Loading...
HomeMy WebLinkAboutR-2002-094 Bonneville Power Adiminstration Intergovernmental AgreementRESOLUTION NO. R-2002-94 A RESOLUTION authorizing, accepting, and directing the City Manager to execute the Intergovernmental Agreement with Bonneville Power Administration for funding to update the Naches River Water Treatment Plant Intake Screen (Project). WHEREAS, the Project compliments the broadly recognized need to provide adequate water intake screening as part of the overall salmon recovery efforts in the Yakima River Basin; and WHEREAS, the City of Yakima is desirous of being a good steward of the natural resources within its jurisidical area; and WHEREAS, the Naches River Treatment Plant Screening Project was successfully included in the Governor's Action Agenda, and subsequently submitted to Bonneville Power Administration for funding consideration; and WHEREAS, Bonneville Power Administration, as part of it mandated activities, has agreed to provide assistance for this project in the form of a $800,000 grant to the City of Yakima; and WHEREAS, the City Council deems it to be in the best public interest to accept said funding to be utilized for updating of the Naches River Water Treatment Plant Intake Screen, now, therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The City Manager is hereby authorized and directed to execute the Intergovernmental Agreement with Bonneville Power Administration for funding to update the Naches River Water Treatment Plant Intake Screen. ADOPTED BY THE CITY COUNCIL this 16th day of July, 2002. ATTEST: Karen Roberts, City Clerk ry Place, Mayor BONNEVILLE POWER ADMINISTRATION Mail Invoice To • Program Analyst - KEWB-4 Bonneville Power Admin. - PBL P. O. Box 3621 Portland OR 97208-3621 INTERGOVERNMENT CONTRACT Contract :00010121 Release . Page : 1 Vendor CITY OF YAKIMA 129 N 2ND STREET YAKIMA WA 98901 Attn: DUEANE CALVIN Please Direct Inquiries to: TINA L. HOFFSTOT Tide: CONTRACT SPECIALIST Phone: (503) 230-4042 Fax : (503) 230-4508 Contract Title: 2002-052-00 NACHES RIVER WATER TREATMENT INTAKE SCREEN Total Value : $800,000.00 Pricing Method: COST, NO FEE Performance Period: 06/01/02 - 09/30/02 ** NOT TO EXCEED ** Payment Terms: % Days Net _A P Contractor Signature Richard A. Zai.s, Jr., City Manager nn Name/Title Date Signed CRY CONTRACT NO: RESOWUTION NO: /"1 "4&0d_ iit_tiL, A l l-k,lL,tt) d BPA Contracting Officer Da(Signed Spore of Work Affarhed BONNEVILLE Power Administration COVER SHEET ATTACHMENT Nache River Water Treatment Intake Screen Proj. No. 2002-052-00 Intergovernmental Contract No. 00010121 Screen City of Yakima's Naches Water Treatment Plant intake to eliminate mortality of ESA listed and non -listed salmonids at this location. 1] Task 1 — Cost Reimbursable not to exceed $218,000.00 Task 2 — Cost Reimbursable not to exceed $280,000.00 Task 3 — Fixed Priced at $264,000.00 Taks 4 — Cost Reimbursable not to exceed $38,000.00 2] Performance & Budget Period: FROM: June 1, 2002 TO: September 30, 2002 IGC Total: $800,000.00 Page 2 TABLE OF CONTENTS UNIT 1 - SCHEDULE 2 PROJECT RENEWAL (7-51) 2 SCHEDULE OF PRICES (22-51) 2 UNIT 2 - CONTRACT CLAUSES 2 PAYMENT AND TAXES 2 ELECTRONIC FUNDS TRANSFER PAYMENT (22-20) 2 PAYMENT IN ARREARS (25-2.1) 3 CONTRACT CEILING LIMITATION (22-7) 4 LIMITATION ON TRAVEL COSTS (22-50) 4 GENERAL CONTRACT ADMINISTRATION 4 CONTRACT ADMINISTRATION REPRESENTATIVES (14-2) 4 CHANGES (25-4) 5 AUDIT -- INTERGOVERNMENTAL CONTRACT (25-5) 5 PUBLICATION/PRESENTATIONS (25-8) 5 ENDANGERED SPECIES ACT REQUIREMENTS (25-9) 5 BONDS AND INSURANCE 5 PERFORMANCE AND PAYMENT BONDS (16-1) 6 STANDARDS OF CONDUCT AND BUSINESS PRACTICES 6 ORGANIZATIONAL CONFLICTS OF INTEREST (3-2) 6 CERTIFICATION, DISCLOSURE, AND LIMITATION REGARDING PAYMENTS TO INFLUENCE CERTAIN FEDERAL TRANSACTIONS (3-3) 7 DRUG-FREE WORKPLACE (3-6) 8 SOCIO-ECONOMIC ISSUES 10 SOCIO-ECONOMIC REQUIREMENTS (25-6) 10 NONDISCRIMINATION AND AFFIRMATIVE ACTION (10-1) 10 DAVIS-BACON ACT (10-7) 10 INSPECTION AND WARRANTY 12 INSPECTION - SERVICES AND CONSTRUCTION (18-4) 12 TERMINATION 12 TERMINATION FOR THE CONVENIENCE OF BPA (20-2) 12 UNIT 3 - WAGE DETERMINATION UNIT, DAVIS-BACON ACT WAGE RATES (10-13) STATEMENT OF WORK AND BUDGET 13 13 Contract 00010121 Page 1 UNIT 1 - SCHEDULE PROJECT RENEWAL (7-51) (SEP 98) This Project may be incrementally funded on an annual basis subject to BPA's favorable determination of the following: (1) Availability of adequate funds in BPA' s Fish and Wildlife Program. (2) Required reports were submitted and contained required date. (3) Results demonstrate progress towards project goals was equal to or greater than established by the Intergovernmental Contract. (4) The next year's work statement has been approved by BPA. (5) The annual formal presentation of the project status, if required, has been completed on a timely basis; and BPA desires to continue the project. SCHEDULE OF PRICES (22-51) (SEP 98) The contractor shall provide all supplies/services according to approved statement of work and budget UNIT 2 - CONTRACT CLAUSES PAYMENT AND TAXES ELECTRONIC FUNDS TRANSFER PAYMENT (22-20) (SEP 98)(BPI 22.6.2) (a) Payment Method. Payments under this contract, including invoice and contract fmancing payments, will be made by electronic funds transfer (EFT). Contractors are required to provide its taxpayer identification number (TIN) and other necessary banking information as per paragraph (c) of this clause to receive EFT payment. (b) Contractor EFT arrangement with a financial institution or authorized payment agent. The Contractor shall designate to BPA, as per paragraph (c) of this clause, and maintain at its own expense, a single financial institution or authorized payment agent capable of receiving and processing EFT using the Automated Clearing House (ACH) transfer method. The most current designation and EFT information will be used for all payments under all BPA contracts, unless the BPA Disbursement Operations office is notified of a change as per paragraph (d) of this clause. An initial designation should be submitted after award, but no later than three weeks before an invoice or contract financing request is submitted for payment. (c) Submission of EFT banking information to BPA. The Contractor shall submit EFT enrollment banking information directly to BPA Disbursement Operations using either SF 3881, "ACH Vendor/Miscellaneous Payment Enrollment Form" or BPA's "Simplified Vendor Express Enrollment Form." These EFT enrollment forms are available either from the Contracting Officer (CO) or from BPA Disbursement Operations. If you have any questions or need assistance, please call the BPA "Vendor Maintenance" at (503) 230-4004. Submit completed enrollment form to the following address: Bonneville Power Administration Disbursement Operations, Attention: EFT PO Box 3621 Portland, OR 97208-3621 Contract 00010121 Page 2 (d) Change in EFT information. In the event that EFT information changes or the Contractor elects to designate a different financial institution for the receipt of any payment made using EFT procedures, the Contractor shall be responsible for providing the changed information to the BPA Disbursement Operations office. BPA Disbursement Operations must be notified 30 days prior to the date such change is to become effective. (e) Suspension of Payment. BPA is not required to make any payment under this contract until receipt of the correct EFT payment information from the Contractor. EFT and prompt payment. BPA shall pay no penalty on delay of payment resulting from defective EFT information. BPA will notify the Contractor within 7 days of its receipt of EFT information which it determines to be defective. EFT and assignment of claims. If the Contractor assigns the proceeds of this contract as provided for in the Assignment of Claims clause of this contract, the assignee shall provide the assignee's EFT information required by paragraph (c) of this clause. (f) (g) PAYMENT IN ARREARS (25-2.1) (AUG 00)(BPI 25.3.1) (a) The contractor -agency shall submit an original invoice monthly for work performed, noting the Intergovernmental Contract number and BPA Project No 2002-052-00, to: Bonneville Power Administration Attn: Program Analyst — KEWB-4 P.O. Box 3621 Portland, Oregon 97208 (b) The contractor -agency will supply the Contracting Officer's Technical Representative (COTR) with a copy of the invoice and an itemized listing of expenditures for each budgetary line item set forth in the approved budget, showing as a minimum: (1) Salaries (including personnel and the total number of direct labor hours expended); (2) Travel and transportation (including per diem); (3) Non expendable equipment and materials (greater than $3000 per item) - attach supporting documentation, including description, date of purchase, purchase cost, model number, and serial number; (4) Expendable equipment and material (sensitive in nature); (5) Operations and maintenance (including computer services and publications); (6) Overhead; (7) The currently approved budget; and (8) Cumulative expenditures to date (c) Non -itemized and/or incomplete billings will be retained for payment processing until correct information has been supplied by the contractor -agency. Allowable costs shall be determined in accordance with the cost principles of OMB Circular A-87 and are subject to the limitation of the award ceiling. Contract 00010121 Page 3 CONTRACT CEILING LIMITATION (22-7) (SEP 98)(BPI 22.1.3) a) The Contractor agrees to use its best efforts to perform the work specified in the Schedule and all obligations under this contract within the contract ceiling. The contract ceiling includes all estimated costs (both direct and indirect) and any fee allowance. If this is a cost-sharing contract, the contract ceiling includes both BPA's and the Contractor's share of the cost. (b) Notification of CO. The Contractor shall notify the CO in writing at the first indication that the total cost for the performance of this contract, exclusive of any fee, will be either greater or substantially less than had been previously estimated. (c) Revised Estimate. As part of the notification, the Contractor shall provide the CO a revised estimate of the total cost of performing this contract. (d) Contract Ceiling. (1) BPA is not obligated to reimburse the Contractor for costs incurred in excess of the contract ceiling specified in the Schedule or, if this is a cost-sharing contract, the estimated cost to BPA specified in the Schedule; and (2) The Contractor is not obligated to continue performance under this contract (including actions under the Termination clause of this contract) or otherwise incur costs in excess of the contract ceiling specified in the Schedule, until the CO notifies the Contractor in writing that the contract ceiling has been increased. (e) No notice, communication, or representation, or from any person other than the CO, shall affect this contract's contract ceiling. (f) If this contract is terminated or the contract ceiling is not increased, BPA and the Contractor shall negotiate an equitable distribution of all property produced or purchased under the contract, based upon the share of costs incurred by each. LIMITATION ON TRAVEL COSTS (22-50) (SEP 98) Costs incurred for lodging, meals, and incidental expenses shall be reimbursed on an actual cost basis to the extent that they do not exceed on a daily basis the per diem rates in effect at the time of travel as set forth in the Federal Travel Regulations, prescribed by the General Services Administration, for travel in the conterminous 48 United States. Airline costs will be reimbursed on an actual cost basis to the extent determined reasonable and allocable under Part 13 of the BPI. Any variation from these requirements must be approved by the CO. Contractors may request a letter from the Contracting Officer authorizing access to an airline, lodging, or other rates negotiated for government travel to the extent such authorization is honored by the service providers (http://policyworks.gov/org/main/mt/homepage/mtt/perdiem/travel.shtml). GENERAL CONTRACT ADMINISTRATION CONTRACT ADMINISTRATION REPRESENTATIVES (14-2) (SEP 98)(BPI 14.3.2) (a) In the administration of this contract, the Contracting Officer may be represented by one or more of the following: Contracting Officer's Representative for administrative matters, and Contracting Officer's Technical Representative, Receiving Inspector, and/or Field Inspector for technical matters. (b) These representatives are authorized to act on behalf of the Contracting Officer in all matters pertaining to the contract, except: (1) contract modifications that change the contract price, technical requirements or time for performance, unless delegated field modification authority (see clause 24-25); (2) suspension or termination of the Contractor's right to proceed, either for default or for convenience of BPA; and (3) final decisions on any matters subject to appeal, as provided in a disputes clause. In addition, Field Inspectors may not make final acceptance under the contract. Contract 00010121 Page 4 CHANGES (25-4) (SEP 98)(BPI 25.2) Any changes in the project objectives, scope, or key personnel, including any proposed transfer of expenditures between all approved budget line items above 5 percent of the contract total must be approved by the Contracting Officer. All such changes must be submitted in writing through the Contracting Officer's Technical Representative prior to initiating the change. AUDIT -- INTERGOVERNMENTAL CONTRACT (25-5) (SEP 98)(BPI 25.2.1) (a) The contractor -agency shall maintain accounting procedures and practices sufficient to reflect properly all costs claimed to have been incurred in performing this agreement. The Contracting Officer, or representatives of the Contracting Officer, shall have the right to examine books, records, documents and other evidence supporting such claimed costs at all reasonable times at the agency's facilities used in performing this agreement and other locations where records pertaining to this agreement are maintained. Such records shall be retained and made available for examination until 3 years after the budget year in which they were created. (b) The contractor -agency shall comply with the provisions of OMB Circular A-133. The contractor -agency shall apply provisions of those circulars concerning program levels requiring audits, audit scope, and determinations of this agreement as if it was a Federal assistance program. If an audit is required, a copy of the audit report shall be sent to the BPA Internal Audit Staff, Mail Stop GN -7, Bonneville Power Administration, P.O. Box 3621, Portland, OR 97208 , and other distribution of the report as required by the circular. PUBLICATION/PRESENTATIONS (25-8) (SEP 98)(BPI 25.2) All news releases, presentations, publications, or signage and related shall acknowledge BPA support for project activities. BPA strongly endorses the publication of project results in scientific journals to facilitate public access and to preserve project data. Copies of news articles, publications, etc. shall be provided to the COTR. When appropriate, Project Managers shall prepare manuscripts for submission to journal editors, giving due credit for BPA's fmancial support. BPA reserves the right to publish all or part of the reports submitted pursuant to the terms of this contract. ENDANGERED SPECIES ACT REQUIREMENTS (25-9) (SEP 98)(BPI 25.2) (a) To the extent requested by BPA, the Contractor -agency shall: (1) participate in consultations and conferences conducted under Section 7 of the Endangered Species Act (ESA); (2) obtain, or assist BPA in obtaining permits under Section 10 of the ESA, and (3) provide to BPA all information, materials, documents, records and other assistance requested by BPA for such consultations, conferences, or the acquisition of permits. (b) The Contractor -agency shall not proceed with action/activities in this agreement until completion of requisite consultations and conferences and the acquisition of necessary permits. To the extent requested by BPA, the Contractor - agency shall comply with conditions identified during consultations and conferences and with the provisions of any requisite permit. BONDS AND INSURANCE Contract 00010121 Page 5 PERFORMANCE AND PAYMENT BONDS (16-1) (SEP 98)(BPI 16.1.1.3; 16.1.2.2) (a) The contractor shall furnish all bonds, including any necessary reinsurance agreements, before receiving a notice to proceed with the work or being allowed to start work. (1) Performance Bond shall be furnished on Standard Form 25 in the amount of 100 percent of the contract price. (2) Payment Bond shall be furnished on Standard Form 25A as follows: (A) When the contract price is not more than $1,000,000 the penal amount shall be 50 percent of the contract price: (B) When the contract price is more than $1,000,000 but not more than $5,000,000 the penal amount shall be 40 percent of the contract price; and, (C) When the contract price is more than $5,000,000 the penal amount shall be $2,500,000. (b) If the performance and payment bonds are in the form of a corporate surety bond signed by an agent or attorney in -fact, a copy of the power of attorney authorizing action on behalf of the surety shall be attached to the bond. (c) If the contract price is substantially increased during the course of the contract, and the Contracting Officer determines that an increase in bond amount is required, the increased bond amount shall be evidenced by submitting SF -25 or SF - 25A as described in paragraph (a) of this clause. (d) The cost of the performance and/or payment bond premiums is to be included in the contract price. No additional payment will be made for bond premiums. (e) The Contractor shall promptly furnish additional security required to protect BPA and persons supplying labor or materials under this contract if -- (1) Any surety upon any bond furnished with this contract becomes unacceptable to BPA; or (2) Any surety fails to furnish reports on its financial condition as required by BPA. STANDARDS OF CONDUCT AND BUSINESS PRACTICES ORGANIZATIONAL CONFLICTS OF INTEREST (3-2) (SEP 98)(BPI 3.4.6) (a) The offeror or Contractor warrants that, to the best of its knowledge and belief, and except as otherwise disclosed, there are no relevant facts which could give rise to organizational conflicts of interest, as defined in BPI 3.4.1 or that the offeror or Contractor has disclosed all relevant information to the Contracting Officer. (b) The offeror or Contractor agrees that, if after award, an organizational conflict of interest with respect to this contract is discovered, an immediate and full disclosure in writing shall be made to the Contracting Officer which shall include a description of the action which the Contractor has taken or proposes to take to avoid or mitigate such conflicts. (c) In the event that the Contractor was aware of an organizational conflict of interest prior to the award of this contract and did not disclose the conflict to the Contracting Officer, BPA may terminate the contract for default. (d) The provisions of this clause shall be included in all subcontracts for work to be performed similar to the services provided by the prime Contractor, and the terms "contract," "Contractor," "Contracting Officer" modified appropriately. Contract 00010121 Page 6 CERTIFICATION, DISCLOSURE, AND LIMITATION REGARDING PAYMENTS TO INFLUENCE CERTAIN FEDERAL TRANSACTIONS (3-3) (SEP 98)(BPI 3.5.6) (a) As used in this clause: "Covered Federal action" means (1) The awarding of any Federal contract. (2) The extension, continuation, renewal, amendment, or modification of any Federal contract. "Indian tribe" and "tribal organization" have the meaning provided in section 4 of the Indian Self -Determination and Education Assistance Act (25 U.S.C. 450B) and includes Alaskan Natives. "Influencing or attempting to influence" means making, with the intent to influence, any communication to or appearance before an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with any covered Federal action. "Local government" means a unit of government in a State and, if chartered, established, or otherwise recognized by a State for the performance of a governmental duty, includes a local public authority, a special district, an intrastate district, a council of governments, a sponsor group representative organization, and any other instrumentality of a local government. "Person" means an individual, corporation, company, association, authority, firm, partnership, society, State, and local government, regardless of whether such entity is operated for profit or not for profit. This term excludes an Indian tribe, tribal organization, or any other Indian organization with respect to expenditures specifically permitted by other Federal law. "Reasonable compensation" means, with respect to a regularly employed officer or employee of any person, compensation that is consistent with the normal compensation for such officer or employee for work that is not furnished to, not funded by, or not furnished in cooperation with the Federal Government. "Reasonable payment" means, with respect to professional and other technical services, a payment in an amount that is consistent with the amount normally paid for such services in the private sector. "Recipient" includes all contractors and subcontractors. The term excludes an Indian tribe, tribal organization, or any other Indian organization with respect to expenditures specifically permitted by other Federal law. "Regularly employed" means, with respect to an officer or employee of a person requesting or receiving a Federal contract, an officer or employee who is employed by such person for at least 130 working days within one year immediately preceding the date of the submission that initiates agency consideration of such person for receipt of such contract. An officer or employee who is employed by such person for less than 130 working days within one year immediately preceding the date of the submission that initiates agency consideration of such person shall be considered to be regularly employed as soon as he or she is employed by such person for 130 working days. "State" means a State of the United States, the District of Columbia, the Commonwealth of Puerto Rico, a territory or possession of the United States, an agency or instrumentality of a State, and a multi -State, regional, or interstate entity having governmental duties and powers. (b) The offeror, by signing its offer, hereby certifies to the best of his or her knowledge and belief that: (1) No Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress on his or her behalf in connection with the awarding of any Federal contract or the extension, continuation, renewal, amendment, or modification of any Federal contract. (2) If any funds other than Federal appropriated funds (including profit or fee received under a covered Federal transaction) have been paid or will be paid to any person for influencing or attempting to influence an officer or Contract 00010121 Page 7 (3) employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress on his or her behalf in connection with this solicitation, the offeror shall complete and submit, with its offer, Standard Form -LLL, Disclosure of Lobbying Activities, to the Contracting Officer. He or she will include the language of this certification in all subcontract awards at any tier and that all sub - recipients of subcontract awards in excess of $100,000 shall certify and disclose accordingly. (c) Submission of this certification and disclosure is a prerequisite for making or entering into this contract imposed by section 1352, title 31, U.S. Code. Any person who makes an expenditure prohibited under this provision or who fails to file or amend the disclosure form to be filed or amended by this provision, shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. (d) A contractor who requests or receives from an agency a Federal contract shall file with that agency a disclosure form, OMB standard form LLL, Disclosure of Lobbying Activities, if such person has made or has agreed to make any payment using non appropriated funds (to include profits from any covered Federal action), which would be prohibited under this clause if paid for with appropriated funds. (e) The contractor shall file a disclosure form at the end of each calendar quarter in which there occurs any event that materially affects the accuracy of the information contained in any disclosure form previously filed by such person under paragraph (b) of this clause. An event that materially affects the accuracy of the information reported includes -- (1) A cumulative increase of $25,000 or more in the amount paid or expected to be paid for influencing or attempting to influence a covered Federal action; or (2) A change in the person(s) or individual(s) influencing or attempting to influence a covered Federal action; or (3) A change in the officer(s), employee(s), or Member(s) contacted to influence or attempt to influence a covered Federal action. (f) The contractor shall require the submittal of a certification, and if required, a disclosure form, by any person who requests or receives any subcontract exceeding $100,000 under the Federal contract. (g) All subcontractor disclosure forms (but not certifications), shall be forwarded from tier to tier until received by the prime contractor. The prime contractor shall submit all disclosure forms to the Contracting Officer at the end of the calendar quarter in which the disclosure form is submitted by the subcontractor. Each subcontractor certification shall be retained in the subcontract file of the awarding contractor. (h) Any person who makes an expenditure prohibited under this clause or who fails to file or amend the disclosure form to be filed or amended by this clause shall be subject to a civil penalty as provided by 31 U. S. Code 1352. An imposition of a civil penalty does not prevent the Government from seeking any other remedy that may be applicable. DRUG-FREE WORKPLACE (3-6) (SEP 98)(BPI 3.6.4) (a) The contractor agrees that with respect to all employees to be employed under this contract it will provide a drug-free workplace as described in this clause. (b) Definitions. As used in this clause "Controlled substance" means a controlled substance in schedules I through V of section 202 of the Controlled Substances Act (21 U.S.C. 812), as from time to time amended, and as further defined in regulation at 21 CFR 1308.11-1308.15, as amended. "Conviction" means a finding of guilt (including a plea of nolo contendere) or imposition of sentence, or both, by any judicial body charged with the responsibility to determine violations of the Federal or State criminal drug statutes. "Criminal drug statute" means a Federal or non -Federal criminal statute involving the manufacture, distribution, dispensing, possession or use of any controlled substance. Contract 00010121 Page 8 "Drug-free workplace" means the site(s) for the performance of work done by the contractor in connection with a specific contract at which employees of the contractor are prohibited from engaging in the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance. "Employee" means an employee of a contractor directly engaged in the performance of work under a Government contract. "Directly engaged" is defined to include all direct cost employees and any other contractor employees who have other than a minimal impact or involvement in contract performance. "Individual" means an offeror/contractor that has no more than one employee including the offeror/contractor. (c) The Contractor, if other than an individual, shall -- within 30 calendar days after award (unless a longer period is agreed to in writing for contracts of 30 calendar days or more performance duration); or as soon as possible for contracts of less than 30 calendar days performance duration -- (1) Publish a statement notifying its employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the contractor's workplace and specifying the actions that will be taken against employees for violations of such prohibition; (2) Establish an on-going drug-free awareness program to inform such employees about -- (A) The dangers of drug abuse in the workplace; (B) The contractor's policy of maintaining a drug-free workplace; (C) Any available drug counseling, rehabilitation, and employee assistance programs; and (D) The penalties that may be imposed upon employees for drug abuse violations occurring in the workplace. Provide all employees engaged in performance of the contract with a copy of the statement required by subparagraph (c)(1) of this clause; (4) Notify such employees in writing in the statement required by subparagraph (c)(1) of this clause that, as a condition of continued employment on this contract, the employee will -- (A) Abide by the terms of the statement; and (B) Notify the employer in writing of the employee's conviction under a criminal drug statute for a violation occurring in the workplace no later than five (5) days after such conviction. (3) (5) Notify the Contracting Officer in writing within ten (10) days after receiving notice under subdivision (c)(4)(B) of this clause, from an employee, or otherwise receiving actual notice of such conviction. The notice shall include the position title of the employee; (6) Within 30 days after receiving notice under subparagraph (c)(4)(B) of this clause of a conviction, take one of the following actions with respect to any employee who is convicted of a drug abuse violation occurring in the workplace: (7) (A) Taking appropriate personnel action against such employee, up to and including termination; and/or (B) Require such employee to satisfactorily participate in a drug abuse assistance or rehabilitation program approved for such purposes by a Federal, State, or local health, law enforcement, or other appropriate agency. Make a good faith effort to maintain a drug-free workplace through implementation of subparagraphs (c)(1) through (c)(6) of this clause. Contract 00010121 Page 9 10 Spillway/Gate Structure The existing spillway/gate structure at the downstream end of the intake facilities would not be modified under this project. Its primary use would be to return the powerhouse tailrace to the river while preventing fish from migrating into the tailrace. The existing gates and racks would remain in place to achieve these functions. It is assumed that maintenance and operation of this facility would become the responsibility of PacifiCorp. Raw Water Pipeline The existing 54 -inch RCP raw water pipeline would not be modified or upgraded as part of this project. HYDRAULICS The existing raw water intake system supplies water to the WTP via gravity flow. A control valve at the WTP is used to control the flow into the plant. The new intake facilities must also be capable of supplying water to the WTP entirely by gravity flow at rates up to 25 MGD. A hydraulic model was created to assess the ability of the new system to achieve this objective. Modeling was initially performed to determine the minimum water surface elevation in the river necessary to supply up to 25 MGD to the WTP via gravity. Two conditions were varied during the modeling in an attempt to minimize the river level necessary to achieve gravity flow for the varying WTP supply rates while avoiding hydraulic jump conditions in the existing pipeline: 1. New Raw Water Pipeline Diameters: Pipe diameters from 30 -inch up to 54 - inch were investigated for the two new pipelines. 2. Raw Water Control Valve Position: The position of the existing valve was varied from zero to 100 percent open. The initial modeling showed that the existing raw water pipeline and appurtenances develop a greater amount of headloss for each flow than any new facilities. As such, the ability to lower the minimum design water surface elevation below 1344.0 feet becomes problematic. The modeling also showed that hydraulic jumps could form in the existing pipeline once the river water surface elevation was reduced to about 1342.0. Field data were collected in April 2000 to calibrate the model using measured water surface elevations for a given flow. The field data were collected at a raw water flow of 13.0 MGD. The model results were similar to the field data using a Manning's n value of 0.013 for the pipeline friction and adjusting the K value for estimating headloss out of the gate at the downstream end of the existing intake structure. (d) In addition to other remedies available to the Government, the Contractor's failure to comply with the requirements of paragraph (c) of this clause may, pursuant to BPI 3.6.3 render the contractor subject to suspension of contract payments, termination of the contract for default, and suspension or debarment. SOCIO-ECONOMIC ISSUES SOCIO-ECONOMIC REQUIREMENTS (25-6) (SEP 98)(BPI 25.2.1) The contractor -agency agrees to comply with the following Federal Laws and Executive Orders: (a) Executive Order 11246, Equal Employment Opportunity (b) Drug Free Workplace Act of 1988, P.L. 100-690 NONDISCRIMINATION AND AFFIRMATIVE ACTION (10-1) (SEP 98)(BPI 10.2.1) (a) The Contractor shall not discriminate against its employees or applicants because of their race, color, religion, sex, national origin, age, status as Disabled or Vietnam Veterans, or physical or mental handicaps. The Contractor certifies that it does not, and will not, maintain segregated facilities or accommodations on the basis of race, color, religion or national origin. Regarding any position for which an employee or an applicant is qualified, the Contractor agrees to take affirmative action to employ, train, advance in employment, and retain individuals in accordance with applicable laws and regulations including: (1) For nondiscrimination based on race, color, religion, sex or national origin this includes, but is not limited to, the U.S. Constitution, and Parts II and IV of Executive Order 11246, September 24, 1965 (30 FR 12319). Contractor disputes related to compliance with its obligations shall be handled according to the rules, regulations, and relevant orders of the Secretary of Labor (See 41 CFR 60-1.1). (2) For nondiscrimination based on Disabled or Vietnam Veterans this includes, but is not limited to, the Vietnam Era Veterans Readjustment Assistance Act of 1972, as amended (38 U.S.C. 4012)(the Act); Executive Order 11701, January 24, 1973 (38 CFR 2675, January 29, 1973); and the regulations of the Secretary of Labor (41 CFR Part 60- 250). (3) For nondiscrimination based on the Handicapped this includes, but is not limited to, Section 503 of the Rehabilitation Act of 1973, as amended (29 U.S.C. 793)(the Act); Executive Order 11758, January 15, 1974; and the regulations of the Secretary of Labor (41 CFR Part 60-741). (4) For nondiscrimination based on Age this includes, but is not limited to, Executive Order 11141, February 12, 1964 (29 CFR 2477). (b) The Contractor shall include the terms of this clause in every subcontract or purchase order exceeding $50,000 and shall act as specified by the Department of Labor to enforce the terms and implement remedies. DAVIS-BACON ACT (10-7) (SEP 98)(BPI 10.4.4) (a) All laborers and mechanics employed or working upon the site of the work will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR Part 3)), the full amount of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at rates not less Contract 00010121 Page 10 than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the Contractor and such laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits under section 1(b)(2) of the Davis -Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of paragraph (d) of this clause; also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs which cover the particular weekly period are deemed to be constructively made or incurred during such period. Such laborers and mechanics shall be paid not less than the appropriate wage rate and fringe benefits in the wage determination for the classification of work actually performed, without regard to skill, except as provided in the clause entitled "Apprentices, Trainees, and Helpers." 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 accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classifications and wage rates conformed under paragraph (b) of this clause) and the Davis -Bacon poster (WH -1321) shall be posted at all times by the Contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers. (b) Additional wage classifications. (1) The CO shall require that any class of laborers or mechanics, including helpers, which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. The CO shall approve an additional classification, and wage rate and fringe benefits therefor, only when all the following criteria have been met: (A) Except with respect to helpers as defined in 29 CFR 5.2(n)(4), the work to be performed by the classification requested is not performed by a classification in the wage determination. (B) The classification is utilized in the area by the construction industry. (C) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. (D) With respect to helpers, such classification prevails in the area in which the work is performed. (2) If the Contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and the CO 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 CO to the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, Washington, D.C. 20210. The Administrator or an authorized representative will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the CO or will notify the CO within the 30 -day period that additional time is necessary. (3) In the event the Contractor, the laborers or mechanics to be employed hi the classification, or their representatives, and the CO do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the CO shall refer the questions, including the views of all interested parties and the recommendation of the CO, to the Administrator of the Wage and Hour Division for determination. The Administrator, or an authorized representative, will issue a determination within 30 days of receipt and so advise the CO or will notify the CO within the 30 -day period that additional time is necessary. (4) The wage rate (including fringe benefits, where appropriate) determined pursuant to subparagraphs (b)(2) or (b)(3) of this clause shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. Pending approval of the wage rate classification by the Wage and Hour Division per (b)(2) or (b)(3), the CO may unilaterally modify the contract to incorporate wage rates for interim use, as determined by the CO pursuant to (b)(1) of this clause. Whenever payment of such interim wage rate is made as prescribed by the CO pursuant to (b)(1), and the paid wage rate materially differs from the wage rate approved by the Wage and Hour Division pursuant to subparagraphs (b)(2) or (b)(3) of this clause, the CO shall make an equitable adjustment (upward or downward) in the contract price. The amount of the adjustment shall be Contract 00010121 Page 11 the difference between the sum of interim wage rate paid and the wage rate approved by the Wage and Hour Division. (c) Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the Contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof. (d) If the Contractor does not make payments to a trustee or other third person, the Contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program; provided that the Secretary of Labor has found, upon the written request of the Contractor, that the applicable standards of the Davis -Bacon Act have been met. The Secretary of Labor may require the Contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. (e) The Contractor shall comply with the requirements of the Copeland ("Anti -Kickback") Act, as amended, (18 U.S.C. 874 and 40 U.S.C. 276c) and its implementing regulations (29 CFR Part 3), which require reasonable procedures in place to prevent and detect unlawful practices to induce or intimidate employees to accept lessor compensation than they are entitled to under a contract of employment. (f) Disputes concerning labor standards. The U.S. Department of Labor has set forth in 29 CFR Parts 5, 6, and 7 procedures for resolving disputes concerning labor standards requirements. Such disputes shall be resolved in accordance with those procedures and not the Disputes clause of this contract. Disputes within the meaning of this clause include disputes between the Contractor (or any of its subcontractors) and the contracting agency, the U. S. Department of Labor, or the employees or their representatives. INSPECTION AND WARRANTY INSPECTION - SERVICES AND CONSTRUCTION (18-4) (SEP 98)(BPI 18.3.1) (a) BPA may inspect the work called for by the contract at any time and place. BPA will perform inspections in a manner that will not unduly delay the work. (b) If any of the services do not conform with contract requirements (including services performed on a cost -reimbursement or time -and -materials basis), BPA may require the Contractor to perform the services again in conformity with the contract at no cost to BPA. When the defects in services cannot be corrected by re -performance, BPA may deduct from the contract payments an amount which reflects the reduced value of the services performed. (c) Neither inspection, lack of inspection, acceptance, nor payment shall relieve the Contractor of any of its obligations under this contract. TERMINATION TERMINATION FOR THE CONVENIENCE OF BPA (20-2) (SEP 98)(BPI 20.4.1) (a) BPA may terminate all or any part of this contract, at any time, upon written notice to the Contractor. Upon receipt or the termination notice, the Contractor shall stop work on the terminated portion of the contract. (b) The contract amount shall be revised as a result of termination under this clause. On fixed-price contracts the revised amount shall not exceed the pre -termination contract price plus reasonable termination expenses. On cost - reimbursement contracts it will not exceed the total of allowable and allocable costs of performance prior to termination plus termination expenses plus an adjustment of the fee on the terminated portion of the contract. No payment will be made for anticipated profits on the terminated portion, or consequential damages, of the contract. The Contractor shall submit a settlement proposal within 30 days of the notice of termination. Contract 00010121 Page 12 (c) The Contracting Officer may direct the disposition of material produced or acquired for the work terminated, or any completed or partially completed items. UNIT 3 - WAGE DETERMINATION DAVIS-BACON ACT WAGE RATES (10-13) (SEP 98)(BPI 10.4.4) The wage determination(s) referred to in the clause at 10-7, Davis -Bacon Act, are incorporated into the contract, and are identified as follows: Decision Number: WA020001 Last Modification Number: 8 Date: 06-21-2002 Contract 00010121 Page 13 WAIS Document Retrieval GENERAL DECISION WA020001 06/21/2002 WA1 Date: June 21, 2002 General Decision Number WA020001 Superseded General Decision No. WA010001 State: Washington Construction Type: DREDGING HEAVY HIGHWAY County(ies): STATEWIDE HEAVY AND HIGHWAY AND DREDGING CONSTRUCTION PROJECTS (Excludes D.O.E. Hanford Site in Benton and Franklin Counties) Modification Number Publication Date 0 03/01/2002 1 03/08/2002 2 03/15/2002 3 03/29/2002 4 04/19/2002 5 05/03/2002 6 05/10/2002 7 06/07/2002 8 06/21/2002 COUNTY(ies): STATEWIDE CARP0001W 06/01/2002 Rates Fringes 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 CARPENTERS: GROUP 1: GROUP 2: GROUP 3: GROUP 4: GROUP 5: GROUP 6: 23.58 24.69 23.85 23.58 58.43 27.72 6.25 6.25 6.25 6.25 6.25 6.25 SPOKANE AREA: ASOTIN, GARFIELD, LINCOLN, PEND OREILLE, SPOKANE, STEVENS AND WHITMAN COUNTIES CARPENTERS: GROUP 1: GROUP 2: GROUP 3: GROUP 4: GROUP 5: GROUP 6: CARPENTERS CLASSIFICATIONS 22.91 24.01 23.17 22.91 56.77 27.00 6.25 6.25 6.25 6.25 6.25 6.25 Page 1 of 33 http://frwebgate. access. gpo. gov/cgi-bin/getdoc. cgi?dbname=Davis-Bacon&docid=WA0200016/28/2002 WAIS Document Retrieval GROUP 1: Carpenter; Burner -Welder; Rigger and Signaler; Insulators (all types), Acoustical, Drywall and Metal Studs, Metal Panels and Partitions; Floor Layer, Sander, Finisher and Astro Turf; Layout Carpenters; Form Builder; Rough Framer; Outside or Inside Finisher, including doors, windows, and jams; Sawfiler; Shingler (wood, composition) Solar, Fiberglass, Aluminum or Metal; Scaffold Erecting and Dismantling; Stationary Saw -Off Bearer; Wire, Wood and Metal Lather Applicator GROUP 2: Millwright, machine erector GROUP 3: Piledriver - includes driving, pulling, cutting, placing collars, setting, welding, or creosote treated material, on all piling GROUP 4: Bridge, dock and wharf carpenters GROUP 5: Divers GROUP 6: Divers Tender DEPTH PAYY FOR DIVERS: Each foot over 50-100 feet Each foot over 100-175 feet Each foot over 175-250 feet HAZMAT PROJECTS $1.00 2.25 5.50 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. CARP0003O 12/01/2001 Rates Fringes 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: CARPENTERS; ACOUSTICAL 26.83 8.29 DRYWALL 26.83 8.29 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 Page 2 of 33 http ://frwebgate. acce ss. gpo. gov/cgi-bin/getdo c. cgi?dbname=Davi s-Bacon&docid= WA0200016/2 8/2002 WAIS Document Retrieval materils MILLWRIGHTS PILEDRIVERS DIVERS DIVERS TENDERS DEPTH PAY 50 TO 100 FEET 100 TO 150 FEET 150 TO 200 FEET Zone Differential Zone 2 - $0.85 Zone 3 - 1.25 Zone 4 - 1.70 Zone 5 - 2.00 Zone 6 - 3.00 26.98 27.33 27.33 63.75 29.33 $1.00 PER FOOT OVER 50 FEET 1.50 PER FOOT OVER 100 FEET 2.00 PER FOOT OVER 150 FEET (Add up Zone 1 rates): 8.29 8.29 8.29 8.29 8.29 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 ZONE ZONE ZONE ZONE ZONE 1: Projects located within 30 miles of the respective city hall of the above mentioned cities 2: Projects located more than 30 miles and less than 40 miles of the respective city of the above mentioned cities 3: Projects located more than 40 miles and less than 50 miles of the respective city of the above mentioned cities 4: Projects located more than 50 miles and less than 60 miles of the respective city of the above mentioned cities. 5: Projects located more than 60 miles and less than 70 miles of the respective city of the above mentioned cities 6: Projects located more than 70 miles of the respected city of the above mentioned cities CARP0770D 06/01/2002 Rates Fringes WESTERN WASHINGTON: CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS (excludes piledrivers only), MASON, PACIFIC (North of a straight line made by extending the north boundary line of Wahkiakum County west to the Pacific Ocean), PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM COUNTIES CARPENTERS AND DRYWALL APPLICATORS CARPENTERS ON CREOSOTE MATERIAL INSULATION APPLICATORS SAWFILERS, STATIONARY POWER SAW OPERATORS, FLOOR FINISHER, FLOOR LAYER, SHINGLER, FLOOR SANDER OPERATOR AND OPERATORS OF OTHER STATIONARY WOOD WORKING TOOLS MILLWRIGHT AND MACHINE ERECTORS ACOUSTICAL WOKRERS PILEDRIVER, DRIVING, PULLING, CUTTING, PLACING COLLARS, SETTING, WELDING OR CRESOTE 27.95 28.05 25.50 28.08 28.95 28.11 8.05 8.05 8.05 8.05 8.05 8.05 Page 3 of 33 http://frwebgate. access. gpo. gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=WA0200016/28/2002 WAIS Document Retrieval , Page 4 of 33 TREATED MATERIAL, ALL PILING PILEDRIVER, BRIDGE, DOCK & WHARF CARPENTERS DIVERS DIVERS TENDER 28.15 8.05 27.95 68.97 30.68 8.05 8.05 8.05 (HOURLY ZONE PAY APPLICABLE TO ALL CLASSIFICATIONS EXCEPT MILLWRIGHT AND PILEDRIVER) 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 0 -25 25-35 35-45 45-55 Over Olympia Bremerton Shelton Tacoma Everett Mount Vernon Pt. Townsend Zone Pay radius miles radius miles radius miles radius miles 55 radius miles Free $1.00/hour $1.15/hour $1.35/hour $1.55/hour Bellingham Anacortes Yakima Wenatchee Port Angeles Sunnyside (HOURLY ZONE PAY - 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 25-45 radius miles Over 45 radius miles Free $ .70/hour $1.50/hour CENTRAL WASHINGTON: CHELAN, DOUGLAS (WEST OF THE 120TH MERIDIAN), KITTITAS, OKANOGAN (WEST OF THE 120TH MERIDIAN) AND YAKIMA COUNTIES CARPENTERS AND DRYWALL APPLICATORS CARPENTERS ON CREOSOTED MATERIAL INSULATION APPLICATORS SAWFILERS, STATIONARY POWER S37 OPERATORS, FLOOR FINISHER, FLOOR LAYER, SHINGLERS, FLOOR SANDER OPERATORS MILLWRIGHT AND MACHINE ERECTORS PILEDRIVER, DRIVING, PULLING, CUTTING, PLACING COLLARS, SETTING, WELDING OR CRESOTE TREATED MATERIAL, ALL PILING PILEDRIVER, BRIDGE DOCK AND WHARF CARPENTERS DIVERS DIVERS TENDER 20.72 20.82 20.72 7.82 7.82 7.82 20.85 7.82 28.95 7.82 28.15 7.82 27.95 68.97 30.68 7.82 8.05 8.05 (HOURLY ZONE PAY APPLICABLE TO ALL CLASSIFICATIONS EXCEPT MILLWRIGHT AND PILEDRIVER) Hourly Zone Pay shall be paid on jobs located outside http : //frwebgate. access. gpo. gov/cgi-bin/getdo c. cgi?dbname=Davi s-Bacon&do cid= WA0200016/28/2002 WAIS Document Retrieval of the free zone following listed computed from the cities: Seattle Auburn Renton Aberdeen-Hoquiam Ellensburg Centralia Chelan Olympia Bremerton Shelton Tacoma Everett Mount Vernon Pt. Townsend Zone Pay 0 -25 radius miles Free 25-35 radius miles $1.00/hour 35-45 radius miles $1.15/hour 45-55 radius miles $1.35/hour Over 55 radius miles $1.55/hour city center of Bellingham Anacortes Yakima Wenatchee Port Angeles Sunnyside the (HOURLY ZONE PAY - 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 25-45 radius miles Over 45 radius miles Free $ .70/hour $1.50/hour ELEC0046A 06/03/2002 Rates CALLAM, JEFFERSON, KING AND KITSAP COUNTIES ELECTRICIANS 33.50 CABLE SPLICERS 36.85 Fringes 3%+9.57 3%+9.57 ELEC0048C 01/01/2002 Rates CLARK, KLICKITAT AND SKAMANIA COUNTIES ELECTRICIANS 30.20 CABLE SPLICERS 30.45 Fringes 3%+11.00 3%+11.00 ELEC0073A 01/01/2002 Rates Fringes ADAMS, FERRY, LINCOLN, PEND OREILLE, SPOKANE, STEVENS, WHITMAN COUNTIES ELECTRICIANS 23.82 CABLE SPLICERS 24.22 3%+9.58 3%+9.58 ELEC0076B 07/01/2001 Rates Fringes GRAYS HARBOR, LEWIS, MASON, PACIFIC, PIERCE, AND THURSTON COUNTIES ELECTRICIANS 28.29 CABLE SPLICERS 31.12 3%+10.32 3%+10.32 ELE00077C 02/01/2002 Page 5 of 33 http : //frwebgate. access. gpo. gov/cgi-bin/getdoc. cgi?dbname=Davi s-Bacon&docid= WA0200016/2 8/2002 WAIS Document Retrieval LINE CONSTRUCTION: CABLE SPLICERS LINEMEN, POLE SPRAYERS, HEAVY LINE EQUIPMENT MAN LINE EQUIPMENT MEN POWDERMEN, JACKHAMMERMEN GROUNDMEN TREE TRIMMER Rates Fringes 35.44 3.875%+7.20 31.96 27.91 24.72 23.27 22.46 3.875%+7.20 3.875%+5.45 3.875%+5.45 3.875%+5.45 3.875%+5.45 ELEC0112E 01/01/2002 Rates Fringes ASOTIN, BENTON, COLUMBIA, FRANKLIN, GARFIELD, KITTITAS, WALLA WALLA, YAKIMA COUNTIES ELECTRICIANS 27.75 3%+8.63 CABLE SPLICERS 29.14 3%+8.63 ELEC0191C 08/31/2001 Rates Fringes ISLAND, SAN JUAN, SNOHOMISH, SKAGIT AND WHATCOM COUNTIES ELECTRICIANS 29.66 3%+8.33 CABLE SPLICERS 33.23 3%+8.33 ELEC0191D 08/31/2001 Rates CHELAN, DOUGLAS, GRANT AND OKANOGAN COUNTIES Fringes ELECTRICIANS 26.66 3%+8.03 CABLE SPLICERS 29.33 3%+8.03 ELEC0970A 06/01/2002 COWLITZ AND WAHKIAKUM COUNTIES ELECTRICIANS 28.55 3%+8.75 CABLE SPLICERS 31.41 3%+8.75 Rates Fringes ENGI0302E 06/01/2002 Rates Fringes 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 JUAN, SKAGIT, SNOHOMISH, WHATCOM AND YAKIMA (WEST OF THE 120TH MERIDIAN) COUNTIES PROJECTS CATEGORY A PROJECTS (excludes Category B projects, as show below) POWER EQUIPMENT OPERATORS: Zone 1 (0-25 radius miles): GROUP lAAA 31.14 8.40 GROUP IAA 30.64 8.40 GROUP 1A 30.14 8.40 GROUP 1 29.64 8.40 GROUP 2 29.20 8.40 GROUP 3 28.84 8.40 , Page 6of33 http://frwebgate.access. gpo. gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=WA0200016/28/2002 WAIS Document Retrieval Page 7 of 33 GROUP 4 26.74 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: Bellingham, Mount Vernon, Kent, Port Angeles, Port Townsend, Aberdeen, Shelton, Bremerton, Wenatchee, Yakima, Seattle, Everett POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 'AAA - Cranes -over 300 tons or 300 ft. of boom (including job with attachments) GROUP IAA - Cranes - 200 tons to 300 tons or 250 ft. of boom (including jib and attachments); Tower crane over 175 ft. in height, base to boom GROUP lA - Cranes - 100 tons thru 199 tons or 150' 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; Loader -overhead, 8 yards and over; Shovel, 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; Shovel, excavator, 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); Barch Plant opeator- concrete; Bump cutter; Cranes -20 tons thru 44 tons with attachments; Cranes -overheads, bridge type -20 tons through 44 tons; Chipper; Concrete pump -truck mount with boom attachment; Crusher; Deck Engineer/Deck Winches (power); Drilling machine; Excavator, shovel backhoe -3 yards and under; Finishing machine Bidwell, Gamaco and similar equipment; Guardrail punch; Horizontal/directional drill operator; Loaders, overhead under 6 yds.; Loaders -plant feed; Locomotives -all; Mechanics -all; Mixers -asphalt plant; Motor patrol graders -finishing; Pildriver (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, backhoes-over 75 hp; Transfer material service machine -shuttle buggy, blow 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; Cranes -A -frame over 10 tons; Drill oilers -auger type, truck or crane mount; Dozers D9 and under; Forklifts -3000 lbs and over with attachments; horizontal/directional drill locator; Outside hoists -(elevators and manlifts), air tuggers, strao tower bucket elevators; Hydralifts/boom truck -over 10 tons; Loader -elevating type belt; Motor Patrol Grader -non -finishing; Plant Oiler - asphalt, crusher; Pumps -concrete; Roller, plant mix or multi -lift materials; Saws -concrete; Scrapers -concrete and carryall; Service http://frwebgate.access. gpo. gov/cgi-bin/getdoc. cgi?dbname=Davis-Bacon&docid=WA0200016/28/2002 WAIS Document Retrieval engineers -equipment; Trenching machines; Truck crane oiler/ driver -under 100 tons Tractors, backhoes-under 75 hp GROUP 4 - Assistant Engineer; Bobcat; Brooms; Compressor; Concrete Finish Machine -laser screed; Cranes -A -frame -10 tons and under; Elevator and manlift-permanent and shaft type; Forklifts -under 3000 lbs. with attachments; Gradechecker, stakehop; Hydralifts, boom trucks -10 tons and under; Oil distributors, blower distribution and mulch seeding operator; Pavement breaker; Post Hole Digger -mechanical; Power Plant; Pumps -water; Rigger and Bellman; Roller -other than plant mix; Wheel Tractors, farmall type; Shot crete/gunite equipment operator CATEGORY B PROJECTS - 95% of the basic hourly rate for each group plus full fringe benefits applicable to Category A projects shall apply to the following projects. Reduced rates may be paid on the following: 1. Projects involving work on structures such as buildings and structures whose total value is less than $1.5 million excluding mechanical, electrical, and utility portions of the contract. 2. Projects of less than $1 million where no building is involved. Surfacing and paving included, but utilities excluded. 3. Marine projects (docks, wharfs, etc.) less than $150,000. WORK PERFORMED ON HYDRAULIC DREDGES: Total Project Cost $300,000 and over GROUP 1 28.38 GROUP 2 28.48 GROUP 3 28.82 GROUP 4 GROUP 5 GROUP 6 28.87 30.26 28.38 8.40 8.40 8.40 8.40 8.40 8.40 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 Total Project cost under $300,000 GROUP 1 GROUP 2 GROUP 3 GROUP 4 GROUP 5 GROUP 6 26.96 27.06 27.38 27.43 28.75 26.96 8.40 8.40 8.40 8.40 8.40 8.40 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 (CATEGORY A) APPLIES TO CLAM SHELL DREDGE, HOE AND DIPPER, SHOVELS AND SHOVEL ATTACHMENTS, CRANES AND BULLDOZERS. ,Page 8 of 33 http://frwebgate.access. gpo.gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=WA0200016/28/2002 WAIS Document Retrieval HANDLING OF HAZAARDOUS WASTE MATERIALS: Personnel in all craft classifications subject to working inside a federally designated hazardous perimeter shall be eligible for compensation in accordance with the following group schedule relative to the level of hazardous waste as outlined in the specific hazardous waste project site safety plan. H-1 Base wage rate when on a hazardous waste site when not outfitted with protective clothing H-2 Class "C" Suit - Base wage rate plus $.25 per hour. H-3 Class "B" Suit - Base wage rate plus $.50 per hour. H-4 Class "A" Suit - Base wage rate plus $.75 per hour. ENGI0370C 06/01/2002 Rates Fringes 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: POWER EQUIPMENT OPERATORS: GROUP lA GROUP 1 GROUP 2 GROUP 3 GROUP 4 GROUP 5 GROUP 6 GROUP 7 GROUP 8 20.94 21.49 21.81 22.42 22.58 22.74 23.02 23.29 24.39 ZONE DIFFERENTIAL (Add to Zone 1 rate): Zone 2 - $2.00 6.02 6.02 6.02 6.02 6.02 6.02 6.02 6.02 6.02 Zone 1: Within 45 mile radius of Spokane, Moses Lake, Pasco, Washington; Lewiston, Idaho Zone 2: Outside 45 mile radius of Spokane, Moses Lake, Pasco, Washington; Lewiston, Idaho POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1A: Boat Operator; Crush Feeder; Oiler; Steam Cleaner GROUP 1: Bit Grinders; Bolt Threading Machine; Compressors (under 2000 CFM, gas, diesel, or electric power); Deck Hand; Drillers Helper (Assist driller in making drill rod connections, service drill engine and air compressor, repair drill rig and drill tools, drive drill support truck to and on the job site, remove drill cuttings from around bore hole and inspect drill rig while in operation); Fireman & Heater Tender; Grade Checker; Hydro -seeder, Mulcher, Nozzleman; Oiler Driver, & Cable Tender, Mucking Machine; Pumpman; Rollers, all types on subgrade, including seal and chip coatings (farm type, Case, John Deere & similar, or Compacting Vibrator), except when pulled by Dozer with operable blade; Welding Machine GROUP 2: A -frame Truck (single drum); Assistant Refrigeration Plant (under 1000 ton); Assistant Plant Operator, Fireman or Pugmixer (asphalt); Bagley or Stationary Scraper; Belt Finishing Machine; Blower Operator (cement); Cement Hog; Compressor (2000 �Page9of33 http://frwebgate.access. gpo. gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=WA0200016/28/2002 WAIS Document Retrieval Page 10 of 33 CFM or over, 2 or more, gas diesel or electric power); Concrete Saw (multiple cut); Distributor Leverman; Ditch Witch or similar; Elevator Hoisting Materials; Dope Pots (power agitated); Fork Lift or Lumber Stacker, hydra -lift & similar; Gin Trucks (pipeline); Hoist, single drum; Loaders (bucket elevators and conveyors); Longitudinal Float; Mixer (portable -concrete); Pavement Breaker, Hydra -Hammer & similar; Power Broom; Railroad Ballast Regulation Operator (self-propelled); Railroad Power Tamper Operator (self-propelled); Railroad Tamper Jack Operator (self-propelled; Spray Curing Machine (concrete); Spreader Box (self-propelled); Straddle Buggy (Ross & similar on construction job only); Tractor (Farm type R/T with attachment, except Backhoe); Tugger Operator GROUP 3: A -frame Truck (2 or more drums); Assistant Refrigeration Plant & Chiller Operator (over 1000 ton); Backfillers (Cleveland & similar); Batch Plant & Wet Mix Operator, single unit (concrete); Belt -Crete Conveyors with power pack or similar; Belt Loader (Kocal or similar); Bending Machine; Bob Cat; Boring Machine (earth); Boring Machine (rock under 8" bit) (Quarry Master, Joy or similar); Bump Cutter (Wayne, Saginau or similar); Canal Lining Machine (concrete); Chipper (without crane); Cleaning & Doping Machine (pipeline); Deck Engineer; Elevating Belt -type Loader (Euclid, Barber Green & similar); Elevating Grader -type Loader (Dumor, Adams or similar); Generator Plant Engineers (diesel or electric); Gunnite Combination Mixer & Compressor; Locomotive Engineer; Mixermobile; Mucking Machine; Posthole Auger or Punch; Pump (grout or jet); Soil Stabilizer (P & H or similar); Spreader Machine; Tractor (to D-6 or equivalent) and Traxcavator; Traverse Finish Machine; Turnhead Operator GROUP 4: Concrete Pumps (squeeze-crete, flow-crete, pump- crete, Whitman & similar); Curb Extruder (asphalt or concrete); Drills (churn, core, calyx or diamond)(operate drilling machine, drive or transport drill rig to and on job site and weld well casing); Equipment Serviceman; Greaser & Oiler; Hoist (2 or more drums or Tower Hoist); Loaders (overhead & front-end, under 4 yds. R/T); Refrigeration Plant Engineer (under 1000 ton); Rubber -tired Skidders (R/T with or without attachments); Surface Heater & Plant Machine; Trenching Machines (under 7 ft. depth capacity); Turnhead (with re -screening); Vacuum Drill (reverse circulation drill under 8" bit) GROUP 5: Backhoe (under 45,000 gw); Backhoe & Hoe Ram (under 3/4 yd.); Carrydeck & Boom Truck (under 25 tons); Cranes (25 tons & under), all attachments including clamshell, dragline; Derricks & Stifflegs (under 65 tons); Drilling Equipment(8" bit & over) (Robbins, reverse circulation & similar)(operates drilling machine, drive or transport drill rig to and on job site and weld well casing); Hoe Ram; Piledriving Engineers; Paving (dual drum); Railroad Track Liner Operaotr (self-propelled); Refrigeration Plant Engineer (1000 tons & over); Signalman (Whirleys, Highline Hammerheads or similar) GROUP 6: Asphalt Plant Operator; Automatic Subgrader (Ditches & Trimmers)(Autograde, ABC, R.A. Hansen & similar on grade wire); Backhoe (45,000 gw and over to 110,000 gw); Backhoes & Hoe Ram (3/4 yd. to 3 yd.); Batch Plant (over 4 units); Batch & Wet Mix Operator (multiple units, 2 & incl. 4); Blade Operator (motor patrol & attachments, Athey & Huber); Boom Cats (side); Cable Controller (dispatcher); Clamshell Operator (under 3 yds.); Compactor (self-propelled with blade); Concrete Pump http://frwebgate.access. gpo.gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=WA0200016/28/2002 WAIS Document Retrieval Boom Truck; Concrete Slip Form Paver; Cranes (over 25 tons, to and including 45 tons), all attachments including clamshell, dragline; Crusher, Grizzle & Screening Plant Operator; Dozer, 834 R/T & similar; Draglines (under 3 yds.); Drill Doctor; H.D. Mechanic; H.D. Welder; Loader Operator (front-end & overhead, 4 yds. incl. 8 yds.); Multiple Dozer Units with single blade; Paving Machine (asphalt and concrete); Quad -Track or similar equipment; Rollerman (finishing asphalt pavement); Roto Mill (pavement grinder); Scrapers, all, rubber -tired; Screed Operator; Shovel(under 3 yds.); Tractors (D-6 & equilvalent & over); Trenching Machines (7 ft. depth & over); Tug Boat Operator Vactor guzzler, super sucker GROUP 7: Backhoe (over 110,000 gw); Backhoes & Hoe Ram (3 yds & over); Blade (finish & bluetop) Automatic, CMI, ABC, Finish Athey & Huber & similar when used as automatic; Cableway Operators; Concrete Cleaning/Decontamination machine operator; Cranes (over 45 tons to but not including 85 tons), all attachments including clamshell and dragine; Derricks & Stiffleys (65 tons & over); Elevating Belt (Holland type); Heavy equipment robotics operator; Loader (360 degrees revolving Koehring Scooper or similar); Loaders (overhead & front-end, over 8 yds. to 10 yds.); Rubber -tired Scrapers (multiple engine with three or more scrapers); Shovels (3 yds. & over); Whirleys & Hammerheads, ALL GROUP 8: Cranes (85 tons and over, and all climbing, overhead,rail and tower), all attachments including clamshell, dragline; Loaders (overhead and front-end, 10 yards and over); Helicopter Pilot BOOM PAY: (All Cranes, Including Tower) 180' to 250' $ .30 over scale Over 250' $ .60 over scale NOTE: In computing the length of the boom on Tower Cranes, they shall be measured from the base of the Tower to the point of the boom. HAZMAT: Anyone working on HAZMAT jobs, working with supplied air shall receive $1.00 an hour above classification. ENGI0370G 06/01/2001 Rates Fringes 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 GROUP 1: GROUP 2: GROUP 3: GROUP 4: GROUP 5: 24.73 25.10 25.13 25.52 24.73 5.77 5.77 5.77 5.77 5.77 GROUP 1: Assistant Mate (Deckhand) and Oiler GROUP 2: Assistant Engineer (Electric, Diesel, Steam, or Booster Pump); Mates and Boatmen GROUP 3: Engineer Welder GROUP 4: Leverman, Hydraulic Page 11 of 33 http://frwebgate. access. gpo. gov/cgi-bin/getdoc. cgi?dbname=Davis-Bacon&docid=WA0200016/28/2002 WAIS Document Retrieval Page 12 of 33 GROUP 5: Maintenance HEAVY WAGE RATES APPLIES TO CLAM SHELL DREDGE, HOE AND DIPPER, SHOVELS AND SHOVEL ATTACHMENTS, CRANES AND BULLDOZERS. ENGI0612A 06/01/2002 Rates Fringes 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) POWER EQUIPMENT OPERATORS: ZONE 1 (0-25 radius miles): GROUP lAAA 31.14 8.40 GROUP IAA 30.64 8.40 GROUP 1A 30.14 8.40 GROUP 1 29.64 8.40 GROUP 2 29.20 8.40 GROUP 3 28.94 8.40 GROUP 4 26.74 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 POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP lAAA - Cranes -300 tons, or 300 ft of boom (including jib with attachments) GROUP IAA - Cranes 200 tons to 300 tons, or 250 ft of boom (including jib with attachments); Tower crane over 175 ft in height, base to boom GROUP lA - Crane 100 tons thru 199 tons, or 150 of boom (including jib with attachments); Crane -overhead, bridge type, 100 tons and over; Shovel, excavator, backhoes-6 yds and over with attachments GROUP 1 - Cableways; Cranes -45 tons thru 99 tons, under 150 ft of boom (including jib with attachments); Crane -overhead, bridge type - 45 tons thru 99 tons; 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 yds and over; Slipform pavers; Transporters -all track or truck type GROUP 2 - Barrier machine (zipper); Batch Plant Operator - concrete; Bump cutter; Cranes -20 tons through 44 tons with attachments; Crane -overhead, bridge type -20 tons thru 44 tons; Chipper, Concrete Pump -truck mounted with boom attachment; Crushers; Deck Engineer/Deck Winches (power); Drilling machine; Excavator, shovel, backhoe-3yards and under; Finishing machine, http://frwebgate.access. gpo. gov/cgi-bin/getdoc. cgi?dbname=Davis-Bacon&docid=WA0200016/28/2002 WAIS Document Retrieval Page 13 of 33 Bidwell, Gamaco and similar equipment; Guardrail punch; Horizontal/directional drill operator; Loaders, overhead under 6 yds.; Loaders, plant feed; Locomotive -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 yds.; Subgrader 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; Cranes -A -frame over 10 tons; Drill Oilers -Auger type, truck or crane mount; Dozers -D-9 and under; Forklifts -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; Pumps, Concrete; Roller, plant mix or multi -lift materials; Saws -concrete; Scrapers -Concrete and Carry all; Trenching machines; Truck Crane Oiler/Driver-under 100 tons; Tractor, backhoe -under 75 hp GROUP 4 - Assistant Engineer; Bobcat; Brooms; Compressor; Concrete Finish Machine -laser screed; Crane -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; Roller -other than Plant Mix; Wheel Tractors, Farmall type; Shotcrete/Gunite Equipment Operator CATEGORY B PROJECTS - 95% of the basic hourly rate for each group plus full fringe benefits applicable to Category A projects shall apply to the following projects: Reduced rates may be paid on the following: 1. Projects involving work on structures such as buildings and structures whose total value is less than $1.5 million excluding mechanical, electrical, and utility portions of the contract. 2. Projects of less than $1 million where no building is involved. Surfacing and paving included, but utilities excluded. 3. Marine projects (docts, wharfs, etc.) less than $150,000 WORK PERFORMED ON HYDRAULIC DREDGES: Total Project cost $300,000 and over GROUP 1 28.38 GROUP 2 28.48 GROUP 3 28.82 GROUP 4 28.87 GROUP 5 GROUP 6 30.26 28.38 8.40 8.40 8.40 8.40 8.40 8.40 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 http://frwebgate.access.gpo.gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=WA0200016/28/2002 WAIS Document Retrieval Page 14 of 33 Total Project Cost under $300,000 GROUP 1 GROUP 2 GROUP 3 GROUP 4 GROUP 5 GROUP 6 26.96 27.06 27.38 27.43 28.75 26.96 8.40 8.40 8.40 8.40 8.40 8.40 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 ENGI0701D 01/01/2002 Rates Fringes CLARK, COWLITZ, KLICKKITAT, PACIFIC (SOUTH), SKAMANIA, AND WAHKIAKUM COUNTIES POWER EQUIPMENT OPERATORS (See Footnote A) ZONE 1: GROUP 1 28.55 GROUP 1A 29.98 GROUP 1B 31.41 GROUP 2 27.34 GROUP 3 26.60 GROUP 4 26.09 GROUP 5 25.50 GROUP 6 23.20 Zone Differential (add to Zone 1 rates): Zone 2 - $1.50 Zone 3 - 3.00 8.95 8.95 8.95 8.95 8.95 8.95 8.95 8.95 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. http://frwebgate. access. gpo. gov/cgi-bin/getdoc. cgi?dbname=Davis-Bacon&docid=WA0200016/28/2002 WAIS Document Retrieval Page 15 of 33 All jobs or projects located in the area outside the identified boundary above, but less than 50 miles from the Portland City Hall shall receive Zone II pay for all classifications. All jobs or projects located more than 50 miles from the Portland City Hall, but outside the identified border above, shall receive Zone III pay for all classifications. For the following cities: ALBANY; BEND; COOS BAY; EUGENE; GRANTS PASS; KLAMATH FALLS; MEDFORD; ROSEBURG All jobs or projects located within 30 miles of the respective city hall of the above mentioned cities shall receive Zone I pay for all classifications. All jobs or projects located more than 30 miles and less than 50 miles from the respective city hall of the above mentioned cities shall receive Zone II pay for all classifications. All jobs or projects located more than 50 miles from the respective city hall of the above mentioned cities shall receive Zone III pay for all classifications. POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1: CONCRETE: Batch Plant and/or Wet Mix Operator, three units or more; CRANE: Helicopter Operator, when used in erecting work; Whirley Operator, 90 ton and over; LATTICE BOOM CRANE: Operator 200 tons through 299 tons, and/or over 200 feet boom; HYDRAULIC CRANE: Hydraulic Crane Operator 90 tons through 199 tons with luffing or tower attachments; FLOATING EQUIPMENT: Floating Crane, 150 ton but less than 250 ton GROUP 1A: HYDRAULIC CRANE: Hydraulic Operator, 200 tons and over (with luffing or tower attachment); LATTICE BOOM CRANE: Operator, 200 tons through 299 tons, with over 200 feet boom; FLOATING EQUIPMENT: Floating Crane 250 ton and over GROUP 1B: LATTICE BOOM CRANE: Operator, 300 tons through 399 tons with over 200 feet boom; Operator 400 tons and over; FLOATING EQUIPMENT: Floating Crane 350 ton and over GROUP 2: ASPHALT: Asphalt Plant Operator (any type); Roto Mill, pavement profiler, operator, 6 foot lateral cut and over; BLADE: Auto Grader or "Trimmer" (Grade Checker required); Blade Operator, Robotic; BULLDOZERS: Bulldozer operator over 120,000 lbs and above; Bulldozer operator, twin engine; Bulldozer Operator,tandem, quadnine, D10, D11, and similar type; Bulldozere Robotic Equipment (any type; CONCRETE: Batch Plant and/or Wet Mix Operator, one and two drum; Automatic Concrete Slip Form Paver Operator; Concrete Canal Line Operator; Concrete Profiler, Diamond Head; CRANE: Cableway Operator, 25 tons and over; HYDRAULIC CRANE: Hydraulic crane operator 90 tons through 199 tons (with luffing or tower attachment); TOWER/WHIRLEY OPERATOR: Tower Crane Operator; Whirley Operator, under 90 tons; LATTICE BOOM CRANE: 90 through 199 tons and/or 150 to 200 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, http: //frwebgate. access. gpo. gov/cgi-bin/getdoc. cgi?dbname=Davi s-Bacon&docid=WA020001 6/28/2002 WAIS Document Retrieval Page 16 of 33 Clamshell, operator 5 cu. yds and over; TRENCHING MACHINE: Wheel Excavator, under 750 cu. yds. per hour (Grade Oiler required); Canal Trimmer (Grade Oiler required); Wheel Excavator, over 750 cu. yds. per hour; Band Wagon (in conjunction with wheel excavator); UNDERWATER EQUIPMENT: Underwater Equipment Operator, remote or otherwise; HYDRAULIC HOES -EXCAVATOR: Excavator over 130,000 lbs. GROUP 3: BULLDOZERS: Bulldozer operator, over 70,000 lbs. up to and including 120,000 lbs.; HYDRAULIC CRANE: Hydraulic crane operator, 50 tons through 89 tons (with luffing or tower attachment); LATTICE BOOM CRANES: Lattice Boom Crane -50 through 89 tons (and less than 150 feet boom); FORKLIFT: Rock Hound Operator; HYDRAULIC HOES -EXCAVATOR: excavator over 80,000 lbs. through 130,000 lbs.; LOADERS: Loader operator 60,000 and less than 120,000; RUBBER -TIRED SCRAPERS: Scraper Operator, with tandem scrapers; Self -loading, paddle wheel, auger type, finish and/or 2 or more units; SHOVEL, DRAGLINE, CLAMSHELL,SKOOPER OPERATOR: Shovel, Dragline, Clamshell operators 3 cu. yds. but less than 5 cu yds. GROUP 4: ASPHALT: Screed Operator; Asphalt Paver operator (screeman required); BLADE: Blade operator; Blade operator, finish; Blade operator, externally controlled by electronic, mechanical hydraulic means; Blade operator, multi -engine; BULLDOZERS: Bulldozer Operator over 20,000 lbs and more than 100 horse up to 70,000 lbs; Drill Cat Operator; Side -boom Operator; Cable -Plow Operator (any 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 hoist five (5) ton capacity or less; 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; DRILLING: 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 http://frwebgate.access. gpo.gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=WA0200016/28/2002 WAIS Document Retrieval Page 17 of 33 20,000 lbs through 80,000 lbs.; LOADERS: Belt Loaders, Kolman and Ko Cal types; Loaders Operator, front end and overhead, 25,000 lbs and less than 60,000 lbs; Elevating Grader Operator by Tractor operator, Sierra, Euclid or similar types; PILEDRIVERS: Hammer Operator; Piledriver Operator (not crane type); PIPELINE, SEWER WATER: Pipe Cleaning Machine Operator; Pipe Doping Machine Operator; Pipe Bending Machine Operator; Pipe Wrapping Machine Operator; Boring Machine Operator; Back Filling Machine Operator; REMOTE CONTROL: Concrete Cleaning Decontamination Machine Operator; Ultra High Pressure Water Jet Cutting Tool System Operator/Mechanic; Vacuum Blasting Machine Operator/mechanic; REPAIRMEN, HEAVY DUTY: Diesel Electric Engineer (Plant or Floating; Bolt Threading Machine operator; Drill Doctor (Bit Grinder); H.D. Mechanic; Machine Tool Operator; RUBBER -TIRED SCRAPERS: Rubber -tired Scraper Operator,single engine, single scraper; Self -loading, paddle wheel, auger type under 15 cu. yds.; Rubber -tired Scraper Operator, twin engine; Rubber -tired Scraper Operator, with push-pull attachments; Self Loading, paddle wheel, auger type 15 cu. yds. and over, single engine; Water pulls, water wagons; SHOVEL, DRAGLINE, CLAMSHELL, SKOOPER OPERATOR: Diesel Electric Engineer; Stationay Drag Scraper Operator; Shovel, Dragline, Clamshell, Operator under 3 cy yds.; Grade -all Operator; SURFACE (BASE) MATERIAL: Blade mounted spreaders, Ulrich and similar types; TRACTOR-RUBBERED TIRED: Tractor operator, rubber -tired, over 50 hp flywheel; Tractor operator, with boom attachment; Rubber -tired dozers and pushers (Michigan, Cat, Hough type); Skip Loader, Drag Box; TRENCHING MACHINE: Trenching Machine operator, digging capacity over 3 ft depth; Back filling machine operator; TUNNEL: Mucking machine operator GROUP 5: ASPHALT: Extrusion Machine Operator; Roller Operator (any asphalt mix); Asphalt Burner and Reconditioner Operator (any type); Roto -Mill, pavement profiler, ground man; BULLDOZERS: Bulldozer operator, 20,000 lbs. or less or 100 horse or less; COMPRESSORS: Compressor Operator (any power), over 1,250 cu. ft. total capacity; COMPACTORS: Compactor Operator, including vibratory; Wagner Pactor Operator or similar type (without blade); CONCRETE: Combination mixer and Compressor Operator, gunite work; Concrete Batch Plant Quality Control Operator; Beltcrete Operator; Pumperete Operator (any type); Pavement Grinder and/or Grooving Machine Operator (riding type); Cement Pump Operator, Fuller -Kenyon and similar; Concrete Pump Operator; Grouting Machine Operator; Concrete mixer operator, single drum, under (5) bag capacity; Cast in place pipe laying machine; maginnis Internal Full slab vibrator operator; Concrete finishing mahine operator, Clary, Johnson, Bidwell, Burgess Bridge deck or similar type; Curb Machine Operator, mechanical Berm, Curb and/or Curb and Gutter; Concrete Joint Machine Operator; Concrete Planer Operator; Tower Mobile Operator; Power Jumbo Operator setting slip forms in tunnels; Slip Form Pumps, power driven hydraulic lifting device for concrete forms; Concrete Paving Machine Operator; Concrete Finishing Machine Operator; Concrete Spreader Operator; CRANE: Helicopter Hoist Operator; Hoist Operator, single drum; Elevator Operator; A -frame Truck Operator, Double drum; Boom Truck Operator; HYDRAULIC CRANE OPERATOR: Hydraulic Boom Truck, Pittman; DRILLING: Churm Drill and Earth Boring Machine Operator; Directional Drill Operator over 20,000 lbs pullback; FLOATING EQUIPMENT: Fireman; FORKLIFT: Lull Hi -Lift Operator or similar type; Fork Lift, over 5 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 http://frwebgate.access. gpo. gov/cgi-bin/getdoc. cgi?dbname=Davis-Bacon&docid=WA0200016/28/2002 WAIS Document Retrieval Page 18 of 33 20,000 lbs.; LOADERS: Loaders, rubber -tired type, less than 25,000 lbs; Elevating Grader Operator, Tractor Towed requiring Operator or Grader; Elevating loader oeprator, 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 DJB's 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; 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; PIPELINE -SEWER WATER: Tar Pot Fireman; Tar Pot Fireman (power agitated); PUMPS: Pump Operator (any power); Hydrostatic Pump Operator; RAILROAD EQUIPMENT: Brakeman; Oiler; Switchman; Motorman; Ballast Jack Tamper Operator; SHOVEL, DRAGLINE, CLAMSHELL, SKOOPER, ETC. OPERATOR: Oiler, Grade Oiler (required to check grade); Grade Checker; Fireman; SWEEPER: Broom operator, self propelled, construction job site; SURFACING (BASE) MATERIAL: Roller Operator, grading of base rock (not asphalt); Tamping Machine operartor, mechanical, self-propelled; Hydrographic Seeder Machine Operator; TRENCHING MACHINE: Oiler; Grade Oiler; TUNNEL: Conveyor operator; Air filtration equipment operator ENGI0701E 06/01/2001 Rates Fringes CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH), SKAMANIA, AND WAHKIAKUM COUNTIES DREDGING: ZONE A LEVERMAN, HYDRAULIC 31.80 7.75 http://frwebgate.access. gpo. gov/cgi-bin/getdoc. cgi?dbname=Davis-Bacon&docid=WA0200016/28/2002 WAIS Document Retrieval Page 19 of 33 LEVERMAN, FLOATING ASSISTANT TENDERMAN ASSISTANT LEVERMAN, LEVERMAN, FLOATING ASSISTANT TENDERMAN ASSISTANT LEVERMAN, LEVERMAN, FLOATING ASSISTANT TENDERMAN ASSISTANT MATE DIPPER, CLAMSHELL ENGINEER MATE 31.80 29.69 28.72 26.15 7.75 7.75 7.75 7.75 ZONE B HYDRAULIC 33.80 7.75 DIPPER, CLAMSHELL ENGINEER MATE 33.80 31.69 30.72 28.15 7.75 7.75 7.75 7.75 ZONE C HYDRAULIC 34.80 7.75 DIPPER, CLAMSHELL ENGINEER 34.80 32.69 31.72 29.15 7.75 7.75 7.75 7.75 ZONE DESCRIPTION FOR DREDGING: ZONE A - All jobs or projects located within 30 road miles of Portland City Hall. ZONE B - Over 30-50 road miles from Portland City Hall. ZONE C - Over 50 road miles from Portland City Hall. *All jobs or projects shall be computed from the city hall by the shortest route to the geographical center of the project. IRON0014F 07/01/2001 Rates Fringes ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND ORIELLE, SPOKANE, STEVENS, WALLA WALLA AND WHITMAN COUNTIES IRONWORKERS 24.52 11.35 IRON0029I 07/01/2001 Rates Fringes CLARK, CLALLAM, CHELAN, COWLITZ, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITTITAS, KLICKITAT, KITSAP, LEWIS, MASON, PACIFIC, PIERCE, SKAGIT, SKAMANIA, SNOHOMISH, THURSTON, WAHKAIKUM, WHATCOM AND YAKIMA COUNTIES IRONWORKERS 25.82 11.35 LAB00001D 06/01/2001 Rates Fringes CHELAN, DOUGLAS (WEST OF THE 120TH MERIDIAN), KITTITAS AND YAKIMA COUNTIES LABORERS: ZONE 1: GROUP 1 GROUP 2 GROUP 3 GROUP 4 GROUP 5 14.46 16.78 18.50 18.98 19.34 5.80 5.80 5.80 5.80 5.80 http: //frwebgate.access. gpo. gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=WA0200016/28/2002 WAIS Document Retrieval Page 20 of 33 ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES): ZONE 2 - $ .70 ZONE 3 - $1.00 BASE POINTS: CHELAN, SUNNYSIDE, WENATCHEE, AND YAKIMA ZONE 1 - Projects within 25 radius miles of the respective city hall ZONE 2 - More than 25 but less than 45 radius miles from the respective city hall ZONE 3 - More than 45 radius miles from the respective city hall CALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PACIFIC (NORTH OF STRAIGHT LINE MADE BY EXTENDING THE NORTH BOUNDARY WAHKIAKUM COUNTY WEST TO THE PACIFIC OCEAN), PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM COUNTIES LABORERS: ZONE 1: GROUP 1 GROUP 2 GROUP 3 GROUP 4 GROUP 5 16.92 19.24 23.92 24.40 24.76 ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES): ZONE 2 - $ .70 ZONE 3 - $1.00 BASE POINTS: BELLINGHAM, MT. VERNON, EVERETT, SEATTLE, KENT, TACOMA, OLYMPIA, CENTRALIA, ABERDEEN, SHELTON, PT. TOWNSEND, PT. ANGELES, AND BREMERTON 5.80 5.80 5.80 5.80 5.80 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 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 http ://frwebgate. acce ss. gpo. gov/cgi-bin/getdo c. cgi?dbname=Davis-Bacon&do cid= WA0200016/28/2002 WAIS Document Retrieval page 21 of 33 Worker (Level C); Maintenance Person; Material Yard Person; Pot Tender; Rip Rap Person; Riggers; Scale Person; Sloper Sprayer; Signal Person; Stock Piler; Stake Hopper; Toolroom Man (at job site); Topper-Tailer; Track Laborer; Truck Spotter; Vinyl Seamer GROUP 4: Cement Dumper -Paving; Chipping Gun (over 30 lbs.); Clary Power Spreader; Concrete Dumper/Chute Operator; Concrete Saw Operator; Drill Operator (hydraulic, diamond, aiartrac); Faller and Bucker Chain Saw; Grade Checker and Transit Person; Groutmen (pressure) including post tension beams; Hazardous Waste Worker (Level B); High Scaler; Jackhammer; Laserbeam Operator; Manhole Builder-Mudman; Mortarman and Hodcarrier; Nozzleman (concrete pump, green cutter when using combination of high pressure air and water on concrete and rock, sandblast, gunite, shotcrete, water blaster, vacuum blaster); Pavement Breaker; Pipe Layer and Caulker; Pipe Pot Tender; Pipe Reliner (not insert type); Pipe Wrapper; Power Jacks; Railroad Spike Puller -Power; Raker -Asphalt; Rivet Buster; Rodder; Sloper (over 20'); Spreader (concrete); Tamper and Similar electric, air and glas operated tool; Timber Person -sewer (lagger shorer and cribber); Track Liner Power; Tugger Operator; Vibrator; Well Point Laborer GROUP 5: Caisson Worker; Miner; Powderman; Re-Timberman; Hazardous Waste Worker (Level A). LAB00238E 06/01/2002 Rates Fringes 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 LABORERS: ZONE 1: GROUP 1 GROUP 2 GROUP 3 GROUP 4 GROUP 5 GROUP 6 Zone Differential (Add to Zone 1 rate): $2.00 17.66 19.76 20.03 20.30 20.58 21.95 BASE POINTS: Spokane, Moses Lake, Pasco, Lewiston 5.50 5.50 5.50 5.50 5.50 5.50 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 http ://frwebgate. acce ss. gpo. gov/cgi-bin/getdo c. cgi?dbname=Davis-Bacon&docid= WA0200016/2 8/2002 WAIS Document Retrieval Page 22 of 33 machine,6 inches and smaller); Confined Space Attendant; Concrete Signalman; Crusher Feeder; Demolition (to include clean-up, burning, loading, wrecking and salvage of all material); Dumpman; Fence Erector; Firewatch; Form Cleaning Machine Feeder, Stacker; General Laborer; Grout Machine Header Tender; Guard Rail (to include guard rails, guide and reference posts, sign posts, and right-of-way markers); Hazardous Waste Worker, Level D (no respirator is used and skin protection is minimal); Miner, Class "A" (to include all bull gang, concrete crewman, dumpman and pumperete crewman, including distributing pipe, assembly & dismantle, and nipper); Nipper; Riprap Man; Sandblast Tailhoseman; Scaffold Erector (wood or steel); Stake Jumper; Structural Mover (to include separating foundation, preparation, cribbing, shoring, jacking and unloading of structures); Tailhoseman (water nozzle); Timber Bucker and Faller (by hand); Track Laborer (RR); Truck Loader; Well -Point Man; All Other Work Classifications Not Specially Listed Shall Be Classified As General Laborer GROUP 3: 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 http://frwebgate.access.gpo.gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=WA0200016/28/2002 WAIS Document Retrieval Page 23 of 33 LAB00238G 06/01/2002 Rates Fringes COUNTIES EAST OF THE 120TH MERIDIAN: ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND OREILLE, STEVENS, SPOKANE, WALLA WALLA, WHITMAN HOD CARRIERS 21.55 5.50 LAB00335A 06/01/2001 Rates Fringes 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 ZONE 1: LABORERS: GROUP 1 GROUP 2 GROUP 3 GROUP 4 GROUP 5 GROUP 6 GROUP 7 22.27 22.77 23.15 23.47 20.12 18.06 15.36 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 6.75 6.75 6.75 6.75 6.75 6.75 6.75 ZONE 1: Projects within 30 miles of the respective city all. ZONE 2: More than 30 miles but less than 40 miles from the respective city hall. ZONE 3: More than 40 miles but less than 50 miles from the respective city hall. ZONE 4: More than 50 miles but less than 80 miles from the respective city hall. ZONE 5: More than 80 miles from the respective city hall. LABORERS CLASSIFICATIONS GROUP 1: Asphalt Plant Laborers; Asphalt Spreaders; Batch Weighman; Broomers; Brush Burners and Cutters; Car and Truck Loaders; Carpenter Tender; Change -House Man or Dry Shack Man; Choker Setter; Clean-up Laborers; Curing, Concrete; Demolition, Wrecking and Moving Laborers; Dumpers, road oiling crew; Dumpmen (for grading crew); Elevator Feeders; Guard Rail, Median Rail Reference Post, Guide Post, Right of Way Marker; Fine Graders; Fire Watch; Form Strippers (not swinging stages); General Laborers; Hazardous Waste Worker; Leverman or Aggregate Spreader (Flaherty and similar types); Loading Spotters; Material 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) http://frwebgate.access. gpo.gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=WA0200016/28/2002 WAIS Document Retrieval GROUP 2: Applicator (including pot power tender for same), applying protective material by hand or nozzle on utility lines or storage tanks on project; Brush Cutters (power saw); Burners; Choker Splicer; Clary Power Spreader and similar types; Clean- up Nozzleman-Green Cutter (concrete, rock, etc.); Concrete Power Buggyman; Concrete Laborer; Crusher Feeder; Demolition and Wrecking Charred Materials; Gunite Nozzleman Tender; Gunite or Sand Blasting Pot Tender; Handlers or Mixers of all Materials of an irritating nature (including cement and lime); Tool Operators (includes but not limited to: Dry Pack Machine; Jackhammer; Chipping Guns; Paving Breakers); Pipe Doping and Wrapping; Post Hole Digger, air, gas or electric; Vibrating Screed; Tampers; Sand Blasting (Wet); Stake -Setter; Tunnel-Muckers, Brakemen, Concrete Crew, Bullgang (underground) GROUP 3: Asbestos Removal; Bit Grinder; Drill Doctor; Drill Operators, air tracks, cat drills, wagon drills, rubber -mounted drills, and other similar types including at crusher plants; Gunite Nozzleman; High Scalers, Strippers and Drillers (covers work in swinging stages, chairs or belts, under extreme conditions unusual to normal drilling, blasting, barring -down, or sloping and stripping); Manhole Builder; Powdermen; Concrete Saw Operator; Pwdermen; Power Saw Operators (Bucking and Falling); Pumperete Nozzlemen; Sand Blasting (Dry); Sewer Timberman; Track Liners, Anchor Machines, Ballast Regulators, Multiple Tampers, Power Jacks, Tugger Operator; Tunnel -Chuck Tenders, Nippers and Timbermen; Vibrator; Water Blaster GROUP 4: Asphalt Raker; Concrete Saw Operator (walls); Concrete Nozzelman; Grade Checker; Pipelayer; Laser Beam (pipelaying) -applicable when employee assigned to move, set up, align; Laser Beam; Tunnel Miners; Motorman -Dinky Locomotive -Tunnel; Powderman-Tunnel; Shield Operator -Tunnel GROUP 5: Traffic Flaggers GROUP 6: Fence Builders GROUP 7: Landscaping or Planting Laborers LABO0335L 06/01/2002 Rates Fringes 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 HOD CARRIERS 25.04 6.15 PAIN0005B 06/01/2002 Rates Fringes STATEWIDE EXCEPT CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH), SKAMANIA, AND WAHKIAKUM COUNTIES STRIPERS 21.25 6.40 PAIN0005D 03/01/2000 Rates Fringes CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM COUNTIES Page 24 of 33 http://frwebgate.access. gpo. gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=WA0200016/28/2002 WAIS Document Retrieval Page 25 of 33 PAINTERS 22.94 3.73 PAIN0005G 07/01/2001 Rates Fringes 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 PAINTERS*: Brush, Roller, Striping, Steam -cleaning and Spray 19.17 4.24 Application of Cold Tar Products, Epoxies, Polyure thanes, Acids, Radiation Resistant Material, Water and Sandblasting, Bridges, Towers, Tanks, Stacks, Steeples 20.17 4.24 TV Radio, Electrical Transmission Towers 20.92 4.24 Lead Abatement, Asbestos Abatement 20.17 4.24 *$.70 shall be paid over and above the basic wage rates listed for work on swing stages and high work of over 30 feet. PAIN0055C 11/01/1999 Rates Fringes CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA, AND WAHKIAKUM COUNTIES PAINTERS: Brush & Roller Spray and Sandblasting High work - All work 60 ft. or higher 17.10 17.70 3.48 3.48 17.60 3.48 PAIN0055L 06/01/2002 Rates Fringes CLARK, COWLITZ, KLICKITAT, SKAMANIA and WAHKIAKUM COUNTIES PAINTERS: HIGHWAY AND PARKING LOT STRIPER 23.36 5.75 PLAS0072E 06/01/2001 Rates Fringes ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, KITTITAS, LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN, AND YAKIMA COUNTIES ZONE 1: CEMENT MASONS 22.18 5.63 Zone Differential (Add to Zone 1 rate): Zone 2 - $2.00 http://frwebgate.access.gpo. gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=WA0200016/28/2002 WAIS Document Retrieval Page 26 of 33 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 PLAS0528A 06/01/2002 Rates Fringes CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PACIFIC (NORTH), PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON, AND WHATCOM COUNTIES CEMENT MASON COMPOSITION, COLOR MASTIC, TROWEL MACHINE, GRINDER, POWER TOOLS, GUNNITE NOZZLE 27.18 9.84 27.43 9.84 * PLAS0555B 06/01/2002 Rates Fringes CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH), SKAMANIA, AND WAHKIAKUM COUNTIES ZONE 1: CEMENT MASONS 24.24 9.70 COMPOSITION WORKERS AND POWER MACHINERY OPERATORS 24.68 9.70 CEMENT MASONS ON SUSPENDED, SWINGING AND/OR HANGING SCAFFOLD 24.68 9.70 CEMENT MASONS DOING BOTH COMPOSITION/POWER MACHINERY AND SUSPENDED/HANGING SCAFFOLD 25.13 9.70 Zone Differential (Add To Zone 1 Rates): Zone 2 - $0.65 Zone 3 - 1.15 Zone 4 - 1.70 Zone 5 - 2.75 BASE POINTS: BEND, CORVALLIS, EUGENE, LONGVIEW, MEDFORD, PORTLAND, SALEM, THE DALLES, VANCOUVER ZONE 1: Projects within 30 miles of the respective city hall ZONE 2: More than 30 miles but less than 40 miles from the respective city hall. ZONE 3: More than 40 miles but less than 50 miles from the respective city hall. ZONE 4: More than 50 miles but less than 80 miles from the respective city hall. ZONE 5: More than 80 miles from the respective city hall PLUM0032B 01/01/2002 CLALLAM, KING AND JEFFERSON COUNTIES PLUMBERS AND PIPEFITTERS Rates Fringes 32.08 11.53 PLUM0032D 01/01/2002 Rates Fringes http : //frwebgate. acces s. gpo. gov/cgi-bin/getdoc. cgi?dbname=Davi s-Bacon&docid=WA0200016/28/2002 WAIS Document Retrieval Page 27 of 33 CHELAN, KITTITAS (NORTHERN TIP), DOUGLAS (NORTH), AND OKANOGAN (NORTH) COUNTIES PLUMBERS AND PIPEFITTERS 25.09 9.17 PLUM0044C 06/01/2001 Rates Fringes ADAMS (NORTHERN PART), ASOTIN (CLARKSTON ONLY), FERRY (EASTERN PART), LINCOLN (EASTERN PART), PEND ORIELLE, STEVENS, SPOKANE, AND WHITMAN COUNTIES PLUMBERS AND PIPEFITTERS 26.21 9.14 PLUM0082A 06/01/2001 Rates Fringes CLARK (NORTHERN TIP INCLUDING WOODLAND), COWLITZ, GRAYS HARBOR, LEWIS, MASON (EXCLUDING NE SECTION), PACIFIC, PIERCE SKAMANIA, THURSTON AND WAHKIAKUM COUNTIES PLUMBERS AND PIPEFITTERS 24.57 14.72 PLUM0265C 06/01/2001 Rates Fringes ISLAND, SKAGIT, SNOHOMISH,SAN JUAN AND WHATCOM COUNTIES PLUMBERS AND PIPEFITTERS 28.37 10.24 PLUM0290K 04/01/2002 Rates Fringes CLARK (ALL EXCLUDING NORTHERN TIP INCLUDING CITY OF WOODLAND) PLUMBERS AND PIPEFITTERS 31.31 12.12 PLUM0598E 06/01/2001 Rates Fringes 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 PLUMBERS 28.85 11.55 PLUM0631A 06/01/2001 Rates Fringes MASON (NE SECTION), AND KITSAP COUNTIES PLUMBERS/PIPEFITTERS: All new construction, additions, and remodeling of commercial building projects such as: cocktail lounges and taverns, professional buildings, medical clinics, retail stores, hotels and motels, restaurants and fast food types, gasoline service http://frwebgate.access.gpo. gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=WA0200016/28/2002 WAIS Document Retrieval Page 28 of 33 stations, and car washes where the plumbing and mechanical cost of the project is less than $100,000 All other work where the plumbing and mechanical cost of the project is $100,000 and over 14.55 7.98 24.65 13.41 TEAM0037C 06/01/2001 Rates Fringes 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 TRUCK DRIVERS ZONE 1: GROUP 1 GROUP 2 GROUP 3 GROUP 4 GROUP 5 GROUP 6 GROUP 7 23.40 23.52 23.65 23.91 24.13 24.29 24.49 Zone Differential (Add to Zone 1 Rates): Zone 2 - $0.65 Zone 3 - 1.15 Zone 4 - 1.70 Zone 5 - 2.75 8.30 8.30 8.30 8.30 8.30 8.30 8.30 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; http://frwebgate.access. gpo. gov/cgi-bin/getdoc. egi?dbname=Davis-Bacon&docid=WA0200016/28/2002 WAIS Document Retrieval Page 29 of 33 Lowbed Equipment, Flat Bed Semi -trailer or doubles transporting equipment or wet or dry materials; Lumber Carrier, Driver -Straddle Carrier (used in loading, unloading and transporting of materials on job site); Oil Distributor Driver or Leverman; Transit mix and wet or dry mix trcuks: over 5 cu. yds. and including 7 cu. yds.; Vacuum trucks; Water truck/Wagons (rated capacity) over 3,000 to 5,000 gallons GROUP 3: Ammonia nitrate distributor driver; Dump trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations thereof: over 10 cu. yds. and including 30 cu. yds. includes Articulated dump trucks; Selfpropelled street sweeper; Transit mix and wet or dry mix truck: over 7 cu yds. and including 11 cu yds.; Truck Mechanic Welder Body Repairman; Utility and cleanup truck; Water Wagons (rated capacity) over 5,000 to 10,000 gallons GROUP 4: Asphalt burner; Dump Trucks, side, end and bottom cumps, including Semi -Trucks and Trains or combinations thereof: over 30 cu. yds. and including 50 cu. yds. includes articulated dump trucks; Fire guard; Transit Mix and Wet or Dry Mix Trucks, over 11 cu. yds. and including 15 cu. yds.; Water Wagon (rated capacity) over 10,000 gallons to 15,000 gallons GROUP 5: Dump Trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations thereof: over 50 cu. yds. and including 60 cu. yds. includes articulated dump trucks GROUP 6: Bulk cement spreader w/o auger; Dry prebatch concrete mix trucks; Dump trucks, side, end and bottom dumps, including Semi Trucks and Trains of combinations thereof: over 60 cu. yds. and including 80 cu. yds., and includes articulated dump trucks; Skid truck GROUP 7: Dump Trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations thereof: over 80 cu. yds. and including 100 cu. yds., includes articulated dump trucks; Industrial lift truck (mechanical tailgate) TEAM0174A 06/01/2002 Rates Fringes 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 TRUCK DRIVERS; GROUP 1: GROUP 2: GROUP 3: GROUP 4: GROUP 5: TRUCK DRIVERS CLASSIFICATIONS 25.79 25.21 22.81 18.56 25.55 9.68 9.68 9.68 9.68 9.68 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 http : //frwebgate. access. gpo. gov/cgi-bin/getdoc. cgi?dbname=Davi s-Bacon&docid= WA0200016/2 8/2002 WAIS Document Retrieval Page 30 of 33 transporting material: Dump Trucks, side, end and bottom dump, including semi -trucks and trains or combinations thereof with 16 yards to 30 yards capacity: Over 30 yards $.15 per hour additional for each 10 yard increment; Explosive Truck (field mix) and similar equipment; Hyster Operators (handling bulk loose aggregates); Lowbed and Heavy Duty Trailer; Road Oil Distributor Driver; Spreader, Flaherty Transit mix used exclusively in heavy construction; Water Wagon and Tank Truck -3,000 gallons and over capacity GROUP 2 - Bulllifts, or similar equipment used in loading or unloading trucks, transporting materials on job site; Dumpsters, and similar equipment, Tournorockers, Tournowagon, Turnotrailer, Cat. D.W. Series, Terra Cobra, Le Tourneau, Westinghouse, Athye wagon, Euclid two and four -wheeled power tractor with trailer and similar top -loaded equipment transporting material: Dump trucks, side, end and bottom dump, including semi -trucks and trains or combinations thereof with less than 16 yards capacity; Flatbed (Dual Rear Axle); Grease Truck, Fuel Truck, Greaser, Battery Service Man and/or Tire Service Man; Leverman and loader at bunkers and batch plants; Oil tank transport; Scissor truck; Slurry Truck; Sno-Go and similar equipment; Swampers; Straddler Carrier (Ross, Hyster) and similar equipment; Team Driver; Tractor (small, rubber-tired)(when used within Teamster jurisdiction); Vacuum truck; Water Wagon and Tank trucks -less than 3,000 gallons capacity; Winch Truck; Wrecker, Tow truck and similar equipment GROUP 3 - Flatbed (single rear axle); Pickup Sweeper; Pickup Truck. (Adjust Group 3 upward by $2.00 per hour for onsite work only) GROUP 4 - Escort or Pilot Car GROUP 5 - Mechanic HAZMAT PROJECTS Anyone working on a HAZMAT job, where HAZMAT certification is required, shall be compensated as a premium, in addition to the classification working in as follows: LEVEL C: +$.25 per hour - This level uses an air purifying respirator or additional protective clothing. LEVEL B: +$.50 per hour - Uses same respirator protection as Level A. Supplied air line is provided in conjunction with a chemical "splash suit." LEVEL A: +$.75 per hour - This level utilizes a fully - encapsulated suit with a self-contained breathing apparatus or a supplied air line. ZONE DIFFERENTIALS Zone pay will be calculated from the city center of the following listed cities: BELLINGHAM EVERETT SEATTLE TACOMA CENTRALIA SHELTON PORT ANGELES PORT TOWNSEND RAYMOND ANACORTES MT. VERNON ABERDEEN OLYMPIA BELLEVUE KENT BREMERTON TRAVEL - Zone A - 0 - 25 miles - Free Zone Zone B - 25 - 45 miles - $ .70 per hour. Zone C - Over 45 miles - $1.00 per hour. http://frwebgate.access. gpo.gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=WA0200016/28/2002 WAIS Document Retrieval Page 31 of 33 TEAM0760C 06/01/2002 Rates Fringes ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT KITTITAS, LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, AND WHITMAN COUNTIES TRUCK DRIVERS (ANYONE WORKING ON HAZMAT JOBS SEE FOOTNOTE A BELOW) ZONE 1: (INCLUDES ALL OF YAKIMA COUNTY) GROUP 1 GROUP 2 GROUP 3 GROUP 4 GROUP 5 GROUP 6 GROUP 7 GROUP 8 17.73 20.00 20.50 20.83 20.94 21.11 21.64 21.97 Zone Differential (Add to Zone 1 rate: Zone 2 - $2.00) BASE POINTS: Spokane, Moses Lake, Pasco, Lewiston 8.50 8.50 8.50 8.50 8.50 8.50 8.50 8.50 Zone 1: 0-45 radius miles from the main post office. Zone 2: 45 radius miles and over from the main post office TRUCK DRIVERS CLASSIFICATIONS GROUP 1: Escort Driver or Pilot Car; Employee Haul; Power Boat Hauling Employees or Material GROUP 2: Fish Truck; Flat Bed Truck; Fork Lift (3000 lbs. and under); Leverperson (loading trucks at bunkers); Trailer Mounted Hydro Seeder and Mulcher; Seeder & Mulcher; Stationary Fuel Operator; Tractor (small, rubber -tired, pulling trailer or similar equipment) GROUP 3: Auto Crane (2000 lbs. capacity); Buggy Mobile & Similar; Bulk Cement Tanks & Spreader; Dumptor (6 yds. & under); Flat Bed Truck with Hydraullic System; Fork Lift (3001-16,000 lbs.); Fuel Truck Driver, Steamcleaner & Washer; Power Operated Sweeper; Rubber -tired Tunnel Jumbo; Scissors Truck; Slurry Truck Driver; Straddle Carrier (Ross, Hyster, & similar); Tireperson; Transit Mixers & Truck Hauling Concrete (3 yd. to & including 6 yds.); Trucks, side, end, bottom & articulated end dump (3 yards to and including 6 yds.); Warehouseperson (to include shipping & receiving); Wrecker & Tow Truck GROUP 4: A -Frame; Burner, Cutter, & Welder; Service Greaser; Trucks, side, end, bottom & articulated end dump (over 6 yards to and including 12 yds.); Truck Mounted Hydro Seeder; Warehouseperson; Water Tank truck (0-8,000 gallons) GROUP 5: Dumptor (over 6 yds.); Lowboy (50 tons & under); Self - loading Roll Off; Semi -Truck & Trailer; Tractor with 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 http://frwebgate.access. gpo. gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=WA020001 6/28/2002 WAIS Document Retrieval Page 32 of 33 (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, DW's & similar with 2 or more 4 wheel -power tractor with trailer, gallonage or yardage scale, whichever is greater Water Tank Truck (8,001- 14,000 gallons) GROUP 7: Oil Distributor Driver; Stringer Truck (cable oeprated trailer); Transit Mixers & Trucks Hauling Concrete (over 20 yds.); Truck, side, end, bottom end dump (over 40 yds. to & including 100 yds.); Truck Mounted Crane (with load bearing surface either mounted or pulled (16 through 25 tons); GROUP 8: Prime Movers and Stinger Truck; Trucks, side, end, bottom and articulated end dump (over 100 yds.); Helicopter Pilot Hauling Employees or Materials Footnote A - Anyone working on a HAZMAT job, where HAZMAT certification is required, shall be compensated as a premium, in additon to the classification working in as follows: LEVEL C -D: - $.50 PER HOUR (This is the lowest level of protection. This level may use an air purifying respirator or additional protective clothing. LEVEL A -B: - $1.00 PER HOUR (Uses supplied air is conjunction with a chemical spash suit or fully encapsulated suit with a self-contained breathing apparatus. NOTE: Trucks Pulling Equipment Railers: shall receive $.15/hour over applicable truck rate WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29 CFR 5.5(a)(1)(v)). In the listing above, the "SU" designation means that rates listed under that 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 http://frwebgate.access. gpo. gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=WA0200016/28/2002 WAIS Document Retrieval Page 33 of 33 On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U. S. Department of Labor 200 Constitution Avenue, N. W. Washington, D. C. 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, D. C. 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, D. C. 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION http://frwebgate. access. gpo. gov/cgi-bin/getdoc. cgi?dbname=Davis-Bacon&docid=WA0200016/28/2002 UNIT- STATEMENT OF WORK AND BUDGET Statement of Work ACTION PLAN Naches River Water Treatment Plant Intake Screening Project No. 2002-052-00 (Proposal No. 23044 ) June 1, 2002 to September 30, 2002 4 PROJECT PHASE(S) BREAKDOWN HATCHERY HABITAT All PC, M&E, CN HARVEST NA NA RESEARCH AND BIG M&E - BASINWIDE All PL, CN, M&E MISCELLANEOUS All CN KEY PL - PLANNING/DESIGN CN - CONSTRUCTION/IMPLEMENTATION O&M - OPERATION AND MAINTENANCE M&E - MONITORING AND EVALUATION 5 Phase Definitions 1 Planning/Design: Engineering Services la. Predesign/Design 1 b. Design Review 1 c. Permitting 1 d. Contractor Prequalification le. Bidding If. Construction Design lg. Biological Services 1 h. Owner Procurement li. Mechanical 2. Owner Procurement: 2a. Purchase and/or manufacture of fish screens, weirs, mechanical etc. 3. Construction/Implementation: Fish Screen 3a. Mobilization/Bonds/Insurance 3b. Dewatering/Pumping 3c. Traffic Control 3d. Balance of Work 3e. Start Up 3f. Owner Procurement 3g. Mechanical 3h. Screens 3i. Weirs 4. Operation and Maintenance: 4a. Annual O&M (not part of BPA funding --COY to perform) 5. Monitoring and Evaluation: 5a. Predesign 6 5b. Baseline 5c. Construction (partial BPA funding) 5d. Post Construction (not part of BPA funding) Statement of Work, Budget & Schedule Sponsor: City of Yakima, Short Description: Screen City of Yakima's Naches Water Treatment Plant intake to eliminate mortality of ESA listed and non -listed salmonids at this location. The City of Yakima's Naches Water Treatment Plant intake currently is not in compliance with either NMFS fish screening criteria or Washington State law. Permanent (self-sustaining) modification to the intake system including installation of fish screens and a bypass system are necessary to eliminate mortality and take of ESA listed and non -listed salmonids as well as resident fish at this location. Connection and enhancement of salmonid habitat will also result from the completion of this work and may result in some relatively minor improvements in water quality in the Naches River; a 303(d) listed stream. The retirement of the Wapatox hydroelectric plant (currently under negotiation) will allow fish access to the WTP year around and further the need for adequate screening. This project has been developed in coordination with and endorsed by numerous government agencies including those with fish management responsibility. This project is consistent with the goals of other salmon recovery efforts ongoing in the Yakima River basin including those currently funded by BPA. Statement of Work and Budget Goal: Screen City of Yakima's Naches Water Treatment Plant intake to eliminate mortality of ESA listed and non -listed salmonids at this location. The existing facilities were constructed in the late 1960's and early 1970's in accordance with the design standards of that time. Since then, fish screening criteria have become more stringent and operational and water quality problems have developed at the intake. Background: The City of Yakima operates a diversion on the Naches River to supply water to its Water Treatment Plant (WTP). The Naches provides habitat for steelhead and bull trout, currently listed as threatened under the ESA, and other important species such as coho and spring chinook. Under the current condition, water is normally supplied to the WTP intake from the tailrace of the PacifiCorp Wapatox hydroelectric generation plant which is screened. However, adult steelhead can enter and become trapped within the 7 WTP intake area through the tailrace spillway during de-icing operations. In addition, an unscreened auxiliary WTP intake is used to divert water directly from the Naches River when the generation plant is taken out of service (approximately 60 days per year) thereby allowing juvenile salmonids to enter the WTP intake area. The auxiliary intake system water channel is separated from the Naches river by a concrete wall which is overtopped during high water events (usually once or twice per year), further allowing salmonid access to the WTP intake area. The diversion facilities were constructed in the late 1960's and early 1970's, are unscreened, and therefore do not achieve current fish screening criteria for the protection of salmonids. Trash racks are installed at the intake and prevent adult entry to the WTP, but juvenile fish which gain access to the intake area and enter the intake will experience 100% mortality as they pass through the Water Treatment Plant. Failure to complete the proposed modifications during year 2001 will result in continued mortality (take) of ESA listed salmonid species and non -listed but depressed salmonid stocks during juvenile life stages. Mortality of other non -salmonid resident fishes will continue to occur as well. Delay and mortality of adult steelhead which become entrapped in the intake area may also continue to occur. In the long term, the Wapatox hydroelectric plant is tentatively scheduled for retirement which will eventually result in the need for modifications to the Naches WTP intake system. Therefore, the proposed project will minimize fish mortality and take in both the short and long term and will be permanent and self-sustaining. The proposed project compliments the broadly recognized need to provide adequate water intake screening as part of overall recovery efforts in the Yakima River Basin. Construction is anticipated to commence in August of 2002. Permits required to conduct by September 30, 2002 are: USFWS and NMFS Endangered Species Compliance Permits, U.S. Army Corps of Engineers Dredge/Fill Permit, Washington Department of Fish and Wildlife Hydraulics Project Approval (HPA), Shoreline Permit (Yakima County), Section 401 Water Quality Certification (DOE), Joint Aquatic Resources Permit Application (JARPA) and associated environmental checklist under the State Environmental Policy Act (SEPA). A right of way use agreement also exists with the State of Washington (current landowner) and is on file with the Washington State Department of Transportation (WSDOT). A Traffic Control Plan for the work zone adjacent to state highway 12 will also be completed in accordance with WSDOT requirements. Location: The City of Yakima's Naches River WTP Intake is located in the Naches River corridor about seven miles upstream from the City of Yakima and about two miles downstream from the Town of Naches. The facilities are located 8 entirely within T14N, R17E, S13 at about Latitude 46° 41' 39" and Longitude 120° 39' 07". They are situated directly between the left bank of the Naches River (looking downstream) and the eastbound lanes of U.S. Highway 12. PacifiCorp powerhouse located across the highway, discharges water from its tailrace into the intake facilities. The top deck slab of the Intake is set at an elevation of 1357.03 feet (based on NGVD 29). Interim Goals > Obtain necessary permits. > Provide regular upstream and downstream water quality monitoring during construction to minimize the opportunity for degrading water quality. > Specify that Contractor is to provide erosion prevention and sediment control during construction per current industry standards and regulatory requirements. ➢ Stage and perform construction activities to minimize potential impacts to resident fish, upstream migrants, and downstream migrants. Long -Term Goal D Water Quality: Maintain or improve the existing water quality in the river. ➢ Habitat: Monitor improvements in outfall habitat > Aesthetics: Reduce the overall footprint of the existing intake facilities within the mean high water mark of the river to improve the look of the facilities. PROPOSED INTAKE MODIFICATIONS The process to develop the recommended intake modifications involved several iterations in laying out the concept and incorporated input from a number of Agency, City, and Project Team personnel. The following summarizes the sequence of events leading up to this report, presents the recommended layout for the intake modifications, discusses the results of hydraulic modeling, and outlines operating and maintenance issues associated with the recommended intake modifications. CONCEPT DEVELOPMENT The recommended intake modifications have progressed from an initial conceptual layout to a preliminary layout and finally to the recommended predesign layout. Criteria for fish screening requirements, operations and maintenance goals, environmental objectives, cost considerations, and other evaluation factors guided the concept development process. The conceptual layout was prepared in September 1999 after conversations and a site visit with City personnel and John Easterbrooks of the WDFW. This layout was routed to City and Agency personnel and Project Team Members for review, and a Project Workshop was then held on October 7, 1999 to develop and refine the conceptual layout. The conceptual layout was revised into a preliminary layout based on comments received and refined understandings gained at the 9 Workshop. The preliminary layout was presented to Agency personnel at the January 6, 2000 Fish Passage Workgroup meeting and then to Project Team Members. Comments received from the NMFS and Project Team Members were used to develop the recommended predesign layout. RECOMMENDED PREDESIGN LAYOUT The recommended predesign layout incorporates several new elements into the existing facilities to provide a new intake system that achieves the design criteria in a cost-effective manner while minimizing impacts to the existing river environment and WTP operations. The elements of the new layout would include the following: > Auxiliary Intake Gate/Headwall Structure (Existing structure to be modified) > Flat Panel Screen Structure (New construction) ➢ Fish Bypass System (New construction) > Rock Groin across the Naches River (Existing structure to be supplemented) > Spillway/Gate Structure (Existing structure to remain as is) ➢ Intake Screen Structure (Existing structure to be modified) ➢ Raw Water Pipeline (Existing pipeline to remain as is) Modifications to the existing structure would consist of the following: > Construction of piers or other means of support under the foundation if necessary to support the structure in conjunction with construction of the new forebay. A geotechnical study would be required during design to determine the need for additional support at the structure. ➢ Armoring the foundation on the river side of the structure with additional rip rap. > Re -coating the slide gate floor stand operators > Refurbishing the gate slides and seals. Rock Groin Much of the rock in the existing rock groin, or weir, has been washed away. Several Targe diameter pieces of rip rap do remain however. The groin would be supplemented with additional rock in order to raise the minimum water surface elevation at the new intake structure back up to the original design elevation of 1344.0. The rock used to supplement the groin will be designed according to guidelines provided in the Hydraulic Design of Flood Control Channels (USACE 1991) for a water elevation of 1350.0, the design high water surface elevation. It will be keyed into the existing rock and the bed of the river to minimize the potential for it to wash away. The 20 foot wide low flow channel next to the intake structure will be maintained to provide for adequate fish passage and to direct flow to the inlet structure at low flows. 11 A second series of modeling was conducted using the calibrated model. Results from this modeling indicate that 25 MGD can be supplied to the WTP with river water surface elevations at or above elevation 1344.0 using 36 -inch diameter pipelines for the new raw water supply lines. This elevation corresponds to the original design water surface for the existing rock weir (per the record drawings). Based on this information, a water surface elevation of 1344.0 was selected for the design low river level. The rock weir would be supplemented to maintain the river level at or above this elevation for the majority of river flows. BPA Furnished Property or Services: Task la -1i - Engineering Services: These services would include predesign, permitting, design, preparation of owner -procurement documents, contractor pre - qualification, services during bidding, and services during construction. Deliverables: 1.1 Predesign Package 1.2 Permit Matrix 1.3 Copies of all Final Permits 1.4 Final Screen Design 1.5 Construction Plan 1.6 Final Bid Package Budget: A total of $218,000 is projected to be spent on engineering services by September 30, 2002. Task 2a - Capital Deliverables: - Owner -Procured Equipment: Major items of equipment will be procured directly by the City prior to award of the construction contract. These will include the new screens, overflow weirs, piping, and turbidimeter. The projected cost of these items is $280,000.00 Deliverables: 2.1 Demolition & Removal Report 2.2 Concrete (screen base, weir base, misc.) — invoice 2.3 Import Foundation Material invoice 2.4 Place/Compact Foundation Material — in reports 2.5 Handrail — invoice 2.6 Fish Screens (includes screens, supports, air system, embeds, appurtenances) invoice 2.7 Slide Gates (behind new screens) — invoice 2.8 Inflatable Overflow Weir — invoice 12 2.9 48" Waste Ditch Pipe — invoice 2.10 Concrete Bulkhead on Waste Ditch — in report 2.11 Fish Barriers (for upstream migrants) — invoice 2.12 Turbidimeter — invoice 2.13 Electrical/I&C — invoice 2.14 Miscellaneous Mechanical — as invoiced 2.15 Raw Water Pumping to Intake Pipe - invoice Task 3a -3i. Construction phase of Naches WTP intake system. This phase includes the modification to the auxiliary intake gate/headwall structure, rock groin, tailrace headwall, installation of fish screen structure, ice beam, Obermeyer weir system, air burst and de-icing systems. Deliverables: 3.1 Copy of Final Construction Award Contract (successful bidder) 3.2 Monthly Construction Memo(s) 3.3 Traffic Control Plan 3.4 Final Construction Memo and Documentation of Completed Work (Performance Report) Budget: Construction: It is estimated that up to $264,000.00 could be invoiced by the September 30, 2002 deadline. This would include the cost to mobilize and set-up, install and operate dewatering systems, traffic control, demolition, and other construction tasks. Task 4a -4c - Biological Services: Biological services are projected to cost $38,000 by September 30, 2002. These services will include design review, project assistance, fish salvage, monitoring, and evaluation. Deliverables: 4.1 Draft and Final M&E Plans 4.2Third Party Final Design and Project Review Report. Review of one selected draft and final project design. 4.3 Fish Salvage Report. A reconnaissance snorkel/SCUBA survey will be performed to determine fish presence within the existing Water Treatment Plant intake system. One report describing activity and findings will be provided. 13 4.4 Construction Monitoring Report. Fish monitoring will occur prior to, during, and after construction at the Water Treatment Plant intake system and one report describing findings will be provided. Budget: A total of $38,000.00 in costs will be incurred by September 30, 2002 15 Budget Itemized Phase _ Estimated Budget (Rounded to nearest dollar) Contractor: City of Yakima - Naches River Water Treatment Plant Intake Screening BPA Project No.: 23044 (Proposal No.) Budget Period: 5/21/02 — 9/30/02 BPA Contract No.: NEW Preliminary Estimate of Construction Costs Naches River WTP —City of Yakima Item Description Units Qty Unit Cost Funding Sources City $ SRFB $ Cont #01- 1269 R BPA $ Cont. #25031 Combined Total Cost Existing Intake/Overflow Structure Demolition & Removal Concrete (screen base, weir base, misc.) Import Foundation Material Place/Compact Foundation Material Handrail EA CY CY CY LF 1 50 100 100 50 50000 450 18 11 60 $13,000 $1,500 $1,000 $3,000 $50,000 $10,000 $500 Subtotal New Components Screens (includes screens, supports, air system, embeds, appurtenances) EA 1 250000 $0 $18,500 $90,000 $60,500 $160,000 $50,000 $23,000 $2,000 $1,000 $3,000 $79,000 $250,000 16 Slide Gates (behind new screens) Inflatable Overflow Weir 48" Waste Ditch Pipe Concrete Bulkhead on Waste Ditch Fish Barriers (for upstream migrants) Turbidimeter Electrical/I&C Miscellaneous Mechanical EA EA LF CY EA EA LS LS 2 2 50 450 2 1 1 1 15000 75000 120 15 10000 6000 81000 20000 $74,500 $14,000 $50,000 $2,000 $7,000 $10,000 $2,000 $6,500 $20,000 $16,000 $100,000 $4,000 $10,000 $4,000 $30,000 $150,000 $6,000 $7,000 $20,000 $6,000 $81,000 $20,000 Subtotal $74,500 $201,500 $294,000 $570,000 New Channel Wall Concrete - Wall and Foundation CY 60 450 $27,000 $27,000 Subtotal $0 $27,000 $0 $27,000 Site Dewatering Pump Operation DAY 60 900 $29,000 $25,000 $54,000 Coffer Dam/HDPE/Removal LS 1 65000 $25,000 $40,000 $65,000 Subtotal $54,000 $0 $65,000 $119,000 Traffic and Environmental Control Traffic Control Program LS 1 5000 $2,000 $3,000 $5,000 Subtotal $0 $2,000 $3,000 $5,000 Ongoing Operation of Facility Raw Water Pumping to Intake Pipe DAY 60 1200 $37,000 $35,000 $72,000 Subtotal $0 $37,000 $35,000 $72,000 17 Other Mobilization / Demobilization (5%) LS 1 44000 $9,000 $35,000 $44,000 Bonds / Insurance (2%) LS 1 17000 $17,000 $17,000 Startup LS 1 5000 $5,000 $5,000 Subtotal $0 $14,000 $52,000 $66,000 Engineering Services Predesign/Design LS 1 138000 $138,000 $138,000 Permitting LS 1 42000 $42,000 $42,000 Contractor Prequalification LS 1 4000 $4,000 $4,000 Bidding LS 1 12000 $12,000 $12,000 Construction LS 1 42000 $20,000 $22,000 $42,000 Subtotal $20,000 $0 $218,000 $238,000 Biological Services Design & Project Review LS 1 12000 $12,000 $12,000 Fish Salvage, Monitoring & Evaluation LS 1 32000 $12,000 $20,000 $32,000 Tech Support and Project Assistance LS 1 5500 $5,500 $5,500 Subtotal $12,000 $0 $37,500 $49,500 City Services Surveying LS 1 5000 $5,000 $5,000 Direct Staff Involvement LS 1 60000 $30,000 $30,000 $60,000 Subtotal $30,000 $0 $35,000 $65,000 ESTIMATED TOTAL PROJECT COST $190,500 $300,000 $800,000 $1,290,500 SUBCONTRACTS Carollo Engineers FishPro Inc. Northwest Hydraulics Inc. Golder Associates Inc. KWA Ecological Sciences, Inc. 19 Subcontracts Subtotal: $800,000.00 OVERHEAD/INDIRECT $ BUDGET SUBTOTAL: $800,000.00 LESS CONTRACT CARRYOVER: -$ 0 BPA BUDGET TOTAL: $800,000.00 20 SCHEDULE Engineering Services * Predesign/Design • Permitting * Contractor P reqtal ffication * Bidding *Construction Owner Procurement • Screens *Weirs Mechanical Biological Services Design Review, Project Assistance * Fish Salvage, Monitoring, Evaluation Construction Mobilization/BondslInsurance • Dewatering/Pumping *Traffic Control • Demolition Balance of Work Starkip City Services *Staff Involvement Surveying _S3K _ _ _ -111: 1 _L_E_11 t _UK t 40TES: 1 Tnre basad fas...tradkaxizoa., TO,431 %imated vaistviszi cost is S938 M aid irrJudes axtw ra'07.4md 3_ Ervima-;av biakyta ser.ice oesarestmaied x 33t1 $287,50). Ex.pilditres pro;Kik t vat S33t,S30 5?.p1ariit: 31 DM. tgter imaire. PREL MINARY PROJECT COST TIMELINE NACHES RIVER WATER TREATMENT PLANT INTAKE PROJECT CITY OF YAKIMA 21 BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDA STATEMENT Item No. -1E/ For Meeting of 7/16/02 ITEM TITLE: A resolution authorizing, accepting, and directing the City Manager to execute the Intergovernmental Agreement with Bonneville Power Administration for funding to update the Naches River Water Treatment Plant Intake Screen (Project). SUBMITTED BY: Dueane Calvin, Water/Irrigation Manager CONTACT PERSON/TELEPHONE: Dueane Calvin, 576-6154 SUMMARY EXPLANATION: The Bonneville Power Administration (BPA) has offered a grant, via Intergovernmental Contract No. 00010121 — Naches River Water Treatment Plant Intake Screen in the Yakima Basin BPA Project No. 2002-052-00, in the amount of $800,000 for one-time funding of the construction activities related to this project. The project was originally identified and included in the Governer's `Action Agenda' developed early in 2000. It was subsequently submitted to Bonneville Power Administration by the City of Yakima. The total project cost will be approximately $1,290,500, with the funding sources identified as follows: $800,000 from BPA, a $300,000 grant from the Washington State Salmon Recovery Funding Board, and the balance of approximately $190,500 from City of Yakima Funds. Based on the terms of the grant agreements, any cost overages in the project will also have to be covered from City of Yakima revenues. Resolution X Ordinance Other (Specify) Intergovernmental Agreement Contract X Mail to (name and address): Bonniville Power Administration, Atten: Tina- CP4, P.O. Box 3621, Portland, Or 97208-3621 Phone: (503) 230-3000 Funding Source Fund 477 — Domestic Water Improvement APPROVED FOR SUBMITTAL: -_�-e i� City Manager STAFF RECOMMENDATION: Adopt the resolution. BOARD/COMMISSION RECOMMENDATION: COUNCIL ACTION: Resolution adopted. RESOLUTION NO. R-2002-94 ' BONIY•EVILLE POWER ADMINISTRATION Mail Invoice To • rrogram Analyst - KEWB-4 Bonneville Power Admin. - PBL P. O. Box 3621 Portland OR 97208-3621 ��iyrerld� �ZD©�-� 7U INTERGOVERNMENT CONTRACT Contract : 00010121 Release Page : 1 Vendor. CITY OF YAKIMA 129 N 2ND STREET YAKIMA WA 98901 Attn: DUEANE CALVIN Please Direct Inquiries to TINA L. HOFFSTOT Title: CONTRACT SPECIALIST Phone: (503) 230-4042 Fax : (503) 230-4508 Contract Title: 2002-052-00 NACHES RIVER WATER TREATMENT INTAKE SCREEN Total Value : $800,000.00 'cing Method: COST, NO FEE r erformance Period: 06/01/02 — 02/28/03 ** NOT TO EXCEED ** Payment Terms: Days Net 10 i ntractor Sigture 4/.e -14n Z . ki'c c- , C I -t kti af-k Ada r-" Pri ted Name/Title i ate Signed / 7 BPA Contracting Officer L;" - Date Date Signed Contract Amendments Title : ADMINISTRATIVE AMENDMENT Amendment: 001 Amended Performance Period: — Amendment Value: Pricing Method : Title : 2002-052-00 NACHES RIVER WATER TREATMENT INTAKE SCREEN Amendment: 002 Amended Performance Period: — 12/31/02 Amendment Value: Pricing Method : BONNEVILLE POWER ADMINISTRATION Mail Invoice To: INTERGOVERNMENT CONTRACT rogram Analyst - KEWB-4 Bonneville Power Admin. - PBL Contract : 00010121 P. O. Box 3621 Release Portland OR 97208-3621 Page : 2 Title : 2002-052-00 NACHES RIVER WATER TREATMENT INTAKE SCREEN Amendment: 003 Amended Performance Period: — 02/28/03 Amendment Value: Pricing Method : Scope of Work Attached BONNEVILLE Power Admmi,tr.eoo COVER SHEET ATTACHMENT Naches River Water Treatment Intake Screen Proj. No. 2002-052-00 Intergovernmental Contract No. 00010121 Amendment No. 001 This Amendment is executed for the following: 1] Incorporate the revised budget for the new period of performance. No additional funds will be added for the new attached budget. 2] Extend Performance Period: ,FROM: January 1, 2003 TO: February 28, 2003 3] Incorporate the Stop Work Order Clause into this contract. STOP WORK ORDER (14-14) (SEP 98)(BPI 14.12.1) (a) The Contracting Officer may order the Contractor to suspend all or any part of the work of this contract for the period of time that the Contracting Officer determines appropriate for the convenience of BPA. (b) The Contractor shall immediately comply with the Contracting Officer's order and take all reasonable steps to minimize the incurrence of costs allocable to the work covered by the order (c) If a stop work order is issued for the convenience of BPA, the Contracting Officer shall make an equitable adjustment in the delivery schedule or contract price, or both, if the order results in a change in the time required for, or the costs properly allocable to, the performance of any part of this contract. (d) A claim under this clause shall not be allowed (1) for any cost incurred more than 20 days before the Contractor notified the Contracting Officer of the basis of the claim in writing, and (2) unless the claim stating the amount of time or money requested, is asserted in writing as soon as practicable after the termination of the delay or interruption, but not later than the day of final payment under the contract. ALL OTHER SPECIFICATIONS, TERMS & CONDITIONS REMAIN THE SAME. Page 2 Bonneville Power Administration Budget Revised Performance Period 6-1-02 to 2-28-03 BPA Contract 00010121 Project 2002-052-00 Naches River Water Treatment Plant Intake Screen City of Yakima income account 477-3-477-348-1863-331-81-9BP No Cost Budget Realignment Item Description BPA Contract Credit or Revised Contract Balance as of 00010121 Debit 00010121 11/26/2002 Existing Intake/Overflow Structure Demolition & Removal $50,000.00 (25,000.00) $25,000.00 $50,000.00 Concrete (screen base, weir base, misc.) $10,000.00 $10,000.00 $10,000.00 Import Foundation Material $500.00 $500.00 $500.00 Place/Compact Foundation Material 15,000.00 $15,000.00 Handrail 10,000.00 $10,000.00 Subtotal $60,500.00 0.00 $60,500.00 $60,500.00 New Components Screens (includes screens, supports, air system, embeds, appurtenances) $160,000.00 $160,000.00 $108,891.92 Slide Gates (behind new screens) $16,000.00 $16,000.00 $16,000.00 Inflatable Overflow Weir $100,000.00 (50,000.00) $50,000.00 $85,967.00 48" Waste Ditch Pipe $4,000.00 25,000.00 $29,000.00 $4,000.00 Concrete Bulkhead on Waste Ditch $0.00 Fish Barriers (for upstream migrants) $10,000.00 $10,000.00 $10,000.00 Turbidimeter $4,000.00 $4,000.00 $4,000.00 ElectricaUJ&C 15,000.00 $15,000.00 Miscellaneous Mechanical 10,000.00 $10,000.00 Subtotal $294,000.00 0.00 $294,000.00 $228,858.92 New Channel Wall Concrete - Wall and Foundation 14,394.00 $14,394.00 Subtotal $0.00 14,394.00 $14,394.00 $0.00 Site Dewatering Pump Operation $25,000.00 40,000.00 $65,000.00 $25,000.00 Coffer Dam/HDPE/Removal $40,000.00 (40,000.00) $0.00 $40,000.00 Subtotal $65,000.00 0.00 $65,000.00 $65,000.00 Traffic and Environmental Control Traffic Control Program $3,000.00 15,000.00 $18,000.00 $0.00 Subtotal $3,000.00 15,000.00 $18,000.00 $0.00 Ongoing Operation of Facility Raw Water Pumping to Intake Pipe $35,000.00 (25,000.00) $10,000.00 $928.87 Subtotal $35,000.00 (25,000.00) $10,000.00 $928.87 Other Mobilization / Demobilization (5%) $35,000.00 27,000.00 $62,000.00 $10,000.00 Bonds / Insurance (2%) $17,000.00 (17,000.00) $0.00 $17,000.00 Startup Subtotal $52,000.00 10,000.00 $62,000.00 $27,000.00 1 2 Bonneville Power Administration Budget Revised Performance Period 6-1-02 to 2-28-03 BPA Contract 00010121 Project 2002-052-00 Naches River Water Treatment Plant Intake Screen City of Yakima income account 477-3-477-348-1863-331-81-9BP No Cost Budget Realignment Item Description BPA Contract 00010121 Credit or Debit Revised Contract 00010121 Balance as of 11/26/2002 Engineering Services Predesign/Design $138,000.00 $138,000.00 $0.00 Permitting $42,000.00 $42,000.00 $0.00 Contractor Prequalification $4,000.00 $4,000.00 $0.00 Bidding $12,000.00 $12,000.00 $0.00 Construction $22,000.00 $22,000.00 $0.00 Subtotal $218,000.00 0.00 $218,000.00 $0.00 Biological Services Design & Project Review $12,000.00 $12,000.00 $104.62 Fish Salvage, Monitoring & Evaluation $20,000.00 $20,000.00 $2,963.75 Tech Support and Project Assistance _ $5,500.00 $5,500.00 $4,324.55 Subtotal $37,500.00 0.00 $37,500.00 $7,392.92 City Services Surveying $5,000.00 606.00 $5,606.00 $0.00 Direct Staff Involvement $30,000.00 (15,000.00) $15,000.00 $16,669.43 Subtotal $35,000.00 1 (14,394.00) $20,606.00 $16,669.43 TOTAL $800,000.00 0.00 $800,000.00 $406,350.14 3