federal Wage Determination (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - ALL CLASSIFICATIONS EXCEPT MILLWRIGHTS AND PILEDRIVERS Hourly Zone Pay shall be paid on jobs located outside of the free zone computed from the city center of the following listed cities: Seattle Auburn Renton Aberdeen-Hoquiam Ellensburg Centralia Chelan Zone Pay: radius radius radius radius miles miles miles miles Olympia Bremerton Shelton Tacoma Everett Mount Vernon Pt. Townsend 0 -25 Free 26-35 $1.00/hour 36-45 $1.15/hour 46-55 $1.35/hour Over 55 radius miles $1.55/hour Bellingham Anacortes Yakima Wenatchee Port Angeles Sunnyside (HOURLY ZONE PAY: WESTERN AND CENTRAL AND PILEDRIVER ONLY) WASHINGTON - MILLWRIGHT Hourly Zone Pay shall be computed from Seattle Union Hall, Tacoma City center, and Everett City center Zone Pay• 0 -25 radius miles 26-45 radius miles Over 45 radius miles WA080001 Modification 25 Federal Wage Determination Free $ .70/hour $1.50/hour CARP0770-006 06/01/2007 Carpenters: WESTERN WASHINGTON: CLALLAM, GRAYS HARBOR, (excludes piledrivers only), made by extending the north the Pacific Ocean), PIERCE, WHATCOM COUNTIES ISLAND, JEFFERSON, KING, KITSAP, LEWIS MASON, PACIFIC (North of a straight line boundary line of Wahkiakum County west to SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND Rates ACOUSTICAL WORKERS $ 32.62 BRIDGE, DOCK & WHARF CARPENTERS $ 32.49 CARPENTERS AND DRYWALL APPLICATORS $ 32.49 CARPENTERS ON CREOSOTE MATERIAL $ 32.59 DIVERS TENDER $ 33.29 74.82 32.49 DIVERS INSULATION APPLICATORS MILLWRIGHT AND MACHINE ERECTORS PILEDRIVER, DRIVING, PULLING, CUTTING, PLACING COLLARS, SETTING, WELDING OR CRESOTE TREATED Fringes 11.26 11.26 11.26 11.26 10.93 10.93 11.26 33.49 11.26 MATERIAL, ALL PILING $ 32.69 11.26 SAWFILERS, STATIONARY POWER SAW OPERATORS, FLOOR FINISHER, FLOOR LAYER, SHINGLER, FLOOR SANDER OPERATOR AND OPERATORS OF OTHER STATIONARY WOOD WORKING TOOLS $ 32.62 11.26 (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - ALL CLASSIFICATIONS EXCEPT MILLWRIGHTS AND PILEDRIVERS Hourly Zone Pay shall be paid on jobs located outside of the free zone computed from the city center of the following listed cities: Seattle Auburn Renton Aberdeen-Hoquiam Ellensburg Centralia Chelan Olympia Bremerton Shelton Tacoma Everett Mount Vernon Pt. Townsend WA080001 Modification 25 Federal Wage Determination Bellingham Anacortes Yakima Wenatchee Port Angeles Sunnyside 7 Zone Pay: 0 -25 radius miles Free 26-35 radius miles $1.00/hour 36-45 radius miles $1.15/hour 46-55 radius miles $1.35/hour Over 55 radius miles $1.55/hour (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - MILLWRIGHT AND PILEDRIVER ONLY) Hourly Zone Pay shall be computed from Seattle Union Hall, Tacoma City center, and Everett City center Zone Pay: 0 -25 radius miles Free 26-45 radius miles $ .70/hour Over 45 radius miles $1.50/hour ELEC0046-001 07/02/2007 CALLAM, JEFFERSON, KING AND KITSAP COUNTIES Rates Fringes CABLE SPLICER $ 40.62 3%+13.21 ELECTRICIAN $ 36.93 3%+13.21 * ELEC0048-003 01/01/2009 CLARK, KLICKITAT AND SKAMANIA COUNTIES Rates Fringes CABLE SPLICER $ 34.40 3%+$14.85 ELECTRICIAN $ 35.65 3%+$15.35 HOURLY ZONE PAY: Hourly Zone Pay shall be paid on jobs located outside of the free zone computed from the city center of the following listed cities: Portland, The Dalles, Hood River, Tillamook, Seaside and Astoria Zone Pay: Zone 1: 31-50 miles $1.50/hour Zone 2: 51-70 miles $3.50/hour Zone 3: 71-90 miles $5.50/hour Zone 4: Beyond 90 miles $9.00/hour *These are not miles driven. Zones are based on Delorrne Street Atlas USA 2006 plus. WA080001 Modification 25 8 Federal Wage Determination ELEC0073-001 01/01/2009 ADAMS, FERRY, LINCOLN, PEND OREILLE, SPOKANE, STEVENS, WHITMAN COUNTIES Rates Fringes CABLE SPLICER $ 28.22 3%+12.48 ELECTRICIAN $ 27.82 3%+12.48 ELEC0076-002 03/01/2007 GRAYS HARBOR, LEWIS, MASON, PACIFIC, PIERCE, AND THURSTON COUNTIES Rates Fringes CABLE SPLICER $ 36.31 3%+13.19 ELECTRICIAN $ 32.71 3%+13.19 ELEC0077-002 02/01/2007 Rates Fringes Line Construction: CABLE SPLICERS $ 42.09 3.875%+$10.60 GROUNDMEN $ 26.31 3.875%+$8.60 LINE EQUIPMENT MEN $ 32.32 3.875%+$8.70 LINEMEN, POLE SPRAYERS, HEAVY LINE EQUIPMENT MAN$ 37.58 3.875%+$10.60 POWDERMEN, JACKHAMMERMEN$ 28.19 3.875%+$8.60 TREE TRIMMER $ 22.65 3.875%+$8.35 ELEC0112-005 12/01/2008 ASOTIN, BENTON, COLUMBIA, FRANKLIN, GARFIELD, KITTITAS, WALLA WALLA, YAKIMA COUNTIES Rates Fringes CABLE SPLICER $ 35.39 3%+13.48 ELECTRICIAN $ 33.70 3%+13.48 ELEC0191-003 03/01/2008 ISLAND, SAN JUAN, SNOHOMISH, SKAGIT AND WHATCOM COUNTIES Rates Fringes CABLE SPLICER $ 36.86 3%+12.98 ELECTRICIAN $ 33.51 3%+12.98 WA080001 Modification 25 9 Federal Wage Determination ELEC0191-004 03/01/2008 CHELAN, DOUGLAS, GRANT AND OKANOGAN COUNTIES Rates Fringes CABLE SPLICER $ 32.46 3%+12.81 ELECTRICIAN $ 29.51 3%+12.81 ELEC0970-001 01/01/2009 COWLITZ AND WAHKIAKUM COUNTIES Rates Fringes CABLE SPLICER $ 34.68 3%+9.59 ELECTRICIAN $ 31.53 3%+9.59 ENGI0302-003 06/01/2008 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 $ 34.51 13.95 Group IAA $ 35.08 13.95 Group lAAA $ 35.64 13.95 Group 1 $ 33.96 13.95 Group 2 $ 33.47 13.95 Group 3 $ 33.05 13.95 Group 4 $ 30.69 13.95 Zone Differential (Add to Zone 1 rates): Zone 2 (26-45 radius miles) - $1.00 Zone 3 (Over 45 radius miles) - $1.30 BASEPOINTS: Aberdeen, Bellingham, Bremerton, Everett, Kent, Mount Vernon, Port Angeles, Port Townsend, Seattle, Shelton, Wenatchee, Yakima POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP lAAA (including GROUP IAA - (including in height, - Cranes -over 300 tons, or 300 ft of boom jib with attachments) Cranes 200 to 300 tons, or 250 ft of boom jib with attachments); Tower crane over 175 ft base to boom WA080001 Modification 25 Federal Wage Determination GROUP 1A - Cranes, 100 tons thru 199 tons, or 150 ft of boom (including jib with attachments); Crane -overhead, bridge type, 100 tons and over; Tower crane up to 175 ft in height base to boom; Loaders -overhead, 8 yards and over; Shovels, excavator, backhoes-6 yards and over with attachments GROUP 1 - Cableway; Cranes 45 tons thru 99 tons, under 150 ft of boom (including jib with attachments); Crane -overhead, bridge type, 45 tons thru 99 tons; Derricks on building work; Excavator, shovel, backhoes over 3 yards and under 6 yards; Hard tail end dump articulating off-road equipment 45 yards and over; Loader- overhead 6 yards to, but not including 8 yards; Mucking machine, mole, tunnel, drill and/or shield; Quad 9, HD 41, D-10; Remote control operator on rubber tired earth moving equipment; Rollagon; Scrapers -self propelled 45 yards and over; Slipform pavers; Transporters, all truck or track type GROUP 2 - Barrier machine (zipper); Batch Plant Operaor- Concrete; Bump Cutter; Cranes, 20 tons thru 44 tons with attachments; Crane -overhead, bridge type -20 tons through 44 tons; Chipper; Concrete Pump -truck mount with boom attachment; Crusher; Deck Engineer/Deck Winches (power); Drilling machine; Excavator, shovel, backhoe-3yards and under; Finishing Machine, Bidwell, Gamaco and similar equipment; Guardrail punch; Horizontal/directional drill operator; Loaders -overhead under 6 yards; Loaders -plant feed; Locomotives -all; Mechanics -all; Mixers -asphalt plant; Motor patrol graders -finishing; Piledriver (other than crane mount); Roto-mill,roto-grinder; Screedman, spreader, topside operator-Blaw Knox, Cedar Rapids, Jaeger, Caterpillar, Barbar Green; Scraper -self propelled, hard tail end dump, articulating off-road equipment -under 45 yards; Subgrade trimmer; Tractors, backhoes-over 75 hp; Transfer material service machine -shuttle buggy, blaw knox-roadtec; Truck crane oiler/driver-100 tons and over; Truck Mount portable conveyor; Yo Yo Pay dozer GROUP 3 - Conveyors; Cranes-thru 19 tons with attachments; A -frame crane over 10 tons; Drill oilers -auger type, truck or crane mount; Dozers -D-9 and under; Forklift -3000 lbs. and over with attachments; Horizontal/directional drill locator; Outside hoists -(elevators and manlifts), air tuggers, strato tower bucket elevators; Hydralifts/boom trucks over 10 tons; Loader -elevating type, belt; Motor patrol grader-nonfinishing; Plant oiler- asphalt, crusher; Pumps -concrete; Roller, plant mix or multi -lift materials; Saws -concrete; Scrpers-concrete and carry -all; Service engineer -equipment; Trenching machines; Truck Crane Oiler/Driver under 100 tons; Tractors, backhoe 75 hp and under GROUP 4 - Assistant Engineer; Bobcat; Brooms; Compressor; Concrete finish mahine-laser screed; Cranes -A frame -10 tons and under; Elevator and Manlift-permanent or shaft type; Gradechecker, Stakehop; Forklifts under 3000 lbs. with WA080001 Modification 25 11 Federal Wage Determination attachments; Hydralifts/boom trucks, 10 tons and under; Oil distributors, blower distribution and mulch seeding operator; Pavement breaker; Posthole digger, mechanical; Power plant; Pumps, water; Rigger and Bellman; Roller -other than plant mix; Wheel Tractors, farmall type; Shotcrete/gunite equipment operator Category B Projects: 95% of the basic hourly reate for each group plus full fringe benefits applicable to category A projects shall apply to the following projects. A Reduced rates may be paid on the following: 1 Projects involving work on structures such as buildings and bridges whose total value is less than $1.5 million excluding mechanical, electrical, and utility portions of the contract. 2. Projects of less than $1 million where no building is involved. Surfacing and paving included, but utilities excluded. 3. Marine projects (docks, wharfs, etc.) less than $150,000. HANDLING OF HAZARDOUS WASTE MATERIALS: Personnel in all craft classifications subject to working inside a federally designated hazardous perimeter shall be elgible for compensation in accordance with the following group schedule relative to the level of hazardous waste as outlined in the specific hazardous waste project site safety plan. H-1 Base wage rate when on a hazardous waste site when not outfitted with protective clothing H-2 Class "C" Suit - Base wage rate plus $ .25 per hour. H-3 Class "B" Suit - Base wage rate plus $ .50 per hour. H-4 Class "A" Suit - Base wage rate plus $ .75 per hour. WA080001 Modification 25 12 Federal Wage Determination ENGI0302-009 06/01/2007 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 $ 31.33 12.75 TOTAL PROJECT COST UNDER $300,000 $ 26.96 8.40 GROUP 2 TOTAL PROJECT COST $300,000 AND OVER $ 31.46 12.75 TOTAL PROJECT COST UNDER $300,000 $ 27.06 8.40 GROUP 3 TOTAL PROJECT COST $300,000 AND OVER $ 31.84 12.75 TOTAL PROJECT COST UNDER $300,000 $ 27.38 8.40 GROUP 4 TOTAL PROJECT COST $300,000 AND OVER $ 31.89 12.75 TOTAL PROJECT COST UNDER $300,000 $ 27.43 8.40 GROUP 5 TOATL PROJECT COST $300,000 AND OVER $ 33.46 12.75 TOTAL PROJECT COST UNDER $300,000 $ 28.75 8.40 GROUP 6 TOTAL PROJECT COST $300,000 AND OVER $ 31.33 12.75 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 WA080001 Modification 25 13 Federal Wage Determination 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 reate for each group plus full fringe benefits applicable to category A projects shall apply to the following projects. A Reduced rates may be paid on the following: 1. Projects involving work on structures such as buildings and bridges whose total value is less than $1.5 million excluding mechanical, electrical, and utility portions of the contract. 2. Projects of less than $1 million where no building is involved. Surfacing and paving included, but utilities excluded. 3. Marine projects (docks, wharfs, etc.) less than $150,000. Heavy Wage rates (Category A) Applies to clam shell dredge, hoe and dipper, shovels and shovel attachments, cranes and bulldozers. HANDLING OF HAZARDOUS WASTE MATERIALS: Personnel in all craft classifications subject to working inside a federally designated hazardous perimeter shall be elgible for compensation in accordance with the following group schedule relative to the level of hazardous waste as outlined in the specific hazardous waste project site safety plan. H-1 Base wage rate when on a hazardous waste site when not outfitted with protective clothing H-2 Class "C" Suit - Base wage rate plus $ .25 per hour. H-3 Class "B" Suit - Base wage rate plus $ .50 per hour. H-4 Class "A" Suit - Base wage rate plus $ .75 per hour. WA080001 Modification 25 14 Federal Wage Determination ENGI0370-002 06/01/2008 ADAMS, ASOTIN, BENTON, CHELAN (EAST OF THE 120TH MERIDIAN), COLUMBIA, DOUGLAS (EAST OF THE 120TH MERIDIAN), FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN (EAST OF THE 120TH MERIDIAN), PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMA (EAST OF THE 120TH MERIDIAN) COUNTIES ZONE 1: Rates Fringes Power equipment operators: GROUP 1A $ 23.21 9.80 GROUP 1 $ 23.76 9.80 GROUP 2 $ 24.08 9.80 GROUP 3 $ 24.69 9.80 GROUP 4 $ 24.85 9.80 GROUP 5 $ 25.01 9.80 GROUP 6 $ 25.29 9.80 GROUP 7 $ 25.56 9.80 GROUP 8 $ 26.66 9.80 ZONE DIFFERENTIAL (Add to Zone 1 rate): Zone 2 - $2.00 Zone 1: Within 45 mile radius of Spokane, Pasco, Washington; Lewiston, Idaho Zone 2: Outside 45 mile radius of Spokane, Pasco, Washington; Lewiston, Idaho POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1A: Boat Operator; Crush Feeder; Oiler; Steam Cleaner GROUP 1: Bit Grinders; Bolt Threading Machine; Compressors (under 2000 CFM, gas, diesel, or electric power); Deck Hand; Drillers Helper (Assist driller in making drill rod connections, service drill engine and air compressor, repair drill rig and drill tools, drive drill support truck to and on the job site, remove drill cuttings from around bore hole and inspect drill rig while in operation); Fireman & Heater Tender; Hydro -seeder, Mulcher, Nozzleman; Oiler Driver, & Cable Tender, Mucking Machine; Pumpman; Rollers, all types on subgrade, including seal and chip coatings (farm type, Case, John Deere & similar, or Compacting Vibrator), except when pulled by Dozer with operable blade; Welding Machine; Crane Oiler -Driver (CLD required) & Cable Tender, Mucking Machine WA080001 Modification 25 15 Federal Wage Determination GROUP 2: A -frame Truck (single drum); Assistant Refrigeration Plant (under 1000 ton); Assistant Plant Operator, Fireman or Pugmixer (asphalt); Bagley or Stationary Scraper; Belt Finishing Machine; Blower Operator (cement); Cement Hog; Compressor (2000 CFM or over, 2 or more, gas diesel or electric power); Concrete Saw (multiple cut); Distributor Leverman; Ditch Witch or similar; Elevator Hoisting Materials; Dope Pots (power agitated); Fork Lift or Lumber Stacker, hydra -lift & similar; Gin Trucks (pipeline); Hoist, single drum; Loaders (bucket elevators and conveyors); Longitudinal Float; Mixer (portable -concrete); Pavement Breaker, Hydra -Hammer & similar; Power Broom; Railroad Ballast Regulation Operator (self-propelled); Railroad Power Tamper Operator (self-propelled); Railroad Tamper Jack Operator (self-propelled; Spray Curing Machine (concrete); Spreader Box (self-propelled); Straddle Buggy (Ross & similar on construction job only); Tractor (Farm type R/T with attachment, except Backhoe); Tugger Operator GROUP 3: A -frame Truck (2 or more drums); Assistant Refrigeration Plant & Chiller Operator (over 1000 ton); Backfillers (Cleveland & similar); Batch Plant & Wet Mix Operator, single unit (concrete); Belt -Crete Conveyors with power pack or similar; Belt Loader (Kocal or similar); Bending Machine; Bob Cat (Skid Steer); Boring Machine (earth); Boring Machine (rock under 8 inch bit) (Quarry Master, Joy or similar); Bump Cutter (Wayne, Saginau or similar); Canal Lining Machine (concrete); Chipper (without crane); Cleaning & Doping Machine (pipeline); Deck Engineer; Elevating Belt -type Loader (Euclid, Barber Green & similar); Elevating Grader -type Loader (Dumor, Adams or similar); Generator Plant Engineers (diesel or electric); Gunnite Combination Mixer & Compressor; Locomotive Engineer; Mixermobile; Mucking Machine; Posthole Auger or Punch; Pump (grout or jet); Soil Stabilizer (P & H or similar); Spreader Machine; Dozer/Tractor (up to D-6 or equivalent) and Traxcavator; Traverse Finish Machine; Turnhead Operator GROUP 4: Concrete Pumps (squeeze-crete, flow-crete, pump- crete, Whitman & similar); Curb Extruder (asphalt or concrete); Drills (churn, core, calyx or diamond); Equipment Serviceman; Greaser & Oiler; Hoist (2 or more drums or Tower Hoist); Loaders (overhead & front-end, under 4 yds. R/T); Refrigeration Plant Engineer (under 1000 ton); Rubber -tired Skidders (R/T with or without attachments); Surface Heater & Plant Machine; Trenching Machines (under 7 ft. depth capacity); Turnhead (with re -screening); Vacuum Drill (reverse circulation drill under 8 inch bit) WA080001 Modification 25 16 Federal Wage Determination GROUP 5: Backhoe (under 45,000 gw); Backhoe & Hoe Ram (under 3/4 yd.); Carrydeck & Boom Truck (under 25 tons); Cranes (25 tons & under), all attachments including clamshell, dragline; Derricks & Stifflegs (under 65 tons); Drilling Equipment(8 inch bit & over) (Robbins, reverse circulation & similar); Hoe Ram; Piledriving Engineers; Paving (dual drum); Railroad Track Liner Operaotr (self-propelled); Refrigeration Plant Engineer (1000 tons & over); Signalman (Whirleys, Highline Hammerheads or similar); Grade Checker GROUP 6: Asphalt Plant Operator; Automatic Subgrader (Ditches & Trimmers)(Autograde, ABC, R.A. Hansen & similar on grade wire); Backhoe (45,000 gw and over to 110,000 gw); Backhoes & Hoe Ram (3/4 yd. to 3 yd.); Batch Plant (over 4 units); Batch & Wet Mix Operator (multiple units, 2 & incl. 4); Blade Operator (motor patrol & attachments); Cable Controller (dispatcher); Compactor (self-propelled with blade); Concrete Pump Boom Truck; Concrete Slip Form Paver; Cranes (over 25 tons, to and including 45 tons), all attachments including clamshell, dragline; Crusher, Grizzle & Screening Plant Operator; Dozer, 834 R/T & similar; Drill Doctor; Loader Operator (front-end & overhead, 4 yds. incl. 8 yds.); Multiple Dozer Units with single blade; Paving Machine (asphalt and concrete); Quad -Track or similar equipment; Rollerman (finishing asphalt pavement); Roto Mill (pavement grinder); Scrapers, all, rubber -tired; Screed Operator; Shovel(under 3 yds.); Trenching Machines (7 ft. depth & over); Tug Boat Operator Vactor guzzler, super sucker; Lime Batch Tank Operator (REcycle Train); Lime Brain Operator (Recycle Train); Mobile Crusher Operator (Recycle Train) GROUP 7: Backhoe (over 110,000 gw); Backhoes & Hoe Ram (3 yds & over); Blade (finish & bluetop) Automatic, CMI, ABC, Finish Athey & Huber & similar when used as automatic; Cableway Operators; Concrete Cleaning/Decontamination machine operator; Cranes (over 45 tons to but not including 85 tons), all attachments including clamshell and dragine; Derricks & Stiffleys (65 tons & over); Elevating Belt (Holland type); Heavy equipment robotics operator; Loader (360 degrees revolving Koehring Scooper or similar); Loaders (overhead & front-end, over 8 yds. to 10 yds.); Rubber -tired Scrapers (multiple engine with three or more scrapers); Shovels (3 yds. & over); Whirleys & Hammerheads, ALL; H.D. Mechanic; H.D. Welder; Hydraulic Platform Trailers (Goldhofer, Shaurerly andSimilar); Ultra High Pressure Wateriet Cutting Tool System Operator (30,000 psi); Vacuum Blasting Machine Operator GROUP 8: Cranes (85 tons and over, and all climbing, overhead,rail and tower), all attachments including clamshell, dragline; Loaders (overhead and front-end, 10 yards and over); Helicopter Pilot WA080001 Modification 25 17 Federal Wage Determination BOOM PAY: (All Cranes, Including Tower) 180 ft to 250 ft $ .50 over scale Over 250 ft $ .80 over scale NOTE: In computing the length of the boom on Tower Cranes, they shall be measured from the base of the Tower to the point of the boom. HAZMAT: Anyone working on HAZMAT jobs, working with supplied air shall receive $1.00 an hour above classification. ENGI0370-006 06/01/2008 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• $ 31.85 13.53 GROUP 2• $ 32.36 13.53 GROUP 3• $ 32.41 13.53 GROUP 4• $ 33.98 13.53 GROUP 5• $ 31.85 13.53 GROUP 6• $ 31.98 13.53 GROUP 7- $ 32.36 13.53 GROUP 1: Assistant Mate (Deckhand) GROUP 2: Assistant Engineer (Electric, Diesel, Steam, or Booster Pump) GROUP 3: Engineer Welder GROUP 4: Leverman, Hydraulic GROUP 5: Maintenance GROUP 6: Oiler GROUP 7: Mates & Boatman HEAVY WAGE RATES APPLIES TO CLAM SHELL DREDGE, HOE AND DIPPER, SHOVELS AND SHOVEL ATTACHMENTS, CRANES AND BULLDOZERS. WA080001 Modification 25 18 Federal Wage Determination ENGI0612-001 06/01/2007 LEWIS, PIERCE, PACIFIC (THAT PORTION WHICH LIES NORTH OF A PARALLEL LINE EXTENDED WEST FROM THE NORTHERN BOUNDARY OF WAHKAIKUM COUNTY TO THE SEA IN THE STATE OF WASHINGTON) AND THURSTON COUNTIES PROJECTS: CATEGORY A PROJECTS (excludes Category B projects, as shown below) Rates Fringes Power equipment operators: WORK PERFORMED ON HYDRAULIC DREDGES:Total Project cost $300,000 and over GROUP 1 $ 31.33 12.75 GROUP 2 $ 31.46 12.75 GROUP 3 $ 31.84 12.75 GROUP 4 $ 31.89 12.75 GROUP 5 $ 33.46 12.75 GROUP 6 $ 31.33 12.75 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. WA080001 Modification 25 19 Federal Wage Determination 3. Marine projects (docts, wharfs, etc.) less than $150,000 WORK PERFORMED ON HYDRAULIC DREDGES: GROUP 1: Assistant Mate (Deckhand GROUP 2: Oiler GROUP 3: Assistant Engineer (Electric, Diesel, Steam or Booster Pump); Mates and Boatmen GROUP 4: Craneman, Engineer Welder GROUP 5: Leverman, Hydraulic GROUP 6: Maintenance HEAVY WAGE RATES APPLIES TO CLAM SHEEL DREDGE, HOE AND DIPPER, SHOVELS AND SHOVEL ATTACHMENTS, CRANES AND BULLDOZERS HANDLING OF HAZARDOUS WASTE MATERIALS H-1 - When not outfitted with protective clothing of level D equipment - Base wage rate H-2 - Class "C" Suit - Base wage rate + $.25 per hour H-3 - Class "B" Suit - Base wage rate + $.50 per hour H-4 - Class "A" Suit - Base wage rate +$.75 per hour ENGI0612-002 06/01/2008 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 Power equipment operators: GROUP 1A $ 34.51 GROUP IAA $ 35.08 GROUP lAAA $ 35.65 GROUP 1 $ 33.96 GROUP 2 $ 33.47 GROUP 3 $ 33.05 GROUP 4 $ 30.69 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 Fringes 13.95 13.95 13.95 13.95 13.95 13.95 13.95 POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1 AAA - Cranes -over 300 tons or 300 ft of boom (including jib with attachments) WA080001 Modification 25 20 Federal Wage Determination GROUP IAA - Cranes- 200 tonsto 300 tons, or 250 ft of boom (including jib with attachments; Tower crane over 175 ft in height, bas to boom GROUP 1A - Cranes, 100 tons thru 199 tons, or 150 ft of boom (including jib with attachments); Crane -overhead, bridge type, 100 tons and over; Tower crane up to 175 ft in height base to boom; Loaders -overhead, 8 yards and over; Shovels, excavator, backhoes-6 yards and over with attachments GROUP 1 - Cableway; Cranes 45 tons thru 99 tons under 150 ft of boom (including jib with attachments); Crane -overhead, bridge type, 45 tons thru 99 tons; Derricks on building work; Excavator, shovel, backhoes over 3 yards and under 6 yards; Hard tail end dump articulating off-road equipment 45 yards and over; Loader- overhead, 6 yards to, but not including, 8 yards; Mucking machine, mole, tunnel, drill and/or shield; Quad 9 HD 41, D-10; Remote control operator on rubber tired earth moving equipment; Rollagon; Scrapers - self -propelled 45 yards and over; Slipform pavers; Transporters, all track or truck type GROUP 2 - Barrier machine (zipper); Batch Plant Operator - concrete; Bump Cutter; Cranes, 20 tons thru 44 tons with attachments; Crane -Overhead, bridge type, 20 tons through 44 tons; Chipper; Concrete pump -truck mount with boom attachment; Crusher; Deck engineer/deck winches (power); Drilling machine; Excavator, shovel, backhoe -3 yards and under; Finishing machine, Bidwell, Gamaco and similar equipment; Guardrail punch; Loaders, overhead under 6 yards; Loaders -plant feed; Locomotives -all; Mechanics- all; Mixers, asphalt plant; Motor patrol graders, finishing; Piledriver (other than crane mount); Roto -mill, roto - grinder; Screedman, spreader, topside operator-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 WA080001 Modification 25 21 Federal Wage Determination 1 1 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 01/01/2009 CLARK, COWLITZ, KLICKKITAT, PACIFIC (SOUTH), SKAMANIA, AND ' WAHKIAKUM COUNTIES POWER RQUIPMENT OPERATORS: ZONE 1 Rates Fringes IIPower equipment operators: (See Footnote A) GROUP 1 $ 36.22 10.90 GROUP 1A $ 38.03 10.90II GROUP 1B $ 39.84 10.90 GROUP 2 $ 34.65 10.90 GROUP 3 $ 33.69 10.90 II GROUP 4 $ 32.78 10.90 GROUP 5 $ 31.71 10.90 GROUP 6 $ 28.82 10.90 WA080001 Modification 25 22 11 Federal Wage Determination 1 1 ' Zone Differential (add to Zone 1 rates): Zone 2 - $2.50 Zone 3 - $5.00 ' For the following metropolitan counties: MULTNOMAH; CLACKAMAS; MARION; WASHINGTON; YAMHILL; AND COLUMBIA; CLARK; AND COWLITZ COUNTY, WASHINGTON WITH MODIFICATIONS AS ' INDICATED: All jobs or projects located in Multnomah, Clackamas and ' Marion Counties, West of the western boundary of Mt. Hood National Forest and West of Mile Post 30 on Interstate 84 and West of Mile Post 30 on State Highway 26 and West of Mile Post 30 on Highway 22 and all jobs or projects located ' in Yamhill County, Washington County and Columbia County and all jobs or porjects located in Clark & Cowlitz County, Washington except that portion of Cowlitz County in the Mt. St. Helens "Blast Zone" shall receive Zone I pay for all ' classifications. All jobs or projects located in the area outside the identified boundary above, but less than 50 miles from the ' Portland City Hall shall receive Zone II pay for all classifications. ' All jobs or projects located more than 50 miles from the Portland City Hall, but outside the identified border above, shall receive Zone III pay for all classifications. For the following cities: ALBANY; BEND; COOS BAY; EUGENE; GRANTS PASS; KLAMATH FALLS; MEDFORD; ROSEBURG All jobs or projects located within 30 miles of the ' respective city hall of the above mentioned cities shall receive Zone I pay for all classifications. All jobs or projects located more than 30 miles and less than ' 50 miles from the respective city hall of the above mentioned cities shall receive Zone II pay for all classifications. ' All jobs or projects located more than 50 miles from the respective city hall of the above mentioned cities shall receive Zone III pay for all classifications. ' POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1: CONCRETE: Batch Plant and/or Wet Mix Operator, three ' units or more; CRANE: Helicopter Operator, when used in erecting work; Whirley Operator, 90 ton and over; LATTICE BOOM CRANE: Operator 200 tons through 299 tons, and/or over 200 feet boom; HYDRAULIC CRANE: Hydraulic Crane Operator 90 tons through 199 tons with luffing or tower attachments; FLOATING EQUIPMENT: Floating Crane, 150 ton but less than 250 ton WA080001 Modification 25 23 Federal Wage Determination GROUP 1A: HYDRAULIC CRANE: Hydraulic Operator, 200 tons and over (with luffing or tower attachment); LATTICE BOOM CRANE: Operator, 200 tons through 299 tons, with over 200 feet boom; FLOATING EQUIPMENT: Floating Crane 250 ton and over GROUP 1B: LATTICE BOOM CRANE: Operator, 300 tons through 399 tons with over 200 feet boom; Operator 400 tons and over; FLOATING EQUIPMENT: Floating Crane 350 ton and over GROUP 2: ASPHALT: Asphalt Plant Operator (any type); Roto Mill, pavement profiler, operator, 6 foot lateral cut and over; BLADE: Auto Grader or "Trimmer" (Grade Checker required); Blade Operator, Robotic; BULLDOZERS: Bulldozer operator over 120,000 lbs and above; Bulldozer operator, twin engine; Bulldozer Operator,tandem, quadnine, D10, D11, and similar type; Bulldozere Robotic Equipment (any type; CONCRETE: Batch Plant and/or Wet Mix Operator, one and two drum; Automatic Concrete Slip Form Paver Operator; Concrete Canal Line Operator; Concrete Profiler, Diamond Head; CRANE: Cableway Operator, 25 tons and over; HYDRAULIC CRANE: Hydraulic crane operator 90 tons through 199 tons (without luffing or tower attachment); TOWER/WHIRLEY OPERATOR: Tower Crane Operator; Whirley Operator, under 90 tons; LATTICE BOOM CRANE: 90 through 199 tons and/or 150 to 200 feet boom; CRUSHER: Crusher Plant Operator; FLOATING EQUIPMENT: Floating Clamshell, etc.operator, 3 cu. yds. and over; Floating Crane (derrick barge) Operator, 30 tons but less than 150 tons; LOADERS: Loader operator, 120,000 lbs. and above; REMOTE CONTROL: Remote controlled earth -moving equipment; RUBBER -TIRED SCRAPERS: Rubber - tired scraper operator, with tandem scrapers, multi -engine; SHOVEL, DRAGLINE, CLAMSHELL, SKOOPER OPERATOR: Shovel, Dragline, Clamshell, operator 5 cu. yds and over; TRENCHING MACHINE: Wheel Excavator, under 750 cu. yds. per hour (Grade Oiler required); Canal Trimmer (Grade Oiler required); Wheel Excavator, over 750 cu. yds. per hour; Band Wagon (in conjunction with wheel excavator); UNDERWATER EQUIPMENT: Underwater Equipment Operator, remote or otherwise; HYDRAULIC HOES -EXCAVATOR: Excavator over 130,000 lbs.; HYDRAULIC CRANE: Hydraulic crane operator, 50 tons through 89 tons (with luffing or tower attachment); GROUP 3: BULLDOZERS: Bulldozer operator, over 70,000 lbs. up to and including 120,000 lbs.; HYDRAULIC CRANE: Hydraulic crane operator, 50 tons through 89 tons (without luffing or tower attachment); LATTICE BOOM CRANES: Lattice Boom Crane -50 through 89 tons (and less than 150 feet boom); FORKLIFT: Rock Hound Operator; HYDRAULIC HOES -EXCAVATOR: excavator over 80,000 lbs. through 130,000 lbs.; LOADERS: Loader operator 60,000 and less than 120,000; RUBBER -TIRED SCRAPERS: Scraper Operator, with tandem scrapers; Self -loading, paddle wheel, auger type, finish and/or 2 or more units; SHOVEL, DRAGLINE, CLAMSHELL,SKOOPER OPERATOR: Shovel, Dragline, Clamshell operators 3 cu. yds. but less than 5 cu yds. WA080001 Modification 25 24 Federal Wage Determination 1 1 GROUP 4: ASPHALT: Screed Operator; Asphalt Paver operator (screeman required); BLADE: Blade operator; Blade operator, finish; Blade operator, externally controlled by electronic, mechanical hydraulic means; Blade operator, ' multi -engine; BULLDOZERS: Bulldozer Operator over 20,000 lbs and more than 100 horse up to 70,000 lbs; Drill Cat Operator; Side -boom Operator; Cable -Plow Operator (any ' type); CLEARING: Log Skidders; Chippers; Incinerator; Stump Splitter (loader mounted or similar type); Stump Grinder (loader mounted or similar type; Tub Grinder; Land Clearing Machine (Track mounted forestry mowing & grinding machine); ' Hydro Axe (loader mounted or similar type); COMPACTORS SELF-PROPELLED: Compactor Operator, with blade; Compactor Operator, multi -engine; Compactor Operator, robotic; CONCRETE: Mixer Mobile Operator; Screed Operator; Concrete Cooling Machine Operator; Concrete Paving Road Mixer; Concrete Breaker; Reinforced Tank Banding Machine (K-17 or similar types); Laser Screed; CRANE: Chicago boom and similar types; Lift Slab Machine Operator; Boom type ' lifting device, 5 ton capacity or less; Hoist Operator, two (2) drum; Hoist Operator, three (3) or more drums; Derrick Operator, under 100 ton; Hoist Operator, stiff leg, guy derrick or similar type, 50 ton and over; Cableway Operator up to twenty (25) ton; Bridge Crane Operator, Locomotive, Gantry, Overhead; Cherry Picker or similar type crane; Carry Deck Operator; Hydraulic Crane Operator, under 50 ' tons; LATTICE BOOM CRANE OPERATOR: Lattice Boom Crane Operator, under 50 tons; CRUSHER: Generator Operator; Diesel -Electric Engineer; Grizzley Operator; Drill Doctor; Boring Machine Operator; Driller -Percussion, Diamond, Core, Cable, Rotary and similar type; Cat Drill (John Henry); Directional Drill Operator over 20,000 lbs pullback; FLOATING EQUIPMENT: Diesel-electric Engineer; Jack Operator, elevating barges, Barge Operator, self - unloading; Piledriver Operator (not crane type) (Deckhand required); Floating Clamshelll, etc. Operator, under 3 cu. yds. (Fireman or Diesel -Electric Engineer required); Floating Crane (derrick barge) Operator, less than 30 tons; ' GENERATORS: Generator Operator; Diesel-electric Engineer; GUARDRAIL EQUIPMENT: Guardrail Punch Operator (all types); Guardrail Auger Operator (all types); Combination Guardrail ' machines, i.e., punch auger, etc.; HEATING PLANT: Surface Heater and Planer Operator; HYDRAULIC HOES EXCAVATOR: Robotic Hydraulic backhoe operator, track and wheel type up to and including 20,0000 lbs. with any or all attachments; ' Excavator Operator over 20,000 lbs through 80,000 lbs.; LOADERS: Belt Loaders, Kolman and Ko Cal types; Loaders Operator, front end and overhead, 25,000 lbs and less than 60,000 lbs; Elevating Grader Operator by Tractor operator, Sierra, Euclid or similar types; PILEDRIVERS: Hammer 1 WA080001 Modification 25 25 Federal Wage Determination 1 1 Operator; Piledriver Operator (not crane type); PIPELINE, SEWER WATER: Pipe Cleaning Machine Operator; Pipe Doping Machine Operator; Pipe Bending Machine Operator; Pipe Wrapping Machine Operator; Boring Machine Operator; Back Filling Machine Operator; REMOTE CONTROL: Concrete Cleaning Decontamination Machine Operator; Ultra High Pressure Water Jet Cutting Tool System Operator/Mechanic; Vacuum Blasting Machine Operator/mechanic; REPAIRMEN, HEAVY DUTY: Diesel Electric Engineer (Plant or Floating; Bolt Threading Machine operator; Drill Doctor (Bit Grinder); H.D. Mechanic; Machine Tool Operator; RUBBER -TIRED SCRAPERS: Rubber -tired Scraper Operator,single engine, single scraper; Self -loading, paddle wheel, auger type under 15 cu. yds.; Rubber -tired Scraper Operator, twin engine; Rubber -tired Scraper Operator, with push- ull attachments; Self Loading, paddle wheel, auger type 15 cu. yds. and over, single engine; Water pulls, water wagons; SHOVEL, DRAGLINE, CLAMSHELL, SKOOPER OPERATOR: Diesel Electric Engineer; Stationay Drag Scraper Operator; Shovel, Dragline, Clamshell, Operator under 3 cy yds.; Grade -all Operator; SURFACE (BASE) MATERIAL: Blade mounted spreaders, Ulrich and similar types; TRACTOR-RUBBERED TIRED: Tractor operator, rubber -tired, over 50 hp flywheel; Tractor operator, with boom attachment; Rubber -tired dozers and pushers (Michigan, Cat, Hough type); Skip Loader, Drag Box; TRENCHING MACHINE: Trenching Machine operator, digging capacity over 3 ft depth; Back filling machine operator; TUNNEL: Mucking machine operator GROUP 5: ASPHALT: Extrusion Machine Operator; Roller Operator (any asphalt mix); Asphalt Burner and Reconditioner Operator (any type); Roto -Mill, pavement profiler, ground man; BULLDOZERS: Bulldozer operator, 20,000 lbs. or less or 100 horse or less; COMPRESSORS: Compressor Operator (any power), over 1,250 cu. ft. total capacity; COMPACTORS: Compactor Operator, including vibratory; Wagner Pactor Operator or similar type (without blade); CONCRETE: Combination mixer and Compressor Operator, gunite work; Concrete Batch Plant Quality Control ' Operator; Beltcrete Operator; Pumperete Operator (any type); Pavement Grinder and/or Grooving Machine Operator (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: WA080001 Modification 25 26 Federal Wage Determination Hydraulic Boom Truck, Pittman; DRILLING: Churm Drill and Earth Boring Machine Operator; Vacuum Truck; Directional Drill Operator over 20,000 lbs pullback; FLOATING EQUIPMENT: Fireman; FORKLIFT: Fork Lift, over 10 ton and/or robotic; HYDRAULIC HOES EXCAVATORS: Hydraulic Backhoe Operator, wheel type (Ford, John Deere, Case type); Hydraulic Backhoe Operator track type up to and including 20,000 lbs.; LOADERS: Loaders, rubber- tired type, less than 25,000 lbs; Elevating Grader Operator, Tractor Towed requiring Operator or Grader; Elevating loader operator, Athey and similar types; OILERS: Service oiler (Greaser); PIPELINE -SEWER WATER: Hydra hammer or simialr types; Pavement Breaker Operator; PUMPS: Pump Operator, more than 5 (any size); Pot Rammer Operator; RAILROAD EQUIPMENT: Locomotive Operator, under 40 tons; Ballast Regulator Operator; Ballast Tamper Multi -Purpose Operator; Track Liner Operator; Tie Spacer Operator; Shuttle Car Operator; Locomotive Operator, 40 tons and over; MATERIAL HAULRS: Cat wagon DJBs Volvo similar types; Conveyored material hauler; SURFACING (BASE) MATERIAL: Rock Spreaders, self-propelled; Pulva-mixer or similar types; Chiip Spreading machine operator; Lime spreading operator, construction job siter; SWEEPERS: Sweeper operator (Wayne type) self-propelled construction job site; TRACTOR -RUBBER TIRED: Tractor operator, rubber -tired, 50 hp flywheel and under; Trenching machine operator, maximum digging capacity 3 ft depth; TUNNEL: Dinkey GROUP 6: ASPHALT: Plant Oiler; Plant Fireman; Pugmill Operator (any type); Truck mounted asphalt spreader, with screed; COMPRESSORS: Compressor Operator (any power), under 1,250 cu. ft. total capacity; CONCRETE: Plant Oiler, 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; WA080001 Modification 25 27 Federal Wage Determination 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 * ENGI0701-003 01/01/2009 CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH), SKAMANIA, AND WAHKIAKUM COUNTIES DREDGING: Dredging. ZONE A ASSISTANT ASSISTANT LEVERMAN, FLOATING LEVERMAN, TENDERMAN ZONE B ASSISTANT ASSISTANT LEVERMAN, FLOATING LEVERMAN, TENDERMAN ZONE C ASSISTANT ASSISTANT LEVERMAN, FLOATING LEVERMAN, TENDERMAN Rates Fringes ENGINEER $ 37.30 10.80 MATE $ 32.96 10.80 DIPPER, CLAMSHELL $ 39.88 10.80 HYDRAULIC $ 39.88 10.80 $ 36.12 10.80 ENGINEER $ 39.80 10.80 MATE $ 35.46 10.80 DIPPER, CLAMSHELL $ 42.38 10.80 HYDRAULIC $ 42.38 10.80 $ 38.62 10.80 ENGINEER $ 41.30 10.80 MATE $ 36.96 10.80 DIPPER, CLAMSHELL $ 43.88 10.80 HYDRAULIC $ 43.88 10.80 $ 40.12 10.80 ZONE DESCRIPTION FOR DREDGING: ZONE A - All jobs or projects located within 30 road miles of Portland City Hall. ZONE B - Over 30-60 road miles from Portland City Hall. ZONE C - Over 60 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. WA080001 Modification 25 Federal Wage Determination 28 IRON0014-005 07/01/2008 ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND ORIELLE, SPOKANE, STEVENS, WALLA WALLA AND WHITMAN COUNTIES Rates Fringes IRONWORKER $ 29.52 17.87 IRON0029-002 07/01/2008 CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA, AND WAHKAIKUM COUNTIES Rates Fringes IRONWORKER $ 31.65 17.87 IRON0086-002 07/01/2008 YAKIMA, KITTITAS AND CHELAN COUNTIES Rates IRONWORKER $ 30.00 Fringes 17.87 IRON0086-004 07/01/2008 CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PIERCE, SKAGIT, SNOHOMISH, THURSTON, AND WHATCOM COUNTIES Rates Fringes IRONWORKER $ 34.40 17.87 WA080001 Modification 25 29 Federal Wage Determination LAB00001-002 06/01/2008 ZONE 1: Laborers: CALLAM, ISLAND, KITSAP, PACIFIC GRAYS HARBOR, JEFFERSON, KING, LEWIS, MASON, (NORTH OF STRAIGHT Rates LINE MADE BY EXTENDING THE NORTH BOUNDARY WAHKIAKUM COUNTY WEST TO THE PACIFIC OCEAN), PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM COUNTIES GROUP 1 $ 21.19 GROUP 2 $ 24.01 GROUP 3 $ 29.66 GROUP 4 $ 30.37 GROUP 5 $ 30.85 CHELAN, DOUGLAS (WEST OF THE 120TH MERIDIAN) KITTITAS AND YAKIMA COUNTIES GROUP 1 $ 17.45 GROUP 2 $ 19.97 GROUP 3 $ 21.85 GROUP 4 $ 22.37 GROUP 5 $ 22.76 ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES) - ZONE 2 - $ .70 ZONE 3 - $1.00 Fringes 8.46 8.46 8.46 8.46 8.46 BASE POINTS: CHELAN, SUNNYSIDE, WENATCHEE, AND YAKIMA 8.46 8.46 8.46 8.46 8.46 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 WA080001 Modification 25 Federal Wage Determination 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; Nozzleman (concrete pump, green cutter when using combination of high pressure air and water on concrete and rock, sandblast, gunite, shotcrete, water blaster, vacuum blaster); Pavement Breaker; Pipe Layer and Caulker; Pipe Pot Tender; Pipe Reliner (not insert type); Pipe Wrapper; Power Jacks; Railroad Spike Puller -Power; Raker -Asphalt; Rivet Buster; Rodder; Sloper (over 20 ft); Spreader (concrete); Tamper and Similar electric, air and glas operated tool; Timber Person -sewer (lagger shorer and cribber); Track Liner Power; Tugger Operator; Vibrator; Well Point Laborer GROUP 5: Caisson Worker; Miner; Mortarman and Hodcarrier; Powderman; Re-Timberman; Hazardous Waste Worker (Level A). WA080001 Modification 25 31 Federal Wage Determination LAB00238-004 06/01/2008 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 $ 20.56 7.70 GROUP 2 $ 22.66 7.70 GROUP 3 $ 22.93 7.70 GROUP 4 $ 23.20 7.70 GROUP 5 $ 23.48 7.70 GROUP 6 $ 24.85 7.70 Zone Differential (Add to Zone 1 rate): $2.00 BASE POINTS: Spokane, Pasco, Lewiston Zone 1: 0-45 radius miles from the main post office. Zone 2: 45 radius miles and over from the main post office. LABORERS CLASSIFICATIONS GROUP 1: Flagman; Landscape Laborer; Scaleman; Traffic Control Maintenance Laborer (to include erection and maintenance of barricades, signs and relief of flagperson); Window Washer/Cleaner (detail cleanup, such as, but not limited to cleaning floors, ceilings, walls, windows, etc. prior to final acceptance by the owner) GROUP 2• Asbestos Abatement Worker; Brush Hog Feeder; Carpenter Tender; Cement Handler; Clean-up Laborer; Concrete Crewman (to include stripping of forms, hand operating jacks on slip form construction, application of concrete curing compounds, pumperete machine, signaling, handling the nozzle of squeezcrete or similar machine,6 inches and smaller); Confined Space Attendant; Concrete Signalman; Crusher Feeder; Demolition (to include clean-up, burning, loading, wrecking and salvage of all material); Dumpman; Fence Erector; Firewatch; Form Cleaning Machine Feeder, Stacker; General Laborer; Grout Machine Header Tender; Guard Rail (to include guard rails, guide and reference posts, sign posts, and right-of-way markers); Hazardous Waste Worker, Level D (no respirator is used and skin protection is minimal); Miner, Class "A" (to include all bull gang, concrete crewman, dumpman and pumperete crewman, including distributing pipe, assembly & dismantle, and nipper); Nipper; Riprap Man; Sandblast Tailhoseman; Scaffold Erector (wood or steel); Stake Jumper; Structural Mover (to include separating foundation, preparation, cribbing, shoring, jacking and unloading of structures); Tailhoseman (water nozzle); Timber Bucker and Faller (by hand); Track Laborer (RR); Truck Loader; Well -Point Man; All Other Work Classifications Not Specially Listed Shall Be Classified As General Laborer WA080001 Modification 25 32 Federal Wage Determination GROUP 3: Aspahlt Raker; Asphalt Roller, walking; Cement Finisher Tender; Concrete Saw, walking; Demolition Torch; Dope Pot Firemen, non-mechanical; Driller Tender (when required to move and position machine); Form Setter, Paving; Grade Checker using level; Hazardous Waste Worker, Level C (uses a chemical "splash suit" and air purifying respirator); Jackhammer Operator; Miner, Class "B" (to include brakeman, finisher, vibrator, form setter); Nozzleman (to include squeeze and flo-crete nozzle); Nozzleman, water, air or steam; Pavement Breaker (under 90 lbs.); Pipelayer, corrugated metal culvert; Pipelayer, multi- plate; Pot Tender; Power Buggy Operator; Power Tool Operator, gas, electric, pneumatic; Railroad Equipment, power driven, except dual mobile power spiker or puller; Railroad Power Spiker or Puller, dual mobile; Rodder and Spreader; Tamper (to include operation of Barco, Essex and similar tampers); Trencher, Shawnee; Tugger Operator; Wagon Drills; Water Pipe Liner; Wheelbarrow (power driven) GROUP 4: Air and Hydraulic Track Drill; Brush Machine (to include horizontal construction joint cleanup brush machine, power propelled); Caisson Worker, free air; Chain Saw Operator and Faller; Concrete Stack (to include laborers when laborers working on free standing concrete stacks for smoke or fume control above 40 feet high); Gunite (to include operation of machine and nozzle); Hazardous Waste Worker, Level B (uses same respirator protection as Level A. A supplied air line is provided in conjunction with a chemical "splash suit"); High Scaler; Laser Beam Operator (to include grade checker and elevation control); Miner, Class C (to include miner, nozzleman for concrete, laser beam operator and rigger on tunnels); Monitor Operator (air track or similar mounting); Mortar Mixer; Nozzleman (to include jet blasting nozzleman, over 1,200 lbs., jet blast machine power propelled, sandblast nozzle); Pavement Breaker (90 lbs. and over); Pipelayer (to include working topman, caulker, collarman, jointer, mortarman, rigger, jacker, shorer, valve or meter installer); Pipewrapper; Plasterer Tender; Vibrators (all) GROUP 5 - Drills with Dual Masts; Hazardous Waste Worker, Level A (utilizes a fully encapsulated suit with a self-contained breathing apparatus or a supplied air line); Miner Class "D", (to include raise and shaft miner, laser beam operator on riases and shafts) GROUP 6 - Powderman WA080001 Modification 25 33 Federal Wage Determination LAB00238-006 06/01/2008 COUNTIES EAST OF THE 120TH MERIDIAN: ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND OREILLE, STEVENS, SPOKANE, WALLA WALLA, WHITMAN Rates Fringes Hod Carrier $ 24.10 7.70 LAB00335-001 06/01/2008 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 $ 27.46 8.40 GROUP 2 $ 28.06 8.40 GROUP 3 $ 28.50 8.40 GROUP 4 $ 28.88 8.40 GROUP 5 $ 24.96 8.40 GROUP 6 $ 22.54 8.40 GROUP 7 $ 19.34 8.40 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. WA080001 Modification 25 34 Federal Wage Determination 1 ' 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 1 WA080001 Modification 25 35 Federal Wage Determination 1 1 GROUP 4: Asphalt Raker; Concrete Saw Operator (walls); Concrete Nozzelman; Grade Checker; Pipelayer; Laser Beam (pipelaying) -applicable when employee assigned to move, set up, align; Laser Beam; Tunnel Miners; Motorman -Dinky Locomotive -Tunnel; Powderman-Tunnel; Shield Operator -Tunnel ' GROUP 5: Traffic Flaggers GROUP 6: Fence Builders GROUP 7: Landscaping or Planting Laborers LAB00335-010 06/01/2008 ' Rates Fringes Hod Carrier $ 29.58 8.40 1 PAIN0005-002 06/01/2008 STATEWIDE EXCEPT CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH), ' SKAMANIA, AND WAHKIAKUM COUNTIES Rates Fringes Painters: STRIPERS $ 26.50 11.40 PAIN0005-004 07/01/2007 CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM COUNTIES Rates Fringes PAINTER $ 19.91 6.85 1 1 1 1 WA080001 Modification 25 36 Federal Wage Determination * PAIN0005-006 07/01/2008 ADAMS, ASOTIN; BENTON AND FRANKLIN (EXCEPT HANFORD SITE); CHELAN, COLUMBIA, DOUGLAS, FERRY, GARFIELD, GRANT, KITTITAS, LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMA COUNTIES Rates Fringes Painters: Application of Cold Tar Products, Epoxies, Polyure thanes, Acids, Radiation Resistant Material, Water and Sandblasting, Bridges, Towers, Tanks, Stacks, Steeples $ 20.84 7.88 Over 30'/Swing Stage Work$ 21.54 7.88 Brush, Roller, Striping, Steam -cleaning and Spray$ 15.09 6.68 Lead Abatement, Asbestos Abatement $ 20.84 7.88 TV Radio, Electrical Transmission Towers $ 21.59 7.88 Over 30'/Swing Stage Work$ 22.29 7.88 *$.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 10/01/2008 CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA, AND WAHKIAKUM COUNTIES Rates Fringes Painters: Brush & Roller $ 19.69 7.14 High work - All work 60 ft. or higher $ 20.44 7.14 Spray and Sandblasting $ 20.29 7.14 PAIN0055-007 06/01/2007 CLARK, COWLITZ, KLICKITAT, SKAMANIA and WAHKIAKUM COUNTIES Rates Fringes Painters: HIGHWAY & PARKING LOT STRIPER $ 28.27 8.27 WA080001 Modification 25 37 Federal Wage Determination PLAS0072-004 06/01/2007 ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, KITTITAS, LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN, AND YAKIMA COUNTIES Rates Fringes CEMENT MASON/CONCRETE FINISHER ZONE 1• $ 24.68 7.98 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 06/01/2008 CLALLAM, COWLITZ, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PACIFIC, PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON, WAHKIAKUM AND WHATCOM COUNTIES Rates Fringes Cement Masons: CEMENT MASON $ 34.68 12.13 COMPOSITION, COLOR MASTIC, TROWEL MACHINE, GRINDER, POWER TOOLS, GUNNITE NOZZLE.$ 35.18 12.13 TROWLING MACHINE OPERATOR ON COLORED SLABS, COMPOSITION OR KALMAN FLOORS $ 36.18 12.13 PLAS0555-002 06/01/2008 CLARK, KLICKITAT AND SKAMANIA COUNTIES ZONE 1 Rates Fringes Cement Masons: CEMENT MASONS DOING BOTH COMPOSITION/POWER MACHINERY AND SUSPENDED/HANGING SCAFFOLD$ 27.87 14.83 CEMENT MASONS ON SUSPENDED, SWINGING AND/OR HANGING SCAFFOLD $ 27.34 14.83 CEMENT MASONS $ 26.80 14.83 COMPOSITION WORKERS AND POWER MACHINERY OPERATORS$ 27.34 14.83 WA080001 Modification 25 38 Federal Wage Determination Zone Differential (Add To Zone 1 Rates): Zone 2 - $0.65 Zone 3 - 1.15 Zone 4 - 1.70 Zone 5 - 3.00 BASE POINTS: BEND, CORVALLIS, EUGENE, MEDFORD, PORTLAND, SALEM, THE DALLES, VANCOUVER ZONE 1: Projects within 30 miles of the respective city hall ZONE 2: More than 30 miles but less than 40 miles from the respective city hall. ZONE 3: More than 40 miles but less than 50 miles from the respective city hall. ZONE 4: More than 50 miles but less than 80 miles from the respective city hall. ZONE 5: More than 80 miles from the respective city hall * PLUM0032-002 01/01/2009 CLALLAM, KING AND JEFFERSON COUNTIES Rates Plumbers and Pipefitters $ 43.68 Fringes 18.06 * PLUM0032-003 01/01/2009 CHELAN, KITTITAS (NORTHERN TIP), DOUGLAS (NORTH), AND OKANOGAN (NORTH) COUNTIES Rates Fringes Plumbers and Pipefitters $ 31.46 14.61 PLUM0044-003 06/01/2007 ADAMS (NORTHERN PART), ASOTIN (CLARKSTON ONLY), FERRY (EASTERN PART), LINCOLN, PEND ORIELLE, STEVENS, SPOKANE, AND WHITMAN COUNTIES Rates Fringes Plumbers and Pipefitters ADAMS (NORTHERN PART), ASOTIN (CLARKSTON ONLY), FERRY (EASTERN PART), LINCOLN, PEND ORIELLE AND STEVENS AND SPOKANE COUNTIES $ 30.14 WHITMAN COUNTY $ 36.24 12.81 12.81 WA080001 Modification 25 39 Federal Wage Determination PLUM0082-001 06/01/2007 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 $ 35.55 15.32 PLUM0265-003 06/01/2007 ISLAND, SKAGIT, SNOHOMISH,SAN JUAN AND WHATCOM COUNTIES Rates Fringes Plumbers and Pipefitters $ 35.55 15.32 PLUM0290-003 10/01/2008 CLARK (ALL EXCLUDING NORTHERN TIP INCLUDING CITY OF WOODLAND) Rates Fringes Plumbers and Pipefitters $ 35.69 16.99 PLUM0598-005 06/01/2008 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 $ 38.64 19.10 WA080001 Modification 25 40 Federal Wage Determination 1 1 PLUM0631-001 06/01/2007 MASON (NE SECTION), AND KITSAP COUNTIES IIRates Fringes Plumbers and Pipefitters All new construction, I additions, and remodeling of commercial building projects such as: cocktail lounges and taverns, II professional buildings, medical clinics, retail stores, hotels and motels, 1 restaurants and fast food types, gasoline service stations, and car washes where the plumbing and I mechanical cost of the project is less than $100,000 $ 27.39 11.18 All other work where the I plumbing and mechanical cost of the project is $100,000 and over $ 34.90 15.32 IITEAM0037-002 06/01/2008 CLARK, COWLITZ, KLICKITAT, PACIFIC (South of a straight line I made by extending the north boundary line of Wahkiakum County west to the Pacific Ocean), SKAMANIA, AND WAHKIAKUM COUNTIES tRates Fringes Truck drivers: ZONE 1 II GROUP 1 $ 26.40 11.91 GROUP 2 $ 26.52 11.91 GROUP 3 $ 26.65 11.91 GROUP 4 $ 26.91 11.91 II GROUP 5 $ 27.13 11.91 GROUP 6 $ 27.29 11.91 GROUP 7 $ 27.49 11.91 i Zone Differential (Add to Zone 1 Rates): Zone 2 - $0.65 Zone 3 - 1.15 I Zone 4 - 1.70 Zone 5 - 2.75 II IIWA080001 Modification 25 41 Federal Wage Determination 1 1 1 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; I/Lumber Carrier, Driver -Straddle Carrier (used in loading, unloading and transporting of materials on job site); Oil Distributor Driver or Leverman; Transit mix and wet or dry mix trcuks: over 5 cu. yds. and including 7 cu. yds.; Vacuum Trucks; Water truck/Wagons (rated capacity) over 3,000 to 5,000 gallons GROUP 3: Ammonia Nitrate Distributor Driver; Dump trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations thereof: over 10 cu. yds. and including 30 cu. yds. includes Articulated Dump Trucks; Self -Propelled Street Sweeper; Transit mix and wet or dry mix truck: over 7 cu yds. and including 11 cu yds.; Truck Mechanic -Welder -Body Repairman; Utility and Clean-up Truck; Water Wagons (rated capacity) over 5,000 to 10,000 gallons 1 WA080001 Modification 25 42 Federal Wage Determination 1 GROUP 4: Asphalt Burner; Dump Trucks, side, end and bottom cumps, including Semi -Trucks and Trains or combinations thereof: over 30 cu. yds. and including 50 cu. yds. includes Articulated Dump Trucks; Fire Guard; Transit Mix and Wet or Dry Mix Trucks, over 11 cu. yds. and including 15 cu. yds.; Water Wagon (rated capacity) over 10,000 gallons to 15,000 gallons GROUP 5: Composite Crewman; Dump Trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations thereof: over 50 cu. yds. and including 60 cu. yds. includes Articulated Dump Trucks GROUP 6: Bulk Cement Spreader w/o Auger; Dry Pre -Batch concrete Mix Trucks; Dump trucks, side, end and bottom dumps, including Semi Trucks and Trains of combinations thereof: over 60 cu. yds. and including 80 cu. yds., and includes Articulated Dump Trucks; Skid Truck GROUP 7: Dump Trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations thereof: over 80 cu. yds. and including 100 cu. yds., includes Articulated Dump Trucks; Industrial Lift Truck (mechanical tailgate) * TEAM0174-001 06/01/2008 CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PACIFIC (North of a straight line made by extending the north boundary line of Wahkiakum County west to the Pacific Ocean), PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM COUNTIES Rates Fringes Truck drivers: ZONE A: GROUP 1- $ 31.37 12.88 GROUP 2• $ 30.57 12.88 GROUP 3• $ 27.90 12.88 GROUP 4• $ 23.17 12.88 GROUP 5• $ 30.95 12.88 ZONE B (25-45 miles from center of listed cities*): Add $.70 per hour to Zone A rates. ZONE C (over 45 miles from centr of listed cities*): Add $1.00 per hour to Zone A rates. *Zone pay will be calculated from the city center of the following listed cities: WA080001 Modification 25 43 Federal Wage Determination BELLINGHAM EVERETT SEATTLE TACOMA CENTRALIA SHELTON PORT ANGELES PORT TOWNSEND TRUCK DRIVERS CLASSIFICATIONS RAYMOND ANACORTES MT. VERNON ABERDEEN OLYMPIA BELLEVUE KENT BREMERTON GROUP 1 - "A -frame or Hydralift" trucks and Boom trucks or similar equipment when "A" frame or "Hydralift" and Boom truck or similar equipment is used; Buggymobile; Bulk Cement Tanker; Dumpsters and similar equipment, Tournorockers, Tournowagon, Tournotrailer, Cat DW series, Terra Cobra, Le Tourneau, Westinghouse, Athye Wagon, Euclid Two and Four -Wheeled power tractor with trailer and similar top -loaded equipment transporting material: Dump Trucks, side, end and bottom dump, including semi -trucks and trains or combinations thereof with 16 yards to 30 yards capacity: Over 30 yards $.15 per hour additional for each 10 yard increment; Explosive Truck (field mix) and similar equipment; Hyster Operators (handling bulk loose aggregates); Lowbed and Heavy Duty Trailer; Road Oil Distributor Driver; Spreader, Flaherty Transit mix used exclusively in heavy construction; Water Wagon and Tank 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 $2.00 per hour for onsite work only) GROUP 4 - Escort or Pilot Car GROUP 5 - Mechanic WA080001 Modification 25 Federal Wage Determination HAZMAT PROJECTS Anyone working on a HAZMAT job, where HAZMAT certification is required, shall be compensated as a premium, in addition to the classification working in as follows: LEVEL C: +$.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 06/01/2008 ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT KITTITAS, LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMA COUNTIES Rates Fringes Truck drivers: (ANYONE WORKING ON HAZMAT JOBS SEE FOOTNOTE A BELOW) ZONE 1: GROUP 1 $ 20.02 11.05 GROUP 2 $ 22.29 11.05 GROUP 3 $ 22.79 11.05 GROUP 4 $ 23.12 11.05 GROUP 5 $ 23.23 11.05 GROUP 6 $ 23.40 11.05 GROUP 7 $ 23.93 11.05 GROUP 8 $ 24.26 11.05 Zone Differential (Add to Zone 1 rate: Zone 2 - $2.00) BASE POINTS: Spokane, Moses Lake, Pasco, Lewiston Zone 1: 0-45 radius miles from the main post office. Zone 2: Outside 45 radius miles from the main post office TRUCK DRIVERS CLASSIFICATIONS GROUP 1: Escort Driver or Pilot Car; Employee Haul; Power Boat Hauling Employees or Material WA080001 Modification 25 45 Federal Wage Determination GROUP 2: Fish Truck; Flat Bed Truck; Fork Lift (3000 lbs. and under); Leverperson (loading trucks at bunkers); Trailer Mounted Hydro Seeder and Mulcher; Seeder & Mulcher; Stationary Fuel Operator; Tractor (small, rubber -tired, pulling trailer or similar equipment) GROUP 3: Auto Crane (2000 lbs. capacity); Buggy Mobile & Similar; Bulk Cement Tanks & Spreader; Dumptor (6 yds. & under); Flat Bed Truck with Hydraullic System; Fork Lift (3001-16,000 lbs.); Fuel Truck Driver, Steamcleaner & Washer; Power Operated Sweeper; Rubber -tired Tunnel Jumbo; Scissors Truck; Slurry Truck Driver; Straddle Carrier (Ross, Hyster, & similar); Tireperson; Transit Mixers & Truck Hauling Concrete (3 yd. to & including 6 yds.); Trucks, side, end, bottom & articulated end dump (3 yards to and including 6 yds.); Warehouseperson (to include shipping & receiving); Wrecker & Tow Truck GROUP 4: A -Frame; Burner, Cutter, & Welder; Service Greaser; Trucks, side, end, bottom & articulated end dump (over 6 yards to and including 12 yds.); Truck Mounted Hydro Seeder; Warehouseperson; Water Tank truck (0-8,000 gallons) GROUP 5 Dumptor (over 6 yds.); Lowboy (50 tons & under); Self- loading Roll Off; Semi -Truck & Trailer; Tractor with Steer Trailer; Transit Mixers and Trucks Hauling Concrete (over 6 yds. to and including 10 yds.); Trucks, side, end, bottom and end dump (over 12 yds. to & including 20 yds.); Truck -Mounted Crane (with load bearing surface either mounted or pulled, up to 14 ton); Vacuum Truck (super sucker, guzzler, etc.) GROUP 6 Flaherty Spreader Box Driver; Flowboys; Fork Lift -(over 16,000 lbs.); Dumps (Semi -end); Mechanic (Field); Semi- end Dumps; Transfer Truck & Trailer; Transit Mixers & Trucks Hauling Concrete (over 10 yds. to & including 20 yds.); Trucks, side, end, bottom and articulated end dump (over 20 yds. to & including 40 yds.); Truck and Pup; Tournarocker, DWs & similar with 2 or more 4 wheel -power tractor with trailer, gallonage or yardage scale, whichever is greater Water Tank Truck (8,001- 14,000 gallons); Lowboy(over 50 tons) GROUP 7: Oil Distributor Driver; Stringer Truck (cable oeprated trailer); Transit Mixers & Trucks Hauling Concrete (over 20 yds.); Truck, side, end, bottom end dump (over 40 yds. to & including 100 yds.); Truck Mounted Crane (with load bearing surface either mounted or pulled (16 through 25 tons); GROUP 8 Prime Movers and Stinger Truck; Trucks, side, end, bottom and articulated end dump (over 100 yds.); Helicopter Pilot Hauling Employees or Materials WA080001 Modification 25 46 Federal Wage Determination 1 1 Footnote A - Anyone working on a HAZMAT job, where HAZMAT certification is required, shall be compensated as a premium, in additon to the classification working in as follows: LEVEL C -D: - $.50 PER HOUR (This is the lowest level of protection. This level may use an air purifying respirator or additional protective clothing. ' LEVEL A -B: - $1.00 PER HOUR (Uses supplied air is conjunction with a chemical spash suit or fully encapsulated suit with ' a self-contained breathing apparatus. Employees shall be paid Hazmat pay in increments of four(4) and eight(8) hours. ' NOTE: Trucks Pulling Equipment Trailers: shall receive $.15/hour over applicable truck rate WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)) . In the listing above, the "SU" designation means that rates listed under the identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can ' be: * an existing published wage determination * a survey underlying a wage determination ' * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted ' because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. ' WA080001 Modification 25 47 Federal Wage Determination With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION WA080001 Modification 25 48 Federal Wage Determination State of Washington DEPARTMENT OF LABOR AND INDUSTRIES Prevailing Wage Section - Telephone (360) 902-5335 PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage Rates For Public Works Contracts The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, workers' wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements is provided on the Benefit Code Key YAKIMA COUNTY EFFECTIVE 03-04-2009 ********************************************************************************************************** (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL $30.31 1H 5D BOILERMAKERS JOURNEY LEVEL $53.37 1C 5N BRICK AND MARBLE MASONS JOURNEY LEVEL $37 52 2M 5A CABINET MAKERS (IN SHOP) JOURNEY LEVEL $19.24 1 CARPENTERS ACOUSTICAL WORKER $36.22 1M 5D BRIDGE, DOCK AND WARF CARPENTERS $45 56 1M 5D CARPENTER $36.22 1M 5D CREOSOTED MATERIAL $36.22 1M 5D DRYWALL APPLICATOR $36.22 1M 5D FLOOR FINISHER $36.22 1M 5D FLOOR LAYER $36.22 1M 5D FLOOR SANDER $36.22 1M 5D MILLWRIGHT $46 56 1M 5D PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND WELDING $45 76 1M 5D SAWFILER $36.22 1M 5D SHINGLER $36.22 1M 5D STATIONARY POWER SAW OPERATOR $36.22 1M 5D STATIONARY WOODWORKING TOOLS $36.22 1M 5D CEMENT MASONS JOURNEY LEVEL $33 81 1N 5D DIVERS & TENDERS DIVER $96 81 1M 5D 8A DIVER ON STANDBY $54 19 1M 5D DIVER TENDER $49 84 1M 5D DREDGE WORKERS ASSISTANT ENGINEER $47 09 1T 5D 8L ASSISTANT MATE (DECKHAND) $46 58 1T 5D 8L BOATMEN $47 09 1T 5D 8L ENGINEER WELDER $47 14 1T 5D 8L LEVERMAN, HYDRAULIC $48.71 1T 5D 8L MAINTENANCE $46.58 1T 5D 8L MATES $47 09 1T 5D 8L OILER $46.71 1T 5D 8L DRYWALL TAPERS JOURNEY LEVEL $31 71 1P 5A ELECTRICAL FIXTURE MAINTENANCE WORKERS JOURNEY LEVEL $20 99 1 Page 1 YAKIMA COUNTY EFFECTIVE 03-04-2009 ********************************************************************************************************** (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ELECTRICIANS - INSIDE JOURNEY LEVEL $48.30 1E 5A ELECTRICIANS - MOTOR SHOP CRAFTSMAN $15 37 2A 6C JOURNEY LEVEL $14 69 2A 6C ELECTRICIANS - POWERLINE CONSTRUCTION CABLE SPLICER $58.36 4A 5A CERTIFIED LINE WELDER $53.30 4A 5A GROUNDPERSON $38 14 4A 5A HEAD GROUNDPERSON $40.25 4A 5A HEAVY LINE EQUIPMENT OPERATOR $53 30 4A 5A JACKHAMMER OPERATOR $40,25 4A 5A JOURNEY LEVEL LINEPERSON $53 30 4A 5A LINE EQUIPMENT OPERATOR $45 14 4A 5A POLE SPRAYER $53 30 4A 5A POWDERPERSON $40.25 4A 5A ELECTRONIC TECHNICIANS ELECTRONIC TECHNICIANS JOURNEY LEVEL $23 40 1 ELEVATOR CONSTRUCTORS MECHANIC $64 81 4A 6Q MECHANIC IN CHARGE $70 60 4A 6Q FABRICATED PRECAST CONCRETE PRODUCTS CRAFTSMAN $8 72 1 LABORER $855 1 FENCE ERECTORS FENCE ERECTOR $21 64 1 FLAGGERS JOURNEY LEVEL $28 43 1H 5D GLAZIERS JOURNEY LEVEL $22.43 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 $31.22 1H 5D INDUSTRIAL ENGINE AND MACHINE MECHANICS MECHANIC $15 65 1 INDUSTRIAL POWER VACUUM CLEANER JOURNEY LEVEL $9.24 1 INSPECTION/CLEANING/SEALING OF SEWER & WATER SYSTEMS BY REMOTE CONTROL CLEANER OPERATOR, FOAMER OPERATOR $9 73 1 GROUT TRUCK OPERATOR $11 48 1 HEAD OPERATOR $12.78 1 TECHNICIAN $8.55 1 TV TRUCK OPERATOR $10 53 1 INSULATION APPLICATORS JOURNEY LEVEL $32.91 1 IRONWORKERS JOURNEY LEVEL $46 61 10 5A Page 2 YAKIMA COUNTY EFFECTIVE 03-04-2009 ********************************************************************************************************** (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code LABORERS ALL CLASSIFICATIONS $18.12 1 LABORERS - UNDERGROUND SEWER & WATER GENERAL LABORER $30 31 1H 5D PIPE LAYER $30 83 1H 5D LANDSCAPE CONSTRUCTION IRRIGATION OR LAWN SPRINKLER INSTALLERS $9 00 1 LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $15 45 1 LANDSCAPING OR PLANTING LABORERS $9.00 1 LATHERS JOURNEY LEVEL $36.22 1M 5D METAL FABRICATION (IN SHOP) FITTER $12.00 1 LABORER $10 31 1 MACHINE OPERATOR $11 32 1 PAINTER $12.00 1 WELDER $11.32 1 MODULAR BUILDINGS JOURNEY LEVEL $14 11 1• PAINTERS JOURNEY LEVEL $20 05 1 PLASTERERS JOURNEY LEVEL $44 83 1R 5B PLAYGROUND & PARK EQUIPMENT INSTALLERS JOURNEY LEVEL $8.55 1 PLUMBERS & PIPEFITTERS JOURNEY LEVEL $57.74 10 5A POWER EQUIPMENT OPERATORS ASSISTANT ENGINEERS $44 64 1T 5D 8P BACKHOE, EXCAVATOR SHOVEL, OVER 50 METRIC TONS TO 90 METRIC $48.46 1T 5D 8P TONS BACKHOE, EXCAVATOR SHOVEL, OVER 90 METRIC TONS $49 03 1T 5D 8P BACKHOE, EXCAVATOR, SHOVEL, OVER 30 METRIC TONS TO 50 $47 91 1T 5D 8P METRIC TONS BACKHOE, EXCAVATOR, SHOVEL, TRACTORS UNDER 15 METRIC TONS $47 00 1T 5D 8P BACKHOE, EXCAVATOR, SHOVEL, TRACTORS 15 TO 30 METRIC TONS $47 42 1T 5D 8P BARRIER MACHINE (ZIPPER) $47 42 1T 5D 8P BATCH PLANT OPERATOR, CONCRETE $47 42 1T 5D 8P BELT LOADERS (ELEVATING TYPE) $47 00 1T 5D 8P BOBCAT (SKID STEER) $44 64 1T 5D 8P BROKK-REMOTE DEMOLITION EQUIPMENT $44 64 1T 5D 8P BROOMS $44 64 1T 5D 8P BUMP CUTTER $47 42 1T 5D 8P CABLEWAYS $47.91 1T 5D 8P CHIPPER $47 42 1T 5D 8P COMPRESSORS $44.64 1T 5D 8P CONCRETE FINISH MACHINE - LASER SCREED $44 64 1T 5D 8P CONCRETE PUMPS $47 00 1T 5D 8P CONCRETE PUMP -TRUCK MOUNT WITH BOOM ATTACHMENT $47 42 1T 5D 8P CONVEYORS $47 00 1T 5D 8P CRANE, FRICTION 100 TONS THROUGH 199 TONS $49.03 1T 5D 8P CRANE, FRICTION OVER 200 TONS $49 59 1T 5D 8P Page 3 YAKIMA COUNTY EFFECTIVE 03-04-2009 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code CRANES, THRU 19 TONS, WITH ATTACHMENTS $47 00 1T 5D 8P CRANES, 20 - 44 TONS, WITH ATTACHMENTS $47 42 1T 5D 8P CRANES, 45 TONS - 99 TONS, UNDER 150 FT OF BOOM (INCLUDING JIB $47 91 1T 5D 8P WITH ATACHMENTS) CRANES, 100 TONS - 199 TONS, OR 150 FT OF BOOM (INCLUDING JIB $48 46 1T 5D 8P WITH ATTACHMENTS) CRANES, 200 TONS TO 300 TONS, OR 250 FT OF BOOM (INCLUDING JIB $49 03 1T 5D 8P WITH ATTACHMENTS) CRANES, A -FRAME, 10 TON AND UNDER $44 64 1T 5D 8P CRANES, A -FRAME, OVER 10 TON $47 00 1T 5D 8P CRANES, OVER 300 TONS, OR 300' OF BOOM INCLUDING JIB WITH $49 59 1T 5D 8P ATTACHMENTS CRANES, OVERHEAD, BRIDGE TYPE (20 - 44 TONS) $47 42 1T 5D 8P CRANES, OVERHEAD, BRIDGE TYPE (45 - 99 TONS) $47 91 1T 5D 8P CRANES, OVERHEAD, BRIDGE TYPE (100 TONS & OVER) $48.46 1T 5D 8P CRANES, TOWER CRANE UP TO 175' IN HEIGHT, BASE TO BOOM $48 46 1T 5D 8P CRANES, TOWER CRANE OVER 175' IN HEIGHT, BASE TO BOOM $49 03 1T 5D 8P CRUSHERS $47 42 1T 5D 8P DECK ENGINEER/DECK WINCHES (POWER) $47 42 1T 5D 8P DERRICK, BUILDING $47 91 1T 5D 8P DOZERS, D-9 & UNDER $47 00 1T 5D 8P DRILL OILERS - AUGER TYPE, TRUCK OR CRANE MOUNT $47 00 1T 5D 8P DRILLING MACHINE $47 42 1T 5D 8P ELEVATOR AND MANLIFT, PERMANENT AND SHAFT -TYPE $44 64 1T 5D 8P EQUIPMENT SERVICE ENGINEER (OILER) $47 00 1T 5D 8P FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP $47 42 1T 5D 8P FORK LIFTS, (3000 LBS AND OVER) $47 00 1T 5D 8P FORK LIFTS, (UNDER 3000 LBS) $44 64 1T 5D 8P GRADE ENGINEER $47 00 1T 5D 8P GRADECHECKER AND STAKEMAN $44 64 1T 5D 8P GUARDRAIL PUNCH $47 42 1T 5D 8P HOISTS, OUTSIDE (ELEVATORS AND MANLIFTS), AIR TUGGERS $47 00 1T 5D 8P HORIZONTAL/DIRECTIONAL DRILL LOCATOR $47 00 1T 5D 8P HORIZONTAL/DIRECTIONAL DRILL OPERATOR $47 42 1T 5D 8P HYDRALIFTS/BOOM TRUCKS (10 TON & UNDER) $44 64 1T 50 8P HYDRALIFTS/BOOM TRUCKS (OVER 10 TON) $47 00 1T 5D 8P LOADERS, OVERHEAD (6 YD UP TO 8 YD) $47 91 1T 5D 8P LOADERS, OVERHEAD (8 YD & OVER) $48 46 1T 5D 8P LOADERS, OVERHEAD (UNDER 6 YD), PLANT FEED $47 42 1T 5D 8P LOCOMOTIVES, ALL $47 42 1T 5D 8P MECHANICS, ALL $48 46 1T 5D 8P MIXERS, ASPHALT PLANT $47 42 1T 5D 8P MOTOR PATROL GRADER (FINISHING) $47 91 1T 5D 8P MOTOR PATROL GRADER (NON -FINISHING) $47 00 1T 5D 8P MUCKING MACHINE, MOLE, TUNNEL DRILL AND/OR SHIELD $47 91 1T 5D 8P OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND MULCH SEEDING $44 64 1T 5D 8P OPERATOR PAVEMENT BREAKER $44 64 1T 5D 8P PILEDRIVER (OTHER THAN CRANE MOUNT) $47 42 1T 5D 8P PLANT OILER (ASPHALT, CRUSHER) $47 00 1T 5D 8P POSTHOLE DIGGER, MECHANICAL $44 64 1T 5D 8P POWER PLANT $44 64 1T 5D 8P PUMPS, WATER $44 64 1T 5D 8P Page 4 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 YAKIMA COUNTY EFFECTIVE 03-04-2009 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code QUAD 9, D-10, AND HD -41 $47 91 1T 5D 8P QUICK TOWER -NO CAB, UNDER 100 FEET IN HEIGHT BASED TO BOOM $44 64 1T 5D 8P REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $47 91 1T 5D 8P EQUIP RIGGER AND BELLMAN $44 64 1T 5D 8P ROLLAGON $47 91 1T 5D 8P ROLLER, OTHER THAN PLANT ROAD MIX $44 64 1T 5D 8P ROLLERS, PLANTMIX OR MULTILIFT MATERIALS $47 00 1T 5D 8P ROTO -MILL, ROTO -GRINDER $47 42 1T 5D 8P SAWS, CONCRETE $47 00 1T 5D 8P SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING $47 91 1T 5D 8P OFF-ROAD EQUIPMENT (45 YD AND OVER) SCRAPERS, CONCRETE AND CARRY ALL $47 00 1T 5D 8P SCREED MAN $47 42 1T 5D 8P SHOTCRETE GUNITE $44 64 1T 5D 8P SLIPFORM PAVERS $47 91 1T 5D 8P SPREADER, TOPSIDER & SCREEDMAN $47 91 1T 5D 8P SUBGRADE TRIMMER $47 42 1T 5D 8P TOWER BUCKET ELEVATORS $47 00 1T 5D 8P TRACTORS, (75 HP & UNDER) $47 00 1T 5D 8P TRACTORS, (OVER 75 HP) $47 42 1T 5D 8P TRANSFER MATERIAL SERVICE MACHINE $47 42 1T 5D 8P TRANSPORTERS, ALL TRACK OR TRUCK TYPE $47 91 1T 5D 8P TRENCHING MACHINES $47 00 1T 5D 8P TRUCK CRANE OILER/DRIVER ( UNDER 100 TON) $47 00 1T 5D 8P TRUCK CRANE OILER/DRIVER (100 TON & OVER) $47 42 1T 5D 8P TRUCK MOUNT PORTABLE CONVEYER $47 42 1T 5D 8P WHEEL TRACTORS, FARMALL TYPE $44 64 1T 5D 8P YO YO PAY DOZER $47 42 1T 5D 8P POWER EQUIPMENT OPERATORS- UNDERGROUND SEWER & WATER (SEE POWER EQUIPMENT OPERATORS) POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE $39.29 4A 5A SPRAY PERSON $37.21 4A 5A TREE EQUIPMENT OPERATOR $37 81 4A 5A TREE TRIMMER $35 18 4A 5A TREE TRIMMER GROUNDPERSON $26 55 4A 5A REFRIGERATION & AIR CONDITIONING MECHANICS MECHANIC $57 74 10 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 $22.43 1B 61 Page 5 YAKIMA COUNTY EFFECTIVE 03-04-2009 ********************************************************************************************************** (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code RESIDENTIAL INSULATION APPLICATORS JOURNEY LEVEL RESIDENTIAL LABORERS JOURNEY LEVEL RESIDENTIAL PAINTERS JOURNEY LEVEL RESIDENTIAL PLUMBERS & PIPEFITTERS JOURNEY LEVEL RESIDENTIAL SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) RESIDENTIAL SOFT FLOOR LAYERS JOURNEY LEVEL RESIDENTIAL TERRAZZO/TILE FINISHERS JOURNEY LEVEL ROOFERS JOURNEY LEVEL USING IRRITABLE BITUMINOUS MATERIALS SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) SIGN MAKERS & INSTALLERS (ELECTRICAL) JOURNEY LEVEL SIGN MAKERS & INSTALLERS (NON -ELECTRICAL) JOURNEY LEVEL SOFT FLOOR LAYERS JOURNEY LEVEL SOLAR CONTROLS FOR WINDOWS JOURNEY LEVEL SPRINKLER FITTERS (FIRE PROTECTION) JOURNEY LEVEL STAGE RIGGING MECHANICS (NON STRUCTURAL) JOURNEY LEVEL SURVEYORS CHAIN PERSON INSTRUMENT PERSON PARTY CHIEF TELECOMMUNICATION TECHNICIANS TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL TELEPHONE LINE CONSTRUCTION - OUTSIDE CABLE SPLICER HOLE DIGGER/GROUND PERSON INSTALLER (REPAIRER) JOURNEY LEVEL TELEPHONE LINEPERSON SPECIAL APPARATUS INSTALLER 1 SPECIAL APPARATUS INSTALLER 11 TELEPHONE EQUIPMENT OPERATOR (HEAVY) TELEPHONE EQUIPMENT OPERATOR (LIGHT) TELEVISION GROUND PERSON TELEVISION LINEPERSON/INSTALLER TELEVISION SYSTEM TECHNICIAN TELEVISION TECHNICIAN TREE TRIMMER Page 6 $10 00 1 $8 55 1 $13 89 1 $15 56 1 $32.26 1X 5A $17 55 1 $17 00 1 $31 31 2P 51 $34 31 2P 51 $46 11 1X 5A $14 65 1 $14 65 1 $23.11 1N 5A $8 55 1 $45 35 1R 5Q $13.23 1 $9.25 1 $12.05 1 $15 05 1 $20 00 1 $31 46 2B 5A $17 58 2B 5A $30 17 2B 5A $29.26 2B 5A $31 46 2B 5A $30 82 2B 5A $31 46 2B 5A $29.26 2B 5A $16 67 2B 5A $22.19 2B 5A $26 42 2B 5A $23.76 2B 5A $29.26 2B 5A YAKIMA COUNTY EFFECTIVE 03-04-2009 ********************************************************************************************************** (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code TERRAZZO WORKERS & TILE SETTERS JOURNEY LEVEL $29.88 2M 5A TILE, MARBLE & TERRAZZO FINISHERS FINISHER $25.80 2M 5A TRAFFIC CONTROL STRIPERS JOURNEY LEVEL $37.90 1K 5A TRUCK DRIVERS ASPHALT MIX $14.19 1 DUMP TRUCK $32.97 2G 61 DUMP TRUCK & TRAILER $32.97 2G 61 OTHER TRUCKS $32.97 2G 61 TRANSIT MIXER $32.97 2G 61 WELL DRILLERS & IRRIGATION PUMP INSTALLERS IRRIGATION PUMP INSTALLER $25.44 1 OILER $9.20 1 WELL DRILLER $18.00 1 Page 7 Washington State Department of Labor and Industries Policy Statement (Regarding the Production of "Standard" or "Non-standard" Items) Below is the department's (State L&I's) list of criteria to be used in determining whether a prefabricated item is "standard' or "non-standard". For items not appearing on WSDOT's predetermined list, these criteria shall be used by the Contractor (and the Contractor's subcontractors, agents to subcontractors, suppliers, manufacturers, and fabricators) to determine coverage under RCW 39 12. The production, in the State of Washington, of non-standard items is covered by RCW 39.12, and the production of standard items is not. The production of any item outside the State of Washington is not covered by RCW 39.12. 1 Is the item fabricated for a public works project? If not, it is not subject to RCW 39 12. If it is, go to question 2. 2. Is the item fabricated on the public works jobsite? If it is, the work is covered under RCW 39 12. If not, go to question 3. 3 Is the item fabricated in an assembly/fabrication plant set up for, and dedicated primarily to, the public works project? If it is, the work is covered by RCW 39 12. If not, go to question 4. 4 Does the item require any assembly, cutting, modification or other fabrication by the supplier? If not, the work is not covered by RCW 39 12. If yes, go to question 5 5 Is the prefabricated item intended for the public works project typically an inventory item which could reasonably be sold on the general market? If not, the work is covered by RCW 39 12. If yes, go to question 6 6 Does the specific prefabricated item, generally defined as standard, have any unusual characteristics such as shape, type of material, strength requirements, finish, etc? If yes, the work is covered under RCW 39.12 Any firm with questions regarding the policy, WSDOT's Predetermined List, or for determinations of covered and non -covered workers shall be directed to State L&I at (360) 902-5330. Supplemental to Wage Rates 1 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator Below is a list of potentially prefabricated items, originally furnished by WSDOT to Washington State Department of Labor and Industries, that may be considered non- standard and therefore covered by the prevailing wage law, RCW 39 12. Items marked with an X in the "YES" column should be considered to be non-standard and therefore covered by RCW 39 12. Items marked with an X in the "NO" column should be considered to be standard and therefore not covered Of course, exceptions to this general list may occur, and in that case shall be evaluated according to the criteria described in State and L&I's policy statement. ITEM DESCRIPTION YES NO 1 Metal rectangular frames, solid metal covers, herringbone grates, and bi-directional vaned grates for Catch Basin Types 1, 1L, 1P, and 2 and Concrete Inlets See Std Plans 2. Metal circular frames (rings) and covers, circular grates, and prefabricated ladders for Manhole Types 1, 2, and 3, Drywell Types 1, 2, and 3 and Catch Basin Type 2. See Std Plans 3 Prefabricated steel grate supports and welded grates, metal frames and dual vaned grates, and Type 1, 2, and 3 structural tubing grates for Drop Inlets See Std Plans 4 Concrete Pipe - Plain Concrete pipe and reinforced concrete pipe Class 2 to 5 sizes smaller than 60 inch diameter X 5 Concrete Pipe - Plain Concrete pipe and reinforced concrete pipe Class 2 to 5 sizes larger than 60 inch diameter. 6 Corrugated Steel Pipe - Steel lock seam corrugated pipe for culverts and storm sewers, sizes 30 inch to 120 inches in diameter. May also be treated, 1 thru 5 7 Corrugated Aluminum Pipe - Aluminum lock seam corrugated pipe for culverts and storm sewers, sizes 30 inch to 120 inches in diameter May also be treated, #5 X Supplemental to Wage Rates 2 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator ITEM DESCRIPTION YES NO 8. Anchor Bolts & Nuts - Anchor Bolts and Nuts, for mounting sign structures, luminaries and other items, shall be made from commercial bolt stock. See Contract Plans and Std. Plans for size and material type X 9. Aluminum Pedestrian Handrail - Pedestrian handrail conforming to the type and material specifications set forth in the contract plans. Welding of aluminum shall be in accordance with Section 9-28 14(3) X 10. Major Structural Steel Fabrication - Fabrication of major steel items such as trusses, beams, girders, etc., for bridges X 11 Minor Structural Steel Fabrication - Fabrication of minor steel Items such as special hangers, brackets, access doors for structures, access ladders for irrigation boxes, bridge expansion joint systems, etc., involving welding, cutting, punching and/or boring of holes See Contact Plans for item description and shop drawings. X 12. Aluminum Bridge Railing Type BP - Metal bridge railing conforming to the type and material specifications set forth in the Contract Plans. Welding of aluminum shall be in accordance with Section 9-28 14(3) X 13 Concrete Piling--Precast-Prestressed concrete piling for use as 55 and 70 ton concrete piling. Concrete to conform to Section 9-19 1 of Std. Spec. X 14. 15. Precast Manhole Types 1, 2, and 3 with cones, adjustment sections and flat top slabs. See Std. Plans. X X X Precast Drywell Types 1, 2, and with cones and adjustment Sections. See Std. Plans 16. Precast Catch Basin - Catch Basin type 1, 1 L, 1P, and 2 With adjustment sections. See Std Plans. Supplemental to Wage Rates 3 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator ITEM DESCRIPTION YES 17 Precast Concrete Inlet - with adjustment sections, See Std Plans 18 Precast Drop Inlet Type 1 and 2 with metal grate supports See Std Plans 19 Precast Grate Inlet Type 2 with extension and top units See Std Plans NO X X X 20 Metal frames, vaned grates, and hoods for Combination Inlets See Std Plans X 21 Precast Concrete Utility Vaults - Precast Concrete utility vaults of various sizes Used for in ground storage of utility facilities and controls. See Contract Plans for size and construction requirements. Shop drawings are to be provided for approval prior to casting 22 Vault Risers - For use with Valve Vaults and Utilities Vaults 23 Valve Vault - For use with underground utilities See Contract Plans for details. 24 Precast Concrete Barrier - Precast Concrete Barrier for use as new barrier or may also be used as Temporary Concrete Barrier Only new state approved barrier may be used as permanent barrier 25 Reinforced Earth Wall Panels — Reinforced Earth Wall Panels in size and shape as shown in the Plans. Fabrication plant has annual approval for methods and materials to be used See Shop Drawing Fabrication at other locations may be approved, after facilities inspection, contact HQ. Lab. X 26 Precast Concrete Walls - Precast Concrete Walls - tilt -up wall panel in size and shape as shown in Plans. Fabrication plant has annual approval for methods and materials to be used X Supplemental to Wage Rates 4 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator ITEM DESCRIPTION YES NO 27. Precast Railroad Crossings - Concrete Crossing Structure X Slabs. 28 12, 18 and 26 inch Standard Precast Prestressed Girder — Standard Precast Prestressed Girder for use in structures. Fabricator plant has annual approval of methods and materials to be used Shop Drawing to be provided for approval prior to X casting girders. See Std. Spec. Section 6-02.3(25)A 29 Prestressed Concrete Girder Series 4-14 - Prestressed Concrete Girders for use in structures. Fabricator plant has annual approval of methods and materials to be used Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6-02 3(25)A X 30 Prestressed Tri -Beam Girder - Prestressed Tri -Beam Girders for use in structures Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders See Std Spec. Section 6-02.3(25)A X 31 Prestressed Precast Hollow -Core Slab — Precast Prestressed Hollow -core slab for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std Spec. Section 6-02.3(25)A. 32 Prestressed -Bulb Tee Girder - Bulb Tee Prestressed Girder for use in structures Fabricator plant has annual approval of methods and materials to be used Shop Drawing to be provided for approval prior to casting girders See Std Spec. Section 6-02.3(25)A X 33 Monument Case and Cover See Std Plan. X Supplemental to Wage Rates 5 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator ITEM DESCRIPTION YES NO 34 Cantilever Sign Structure - Cantilever Sign Structure fabricated from steel tubing meeting AASHTO-M-183. See Std Plans, and Contract Plans for details. The steel structure shall be galvanized after fabrication in accordance with AASHTO-M-111 35. Mono -tube Sign Structures - Mono -tube Sign Bridge fabricated to details shown in the Plans. Shop drawings for approval are required prior to fabrication. X X 36. Steel Sign Bridges - Steel Sign Bridges fabricated from steel tubing meeting AASHTO-M-138 for Aluminum Alloys See Std Plans, and Contract Plans for details The steel structure shall be galvanized after fabrication in accordance with AASHTO-M-111 X 37 Steel Sign Post - Fabricated Steel Sign Posts as detailed in Std Plans. Shop drawings for approval are to be provided prior to fabrication 38 Light Standard -Prestressed - Spun, prestressed, hollow concrete poles. X X 39 Light Standards - Lighting Standards for use on highway illumination systems, poles to be fabricated to conform with methods and materials as specified on Std. Plans See Specia Provisions for pre -approved drawings 40 Traffic Signal Standards - Traffic Signal Standards for use on highway and/or street signal systems. Standards to be fabricated to conform with methods and material as specified on Std Plans See Special Provisions for pre -approved drawings 41 Precast Concrete Sloped Mountable Curb (Single and DualFaced) See Std Plans. X X Supplemental to Wage Rates 6 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator ITEM DESCRIPTION YES NO 42. Traffic Signs - Prior to approval of a Fabricator of Traffic Signs, the sources of the following materials must be submitted and approved for reflective sheeting, legend material, and aluminum sheeting NOTE: *** Fabrication inspection required. Only signs tagged "Fabrication Approved" by WSDOT Sign Fabrication Inspector to be installed X X Custom Message Std Signing Message 43 Cutting & bending reinforcing steel -------------- X X -- ----= X — 44 Guardrail components Custom End Sec Standard Sec 45 Aggregates/Concrete mixes Covered by WAC 296-127-018 46 Asphalt Covered by WAC 296-127-018 47 Fiber fabrics X X 48. Electrical wiring/components 49 treated or untreated timber pile X 50 Girder pads (elastomeric bearing) X X X 51 Standard Dimension lumber 52. Irrigation components Supplemental to Wage Rates 7 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator ITEM DESCRIPTION YES NO 53. Fencing materials X 54 Guide Posts X 55 Traffic Buttons X 56 Epoxy X 57. Cribbing X 58. Water distribution materials X 59 Steel "H" piles X 60 Steel pipe for concrete pile casings X 61. Steel pile tips, standard X 62. Steel pile tips, custom X Supplemental to Wage Rates 8 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 State of Washington Department of Labor and Industries Prevailing Wage Section - Telephone (360) 902 - PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, workers' wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements is provided on the Benefit Code Key Classification Code METAL FABRICATION (IN SHOP) EFFECTIVE 03/04/2009 (See Benefit Code Key) Prevailing Overtime Holiday Wage Code Code Counties Covered: ADAMS, ASOTIN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, KITTITAS LINCOLN, OKANOGAN, PEND ORIELLE, STEVENS, WALLA WALLA AND WHITMAN FITTER/WELDER $12.76 LABORER $8.55 MACHINE OPERATOR $12.66 PAINTER $10.20 Counties Covered: BENTON 1 1 1 1 MACHINE OPERATOR $10.53 1 PAINTER $9.76 1 WELDER $16.70 1 1 Counties Covered: CHELAN FITTER $15.04 1 LABORER $9.54 1 MACHINE OPERATOR $9.71 1 PAINTER $9.93 1 WELDER $12.24 1 Counties Covered: CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, LEWIS, MASON, PACIFIC SAN JUAN AND SKAGIT FITTER/WELDER $15.16 1 LABORER $11.13 1 MACHINE OPERATOR $10.66 1 PAINTER $11 41 1 Supplemental to Wage Rates 9 Classification Code METAL FABRICATION (IN SHOP) EFFECTIVE 03/04/2009 (See Benefit Code Key) Prevailing Overtime Holiday Wage Code Code Counties Covered: CLARK FITTER $27 49 1E 6H LABORER $19.21 1E 6H MACHINE OPERATOR $28.77 1E 6H PAINTER $25.31 1E 6H WELDER $26.89 1E 6H LAYEROUT $28.77 1E 6H Counties Covered: COWLITZ MACHINE OPERATOR $24 65 1B 6V FITTER $24 65 1B 6V WELDER $24.65 1B 6V FITTER/WELDER PAINTER Counties Covered: GRANT $10.79 1 $8.55 1 Counties Covered: KING FITTER $15.86 1 LABORER $9 78 1 MACHINE OPERATOR $13.04 1 PAINTER $11 10 1 WELDER 15 48 Counties Covered: KITSAP FITTER $26.96 1 LABORER $8.55 1 MACHINE OPERATOR $13.83 1 WELDER $13.83 1 Supplemental to Wage Rates 10 Classification Code METAL FABRICATION (IN SHOP) EFFECTIVE 03/04/2009 (See Benefit Code Key) Prevailing Overtime Holiday Wage Code Code Counties Covered: KLICKITAT, SKAMANIA, WAHKIAKUM FITTER/WELDER $16.99 1 LABORER $10.44 1 MACHINE OPERATOR $17.21 1 PAINTER $17.03 1 Counties Covered: PIERCE FITTER $15.25 1 LABORER $10.32 1 MACHINE OPERATOR $13.98 1 WELDER $13.98 1 Counties Covered: SNOHOMISH FITTER/WELDER $15.38 1 LABORER $9.79 1 MACHINE OPERATOR $8.84 1 PAINTER $9.98 1 Counties Covered: SPOKANE FITTER $12.59 1 LABORER $8.55 1 MACHINE OPERATOR $13.26 1 PAINTER $10.27 1 WELDER $10.80 1 Supplemental to Wage Rates 11 Classification Code METAL FABRICATION (IN SHOP) EFFECTIVE 03/04/2009 (See Benefit Code Key) Prevailing Overtime Holiday Wage Code Code Counties Covered: THURSTON FITTER $26.24 1A 6T LABORER $16.42 1A 6T MACHINE OPERATOR $20.23 1A 6T LAYEROUT $28.56 1A 6T WELDER $23.97 1A 6T Counties Covered: WHATCOM FITTER/WELDER $13 81 1 LABORER $9.00 1 MACHINE OPERATOR $13.81 1 Counties Covered: YAKIMA FITTER $12.00 1 LABORER $10.31 1 MACHINE OPERATOR $11 32 1 PAINTER $12.00 1 WELDER $11 32 1 Supplemental to Wage Rates 12 FABRICATED PRECAST CONCRETE PRODUCTS EFFECTIVE 03/04/2009 Classification Code (See Benefit Code Key) Prevailing Overtime Holiday Wage Code Code Counties Covered: ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS, FERRY, GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND OREILLE, STEVENS, WALLA WALLA AND WHITMAN ALL CLASSIFICATIONS ALL CLASSIFICATIONS $9.96 1 Counties Covered: CHELAN, KITTITAS, KLICKITAT AND SKAMANIA 8.61 1 Counties Covered: CLALLAM, CLARK, COWLITZ, GRAYS HARBOR, ISLAND, JEFFERSON, KITSAP,LEWIS, MASON, PACIFIC, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WAHKIAKUM ALL CLASSIFICATIONS $13.50 1 Counties Covered: FRANKLIN ALL CLASSIFICATIONS $11.50 1 Counties Covered: KING ALL CLASSIFICATIONS $13.60 2K 5B Counties Covered: PIERCE ALL CLASSIFICATIONS $9.28 1 Counties Covered: SPOKANE ALL CLASSIFICATIONS $20.23 1 Counties Covered: WHATCOM ALL CLASSIFICATIONS $13.67 1 CRAFTSMAN LABORER Counties Covered: YAKIMA $8.72 $8.55 Supplemental to Wage Rates 13 WSDOT's List of State Occupations not applicable to Heavy and Highway Construction Projects This project is subject to the state hourly minimum rates for wages and fringe benefits in the contract provisions, as provided by the state Department of Labor and Industries. The following list of occupations, is comprised of those occupations that are not normally used in the construction of heavy and highway projects. When considering job classifications for use and / or payment when bidding on, or building heavy and highway construction projects for, or administered by WSDOT, these Occupations will be excepted from the included "Washington State Prevailing Wage Rates For Public Work Contracts" documents • Electrical Fixture Maintenance Workers • Electricians - Motor Shop • Heating Equipment Mechanics • Industrial Engine and Machine Mechanics • Industrial Power Vacuum Cleaners • Inspection, Cleaning, Sealing of Water Systems by Remote Control • Laborers - Underground Sewer & Water • Machinists (Hydroelectric Site Work) • Modular Buildings • Playground & Park Equipment Installers • Power Equipment Operators - Underground Sewer & Water • Residential *** ALL ASSOCIATED RATES *** • Sign Makers and Installers (Non -Electrical) • Sign Makers and Installers (Electrical) • Stage Rigging Mechanics (Non Structural) The following occupations may be used only as outlined in the preceding text concerning "WSDOT's list for Suppliers - Manufacturers - Fabricators" • Fabricated Precast Concrete Products • Metal Fabrication (In Shop) Definitions for the Scope of Work for prevailing wages may be found at the Washington State Department of Labor and Industries web site and in WAC Chapter 296-127 Supplemental to Wage Rates 14 Washington State Department of Labor and Industries Policy Statements (Regarding Production and Delivery of Gravel, Concrete, Asphalt, etc.) WAC 296-127-018 Agency filings affecting this section Coverage and exemptions of workers involved in the production and delivery of gravel, concrete, asphalt, or similar materials. (1) The materials covered under this section include but are not limited to Sand, gravel, crushed rock, concrete, asphalt, or other similar materials. (2) All workers, regardless of by whom employed, are subject to the provisions of chapter 39 12 RCW when they perform any or all of the following functions. (a) They deliver or discharge any of the above -listed materials to a public works project site (i) At one or more point(s) directly upon the location where the material will be incorporated into the project; or (ii) At multiple points at the project; or (iii) Adjacent to the location and coordinated with the incorporation of those materials (b) They wait at or near a public works project site to perform any tasks subject to this section of the rule (c) They remove any materials from a public works construction site pursuant to contract requirements or specifications (e g , excavated materials, materials from demolished structures, clean-up materials, etc.) (d) They work in a materials production facility (e g , batch plant, borrow pit, rock quarry, etc ,) which is established for a public works project for the specific, but not necessarily exclusive, purpose of supplying materials for the project. (e) They deliver concrete to a public works site regardless of the method of incorporation (f) They assist or participate in the incorporation of any materials into the public works project. Supplemental to Wage Rates 15 (3) All travel time that relates to the work covered under subsection (2) of this section requires the payment of prevailing wages. Travel time includes time spent waiting to load, loading, transporting, waiting to unload, and delivering materials. Travel time would include all time spent in travel in support of a public works project whether the vehicle is empty or full. For example, travel time spent returning to a supply source to obtain another load of material for use on a public works site or returning to the public works site to obtain another load of excavated material is time spent in travel that is subject to prevailing wage Travel to a supply source, including travel from a public works site, to obtain materials for use on a private project would not be travel subject to the prevailing wage (4) Workers are not subject to the provisions of chapter 39 12 RCW when they deliver materials to a stockpile (a) A "stockpile" is defined as materials delivered to a pile located away from the site of incorporation such that the stockpiled materials must be physically moved from the stockpile and transported to another location on the project site in order to be incorporated into the project. (b) A stockpile does not include any of the functions described in subsection (2)(a) through (f) of this section, nor does a stockpile include materials delivered or distributed to multiple locations upon the project site; nor does a stockpile include materials dumped at the place of incorporation, or adjacent to the location and coordinated with the incorporation (5) The applicable prevailing wage rate shall be determined by the locality in which the work is performed Workers subject to subsection (2)(d) of this section, who produce such materials at an off-site facility shall be paid the applicable prevailing wage rates for the county in which the off-site facility is located Workers subject to subsection (2) of this section, who deliver such materials to a public works project site shall be paid the applicable prevailing wage rates for the county in which the public works project is located [Statutory Authority Chapter 39.12 RCW, RCW 43.22.051 and 43.22.270. 08-24-101, § 296-127-018, filed 12/2/08, effective 1/2/09. Statutory Authority. Chapters 39 04 and 39 12 RCW and RCW 43 22.270. 92-01-104 and 92-08-101, § 296-127-018, filed 12/18/91 and 4/1/92, effective 8/31/92.] Supplemental to Wage Rates 16 BENEFIT CODE KEY - EFFECTIVE 03-04-2009 OVERTIME CODES OVERTIME CALCULATIONS ARE BASED ON THE HOURLY RATE ACTUALLY PAID TO THE WORKER. ON PUBLIC WORKS PROJECTS, THE HOURLY RATE MUST BE NOT LESS THAN THE PREVAILING RATE OF WAGE MINUS THE HOURLY RATE OF THE COST OF FRINGE BENEFITS ACTUALLY PROVIDED FOR THE WORKER. 1 ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. C. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER OVERTIME HOURS WORKED SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. D THE FIRST TWO (2) HOURS BEFORE OR AFTER A FIVE - EIGHT (8) HOUR WORKWEEK DAY OR A FOUR - TEN (10) HOUR WORKWEEK DAY AND THE FIRST EIGHT (8) HOURS WORKED THE NEXT DAY AFTER EITHER WORKWEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL ADDITIONAL HOURS WORKED AND ALL WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. E. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER HOURS WORKED MONDAY THROUGH SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. F THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER OVERTIME HOURS WORKED, EXCEPT LABOR DAY, SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. G THE FIRST TEN (10) HOURS WORKED ON SATURDAYS AND THE FIRST TEN (10) HOURS WORKED ON A FIFTH CALENDAR WEEKDAY IN A FOUR - TEN HOUR SCHEDULE, SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. H. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS OR EQUIPMENT BREAKDOWN) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED OVER TEN (10) HOURS MONDAY THROUGH SATURDAY, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. K. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. L. ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. M. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. N ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. O THE FIRST TEN (10) HOURS WORKED ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS, HOLIDAYS AND AFTER TWELVE (12) HOURS, MONDAY THROUGH FRIDAY, AND AFTER TEN (10) HOURS ON SATURDAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. P ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF CIRCUMSTANCES WARRANT) AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. BENEFIT CODE KEY - EFFECTIVE 03-04-2009 -2- 1 • THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND UP TO TEN (10) HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED [N EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT CHRISTMAS DAY) SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON CHRISTMAS DAY SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. R. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. S. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER OVERTIME HOURS WORKED, EXCEPT LABOR DAY, SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. T WORK PERFORMED IN EXCESS OF EIGHT (8) HOURS OF STRAIGHT TIME PER DAY, OR TEN (10) HOURS OF STRAIGHT TIME PER DAY WHEN FOUR TEN (10) HOUR SHIFTS ARE ESTABLISHED, OR FORTY (40) HOURS OF STRAIGHT TIME PER WEEK, MONDAY THROUGH FRIDAY, OR OUTSIDE THE NORMAL SHIFT, AND ALL WORK ON SATURDAYS SHALL BE PAID AT TIME AND ONE-HALF THE STRAIGHT TIME RATE. HOURS WORKED OVER TWELVE HOURS (12) IN A SINGLE SHIFT AND ALL WORK PERFORMED AFTER 6.00 PM SATURDAY TO 6.00 AM MONDAY AND HOLIDAYS SHALL BE PAID AT DOUBLE THE STRAIGHT TIME RATE OF PAY THE EMPLOYER SHALL HAVE THE SOLE DISCRETION TO ASSIGN OVERTIME WORK TO EMPLOYEES. PRIMARY CONSIDERATION FOR OVERTIME WORK SHALL BE GIVEN TO EMPLOYEES REGULARLY ASSIGNED TO THE WORK TO BE PERFORMED ON OVERTIME SITUATIONS AFTER AN EMPLOYEE HAS WORKED EIGHT (8) HOURS AT AN APPLICABLE OVERTIME RATE, ALL ADDITIONAL HOURS SHALL BE AT THE APPLICABLE OVERTIME RATE UNTIL SUCH TIME AS THE EMPLOYEE HAS HAD A BREAK OF EIGHT (8) HOURS OR MORE. U ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. ✓ ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS (EXCEPT THANKSGIVING DAY AND CHRISTMAS DAY) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON THANKSGIVING DAY AND CHRISTMAS DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. W ALL HOURS WORKED ON SATURDAYS AND SUNDAYS (EXCEPT MAKE-UP DAYS DUE TO CONDITIONS BEYOND THE CONTROL OF THE EMPLOYER) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE X THE FIRST FOUR (4) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY TI -TROUGH FRIDAY AND THE FIRST TWELVE (12) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED OVER TWELVE (12) HOURS MONDAY TI -TROUGH SATURDAY, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. WHEN HOLIDAY FALLS ON SATURDAY OR SUNDAY, THE DAY BEFORE SATURDAY, FRIDAY, AND THE DAY AFTER SUNDAY, MONDAY, SHALL BE CONSIDERED THE HOLIDAY AND ALL WORK PERFORMED SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. Y ALL HOURS WORKED OUTSIDE THE HOURS OF 5.00 AM AND 5-00 PM (OR SUCI-1 OTHER HOURS AS MAY BE AGREED UPON BY ANY EMPLOYER AND THE EMPLOYEE) AND ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY (10 HOURS PER DAY FOR A 4 X 10 WORKWEEK) AND ON SATURDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. (EXCEPT FOR EMPLOYEES WHO ARE ABSENT FROM WORK WITHOUT PRIOR APROVAL ON A SCHEDULED WORKDAY DURING THE WORKWEEK SHALL BE PAID AT THE STRAIGHT -TIME RATE UNTIL THEY HAVE WORKED 8 HOURS IN A DAY (10 IN A 4 X 10 WORKWEEK) OR 40 HOURS DURING THAT WORKWEEK.) ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL HOURS WORKED ON SUNDAYS AND LABOR DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. Z ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID THE STRAIGHT TIME RATE OF PAY IN ADDITION TO HOLIDAY PAY 2. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. THE FIRST SIX (6) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF SIX (6) HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. B ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. C ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 BENEFIT CODE KEY - EFFECTIVE 03-04-2009 -3- D ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT STRAIGHT TIME IN ADDITION TO THE HOLIDAY PAY ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. E. ALL HOURS WORKED ON SATURDAYS OR HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS OR ON LABOR DAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. F THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT THE STRAIGHT HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. G ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE INCLUDING HOLIDAY PAY H. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. 2. 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 L. ALL HOURS WORKED ON SATURDAYS (OR ON THE REGULAR DAY OFF DURING A WORKWEEK OTHER THAN MONDAY THROUGH FRIDAY) AND HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE, EXCEPT LABOR DAY WHICH SHALL BE PAID AT DOUBLE THE HOURLY RATE. ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. M. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. O ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. P THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT 8) HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. Q ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. R. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS AND ALL HOURS WORKED OVER SIXTY (60) IN ONE WEEK SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. S. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE, EXCEPT THE DAY AFTER THANKSGIVING, THE DAY AFTER CHRISTMAS AND A FLOATING HOLIDAY, WHICH SHALL BE PAID AT THE STRAIGHT TIME RATE IF WORKED, IN ADDITION TO HOLIDAY PAY 4A. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. HOLIDAY CODES 5 A. HOLIDAYS. NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). BENEFIT CODE KEY - EFFECTIVE 03-04-2009 -4- B HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (8). C. HOLIDAYS NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8) D HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AND SATURDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). E. HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, PRESIDENTIAL ELECTION DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). F HOLIDAYS NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (I I). G HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (7). H. HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, AND CHRISTMAS (6) 1 HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (6). J HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY, AND CFIRISTMAS DAY (7). K. HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (9). L. HOLIDAYS NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). M. HOLIDAYS NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS AND CHRISTMAS DAY (9). N HOLIDAYS NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (9). P HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AND SATURDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (9) IF A HOLIDAY FALLS ON SUNDAY, THE FOLLOWING MONDAY SHALL BE CONSIDERED AS A HOLIDAY Q PAID HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (6). R. PAID HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, ONE-HALF DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (7 1/2). 5 S. PAID HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (7). T PAID HOLIDAYS NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND THE DAY BEFORE OR AFTER CHRISTMAS (9) U PAID HOLIDAYS NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (8) ✓ PAID HOLIDAYS SIX (6) PAID HOLIDAYS W PAID HOLIDAYS NINE (9) PAID HOLIDAYS. X. HOLIDAYS AFTER 520E-1OURS - 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). 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 BENEFIT CODE KEY - EFFECTIVE 03-04-2009 -5- • HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, PRESIDENTIAL ELECTION DAY, THANKSGIVING DAY, THE FRIDAY FOLLOWING THANKSGIVING DAY, AND CHRISTMAS DAY (8). Z. HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). 6. A. PAID HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). B PAID HOLIDAYS. NEW YEAR'S EVE DAY, NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS EVE'S DAY, AND CHRISTMAS DAY (9). C. HOLIDAYS NEW YEARS DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (9). D PAID HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY BEFORE OR THE DAY AFTER CHRISTMAS DAY (9). E. PAID HOLIDAYS. NEW YEAR'S DAY, DAY BEFORE OR AFTER NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND A HALF-DAY ON CHRISTMAS EVE DAY (9 1/2). F PAID HOLIDAYS NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (11). G PAID HOLIDAYS NEW YEAR'S DAY, MARTIN LUTHER KfNG JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND CHRISTMAS EVE DAY (11). H. PAID HOLIDAYS. NEW YEARS DAY, NEW YEAR'S EVE DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY AFTER CHRISTMAS, AND A FLOATING HOLIDAY (10). I. PAID HOLIDAYS NEW YEARS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). J PAID HOLIDAYS NEW YEARS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY AFTER CHRISTMAS, AND A FLOATING HOLIDAY (9) L. HOLIDAYS. NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (8) Q PAID HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY (8). UNPAID HOLIDAY_ PRESIDENTS' DAY T PAID HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (9). U HOLIDAYS NEW YEARS DAY, DAY BEFORE NEW YEARS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS DAY, CHRISTMAS DAY (9). ✓ PAID HOLIDAYS. NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY, CHRISTMAS DAY, AND ONE DAY OF THE EMPLOYEE'S CHOICE (9). W PAID HOLIDAYS NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, DAY BEFORE OR AFTER CHRISTMAS DAY (10). X. PAID HOLIDAYS NEW YEAR'S DAY, DAY BEFORE OR AFTER NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, DAY BEFORE OR AFTER CHRISTMAS DAY, EMPLOYEE'S BIRTHDAY (II). Y PAID HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND A FLOATING HOLIDAY (9). BENEFIT CODE KEY - EFFECTIVE 03-04-2009 -6- Z. HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). IF A HOLIDAY FALLS ON SATURDAY, THE PRECEDING FRIDAY SHALL BE CONSIDERED AS THE HOLIDAY IF A HOLIDAY FALLS ON SUNDAY, THE FOLLOWING MONDAY SHALL BE CONSIDERED AS THE HOLIDAY NOTE CODES 8. A. IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE. OVER 50' TO 100' - $2.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100' TO 150' - $3.00 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 150' TO 220' - $4 00 PER FOOT FOR EACH FOOT OVER 150 FEET OVER 220' - $5 00 PER FOOT FOR EACH FOOT OVER 220 FEET C IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE. OVER 50' TO 100' - $1 00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100' TO 150' - $1.50 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 150' TO 200' - $2.00 PER FOOT FOR EACH FOOT OVER 150 FEET OVER 200' - DIVERS MAY NAME THEIR OWN PRICE D WORKERS WORKING WITH SUPPLIED AIR ON HAZMAT PROJECTS RECEIVE AN ADDITIONAL $1 00 PER HOUR. L. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A. $0 75, LEVEL B $0.50, AND LEVEL C $0.25 M. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS LEVELS A & B $1 00, LEVELS C & D $0.50 N WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A. $1 00, LEVEL B $0 75, LEVEL C $0.50, AND LEVEL D $0.25 P WORKERS ON FIAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - CLASS A SUIT $2.00, CLASS B SUIT $1 50, CLASS C SUIT $1 00, AND CLASS D SUIT $0.50 PROPOSAL Proposal Form Item Proposal Bid Sheet Bid Bond Form Non -Collusion Declaration Certification for Federal -Aid Contracts Non -Discrimination Provision Subcontractor List Women and Minority Business Enterprise Policy Council Resolution Affirmative Action Plan Bidders Certification Contractor and Subcontractor of Lower Tier Subcontractor for Federal -Aid Projects Materially and Responsiveness Proposal Signature Sheet Bidders Check List PROPOSAL To the City Clerk Yakima, Washington This certifies that the undersigned has examined the location of: City of Yakima Nob Hill Boulevard Overpass Repairs Nob Hill RR #2 City Project No. 2229 Federal Aid No. BHM-4566(008) 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 127 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ITEM PROPOSAL BID SHEET City of Yakima Nob Hill Boulevard Overpass Repairs Nob Hill RR #2 City Project No. 2229 Federal Aid No.: BHM-4566(008) ITEM NO. PROPOSAL ITEM PAYMENT SECTION UNIT PRICE DOLLARS AMOUNT DOLLARS 1 SPCC PLAN 1-07 15 1 LS ^4,S &. 00 _ 5-00 , 00 2 MOBILIZATION 1-09.7 1 LS 1610 000. as 1 SO.000. oo 3 PROJECT TEMPORARY TRAFFIC CONTROL 1-10.5 1 LS 7o 000. 00 1)0 000. 00 4 EPDXY CRACK SEALING 6-02.5 100 LF 58,00 _ j BOQ, 0 0 5 CONCRETE REPAIR 6-02.5 600 SF Ito, 00 GGj 6.06. 00- 6 BRIDGE CLEANING 6-02.5 1 FA $20,000 .49j 0 00 . 00 7 GIRDER JACKING AND SUPPORT 6-02.5 1 LS 380 OOO,a 380j oca. oa 8 BONDED FRP FOR COLUMNS 6-02.5 746 SF 78, 00 S8 188. 00 9 ELASTOMETRIC BEARING PAD - SUPERSTR. 6-02.5 120 EA )476_ 00�.cj(% O DO, oo 10 EXPANSION JOINT MODIFICATION 6-02.5 365LF 13S, 00 illa76 • 00 11 MISCELLANEOUS WORK - FORCE ACCOUNT 6-02.5 1 FA $50,000 6'01000 . 00 12 CONC. CLASS 4000D 6-02.5 15 CY y1`00,00 esti 00 13 ST REINF BAR 6-02.5 3209LB f� I S0 j000, l � Pi Dia t/ , 6-0 14 MODIFIED CONCRETE OVERLAY 6-09.5 61 71C ;0.00 113J Liao. 00 15 FINISHING AND CURING MODIFIED CONC. OVERLAY 6-09.5 5485SY ! 110. CO (� r� e� 'D /, / 6 Qi 00 16 REMOVING EXISTING CONCRETE OVERLAY 6-09.5 5485 SY 30. v I O • OO 6y 17 FURTHER DECK PREPARATION 6-09.5 1650 CF 60.04 J cj p 000,00 ! A 18 TEMPORARY CONC. BARRIER 6-10.5 1200 LF 31,00 j 3s)400, 00 19 RESETTING TEMPORARY CONC. BARRIER 6-10.5 1200 LF 5; ao 0 0 0.0 0 20 STRUCTURE EXCAVATION CLASS B 153 CY r7 3, OQ 1 1 !&.00 21 SHORING OR EXTRA EXCAVATION 2-09.5 1340/,� SF j V^, 00 J ;0,100.00 Addendum 3 Page 7 of 7 TOTAL: $ Ij plc() c() Z19,s6 6/22//09 BID BOND FORM Herewith find deposit in the form of a certified check, cashiers check, cash, or bid bond in the amount of $ which amount is not less than five percent of the total bid. Sign Here BID BOND KNOW ALL MEN BY THESE PRESENTS: That we, Mowat Construction Company , as principal, and Safeco Insurance Company of America , as Surety, are held and firmly bound unto the City of Yakima, as Obligee, in the penal sum of Five Percent (5%) of Amount 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 Nob Hill Boulevard Overpass Repairs , according to the terms of the proposal or bid made by the Principal therefor, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure so to do, pay and forfeit to the Obligee the penal amount of the deposit specified in the call for bids, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages, the amount of t. is bond. Pr siden SIGNED, SEALED AND DATED THIS „ 25th D Mow Dar ene Jakiels i 'ttorney—In—Fact ,20 Received return of deposit in the sum of $ 131 iberty 'Iutui< KNOW ALL BY THESE PRESENTS: That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, each a Washington corporation, does each hereby appoint ************STEVEN K. BUSH; BRANDON K. BUSH, MJ COTTON; JIM W DOYLE; CHAD M. EPPLE; JULIE M. GLOVER; DARLENE JAKIELSKI; JIM S. KU ICH; THERESA A. LAMB; MICHAEL A. MURPHY; NANCY J. OSBORNE; ANDY D. PRI LL; S.M. SCOTT, STEVE WAGNER; Bothell, Wash ington*************************************** POWER OF ATTORNEY No. Safeco Insurance Company of America General Insurance Company of America 1001 4th Avenue Suite 1700 Seattle, WA 98154 7351 its true and lawful attorney(s)-in-fact, with full authority to execute on its behalf fidelity and surety bonds or undertakings and other documents of a similar character issued in the course of its business, and to bind the respective company thereby IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each executed and attested these presents this PLx* 4 2, ill 21st day of March 2009 Dexter R. Leqq, Secretary Timothy A. Mikolajewski, Vice President CERTIFICATE Extract from the By -Laws of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA: "Article V, Section 13 - FIDELITY AND SURETY BONDS the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attorneys -in -fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business. On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced, provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28, 1070. "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (0 The provisions of Article V, Section 13 of the By -Laws, and (ii) A copy of the power-of-attorney appointment, executed pursuant thereto, and (iii) Certifying that said power-of-attorney appointment is in full force and effect, the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof " I, Dexter R. Legg , Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By -Laws and of a Resolution of the Board of Directors of these corporations, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By -Laws, the Resolution and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation this 25th S-0974/DS 3/09 day of June 2009 PIA III Dexter R. Legg, Secretary WEB PDF NON -COLLUSION DECLARATION I, by signing the proposal, hereby declare, under penalty of perjury under the laws of the United States that the following statements are true and correct: 1. That the undersigned person(s), firm, association or corporation has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the project for which this proposal is submitted. 2 That by signing the signature page of this proposal, I am deemed to have signed and have agreed to the provisions of this declaration. NOTICE TO ALL BIDDERS To report bid rigging activities call. I -800-424-9071 The U S Department of Transportation (USDOT) operates the above toll-free "hotline" Monday through Friday, 8:00 a.m to 5 00 p.m , Eastern time. Anyone with knowledge of possible bid rigging, bidder collusion, or other fraudulent activities should use the "hotline" to report such activities The "hotline" is part of USDOT's continuing effort to identify and investigate highway construction contract fraud and abuse and is operated under the direction of the USDOT Inspector General. All information will be treated confidentially and caller anonymity will be respected. 133 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Certification for Federal -Aid Contracts 135 Certification for Federal -Aid Contracts The prospective participant certifies by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: (1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form -LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. This certification is material representation of the fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each failure. The prospective participant also agrees by submitting his or her bid or proposal that he or she shall require that the language of this certification be included in all lower tier subcontracts. which exceed $100,000 and that all such subrecipients shall certify and disclose accordingly DOT Form 272-040 EF Revised 1/2000 NON-DISCRIMINATION PROVISION During the performance of this contract, the contractor agrees as follows (1) The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex or national origin Such action shall include, but not be limited to the following employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. *(2) The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex or national origin *(3) The contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice, to be provided by the agency contracting officer, advising the labor union or workers' representative of the contractor's commitments under Section 202 of Executive Order No. 11246 of September 24, 1965, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. "(4) The contractor will comply with all provisions of Executive Order No. 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. *(5) The contractor will furnish all information and reports required by Executive Order No 11246 of September 24, 1965, and by the rules regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the contracting agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders "(6) In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any such rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts in accordance with procedures authorized in Executive Order No. 11246 of September 24, 1965, and such other sanctions may be imposed and remedies involved as provided in Executive Order No 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law "(7) The contractor will include the provisions of Paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or orders 01 the Secretary of Labor issued pursuant to Section 204 of Executive Order No 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor The contractor will take such action with respect to any subcontract or purchase order as the contracting agency may direct as a means of enforcing such provisions including sanctions for noncompliance. Provided however, that in the event the contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the contracting agency, the contractor may request the United States to enter into such litigation to protect the interests of the United States." 137 SUBCONTRACTOR LIST Prepared in compliance with RCW 39.30.060 as amended (To be submitted with the Bid Proposal) Failure to list subcontractors who are proposed to perform the work of heating, ventilation and air conditioning, plumbing, as described in Chapter 18.106 RCW, and electrical as described in Chapter 19.28 RCW will result in your bid being non-responsive and therefore void. Subcontractor(s) that are proposed to perform the work of heating, ventilation and air conditioning, plumbing, as described in Chapter18.106 RCW, and electrical as described in Chapter 19.28 RCW must be listed below. The work to be performed is to be listed below the subcontractor(s) name. If no subcontractor is listed below, the bidder acknowledges that it does not intend to use any subcontractor to perform those items of work. Subcontractor Name Item Numbers tv/i Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Bid Items to be performed by the Prime Contractor c ) Prime Contractor Name Item Numbers 139 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. 141 RESOLUTION NO. D' 418 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. L� ADOPTED BY THE CITY COUNCIL this _41f� . day of 1983. ATTEST: 7ittit-z—v--- • a. P. Orr A ArtA)-t City Clerk 143 Mayor AFFIRMATIVE ACTION PLAN The bidders, contractors and subcontractors will not be eligible for award of a contract under this Advertisement for Bids unless it certifies as prescribed, that it adopts the minimum goals and timetable of minority and women workforce utilization and specific affirmative action steps as set forth by the City of Yakima, This is directed at increasing minority and women workforce utilization by means of applying good faith efforts to carrying out such steps However, no contractor or subcontractor shall be found to be in noncompliance solely on account of its failure to meet its goals within its timetables, but such contractor shall be given the opportunity to demonstrate that it has instituted all of the specific affirmative action steps specified by the City of Yakima, and has made every good faith effort to make these steps work toward the attainment of its goals, all to the purpose of expanding minority and women workforce utilization on all of its projects in the City of Yakima, Washington. In all cases, the compliance of a bidder, contractor or subcontractor will be determined in accordance with its respective obligations under the terms of these Bid Conditions All bidders and all contractors and subcontractors performing or to perform work on projects subject to these Bid Conditions hereby agree to inform their subcontractors of their respective obligations under the terms and requirements of these Bid Conditions, including the provisions relating to goals of minority and women employment and training Specific Affirmative Action Steps Bidders, contractors and subcontractors subject to this contract must engage in affirmative action directed at increasing minority and women workforce utilization, which is at least as extensive and as specific as the following steps. a. The contractor shall notify community organizations that the contractor has employment opportunities available and shall maintain records of the organizations' response b The contractor shall maintain a file of the names and addresses of each minority and women worker referred to him and what action was taken with respect to each such referred worker, and if the worker was not employed, the reasons therefore If suchworker was not sent to the union hiring hall for referral or if such worker was not employed by the contractor, the contractor's file shall document this and the reasons therefore c. The contractor shall promptly notify the City of Yakima Engineering Division an Contract Compliance Officer when the union or unions with whom the contractor has collective bargaining agreement has not referred to the contractor a minority or woman worker sent by the contractor or the contractor has other information that the union referral process has impeded him in his efforts to meet his goal d The contractor shall participate in training programs in the area, especially those funded by the Department of Labor e The contractor shall disseminate his EEO policy within his own organization by including it in any policy manual; by publicizing it in company newspapers, annual reports, etc., by conducting staff, employee and union representatives' meetings to explain and discuss the policy; by posting of the policy; and by specific review of the policy with minority employees. f The contractor shall disseminate his EEO policy externally by informing and discussing it with all recruitment sources, by advertising in news media, specifically 145 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. The contractor shall make every effort to promote after school, summer and vacation employment to minority youth. k. The contractor shall develop on-the-job training opportunities and participate and assist in any association or employer group training programs relevant to the contractor's employee needs consistent with its obligations under this bid I The contractor shall continually inventory and evaluate all minority and women personnel for promotion opportunities and encourage minority and women employees to seek such opportunities m The contractor shall make sure that seniority practices, job classifications, etc., do not have a discriminatory effect. n The contractor shall make certain that all facilities and company activities are non- segregated o The contractor shall continually monitor all personnel activities to ensure that his EEO policy is being carried out. p The contractor shall solicit bids for subcontracts from available minority and women subcontractors, engaged in the trades covered by these Bid Conditions, including circulation of minority and women contractor associations q Non cooperation In the event the union is unable to provide the contractor with a reasonable flow of minority and women referrals within the time limit set forth in the collective bargaining agreements, the contractor shall, through independent recruitment efforts, fill the employment vacancies without regard to race, color, religion, sex or national origin, making full efforts to obtain qualified and/or qualifiable minorities and women (The U S Department of Labor has held that it shall be no excuse that the union with which the contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority or women employees) In the event the union referral practice prevents the contractor from meeting the obligations pursuant to Executive Order 11246 and 23 CFR Part 230 as amended, and the Standard Specifications, such contractor shall immediately notify the City of Yakima Engineering Department or the City of Yakima Compliance Officer 146 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: Mowat Construction Company certifies that: (BIDDER) 1 It intends to use the following listed construction trades in the work under the contract Carpenters, Laborers, Operators 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: Carpenters, Laborers, Operators and; 2 It will obtain from each of its subcontractors and submit to the contracting or administering agency prior to the award of any sub -contract under this contract the Subcontractor Certification required by these Bid Conditions. John P. Sandstrom, Preside ature of Authorized Representative of Bidder) 147 Contractor and Subcontractor or Lower Tier Subcontractor Certification for Federal -Aid Projects DOT FORM 420-004EF Follows this page as an Attachment 149 Wia Department of Transportation Washington State Contractor and Subcontractor or Lower Tier Subcontractor Certification for Federal -Aid Projects (Required for each Subcontractor or Lower Tier Subcontractor on all Federal -Aid projects) Contract Number Federal -Aid Number State Route Number Subcontractor or Lower Tier Subcontractor To be signed by proposed subcontractor or lower tier subcontractor The contract documents for this subcontract include as part of the subcontract a special provision entitled "Required Federal -Aid Provisions", the "Required Contract Provisions Federal -Aid Construction Contracts (FHWA 1273)", and the minimum wage rates. I certify the above statement to be true and correct. Company Signature Title Date Contractor Certification To be completed and signed by the contractor 1 1 A written agreement has been executed between my firm and the above subcontractor 2 A written agreement has been executed between (the subcontractor) and the above lower tier subcontractor All documents required by the special provision entitled "Required Federal -Aid Provisions" are included in the agreement for (1) or (2) marked above I certify the above statements under Contractor Certification to be true and correct. Company Signature Title Date DOT Form 420-004 EF Revised 03008 Materially and Responsiveness The certification required to be made by the bidder pursuant to these Bid Conditions is material, and will govern the bidder's performance on the project and will be made a part of his bid Failure to submit the certification will render the bid non responsive Compliance and Enforcement Contractors are responsible for informing their subcontractor (regardless of tier) as to their respective obligations under the conditions of the contract here (as applicable). Bidders, contractors and subcontractors hereby agree to refrain from entering into any contract or contract modification subject to Executive Order 11246, as amended on September 24, 1965, with a contractor debarred from, or who is determined not to be a responsible' bidder for, government contracts and federally assisted construction contracts pursuant to Executive Order. The bidder, contractor or subcontractor shall carry out such sanctions and penalties for violation of the equal opportunity clause including suspension, termination and cancellation of existing subcontracts as may be imposed or ordered by the administering agency, the contracting agency or the Office of Federal Contract Compliance pursuant to the Executive Order Any bidder, or contractor or subcontractor who shall fail to carry out such sanctions and penalties shall be deemed to be in non-compliance with these Bid Conditions and Executive Order 11246, as amended Nothing herein is intended to relieve any contractor or subcontractor duringthe term of its contract on this project from compliance with Executive Order 11246, as amended, and the Equal Opportunity Clause of its contract. Violation of any substantial requirement in the affirmative action plan by a contractor or subcontractor covered by these Bid Conditions including the failure of such contractor or subcontractor to make a good faith effort to meet it fair share of the trade's goals of minority and women workforce utilization, and shall be grounds for imposition of the sanctions and penalties provided at Section 209 (a) of Executive Order 11246, as amended. Each agency shall review its contractors' and subcontractors' employment practices during the performance of the contract. If the agency determines that the affirmative action plan no longer represents effective affirmative action, it shall so notify the Office of Federal Contract Compliance which shall be solely responsible for any final determination of that question and the Consequences thereof In regard to these conditions, if the contractor or subcontractor meets its goals or if the contractor or subcontractor can demonstrate that it has made every good faith effort to meet those goals, the contractor of the subcontractor shall be presumed to be in compliance with Executive Order 11246, as amended, the implementing regulations and its obligations under these Bid Conditions and no formal sanctions or proceedings leading toward sanctions shall be instituted unless the agency otherwise determines that the contractor or subcontractor is not providing equal employment opportunities. In judging whether a contractor or subcontractor has met its goals, the agency will consider each contractors or subcontractor's minority and women workforce utilization and will not take into consideration the minority and women workforce utilization of its subcontractors. Where the agency finds that the contractor or subcontractor has failed to comply with the requirement of Executive Order 11246, as amended, the implementing regulations and its obligations under these Bid Conditions, the agency shall take such action and impose such sanctions as may be appropriate under Executive Order and the regulations. When the agency proceeds with such formal action, it has the burden of proving that the contractor has not met the requirements of these Bid Conditions, but the contractor's failure to meet his goals shall shift to him the requirement to come forward with evidence to show that he has met the "good faith" requirements of these Bid Conditions by instituting at least the Specific Affirmative Action steps listed above and by making every good faith effort to make those steps work toward the attainment of its goals within its timetables. The pendency of such formal proceedings shall be 151 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 152 1 1 PROPOSAL Nob Hill Boulevard Overpass Reparis Nob Hill RR #2 City Project No 2229, Federal Aid No. BHM-4566(008) The bidder is hereby advised that by signature of this proposal he/she is deemed to have 1 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 0 DOLLARS CERTIFIED CHECK PROPOSAL BOND acknowledged all requirements and signed all certificates contained herein. 1 1 D ($ PAYABLE TO THE STATE TREASURER XD IN THE AMOUNT OF 5% OF THE BID ** Receipt is hereby acknowledged of addendum(s) No.(s) one 1 1 425.398.0205 PHONE NUMBER SI two _ & three IA (s) P. Sandstrom, President RM NAME Mowat Construction Company (ADRESS) PO Box 1330 Woodinville, WA 98072-1330 111 STATE OF WASHINGTON CONTRACTORS LICENSE NUMBER MOWATCC942BC 1 1 1 1 1 1 Note FEDERAL ID No. 1 9 1 1 11 1 6 1 2 1 2 15 19 19 1 WA STATE EMPLOYMENT SECURITY REFERENCE NO. 32055.4 00 7 (1) This proposal form is not transferable and any alteration of the firm's name entered hereon without prior permission from the Secretary of Transportation will be cause for considering the proposal irregular and subsequent rejection of the bid (2) Please refer to section 1-02.6 of the standard specifications, re• "Preparation of Proposal," or "Article 4" of the Instructions to Bidders for building construction jobs. 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. (3) 153 BIDDER'S CHECK LIST The bidder's attention is especially called to the following forms, which must be executed, as required, and submitted on the form purchased from the City and bound in the Contract Documents: A. PROPOSAL The unit prices, extensions and total amounts bid must be shown in the spaces provided. B. BID BOND ACCOMPANYING BID This Bid Bond form is to be executed by the bidder and the surety company unless bid is accompanied by a certified check. The amount of this bond shall be not less than 5% of the total amount bid and may be shown in dollars or on a percentage basis C. SUBCONTRACTOR LIST The form must be filled in. Failure to provide this information at time of bid WILL NOT render the bid non-responsive. D. BIDDER'S CERTIFICATION E. PROPOSAL SIGNATURE SHEET Must be filled in and signed by the bidder. F. MBE/WBE FORM It is requested that The Bidder's Certification of the "Affirmative Action Profile" in the MBE/WBE Form be filled in and signed by the bidder Failure to provide this information WILL NOT render the bid non-responsive The following forms are to be executed after the contract is awarded A. CONTRACT This agreement is to be executed by the successful bidder B. PERFORMANCE BOND To be executed by the successful bidder and his/her surety company C. CERTIFICATE OF INSURANCE Refer to attached Informational Certificate of Insurance and Additional Insured Endorsement. Also refer to Section 1-07.18 (APWA) of the Standard Specifications and Special Provisions. D. DOT Form 420-004EF Refer to Required Contract Provisions Federal -Aid Construction Contracts FHWA- 1273 155 1 1 I 1 PLANS &DETAILS 1 Project Details 1 Standard Plans 1 Traffic Control Plan (Informational Copy) 1 Construction Plans EXPIRES AUGUST 9, 20091 EN all M — — — NM M NM 1 NM 1 1 MN MN EN NM MN I LONGITUDINAL BUFFER SPACE e B POSTED SPEED (MPH) 25 30 36 40 45 50 55 80 LENGTH B (FEET) 155 200 250 305 350 425 496 570 BUFFER DATA TYPICAL PROTECTIVE VEHICLE WMTH TMA (SEE NOTE 1) VEHICLE TYPE LOADED WEIGHT 4 YARD DUMP TRUCK SERVICE TRUCK FLAT BED, ETC. MINIMUM WEIGHT 15,000 LBS. (MAXIMUM WEIGHT SHALL BE IN ACCORDANCE WITH MANU- FACTURER RECOMMENDATION) z ROLL AHEAD STOPPING DISTANCE - 30 FEET MIN. NV (DRY PAVEMENT ASSUMED) END ROAD WORK G20 -2A OR DOWNSTREAM TAPER TO SHOW END OF WORK AREA - SEE NOTE 7 MINIMUM TAPER LENGTH = L (FEET) LANE WIDTH (FEET) 25 30 POSTED 35 SPEED 40 45 MPH 50 55 80 10 105 150 205 270 450 500 550 - 11 115 185 225 294 495 550 805 880 12 125 180 245 320 540 800 880 720 CHANNELIZING DEVICE SPACING POSTED SPEED IN TAPER IN TANGENT (MPH) (FEET) (FEET) 50 / 80 40 80 35 / 45 30 80 25 / 30 20 40 R4-70 24- x 30' BAN KEEP RIGHT r - SIGN SPACING = X (1) RURAL HIGHWAYS 80 / 85 MPH 8W t RURAL ROADS 45/ 55 MPH 500' ± RURAL ROADS & URBAN ARTERIALS 35 / 40 MPH 350 t RURAL ROADS, URBAN ARTERIALS, 25 / 30 MPH 200' t (2) RESIDENTIAL & BUSINESS DISTRICTS URBAN STREETS 25 MPH OR LESS 100' 3 (2) ALL SIGNS ARE BLACK ON ORANGE UNLESS DESIGNATED OTHERIMSE (1) ALL SIGN SPACING MAY BE ADJUSTED TO ACCOMMODATE INTERCHANGE RAMPS, AT -GRADE INTERSECTIONS, DRIVEWAYS. (2) THIS SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROADWAY CONDITIONS. B L/2 X X SEE NOTE 5 NOTES 1 A Protective Vehicle is recommended regardless if a Truck Mounted Attenuator (TMA) is available; a work vehicle may be used. When no TMA is used. the Protective Vehicle shall be strategically located to shield workers, with no specific Roll -Ahead distance. 2. Existing conflicting pavement markings that are no longer applicable shall be removed or obliterated. Temporary mark - Ings shall be used as necessary, and signs shall be post mounted for long term projects. 3. Steady -Bum Warning Lights (Type C, MUTCD) shall be used to mark Channellzing Devices at night 4. For speed limits of 30 mph or less, sign W1-3 shall be used In lieu of sign W1-4. 5. Extend device taper (U3) across shoulder - recommended. 6. Portable Changeable Message Sign (PCMS) - recommended. 7 Channelizing Device spacing for the downstream taper option shall be 20' O.C. 8. For signs size refer to Manual on Uniform Traffic Control Devices (MUTCD) and WSDOT Sign Fabrication Manual M55-05. a Z g v N v WORK AREA ONS W4 -2R COMPLIANCE DATE 12/23/13 L LEGEND 0 0 00 1 PCMSI DCD v O O O 04:1434443-a1-0=0 L2 e 0 0 6A4061-0-.0 DEVICE SPACING - 1/2 DISTANCE FOR OPPOSING TRAFFIC DEVICES SIGN LOCATION CHANNEUZING DEVICES PROTECTIVE VEHICLE - RECOMMENDED PORTABLE CHANGEABLE MESSAGE SIGN ARROW PANEL PCMS SAMPLE MESSAGE 2 LANE CLOSED 1 MILE AHEAD 1.5 SEC 1.5 SEC FIELD LOCATE IN ADVANCE OF LANE CLOSURE SIGNING END ROAD WORK G20 -2A FOR LOCAL AGENCY USE ONLY NOT FOR USE ON STATE ROUTES LANE SHIFT ONTO PASSING LANE STANDARD PLAN K-22.20-01 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Pasco Bakotich 111 10-12-07 T WO.dnpar, RATE vEvu.0101. 01 &. Dema.. .r 7mperkIbn 1111 U M E'II1E NM I I 1111 LONGITUDINAL BUFFER SPACE = B POSTED SPEED (MPH) 25 30 35 40 45 50 55 80 LENGTH B (FEET) 155 200 250 305 380 425 495 570 BUFFER DATA TYPICAL PROTECTIVE VEHICLE WITH TMA (SEE NOTE 1) VEHICLE TYPE LOADED WEIGHT 4 YARD DUMP TRUCK, SERVICE TRUCK, FLAT BED, ETC. MINIMUM WEIGHT 16,000 LBS. (MAXIMUM WEIGHT SHALL BE IN ACCORDANCE WTH MANU- FACTURER RECOMMENDATION) O ROLL AHEAD STOPPING DISTANCE ..30 FEET MIN. (DRY PAVEMENT ASSUMED) MINIMUM TAPER LENGTH = L (FEET) LANE WIDTH (FEET) 25 30 35 POSTED 40 SPEED 45 50 (MPH) 55 80 85 70 10 105 150 205 270 450 500 550 - - - 11 115 185 225 294 495 550 805 880 - - 12 125 180 245 320 540 800 880 720 780 840 CHANNELIZING DEVICE SPACING POSTED SPEED IN TAPER IN TANGENT (MPH) (FEET) (FEET) 60 / 70 40 80 35 / 45 30 80 25 / 30 20 40 SIGN SPACING = X (1) DOWNSTREAM TAPER TO SHOW G20.2AOR'-' END OF WORK AREA - SEE NOTEOT8 RURAL HIGHWAYS 80 / 65 MPH 800 ± RURAL ROADS 45 / 55 MPH 500' t RURAL ROADS & URBAN ARTERIALS 35 / 40 MPH 350 t RURAL ROADS. URBAN ARTERIALS, 25l 30 MPH RESIDENTIAL & BUSINESS DISTRICTS 200 t (2) URBAN STREETS 25 MPH OR LESS 100 t (2) ALL SIGNS ARE BLACK ON ORANGE UNLESS DESIGNATED OTHERWISE (1) ALL SIGN SPACING MAY BE ADJUSTED TO ACCOMMODATE AT -GRADE INTERSECTIONS, AND DRIVEWAYS. (2) THIS SIGN SPACING MAY 8E REDUCED IN URBAN AREAS TO FIT ROADWAY CONDITIONS. W4 -2L - COMPLIANCE DATE 12/23/13 END ROAD WORX DOWNSTREAM TAPER TO SHOW G20.2AOR'-' END OF WORK AREA - SEE NOTEOT8 WORK AHEAD 100' (p) 1O B L X X X CI Y SEE NOTE 2 b CI b W s jjjjjj SEE NOTE 5 ® n ://,,,,/ 0• o _ "4' i IMF o 0 •jjjjjVORK /III u m o —� e o a o 0 o a e e o a e e e e e n e e e N N TEMPORARY LANE - 12' LATERAL BUFFER - 4' WORK AREA EXISTING SHOULDER A EXISTING LANE EXISTING LANE EXISTING SHOULDER SECTION O LEGEND a o 0 EEM PCMS CCD v v A a SIGN LOCATION CHANNEUZING DEVICES PROTECTIVE VEHICLE - RECOMMENDED PORTABLE CHANGEABLE MESSAGE SIGN ARROW PANEL EXISTING EDGE STRIPE EXISTING LANE STRIPE TEMPORARY TRAFFIC CONTROL DEVICE NOTES 1. A Protective Vehicle is recommended regardless if a Truck Mounted Attenuator (TMA) is available; a work vehicle may be used. When no TMA Is used, the Protective Vehicle shall be strategically located to shield workers, with no specific Roll -Ahead Stopping Distance. 2. Extend device taper (L/3) across shoulder - recommended. 3. Portable Changeable Message Sign (PCMS) - recommended. 4. Traffic Safety Drums for all tapers on high speed roadway -recommended. 5. Transverse Devices In closed lane every 1000' t - recommended. 8. Channelizing Device spacing for the downstream taper option shall be 20' O.C. 7 Use advanced notice for any overwidth loads prior to lane closure for ahenative routes If applicable - recommended. 8. For signs size refer to Manual on Uniform Traffic Control Devices (MUTCD) and WSDOT Sign Fabrication Manual M55-05. FOR LOCAL AGENCY USE ONLY NOT FOR USE ON STATE ROUTES (EXPIRES AUGUST 9, 20071 SINGLE LANE CLOSURE WITH ENCROACHMENT STANDARD PLAN K-24.20-00 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Ken L Smith 02-15-07 STATE DEVON EMOIEEA MlE 7 w-wlnaln 1Deportment e1 Ironwo bNNN CITY 0 HILL SOUL CTITY F KIMA ASS REPAIRS OCTOBER 2008 Drawing Index SHEET DRAWING TITLE 1 COVER SHEET 2 QUANTITIES AND GENERAL NOTES 3 PLAN AND ELEVATION 4 EXPANSION JOINT DETAILS AND GIRDER LAYOUT 5 EXISTING PINNED AND EXPANSION BEARING DETAILS 6 JACKING AND PHASE CONSTRUCTION DETAILS 7 EXPANSION BEARINGS - BENT 1- GIRDERS C, E, F & H 8 EXPANSION BEARINGS - BENT 1- GIRDERS A, B, D, G, I & J 9 EXPANSION BEARINGS - BENTS 4,11 & 12 - GIRDERS D & G 10 EXPANSION BEARINGS - BENTS 4,11 & 12 - GIRDERS B, C, E, F, H & I 11 EXPANSION BEARINGS - BENTS 4,11 & 12 - GIRDERS A & J 12 EXPANSION BEARINGS - BENT 13 - GIRDERS C, E, F & H 13 EXPANSION BEARINGS - BENT 13 - GIRDERS A, B, D, G, I & J 14 EXPANSION BEARINGS - BENTS 5 & 10 - GIRDERS D & G 15 EXPANSION BEARINGS - BENTS 5 & 10 - GIRDERS B, C, E, F, H & 1 16 EXPANSION BEARINGS - BENTS 5 & 10 - GIRDERS A & J 17 PINNED BEARINGS - BENT 4 - GIRDERS B - I 18 PINNED BEARINGS - BENTS 5,10,11 & 12 - GIRDERS B - I 19 PINNED BEARINGS - BENTS 5,10,11 & 12 - GIRDERS A & J 20 TABLE OF REPAIRS AND REPAIR DETAILS 21 EAST ABUTMENT, BENT 13 REPAIR DETAILS Vicinity Map Location Map etour IV ap Project Location PACIFIC AVE N SIGN _ , N _ S m -----¢ -I \e,.. -'''.:A 12, ol 2 5 — > a W NOB N • �� HI_L BLVD (n o = J J Z CC w O 0 E �� NOB HILL BLVD Q �- W v VIOLA AVE 0.s 1,7 y 1 `0 � E VIOLA AVE D v O W MCAD AVE E MEAD AVE W. Nob Hill Bin c-- E. Nob Hill Blvd. 1 1 1 GENERAL NOTES: SPECIFICATIONS; WASHINGTON STATE DEPARTMENT OF TRANSPORTATION STANDARD SPECIFICATIONS FOR ROAD, BRIDGE AND MUNICIPAL CONSTRUCTION 2008 EDITION AND ANY AMENDMENTS THERETO, AND THE SPECIAL PROVISIONS GOVERN UNLESS OTHERWISE NOTED IN THE PLANS. THE RETROFIT WAS PREPARED IN ACCORDANCE WITH AASHTO SPECIFICATIONS 17TH EDITION AND CURRENT INTERIMS. LOADING: HS20-44 LOADING. pIMENSIONS; THE DIMENSIONS SHOWN ON THE PLANS ARE BASED ON THE ORIGINAL DRAWINGS AND MAY VARY FROM THE ACTUAL CONSTRUCTED STRUCTURE. VERIFY ALL RELEVANT DIMENSIONS OF THE EXISTING STRUCTURE IN THE FIELD BEFORE ORDERING MATERIALS. SHOP DRAWINGS: OBTAIN APPROVAL OF SHOP DRAWINGS FROM THE CITY OF YAKIMA BEFORE BEGINNING FABRICATION. IN THE EVENT THAT THE DIMENSIONS AND DETAILS OF THE EXISTING STRUCTURE VARY FROM THE PLANS MODIFY CONSTRUCTION, WITH THE ENGINEERS APPROVAL, TO BEST SUIT EXISTING CONDITIONS AND THE NATURE OF THE INTENDED WORK. UTILITIES: MAINTAIN EXISTING UTILITIES DURING CONSTRUCTION. EXISTING PLANS: EXISTING PLANS FROM THE 1964 ORIGINAL CONSTRUCTION AND THE 1980 DECK OVERLAY ARE AVAILABLE UPON REQUEST TO THE CITY OF YAKIMA. MAINTENANCE OF TRAFFIC: MAINTAIN TWO LANES OF TRAFFIC INCLUDING PEDESTRIAN TRAFFIC DURING STRUCTURE MODIFICATIONS AND ONE LANE OF TRAFFIC EACH WAY DURING OVERLAY OPERATIONS. SHORT PERIODS OF BRIDGE CLOSURE ARE ACCEPTABLE DURING SPAN JACKING OPERATIONS. SEE THE SPECIAL PROVISIONS. RAILROAD CONTACT INFORMATION: CONTACT ANDY VULGAS (509)350-3200 VULGAS@BNSF.COM AND JOHN FLYNN (503) 872-1809 JCFLYNN@UP.COM FOR RAILROAD FLAGGING AND TO COORDINATE WORK ON RAILROAD RIGHT—OF—WAY. CONCRETE REPAIR: AREAS OF CONCRETE REPAIR ARE AS DESCRIBED ON SHEET 20. THE TWO TYPES OF CONCRETE REPAIR ARE DELAMINATION REPAIR AND SPALL REPAIR. CONCRETE DELAMINATION REPAIR IS REQUIRED FOR THE CAPS AT BENT 1, BENT 5, AND BENTS 10 — 12. AT THESE LOCATIONS, REMOVE THE EXISTING CONCRETE IN THE DELAMINATED REGION, AS DETERMINED BY THE ENGINEER, TO THE DEPTH OF THE EXISTING REINFORCEMENT AND CLEAN THE LOOSE RUST FROM ANY EXPOSED REINFORCEMENT. FORM AROUND THE CONCRETE REMOVAL AREA, COAT THE ENTIRE SURFACE WITH A CONCRETE BONDING AGENT, AND PLACE NEW RAPID SETTING CONCRETE. CONCRETE DELAMINATION REPAIR IS ALSO REQUIRED FOR THE CAP AND WALL AT BENT 13. REFER TO SHEET 21 FOR THE DETAILS AND NOTES REGARDING THE REPAIR AT THIS LOCATION. CONCRETE SPALL REPAIR IS REQUIRED AT BENT 4, BENT 5, AND BENTS 10 — 12. THE WEST BEAM LEDGE AND TWO GIRDER STOPS ON THE EAST BEAM LEDGE AT BENT 4 HAVE SPALLED AREAS. THE WATER PIPE SUPPORT BRACKET AT BENT 5 HAS SPAWNG, WHICH IS EXPOSING THE SUPPORT BRACKET ANCHOR BOLTS, ALONG THE OUTSIDE FACE OF THE WEST BEAM LEDGE. GIRDER ENDS AT BENTS 5, 10, 11 AND 12 ARE SPALLED AND HAVE EXPOSED PRESTRESSING STRAND. REPAIR THE SPALLED AREAS AT BENT 4 BY CHIPPING THE EDGES OF THOSE AREAS TO A DEPTH OF AT LEAST ONE—HALF INCH TO PREVENT FEATHERING OF THE REPAIR CONCRETE. CLEAN THE LOOSE RUST FROM ANY EXPOSED REINFORCEMENT. FORM AROUND THE SPALLED AREA, COAT THE ENTIRE SURFACE WITH A CONCRETE BONDING AGENT, AND PLACE NEW RAPID SETTING CONCRETE. REPAIR THE SPALLED GIRDER ENDS AT BENTS 5, 10, 11 AND 12 WHILE THE BEARINGS ARE BEING REPLACED AT THOSE LOCATIONS, AFTER THE DEBRIS AND CONCRETE BUILDUP HAS BEEN REMOVED. THOROUGHLY CLEAN AND REMOVE ALL LOOSE RUST FROM THE EXPOSED PRESTRESSING STRANDS. CHIP THE EDGES OF THE SPALLED AREAS TO A DEPTH OF AT LEAST ONE—HALF INCH TO PREVENT FEATHERING OF THE REPAIR CONCRETE. FORM AROUND THE SPALLED AREA, COAT THE ENTIRE SURFACE WITH A CONCRETE BONDING AGENT, AND PLACE NEW RAPID SETTING CONCRETE. ON THE VERTICAL FACE BENEATH THE BENT 5 WATER PIPE SUPPORT BRACKET, REMOVE THE EXISTING CONCRETE DOWN TO THE EXISTING REINFORCEMENT OVER A WIDTH OF TWO FEET. REMOVE THE FOUR SUPPORT BRACKET ANCHOR BOLTS AND CLEAN THE LOOSE RUST FROM ANY EXPOSED REINFORCEMENT. FORM AROUND THE REMOVAL AREA, COAT THE ENTIRE SURFACE WITH A CONCRETE BONDING AGENT, AND PLACE NEW RAPID SETTING CONCRETE. EXPANSION AND PINNED BEARINGS: ALL STEEL FOR THE UPPER AND LOWER PLATES, INCLUDING ANCHOR BOLTS AND PINTLES, SHALL BE GALVANIZED IN ACCORDANCE WITH ASTM A 123. SUMMARY OF QUANTITIES ITEM QUANTITY UNIT STRUCTURE EXCAVATION CLASS B 153 C.Y. SHORING OR EXTRA EXCAVATION CLASS B 1340 S.F. MODIFIED CONCRETE OVERLAY 6171 C.Y. REMOVE EXISTING CONCRETE OVERLAY 5485 S.Y. FINISHING AND CURING MODIFIED CONCRETE OVERLAY 5485 S.Y. RAPID SET LATEX MODIFIED CONCRETE TRAIL OVERLAY 1.0 L.S. FURTHER DECK PREPARATION 1650 C.F. ELASTOMERIC BEARING PAD — SUPERSTRUCTURE 120 EACH EXPANSION JOINT MODIFICATION 365 L.F. BONDED FRP STRENGTHENING FOR COLUMNS 746 S.F. EPDXY CRACK SEALING 100 L.F. CONCRETE REPAIR 1650 S.F. RAILROAD FLAGGING 1.0 L.S. GIRDER JACKING AND SUPPORT 1.0 L.S. PROJECT TEMPORARY TRAFFIC CONTROL 1.0 L.S. MISCELLANEOUS WORK 1.0 L.S. DATE REVISION BY City Of Yakima Engineering Division 129 North Second Street Yakima, Washington CITY OF YAKIMA NOB HILL BOULEVARD OVERPASS REPAIRS CITY PROJECT NO 2229 FEDERAL AID NO • BHM-4566 (008) Project Eng: BGN Drawn By: KDM Chkd. By: BGN Drawing Scales Horizontal =AS NOTED Vertical = AS NOTED QUANTITIES AND GENERAL NOTES SHEET 2 OF 21 BEGINNING OF PROJECT STA. 2+30 r • • • • • • ELEVATION 949.38' UNITS OF EXISTING CONCRETE OVERLAY REMOVAL AND MODIFIED CONCRETE OVERLAY -2.0X NOTE: E DENOTES EXPANSION P DENOTES PINNED F DENOTES FRED WEST NOB HILL BLVD. I 11 11 1; 11 IN -III--- ix-- Illi —III -- 11 11 11 11', II CHAINUNK FENCE UPRR MAINUNE BNSF MAINUNE PLAN CHMNUNK FENCE DATE REVISION BY City Of Yakima Engineering Division 129 North Second Street Yakima, Washington CITY OF YAKIMA NOB HILL BOULEVARD OVERPASS REPAIRS CITY PROJECT NO.. 2229 FEDERAL AID NO.: BHM-4566 (008) Project Eng: BGN Drawn By: KDM Chkd. By: BGN Drawing Scales Horizontal =1" =100' Vertical = 1" = 100' PLAN AND ELEVATION SHEET 3 OF 21 r� -v ... - W0 .,.. -.. .. .. .... F F .... -.. F .... F .. ... . - ..... . c, .... .. woo ... . W P 1 F F F F P E 18_0. P E ��^ T2'-0 12-0. 1r-0• F F E P �! E I - ELEVATION 949.38' UNITS OF EXISTING CONCRETE OVERLAY REMOVAL AND MODIFIED CONCRETE OVERLAY -2.0X NOTE: E DENOTES EXPANSION P DENOTES PINNED F DENOTES FRED WEST NOB HILL BLVD. I 11 11 1; 11 IN -III--- ix-- Illi —III -- 11 11 11 11', II CHAINUNK FENCE UPRR MAINUNE BNSF MAINUNE PLAN CHMNUNK FENCE DATE REVISION BY City Of Yakima Engineering Division 129 North Second Street Yakima, Washington CITY OF YAKIMA NOB HILL BOULEVARD OVERPASS REPAIRS CITY PROJECT NO.. 2229 FEDERAL AID NO.: BHM-4566 (008) Project Eng: BGN Drawn By: KDM Chkd. By: BGN Drawing Scales Horizontal =1" =100' Vertical = 1" = 100' PLAN AND ELEVATION SHEET 3 OF 21 GIRDER A-- \ GIRDER B GIRDER C GIRDER D GIRDER E GIRDER F GIRDER G GIRDER H--\ GIRDER I GIRDER J REVISION AHEAD ON STATION, r -D" TYPICAL SPAN LAYOUT NTS HAND TOOL OVERLAY REMOVAL UNITS COSTING STRIP STEEL ANCHORAGE TO BE LEFT IN PLACE z-0' HAND TOOL'OVERLAY REMOVAL UNITS EXISTING CONCRETE OVERLAY (TO BE REMOVED; EXISTING STRIP SEAL TO BE REPLACED EXISTING EXPANSION JOINT ASSEMBLY SCALE U4'- NEW SIUCONE JOINT SEAL NEW LATEX MODIFIED CONCRETE OVERLAY NEW EXPANSION JOINT ASSEMBLY SCALE 174'-1'-0" BY 1141E; SEE SPECIAL PROVISIONS FOR EXPANSION JOINT INSTALLATION AND EXISTING OVERLAY REMOVAL REQUIREMENTS City Of Yakima Engineering Division 129 North Second Street Yakima. Washington COLUMN A COLUMN B COLUMN C COLUMN D COLUMN ORIENTATION (LOOKING AHEAD ON STATION) NTS EXPANSION JOINT LENGTHS BENT SKEW CURB TO CURB LENGTH* 1 823'37" 52.56' 4 823'37" 52.56' 5 21'12" 52.03' 10 0' 52.00' 11 41'48" 52.13' 12 17'48" 52.01' 13 0' 52.00' MOTE" CONTRACTOR TO VERIFY LENGTH EXPANSION JOINT OPENINGS TEMP. BENT 1 BENT 4 BENT 5 BENT 10 BENT 11 BENT 12 BENT 13 40' F 2X" 2" 3%" 3%" 2" 2%" 2%" 64' F 2X4" 2Y4" 3Y4" 3," 2) " 2Y4" 2Y4" 80' F 2) " 276" 3" 3 2713" 2X" 2X" CITY OF YAKIMA NOB HILL BOULEVARD OVERPASS REPAIRS CITY PROJECT NO.: 2229 FEDERAL AID NO.: BHM-4566 (008) Project Eng: BGN Drawn By: KDM Chkd. By: BGN Drawing Scales Horizontal =AS NOTED Vertical = AS NOTED EXPANSION JOINT DETAILS AND GIRDER LAYOUT SHEET 4 OF 21 I v I L_ rir2•- 34."0 STEEL BARS-N.4n I 1' EMBEDDED STEEL It! w/ 196'0 HOLE FOR 1 STEEL PIN1I E r--11 ----r--r——LL---1 FRONT VIEW I v I I I —J L_ IVO STEEL BARS—\\In I 1' EMBEDDED STEEL R LL__� \--Xe FABCO PAD WITH lie STAINLESS STEEL R Xe• FABCO PAD WITH Ke STAINLESS STEEL R FRONT VIEW REVISION BY City Of Yakima Engineering Division 129 North Second Street Yakima, Washington 2- 3 o STEEL BARS EXIS11NG TOP OF CAP PINNED BEARING DETAILS SCALE c. BEARING 2- 34.0 STEEL BARS SIDE NEW BEARING KUL SEE SPECIAL PROVISIONS FOR REMOVAL DESCRIPTIONS. INCLUDE AU- COSTS LLCOSTS ASSOCIATED WITH REMOVING THE ETIS11NG BEARINGS AND GROUT PADS, AND REFILLING THE GROUT POCKETS TO THE LEVEL OF THE EXSTING CAP IN THE UNIT PRICE BID FOR ELASTOMERIC BEARING PAD. 7¢• FABCO PAD WITH lie STAINLESS STEEL R E)CPANSJON BEARING DETAILS SCALE 1l¢•=1' -O• CITY OF YAKIMA NOB HILL BOULEVARD OVERPASS REPAIRS CITY PROJECT NO.: 2229 FEDERAL AID NO.: BHM-4566 (008) ,SDE NEW Project Eng: BGN Drawn By: KDM Chkd. By: BGN Drawing Scales Horizontal =AS NOTED Vertical = AS NOTED EXISTING PINNED AND EXPANSION BEARING DETAILS SHEET 5 OF 21 f BENT 1 JACKING DETAILS SCALE: Y4 =1•-O' MAX GIRDER DEAD LOAD (KIPS) MAX GIRDER TOTAL LOAD (KIPS) TOTAL GIRDER DEAD LOAD (KIPS) TOTAL GIRDER TOTAL LOAD (KIPS) 28.7 64.6 281 397 rq JACK CRIBBING I Ur (MIN) JAac�, 1•-s• (MAX) "FACE OF CAP 28•-O" 26•-0" 12-0" LANE 1r-0" LANE FACE OF CURB ROADWAY TEMPORARY CONCRETE BARRIER FACE OF CURB JACK CRIBBING JACK_ (MIN) 1•-8" (MAX) JACK NOTE PHASE 1 SHOWN, PHASE 2 IS SIMILAR PHASE CONSTRUCTION DIAGRAM FOR OVERLAY CONSTRUCTION SCALE 1g'=1• -O• FACE OF CAP 1 -1" CRIBBING (MIN l JACK r -e - (MAX VARIES (1O'* TO 30'f) SPAN BENT MAX GIRDER DEAD LOAD (KIPS) MAX GIRDER TOTAL LOAD (KIPS) TOTAL GIRDERTOTAL DEAD LOAD (KIPS) GIRDER TOTAL LOAD (KIPS) 3 4 28.7 64.6 281 397 4 4 56.3 101.8 557 704 4 5 56.3 101.8 557 704 5 5 54.0 96.6 530 669 9 10 54.0 96.7 530 669 10 10 56.3 101.8 557 704 10 11 56.3 101.8 557 704 11 11 56.3 101.8 557 704 11 12 56.3 101.8 557 704 12 12 56.3 101.8 557 704 11og: TOTAL LOAD m DEAD LOAD + (UVE LOAD + IMPACT) SEE SPECIAL PROVISIONS FOR JACKING AND TEMPORARY SUPPORT REQUIREMENTS. /GROUND SURFACE BENT 13 JACKING DETAILS SCALE Y4 -1•-O' BENT 4. 5. 10. 11. 12 JACKING DETAILS SCALE: ) A1• -Ir MAX GIRDER DEAD LOAD (KIPS) MAX GIRDER TOTAL LOAD (KIPS) TOTAL GIRDER DEAD LOAD (KIPS) TOTAL GIRDER TOTAL LOAD (KIPS) 56.3 101.8 557 704 REVISION BY City Of Yakima Engineering Division 129 North Second Sheet Yakima, Washington CITY OF YAKIMA NOB HILL BOULEVARD OVERPASS REPAIRS CITY PROJECT NO.: 2229 FEDERAL AID NO.: BHM-4566 (008) Project Eng: BGN Drawn By: KDM Chkd. By: BGN Drawing Scales Horizontal =AS NOTED Vertical = AS NOTED JACKING AND PHASE CONSTRUCTION DETAILS SHEET 6 OF 21 Y• x5Yix9)4 NEW STEEL R 3;0 x 3r EPDXY GROUTED ANCHOR IN 1'8 FIELD DRILLED HOLE 10 7/8" t *NM" NEW STEEL It AT . BEARING Yi x5Yix91¢' NEW STEEL R 3i x 314 EPDXY GROUTED ANCHOR 1 1/4' 1'x6'x1'-5" EXISTING EMBEDDED STEEL R END OF BEAM I I I I I I' I 1 w'x9)4x1'-7' NEW STE& R w'x5.4-x914 STEEL )f x914 xl'-7' NEW STEEL It EXISTING TOP OF CAP (^ �i �'4 �4•Q• ".4:; '' •+•S•#.* KEEPER TRAY—\ )C," NEW STAINLESS STEEL Q w x9)¢ xr-7• t NEW ELASTOMERIC BEARING I I I 1w"m NEW EPDXY GROUTED ANCHOR BOLTS EMBED. 12 INTO CONCRETE IN 11¢'0 FIELD DRILLED HOLE EV rx7w x1'-4)4 STAINLESS STEEL R UPPER PLATE ASSEMBLY DETAIL SCALE 1'=1'-0" EXPANSION BEARING REPLACEMENT DETAILS SCALE: 1) =1'-0' NEW BEVELED STEEL It 11)(6 -0 HOLE FOR 1Yi9 ANCHOR BOLT (FIELD DRILL) rL Iwo HOLE FOR 94-0 x 3r EPDXY GROUTED ANCHOR w'x5Y4 x9X" STEEL Q 8 1/8' EXPANSION BEARING LOCATION DETAIL - UPPER ASSEMBLY SCALE. 114m1'-0' NQ1E: BEARING 1 1/2' 3 SPA 0 214 1 8 1/2' LOCATE HOLES FOR EPDXY GROUTED ANCHORS AWAY FROM EXISTING REINFORCING STEEL. OD PLAN - ELASTOMERIC BEARING PAD WITH TFE NTS 1§"x6•x1'-4" TFE R BONDED TO STAINLESS STEEL R O • j exf-4. STAINLESS STEEL It BONDED TO ELASTOMERIC BEARING resei rt AFASWArgigKI r421,ArAs A m )l,• STEEL REINFORCING Q 5%x1'-33£' SECTION - ELASTOMERIC BEARING PAD WITH TFE FULL SCALE EDGE OF BEARING PAD EXISTING BEAM END REINFORCEMENT SPACING LOWER PLATE ASSEMBLY DETAIL SCALE 1"=1'-O' AHEAD ON STATION EXPANSION BEARING LOCATION DETAIL - LOWER ASSEMBLY NTS TABLE OF MOVEMENTS DIMENSION TEMPERATURE ('F) 40 64 80 A 1%" 111916" 2X6" B 136" 1316" 17/16" SECTION A -A NTS DATE REVISION BY City Of Yakima Engineering Division 129 North Second Street Yakima, Washington CITY OF YAKIMA NOB HILL BOULEVARD OVERPASS REPAIRS CITY PROJECT NO.: 2229 FEDERAL AID NO.: BHM-4566 (008) Project Eng: BGN Drawn By: KDM Chkd. By: BGN Drawing Scales Horizontal =AS NOTED Vertical = AS NOTED EXPANSION BEARINGS - BENT 1 GIRDERS C,E,F & H SHEET 7 OF 21 "x5Yex9)4" NEW STEEL It )4-0x3) EPDXY GROUTED ANCHOR IN 1'0 FIELD DRILLED HOLE 5/8' )4"x5Y"x9)¢" NEW STEEL R w/ )6" STAINLESS STEEL EXISTING CONCRETE GIRDER STOP 3ie NEW PLAIN ELASTOMERIC PAD w/ Xe TFE R EPDXY TO CONCRETE GIRDER STOP (SEE DETAIL A) Ya'x9)4"x1'-7" NEW STEEL R EXISTING TOP OF CAP )b" NEW STAINLESS STEEL R KEEPER TRAY \ f� "1 ;��;��;��✓*.q. N41. 4/ •q dm's t, r, < 1� . .� . �. •.. �.. .. \\ \\.\\'\\..\.•.\' \N. \ COSTING CONCRETE GIRDER STOP NEW ELASTOMERIC BEARING (SEE SHEET 6) Ed 1Ys O NEW EPDXY GROUTED ANCHOR BOLTS EMBED. 12' INTO CONCRETE IN U4'0 FIELD DRILLED HOLE EXPANSION BEARING REPLACEMENT DETAILS SCALE LOCATE HOLES FOR EPDXY GROUTED ANCHORS AWAY FROM EXISTING REINFORCING STEEL. END OF BEAM 10 7/8" Yi x9)4" NEW STEEL R AT t BEARING 1"x6"x1'-5' EXISTING EMBEDDED STEEL R Yex9)4'x1'-7' NEW STEEL R 4 3/4- 8 1/8" EXPANSION BEARING LOCATION DETAIL - UPPER ASSEMBLY SCALE 1Yi"-1'-0" 1 1/2' 96" PLAIN ELASTDMERIC PAD w/ Ke IFE CENTERED OVER STAINLESS STEEL R 3SPA 0214" a 1/2' EXISTING BEAM END REINFORCEMENT SPACING STAINLESS STEEL R EDGE OF BEARING PAD EXPANSION BEARING LOCATION DETAIL - LOWER ASSEMBLY NTS TABLE OF MOVEMENTS DIMENSION TEMPERATURE ('F) 40 64 80 A 1 %" 113is" 2) 6" B 17ig" 19W 1 46" 2 1/4' • C4 �k191e0HOLEFOR i10x3Ye"EPDXY GROUTED ANCHOR ) xS)i x9)4" STEEL Y4 1 1/4" 2 Yex9Yt"x1'-7" R vox -A. -4r STAINLESS STEEL R UPPER PLATE ASSEMBLY DETAIL SCALE 1"=1'-0" )b"x3)4'x7)4' STAINLESS STEEL It (SEE DETAIL A) rxsY4-x9r STEEL R �19fe0HOLE FOR tYe0 ANCHOR BOLT (FIELD DRILL) DE OF KEEPER Y ONLY rr 6" 440 4fr•tk. 91e PLAIN ELASTOMERIC PAD w/ Ne TFE CENTERED OVER STAINLESS STEEL R DETAIL A SCALE 1)¢'-1'-0" 9)4"x2'-0' BEVELED STEEL R 1/4' 5 5/8' L 1/4" X-0" 1 7/8" LOWER PLATE ASSEMBLY DETAIL NTS AHEAD ON STATION 9)4'x2'-0' BEVELED STEEL R SECTION A -A NTS DATE REVISION BY City Of Yakima Engineering Division 129 North Second Street Yakima. Washington CITY OF YAKIMA NOB HILL BOULEVARD OVERPASS REPAIRS CITY PROJECT NO.: 2229 FEDERAL AID NO ' BHM-4566 (008) Project Eng: BGN Drawn By: KDM Chkd. By: BGN Drawing Scales Horizontal =AS NOTED Vertical = AS NOTED EXPANSION BEARINGS - BENT 1 GIRDERS A,B,D,G,I & J SHEET 8 OF 21 ri ARME T,I . z `Ya SQUARE STEEL N v BARS, TYP. (KEEPER TRAY) 6" 440 4fr•tk. 91e PLAIN ELASTOMERIC PAD w/ Ne TFE CENTERED OVER STAINLESS STEEL R DETAIL A SCALE 1)¢'-1'-0" 9)4"x2'-0' BEVELED STEEL R 1/4' 5 5/8' L 1/4" X-0" 1 7/8" LOWER PLATE ASSEMBLY DETAIL NTS AHEAD ON STATION 9)4'x2'-0' BEVELED STEEL R SECTION A -A NTS DATE REVISION BY City Of Yakima Engineering Division 129 North Second Street Yakima. Washington CITY OF YAKIMA NOB HILL BOULEVARD OVERPASS REPAIRS CITY PROJECT NO.: 2229 FEDERAL AID NO ' BHM-4566 (008) Project Eng: BGN Drawn By: KDM Chkd. By: BGN Drawing Scales Horizontal =AS NOTED Vertical = AS NOTED EXPANSION BEARINGS - BENT 1 GIRDERS A,B,D,G,I & J SHEET 8 OF 21 ri II iu� t• 0 0 0 o 0 0 0 •! � JI � % x9) x2'-9' S1EEI. r - ® ®® 111,PASVAffar _MSS Air/v®®o®o� TABLE OF MOVEMENTS DIMENSION TEMPERATURE (V) 40 64 80 A 11)16" 1946" 11(6" B 1946" 1116" 1356" DATE REVISION ) x6Y4 x911 NEW STEEL Q 3E"0 x 3Yi EPDXY GROUTED ANCHOR IN 1'0 FIELD DRILLED HOLE 0 n I V 1 I I _J L_ 0 0 0 /0 n n I n 1' EXISTING EMBEDDED STEEL Q 0 0 0 0 0 n n n Yix91¢'x2'-0' NEW STEEL IOD:PER TRAY EXISTING TOP OF CAP\ •\� 36 NEW STAINLESS STEEL Q \• \•\ \\\ \'•\\•\\ \\•\ \ -Y4 x6Yix91¢ NEW STEEL Q w/ 36' STAINLESS STEEL Q -EXISTING CONCRETE GIRDER STOP 3fe NEW PLAIN ELASTOMERIC PAD w/ ire TFE Q EPDXY TO CONCRETE GIRDER STOP (SEE DETAIL A) EXISTING CONCRETE GIRDER STOP NEW ELASTOMERIC BEARING (SEE SHEET 8) `-i x5rx2'-5' NEW STEEL Q 1)4"0 NEW EPDXY GROUTED ANCHOR BOLTS EMBED. 12' INTO CONCRETE IN 136 o FIELD DRILLED HOLE EXPANSION BEARING REPLACEMENT DETAILS SCALE 1Yt'=1'-0' ELQIE: LOCATE HOLES FOR EPDXY GROUTED ANCHORS AWAY FROM EXISTING REINFORCING STEEL 1 1/2' 4 SPA 0 2)¢' 6" we PLAIN ELASTOMERIC PAD w/ )fe TFE CENTERED OVER STAINLESS STEEL Q EXISTING BEAM END REINFORCEMENT SPACING )6" STAINLESS STEEL Q EDGE OF BEARING PAD EXPANSION BEARING LOCATION DETAIL — LOWER ASSEMBLY NTS TABLE OF MOVEMENTS DIMENSION TEMPERATURE CO 40 64 80 A 11)16" 11V 11V B 11316" 19f6" 1 916A END OF BEAM D2 Jrt Y4'x936 NEW STEEL R AT r}, BEARINGS Yx6'x1'-5' EXISTING EMBEDDED STEEL Q rL % 0 HOLE FOR x 336 EPDXY GROUTED ANCHOR Yix936 x2'-0' NEW STEEL Q Y4'x8Y4'x9Yt' STEEL Q BENT 4 01 734' D2 11Y4 11 9Yi 93i 12 Me" 10)f6 EXPANSION BEARING LOCATION DETAIL — UPPER ASSEMBLY SCALE 136 =1'-0' 2 1 /e 15(8.0 HOLE FOR 1r 0 ANCHOR BOLT (FIELD DRILL) UTSIDE OF KEEPER TRAY ONLY • m Imm7 ir -36 e1 SQUARE 'STEEL BARS. (KEEPER TRAY) • 0 1/4 5 1/8' % x936 x2'-5' STEEL Q 1'-10' 1µS Y-5' 1 3/8' LOWER PLATE ASSEMBLY DETAIL SCALE: 1'=1'-0" z 3/4 � IzX9)4'x2 O' STAINLESS STQ m UPPER PLATE ASSEMBLY DETAIL SCALE: 1'=1'-O' 1b'x31r"x736 STAINLESS STEEL Q (SEE DETAIL A) Yi x6Y4'x936 STEEL Q PAD w/ Xe" TFE CENTERED OVER STAINLESS STEEL Q DETAIL A SCALE: 1Yi =1'-0' DATE REVISION BY City Of Yakima Engineering Division 129 North Second Street Yakima, Washington CITY OF YAKIMA NOB HILL BOULEVARD OVERPASS REPAIRS CITY PROJECT NO.: 2229 FEDERAL AID NO.: BHM-4566 (008) Project Eng: BGN Drawn By: KDM Chkd. By: BGN Drawing Scales Horizontal =AS NOTED Vertical = AS NOTED EXPANSION BEARINGS BENTS 4,11 & 12 GIRDERS B,C,E,F,H & I SHEET 10 OF 21 Yi x6Yix9)4' NEW STEEL R 3L'0 x3)1 EPDXY GROUTED ANCHOR IN 1 0 FIELD DRILLED HOLE Y4'x6Y'x9)4' NEW STEEL R % 0 EPDXY GROUTED ANCHOR in 'x9) x2'-0' NEW STEEL R KEEPER TRAY EXISTING TOP OF CAP )6' NEW STAINLESS STEEL R NEW ELASTOMERIC BEARING (SEE SHEET 8) 4 1/2' "MyliMestir-•-•-•4••• 4•••••;:;:i •i•. ems cock waccamma, omma ea s ammmm�maimam II EJ i x9)!x2'-6' NEW STEEL R 1X 0 NEW EPDXY GROUTED ANCHOR BOLTS EMBED. 12' INTO CONCRETE IN U10 FIELD DRILLED HOLE EXPANSION BEARING REPLACEMENT DETAILS SCALE 13=1'-0' LOCATE HOLES FOR EPDXY GROUTED ANCHORS AWAY FROM EXISTING REINFORCING STEEL END OF CAP 02 Y4 x9J1 NEW STEEL R AT Q BEARINGS 1'x6'x1'-5' EXISTING EMBEDDED STEEL R END OF BEAM I 1 I I, I Z x9) x2—O' NEW STEEL R BENT 01 D2 4 734' 11Y4 11 9)L 931 12 Wife 10xs EXPANSION BEARING LOCATION DETAIL — UPPER ASSEMBLY SCALE 1)1=1'-0' 1 1/2' 4SPA.®2)i' EXISTING BEAM END REINFORCEMENT SPACING iiuIi I mg ®�®����®%�� WO EPDXY GROUTED ANCHOR EDGE OF BEARING PAD EXPANSION BEARING LOCATION DETAIL. — LOWER ASSEMBLY NTS TABLE OF MOVEMENTS DIMENSION TEMPERATURE (1 ) 40 64 80 A 111316„ 11 i6" 11%6" B 1146" 11)16" 1916" f • Y4'x6Y4'x9)1 STEEL 2 1/4 z 3 3/4' i Y4 x9Yt'x2'—O' R )5'x6;1 x1'-10)1 STAINLESS STEEL R UPPER PLATE ASSEMBLY DETAIL SCALE 1%0.0 HOLE FOR 1r0 ANCHOR BOLT (FIELD DRILL) Y4V /OUTSIDE OF KEEPER \TRAY ONLY % 0 HOLE FOR x3)1EPDXY GROUTED ANCHOR Yi x6Yi x9)1 STEEL R z `/4 SQUARE STEEL N BARS, TYP. — (KEEPER TRAY) m • Yi x9)!x2'-6' S it.L 1/4' 5 t/4' 2 1/4' LOWER PLATE ASSEMBLY DETAIL SCALE: DATE REVISION BY City Of Yakima Engineering Division 129 North Second Street Yakima, Washington CITY OF YAKIMA NOB HILL BOULEVARD OVERPASS REPAIRS CITY PROJECT NO.: 2229 FEDERAL AID NO.: BHM-4566 (008) Project Eng: BGN Drawn By: KDM Chkd. By: BGN Drawing Scales Horizontal =AS NOTED Vertical = AS NOTED EXPANSION BEARINGS BENTS 4,11 & 12 GIRDERS A & J SHEET 11 OF 21 1 1 i x6Z x9». NEW STEEL Q 3i0x3rEPDXY GROUTED ANCHOR IN 1'0 FIELD DRILLED HOLE 'x97i'x2'-0' NEW STEEL KEEPER TRAY STING P OF CAP_ 9»x2'-9' NEW BEVELED STEEL Q Ire NEW EPDXY GROUTED ANCHOR BOLTS EMBED. 12 INTO CONCRETE IN 17¢'e FIELD DRILLED HOLE EXPANSION BEARING REPLACEMENT DETAILS SCALE 1Yi'=1'-O' LOCATE HOLES FOR EPDXY GROUTED ANCHORS AWAY FROM EXISTING REINFORCING STEEL • PLAN — ELASTOMERIC BEARING PAD WITH TFE NTS 30, x 3) EPDXY GROUTED ANCHOR NEW ELASTOMERIC BEARING I 1'x6'x1'-5' EXISTING EMBEDDED STEEL Q rx6'x1'-10' STAINLESS STEEL Q BONDED TO ELASTOMERIC BEARING C m I 7§' STEEL REINFORCING 1/6- 5%x1'-9% SECTION — ELASTOMERIC BEARING PAD WITH TFE FULL SCALE EXPANSION BEARING LOCATION DETAIL — UPPER ASSEMBLY SCALE: 1 1/2' 4 SPA. 0 2Ys' 6' EXISTING BEAM END REINFORCEMENT SPACING % o EPDXY GROUTED ANCHOR EDGE OF BEARING PAD EXPANSION BEARING LOCATION DETAIL — LOWER ASSEMBLY NIS TABLE OF MOVEMENTS DIMENSION TEMPERATURE CO 4t0r 80 A 11%331,�6" 1164 11�f6" B 11)16" t�r1sn 11)16. 1 e UPPER PLATE ASSEMBLY DETAIL SCALE r=1.-0" LOWER PLATE ASSEMBLY DETAIL SCALE 1'=1'-0• BACK ON STATION 9 1/2' 4 3/4' 4 3/4' 97¢'x2'-9' BEVELED STEEL Q SECTION A—A NTS DATE REVISION BY City Of Yakima Engineering Division 129 North Second Sheet Yakima, Washington CITY OF YAKIMA NOB HILL BOULEVARD OVERPASS REPAIRS CITY PROJECT NO.: 2229 FEDERAL AID NO.: BHM-4566 (008) Project Eng: BGN Drawn By: KDM Chkd. By: BGN Drawing Scales Horizontal =AS NOTED Vertical = AS NOTED EXPANSION BEARINGS BENT 13 GIRDERS C, E, F & H SHEET 12 OF 21 Z x6Y4x974 NEW STEEL R 34"0 x 314 EPDXY GROUTED ANCHOR IN 1'0 HELD DRILLED HOLE L, r EXISTING EMBEDDED STEEL It O O O n n 5/6' Y4 x6Y4 x974 NEW STEEL R w/ 76' STAINLESS STEEL R EXISTING CONCRETE GIRDER STOP 3(e NEW PLAIN ELASTOMERIC PAD w/ Xe TFE It EPDXY TO CONCRETE GIRDER STOP (SEE DETAIL A) 1'x6'x1'-5' EXISTING EMBEDDED STEEL R Y4x974x2'-0' NEW STEEL It KEEPER TRAY 7b' NEW STAINLESS STEEL It EXISTING TOP OF CAP\ /M //a,‘.\\\ EXISTING CONCRETE GIRDER STOP i(SEE NEW ELAS ERIC BEARING SHEET 11) UPPER PLATE ASSEMBLY DETAIL NEW BEVELED STEL It 174'0 NEW EPDXY GROUTED ANCHOR BOLTS EMBED. 12 INTO CONCRETE IN 1140 FIELD DRILLED HOLE EXPANSION BEARING REPLACEMENT DETAILS SCALE 17r=1' -O' LO LOCATE HOLES FOR EPDXY GROUTED ANCHORS AWAY FROM EXISTING REINFORCING STEEL 1 1/2' 4SPA. O2Ya 6' EXISTING BEAM END REINFORCEMENT SPACING 3fe PLAIN ELASTOMERIC PAD w/ Xs TFE CENTERED OVER STAINLESS STEEL It - 2 1/4- "N /4' EXPANSION BEARING LOCATION DETAIL — UPPER ASSEMBLY SCALE 1r -1'—o• 136-0 HOLE FOR 1740 ANCHOR BOLT (FIELD DRILL) /% 7§' STAINLESS STEEL It EDGE OF BEARING PAD EXPANSION BEARING LOCATION DETAIL — LOWER ASSEMBLY NTS z 5 TIDE OF KEEPER Y ONLY r SQUARE STEEL BARS. TYP. (KEEPER TRAY) it • m BACK ON STATION 6' as>ia>i'yiai>aa��D>>,��0 3Te PLAIN ELASTOMERIC PAD w/ Xe TFE CENTERED OVER STAINLESS STEEL R DETAIL A SCALE: 174=1'-0' 1 1 TABLE OF MOVEMENTS DIMENSION TEMPERATURE CO 40 64 80 A 19i6n 11316" 1116" B 11 316" 1 1)16" 99 1 �16n 5 1/6' 9)rx2'-5' BEVELED STEEL 1/4- 'N.141 /4' 2'-5' SECTION A—A NTS 1 3/B' LOWER PLATE ASSEMBLY DETAIL SCALE 1'-1'-0' DATE REVISION BY City Of Yakima Engineering Division 129 North Second Street Yakima, Washington CITY OF YAKIMA NOB HILL BOULEVARD OVERPASS REPAIRS CITY PROJECT NO.: 2229 FEDERAL AID NO.: BHM-4566 (008) Project Eng: BGN Drawn By: KDM Chkd. By: BGN Drawing Scales Horizontal =AS NOTED Vertical = AS NOTED EXPANSION BEARINGS BENT 13 GIRDERS A,B,D,G,I & J SHEET 13 OF 21 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Y4x6Y4 x97¢' NEW STEEL Q 34"0 x 374' EPDXY GROUTED ANCHOR 94 1'0 FIELD DRILLED HOLE Yi x6Y4 x97¢ NEW STEEL Q n )4x9) x2'-0' NEW STEEL Q EXISTING TOP OF CAP KEEPER TRAY )1r NEW STAINLESS STEEL Q ♦ I( ♦♦00♦♦i00•♦♦♦i0♦O•♦♦♦♦♦♦i 34-0 x 37i EPDXY GROUTED ANCHOR NEW ELASTOMERIC BEARING EJ x9) x2'-9' NEW STEEL Q 1%4'0 NEW EPDXY GROUTED ANCHOR BOLTS EMBED. 12' INTO CONCRETE IN Ir0 FIELD DRILLED HOLE EXPANSION BEARING REPLACEMENT DETAILS SCALE UQE; LOCATE HOLES FOR EPDXY GROUTED ANCHORS AWAY FROM EXISTING REINFORCING STEEL 1'-10' 1 PLAN — ELASTOMERIC BEARING PAD WITH TFE NTS rx6'x1'-10' 1TE Q BONDED TO STAINLESS STEEL Q 9 15/19' )7x9Ti' NEW STEEL R at t BEARING 1'x6'x1'-5' EXISTING EMBEDDED STEEL Q END OF BEAM 1 1 1 — 1 1 I X'x97¢'x2'-0' NEW STEEL Q ) x6'x1'-10" STAINLESS STEEL Q BONDED TO ELASTOMERIC BEARING o FM feeffee.gA �f �0�W.4"./O®_ 76' STEEL REINFORCING 5%x1'-93'4 SECTION — ELASTOMERIC BEARING PAD WITH TFE FULL SCALE EXPANSION BEARING LOCATION DETAIL — UPPER ASSEMBLY SCALE 17!'=1'-0' 1 1/2 4 SPA. 0 274' EXISTING BEAM END REINFORCEMENT SPACING /i; /////////////. 3i 0 EPoxY GROUTED ANCHOR A EDGE OF B BEARING PAD EXPANSION BEARING LOCATION DETAIL — LOWER ASSEMBLY SCALE 1 =1'-0' TABLE OF MOVEMENTS DIMENSION TEMPERATURE ('F) 40 64 80 A 1946" 2" 29f6" B 11V 'IX" 13f6" 2 1/4' UPPER PLATE ASSEMBLY DETAIL rt 154( 14 HOLE FOR 1r0 ANCHOR BOLT (FIELD GRILL) Y4V 4/ORUTSIDEAY ONLY OF KEEPER T 2 1/4' `Y4 SOUARE STEEL BARS. TYP. (KEEPER TRAY) 0 t 2 • CA 34 x9rx2'-9' STEEL Q 1/4' 1/4' 5 1/4 5 1/4- 7-9 LOWER PLATE ASSEMBLY DETAIL SCALE: 1'=1'—O' DATE REVISION BY City Of Yakima Engineering Division 129 Narth Second Street Yakima, Washington CITY OF YAKIMA NOB HILL BOULEVARD OVERPASS REPAIRS CITY PROJECT NO.: 2229 FEDERAL AID NO.: BHM-4566 (008) Project Eng: BGN Drawn By: KDM Chkd. By: BGN Drawing Scales Horizontal =AS NOTED Vertical = AS NOTED EXPANSION BEARINGS BENTS 5 & 10 GIRDERS D & G SHEET 14 OF 21 ) x6Y4 x971 NEW STEEL R 3'4"0 x 3r EPDXY GROUTED ANCHOR IN 1'0 FIELD DRILLED HOLE • Y4'x6Y{ x9) " NEW STEEL R. w/ )6• STAINLESS STEEL R COSTING CONCRETE GIRDER STOP 34e NEW PLAIN ELASTOMERIC PAD w/ Xe TFE R EPDXY TO CONCRETE GIRDER STOP (SEE DETAIL A) Y4 x9) x2'-0" NEW STEEL EXISTING TOP OF KEEPER TRAY 'I b l 7(i NEW STAINLESS STEEL R 4'x9)"x2'-5" NEW STEEL Q 1Ys 0 NEW EPDXY GROUTED ANCHOR BOLTS EMBED. 12' INTO CONCRETE IN 1710 FIELD DRILLED HOLE EXPANSION BEARING REPLACEMENT DETAILS SCALE 171=1'-0" LOCATE HOLES FOR EPDXY GROUTED ANCHORS AWAY FROM EXISTING REINFORCING STEEL 1 1/2' 4 SPA. 0 2)1 6' 9fe PLAIN ELASTOMERIC PAD w/ Ne TFE CENTERED OVER STAINLESS STEEL R EXISTING CONCRETE GIRDER STOP NEW ERIC BEARING (SEE SHEET 13) EXISTING BEAM END REINFORCEMENT SPACING 76' STAINLESS STEEL R EDGE OF BEARING PAD EXPANSION BEARING LOCATION DETAIL — LOWER ASSEMBLY SCALE 1) 1'-0' TABLE OF MOVEMENTS DIMENSION TEMPERATURE ('F) 40 64 80 A 19(6" 2" 216" B 119(6" 1}z" 13(6. END OF BEAM 9 15/16' ( )$"x9)1 NEW STEEL R AT BEARINGS 1'x6'xl'-5" EXISTING EMBEDDED STEEL R Yi x9Y= x2'-0" NEW STEEL It 4 3/4' 9 1/16' EXPANSION BEARING LOCATION DETAIL — UPPER ASSEMBLY SCALE 11=1'-0' 2 1/4' '1 Y4' 1940"0 HOLE FOR Iwo ANCHOR BOLT (FIELD DRILL) 151DE OF KEEPER AY ONLY • oa Z N Y4 SQUARE STEEL BARS, TYP. (KEEPER TRAY) 5 1/8" _ 3f x9) x2'-5' STEEL R 1/4' 1/4' 1'-10' Y-5' 1 3/8' LOWER PLATE ASSEMBLY DETAIL t 14e0 HOLE FOR Iro'0 x 3)¢' EPDXY GROUTED ANCHOR 3 3/4" 11 - Y4'x6Yex9)¢• STEEL t •_ z Yi x9)i'x2'-0" R )b'xs'xt'-10)i" STAINLESS STEEL. R UPPER PLATE ASSEMBLY DETAIL SCALE r=1•-0" )"x3Y'x7YZ' STAINLESS STEEL R (SEE DETAIL A) Y4 x6Y4"x9) " STEEL Q 34e PLAIN ELASTOMERIC PAD w/ Xe TFE CENTERED OVER STAINLESS STEEL It DETAIL A SCALE 1Yi =1•-0" DATE REVISION BY City Of Yakima Engineering Division 129 North Second Street Yakima, Washington CITY OF YAKIMA NOB HILL BOULEVARD OVERPASS REPAIRS CITY PROJECT NO.: 2229 FEDERAL AID NO:: BHM=4566 (008) Project Eng: BGN Drawn By: KDM Chkd. By: BGN Drawing Scales Horizontal =AS NOTED Vertical = AS NOTED EXPANSION BEARINGS BENTS 5 & 10 GIRDERS B,C,E,F,H &'I SHEET 15 OF 21 1 rxr2rx9r NEW STEEL R 3"4'0 x 3r EPDXY GROUTED ANCHOR IN 1'0 FIELD DRILLED HOLE 'x9Yj'x2'-0" NEW STEEL R KEEPER TRAY DOSING TOP OF 0 111 raM a%.ti' ti o' + g����014:�:� MU MI 92126107:12 �mmmmmMaMIMIS20121:12LIImMMISMOOmMIECIIMPIX! NEW ELASTOMERIC BEARING (SEE SHEET 13) 4 1/2' W 4.x9)¢'x2'-6' NEW STEEL R Aro NEW EPDXY GROUTED ANCHOR BOLTS EMBED. 12 INTO CONCRETE IN 1) 0 FIELD DRILLED HOLE EXPANSION BEARING REPLACEMENT DETAILS SCALE: 1) 1'-0' LOCATE HOLES FOR EPDXY GROUTED ANCHORS AWAY FROM EXISTING REINFORCING STEEL END OF CAP END OF BEAM REVISION BY 9 15/16' Ylx9)¢' NEW STEEL R AT BEARING 1'x6'x1'-5' EXIS11NG EMBEDDED STEEL R Y'x9i x2' -O' NEW STEEL R 9 1/16' 4 3/4' EXPANSION BEARING LOCATION DETAIL — UPPER ASSEMBLY SCALE: 1)¢'-1'-0' 1 1/2' 4 SPA ® 27f' 6' EXISTING BEAM END REINFORCEMENT SPACING % 0 EPDXY GROUTED AN HOR EDGE OF BEARING PAD EXPANSION BEARING LOCATION DETAIL — LOWER ASSEMBLY SCALE 1)4'-1'-O' City Of Yakima Engineering Division 129 North Second Street Yakima, Washington TABLE OF MOVEMENTS DIMENSION TEMPERATURE CO 40 64 80 A 1 96" 2" 296" B 1196" 1 13/i5 CITY OF YAKIMA NOB HILL BOULEVARD OVERPASS REPAIRS CITY PROJECT NO.: 2229 FEDERAL AID NO.: BHM-4566 (008) Y4 x6Y'x9)i STEEL R Project Eng: BGN Drawn By: KDM Chkd. By: BGN 2 1/4 3/4' L i Yi x9)r'x2'-0' R 16'x8'x1'-10STE)4' 3 STAINLESS EL R UPPER PLATE ASSEMBLY DETAIL SCALE 1'-1'-0' 1364'.0 HOLE FOR 1Y'0 ANCHOR BOLT (FIELD DRILL) /OUTSIDE OF KEEPER \TRAY ONLY we HOLE FOR x3YCEPDXY GROUTED ANCHOR Y'x6Z x9)¢' STEEL R Z v — YiBARSSQU , TW.ARE STEEL ti (KEEPER TRAY) m N P Yi x9)4'x2-6' STEEL R 1/4' 1/4' 5 1/4' 2'-6' LOWER PLATE ASSEMBLY DETAIL SCALE 1%.1.-0" Drawing Scales Horizontal =AS NOTED Vertical = AS NOTED EXPANSION BEARINGS BENTS 5 & 10 GIRDERS A & J SHEET 16 OF 21 EXISTING TOP OF CAP 1)eo NEW STEEL PINTLE. PRESS FIT %%8'x2'-3' NEW STEEL KEEPER TRAY It w/1X2'0 STEEL PINTLE (PRESS FIT) \ \gym\\ MI ••♦ . PAM' ///// // // 136x8'x1'-4' NEW ELASTOMERIC BEARING PAD ///'//////S1/71727/77177: ./ STEEL BEARINNG BEVELED ////// 1Y'0 NEW EPDXY GROUTED ANCHOR BOLTS EMBED. 12' INTO CONCRETE IN 1X2'0 FIELD DRILLED HOLE PINNED BEARING REPLACEMENT DETAILS SCALE: 1X2'=1'-0' 1107E LOCATE HOLES FOR EPDXY GROUTED ANCHORS AWAY FROM EXISTING REINFORCING STEEL 1'-4' PLAN — ELASTOMERIC BEARING PAD lo I • n • 0 03 )6 STEEL REINFORCING Q 5%x1'-3% SECTION — ELASTOMERIC BEARING PAD FULL SCALE PINTLE DETAILS SCALE: 6=1'-O' ENO OF BEAM 10 7/8' EMBEDDED STEEL R 1'x8'x1'-5' DOMING EMBEDDED STEEL R w/ 1960 HOLE 8 1/8' PINNED BEARING LOCATION DETAIL SCALE 1X2'=1'-0' ELASTOMERIC BEARING PAD TOP OF C Wx6'x2'-3' STEEL It w/ 1 i STEEL PINTLE (PRESS FIT) 7)2'x2'-3' BEVELED STEEL BEARING It PINNED BEARING LOCATION DETAILS SCALE 1X2'=1'-0' AHEAD ON STATION 71/2 r 3 3/4' 3 3/4' 7)2'x2'-3' BEVELED STEEL BEARING It +3.84% w n SECTION A—A NTS • 5' 1'-5' 5' MILL It DOWN )6 MILL It DOWN Y' } 23/8' 19(e 0 HOLE FOR 1X'0 ANCHOR BOLT (FIELD DRILL) 11 1/8' 1X2'0 HOLE FOR 1)i'0 STEEL PINTLE (PRESS FIT) 11 1/8' 2 3/8' 1'-1 1/2 1'-1 1/2' 13w. HOLE FOR 141.01 ANCHOR BOLT (RED DRILL) n I• Iwo HOLE FOR 'aro ANCHOR BOLT (FIELD DRILL)--N 136'0 HOLE FOR 1X10 HOLE FOR 0'4'0 ANCHOR BOLT leo STEEL PINTLE (FIELD DRILL) (PRESS FIT) UPPER PLATE DETAILS SCALE: 1X2'=1'-0' KEEPER TRAY rL 1Wal HOLE FOR 1) o ANCHOR BOLT (FIELD DRILL) - 1r0 HOLE FOR 1Y 0 ANCHOR BOLT (FIELD DRILL) I I 2 3/8' 1'-10 1/4' 12 3/8' DE OF KEEPER Y4 �/ Y ONLY • Ya SQUARE STEEL BARS, TYP. (KEEPER TRAY) • 1/4' 1/4' 5 1/4' 1'-4 1/2- 5 1/4 LOWER PLATE DETAILS SCALE 14'=1'-0' DATE REVISION BY City Of Yakima Engineering Division 129 North Second Street Yakima, Washington CITY OF YAKIMA NOB HILL BOULEVARD OVERPASS REPAIRS CITY PROJECT NO.: 2229 FEDERAL AID NO • BHM-4566 (008) Project Eng: BGN Drawn By: KDM Chkd. By: BGN Drawing Scales Horizontal =AS NOTED Vertical = AS NOTED PINNED BEARINGS BENT 4 GIRDERS A - J SHEET 17 OF 21 KEEPER TRAY - STING OF CAP-\\ 1 DOSING EMBEDDED STEEL Q w/1%'0 HOLE %%'x6'x2'-8' NEW STEEL Q w/ WO STEEL PINTLE (PRESS FIT) LJ I/ // // ♦4444••44444♦ /• / /ir•.r.,// // ,/,//• // •//'/Y rr /, ••/•//,./// • /.// //"/ .i• 1 -ii lI 1,''0 NEW EPDXY GROUTED ANCHOR BOTS EMBED. 12' INTO CONCRETE IN TWO FIELD DRILLED HOLE PINNED BEARING REPLACEMENT DETAILS SCALE 1Yi'1'-0" LATE HOLES FOR EPDXY GROUTED ANCHORS AWAY FROM EXISTING REINFORCING STEEL 1.-10' PLAN — ELASTOMERIC BEARING PAD Nis 1% x6 xl -10. NEW ELASTOMERIC BEARING PAD 11 \-7%.4.-8" NEW BEVELED s1EEL Q • CO n • PI PI V. STEEL REINFORCING Q 5%x1' -94i 1/8' SECTION — ELASTOMERIC BEARING PAD FULL SCALE END OF BEAM %'x6 -x2'-8' STEEL Q w/ 1,''0 PINTLE (PRESS Fl 1 i6'x8'x1' ELASTOMERIC BEARING PAD EMBEDDED STEEL Q AT BEARING BENT 01 D2 5 9%. 974. 10 1016' 11 816' 10;6' 12 9" 10" PINNED BEARING LOCATION DETAIL SCALE 1,''m1'-0" 'mom®®®U% 1-x6'x1'-5' EXISTING EMBEDDED STEEL Q w/ 196.0 HOLE 1'x8'x1'-5" EMBEDDED STEEL. Q w/146'0 HOLE 71i'x2'-8' BEVELED STEEL Q TOP OF CAP PINNED BEARING LOCATION DETAIL NTS AHEAD ON STATION� 7 1/2 3 3/4' 3 3/4" REVISION City Of Yakima Engineering Division 129 North Second Street Yakima, Washington LOCATION 5 (R). SPAN 4 0 BENT 5 +2.41R SPAN 10 0 BENT 10 -6.50X SPAN 11 0 BENT 11 -6.bOR SPAN 12 0 BENT 12 -6.50X CITY OF YAKIMA NOB FULL BOULEVARD OVERPASS REPAIRS CITY PROJECT NO.: 2229 FEDERAL AID NO.: BHM-4566 (008) 2 3/8' 7 1/2' MILL Q DOWN 16 • 7 1/2' MILL Q DOWN 1(; 19e' HOLE FOR 1Yi 0 ANCHOR BOLT (FIELD DRILL) 1'-1 5/8" 1,' 0 HOLE FOR 1% 0 STEEL PINTLE (PRESS FIT) 1'-1 5/8' Q 196- 0 HOLE FOR 1Yi0 ANCHOR BOLT (FIELD DRILL) 2 3/8' 1'-4' 1'-4' 11i"0 HOLE FOR WO STEEL MILE (PRESS FIT) UPPER PLATE DETAIL SCALE 1"=1'-O" 146e 0 HOE FOR KEEPER TRAY 1%.0 ANCHOR BOLT (FIELD DRILL)--`_ 2 3/8' 2-3 1/4' 146-0 HOLE FOR WO ANCHOR BOLT (FIELD DRILL) 2 3/8- 2-8" Yi TSIDE OF KEEPER Y ONLY o 41` - )4" SQUARE STEEL BARS, TYP. (KEEPER TRAY) -$ --e- I • in 1/4' 1/4" 4 3/4' 1'-10 1/2' 4 3/4" 2-8' LOWER PLATE DETAIL SCALE: 1"=1'-0' Project Eng: BGN Drawn By: KDM Chkd. By: BGN Drawing Scales Horizontal =AS NOTED Vertical = AS NOTED PINNED BEARINGS BENTS 5,10,11 & 12 GIRDERS B - z SHEET 18 2 1/2' MILLIt DOWN )6 7 1/2 - MILL It /r m KEEPER TRAY NEW STEEL R w/ U¢'0 STEEL PINTLE (PRESS FIT) END OF BEAM jI11 136'x6'xl'-10' ( jNEW ELASTOMERIC BEARING PAD , (SEE SHEET 17) EXISTING /- TOP OF CAP ,/ , ,i„/,/ END OF CAP 1Yi 0 NEW EPDXY GROUTED ANCHOR BOLTS EMBED. 12' INTO CONCRETE IN 1J¢'0 FIELD DRILLED HOLE PINNED BEARING REPLACEMENT DETAILS SCALE: 1J¢'=1'-0' LOA LOCATE HOLES FOR EPDXY GROUTED ANCHORS AWAY FROM DOSTING REINFORCING STEEL AHEAD ON STATION 7 1/2' 3 3/4 3 3/4' 71 ' NEW BEVELED STEEL It LOCATION rig SPAN 4 0 BENT 5 MILLI'L DOWN J6' m KEEPER TRAY NEW STEEL R w/ U¢'0 STEEL PINTLE (PRESS FIT) END OF BEAM jI11 136'x6'xl'-10' ( jNEW ELASTOMERIC BEARING PAD , (SEE SHEET 17) EXISTING /- TOP OF CAP ,/ , ,i„/,/ END OF CAP 1Yi 0 NEW EPDXY GROUTED ANCHOR BOLTS EMBED. 12' INTO CONCRETE IN 1J¢'0 FIELD DRILLED HOLE PINNED BEARING REPLACEMENT DETAILS SCALE: 1J¢'=1'-0' LOA LOCATE HOLES FOR EPDXY GROUTED ANCHORS AWAY FROM DOSTING REINFORCING STEEL AHEAD ON STATION 7 1/2' 3 3/4 3 3/4' 71 ' NEW BEVELED STEEL It LOCATION S (%). SPAN 4 0 BENT 5 +2.41% SPAN 10 0 BENT 10 —6.50% SPAN 11 0 BENT 11 —6.bO% SPAN 12 0 BENT 12 —6.50% D2 EMBEDDED STEEL R AT Q BEARING 1'x8'x1'-5' EXISTING EMBEDDED STEEL w/ 1%'0 HOLE 35'x6'x7-3' STEEL ft w/ 1) 0 PINTLE (PRESS Fl X00 En MI MN Eco mina 1®lam '® PINNED BEARING LOCATION DETA L, SCALE 1Yi =1'-0' 1i�'x6'x1'-10" ELASTOMERIC BEARING PAD 1'x6'x1'-5 EMBEDDED STEEL It w/15r0 HOLE 7J! x2' -5,1r BEVELED STEEL R PINNED BEARING LOCATION DETAIL NTS TOP OF CAP n 11' h I t lro HOLE FOR wo STEEL PINTLE (PRESS MT) 1'-1 5/8' 19{ti 0 HOLE FOR 1r. ANCHOR BOLT (FIELD DRILL) 2 3/8' 7-3' 11' 1'-4• z 5 WO HOLE FOR 1J¢'0 STEEL PINTLE (PRESS FIT) UPPER PLATE DETAIL SCALE 1'm1'-0' KEEPER TRAY 7-3 1/8' 14ie'0 HOLE FOR 1Yi 0 ANCHOR BOLT (FIEL) DRILL) 2 3/8' 7-5 1/r \—x- m SQUARE STEEL BARS TYP. (KEEPER TRAY) m — 2 1/4' 1/4 1'-10' 1/4 1'-10 1/2' 4 3/4 7-5 1/2 LOWER PLATE DETAIL SCALE 1'=1'-0' z 1 DATE REVISION BY City Of Yakima Engineering Division 129 North Second Street Yakima. Washington CITY OF YAKIMA NOB HILL BOULEVARD OVERPASS REPAIRS CITY PROJECT NO.: 2229 FEDERAL AID NO.: BHM-4566 (008) Project Eng: BGN Drawn By: KDM Chkd. By: BGN Drawing Scales Horizontal =AS NOTED Vertical = AS NOTED PINNED BEARINGS BENTS 5,10,11 & 12 GIRDERS A & J SHEET 19 OF 21 1 1 1 1 1 1 1 Bent Type of Damage General Location Description Repair Required Work Items 1 cracks cap under girder B (7 ft.), under girder D (3 ft.) epoxy injection Epoxy Crack Sealing 1 delamination cap front face remove/replace concrete Concrete Repair 1 concrete buildup and debris top of cap behind and between girders material to be removed Bridge Cleaning 1 undermined concrete undermined concrete slope protection approach slab along north and south ends, along top with areas of broken concrete 14" at south and north sides of bridge replace fill, repair concrete replace fill Miscellaneous Work Miscellaneous Work 1 4 spalled girder stops east beam ledge between girders 4B and 4C, and between girders 4H and 41 repair spalls Concrete Repair 4 cracked and spalled beam ledge west beam ledge throughout epoxy inject cracks, repair spalls Epoxy Crack Sealing Concrete Repair 4 concrete buildup and debris top of cap throughout, but most noticeably between girders G and H, both beam ledges material to be removed Bridge Cleaning 4 spalled girder ends girders 3E, 31, 3J, 4A, 4B, 4J clean exposed strand, repair spalls Concrete Repair 5 delamination cap bottom of cap, south of column A remove/ replace concrete Concrete Repair 5 cracks east beam ledge under girders 51-1•5J epoxy injection Epoxy Crack Sealing 5 spalling/exposed anchor bolts concrete buildup and debris west beam ledge top of cap pipe support between girders 4G and 4H throughout repair spalls material to be removed Concrete Repair Bridge Cleaning 5 5 spalled girder ends girders 4A, 4B, 4C, 4D, 4E, 4G, 41, 4J, 5A, 51, 5J clean exposed strand, repair spalls Concrete Repair 10 cracks/delamination Column D vertical crack in north/northwest side with delamination on each side of crack, bottom 8 ft. of column Epoxy inject cracks fiber wrap column Epoxy Crack Sealing Column Wrapping 10 cracks/delamination Column C vertical crack with delamination, east side of column in the top 8 ft., smaller cracks on west side of column in top 2 ft. Epoxy inject cracks fiber wrap column Epoxy Crack Sealing Column Wrapping 10 cracks/delamination cap under girders 9D -9H , 10G, 10H; southern cap face and for 10 ft. from face; west beam ledge, top and bottom inject cracks, replace delaminated concrete Epoxy Crack Sealing Concrete Repair 10 concrete buildup and debris top of cap throughout material to be removed Bridge Cleaning 10 spalled girder ends girders 9G, 10A, 10C, 10F, 10G, 10H, 101, 10J clean exposed strand, repair spalls Concrete Repair 11 cracks/delamination cap southern cap face and for 10 ft. from face; face of cap under girders 11F, 11G, 11J; bottom of cap under girder H inject cracks, replace delaminated concrete Epoxy Crack Sealing Concrete Repair 11 concrete buildup and debris top of cap throughout material to be removed Bridge Cleaning 11 girder cracking Girder 10A cracks in the bottom flange and lower portion of the web for about 8 ft. from the east end epoxy inject cracks Epoxy Crack Sealing 11 spalled girder ends girders 10A, 10B, 10E, 10H, 11B, 11D, 11E, 11G, 11F-1 clean exposed strand, repair spalls Concrete Repair 12 crack Column D vertical cracks at top of column, along with map cracking and delamination. Epoxy inject cracks fiber wrap column Epoxy Crack Sealing Column Wrapping 12 cracks/delamination cap underside and face of southern end for about 18 inches, full width of cap inject cracks, replace delaminated concrete Epoxy Crack Sealing Concrete Repair 12 spalled girder ends girders 12C, 12D, 12E, 12H clean exposed strand, repair spalls Concrete Repair 13 cracks/delamination cap cap is severely cracked and delaminated, up to 50%, the worst being at the south end, cracked girder stops remove/replace concrete Concrete Repair 13 cracks/delamination wall wall is severely cracked and delaminated with spalls, exposed and rusted rebar, bulging concrete remove/replace concrete n/a pop outs and spalling both sidewalks some pop outs in north sidewalk, 20' west of bent 7, some spalling along edge of north sidewalk just west of Bent 4 repair spalls Concrete Repair exposed rebar north sidewalk numerous areas of exposed rebar at rail post bases repair spalls Concrete Repair n/a rail damage pedestrian railing impact damage to railing: Span 8 (north), Spans 11 and 12 (south) straighten or replace rail Miscellaneous Work rail post damage rail posts 4th post west of Bent 10 (south), one post in Span 7 (north) repair or replace rail posts P Miscellaneous Work ts 3 TOP ELEVATION CARBON COMPOSITE WRAP (TWO LAYERS MINIMUM) SEE SPECIAL PROVISIONS 3'-0'0 CONCRETE COLUMN EXISTING GROUND UNE BOTTOM ELEVATION 41 0 r - --L 1 EXISTING COLUMN FOOTING 1 I� L r COLUMN FIBER WRAP REPAIR DETAILS NO SCALE THE (FISTING FLOOR SHALL BE EXCAVATED TO THE TOP OF THE FOOTING PRIOR TO WRAPPING THE COLUMNS. SEE SPECIAL PROVISIONS. FIBER WRAP STRENGTHENING REQUIREMENTS BENT COLUMN ELEV. TOP ELEV. BOTTOM H SHEAR (KIPS) CONFINEMENT Ecu fcc/fc' 10 C 1053.94 1025.00 28.94' 173 0.030 1.50 10 D 1053.40 1025.00 28.40' 173 12 D 1044.85 1023.00 21.85' 173 DATE REVISION BY City Of Yakima Engineering Division 129 North Second Street Yakima, Washington CITY OF YAKIMA NOB HILL BOULEVARD OVERPASS REPAIRS CITY PROJECT NO.: 2229 FEDERAL AID NO.: BHM-4566 (008) Project Eng: BGN Drawn By: KDM Chkd. By: BGN Drawing Scales Horizontal =AS NOTED Vertical = AS NOTED TABLE OF REPAIRS AND REPAIR DETAILS SHEET 20 OF 21 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 TOP OF FOOTING 1 #5** EXISTING FACE�� 4" —NEW SURFACE FACE OF REPAIRED WALL Id F SCARIFY EXISDNG SURFACE 2 ' Y li #5 41 0 SECTION A -A SCALE Z = 1'-0" *DRILL AND GROUT #4 TIES 12" INTO EXISTING CONCRETE AND STAGGER 71E LOCATIONS AS SHOWN IN THE ELEVATION VIEW. **DRILL AND GROUT #5 STIRRUPS 1'-3" INTO EXISTING CONCRETE. EXCAVATE EXISTING GROUND SURFACE IN FRONT OF WALL DOWN TO TOP OF FOOTING. SHORE EXCAVATION IN ACCORDANCE WITH SECTION 2-09.3(4) OF THE STANDARD SPECIFICATIONS. A HORIZONTAL DISTANCE OF 5'-0" FROM EXISTING FACE OF WALL WAS ASSUMED IN THE QUANTITY FOR STRUCTURE EXCAVATION CLASS B. EWE IF THERE IS UNSOUND CONCRETE BEYOND THE SCARIFICATION LIMB, CONTACT THE ENGINEER BEFORE PROCEEDING WITH ANY FURTHER REPAIR. Y 621 I#5 61 SPA. 0 ABOUT 1'-O• - 60'-r Q 1,-4.- LAP I (TM.) Tim A2 #5 Lb Ill 05 AND 61 SPA. 0 ABOUT 1 -0 .e 60'-7" 60'-11" FLVATION SCALE: )6" = 1'-0" ABUTMENT REPAIR REBAR CUT LIST (FOR INFORMATION PURPOSES ONLY) MARK SIZE LENGTH NUMBER REQ'D BENDING DIAGRAM (ALL DIMENSIONS OUT TO OUT) Al #5 18'-0" 62 STRAIGHT A2 #5 4'-0" 62 STRAIGHT A3 #5 4'-1" 62 BENT A4 #4 61'-11" 20 STRAIGHT A5 #4 1'-7h" 640 BENT A3 J% e A5 BARS SHALL BE AASHTO M31, GRADE 60 ALL COSTS ASSOCIATED WITH EXCAVATING IN FRONT OF THE WALL SHALL BE INCLUDED IN THE UNIT PRICE BID PER CUBIC YARD OF STRUCTURE EXCAVATION CLASS B. ALL OTHER COSTS ASSOCIATED WITH REPAIRING THE WALL AS SHOWN SHALL BE INCLUDED IN THE UNIT PRICE BID PER SQUARE FOOT OF CONCRETE REPAIR. Y DATE REVISION BY City Of Yakima Engineering Division 129 North Second Street Yakima, Washington CITY OF YAKIMA NOB HILL BOULEVARD OVERPASS REPAIRS CITY PROJECT NO.: 2229 FEDERAL AID NO.. BHM-4566 (008) Project Eng: BGN Drawn By: KDM Chkd. By: BGN Drawing Scales Horizontal =AS NOTED Vertical = AS NOTED EAST ABUTMENT BENT 13 REPAIR DETAILS SHEET 21 OF 21