Loading...
HomeMy WebLinkAboutR-2010-098 William O. Douglas Powerhouse Trail ConnectorGGERkS City of Yakima Engineering Division William O. Douglas Powerhouse Trail Connector Construction Contract Specifications & Bid Documents City Project Number 2301 ❖ Federal Aid No.: STPE-1485(023) 129 North Second Street Yakima, WA 98901 Phone (5091575-6111 Fax (509) 576-6314 January 2013 IMMI- US s EN NM NM r I ME MB 1 N M 1! - N 11111 BID SUMMARY WILLIAM O. DOUGLAS -POWERHOUSE TRAIL CONNECTOR CITY PROJECT NO. 2301 - FEDERAL AID NO. :STPE-1485(023) ENGINEERS' ESTIMATE PARAGON NORTHWEST YAKIMA, WA COLUMBIA ASPHALT GRAVEL, INC. YAKIMA, WA GRANITE CONSTRUCTION INCORPORATED YAKIMA, WA WILLIAM CHARLES WEST KENNEWICK,WA ITEM NO. BID SECURITY QTY UNIT ITEM UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT 1 MINOR CHANGE 1 FA $ 10,000.00 $ 10,000.00 $ 10,000.00 $ 10,000.00 $ 10,000.00 $ 10,00000 $ 10,000.00 $ 10,000.00 $ 10,000.00 $ 10,000.00 2 SPCC PLAN 1 LS 6 500.00 $ 500.00 $ 500 00 $ 500.00 $ 500.00 $ 500.00 $ 250.00 $ 250.00 $ 500.00 $ 500.00 3 MOBILIZATION 1 LS $ 20030.00 $ 20,030.00 $ 15,517.50 $ 15,517.50 $ 17,400.00 S 17,400.00 $ 10,042.00 $ 10,042.00 $ 56,000.00 $ 56,000.00 4 PROJECT TEMPORARY TRAFFIC CONTROL 1 LS $ 10,000.00 $ 10,000.00 $ 5,000.00 $ 5,000.00 $ 20,202.00 $ 20,202.00 $ 30,000.00 $ 30,000.00 $ 13,500.00 $ 13,500.00 5 ROADSIDE CLEANUP 1 FA $ 13,000.00 $ 13,000.00 $ 13,000.00 $ 13,000.00 $ 13,000.00 $ 13,000.00 $ 13,000.00 $ 13,000.00 $ 13,000.00 $ 13,000.00 6 SAW CUT 1500 LF $ 2.00 $ 3,000.00 $ 1.25 $ 1,875.00 $ 1.50 $ 2,250.00 $ 2.60 $ 3,900.00 $ 1.50 $ 2,250.00 7 PATHWAY EXCAVATION INCL. HAUL 900 CY $ 18.00 $ 16,200.00 $ 18 00 $ 16,200.00 $ 32.00 $ 28,800.00 $ 35.00 $ 31,500.00 $ 28.00 $ 25,200.00 8 CRUSHED SURFACING TOP COURSE 645 TON $ 15.00 $ 9,675.00 $ 18.50 $ 11,932 50 $ 25.00 $ 16,125.00 $ 28.00 $ 18,060.00 $ 34.00 $ 21,930.00 9 NMA CL. 3/8 PG 64-28 430 TON $ 95.00 $ 40,850.00 $ 82.00 $ 35,260.00 $ , 114.00 $ 49,020.00 $ 105.00 $ 45,150.00 $ 94.00 $ 40,420.00 10 PAVEMENT REPAIR 280 SY $ 110.00 $ 30,800.00 S 37.00 $ 10,360.00 $ 30.00 $ 8,400.00 $ 56.00 $ 15,680.00 $ 67.00 $ 18,760.00 11 ASPHALT CURB RAMP TYPE 1 2 EACH $ 1,000.00 $ 2,000.00 S 525.00 $ 1,050.00 $ 450.00 $ 900.00 $ 1,500.00 $ 3,000.00 $ 1,050.00 $ 2,100.00 12 ASPHALT CURB RAMP TYPE 2 8 EACH $ 1,000.00 $ 8,000.00 $ 525.00 $ 4,200.00 $ 600.00 5' 4,800.00 $ 1,250.00 $ 10,000.00 $ 1,050.00 $ 8,400.00 13 ADJUST CATCH BASIN 3 EACH $ 500.00 $ 1,500.00 $ 500.00 $ 1,500.00 $ 295.00 $ 885.00 $ 800.00 $ 2,400.00 $ 450.00 $ 1,350.00 14 ADJUST VALVE BOX 4 EACH $ 500.00 $ 2,000.00 $ 300.00 $ 1,200.00 $ 155.00 $ 620.00 $ 550.00 $ 2,200.00 $ 375.00 $ 1,500.00 15 REMOVE AND REPLACE IRRIGATION SYSTEM 1 FA $ 5,000.00 $ 5,000.00 $ 5,000 00 $ 5,000.00 $ 5,000.00 $ 5,000.00 $ 5,000.00 $ 5,000.00 $ 5,000.00 $ 5,000.00 16 CEMENT CONC. TRAFFIC CURB AND GUTTER 1150 LF $ 25.00 $ 28,750.00 $ 19.25 $ 22,137.50 $ 20.00 $ 23,000.00 $ 21.00 $ 24,150.00 $ 19.00 $ 21,850.00 17 EXTRUDED CURB TYPE 6 10 LF $ 50.00 $ 500.00 $ 19.25 $ 192.50 $ 55.00 5 550.00 $ 30.00 $ 300.00 $ 19.00 $ 190.00 18 CEMENT CONCRETE SIDEWALK 275 SY $ 40.00 $ 11,000.00 $ 40.00 $ 11,000.00 $ 60.00 $ 16,500.00 $ 59.00 $ 16,225.00 $ 40.00 $ 11.000.00 19 CEMENT CONCRETE CURB RAMP TYPE PERPENDICULAR A 1 EACH $ 1,000.00 $ 1,000.00 $ 900.00 $ 900.00 $ 900.00 5 900.00 $ 1,900.00 $ 1,900.00 $ 1,900.00 $ 1,900.00 20 CEMENT CONCRETE CURB RAMP TYPE SINGLE DIRECTION A 4 EACH $ 1,000.00 $ 4,000.00 $ 2,000.00 $ 8,000.00 $ 2,000.00 $ 8,000.00 $ 2,800.00 $ 11,200.00 $ 1,875.00 $ 7,500.00 21 CEMENT CONCRETE CURB RAMP TYPE SINGLE DIRECTION B 1 EACH $ 1,000.00 $ 1,000.00 $ 2,000.00 $ 2,000.00 $ 2,000.00 $ 2,000.00 $ 1,900.00 $ 1,900.00 $ 1,875.00 $ 1,875.00 22 CEMENT CONCRETE CURB RAMP TYPE PARALLEL A 2 EACH $ 1,000.00 $ 2,000.00 $ 900.00 $ 1,800.00 $ 2,220.00 $ 4,440.00 $ 1,900.00 $ 3,800.00 $ 900.00 $ 1,800.00 23 CURB RAMP DETECTABLE WARNING SURFACE RETROFIT 105 SF $ 10.00 $ 1,050.00 $ 30.00 $ 3,150.00 $ 40.00 $ 4,200.00 $ 40.00 $ 4,200.00 $ 43.00 $ 4,515.00 24 CEMENT CONCRETE SIDEWALK REPAIR 50 SY $ 60.00 $ 3,000.00 $ 47.00 $ 2,350 00 $ 45.00 $ 2,250.00 $ 75.00 $ 3,750.00 $ 48.00 $ 2,400.00 25 MAILBOX SUPPORT, TYPE 1 1 EACH $ 250.00 $ 250.00 $ 300 00 '$ 300.00 $ 280.00 $ 280.00 $ 300.00 $ 300.00 $ 300.00 $ 300.00 26' REMOVE EXISTING BOLLARD 5 EACH $ 100.00 $ 500.00 $ 100 00 $ 500.00 $ 75.00 $ 375.00 $ 50.00 $ 250.00 $ 50.00 $ 250.00 27 BOLLARD TYPE 1 4 EACH $ 500.00 $ 2,000.00 $ 1,300.00 $ 5,200.00 $ 850.00 $ 3,400.00 $ 1,300.00 $ 5,200.00 $ 625.00 $ 2,500.00 28 PERMANENT SIGNING 1 LS $ 1,000.00 $ 1,000.00 $ 150.00 $ 150.00 $ 302.00 $ 302.00 $ 300.00 $ 300.00 $ 1,300.00 $ 1,300.00 29 PLASTIC CROSSWALK LINE 1725 SF $ 1.00 $ 1,725.00 $ 5.00 $ 8,625.00 $ 4.80 $ 8,280.00 $ 5.00 $ 8,625.00 $ 8.15 $ 14,058.75 TOTAL: $ 230,330.00 $ 198,900.00 $ 252,379.00 $ 282,282.00 $ 291,348.75 CITY ENGINEERS REPORT y.�„� CITY OF YAKIMA COMPETITIVE BIDS WERE OPENED ON 2/14/2013 _= � 1 � ALL BIDS HAVE BEEN REVIEWED BY THIS OFFICE. I RECOMMEND THE CONTRACT BE AWARDED TO: 1\ tt- WILLIAM 0. DOUGLAS•POWERHOUSETR0IL CONNECTOR PARAGON NORTHWEST • ) g'�:� : ,\ AWARD MADE BY CITY ; NAGER zi 14 CITY PROJECT NO 2301 -FEDERAL AID NO.:STPE-1485(023) I L ',,•,,,,.c.!\ , fit am '- 2-21-13 ( DATE: 211412013 13 DA E c CITY ENGIN ER S DATE /• NAGER FILE. SCiiyenglergirnageslBidSummaries SHEET 1 OF 1 DEPARTMENT OF UTILITES AND ENGINEERING Debbie Cook, PE, Director Douglas Mayo, PE, City Engineer Engineering Division 129 North Second Street Yakima, Washington 98901 (509) 575-6111 • Fax (509) 576-6305 ADDENDUM NO. 1 TO THE BID DOCUMENTS & SPECIFICATIONS FOR THE CITY OF YAKIMA, WA For William 0. Douglas Powerhouse Trail Connector City Project No.: 2301 TO THE ATTENTION OF ALL BIDDERS AND PLAN HOLDERS: The Bid & Contract Documents shall be modified as follows. ITEM 1. Item Bid Proposal Sheet The Item Bid Proposal Sheet on pages 199-200 is to be replaced with the attached Item Bid Proposal Sheet included in this addendum. Tax is not to be added to the total bid. ITEM 2. Federal Wage Determinations for Highway Construction The Federal Wage Determinations for Highway Construction have been updated. Replace pages 122-160 with the attached update. This ADDENDUM is to be considered as much a part of the contract provisions as if it were included in the body of the Plans and Specifications. All Bidders shall acknowledge receipt of the ADDENDUM on the proposal form prior to bid opening. APPROVED: Z -% X -A. z -Ccs - t3 Brett H. Sheffiieki; P.E. Date Chief Engineer END OF ADDENDUM NO. 1 • 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ITEM PROPOSAL BID SHEET City of Yakima William 0. Douglas — Powerhouse Trail Connector City Project No. 2301 Federal Aid No.: STPE-1485(023) ITEM NO. PROPOSAL ITEM PAYMENT SECTION QTY UNIT UNIT PRICE DOLLARS AMOUNT DOLLARS 1 MINOR CHANGE 1-04 4 1 FA $10,000 $10,000 2 SPCC PLAN 1 07 15 1 LS .4 -5-00 -6- 500 " 3 MOBILIZATION 1-09 7 1 LS P/// . [�/TMi -1 �- /7-� if r' 4 PROJECT TEMPORARY TRAFFIC CONTROL 1-10 5 1 LS ‘5,600-°° DO . 5i0o•16 5 ROADSIDE CLEANUP 2-01 5 1 FA $13,000 $13,000 6 SAW CUT 2-02.5 1500 LF t 1i. 2-S- i' tI P.s.:°3 7 PATHWAY EXCAVATION INCL. HAUL 2-03 5 900 CY 19.60 7 P -a/266, 8 CRUSHED SURFACING TOP COURSE 4-04 5 645 TON J 18 .56, P 1032-51' 9 HMA CL. 3/8 PG 64-28 5-04 5 430 TON ) 82 • op 125-2-(00.6" - 10 PAVEMENT REPAIR 5-04.5 280 SY 37: ao /0/3W°` 11 ASPHALT CURB RAMP TYPE 1 5-04 5 2 EACH 5.2.57 UD l j °5-°• d0 12 ASPHALT CURB RAMP TYPE 2 5-04 5 8 EACH os _S-2.5.� zi, 2.00." 13 705 5ST CATCH BASIN 3 EACH /eft,© dd .t I S- .00 l 14 ADJUST VALVE BOX7-1 4 EACH 14 6.9 o0 4 (1 2_00 pi 15 REMOVE AND REPLACE IRRIGATION SYSTEM 8-03 5 1 FA $5,000 $5,000 16 CEMENT CONC TRAFFIC CURB AND GUTTER 8-04 5 1150 LFC i9 t S4 2.2 17 EXTRUDED CURB TYPE 6p 8-045 10 LF , 11,25- i256 Addendum 1 William 0. Douglas - Powerhouse Trail Connector Page 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 18 CEMENT CONCRETE SIDEWALK 8-14 5 275 SY �,� �o. 1 1,DO`g,a 19 CEMENT CONCRETE CURB RAMP TYPE PERPENDICULAR A 8-14 5 1 EACH$ . O. 70 4 700.00 20 8-14 5 CEMENT CONCRETE CURB RAMP TYPE SINGLE DIRECTION A 4 EACH 2/ a 14 u/®OD.rh? 21 CEMENT CONCRETE CURB RAMP TYPE SINGLE DIRECTION B 8-14 5 1 EACH ) g, 04.4 It g` top p0 22 CEMENT CONCRETE CURB RAMP TYPE PARALLEL Ah 8-14 5 2 EACH �lbD.Op ` j, 800. em 23 CURB RAMP DETECTABLE WARNING SURFACE RETROFIT 8-145 105 SFbo "3fi. •D/ 10(1' 24 CEMENT CONCRETE SIDEWALK REPAIR 8-145 SY A50 ,1 1.1.0t, -+ IZ&pp9 25 8-18.5 MAILBOX SUPPORT, TYPE 1 1 EACH j) 300.01' $ 300.00 26 REMOVE EXISTING BOLLARD 8-18.5 5 EACH D(%'0 5-03-C° 27 BOLLARD TYPE 1 8-18 5 4 EACH ,I 11Z00.a' -11, .5. 209 28 PERMANENT SIGNING 8-215 1 LS 15-0,co A 15-6.° 29 PLASTIC LC CROSSWALK LINE 1725 SF s X90 - D I TOTAL: ?d0 Addendum 1 William 0. Douglas - Powerhouse Trail Connector Page 2 General Decision Number: WA130001 02/01/2013 WA1 Superseded General Decision Number: WA20120001 State: Washington Construction Type: Highway Counties: Washington Statewide. HIGHWAY (Excludes D.O.E. Hanford Site in Benton and Franklin Counties) Modification Number Publication Date 0 01/04/2013 1 01/11/2013 2 01/18/2013 3 02/01/2013 CARP0001-008 09/01/2009 Rates Fringes Page 11 Carpenters: COLUMBIA RIVER AREA - ADAMS, BENTON, COLUMBIA, DOUGLAS (EAST OF THE 120TH MERIDIAN), FERRY, FRANKLIN, GRANT, OKANOGAN (EAST OF THE 120TH MERIDIAN) AND WALLA WALLA COUNTIES GROUP 1• $ 27.73 10.56 GROUP 2• $ 29.73 10.56 GROUP 3 $ 28.00 10.56 GROUP 4 $ 27.73 10.56 GROUP 5• $ 63.50 10.56 GROUP 6 $ 30.75 10.56 GROUP 7 $ 31.75 10.56 GROUP 8 $ 28.00 10.56 GROUP 9 $ 33.75 10.56 WA130001 Modification 3 Federal Wage Determinations for Highway Construction Addendum 1 William 0. Douglas - Powerhouse Trail Connector Page 1 of 44 SPOKANE AREA: ASOTIN, GARFIELD, LINCOLN, PEND OREILLE, SPOKANE, STEVENS AND WHITMAN COUNTIES GROUP 1• $ 26.06 10.56 GROUP 2• $ 28.06 10.56 GROUP 3• $ 26.32 10.56 GROUP 4• $ 26.06 10.56 GROUP 5 $ 60.14 10.56 GROUP 6 $ 29.07 10.56 GROUP 7 $ 30.07 10.56 GROUP 8 $ 27.32 10.56 GROUP 9 $ 33.07 10.56 CARPENTER & DIVER CLASSIFICATIONS: GROUP 1: Carpenter 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 carpenters GROUP 5: Diver Wet GROUP 6: Diver Tender, Manifold Operator, ROV Operator GROUP 7: Diver Standby, Bell/Vehicle or Submersible operator Not Under Pressure GROUP 8: Assistant Tender, ROV Tender/Technician GROUP 9: Manifold Operator -Mixed Gas ZONE PAY: ZONE 1 0-40 MILES FREE ZONE 2 41-65 MILES $2.25/PER HOUR ZONE 3 66-100 MILES $3.25/PER HOUR ZONE 4 OVER 100 MILES $4.75/PER HOUR DISPATCH POINTS: CARPENTERS/MILLWRIGHTS: PASCO (515 N Neel Street) or Main Post Office of established residence of employee (Whichever is closest to the worksite). CARPENTERS/PILEDRIVER: SPOKANE (127 E. AUGUSTA AVE.) or Main Post Office of established residence of employee (Whichever is closest to the worksite). CARPENTERS: WENATCHEE (27 N. CHELAN) or Main Post Office of established residence of employee (Whichever is closest to the worksite). CARPENTERS: COEUR D' ALENE (1839 N. GOVERNMENT WAY) or Main Post Office of established residence of employee (Whichever is closest to the worksite). CARPENTERS: MOSCOW (302 N. JACKSON) or Main Post Office of established residence of employee (Whichever is closest to the worksite). WA130001 Modification 3 Federal Wage Determinations for Highway Construction Addendum 1 Page 12 William 0. Douglas - Powerhouse Trail Connector Page 2 of 44 DEPTH PAY FOR DIVERS BELOW WATER SURFACE: 50-100 feet $2.00 per foot 101-150 feet $3.00 per foot 151-220 feet $4.00 per foot 221 feet and deeper $5.00 per foot PREMIUM PAY FOR DIVING IN ENCLOSURES WITH NO VERTICAL ASCENT: 0-25 feet Free 26-300 feet $1.00 per Foot SATURATION DIVING: The standby rate applies until saturation starts. The saturation diving rate applies when divers are under pressure continuously until work task and decompression are complete. the diver rate shall be paid for all saturation hours. WORK IN COMBINATION OF CLASSIFICATIONS: Employees working in any combination of classifications within the diving crew (except dive supervisor) in a shift are paid in the classification with the highest rate for that shift. HAZMAT PROJECTS: Anyone working on a HAZMAT job (task), where HAZMAT certification is required, shall be compensated at a premium, in addition to the classification working in as follows: LEVEL D + $.25 per hour - This is the lowest level of protection. No respirator is used and skin protection is minimal. LEVEL C + $.50 per hour - This level uses an air purifying respirator or additional protective clothing. LEVEL B + $.75 per hour - Uses same respirator protection as Level A. Supplied air line is provided in conjunction with a chemical "splash suit". LEVEL A +$1.00 per hour - This level utilizes a fully encapsulated suit with a self-contained breathing apparatus or a supplied air line. WA130001 Modification 3 Federal Wage Determinations for Highway Construction Addendum 1 Page 13 William 0. Douglas - Powerhouse Trail Connector Page 3 of 44 CARP0003-006 10/01/2011 SOUTHWEST WASHINGTON: CLARK, COWLITZ, KLICKITAT, LEWIS(Piledriver only), PACIFIC (South of a straight line made by extending the north boundary line of Wahkiakum County west to Willapa Bay to the Pacific Ocean), SKAMANIA AND WAHKIAKUM COUNTIES and INCLUDES THE ENTIRE PENINSULA WEST OF WILLAPA BAY SEE ZONE DESCRIPTION FOR CITIES BASE POINTS ZONE 1: Rates Fringes Carpenters: CARPENTERS $ 32.04 14.18 DIVERS TENDERS $ 36.34 14.18 DIVERS $ 77.08 14.18 DRYWALL $ 27.56 14.18 MILLWRIGHTS $ 32.19 14.18 PILEDRIVERS $ 33.04 14.18 DEPTH PAY: 50 TO 100 FEET $1.00 PER FOOT OVER 50 FEET 101 TO 150 FEET $1.50 PER FOOT OVER 101 FEET 151 TO 200 FEET $2.00 PER FOOT OVER 151 FEET Zone Differential (Add up Zone 1 rates): Zone 2 - $0.85 Zone 3 - 1.25 Zone 4 - 1.70 Zone 5 - 2.00 Zone 6 - 3.00 BASEPOINTS: ASTORIA, LONGVIEW, PORTLAND, THE DALLES, AND VANCOUVER, (NOTE: All dispatches for Washington State Counties: Cowlitz, Wahkiakum and Pacific shall be from Longview Local #1707 and mileage shall be computed from that point.) ZONE 1: Projects located within 30 miles of the respective city hall of the above mentioned cities ZONE 2: Projects located more than 30 miles and less than 40 miles of the respective city of the above mentioned cities ZONE 3: Projects located more than 40 miles and less than 50 miles of the respective city of the above mentioned cities ZONE 4: Projects located more than 50 miles and less than 60 miles of the respective city of the above mentioned cities ZONE 5: Projects located more than 60 miles and less than 70 miles of the respective city of the above mentioned cities ZONE 6: Projects located more than 70 miles of the respected city of the above mentioned cities WA130001 Modification 3 Federal Wage Determinations for Highway Construction Addendum 1 Page 14 William 0 Douglas - Powerhouse Trail Connector Page 4 of 44 CARP0770-003 07/01/2012 Rates Fringes Page 15 Carpenters: CENTRAL WASHINGTON: CHELAN, DOUGLAS (WEST OF THE 120TH MERIDIAN),KITTITAS, OKANOGAN (WEST OF THE 120TH MERIDIAN) AND YAKIMA COUNTIES CARPENTERS ON CREOSOTE MATERIAL $ 25.93 12.60 CARPENTERS $ 25.83 12.60 DIVERS TENDER $ 39.15 12.60 DIVERS $ 87.20 12.60 MILLWRIGHT AND MACHINE ERECTORS $ 37.07 12.60 PILEDRIVER, DRIVING, PULLING, CUTTING, PLACING COLLARS, SETTING, WELDING OR CRESOTE TREATED MATERIAL, ALL PILING $ 36.22 12.60 (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - ALL CLASSIFICATIONS EXCEPT MILLWRIGHTS AND PILEDRIVERS Hourly Zone Pay shall be paid on jobs located outside of the free zone computed from the city center of the following listed cities: Seattle Olympia Bellingham Auburn Bremerton Anacortes Renton Shelton Yakima Aberdeen-Hoquiam Tacoma Wenatchee Ellensburg Everett Port Angeles Centralia Mount Vernon Sunnyside Chelan Pt. Townsend Zone Pay: 0 -25 radius miles Free 26-35 radius miles $1.00/hour 36-45 radius miles $1.15/hour 46-55 radius miles $1.35/hour Over 55 radius miles $1.55/hour (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - MILLWRIGHT AND PILEDRIVER ONLY) Hourly Zone Pay shall be computed from Seattle Union Hall, Tacoma City center, and Everett City center _Zone Pay: 0 -25 radius miles Free 26-45 radius miles $ .70/hour Over 45 radius miles $1.50/hour WA130001 Modification 3 Federal Wage Determinations for Highway Construction Addendum 1 William 0. Douglas - Powerhouse Trail Connector Page 5 of 44 CARP0770-006 07/07/2012 Rates Fringes Page 16 Carpenters: WESTERN WASHINGTON: CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS (excludes piledrivers only), MASON, PACIFIC (North of a straight line made by extending the north boundary line of Wahkiakum County west to the Pacific Ocean), PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM COUNTIES BRIDGE CARPENTERS $ 35.39 13.60 CARPENTERS ON CREOSOTE MATERIAL $ 35.49 13.60 CARPENTERS $ 35.39 13.60 DIVERS TENDER $ 39.15 13.60 DIVERS $ 87.20 13.60 MILLWRIGHT AND MACHINE ERECTORS $ 36.39 13.60 PILEDRIVER, DRIVING, PULLING, CUTTING, PLACING COLLARS, SETTING, WELDING OR CRESOTE TREATED MATERIAL, ALL PILING $ 35.59 13.60 (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - ALL CLASSIFICATIONS EXCEPT MILLWRIGHTS AND PILEDRIVERS Hourly Zone Pay shall be paid on jobs located outside of the free zone computed from the city center of the following listed cities: Seattle Auburn Renton Aberdeen-Hoquiam Ellensburg Centralia Chelan Zone Pay: 0 -25 radius 26-35 radius 36-45 radius 46-55 radius miles miles miles miles Olympia Bremerton Shelton Tacoma Everett Mount Vernon Pt. Townsend Over 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: WESTERN AND CENTRAL WASHINGTON - MILLWRIGHT AND PILEDRIVER ONLY) Hourly Zone Pay shall be computed from Seattle Union Hall, Tacoma City center, and Everett City center Zone Pay: 0 -25 radius miles 26-45 radius miles Over 45 radius miles Free $ .70/hour $1.50/hour WA130001 Modification 3 Federal Wage Determinations for Highway Construction Addendum 1 William 0. Douglas - Powerhouse Trail Connector Page 6 of 44 ELEC0046-001 11/05/2012 CALLAM, JEFFERSON, KING AND KITSAP COUNTIES Rates Fringes CABLE SPLICER $ 45.83 3%+15.96 ELECTRICIAN $ 41.66 3%+15.96 ELEC0048-003 01/01/2013 CLARK, KLICKITAT AND SKAMANIA COUNTIES Rates Fringes CABLE SPLICER $ 41.85 18.44 ELECTRICIAN $ 38.05 18.44 HOURLY ZONE PAY: Hourly Zone Pay shall be paid on jobs located outside of the free zone computed from the city center of the following listed cities: Portland, The Dalles, Hood River, Tillamook, Seaside and Astoria Zone Pay: Zone 1: 31-50 miles $1.50/hour Zone 2: 51-70 miles $3.50/hour Zone 3: 71-90 miles $5.50/hour Zone 4: Beyond 90 miles $9.00/hour *These are not miles driven. Zones are based on Delorrne Street Atlas USA 2006 plus. ELEC0048-029 01/01/2013 COWLITZ AND WAHKIAKUM COUNTY Rates Fringes CABLE SPLICER $ 41.85 16.39 ELECTRICIAN $ 38.05 16.39 ELEC0073-001 07/01/2012 ADAMS, FERRY, LINCOLN, PEND OREILLE, SPOKANE, STEVENS, WHITMAN COUNTIES Rates Fringes CABLE SPLICER $ 31.70 15.39 ELECTRICIAN $ 28.82 15.39 WA130001 Modification 3 Federal Wage Determinations for Highway Construction Addendum 1 Page 17 William 0. Douglas - Powerhouse Trail Connector Page 7 of 44 ELEC0076-002 09/01/2011 GRAYS HARBOR, LEWIS, MASON, PACIFIC, PIERCE, AND THURSTON COUNTIES Rates CABLE SPLICER $ 37.54 ELECTRICIAN $ 34.13 Fringes 21.62 21.62 ELEC0112-005 06/01/2012 ASOTIN, BENTON, COLUMBIA, FRANKLIN, GARFIELD, KITTITAS, WALLA WALLA, YAKIMA COUNTIES Rates Fringes CABLE SPLICER $ 38.83 ELECTRICIAN $ 36.55 15.83 16.28 ELEC0191-003 07/01/2011 ISLAND, SAN JUAN, SNOHOMISH, SKAGIT AND WHATCOM COUNTIES Rates Fringes CABLE SPLICER $ 42.91 15.39 ELECTRICIAN $ 39.01 15.39 ELEC0191-004 07/01/2011 CHELAN, DOUGLAS, GRANT AND OKANOGAN COUNTIES Rates CABLE SPLICER $ 39.28 ELECTRICIAN $ 35.71 Fringes 15.24 15.24 WA130001 Modification 3 Federal Wage Determinations for Highway Construction Addendum 1 Page 18 William 0. Douglas - Powerhouse Trail Connector Page 8 of 44 ENGI0302-003 06/01/2011 CHELAN (WEST OF THE 120TH MERIDIAN), CLALLAM, DOUGLAS (WEST OF THE 120TH MERIDIAN), GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, KITTITAS, MASON, OKANOGAN (WEST OF THE 120TH MERIDIAN), SAN JUNA, SKAGIT, SNOHOMISH, WHATCOM AND YAKIMA (WEST OF THE 120TH MERIDIAN) COUNTIES PROJECTS: CATEGORY A PROJECTS (EXCLUDES CATEGORY B PROJECTS, AS SHOWN BELOW) Zone 1 (0-25 radius miles): Rates Fringes Power equipment operators: Group lA $ 35.79 15.15 Group IAA $ 36.36 15.15 Group lAAA $ 36.92 15.15 Group 1 $ 35.24 15.15 Group 2 $ 34.75 15.15 Group 3 $ 34.33 15.15 Group 4 $ 31.97 15.15 Zone Differential (Add to Zone 1 rates): Zone 2 (26-45 radius miles) - $1.00 Zone 3 (Over 45 radius miles) - $1.30 BASEPOINTS: Aberdeen, Bellingham, Bremerton, Everett, Kent, Mount Vernon, Port Angeles, Port Townsend, Seattle, Shelton, Wenatchee, Yakima POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1AAA - Cranes -over 300 tons, or 300 ft of boom (including jib with attachments) GROUP IAA - Cranes 200 to 300 tons, or 250 ft of boom (including jib with attachments); Tower crane over 175 ft in height, base to boom GROUP 1A - Cranes, 100 tons thru 199 tons, or 150 ft of boom (including jib with attachments); Crane -overhead, bridge type, 100 tons and over; Tower crane up to 175 ft in height base to boom; Loaders -overhead, 8 yards and over; Shovels, excavator, backhoes-6 yards and over with attachments GROUP 1 - Cableway; Cranes 45 tons thru 99 tons, under 150 ft of boom (including jib with attachments); Crane -overhead, bridge type, 45 tons thru 99 tons; Derricks on building work; Excavator, shovel, backhoes over 3 yards and under 6 yards; Hard tail end dump articulating off-road equipment 45 yards and over; Loader- overhead 6 yards to, but not including 8 yards; Mucking machine, mole, tunnel, drill and/or shield; Quad 9, HD 41, D-10; Remote control operator on rubber tired earth moving equipment; Rollagon; Scrapers -self propelled 45 yards and over; Slipform pavers; Transporters, all truck or track type WA130001 Modification 3 Federal Wage Determinations for Highway Construction Addendum 1 Page 19 William 0. Douglas - Powerhouse Trail Connector Page 9 of 44 GROUP 2 - Barrier machine (zipper); Batch Plant Operaor- Concrete; Bump Cutter; Cranes, 20 tons thru 44 tons with attachments; Crane -overhead, bridge type -20 tons through 44 tons; Chipper; Concrete Pump -truck mount with boom attachment; Crusher; Deck Engineer/Deck Winches (power); Drilling machine; Excavator, shovel, backhoe-3yards and under; Finishing Machine, Bidwell, Gamaco and similar equipment; Guardrail punch; Horizontal/directional drill operator; Loaders -overhead under 6 yards; Loaders -plant feed; Locomotives -all; Mechanics -all; Mixers -asphalt plant; Motor patrol graders -finishing; Piledriver (other than crane mount); Roto-mill,roto-grinder; Screedman, spreader, topside operator-Blaw Knox, Cedar Rapids, Jaeger, Caterpillar, Barbar Green; Scraper -self propelled, hard tail end dump, articulating off-road equipment -under 45 yards; Subgrade trimmer; Tractors, backhoes-over 75 hp; Transfer material service machine -shuttle buggy, blaw knox-roadtec; Truck crane oiler/driver-100 tons and over; Truck Mount portable conveyor; Yo Yo Pay dozer GROUP 3 - Conveyors; Cranes-thru 19 tons with attachments; A -frame crane over 10 tons; Drill oilers -auger type, truck or crane mount; Dozers -D-9 and under; Forklift -3000 lbs. and over with attachments; Horizontal/directional drill locator; Outside hoists -(elevators and manlifts), air tuggers, strato tower bucket elevators; Hydralifts/boom trucks over 10 tons; Loader -elevating type, belt; Motor patrol grader-nonfinishing; Plant oiler- asphalt, crusher; Pumps -concrete; Roller, plant mix or multi -lift materials; Saws -concrete; Scrpers-concrete and carry -all; Service engineer -equipment; Trenching machines; Truck Crane Oiler/Driver under 100 tons; Tractors, backhoe 75 hp and under GROUP 4 - Assistant Engineer; Bobcat; Brooms; Compressor; Concrete finish mahine-laser screed; Cranes -A frame -10 tons and under; Elevator and Manlift-permanent or shaft type; Gradechecker, Stakehop; Forklifts under 3000 lbs. with attachments; Hydralifts/boom trucks, 10 tons and under; Oil distributors, blower distribution and mulch seeding operator; Pavement breaker; Posthole digger, mechanical; Power plant; Pumps, water; Rigger and Bellman; Roller -other than plant mix; Wheel Tractors, farmall type; Shotcrete/gunite equipment operator WA130001 Modification 3 Federal Wage Determinations for Highway Construction Addendum 1 Page 110 William 0. Douglas - Powerhouse Trail Connector Page 10 of 44 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Category B Projects: 95% of the basic hourly reate for each group plus full fringe benefits applicable to category A projects shall apply to the following projects. A Reduced rates may be paid on the following: 1. Projects involving work on structures such as buildings and bridges whose total value is less than $1.5 million excluding mechanical, electrical, and utility portions of the contract. 2. Projects of less than $1 million where no building is involved. Surfacing and paving included, but utilities excluded. 3. Marine projects (docks, wharfs, etc.) less than $150,000. HANDLING OF HAZARDOUS WASTE MATERIALS: Personnel in all craft classifications subject to working inside a federally designated hazardous perimeter shall be elgible for compensation in accordance with the following group schedule relative to the level of hazardous waste as outlined in the specific hazardous waste project site safety plan. H-1 Base wage rate when on a hazardous waste site when not outfitted with protective clothing H-2 Class "C" Suit - Base wage rate plus $ .25 per hour. H-3 Class "B" Suit - Base wage rate plus $ .50 per hour. H-4 Class "A" Suit - Base wage rate plus $ .75 per hour. Zone Differential (Add to Zone 1 rates): Zone 2 (26-45 radius miles) - $ .70 Zone 3 (Over 45 radius miles) - $1.00 BASEPOINTS: Aberdeen, Bellingham, Bremerton, Everett, Kent, Mount Vernon, Port Angeles, Port Townsend, Seattle, Shelton, Wenatchee, Yakima WA130001 Modification 3 Federal Wage Determinations for Highway Construction Addendum 1 Page 111 William 0. Douglas - Powerhouse Trail Connector Page 11 of 44 POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP lAAA - Cranes -over 300 tons, or 300 ft of boom (including jib with attachments) GROUP IAA - Cranes 200 to 300 tons, or 250 ft of boom (including jib with attachments); Tower crane over 175 ft in height, base to boom GROUP lA - Cranes, 100 tons thru 199 tons, or 150 ft of boom (including jib with attachments); Crane -overhead, bridge type, 100 tons and over; Tower crane up to 175 ft in height base to boom; Loaders -overhead, 8 yards and over; Shovels, excavator, backhoes-6 yards and over with attachments GROUP 1 - Cableway; Cranes 45 tons thru 99 tons, under 150 ft of boom (including jib with attachments); Crane -overhead, bridge type, 45 tons thru 99 tons; Derricks on building work; Excavator, shovel, backhoes over 3 yards and under 6 yards; Hard tail end dump articulating off-road equipment 45 yards and over; Loader- overhead 6 yards to, but not including 8 yards; Mucking machine, mole, tunnel, drill and/or shield; Quad 9, HD 41, D-10; Remote control operator on rubber tired earth moving equipment; Rollagon; Scrapers -self propelled 45 yards and over; Slipform pavers; Transporters, all truck or track type GROUP 2 - Barrier machine (zipper); Batch Plant Operaor- Concrete; Bump Cutter; Cranes, 20 tons thru 44 tons with attachments; Crane -overhead, bridge type -20 tons through 44 tons; Chipper; Concrete Pump -truck mount with boom attachment; Crusher; Deck Engineer/Deck Winches (power); Drilling machine; Excavator, shovel, backhoe -3 yards and under; Finishing Machine, Bidwell, Gamaco and similar equipment; Guardrail punch; Horizontal/directional drill operator; Loaders -overhead under 6 yards; Loaders -plant feed; Locomotives -all; Mechanics -all; Mixers -asphalt plant; Motor patrol graders -finishing; Piledriver (other than crane mount); Roto-mill,roto-grinder; Screedman, spreader, topside operator-Blaw Knox, Cedar Rapids, Jaeger, Caterpillar, Barbar Green; Scraper -self propelled, hard tail end dump, articulating off-road equipment -under 45 yards; Subgrade trimmer; Tractors, backhoes-over 75 hp; Transfer material service machine -shuttle buggy, blaw knox-roadtec; Truck crane oiler/driver-100 tons and over; Truck Mount portable conveyor; Yo Yo Pay dozer WA130001 Modification 3 Federal Wage Determinations for Highway Construction Addendum 1 Page 112 William 0. Douglas - Powerhouse Trail Connector Page 12 of 44 GROUP 3 - Conveyors; Cranes-thru 19 tons with attachments; A -frame crane over 10 tons; Drill oilers -auger type, truck or crane mount; Dozers -D-9 and under; Forklift -3000 lbs. and over with attachments; Horizontal/directional drill locator; Outside hoists -(elevators and manlifts), air tuggers, strato tower bucket elevators; Hydralifts/boom trucks over 10 tons; Loader -elevating type, belt; Motor patrol grader-nonfinishing; Plant oiler- asphalt, crusher; Pumps -concrete; Roller, plant mix or multi -lift materials; Saws -concrete; Scrpers-concrete and carry -all; Service engineer -equipment; Trenching machines; Truck Crane Oiler/Driver under 100 tons; Tractors, backhoe 75 hp and under GROUP 4 - Assistant Engineer; Bobcat; Brooms; Compressor; Concrete finish mahine-laser screed; Cranes -A frame -10 tons and under; Elevator and Manlift-permanent or shaft type; Gradechecker, Stakehop; Forklifts under 3000 lbs. with attachments; Hydralifts/boom trucks, 10 tons and under; Oil distributors, blower distribution and mulch seeding operator; Pavement breaker; Posthole digger, mechanical; Power plant; Pumps, water; Rigger and Bellman; Roller -other than plant mix; Wheel Tractors, farmall type; Shotcrete/gunite equipment operator CATEGORY B PROJECTS: 95% OF THE BASIC HOURLY RATE FOR EACH GROUP PLUS FULL FRINGE BENEFITS APPLICABLE TO CATEGORY A PROJECTS SHALL APPLY TO THE FOLLOWING PROJECTS. REDUCED RATES MAY BE PAID ON THE FOLLOWING: 1. Projects involving work on structures such as buildings and bridges whose total value is less than $1.5 million excluding mechanical, electrical, and utility portions of the contract. 2., Projects of less than $1 million where no building is involved. Surfacing and paving including, but utilities excluded. 3. Marine projects (docks, wharfs, ect.) less than $150,000. HANDLING OF HAZARDOUS WASTE MATERIALS: Personnel in all craft classifications subject to working inside a federally designed hazardous perimeter shall be elgible for compensation in accordance with the following group schedule relative to the level of hazardous waste as outlined in the specific hazardous waste project site safety plan. H-1 Base wage rate when on a hazardous waste site when not outfitted with protective clothing. H-2 Class "C" Suit - Base wage rate plus $.25 per hour. H-3 Class "B" Suit - Base wage rate plus $.50 per hour. H-4 Class "A" Suit - Base wage rate plus $.,75 per hour. WA130001 Modification 3 Federal Wage Determinations for Highway Construction Addendum 1 Page 113 William 0. Douglas - Powerhouse Trail Connector Page 13 of 44 ENGI0370-002 06/01/2011 ADAMS, ASOTIN, BENTON, CHELAN (EAST OF THE 120TH MERIDIAN), COLUMBIA, DOUGLAS (EAST OF THE 120TH MERIDIAN), FERRY, FRANKLIN,, GARFIELD, GRANT, LINCOLN, OKANOGAN (EAST OF THE 120TH MERIDIAN), PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMA (EAST OF THE 120TH MERIDIAN) COUNTIES ZONE 1: Rates Fringes Power equipment operators: GROUP lA $ 24.41 12.05 GROUP 1 $ 24.76 12.05 GROUP 2 $ 25.08 12.05 GROUP 3 $ 25.69 12.05 GROUP 4 $ 25.85 12.05 GROUP 5 $ 26.01 12.05 GROUP 6 $ 26.29 12.05 GROUP 7 $ 26.56 12.05 GROUP 8 $ 27.66 12.05 ZONE DIFFERENTIAL (Add to Zone 1 rate): Zone 2 - $2.00 Zone 1: Within 45 mile radius of Spokane, Pasco, Washington; Lewiston, Idaho Zone 2: Outside 45 mile radius of Spokane, Pasco, Washington; Lewiston, Idaho POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1A: Boat Operator; Crush Feeder; Oiler; Steam Cleaner GROUP 1: Bit Grinders; Bolt Threading Machine; Compressors (under 2000 CFM, gas, diesel, or electric power); Deck Hand; Drillers Helper (Assist driller in making drill rod connections, service drill engine and air compressor, repair drill rig and drill tools, drive drill support truck to and on the job site, remove drill cuttings from around bore hole and inspect drill rig while in operation); Fireman & Heater Tender; Hydro -seeder, Mulcher, Nozzleman; Oiler Driver, & Cable Tender, Mucking Machine; Pumpman; Rollers, all types on subgrade, including seal and chip coatings (farm type, Case, John Deere & similar, or Compacting Vibrator), except when pulled by Dozer with operable blade; Welding Machine; Crane Oiler -Driver (CLD required) & Cable Tender, Mucking Machine WA130001 Modification 3 Federal Wage Determinations for Highway Construction Addendum 1 Page 114 William O. Douglas - Powerhouse Trail Connector Page 14 of 44 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 GROUP 2: A -frame Truck (single drum); Assistant Refrigeration Plant (under 1000 ton); Assistant Plant Operator, Fireman or Pugmixer (asphalt); Bagley or Stationary Scraper; Belt Finishing Machine; Blower Operator (cement); Cement Hog; Compressor (2000 CFM or over, 2 or more, gas diesel or electric power); Concrete Saw (multiple cut); Distributor Leverman; Ditch Witch or similar; Elevator Hoisting Materials; Dope Pots (power agitated); Fork Lift or Lumber Stacker, hydra -lift & similar; Gin Trucks (pipeline); Hoist, single drum; Loaders (bucket elevators and conveyors); Longitudinal Float; Mixer (portable -concrete); Pavement Breaker, Hydra -Hammer & similar; Power Broom; Railroad Ballast. Regulation Operator (self-propelled); Railroad Power Tamper Operator (self-propelled); Railroad Tamper Jack Operator (self-propelled; Spray Curing Machine (concrete); Spreader Box (self-propelled); Straddle Buggy (Ross & similar on construction job only); Tractor (Farm type R/T with attachment, except Backhoe); Tugger Operator GROUP 3: A -frame Truck (2 or more drums); Assistant Refrigeration Plant & Chiller Operator (over 1000 ton); Backfillers (Cleveland & similar); Batch Plant & Wet Mix Operator, single unit (concrete); Belt -Crete Conveyors with power pack or similar; Belt Loader (Kocal or similar); Bending Machine; Bob Cat (Skid Steer); Boring Machine (earth); Boring Machine (rock under 8 inch bit) (Quarry Master, Joy or similar); Bump Cutter (Wayne, Saginau or similar); Canal Lining Machine (concrete); Chipper (without crane); Cleaning & Doping Machine (pipeline); Deck Engineer; Elevating Belt -type Loader (Euclid, Barber Green & similar); Elevating Grader -type Loader (Dumor, Adams or similar); Generator Plant Engineers (diesel or electric); Gunnite Combination Mixer & Compressor; Locomotive Engineer; Mixermobile; Mucking Machine; Posthole Auger or Punch; Pump (grout or jet); Soil Stabilizer (P & H or similar); Spreader Machine; Dozer/Tractor (up to D-6 or equivalent) and Traxcavator; Traverse Finish Machine; Turnhead Operator GROUP 4: Concrete Pumps (squeeze-crete, flow-crete, pump- crete, Whitman & similar); Curb Extruder (asphalt or concrete); Drills (churn, core, calyx or diamond); Equipment Serviceman; Greaser & Oiler; Hoist (2 or more drums or Tower Hoist); Loaders (overhead & front-end, under 4 yds. R/T); Refrigeration Plant Engineer (under 1000 ton); Rubber -tired Skidders (R/T with or without attachments); Surface Heater & Plant Machine; Trenching Machines (under 7 ft. depth capacity); Turnhead (with re -screening); Vacuum Drill (reverse circulation drill under 8 inch bit) WA130001 Modification 3 Federal Wage Determinations for Highway Construction Addendum 1 Page X15 William 0 Douglas - Powerhouse Trail Connector Page 15 of 44 GROUP 5: Backhoe (under 45,000 gw); Backhoe & Hoe Ram (under 3/4 yd.); Carrydeck & Boom Truck (under 25 tons); Cranes (25 tons & under), all attachments including clamshell, dragline; Derricks & Stifflegs (under 65 tons); Drilling Equipment(8 inch bit & over) (Robbins, reverse circulation & similar); Hoe Ram; Piledriving Engineers; Paving (dual drum); Railroad Track Liner Operaotr (self-propelled); Refrigeration Plant Engineer (1000 tons & over); Signalman (Whirleys, Highline Hammerheads or similar); Grade Checker GROUP 6: Asphalt Plant Operator; Automatic Subgrader (Ditches & Trimmers)(Autograde, ABC, R.A. Hansen & similar on grade wire); Backhoe (45,000 gw and over to 110,000 gw); Backhoes & Hoe Ram (3/4 yd. to 3 yd.); Batch Plant (over 4 units); Batch & Wet Mix Operator (multiple units, 2 & incl. 4); Blade Operator (motor patrol & attachments); Cable Controller (dispatcher); Compactor (self-propelled with blade); Concrete Pump Boom Truck; Concrete Slip Form Paver; Cranes (over 25 tons, to and including 45 tons), all attachments including clamshell, dragline; Crusher, Grizzle & Screening Plant Operator; Dozer, 834 R/T & similar; Drill Doctor; Loader Operator (front-end & overhead, 4 yds. incl. 8 yds.); Multiple Dozer Units with single blade; Paving Machine (asphalt and concrete); Quad -Track or similar equipment; Rollerman (finishing asphalt pavement); Roto Mill (pavement grinder); Scrapers, all, rubber -tired; Screed Operator; Shovel(under 3 yds.); Trenching Machines (7 ft. depth & over); Tug Boat Operator Vactor guzzler, super sucker; Lime Batch Tank Operator (REcycle Train); Lime Brain Operator (Recycle Train); Mobile Crusher Operator (Recycle Train) GROUP 7: Backhoe (over 110,000 gw); Backhoes & Hoe Ram (3 yds & over); Blade (finish & bluetop) Automatic, CMI, ABC, Finish Athey & Huber & similar when used as automatic; Cableway Operators; Concrete Cleaning/Decontamination machine operator; Cranes (over 45 tons to but not including 85 tons), all attachments including clamshell and dragine; Derricks & Stiffleys (65 tons & over); Elevating Belt (Holland type); Heavy equipment robotics operator; Loader (360 degrees revolving Koehring Scooper or similar); Loaders (overhead & front-end, over 8 yds. to 10 yds.); Rubber -tired Scrapers (multiple engine with three or more scrapers); Shovels (3 yds. & over); Whirleys & Hammerheads, ALL; H.D. Mechanic; H.D. Welder; Hydraulic Platform Trailers (Goldhofer, Shaurerly andSimilar); Ultra High Pressure Wateriet Cutting Tool System Operator (30,000 psi); Vacuum Blasting Machine Operator WA130001 Modification 3 Federal Wage. Determinations for Highway Construction Addendum 1 Page 116 William 0. Douglas - Powerhouse Trail Connector Page 16 of 44 GROUP 8: Cranes (85 tons and over, and all climbing, overhead,rail and tower), all attachments including clamshell, dragline; Loaders (overhead and front-end, 10 yards and over); Helicopter Pilot BOOM PAY: (All Cranes, Including Tower) 180 ft to 250 ft $ .50 over scale Over 250 ft $ .80 over scale NOTE: In computing the length of the boom on Tower Cranes, they shall be measured from the base of the Tower to the point of the boom. HAZMAT: Anyone working on HAZMAT jobs, working with supplied air shall receive $1.00 an hour above classification. ENGI0612-006 06/01/2011 LEWIS,PIERCE, PACIFIC (portion lying north of a parallel line extending west from the northern boundary of Wahkaikum County to the sea) AND THURSTON COUNTIES ON PROJECTS DESCRIBED IN FOOTNOTE A BELOW, THE RATE FOR EACH GROUP SHALL BE 90% OF THE BASE RATE PLUS FULL FRINGE BENEFITS. ON ALL OTHER WORK, THE FOLLOWING RATES APPLY. Zone 1 (0-25 radius miles): Rates Fringes Power equipment operators: GROUP lA $ 35.79 15.15 GROUP IAA $ 36.36 15.15 GROUP lAAA $ 36.92 15.15 GROUP 1 $ 35.24 15.15 GROUP 2 $ 34.75 15.15 GROUP 3 $ 34.33 15.15 GROUP 4 $ 31.97 15.15 Zone Differential (Add to Zone 1 rates): Zone 2 (26-45 radius miles) = $ .70 Zone 3 (Over 45 radius miles) - $1.00 BASEPOINTS: CENTRALIA, OLYMPIA, TACOMA POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1 AAA - Cranes -over 300 tons or 300 ft of boom (including jib with attachments) GROUP IAA - Cranes- 200 tonsto 300 tons, or 250 ft of boom (including jib with attachments; Tower crane over 175 ft in height, bas to boom WA130001 Modification 3 Federal Wage Determinations for Highway Construction Addendum 1 Page 117 William 0 Douglas - Powerhouse Trail Connector Page 17 of 44 GROUP lA - Cranes, 100 tons thru 199 tons, or 150 ft of boom (including jib with attachments); Crane -overhead, bridge type, 100 tons and over; Tower crane up to 175 ft in height base to boom; Loaders -overhead, 8 yards and over; Shovels, excavator, backhoes-6 yards and over with attachments GROUP 1 - Cableway; Cranes 45 tons thru 99 tons under 150 ft of boom (including jib with attachments); Crane -overhead, bridge type, 45 tons thru 99 tons; Derricks on building work; Excavator, shovel, backhoes over 3 yards and under 6 yards; Hard tail end dump articulating off-road equipment 45 yards and over; Loader- overhead, 6 yards to, but not including, 8 yards; Mucking machine, mole, tunnel, drill and/or shield; Quad 9 HD 41, D-10; Remote control operator on rubber tired earth moving equipment; Rollagon; Scrapers - self -propelled 45 yards and over; Slipform pavers; Transporters, all track or truck type GROUP 2 - Barrier machine (zipper); Batch Plant Operator - concrete; Bump Cutter; Cranes, 20 tons thru 44 tons with attachments; Crane -Overhead, bridge type, 20 tons through 44 tons; Chipper; Concrete pump -truck mount with boom attachment; Crusher; Deck engineer/deck winches (power); Drilling machine; Excavator, shovel, backhoe -3 yards and under; Finishing machine, Bidwell, Gamaco and similar equipment; Guardrail punch; Loaders, overhead under 6 yards; Loaders -plant feed; Locomotives -all; Mechanics- all; Mixers, asphalt plant; Motor patrol graders, finishing; Piledriver (other than crane mount); Roto -mill, roto - grinder; Screedman, spreader, topside operator-Blaw Knox, Cedar Rapids, Jaeger, Caterpillar, Barbar Green; Scraper -self- propelled, hard tail end dump, articulating off-road equipment- under 45 yards; Subgrader trimmer; Tractors, backhoe over 75 hp; Transfer material service machine -shuttle buggy, Blaw Knox- Roadtec; Truck Crane oiler/driver-100 tons and over; Truck Mount Portable Conveyor; Yo Yo pay GROUP 3 - Conveyors; Cranes through 19 tons with attachments; Crane -A -frame over 10 tons; Drill oilers -auger type, truck or crane mount; Dozer -D-9 and under; Forklift -3000 lbs. and over with attachments; Horizontal/directional drill locator; Outside Hoists -(elevators and manlifts), air tuggers, strato tower bucket elevators; Hydralifts/boom trucks over 10 tons; Loaders -elevating type, belt; Motor patrol grader-nonfinishing; Plant oiler- asphalt, crusher; Pump -Concrete; Roller, plant mix or multi-lfit materials; Saws -concrete; Scrapers, concrete and carry all; Service engineers -equipment; Trenching machines; Truck crane oiler/driver under 100 tons; Tractors, backhoe under 75 hp WA130001 Modification 3 Federal Wage Determinations for Highway Construction Addendum 1 Page 118 William 0. Douglas - Powerhouse Trail Connector Page 18 of 44 GROUP 4 - Assistant Engineer; Bobcat; Brooms; Compressor; Concrete Finish Machine -laser screed; Cranes A -frame 10 tons and under; Elevator and manlift (permanent and shaft type); Forklifts -under 3000 lbs. with attachments; Gradechecker, stakehop; Hydralifts/boom trucks, 10 tons and under; Oil distributors, blower distribution and mulch seeding operator; Pavement breaker; Posthole digger -mechanical; Power plant; Pumps -water; Rigger and Bellman; Roller -other than plant mix; Wheel Tractors, farmall type; Shotcrete/gunite equipment operator FOOTNOTE A- Reduced rates may be paid on the following: 1. Projects involving work on structures such as buildings and bridges whose total value is less than $1.5 million excluding mechanical, the contract. 2. Projects of less involved. Surfacing excluded. 3. Marine projects (docks, wharfs, etc.) less than $150,000. electrical, and utility portions of than $1 million where no building is and paving included, but utilities HANDLING OF HAZARDOUS WASTE MATERIALS: Personnel in all craft classifications subject to working inside a federally designated hazardous perimeter shall be elgible for compensation in accordance with the following group schedule relative to the level of hazardous waste as outlined in the specific hazardous waste project site safety plan. H-1 Base wage rate when on a hazardous waste site when not outfitted with protective clothing H-2 Class H-3 Class H-4 Class "C" Suit - Base wage rate plus $ .25 per hour. "B" Suit - Base wage rate plus $ .50 per hour. "A" Suit - Base wage rate plus $ .75 per hour. ENGI0701-002 01/01/2013 CLARK, COWLITZ, KLICKKITAT, PACIFIC (SOUTH), SKAMANIA, AND WAHKIAKUM COUNTIES POWER RQUIPMENT OPERATORS: ZONE 1 Rates Fringes Power equipment operators: (See Footnote A) GROUP 1 $ 37.63 13.55 GROUP lA $ 39.51 13.55 GROUP 1B $ 41.39 13.55 GROUP 2 $ 35.97 13.55 GROUP 3 $ 34.96 13.55 GROUP 4 $ 34.00 13.55 GROUP 5 $ 32.88 13.55 GROUP 6 $ 29.84 13.55 Zone Differential (add to Zone 1 rates): Zone 2 - $3.00 Zone 3 - $6.00 WA130001 Modification 3 Federal Wage Determinations for Highway Construction Addendum 1 Page 119 William 0 Douglas - Powerhouse Trail Connector Page 19 of 44 For the following metropolitan counties: MULTNOMAH; CLACKAMAS; MARION; WASHINGTON; YAMHILL; AND COLUMBIA; CLARK; AND COWLITZ COUNTY, WASHINGTON WITH MODIFICATIONS AS INDICATED: All jobs or projects located in Multnomah, Clackamas and Marion Counties, West of the western boundary of Mt. Hood National Forest and West of Mile Post 30 on Interstate 84 and West of Mile Post 30 on State Highway 26 and West of Mile Post 30 on Highway 22 and all jobs or projects located in Yamhill County, Washington County and Columbia County and all jobs or porjects located in Clark & Cowlitz County, Washington except that portion of Cowlitz County in the Mt. St. Helens "Blast Zone" shall receive Zone I pay for all classifications. All jobs or projects located in the area outside the identified boundary above, but less than 50 miles from the Portland City Hall shall receive Zone II pay for all classifications. All jobs or projects located more than 50 miles from the Portland City Hall, but outside the identified border above, shall receive Zone III pay for all classifications. For the following cities: ALBANY; BEND; COOS BAY; EUGENE; GRANTS PASS; KLAMATH FALLS; MEDFORD; ROSEBURG All jobs or projects located within 30 miles of the respective city hall of the above mentioned cities shall receive Zone I pay for all classifications. All jobs or projects located more than 30 miles and less than 50 miles from the respective city hall of the above mentioned cities shall receive Zone II pay for all classifications. All jobs or projects located more than 50 miles from the respective city hall of the above mentioned cities shall receive Zone III pay for all classifications. WA130001 Modification 3 Federal Wage Determinations for Highway Construction Addendum 1 Page 20 William 0 Douglas - Powerhouse Trail Connector Page 20 of 44 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, Dil, and similar type; Bulldozere Robotic Equipment (any type; CONCRETE: Batch Plant and/or Wet Mix Operator, one and two drum; Automatic Concrete Slip Form Paver Operator; Concrete Canal Line Operator; Concrete Profiler, Diamond Head; CRANE: Cableway Operator, 25 tons and over; HYDRAULIC CRANE: Hydraulic crane operator 90 tons through 199 tons (without luffing or tower attachment); TOWER/WHIRLEY OPERATOR: Tower Crane Operator; Whirley Operator, under 90 tons; LATTICE BOOM CRANE: 90 through 199 tons and/or 150 to 200 feet boom; CRUSHER: Crusher Plant Operator; FLOATING EQUIPMENT: Floating Clamshell, etc.operator, 3 cu. yds. and over; Floating Crane (derrick barge) Operator, 30 tons but less than 150 tons; LOADERS: Loader operator, 120,000 lbs. and above; REMOTE CONTROL: Remote controlled earth -moving equipment; RUBBER -TIRED SCRAPERS: Rubber - tired scraper operator, with tandem scrapers, multi -engine; SHOVEL, DRAGLINE, CLAMSHELL, SKOOPER OPERATOR: Shovel, Dragline, Clamshell, operator 5 cu. yds and over; TRENCHING MACHINE: Wheel Excavator, under 750 cu. yds. per hour (Grade Oiler required); Canal Trimmer (Grade Oiler required); Wheel Excavator, over 750 cu. yds. per hour; Band Wagon (in conjunction with wheel excavator); UNDERWATER EQUIPMENT: Underwater Equipment Operator, remote or otherwise; HYDRAULIC HOES -EXCAVATOR: Excavator over 130,000 lbs.; HYDRAULIC CRANE: Hydraulic crane operator, 50 tons through 89 tons (with luffing or tower attachment); WA130001 Modification 3 Federal Wage Determinations for Highway Construction Addendum 1 Page X21 William 0 Douglas - Powerhouse Trail Connector Page 21 of 44 GROUP 3: BULLDOZERS: Bulldozer operator, over 70,000 lbs. up to and including 120,000 lbs.; HYDRAULIC CRANE: Hydraulic crane operator, 50 tons through 89 tons (without luffing or tower attachment); LATTICE BOOM CRANES: Lattice Boom Crane -50 through 89 tons (and less than 150 feet boom); FORKLIFT: Rock Hound Operator; HYDRAULIC HOES -EXCAVATOR: excavator over 80,000 lbs. through 130,000 lbs.; LOADERS: Loader operator 60,000 and less than 120,000; RUBBER -TIRED SCRAPERS: Scraper Operator, with tandem scrapers; Self -loading, paddle wheel, auger type, finish and/or 2 or more units; SHOVEL, DRAGLINE, CLAMSHELL,SKOOPER OPERATOR: Shovel, Dragline, Clamshell operators 3 cu. yds. but less than 5 cu yds. GROUP 4: ASPHALT: Screed Operator; Asphalt Paver operator (screeman required); BLADE: Blade operator; Blade operator, finish; Blade operator, externally controlled by electronic, mechanical hydraulic means; Blade operator, multi -engine; BULLDOZERS: Bulldozer Operator over 20,000 lbs and more than 100 horse up to 70,000 lbs; Drill Cat Operator; Side -boom Operator; Cable -Plow Operator (any type); CLEARING: Log Skidders; Chippers; Incinerator; Stump Splitter (loader mounted or similar type); Stump Grinder (loader mounted or similar type; Tub Grinder; Land Clearing Machine (Track mounted forestry mowing & grinding machine); Hydro Axe (loader mounted or similar type); COMPACTORS SELF-PROPELLED: Compactor Operator, with blade; Compactor Operator, multi -engine; Compactor Operator, robotic; CONCRETE: Mixer Mobile Operator; Screed Operator; Concrete Cooling Machine Operator; Concrete Paving Road Mixer; Concrete Breaker; Reinforced Tank Banding Machine (K-17 or similar types); Laser Screed; CRANE: Chicago boom and similar types; Lift Slab Machine Operator; Boom type lifting device, 5 ton capacity or less; Hoist Operator, two (2) drum; Hoist Operator, three (3) or more drums; Derrick Operator, under 100 ton; Hoist Operator, stiff leg, guy derrick or similar type, 50 ton and over; Cableway Operator up to twenty (25) ton; Bridge Crane Operator, Locomotive, Gantry, Overhead; Cherry Picker or similar type crane; Carry Deck Operator; Hydraulic Crane Operator, under 50 tons; LATTICE BOOM CRANE OPERATOR: Lattice Boom Crane Operator, under 50 tons; CRUSHER: Generator Operator; Diesel -Electric Engineer; Grizzley Operator; Drill Doctor; Boring Machine Operator; Driller -Percussion, Diamond, Core, Cable, Rotary and similar type; Cat Drill (John Henry); Directional Drill Operator over 20,000 lbs pullback; FLOATING EQUIPMENT: Diesel-electric Engineer; Jack Operator, elevating barges, Barge Operator, self - unloading; Piledriver Operator (not crane type) (Deckhand required); Floating Clamshelll, etc. Operator, under 3 cu. yds. (Fireman or Diesel -Electric Engineer required); Floating Crane (derrick barge) Operator, less than 30 tons; GENERATORS: Generator Operator; Diesel-electric Engineer; GUARDRAIL EQUIPMENT: Guardrail Punch Operator (all types); Guardrail Auger Operator (all types); Combination Guardrail machines, i.e., punch auger, etc.; HEATING PLANT: Surface Heater and Planer Operator; HYDRAULIC HOES EXCAVATOR: WA130001 Modification 3 Federal Wage Determinations for Highway Construction Addendum 1 Page 122 William 0. Douglas - Powerhouse Trail Connector Page 22 of 44 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Robotic Hydraulic backhoe operator, track and wheel type up to and including 20,0000 lbs. with any or all attachments; Excavator Operator over 20,000 lbs through 80,000 lbs.; LOADERS: Belt Loaders, Kolman and Ko Cal types; Loaders Operator, front end and overhead, 25,000 lbs and less than 60,000 lbs; Elevating Grader Operator by Tractor operator, Sierra, Euclid or similar types; PILEDRIVERS: Hammer Operator; Piledriver Operator (not crane type); PIPELINE, SEWER WATER: Pipe Cleaning Machine Operator; Pipe Doping Machine Operator; Pipe Bending Machine Operator; Pipe Wrapping Machine Operator; Boring Machine Operator; Back Filling Machine Operator; REMOTE CONTROL: Concrete Cleaning Decontamination Machine Operator; Ultra High Pressure Water Jet Cutting Tool System Operator/Mechanic; Vacuum Blasting Machine Operator/mechanic; REPAIRMEN, HEAVY DUTY: Diesel Electric Engineer (Plant or Floating; Bolt Threading Machine operator; Drill Doctor (Bit Grinder); H.D. Mechanic; Machine Tool Operator; RUBBER -TIRED SCRAPERS: Rubber -tired Scraper Operator,single engine, single scraper; Self -loading, paddle wheel, auger type under 15 cu. yds.; Rubber -tired Scraper Operator, twin engine; Rubber -tired Scraper Operator, with push- ull attachments; Self Loading, paddle wheel, auger type 15 cu. yds. and over, single engine; Water pulls, water wagons; SHOVEL, DRAGLINE, CLAMSHELL, SKOOPER OPERATOR: Diesel Electric Engineer; Stationay Drag Scraper Operator; Shovel, Dragline, Clamshell, Operator under 3 cy yds.; Grade -all Operator; SURFACE (BASE) MATERIAL: Blade mounted spreaders, Ulrich and similar types; TRACTOR-RUBBERED TIRED: Tractor operator, rubber -tired, over 50 hp flywheel; Tractor operator, with boom attachment; Rubber -tired dozers and pushers (Michigan, Cat, Hough type); Skip Loader, Drag Box; TRENCHING MACHINE: Trenching Machine operator, digging capacity over 3 ft depth; Back filling machine operator; TUNNEL: Mucking machine operator WA130001 Modification 3 Federal Wage Determinations for Highway Construction Addendum 1 Page X23 William 0. Douglas - Powerhouse Trail Connector Page 23 of 44 GROUP 5: ASPHALT: Extrusion Machine Operator; Roller Operator (any asphalt mix); Asphalt Burner and Reconditioner Operator (any type); Roto -Mill, pavement profiler, ground man; BULLDOZERS: Bulldozer operator, 20,000 lbs. or less or 100 horse or less; COMPRESSORS: Compressor Operator (any power), over 1,250 cu. ft. total capacity; COMPACTORS: Compactor Operator, including vibratory; Wagner Pactor Operator or similar type (without blade); CONCRETE: Combination mixer and Compressor Operator, gunite work; Concrete Batch Plant Quality Control Operator; Beltcrete Operator; Pumperete Operator (any type); Pavement Grinder and/or Grooving Machine Operator (riding type); Cement Pump Operator, Fuller -Kenyon and similar; Concrete Pump Operator; Grouting Machine Operator; Concrete mixer operator, single drum, under (5) bag capacity; Cast in place pipe laying machine; maginnis Internal Full slab vibrator operator; Concrete finishing mahine operator, Clary, Johnson, Bidwell, Burgess Bridge deck or similar type; Curb Machine Operator, mechanical Berm, Curb and/or Curb and Gutter; Concrete Joint Machine Operator; Concrete Planer Operator; Tower Mobile Operator; Power Jumbo Operator setting slip forms in tunnels; Slip Form Pumps, power driven hydraulic lifting device for concrete forms; Concrete Paving Machine Operator; Concrete Finishing Machine Operator; Concrete Spreader Operator; CRANE: Helicopter Hoist Operator; Hoist Operator, single drum; Elevator Operator; A -frame Truck Operator, Double drum; Boom Truck Operator; HYDRAULIC CRANE OPERATOR: Hydraulic Boom Truck, Pittman; DRILLING: Churm Drill and Earth Boring Machine Operator; Vacuum Truck; Directional Drill Operator over 20,000 lbs pullback; FLOATING EQUIPMENT: Fireman; FORKLIFT: Fork Lift, over 10 ton and/or robotic; HYDRAULIC HOES EXCAVATORS: Hydraulic Backhoe Operator, wheel type (Ford, John Deere, Case type); Hydraulic Backhoe Operator track type up to and including 20,000 lbs.; LOADERS: Loaders, rubber- tired type, less than 25,000 lbs; Elevating Grader Operator, Tractor Towed requiring Operator or Grader; Elevating loader operator, Athey and similar types; OILERS: Service oiler (Greaser); PIPELINE -SEWER WATER: Hydra hammer or simialr types; Pavement Breaker Operator; PUMPS: Pump Operator, more than 5 (any size); Pot Rammer Operator; RAILROAD EQUIPMENT: Locomotive Operator, under 40 tons; Ballast Regulator Operator; Ballast Tamper Multi -Purpose Operator; Track Liner Operator; Tie Spacer Operator; Shuttle Car Operator; Locomotive Operator, 40 tons and over; MATERIAL HAULRS: Cat wagon DJBs Volvo similar types; Conveyored material hauler; SURFACING (BASE) MATERIAL: Rock Spreaders, self-propelled; Pulva-mixer or similar types; Chiip Spreading machine operator; Lime spreading operator, construction job siter; SWEEPERS: Sweeper operator (Wayne type) self-propelled construction job site; TRACTOR -RUBBER TIRED: Tractor operator, rubber -tired, 50 hp flywheel and under; Trenching machine operator, maximum digging capacity 3 ft depth; TUNNEL: Dinkey WA130001 Modification 3 Federal Wage Determinations for Highway Construction Addendum 1 Page 124 William 0 Douglas - Powerhouse Trail Connector Page 24 of 44 GROUP 6: ASPHALT: Plant Oiler; Plant Fireman; Pugmill Operator (any type); Truck mounted asphalt spreader, with screed; COMPRESSORS: Compressor Operator (any power), under 1,250 cu. ft. total capacity; CONCRETE: Plant Oiler, Assistant Conveyor Operator; Conveyor Operator; Mixer Box Operator (C.T.B., dry batch, etc.); Cement Hog Operator; Concrete Saw Operator; Concrete Curing Machine Operator (riding type); Wire Mat or Brooming Machine Operator; CRANE: Oiler; Fireman, all equipment; Truck Crane Oiler Driver; A -frame Truck Operator, single drum; Tugger or Coffin Type Hoist Operator; CRUSHER: Crusher Oiler; Crusher Feederman; CRUSHER: Crusher oiler; Crusher feederman; DRILLING: Drill Tender; Auger Oiler; FLOATING EQUIPMENT: Deckhand; Boatman; FORKLIFT: Self-propelled Scaffolding Operator, construction job site (exclduing working platform); Fork Lift or Lumber Stacker Operator, construction job site; Ross Carrier Operator, construction job site; Lull Hi -Lift Operator or Similar Type; GUARDRAIL EQUIPMENT: Oiler; Auger Oiler; Oiler, combination guardrail machines; Guardrail Punch Oiler; HEATING PLANT: Temporary Heating Plant Operator; LOADERS: Bobcat, skid steer (less than 1 cu yd.); Bucket Elevator Loader Operator, BarberGreene and similar types; OILERS: Oiler; Guardrail Punch Oiler; Truck Crane Oiler -Driver; Auger Oiler; Grade Oiler, required to check grade; Grade Checker; Rigger; PIPELINE -SEWER WATER: Tar Pot Fireman; Tar Pot Fireman (power agitated); PUMPS: Pump Operator (any power); Hydrostatic Pump Operator; RAILROAD EQUIPMENT: Brakeman; Oiler; Switchman; Motorman; Ballast Jack Tamper Operator; SHOVEL, DRAGLINE, CLAMSHELL, SKOOPER, ETC. OPERATOR: Oiler, Grade Oiler (required to check grade); Grade Checker; Fireman; SWEEPER: Broom operator, self propelled, construction job site; SURFACING (BASE) MATERIAL: Roller Operator, grading of base rock (not asphalt); Tamping Machine operartor, mechanical, self-propelled; Hydrographic Seeder Machine Operator; TRENCHING MACHINE: Oiler; Grade Oiler; TUNNEL: Conveyor operator; Air filtration equipment operator WA130001 Modification 3 Federal Wage Determinations for Highway Construction Addendum 1 Page X25 William 0. Douglas - Powerhouse Trail Connector Page 25 of 44 1 Page X26 ' IRON0014-005 01/01/2012 ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND ORIELLE, SPOKANE, STEVENS, WALLA WALLA AND WHITMAN COUNTIES Rates Fringes IRONWORKER $ 31.35 20.10 IRON0029-002 01/01/2012 CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA, AND WAHKAIKUM COUNTIES Rates Fringes IRONWORKER $ 33.87 20.10 IRON0086-002 07/01/2012 YAKIMA, KITTITAS AND CHELAN COUNTIES Rates IRONWORKER $ 31.35 Fringes 20.10 IRON0086-004 01/01/2012 CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PIERCE, SKAGIT, SNOHOMISH, THURSTON, AND WHATCOM COUNTIES Rates Fringes IRONWORKER $ 37.89 20.10 WA130001 Modification 3 Federal Wage Determinations for Highway Construction Addendum 1 William 0. Douglas - Powerhouse Trail Connector Page 26 of 44 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 * LAB00001-002 06/01/2012 ZONE 1: Rates Fringes Page 127 Laborers: CALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PACIFIC (NORTH OF STRAIGHT LINE MADE BY EXTENDING THE NORTH BOUNDARY WAHKIAKUM COUNTY WEST TO THE PACIFIC OCEAN), PIERCE, SAN JUAN,SKAGIT, SNOHOMISH,THURSTON AND WHATCOM COUNTIES GROUP 1 $ 21.94 9.45 GROUP 2 $ 25.09 9.45 GROUP 3 $ 31.31 9.45 GROUP 4 $ 32.07 9.45 GROUP 5 $ 32.59 9.45 CHELAN, DOUGLAS (WEST OF THE 120TH MERIDIAN), KITTITAS AND YAKIMA COUNTIES' GROUP 1 $ 18.55 9.45 GROUP 2 $ 21.23 9.45 GROUP 3 $ 23.23 9.45 GROUP 4 $ 23.79 9.45 GROUP 5 $ 24.19 9.45 BASE POINTS: BELLINGHAM, MT. VERNON, EVERETT, SEATTLE, KENT, TACOMA, OLYMPIA, CENTRALIA, ABERDEEN, SHELTON, PT. TOWNSEND, PT. ANGELES, AND BREMERTON ZONE 1 - Projects within 25 radius miles of the respective city hall ZONE 2 - More than 25 but less than 45 radius miles from the respective city hall ZONE 3 - More than 45 radius miles from the respective city hall ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES): ZONE 2 - $1.00 ZONE 3 - $1.30 BASE POINTS: CHELAN, SUNNYSIDE, WENATCHEE, AND YAKIMA ZONE 1 - Projects within 25 radius miles of the respective city hall ZONE 2 - More than 25 radius miles from the respective city hall ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES): ZONE 2 - $2.25 WA130001 Modification 3 Federal Wage Determinations for Highway Construction Addendum 1 William 0. Douglas - Powerhouse Trail Connector Page 27 of 44 LABORERS CLASSIFICATIONS GROUP 1: Landscaping and Planting; Watchman; Window Washer/Cleaner (detail clean-up, such as but not limited to cleaning floors, ceilings, walls, windows, etc., prior to final acceptance by the owner) GROUP 2: Batch Weighman; Crusher Feeder; Fence Laborer; Flagman; Pilot Car GROUP 3: General Laborer; Air, Gas, or Electric Vibrating Screed; Asbestos Abatement Laborer; Ballast Regulator Machine; Brush Cutter; Brush Hog Feeder; Burner; Carpenter Tender; Cement Finisher Tender; Change House or Dry Shack; Chipping Gun (under 30 lbs.); Choker Setter; Chuck Tender; Clean-up Laborer; Concrete Form Stripper; Curing Laborer; Demolition (wrecking and moving including charred material); Ditch Digger; Dump Person; Fine Graders; Firewatch; Form Setter; Gabian Basket Builders; Grout Machine Tender; Grinders; Guardrail Erector; Hazardous Waste Worker (Level C: uses a chemical "splash suit" and air purifying respirator); 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: uses same respirator protection as Level A. A supplied air line is provided in conjunction with a chemical "splash suit"); High Scaler; Jackhammer; Laserbeam Operator; Manhole Builder-Mudman; Nozzleman (concrete pump, green cutter when using combination of high pressure air and water on concrete and rock, sandblast, gunite, shotcrete, water blaster, vacuum blaster); Pavement Breaker; Pipe Layer and Caulker; Pipe Pot Tender; Pipe Reliner (not insert type); Pipe Wrapper; Power Jacks; Railroad Spike Puller -Power; Raker -Asphalt; Rivet Buster; Rodder; Sloper (over 20 ft); Spreader (concrete); Tamper and Similar electric, air and glas operated tool; Timber Person -sewer (lagger shorer and cribber); Track Liner Power; Tugger Operator; Vibrator; Well Point Laborer GROUP 5: Caisson Worker; Miner; Mortarman and Hodcarrier; Powderman; Re-Timberman; Hazardous Waste Worker (Level A: utilizes a fully encapsulated suit with a self-contained breathing apparatus or a supplied air line). WA130001 Modification 3 Federal Wage Determinations for Highway Construction Addendum 1 Page 128 William 0. Douglas - Powerhouse Trail Connector Page 28 of 44 LAB00238-004 06/01/2012 PASCO AREA: ADAMS, BENTON, COLUMBIA,DOUGLAS (East of 120th Meridian), FERRY, FRANKLIN, GRANT, OKANOGAN, WALLA WALLA SPOKANE AREA: ASOTIN, GARFIELD, LINCOLN, PEND OREILLE, SPOKANE, STEVENS & WHITMAN COUNTIES Rates Fringes LABORER (PASCO) GROUP 1 $ 21.71 10.30 GROUP 2 $ 23.81 10.30 GROUP 3 $ 24.08 10.30 GROUP 4 $ 24.35 10.30 GROUP 5 $ 24.63 10.30 LABORER (SPOKANE) GROUP 1 $ 21.41 10.30 GROUP 2 $ 23.51 10.30 GROUP 3 $ 23.78 10.30 GROUP 4 $ 24.05 10.30 GROUP 5 $ 24.33 10.30 Zone Differential (Add to Zone 1 rate): $2.00 BASE POINTS: Spokane, Pasco, Lewiston Zone 1: 0-45 radius miles from the main post office. Zone 2: 45 radius miles and over from the main post office. WA130001 Modification 3 Federal Wage Determinations for Highway Construction Addendum 1 Page 129 William 0. Douglas - Powerhouse Trail Connector Page 29 of 44 LABORERS CLASSIFICATIONS GROUP 1: Flagman; Landscape Laborer; Scaleman; Traffic Control Maintenance Laborer (to include erection and maintenance of barricades, signs and relief of flagperson); Window Washer/Cleaner (detail cleanup, such as, but not limited to cleaning floors, ceilings, walls, windows, etc. prior to final acceptance by the owner) GROUP 2: Asbestos Abatement Worker; Brush Hog Feeder; Carpenter Tender; Cement Handler; Clean-up Laborer; Concrete Crewman (to include stripping of forms, hand operating jacks on slip form construction, application of concrete curing compounds, pumperete machine, signaling, handling the nozzle of squeezcrete or similar machine,6 inches and smaller); Confined Space Attendant; Concrete Signalman; Crusher Feeder; Demolition (to include clean-up, burning, loading, wrecking and salvage of all material); Dumpman; Fence Erector; Firewatch; Form Cleaning Machine Feeder, Stacker; General Laborer; Grout Machine Header Tender; Guard Rail (to include guard rails, guide and reference posts, sign posts, and right-of-way markers); Hazardous Waste Worker, Level D (no respirator is used and skin protection is minimal); Miner, Class "A" (to include all bull gang, concrete crewman, dumpman and pumperete crewman, including distributing pipe, assembly & dismantle, and nipper); Nipper; Riprap Man; Sandblast Tailhoseman; Scaffold Erector (wood or steel); Stake Jumper; Structural Mover (to include separating foundation, preparation, cribbing, shoring, jacking and unloading of structures); Tailhoseman (water nozzle); Timber Bucker and Faller (by hand); Track Laborer (RR); Truck Loader; Well -Point Man; All Other Work Classifications Not Specially Listed Shall Be Classified As General Laborer 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) WA130001 Modification 3 Federal Wage Determinations for Highway Construction Addendum 1 Page 130 William 0. Douglas - Powerhouse Trail Connector Page 30 of 44 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 LAB00238-006 06/01/2012 COUNTIES EAST OF THE 120TH MERIDIAN: ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND OREILLE, STEVENS, SPOKANE, WALLA WALLA, WHITMAN Rates Fringes Hod Carrier $ 23.78 10.30 LAB00335-001 06/01/2012 CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH OF A STRAIGHT LINE MADE BY EXTENDING THE NORTH BOUNDARY LINE OF WAHKIAKUM COUNTY WEST TO THE PACIFIC OCEAN), SKAMANIA AND WAHKIAKUM COUNTIES Rates Fringes Laborers: ZONE 1: GROUP 1 $ 28.24 9.70 GROUP 2 $ 28.84 9.70 GROUP 3 $ 29.28 9.70 GROUP 4 $ 29.66 9.70 GROUP 5 $ 25.74 9.70 GROUP 6 $ 23.32 9.70 GROUP 7 $ 20.12 9.70 WA130001 Modification 3 Federal Wage Determinations for Highway Construction Addendum 1 Page 131 William 0. Douglas - Powerhouse Trail Connector Page 31 of 44 Zone Differential (Add to Zone 1 rates): Zone 2 $ 0.65 Zone 3 - 1.15 Zone 4 - 1.70 Zone 5 - 2.75 BASE POINTS: GOLDENDALE, LONGVIEW, AND VANCOUVER ZONE 1: Projects within 30 miles of the respective city all. ZONE 2: More than 30 miles but less than 40 miles from the respective city hall. ZONE 3: More than 40 miles but less than 50 miles from the respective city hall. ZONE 4: More than 50 miles but less than 80 miles from the respective city hall. ZONE 5: More than 80 miles from the respective city hall. LABORERS CLASSIFICATIONS GROUP 1: Asphalt Plant Laborers; Asphalt Spreaders; Batch Weighman; Groomers; 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; Median Rail Reference Post, Guide Post, Right of Way Marker; Fine Graders; Fire Watch; Form Strippers (not swinging stages); General Laborers; Hazardous Waste Worker; Leverman or Aggregate Spreader (Flaherty and similar types); Loading Spotters; Material Yard Man (including electrical); Pittsburgh Chipper Operator or Similar Types; Railroad Track Laborers; Ribbon Setters (including steel forms); Rip Rap Man (hand placed); Road Pump Tender; Sewer Labor; Signalman; Skipman; Slopers; Spraymen; Stake Chaser; Stockpiler; Tie Back Shoring; Timber Faller and Bucker (hand labor); Toolroom Man (at job site); Tunnel Bullgang (above ground); Weight -Man- Crusher (aggregate when used) GROUP 2: Applicator (including pot power tender for same), applying protective material by hand or nozzle on utility lines or storage tanks on project; Brush Cutters (power saw); Burners; Choker Splicer; Clary Power Spreader and similar types; Clean- up Nozzleman-Green Cutter (concrete, rock, etc.); Concrete Power Buggyman; Concrete Laborer; Crusher Feeder; Demolition and Wrecking Charred Materials; Gunite Nozzleman Tender; Gunite or Sand Blasting Pot Tender; Handlers or Mixers of all Materials of an irritating nature (including cement and lime); Tool Operators (includes but not limited to: Dry Pack Machine; Jackhammer; Chipping Guns; Paving Breakers); Pipe Doping and Wrapping; Post Hole Digger, air, gas or electric; Vibrating Screed; Tampers; Sand Blasting (Wet); Stake -Setter; Tunnel-Muckers, Brakemen, Concrete Crew, Bullgang (underground) WA130001 Modification 3 Federal Wage Determinations for Highway Construction Addendum 1 Page 132 William 0. Douglas - Powerhouse Trail Connector Page 32 of 44 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 LAB00335-019 06/01/2012 Rates Fringes Hod Carrier $ 30.30 9.70 PAIN0005-002 01/01/2012 STATEWIDE EXCEPT CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH), SKAMANIA, AND WAHKIAKUM COUNTIES Rates Fringes Painters: STRIPERS $ 27.96 12.77 PAIN0005-004 03/01/2009 CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM COUNTIES Rates Fringes PAINTER $ 20.82 7.44 WA130001 Modification 3 Federal Wage Determinations for Highway Construction Addendum 1 Page 133 William 0. Douglas - Powerhouse Trail Connector Page 33 of 44 PAIN0005-006 07/01/2012 ADAMS, ASOTIN; BENTON AND FRANKLIN (EXCEPT HANFORD SITE); CHELAN, COLUMBIA, DOUGLAS, FERRY, GARFIELD, GRANT, KITTITAS, LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMA COUNTIES Rates Fringes Painters: Application of Cold Tar Products, Epoxies, Polyure thanes,'Acids, Radiation Resistant Material, Water and Sandblasting $ 25.99 9.99 Over 30'/Swing Stage Work$ 22.20 7.98 Brush, Roller, Striping, Steam -cleaning and Spray$ 20.99 9.99 Lead Abatement, Asbestos Abatement $ 21.50 7.98 *$.70 shall be paid over and above the basic wage rates listed for work on swing stages and high work of over 30 feet. PAIN0055-002 07/01/2012 CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA, AND WAHKIAKUM COUNTIES Rates Fringes Painters: Brush & Roller $ 20.61 8.42 High work - All work 60 ft. or higher $ 21.36 8.42 Spray and Sandblasting $ 21.21 8.42 PAIN0055-007 07/01/2011 CLARK, COWLITZ, KLICKITAT, SKAMANIA and WAHKIAKUM COUNTIES Rates Fringes Painters: HIGHWAY & PARKING LOT STRIPER $ 33.19 9.05 WA130001 Modification 3 Federal Wage Determinations for Highway Construction Addendum 1 Page 134 William 0 Douglas - Powerhouse Trail Connector Page 34 of 44 PLAS0072-004 06/01/2012 ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, KITTITAS, LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN, AND YAKIMA COUNTIES - Rates Fringes CEMENT MASON/CONCRETE FINISHER ZONE 1 $ 25.43 11.97 Zone Differential (Add to Zone 1 rate): Zone 2 - $2.00 BASE POINTS: Spokane, Pasco, Lewiston; Wenatchee Zone 1: 0 - 45 radius miles from the main post office Zone 2: Over 45 radius miles from the main post office PLAS0528-001 06/01/2012 CLALLAM, COWLITZ, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PACIFIC, PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON, WAHKIAKUM AND WHATCOM COUNTIES Rates Fringes Cement Masons: CEMENT MASON $ 35.88 14.25 COMPOSITION, TROWEL MACHINE, GRINDER, POWER TOOLS, GUNNITE NOZZLE $ 36.38 14.25 TROWLING MACHINE OPERATOR ON COMPOSITION $ 36.38 14.25 PLAS0555-002 06/01/2012 CLARK, KLICKITAT AND SKAMANIA COUNTIES ZONE 1: Rates Fringes Cement Masons: CEMENT MASONS DOING BOTH COMPOSITION/POWER MACHINERY AND SUSPENDED/HANGING SCAFFOLD$ 30.58 17.76 CEMENT MASONS ON SUSPENDED, SWINGING AND/OR HANGING SCAFFOLD $ 30.58 17.76 CEMENT MASONS $ 29.98 17.76 COMPOSITION WORKERS AND POWER MACHINERY OPERATORS$ 31.18 17.76 WA130001 Modification 3 Federal Wage Determinations for Highway Construction Addendum 1 Page 135 William 0. Douglas - Powerhouse Trail Connector Page 35 of 44 Zone Differential (Add To Zone 1 Rates): Zone 2 - $0.65 Zone 3 - 1.15 Zone 4 - 1.70 Zone 5 - 3.00 BASE POINTS: BEND, CORVALLIS, EUGENE, MEDFORD, PORTLAND, SALEM, THE DALLES, VANCOUVER ZONE 1: Projects within 30 miles of the respective city hall ZONE 2: More than 30 miles but less than 40 miles from the respective city hall. ZONE 3: More than 40 miles but less than 50 miles from the respective city hall. ZONE 4: More than 50 miles but less than 80 miles from the respective city hall. ZONE 5: More than 80 miles from the respective city hall TEAM0037-002 06/01/2012 CLARK, COWLITZ, KLICKITAT, PACIFIC (South of a straight line made by extending the north boundary line of Wahkiakum County west to the Pacific Ocean), SKAMANIA, AND WAHKIAKUM COUNTIES Rates Fringes Truck drivers: ZONE 1 GROUP 1 $ 26.90 13.25 GROUP 2 $ 27.02 13.25 GROUP 3 $ 27.15 13.25 GROUP 4 $ 27.41 13.25 GROUP 5 $ 27.63 13.25 GROUP 6 $ 27.79 13.25 GROUP 7 $ 27.99 13.25 Zone Differential (Add to Zone 1 Rates): Zone 2 - $0.65 Zone 3 - 1.15 Zone 4 - 1.70 Zone 5 - 2.75 BASE POINTS: ASTORIA, THE DALLES, LONGVIEW AND VANCOUVER ZONE 1: Projects within 30 miles of the respective city hall. ZONE 2: More than 30 miles but less than 40 miles from the respective city hall. ZONE 3: More than 40 miles but less than 50 miles from the respective city hall. ZONE 4: More than 50 miles but less than 80 miles from the respective city hall. ZONE 5: More than 80 miles from the respective city hall. WA130001 Modification 3 Federal Wage Determinations for Highway Construction Addendum 1 Page 136 William 0. Douglas - Powerhouse Trail Connector Page 36 of 44 TRUCK DRIVERS CLASSIFICATIONS GROUP 1: A Frame or Hydra lifrt truck w/load bearing surface; Articulated Dump Truck; Battery Rebuilders; Bus or Manhaul Driver; Concrete Buggies (power operated); Concrete Pump Truck; Dump Trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations there of: up to and including 10 cu. yds.; Lift Jitneys, Fork Lifts (all sizes in loading, unloading and transporting material on job site); Loader and/or Leverman on Concrete Dry Batch Plant (manually operated); Pilot Car; Pickup Truck; Solo Flat Bed and misc. Body Trucks, 0-10 tons; Truck Tender; Truck Mechanic Tender; Water Wagons (rated capacity) up to 3,000 gallons; Transit Mix and Wet or Dry Mix - 5 cu. yds. and under; Lubrication Man, Fuel Truck Driver, Tireman, Wash Rack, Steam Cleaner or combinations; Team Driver; Slurry Truck Driver or Leverman; Tireman GROUP 2: Boom Truck/Hydra-lift or Retracting Crane; Challenger; Dumpsters or similar equipment all sizes; Dump Trucks/Articulated Dumps 6 cu to 10 cu.; Flaherty Spreader Driver or Leverman; Lowbed Equipment, Flat Bed Semi -trailer or doubles transporting equipment or wet or dry materials; Lumber Carrier, Driver -Straddle Carrier (used in loading, unloading and transporting of materials on job site); Oil Distributor Driver or Leverman; Transit mix and wet or dry mix trcuks: over 5 cu. yds. and including 7 cu. yds.; Vacuum Trucks; Water truck/Wagons (rated capacity) over 3,000 to 5,000 gallons GROUP 3: Ammonia Nitrate Distributor Driver; Dump trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations thereof: over 10 cu. yds. and including 30 cu. yds. includes Articulated Dump Trucks; Self -Propelled Street Sweeper; Transit mix and wet or dry mix truck: over 7 cu yds. and including 11 cu yds.; Truck Mechanic -Welder -Body Repairman; Utility and Clean-up Truck; Water Wagons (rated capacity) over 5,000 to 10,000 gallons GROUP 4: Asphalt Burner; Dump Trucks, side, end and bottom cumps, including Semi -Trucks and Trains or combinations thereof: over 30 cu. yds. and including 50 cu. yds. includes Articulated Dump Trucks; Fire Guard; Transit Mix and Wet or Dry Mix Trucks, over 11 cu. yds. and including 15 cu. yds.; Water Wagon (rated capacity) over 10,000 gallons to 15,000 gallons GROUP 5: Composite Crewman; Dump Trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations thereof: over 50 cu. yds. and including 60 cu. yds. includes Articulated Dump Trucks GROUP 6: Bulk Cement Spreader w/o Auger; Dry Pre -Batch concrete Mix Trucks; Dump trucks, side, end and bottom dumps, including Semi Trucks and Trains of combinations thereof: over 60 cu. yds. and including 80 cu. yds., and includes Articulated Dump Trucks; Skid Truck WA130001 Modification 3 Federal Wage Determinations for Highway Construction Addendum_ 1 Page 137 William 0. Douglas - Powerhouse Trail Connector Page 37 of 44 GROUP 7: Dump Trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations thereof: over 80 cu. yds. and including 100 cu. yds., includes Articulated Dump Trucks; Industrial Lift Truck (mechanical tailgate) TEAM0174-001 06/29/2012 CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PACIFIC (North of a straight line made by extending the north boundary line of Wahkiakum County west to the Pacific Ocean), PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM COUNTIES Rates Fringes Truck drivers: ZONE A: GROUP 1• $ 31.68 16.23 GROUP 2• $ 30.84 16.23 GROUP 3 $ 28.03 16.23 GROUP 4 $ 23.06 16.23 GROUP 5• $ 31.23 16.23 ZONE B (25-45 miles from center of listed cities*): Add per hour to Zone A rates. ZONE C (over 45 miles from centr $1.00 per hour to Zone A rates. of listed cities*): Add *Zone pay will be calculated from the city center of the following listed cities: BELLINGHAM EVERETT SEATTLE TACOMA CENTRALIA SHELTON PORT ANGELES PORT TOWNSEND TRUCK DRIVERS CLASSIFICATIONS RAYMOND ANACORTES MT. VERNON ABERDEEN OLYMPIA BELLEVUE KENT BREMERTON $.70 GROUP 1 - "A -frame or Hydralift" trucks and Boom trucks or similar equipment when "A" frame or "Hydralift" and Boom truck or similar equipment is used; Buggymobile; Bulk Cement Tanker; Dumpsters and similar equipment, Tournorockers, Tournowagon, Tournotrailer, Cat DW series, Terra Cobra, Le Tourneau, Westinghouse, Athye Wagon, Euclid Two and Four -Wheeled power tractor with trailer and similar top -loaded equipment transporting material: Dump Trucks, side, end and bottom dump, including semi -trucks and trains or combinations thereof with 16 yards to 30 yards capacity: Over 30 yards $.15 per hour additional for each 10 yard increment; Explosive Truck (field mix) and similar equipment; Hyster Operators (handling bulk loose aggregates); Lowbed and Heavy Duty Trailer; Road Oil Distributor Driver; Spreader, Flaherty Transit mix used exclusively in heavy construction; Water Wagon and Tank Truck -3,000 gallons and over capacity WA130001 Modification 3 Federal Wage Determinations for Highway Construction Addendum 1 Page X38 William 0. Douglas - Powerhouse Trail Connector Page 38 of 44 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. WA130001 Modification 3 Federal Wage Determinations for Highway Construction Addendum 1 Page 139 William 0 Douglas - Powerhouse Trail Connector Page 39 of 44 TEAM0760-002 06/01/2009 ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT KITTITAS, LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMA COUNTIES Rates Fringes Truck drivers: (ANYONE WORKING ON HAZMAT JOBS SEE FOOTNOTE A BELOW) ZONE 1: GROUP 1 $ 20.02 10.86 GROUP 2 $ 22.29 10.86 GROUP 3 $ 22.79 10.86 GROUP 4 $ 23.12 10.86 GROUP 5 $ 23.23 10.86 GROUP 6 $ 23.40 10.86 GROUP 7 $ 23.93 10.86 GROUP 8 $ 24.26 10.86 Zone Differential (Add to Zone 1 rate: Zone 2 $2.00) BASE POINTS: Spokane, Moses Lake, Pasco, Lewiston Zone 1: 0-45 radius miles from the main post office. Zone 2: Outside 45 radius miles from the main post office TRUCK DRIVERS CLASSIFICATIONS GROUP 1: Escort Driver or Pilot Car; Employee Haul; Power Boat Hauling Employees or Material GROUP 2: Fish Truck; Flat Bed Truck; Fork Lift (3000 lbs. and under); Leverperson (loading trucks at bunkers); Trailer Mounted Hydro Seeder and Mulcher; Seeder & Mulcher; Stationary Fuel Operator; Tractor (small, rubber -tired, pulling trailer or similar equipment) GROUP 3: Auto Crane (2000 lbs. capacity); Buggy Mobile & Similar; Bulk Cement Tanks & Spreader; Dumptor (6 yds. & 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) WA130001 Modification 3 Federal Wage Determinations for Highway Construction Addendum 1 Page 140 William 0. Douglas - Powerhouse Trail Connector Page 40 of 44 GROUP 5: Dumptor (over 6 yds.); Lowboy (50 tons & under); Self- loading Roll Off; Semi -Truck & Trailer; Tractor with Steer Trailer; Transit Mixers and Trucks Hauling Concrete (over 6 yds. to and including 10 yds.); Trucks, side, end, bottom and end dump (over 12 yds. to & including 20 yds.); Truck -Mounted Crane (with load bearing surface either mounted or pulled, up to 14 ton); Vacuum Truck (super sucker, guzzler, etc.) GROUP 6: Flaherty Spreader Box Driver; Flowboys; Fork Lift (over 16,000 lbs.); Dumps (Semi -end); Mechanic (Field); Semi- end Dumps; Transfer Truck & Trailer; Transit Mixers & Trucks Hauling Concrete (over 10 yds. to & including 20 yds.); Trucks, side, end, bottom and articulated end dump (over 20 yds. to & including 40 yds.); Truck and Pup; Tournarocker, DWs & similar with 2 or more 4 wheel -power tractor with trailer, gallonage or yardage scale, whichever is greater Water Tank Truck (8,001- 14,000 gallons); Lowboy(over 50 tons) GROUP 7: Oil Distributor Driver; Stringer Truck (cable oeprated trailer); Transit Mixers & Trucks Hauling Concrete (over 20 yds.); Truck, side, end, bottom end dump (over 40 yds. to & including 100 yds.); Truck Mounted Crane (with load bearing surface either mounted or pulled (16 through 25 tons) ; GROUP 8: Prime Movers and Stinger Truck; Trucks, side, end, bottom and articulated end dump (over 100 yds.); Helicopter Pilot Hauling Employees or Materials Footnote A - Anyone working on a HAZMAT job, where HAZMAT certification is required, shall be compensated as a premium, in additon to the classification working in as follows: LEVEL C -D: - $.50 PER HOUR (This is the lowest level of protection. This level may use an air purifying respirator or additional protective clothing. LEVEL A -B: - $1.00 PER HOUR (Uses supplied air is conjunction with a chemical spash suit or fully encapsulated suit with a self-contained breathing apparatus. Employees shall be paid Hazmat pay in increments of four(4) and eight(8) hours. WA130001 Modification 3 Federal Wage Determinations for Highway Construction Addendum 1 Page 141 William 0 Douglas - Powerhouse Trail Connector Page 41 of 44 NOTE: Trucks Pulling Equipment Trailers: shall receive $.15/hour over applicable truck rate WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)) . The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is union or non-union. Union Identifiers An identifier enclosed in dotted lines beginning with characters other than "SU" denotes that the union classification and rate have found to be prevailing for that classification. Example: PLUM0198-005 07/01/2011. The first four letters , PLUM, indicate the international union and the four -digit number, 0198, that follows indicates the local union number or district council number where applicable , i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. The date, 07/01/2011, following these characters is the effective date of the most current negotiated rate/collective bargaining agreement which would be July 1, 2011 in the above example. Union prevailing wage rates will be updated to reflect any changes in the collective bargaining agreements governing the rates. 0000/9999: weighted union wage rates will be published annually each January. WA130001 Modification 3 Federal Wage Determinations for Highway Construction Addendum 1 Page 142 William 0. Douglas - Powerhouse Trail Connector Page 42 of 44 Non -Union Identifiers Classifications listed under an "SU" identifier were derived from survey data by computing average rates and are not union rates; however, the data used in computing these rates may include both union and non-union data. Example: SULA2004-007 5/13/2010. SU indicates the rates are not union majority rates, LA indicates the State of Louisiana; 2004 is the year of the survey; and 007 is an internal number used in producing the wage determination. A 1993 or later date, 5/13/2010, indicates the classifications and rates under that identifier were issued as a General Wage Determination on that date. Survey wage rates will remain in effect and will not change until a new survey is conducted. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be..: an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted - because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 WA130001 Modification 3 Federal Wage Determinations for Highway Construction Addendum 1 Page 143 William 0. Douglas - Powerhouse Trail Connector Page 43 of 44 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION WA130001 Modification 3 Federal Wage Determinations for Highway Construction Addendum 1 Page 144 William 0. Douglas - Powerhouse Trail Connector Page 44 of 44 City Of Yakima William O. Douglas -Powerhouse Trail connector City Project No. 2301 Federal Aid No.: STPE-1485(023) CONTENTS CITY OF YAKIMA William 0. Douglas - Powerhouse Trail Connector City Project No. 2301 SECTION PAGE INVITATION TO BID V STANDARD SPECIFICATIONS Standard Specifications 1 Amendments to the 2012 Standard Specifications 1 CONTRACT PROVISIONS General Special Provisions and Contract Special Provisions 13 Project Description 15 1-02 Bid Procedures and Conditions 17 1-03 Award and Execution of Contract 21 1-05 Control of Work 24 1-07 Legal Relations and Responsibilities to the Public . 28 1-08 Prosecution and Progress 44 1-09 Measurement and Payment 47 1-10 Temporary Traffic Control 49 2-02 Removal of Structure and Obstruction 49 2-03 Roadway Excavation and Embankment 50 5-04 Hot Mix Asphalt 51 8-01 Erosion Control and Water Pollution Control.. 55 8-03 Irrigation Systems 56 8-14 Cement Concrete Sidewalk 56 8-18 Mailbox Support. 56 9-03 Aggregates 57 STANDARD PLANS... 58 FHWA Form #1273 .. . 65 Contract Form 91 Performance Bond Form 93 Sample Certificate of Insurance 95 Sample Additional Insured Endorsement 96 Minimum Wage Affidavit Form 99 PREVAILING WAGE RATES Prevailing Wage Rates 101 Federal Wage Rates 102 State Wage Rates 146 3 PROPOSAL Proposal Form .. 187 Item Proposal Bid Sheet 189 Bid Bond Form 191 Proposal Signature Sheet 193 Compliance With Immigration and Naturalization Act 195 Non -Collusion Declaration 197 Certification for Federal -Aid Contract 199 Non -Discrimination Provision 203 Women and Minority Business Enterprise Policy 205 Council Resolution 207 Affirmative Action Plan 209 Bidders Certification . 211 Subcontractor's Certification 213 Contractor and Subcontractor or Lower Tier Subcontractor Certification for Federal Aid Projects..... 217 Materially and Responsiveness.... 219 Bidders Check List 221 PLANS & DETAILS Traffic Control Plans . Attached Construction Plans Attached 4 1 1 INVITATION ,oBID 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 NOTICE IS HEREBY GIVEN that sealed bids will be received by the City Clerk of the City of Yakima, 129 North 2nd Street, Yakima, Washington, 98901 until 4:00 pm on February 14, 2013 and will then and there be opened and publicly read for the construction of CITY OF YAKIMA William 0. Douglas - Powerhouse Trail Connector City Project No. 2301 This project consists of constructing approximately 2200 feet of 10' wide HMA trail through McGuinness Park and the Ortman Median along Willow Street that will connect the existing Powerhouse Trail and William O. Douglas Trail. The project also consists of multiple upgrades of curb ramps along the path, approximately 50 square yards of pavement repair, approximately 1150 feet of removing and replacing cement concrete curb and gutter, approximately 275 square yards of removing and replacing cement concrete sidewalk, and other work all to be constructed in accordance with the plans and specifications as prepared by the City Engineer of the City of Yakima. All bid proposals shall be accompanied by a bid proposal deposit in cash, certified check, cashier's check or surety bond in an amount equal to five percent (5%) of the amount of such bid proposal. Should the successful bidder fail to enter into such contract and furnish satisfactory performance bond within the time stated in the specifications, the bid proposal deposit shall be forfeited to the City of Yakima. Complete digital project Bidding Documents are available at www.questcdn.com. You may download the digital plan documents for $20.00 by inputting Quest project # 2418117 on the website's Project Search page Please contact QuestCDN com at 952-233-1632 or infoquestcdn.com for assistance in free membership registration, downloading, and working with this digital project information An optional paper set of project plans and specifications may be obtained at the Office of the City Engineer located at 129 North 2nd Street (509-575-6111), upon payment in the amount of $50 00 for each set, non refundable. Project questions should be directed to Dana Kallevig at 509 567.6605 Informational copies of maps, plans, and specifications are on file for inspection in the Office of the City Engineer of Yakima in Yakima, Washington. The City of Yakima in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C. 2000d to 2000-4 and Title 49, Code of Federal Regulations, Department of Transportation, subtitle A, Office of the Secretary, Part 21, nondiscrimination in federally assisted programs of the Department of Transportation issued pursuant to such Act, hereby notifies all bidders that it will affirmatively insure that in any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color or national origin in consideration for an award. The City reserves the right to reject any or all bids and proposals. DATED this 22nd day of January, 2013 PUBLISH. January 24th, 2013 January 31st, 2013 Sonya Claar-Tee CITY CLERK STANDARD SPECIFICATIONS The 2012 Standard Specifications for Road, Bridge, and Municipal Construction published by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association, by this reference, are made a part of these Contract Documents. Except as may be amended, modified, or supplemented hereinafter, each section of the Standard Specifications shall be considered as much a part of these Contract Documents as if they were actually set forth herein. INTRODUCTION The following Amendments and Special Provisions shall be used in conjunction .with the 2012 Standard Specifications for Road, Bridge, and Municipal Construction. AMENDMENTS TO THE STANDARD SPECIFICATIONS The following Amendments to the Standard Specifications are made a part of this contract and supersede any conflicting provisions of the Standard Specifications. For informational purposes, the date following each Amendment title indicates the implementation date of the Amendment or the latest date of revision. Each Amendment contains all current revisions to the applicable section of the Standard Specifications and may include references which do not apply to this particular project. Section 1-01, Definition and Terms August 6, 2012 1-01.3 Definitions The definition for "Bid Documents" is revised to read: The component parts of the proposed Contract which may include, but are not limited to, the Proposal Form, the proposed Contract Provisions, the proposed Contract Plans, Addenda, and, for projects with Contracting Agency subsurface investigations, the Summary of Geotechnical Conditions and subsurface boring Togs (if any). The definition for "Superstructures" is revised to read: The part of the Structure above: 1. The bottom of the grout pad for the simple and continuous span bearing, or 2. The bottom of the block supporting the girder, or 3. Arch skewback and construction joints at the top of vertical abutment members or rigid frame piers. Longitudinal limits of the Superstructure extend from end to end of the Structure in accordance with the following criteria: 7 1 From the face of end diaphragm abutting the bridge approach embankment for end piers without expansion joints, or 2. From the end pier expansion joint for bridges with end pier expansion joints. Superstructures include, but are not limited to, the bottom slab and webs of box girders, the bridge deck and diaphragms of all bridges, and the sidewalks when shown on the bridge deck. The Superstructure also includes the girders, expansion joints, bearings, barrier, and railing attached to the Superstructure when such Superstructure components are not otherwise covered by separate unit measured or lump sum bid items. Superstructures do not include endwalls, wingwalls, barrier and railing attached to the wingwalls, and cantilever barriers and railings unless supported by the Superstructure. Section 1-02, Bid Procedures and Conditions January 2, 2012 1-02.4(2) Subsurface Information The first two sentences in the first paragraph are revised to read: If the Contracting Agency has made subsurface investigation of the site of the proposed work, the boring log data, soil sample test data, and geotechnical recommendations reports obtained by the Contracting Agency will be made available for inspection by the Bidders at the location specified in the Special Provisions. The Summary of Geotechnical Conditions, as an appendix to the Special Provisions, and the boring logs shall be considered as part of the Contract. Section 1-03, Award and Execution of Contract April 2, 2012 1-03.1(1) Tied Bids This section's title is revised to read: 1-03.1(1) Identical Bid Totals Section 1-05, Control of Work August 6, 2012 1-05.13(1) Emergency Contact List The second sentence in the first paragraph is revised to read: The list shall include, at a minimum, the Prime Contractor's Project Manager, or equivalent, the Prime Contractor's Project Superintendent, the Erosion and Sediment Control (ESC) Lead and the Traffic Control Supervisor. Section 1-06, Control of Material January 7, 2013 1-06.1(4) Fabrication Inspection Expense The first paragraph is revised to read: 8 In the event the Contractor elects to have items fabricated beyond 300 miles from Seattle, Washington, the Contracting Agency will deduct from payment due the Contractor costs to perform fabrication inspection on the following items: • Bridge Bearings (Cylindrical, Disc, Fabric Pad, Pin, Pendulum, Rocker, and Spherical) • Cantilever Sign Structures and Sign Bridges • Epoxy -Coated Reinforcing Steel • Metal Bridge Railing and Handrail • Modular Expansion Joints • Painted Piling and Casing • Painted and Powder -Coated Luminaire and Signal Poles • Precast Concrete Catch Basins, Manholes, Inlets, Drywells, and Risers • Precast Concrete Drain, Perforated Underdrain, Culvert, Storm Sewer, and Sanitary Sewer Pipe • Precast Concrete Three Sided Structures • Precast Concrete Junction Boxes, Pull Boxes, Cable Vaults, Utility Vaults, and Box Culverts • Precast Concrete Traffic Barrier • Precast Concrete Marine Pier Deck Panels • Precast Concrete Floor Panels • Precast Concrete Structural Earth Walis, Noise Barrier Walis, and Wall Stem Panels • Precast Concrete Retaining Walls, including Lagging Panels • Prestressed Concrete Girders and Precast Bridge Components • Prestressed Concrete Piles • Seismic Retrofit Earthquake Restrainers • Soldier Piles • Steel Bridges and Steel Bridge Components • Steel Column Jackets • Structural Steel for Ferry Terminals, including items such as Dolphins, Wingwalls, and Transfer Spans • Treated Timber and Lumber 6 -inch by 6 -inch or larger • Timber • Additional items as may be determined by the Engineer The footnote below the table is revised to read: An inspection day includes any calendar day or portion of a calendar day spent by one inspector inspecting, on standby, or traveling to and from a place of fabrication. An additional cost per inspection day will be assessed for each additional inspector. Reimbursement will be assessed at $280.00 per day for weekends and holidays for each on site inspector in travel status, but not engaged in inspection or travel activities when fabrication activities are not taking place. Section 1-07, Legal Relations and Responsibilities to the Public January 7, 2013 1-07.1 Laws to be Observed The following two sentences are inserted after the first sentence in the third paragraph: 9 In particular the Contractor's attention is drawn to the requirements of WAC 296.800 which requires employers to provide a safe workplace. More specifically WAC 296.800.11025 prohibits alcohol and narcotics from the workplace. 1-07.9(2) Posting Notices This section is revised to read: Notices and posters shall be placed in areas readily accessible to read by employees. The Contractor shall ensure the following are posted: 1. EEOC - P/E-1 (revised 11/09) - Equal Employment Opportunity is THE LAW published by US Department of Labor. Post for projects with federal -aid funding 2. FHWA-1022 (revised 11/11) - NOTICE Federal -Aid Project published by Federal Highway Administration (FHWA). Post for projects with federal -aid funding 3 WH 1321 (revised 04/09) - Employee Rights under the Davis -Bacon Act published by US Department of Labor. Post for projects with federal -aid funding 4. WHD 1088 (revised 07/09) - Employee Rights under the Fair Labor Standards Act published by US Department of Labor. Post on all projects 5. WHD - 1420 (revised 01/09) - Employee Rights and Responsibilities under The Family and Medical Leave Act published by US Department Of Labor. Post on all projects 6. WHD-1462 (revised 01/12) — Employee Polygraph Protection Act published by US Department of Labor. Post on all projects 7. F416-081-909 (revised 12/12) - Job Safety and Health Law published by Washington State Department of Labor and Industries. Post on all projects 8. F242-191-909 (revised 12/12) - Notice to Employees published by Washington State Department of Labor and Industries. Post on all projects 9. F700-074-909 (revised 12/12) - Your Rights as a Worker in Washington State by Washington State Department of Labor and Industries (L&I). Post on all projects 10. EMS 9874 (revised 04/12) - Unemployment Benefits published by Washington State Employee Security Department. Post on all projects 11. Post one copy of the approved "Statement of Intent to Pay Prevailing Wages" for the Contractor, each Subcontractor, each lower tier subcontractor, and any other firm (Supplier, Manufacturer, or Fabricator) that falls under the provisions of RCW 39.12 because of the definition of "Contractor" in WAC 296-127-010 12. Post one copy of the prevailing wage rates for the project 1-07.14 Responsibility for Damage The fifth paragraph is revised to read: 10 Pursuant to RCW 4.24.115, if such claims, suits, or actions result from the concurrent negligence of (a) the indemnitee or the indemnitee's agents or employees and (b) the Contractor or the Contractor's agent or employees, the indemnity provisions provided in the preceding paragraphs of this Section shall be valid and enforceable only to the extent of the Contractor's negligence or the negligence of its agents and employees. 1-07.15 Temporary Water Pollution/Erosion Control The third paragraph is deleted. Section 1-08, Prosecution and Progress April 2, 2012 1-08.1 Subcontracting In the eighth paragraph, "Contracting Agency" is revised to read "WSDOT". 1-08.3(1) General Requirements The following new paragraph is inserted after the first paragraph: Total float belongs to the project and shall not be for the exclusive benefit of any party. 1-08.7 Maintenance During Suspension The second paragraph is revised to read: At no expense to the Contracting Agency, the Contractor shall provide through the construction area safe, smooth, and unobstructed roadways and pedestrian access routes for public use during. the suspension (as required in Section 1-07.23 or the Special Provisions.) This may include a temporary road, alternative pedestrian access route or detour. Section 1-09, Measurement and Payment August 6, 2012 1-09.1 Measurement of Quantities The following new sentence is inserted after the sentence ""Ton".2,000 pounds of avoirdupois weight": Items of payment that have "Lump Sum" or "Force Account" in the Bid Item of Work shall have no specific unit of measurement requirement. 1-09.2(5) Measurement The second sentence in the first paragraph is revised to read: The frequency of verification checks will be such that at least one test weekly is performed for each scale used in weighing contract items of Work. 11 Section 3-04, Acceptance of Aggregate April 2, 2012 3-04.3(7)D4 An Entire Lot The last sentence is deleted. 3-04.5 Payment In the second paragraph, the reference "Section 3-04.3(6)C " is revised to read "Section 3- 04.3(8)". In Table 1, the row containing the item "Gravel Borrow for Geosynthetic Retaining Wall" is revised to read: 9-03.14(4) Gravel Borrow for Geosynthetic Retaining Wall 4000 2000 $30 $60 Section 5-04, Hot Mix Asphalt January 7, 2013 5-04.2 Materials The fourth paragraph is revised to read: The grade of asphalt binder shall be as required by the Contract. Blending of asphalt binder from different sources is not permitted. 5-04.3(7)A1 General This section is supplemented with the following: The Contractor shall include the brand and type of anti -stripping additive in the mix design submittal and provide certification from the asphalt binder manufacture that the anti -stripping additive is compatible with the crude source and formulation of asphalt binder proposed in mix design. 5-04.3(7)A3 Commercial Evaluation The second sentence in the second paragraph is deleted. 5-04.3(10)63 Longitudinal Joint Density The section including title is revised to read: 5-04.3(10)63 Vacant 5-04.3(11)D General The last sentence in the first paragraph is deleted. 5-04.3(20) Anti -Stripping Additive This section is revised to read: Anti -stripping additive shall be added to the liquid asphalt by the asphalt supplier prior to shipment to the asphalt mixing plant. For HMA accepted by statistical and nonstatistical evaluation the anti -stripping additive shall be added in the amount designated in the WSDOT 12 mix design/anti-strip evaluation report provided by the Contracting Agency. For HMA accepted by commercial evaluation the Project Engineer will determine the amount of anti - strip to be added; paving shall not begin before the anti -strip requirements have been provided to the Contractor. 5-04.4 Measurement The last paragraph is deleted. 5-04.5 Payment The bid item "Longitudinal Joint Density Price Adjustment", by calculation and paragraph following bid item are deleted. Section 7-05, Manholes, Inlets, Catch Basins, and Drywells April 2, 2012 7-05.3 Construction Requirements The third paragraph is supplemented with the following: Leveling and adjustment devices that do not modify the structural integrity of the metal frame, grate or cover, and do not void the originating foundry's compliance to these specifications and warranty is allowed. Approved leveling devices are listed in the Qualified Products List. Leveling and adjusting devices that interfere with the backfilling, backfill density, grouting and asphalt density will not be allowed. The hardware for leveling and adjusting devices shall be completely removed when specified by the Project Engineer. Section 8-01, Erosion Control and Water Pollution Control January 7, 2013 8-01.2 Materials The first paragraph is revised to read: Materials shall meet the requirements of the following sections: Corrugated Polyethylene Drain Pipe 9-05.1(6) Quarry Spalls 9-13 Seed 9-14.2 Fertilizer 9-14.3 Mulch and Amendments 9-14.4 Tackifiers 9-14.4(7) Erosion Control Devices 9-14.5 High Visibility Fence 9-14.5 Construction Geotextile 9-33 8-01.3(2)D Mulching The following two new paragraphs are inserted after the fourth paragraph: Short -Term Mulch shall be hydraulically applied at the rate of 2500 pounds per acre and may be applied in one lift. 13 Moderate -Term Mulch and Long -Term Mulch shall be hydraulically applied at the rate of 3500 pounds per acre with no more than 2000 pounds applied in any single lift. 8-01.3(2)E Soil Binders and Tacking Agents This section including title is revised to read: 8-01.3(2)E Tackifiers Tackifiers applied using a hydroseeder shall have a mulch tracer added to visibly aid uniform application. This tracer shall not be harmful to plant, aquatic, or animal life. A minimum of 125 pounds per acre and a maximum of 250 pounds per acre of Short -Term Mulch shall be used as a tracer. Tackifier shall be mixed and applied in accordance with the manufacturer's recommendations. Soil Binding Using Polyacrylamide (PAM) — The PAM shall be applied on bare soil completely dissolved and mixed in water or applied as a dry powder. Dissolved PAM shall be applied at a rate of not more than 2/3 pound per 1,000 gallons of water per acre. A minimum of 200 pounds per acre of Short -Term Mulch shall be applied with the dissolved PAM. Dry powder applications may be at a rate of 5 pounds per acre using a hand-held fertilizer spreader or a tractor -mounted spreader. PAM shall be applied only to areas that drain to completed sedimentation control BMPs in accordance with the TESC Plan. PAM may be reapplied on actively worked areas after a 48- hour period. PAM shall not be applied during rainfall or to saturated soils 8-01.3(2)F Dates for Application of Final Seed, Fertilizer, and Mulch In the first paragraph, "Engineer" is revised to read "Project Engineer". Note 1 of the table in the first paragraph is revised to read: 1 Where Contract timing is appropriate, seeding, fertilizing, and mulching shall be accomplished during the fall period listed above The third paragraph is deleted. 8-01.3(3) Placing Erosion Control Blanket This section including title is revised to read: 8-01.3(3) Placing Biodegradable Erosion Control Blanket Biodegradable Erosion Control Blankets are used as an erosion prevention device and to enhance the establishment of vegetation. Erosion control blankets shall be installed according to the manufacturer's recommendations. Seeding and fertilizing shall be done prior to blanket installation. Select erosion control blanket material for an area based on the intended function: slope or ditch stabilization, and site specific factors including soil, slope gradient, rainfall, and flow exposure. Erosion Control Blankets shall not be used on slopes or in ditches that exceed the manufacturer's recommendations. 14 8-01.3(4) Placing Compost Blanket The first paragraph is revised to read: Compost blanket shall be placed to a depth of 3 inches over bare soil. Compost blanket shall be placed prior to seeding or other planting. An organic tackifier shall be placed over the entire composted area when dry or windy conditions are present or expected before the final application of mulch or erosion control blanket. The tackifier shall be applied immediately after the application of compost to prevent compost from leaving the composted area. 8-01.3(5) Placing Plastic Covering The second and third paragraphs are revised to read: Clear plastic covering shall be used to promote seed germination when seeding is performed outside of the Dates for Application of Final Seed in Section 8-01.3(2)F. Black plastic covering shall be used for stockpiles or other areas where vegetative growth is unwanted. The plastic cover shall be installed and maintained in a way that prevents water from cutting under the plastic and prevents the plastic cover from blowing open in the wind. 8-01.3(6) Check Dams This section is revised to read: Check dams shall be installed as soon as construction will allow, or when designated by the Engineer. The Contractor may substitute a different check dam, in lieu of what is specified in the contract, with approval of the Engineer. The check dam is a temporary or permanent structure, built across a minor channel. Water shall not flow through the check dam structure. Check dams shall be constructed in a manner that creates a ponding area upstream of the dam to allow pollutants to settle, with water from increased flows channeled over a spillway in the check dam. The check dam shall be constructed to prevent erosion in the area below the spillway. Check dams shall be placed perpendicular to the flow of water and installed in accordance with the Standard Plans. The outer edges shall extend up the sides of the conveyance to prevent water from going around the check dam. Check dams shall be of sufficient height to maximize detention, without causing water to leave the ditch. Check dams shall meet the requirements in Section 9-14.5(4). 8-01.3(6)A Geotextile-Encased Check Dam This sections content including title is deleted. 8-01.3(6)B Quarry Spall Check Dam This sections content including title is deleted. 8-01.3(6)C Sandbag Check Dam This sections content including title is deleted. 8-01.3(6)D Wattle Check Dam This sections content including title is deleted. 15 8-01.3(6)E Coir Log This sections title is revised to read: 8-01.3(6)A Coir Log 8-01.3(7) Stabilized Construction Entrance The first paragraph is revised to read: Temporary stabilized construction entrance shall be constructed in accordance with the Standard Plans, prior to beginning any clearing, grubbing, embankment or excavation. All quarry spall material used for stabilized construction entrance shall be free of extraneous materials that may cause or contribute to track out. 8-01.3(9)B Gravel Filter, Wood Chip, or Compost Berm The first paragraph is revised to read: Filter berms shall retain sediment and direct flows. The gravel filter berm shall be a minimum of 1 foot in height and shall be maintained at this height for the entire time they are in use. Rock material used for filter berms shall meet the grading requirements in Section 9- 03.9(2), but shall not include any recycled materials as outlined in Section 9-03.21. 8-01.3(9)C Straw Bale Barrier This section including title is revised to read: 8-01.3(9)C Vacant 8-01.3(11) Vacant This section including title is revised to read: 8-01.3(11) Outlet Protection Outlet protection shall prevent scour at the outlets of ponds, pipes, ditches or other conveyances. All quarry spall material used for outlet protection shall be free of extraneous material and meet the gradation requirements in Section 9-13.6. 8-01.3(13) Temporary Curb This section is revised to read: Temporary curbs shall divert or redirect water around erodible soils. Temporary curbs shall be installed along pavement edges to prevent runoff from flowing onto erodible slopes. Water shall be directed to areas where erosion can be controlled. The temporary curbs shall be a minimum of 4 inches in height. Ponding shall not be in roadways. 8-01.4 Measurement The third paragraph is revised to read: Check dams will be measured per linear foot one time only along the completed check dam. No additional measurement will be made for check dams that are required to be rehabilitated or replaced due to wear. 16 The ninth paragraph is deleted. The twelfth paragraph (after the preceding amendment is applied) is revised to read: Seeding, fertilizing, liming, mulching, mowing, and tackifier will be measured by the acre by ground slope measurement or through the use of design data This section is supplemented with the following: Outlet Protection will be measured per each initial installation at an outlet location. 8-01.5 Payment The bid item "Straw Bale", per each is deleted. The bid item "_Erosion Control Blanket", per square yard is deleted. The bid item "Soil Binder or Tacking Agent", per acre is deleted. This section is supplemented with the following: "Outlet Protection", per each. The unit Contract price per each for "Outlet Protection" shall be full payment for all costs incurred to complete the Work. "Tackifier", per acre The unit Contract price per acre for "Tackifier" shall be full payment for all costs incurred to complete the Work. "Biodegradable Erosion Control Blanket", per square yard. The unit Contract price per square yard for "Biodegradable Erosion Control Blanket" shall be full pay for all costs to complete the specified Work. Section 8-02, Roadside Restoration August 6, 2012 In this section, "psiPE" is revised to read "PSIPE" 8-02.3(4)C Topsoil Type C In this section, "9-14.1(2)" is revised to read "9-14.1(3)". 8-02.3(8) Planting Item number 1 in the second paragraph is revised to read: 1. Non -Irrigated Plant Material West of the summit of the Cascade Range - October 1 to March 1. East of the summit of the Cascade Range - October 1 to November 15. 8-02.5 Payment The paragraph following bid item "Coarse Compost", per cubic yard" is revised to read: 17 The unit Contract price per cubic yard for "Fine Compost", Medium Compost" or "Coarse Compost" shall be full pay for furnishing and spreading the compost onto the existing soil. Section 8-03, Irrigation Systems April 2, 2012 8-03.3(7) Flushing and Testing The fifth paragraph is deleted. Section 8-04, Curbs, Gutters, and Spillways April 2, 2012 8-04.3(1) Cement Concrete Curbs, Gutters, and Spillways This section is supplemented with the following new sub -section: 8-04.3(1)B Roundabout Cement Concrete Curb and Gutter Roundabout cement concrete curb and gutter and roundabout splitter island nosing curb shall be shaped and finished to match the shape of the adjoining curb as shown in the Plans. All other requirements for cement concrete curb and cement concrete curb and gutter shall apply to roundabout cement concrete curb and gutter. 8-04.4 Measurement This section is supplemented with the following: Roundabout splitter island nosing curb will be measured per each. 8-04.5 Payment The bid item, "Roundabout Truck Apron Cement Concrete Curb", per linear foot is deleted. This section is supplemented with the following: "Roundabout Cement Concrete Curb and Gutter", per linear foot The unit Contract price per linear foot for "Roundabout Cement Concrete Curb and Gutter" shall be full payment for all costs for the Work including transitioning the roundabout cement concrete curb and gutter to the adjoining curb shape. "Roundabout Splitter Island Nosing Curb", per each The unit Contract price per each for "Roundabout Splitter Island Nosing Curb" shall be full payment for all costs for the Work including transitioning the roundabout splitter island nosing curb to the adjoining curb shape. Section 8-21, Permanent Signing January 7, 2013 8-21.2 Materials The third sentence is revised to read: Materials for sign mounting shall conform to Section 9-28.11. 18 8-21.3(9)A Fabrication of Steel Structures The first sentence in the first paragraph is revised to read: Fabrication shall conform to the applicable requirements of Section 6-03 and 9-06. This section is supplemented with the following: All fabrication, including repairs, adjustments or modifications of previously fabricated sign structure members and connection elements, shall be performed in the shop, under an Engineer approved shop drawing prepared and submitted by the Contractor for the original fabrication or the specific repair, adjustment or modification. Sign structure fabrication repair, adjustment or modification of any kind in the field is not permitted. If fabrication repair, adjustment or modification occurs after a sign structure member or connection element has been galvanized, the entire member or element shall be re -galvanized in accordance with AASHTO M 111. 8-21.3(9)B Vacant This section including title is revised to read: 8-21.3(9)B Erection of Steel Structures Erection shall conform to the applicable requirements of Sections 6-03 and 8-21.3(9)F. Section 8-21.3(9)F notwithstanding, the Contractor may erect a sign bridge prior to completion of the shaft cap portion of one foundation for one post provided the following conditions are satisfied: 1. The Contractor shall submit design calculations and working drawings of the temporary supports and falsework supporting the sign bridge near the location of the incomplete foundation to the Engineer for approval in accordance with Section 6-01.9. The submittal shall include the method of releasing and removing the temporary supports and falsework without inducing loads and stress into the sign bridge. 2. The Contractor shall submit the method used to secure the anchor bolt array in proper position with the sign bridge while casting the shaft cap concrete to complete the foundation. 3. The Contractor shall erect the sign bridge and temporary supports and falsework, complete the remaining portion of the incomplete foundation, and remove the temporary supports and falsework, in accordance with the working drawing submittals as approved by the Engineer. 8-21.3(9)F Foundations The following new paragraph is inserted after the second paragraph: Concrete placed into an excavation where water is present shall be placed using an approved tremie. If water is not present, the concrete shall be placed such that the free -fall is vertical down the center of the shaft without hitting the sides, the steel reinforcing bars, or the steel reinforcing bar cage bracing. The Section 6-02.3(6) restriction for 5 -feet maximum free -fall shall not apply to placement of Class 4000P concrete into a shaft. 19 The ninth paragraph (after implementing the preceding Amendment) is replaced with the following three new paragraphs: After construction of concrete foundations for sign bridge and cantilever sign structures, the Contractor shall survey the foundation locations and elevations, the anchor bolt array locations and lengths of exposed threads. The Contractor shall confirm that the survey conforms to the sign structure post, beam, span and foundation design geometry shown in the Plans, and shall identify any deviations from the design geometry shown in the Plans. When deviations are identified, the Contractor shall notify the Engineer, and such notice shall be accompanied by the Contractor's proposed method(s) of addressing the deviations, including removal and reconstruction of the shaft cap portion of the affected concrete foundation as outlined in this Section, or fabrication repair, adjustment or modification, with associated shop drawings, in accordance with Section 8-21.3(9)A. If the Contractor's survey indicates that a concrete foundation has been constructed incorrectly for a sign structure that has already been fabricated, the Contractor may remove and reconstruct the shaft cap portion of the foundation, in accordance with Section 1-07.13, provided the following conditions are satisfied: 1. The Contractor shall submit the method and equipment to be used to remove the portion of the concrete foundation to be removed and reconstructed to the Engineer for approval in accordance with Section 1-05.3. The submittal shall include confirmation that the equipment and the method of operation is appropriate to ensure that the existing anchor bolt array and primary shaft vertical steel reinforcing bars will not be damaged. 2. All steel reinforcing bars, except for steel reinforcing bars extending from the bottom portion of the foundation to remain, shall be removed and disposed of in accordance with Sections 2-02.3 and 2-03.3(7)C, and shall be replaced with new steel reinforcing bars conforming to the size, dimensions and geometry shown in the Plans. All concrete of the removed portion of the foundation shall be removed and disposed of in accordance with Sections 2-02.3 and 2-03.3(7)C. 3. The Contractor shall adjust the primary shaft vertical steel reinforcing bars as necessary in accordance with Section 6-02.3(24)C to provide clearance for the anchor bolt array. Sign structures shall not be erected on concrete foundations until the Contractor confirms that the foundations and the fabricated sign structures are either compatible with each other and the design geometry shown in the Plans, or have been modified in accordance with this Section and as approved by the Engineer to be compatible with each other, and the foundations have attained a compressive strength of 2,400 -psi. Item number 4 in the twelfth paragraph (after implemented the preceding Amendments) is revised to read: 4. Concrete shall be Class 4000P, except as otherwise specified. The concrete for the shaft cap (the portion containing the anchor bolt array assemblies above the construction joint at the top of the shaft) shall be Class 4000. 20 Item number 3 in the thirteenth paragraph (after implemented the preceding Amendments) is revised to read: 3. Unless otherwise shown in the Plans, concrete shall be Class 4000P. 8-21.5 Payment This section is supplemented with the following: All costs in connection with surveying completed concrete foundations for sign bridges and cantilever sign structures shall be included in the lump sum contract price for "Structure Surveying", except that when no Bid item is included in the Proposal for "Structure Surveying" then such costs shall be included in the lump sum contract price(s) for "Sign Bridge No. " and "Cantilever Sign Structure No. " Section 8-22, Pavement Marking January 7, 2013 8-22.3(3)D Line Applications The last paragraph is supplemented with the following: Grooved line pavement marking shall not be constructed on bridge decks or on bridge approach slabs. 8-22.3(6) Removal of Pavement Markings The following two new sentences are inserted after the first sentence: Grinding to remove painted markings is not allowed. Grinding to remove plastic marking is allowed to a depth just above the pavement surface, then water blasting or shot blasting shall be required to remove the remaining markings. 8-22.4 Measurement The items "Painted Wide Line" and "Plastic Wide Line" are deleted from the fourth paragraph The sixth paragraph is revised to read: Diagonal lines used to delineate parking stalls that are constructed of painted or plastic 4 - inch lines will be measured as "Paint Line" or "Plastic Line" by the linear foot of line installed. Crosswalk line will be measured by the square foot of marking installed: - The following two new paragraphs are inserted after the sixth paragraph: Crosshatch markings used to delineate median and gore areas will be measured by the completed linear foot as "Painted Crosshatch Marking" or "Plastic Crosshatch Marking". The measurement for "Painted Crosshatch Marking" and for "Plastic Crosshatch Marking" will be based on the total length of each 8 -inch or 12 -inch wide line installed. 21 8-22.5 Payment The bid items "Painted Wide Line", per linear foot and "Plastic Wide Line", per linear foot are deleted from this section. This section is supplemented with the following two new bid items: "Painted Crosshatch Marking", per linear foot. "Plastic Crosshatch Marking", per linear foot. The following new paragraph is inserted after the last bid item in this section: The unit Contract price for the aforementioned Bid items shall be full payment for all costs to perform the Work as described in Section 8-22. Section 9-03, Aggregates January 7, 2012 9-03.1(1) General Requirements The eighth paragraph is deleted. 9-03.13 Backfill for Sand Drains This section is supplemented with the following: That portion of backfill retained on a No. 4 sieve shall not contain more than 0.05 percent by weight of wood waste. 9-03.13(1) Sand Drainage Blanket The last paragraph is revised to read: That portion of backfill retained on a No. 4 sieve shall not contain more than 0.05 percent by weight of wood waste. 9-03.14(1) Gravel Borrow Note 1 is deleted, including the reference in the table. 9-03.14(2) Select Borrow Note 1 is deleted. Note 2 is re -numbered Note 1, including the reference in the table. 9-03.14(4) Gravel Borrow for Geosynthetic Retaining Wall This section is revised to read: All backfill material for geosynthetic retaining walls shall consist of granular material, either naturally occurring or processed, and shall be free draining, free from organic or otherwise deleterious material. The material shall be substantially free of shale or other soft, poor durability particles, and shall not contain recycled materials, such as glass, shredded tires, portland cement concrete rubble, or asphaltic concrete rubble. The backfill material shall meet the following requirements for grading and quality: 22 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 23 Sieve Size Percent Passing Allowable Test Value 99-100 1" 90-100 No. 4 50-80 No. 40 30 max. No. 200 7.0 max. Sand Equivalent 50 min. All percentages are by weight Property Test Method Allowable Test Value Los Angeles Wear 500 rev. AASHTO T 96 35 percent max. Degradation Factor WSDOT Test Method 113 15 min. pH, permanent walls AASHTO T 289 4.5-9 pH, temporary walls AASHTO T 289 3-10 Wall backfill material satisfying these grading and property requirements shall be classified as nonaggressive. 9-03.21(1) General Requirements The first sentence in the first paragraph is revised to read: Hot Mix Asphalt, Concrete Rubble, Recycled Glass (glass cullet), and Steel Furnace Slag may be used as, or blended uniformly with naturally occurring materials for aggregates. 9-03.21(1)C Vacant This section including title is revised to read: 9-03.21(1)C Recycled Glass (Glass CuIlet) Glass Cullet shall meet the requirements of AASHTO M 318 with the additional requirement that the glass cullet is limited to the maximum amounts set in Section 9-03.21(1)E for recycled glass. Prior to use the Contractor shall provide certification to the Project Engineer that the recycled glass meets the physical properties and deleterious substances requirements in AASHTO M-318. 9-03.21(1) E Table on Maximum Allowable Percent (By Weight) of Recycled Material The column heading "Recycled Glass" is revised to read "Recycled Glass (Glass Cullet) in the table. In the column "Recycled Glass (Glass Cullet)" all amounts are revised to read "20" beginning with the item "Ballast" and continuing down until the last item in the table. Section 9-14, Erosion Control and Roadside Planting January 7, 2013 9-14.3 Fertilizer The second sentence in the first paragraph is revised to read: It may be separate or in a mixture containing the percentage of total nitrogen, available phosphoric acid, and water-soluble potash or sulfur in the amounts specified. 9-14.4(2) Hydraulically Applied Erosion Control Products (HECPs ) The first sentence in the third paragraph is revised to read: All HECPs shall be furnished premixed by the manufacturer with Organic or Synthetic Tackifier as specified in Section 9-14.4(7). The third and fourth rows in Table 1 is revised to read: Heavy Metals EPA 6020A Total Metals Antimony — < 4 mg/kg Arsenic — < 6 mg/kg Barium — < 80 mg/kg Boron — < 160 mg/kg Cadmium — < 2 mg/kg Total Chromium — < 4 mg/kg Copper — < 10 mg/kg Lead — < 5 mg/kg Mercury — < 2 mg/kg Nickel — < 2 mg/kg Selenium — < 10 mg/kg Strontium — < 30 mg/kg Zinc — < 30 mg/kg Water Holding Capacity ASTM D 7367 800 percent minimum 9-14.4(2)A Long Term Mulch In the first paragraph, the phrase "within 2 hours of application" is deleted 9-14.4(4) Wood Strand Mulch The last sentence in the second paragraph is deleted. This section is supplemented with the following new paragraph: The Contractor shall provide Material Safety Data Sheet (MSDS) that demonstrates that the product is not harmful to plant life and a test report performed in accordance with WSDOT Test Method 125 demonstrating compliance to this specification prior to acceptance. 9-14.4(8) Compost The second paragraph is revised to read: Compost production and quality shall comply with WAC 173-350 and for biosolids composts, WAC 173-308. The third paragraph is to read: Compost products shall meet the following physical criteria: 1. Compost material shall be tested in accordance with U.S. Composting Council Testing Methods for the Examination of Compost and Composting (TMECC) 02.02- B, "Sample Sieving for Aggregate Size Classification". 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 24 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Fine compost shall meet the following gradation: Sieve Size Percent Passing Minimum Maximum 1" 100 5/8" 90 100 '/4" 75 100 Note Maximum particle length of 4 inches. Medium compost shall meet the following gradation: Sieve Size Percent Passing Minimum Maximum 1" 100 5/8" 85 100 '/4" 70 85 Note Maximum particle length of 4 inches. Medium compost shall have a carbon to nitrogen ration (C:N) between 18:1 and 35:1. The carbon to nitrogen ration shall be calculated using dry weight of "Organic Carbon" using TMECC 04.01A divided by the dry weight of "Total N" using TMECC 04.02D. Coarse compost shall meet the following gradation: Sieve Size Percent Passing Minimum Maximum 2" 100 1" 90 100 3/4" 70 100 '/4" 40 60 Note Maximum particle length of 6 inches. Coarse compost shall have a carbon to nitrogen ratio (C:N) between 25:1 and 35:1. The carbon to nitrogen ratio shall be calculated using the dry weight of "Organic Carbon" using TMECC 04.01A divided by the dry weight of "Total N" using TMECC 04.02D. 2. The pH shall be between 6.0 and 8.5 when tested in accordance with U.S. Composting Council TMECC 04.11-A, "1:5 Slurry pH". 3. Manufactured inert material (plastic, concrete, ceramics, metal, etc.) shall be Tess than 1 percent by weight as determined by U.S. Composting Council TMECC 03.08-A "Classification of Inerts by Sieve Size". 4. Minimum organic matter shall be 40 percent by dry weight basis as determined by U.S. Composting Council TMECC 05.07A "Loss -On -Ignition Organic Matter Method (LOI)". 5. Soluble salt contents shall be less than 4.0 mmhos/cm when tested in accordance with U.S. Composting Council TMECC 04.10 "Electrical Conductivity." 6. Maturity shall be greater than 80 percent in accordance. with U.S. Composting Council TMECC 05.05-A, "Germination and Root Elongation". 7. Stability shall be 7 -mg CO2—C/g OM/day or below in accordance with U.S. Composting Council TMECC 05.08-B "Carbon Dioxide Evolution Rate". 8. The compost product shall originate from organic waste as defined in WAC 173 350 as "Type 1 Feedstocks", "Type 2 Feedstocks", and/or "Type 3 Feedstocks". The Contractor shall provide a list of feedstock sources by percentage in the final compost product. 9. The Engineer may also evaluate compost for maturity using U.S. Composting Council TMECC 05.08-E "Solvita® Maturity Index". Fine compost shall score a number 6 or above on the Solvita® Compost Maturity Test. Medium and coarse compost shall score a 5 or above on the Solvita® Compost Maturity Test. 9-14.4(8)A Compost Approval This section's title is revised to read: 9-14.4(8)A Compost Submittal Requirements The first sentence in this section up until the colon is revised to read: The Contractor shall submit the following information to the Engineer for approval: Item No. 2 in the first paragraph is revised to read: 2. A copy of the Solid Waste Handling Permit issued to the manufacturer by the Jurisdictional Health Department in accordance with WAC 173-350 (Minimum Functional Standards for Solid Waste Handling) or for biosolid composts a copy of the Coverage Under the General Permit for Biosolids Management issued to the manufacturer by the Department of Ecology in accordance with WAC 173-308 (Biosolids Management). 9-14.5(1) Polyacrylamide (PAM) The third sentence is replaced with the following two new sentences: The minimum average molecular weight shall be greater than 5-mg/mole. The charge density shall be no less than 15 percent and no greater than 30 percent. 9-14.5(2) Erosion Control Blanket This section including title is deleted in its entirety and replaced with the following: 9-14.5(2) Biodegradable Erosion Control Blanket Biodegradable erosion control blankets shall be made of natural plant fibers, and all netting material, if present, shall biodegrade within a life span not to exceed 2 years. 26 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 The Contractor shall provide independent test results from the National Transportation Product Evaluation Program (NTPEP) meeting the requirements of Section 9-14.5(2)B, 9- 14.5(2)C and 9-14.5(2)D. 9-14.5(2)A Approval and Acceptance of Biodegradable Erosion Control Blankets The erosion control blanket may be selected from the Qualified Products List, or submitted using a Request for Approval of Materials (RAM) in accordance with Section 1-06. Erosion control blankets may be accepted by the Engineer based on the modified acceptance criteria when materials are selected from the QPL. The modified acceptance criteria are defined in the QPL for each material. 9-14.5(2)B Biodegradable Erosion Control Blanket for Slopes Steeper than 3:1 (H:V) Table 6 Properties ASTM Test Method Requirements for Slopes Steeper than 3:1 Protecting Slopes from Rainfall -Induced Erosion ASTM D 6459 Soil tested shall be sandy loam as defined by the NRCS** Soil Texture Triangle C factor = 0.04 maximum for cumulative R-Factor<231 Mass Per Unit Area ASTM D 6475 7.6 oz./sq. yd. minimum Light Penetration ASTM D 6567 44 % maximum Tensile Strength MD x XD* ASTM D 6818 10.0 x 6.0 pounds/inch minimum Tensile Elongation MD x XD* ASTM D 6818 38% x 33% maximum *MD is Machine Design and XD is Cross Direction **Natural Resource Conservation Services 9-14.5(2)C Biodegradable Erosion Control Blanket for Slopes Flatter than 3:1(H:V) Table 7 Properties ASTM Test Method Slope Flatter than 3:1 Requirements 27 Protecting Slopes from Rainfall -Induced Erosion ASTM D 6459 Soil tested shall be sandy loam as defined by the NRCS** Soil Texture Triangle C factor = 0.15 maximum for cumulative R-Factor<231 Mass Per Unit Area ASTM D 6475 7.6 oz./sq. yd. minimum Light Penetration ASTM D 6567 40% maximum Tensile Strength MD x XD* ASTM D 6818 6.5 x 2.3 pounds/inch minimum Tensile Elongation MD x XD* ASTM D 6818 38% x 33% maximum *MD is Machine Design and XD is Cross Direction **Natural Resource Conservation Services 9-14.5(2)D Biodegradable Erosion Control Blanket for Ditches Table 8 Properties Test Method Requirements Performance in Protecting Earthen Channels from Stormwater- Induced Erosion ASTM D 6460 Soil tested shall be sandy loam as defined by the NRCS** Soil Texture Triangle Limiting Shear (TL;m;t) = 2.0 psf minimum. Limiting Velocity (VLim;t) = 7.5 ft/sec flow minimum. Mass per Unit Area ASTM D 6475 7.4 oz./ sq. yd. minimum Light Penetration ASTM D 6567 65 % maximum Tensile Strength MD x XD* ASTM D 6818 9.6 x 3.2 lbs/inch minimum Tensile Elongation MD x XD* ASTM D 6818 38% x 33% maximum *MD is Machine Design and XD is Cross Direction **Natural Resource Conservation Services 28 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 9-14.5(4) Geotextile Encased Check Dam This section including title is revised to read: 9-14.5(4) Check Dams All materials used for check dams shall be non-toxic and not pose a threat to wildlife when installed. This section is supplemented with the following new sub -sections: ) 9-14.5(4)A Biodegradable Check Dams Biodegradable check dams shall meet the following requirements: Biodegradable Check Dams Materials Wattle Check Dam 9-14.5(5) Compost Sock Check Dam 9-14.5(6) Coir Log Check Dam 9-14.5(7) The Contractor may substitute a different biodegradable check dam as long as it complies with the following and is approved by the Engineer: 1. Made of natural plant fiber. 2. Netting if present shall be biodegradable. 9-14.5(4)B Non -biodegradable Check Dams Non -biodegradable check dams shall meet the following requirements: 1. Geotextile materials shall conform to section 9-33 for silt fence. 2. Other such devices that fulfill the requirements of section 9-14.5(4) and shall be approved by the Engineer prior to installation. 9-14.6(1) Description In item No. C in the fourth paragraph, "22 -inch" is revised to read "2 -inch". Section 9-28, Signing Materials and Fabrication September 17, 2012 9-28.14(2) Steel Structures and Posts "AASHTO M 291" is revised to read "ASTM A 563". Section 9-34, Pavement Marking Material April 2, 2012 9-34.2 Paint The second paragraph is revised to read: 29 Blue and black paint shall comply with the requirements for yellow paint in Section 9-34.2(4) and Section 9-34.2(5), with the exception that blue and black paints do not need to meet the requirements for titanium dioxide, directional reflectance, and contrast ration. 30 INTRODUCTION TO THE SPECIAL PROVISIONS (July 31, 2007 APWA GSP) The work on this project shall be accomplished in accordance with the Standard Specifications for Road, Bridge and Municipal Construction, 2012 edition, as issued by the Washington State Department of Transportation (WSDOT) and the American Public Works Association (APWA), Washington State Chapter (hereafter "Standard Specifications"). The Standard Specifications, as modified or supplemented by the Amendments to the Standard Specifications and these Special Provisions, all of which are made a part of the Contract Documents, shall govern all of the Work. These Special Provisions are made up of both General Special Provisions (GSPs) from various sources, which may have project -specific fill-ins; and project -specific Special Provisions. Each Provision either supplements, modifies, or replaces the comparable Standard Specification, or is a new Provision. The deletion, amendment, alteration, or addition to any subsection or portion of the Standard Specifications is meant to pertain only to that particular portion of the section, and in no way should it be interpreted that the balance of the section does not apply. The project -specific Special Provisions are not labeled as such. The GSPs are labeled under the headers of each GSP, with the date of the GSP and its source, as follows: (May 18, 2007 APWA GSP) (August 7, 2006 WSDOT GSP) Also incorporated into the Contract Documents by reference are: • Manual on Uniform Traffic Control Devices for Streets and Highways, currently adopted edition, with Washington State modifications, if any • Standard Plans for Road, Bridge and Municipal Construction, WSDOT/APWA, current edition • WSDOT Standard Plans Contractor shall obtain copies of these publications, at Contractor's own expense. 31 Division 1 General Requirements DESCRIPTION OF WORK (March 13, 1995) This Contract provides for the improvement of *** constructing approximately 2200 feet of 10' wide HMA trail through McGuinness Park and the Ortman Median along Willow Street that will connect the existing Powerhouse Trail and William O. Douglas Trail. The project also consists of multiple upgrades of curb ramps along the path, approximately 50 square yards of pavement repair, approximately 1150 feet of removing and replacing cement concrete curb and gutter, approximately 275 square yards of removing and replacing cement concrete sidewalk, *** and other work, all in accordance with the attached Contract Plans, these Contract Provisions, and the Standard Specifications. 1-01.3 Definitions (March 13, 2012 APWA GSP) Delete the heading Completion Dates and the three paragraphs that follow it, and replace them with the following: Dates Bid Opening Date The date on which the Contracting Agency publicly opens and reads the Bids. Award Date The date of the formal decision of the Contracting Agency to accept the lowest responsible and responsive Bidder for the Work. Contract Execution Date The date the Contracting Agency officially binds the Agency to the Contract. Notice to Proceed Date The date stated in the Notice to Proceed on which the Contract time begins. Substantial Completion Date The day the Engineer determines the Contracting Agency has full and unrestricted use and benefit of the facilities, both from the operational and safety standpoint, any remaining traffic disruptions will be rare and brief, and only minor incidental work, replacement of temporary substitute facilities, plant establishment periods, or correction or repair remains for the Physical Completion of the total Contract. Physical Completion Date The day all of the Work is physically completed on the project. All documentation required by the Contract and required by law does not necessarily need to be furnished by the Contractor by this date. Completion Date The day all the Work specified in the Contract is completed and all the obligations of the Contractor under the contract are fulfilled by the Contractor. All documentation required by the Contract and required by law must be furnished by the Contractor before establishment of this date. Final Acceptance Date The date on which the Contracting Agency accepts the Work as complete. 33 Supplement this Section with the following: All references in the Standard Specifications, Amendments, or WSDOT General Special Provisions, to the terms "State", "Department of Transportation", "Washington State Transportation Commission", "Commission", "Secretary of Transportation", "Secretary", "Headquarters", and "State Treasurer" shall be revised to read "Contracting Agency". All references to "State Materials Laboratory" shall be revised to read "Contracting Agency designated location". All references to "final contract voucher certification" shall be interpreted to mean the final payment form established by the Contracting Agency. The venue of all causes of action arising from the advertisement, award, execution, and performance of the contract shall be in the Superior Court of the County where the Contracting Agency's headquarters are located Additive A supplemental unit of work or group of bid items, identified separately in the Bid Proposal, which may, at the discretion of the Contracting Agency, be awarded in addition to the base bid. Alternate One of two or more units of work or groups of bid items, identified separately in the Bid Proposal, from which the Contracting Agency may make a choice between different methods or material of construction for performing the same work. Business Day A business day is any day from Monday through Friday except holidays as listed in Section 1- 08.5. Contract Documents See definition for "Contract". Contract Time The period of time established by the terms and conditions of the Contract within which the Work must be physically completed. Notice of Award The written notice from the Contracting Agency to the successful Bidder signifying the Contracting Agency's acceptance of the Bid Proposal. Notice to Proceed The written notice from the Contracting Agency or Engineer to the Contractor authorizing and directing the Contractor to proceed with the Work and establishing the date on which the Contract time begins. Traffic Both vehicular and non -vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and equestrian traffic. 34 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1-02 BID PROCEDURES AND CONDITIONS 1-02.1 Prequalification of Bidders Delete this Section and replace it with the following: 1-02.1 Qualifications of Bidder (January 24, 2011 APWA GSP) Before award of a public works contract, a bidder must meet at least the minimum qualifications of RCW 39.04.350(1) to be considered a responsible bidder and qualified to be awarded a public works project. 1-02.2 Plans and Specifications (June 27, 2011 APWA GSP) Delete this section and replace it with the following: Information as to where Bid Documents can be obtained or reviewed can be found in the Call for Bids (Advertisement for Bids) for the work. After award of the contract, plans and specifications will be issued to the Contractor at no cost as detailed below: To Prime Contractor No. of Sets Basis of Distribution Reduced plans (11" x 17") 2 Furnished automatically upon award. Contract Provisions 2 Furnished automatically upon award. Large plans (e.g., 22" x 34") 0 Furnished only upon request. Additional plans and Contract Provisions may be obtained by the Contractor from th'e source stated in the Call for Bids, at the Contractor's own expense. 1-02.5 Proposal Forms (June 27, 2011 APWA GSP) Delete this section and replace it with the following: The Proposal Form will identify the project and its location and describe the work. It will also list estimated quantities, units of measurement, the items of work, and the materials to be furnished at the unit bid prices. The bidder shall complete spaces on the proposal form that call for, but are not limited to, unit prices; extensions; summations; the total bid amount; signatures; date; and, where applicable, retail sales taxes and acknowledgment of addenda; the bidder's name, address, telephone number, and signature; the bidder's D/M/WBE 35 commitment, if applicable; a State of Washington Contractor's Registration Number; and a Business License Number, if applicable. Bids shall be completed by typing or shall be printed in ink by hand, preferably in black ink. The required certifications are included as part of the Proposal Form. The Contracting Agency reserves the right to arrange the proposal forms with alternates and additives, if such be to the advantage of the Contracting Agency. The bidder shall bid on all alternates and additives set forth in the Proposal Form unless otherwise specified. 1-02.6 Preparation of Proposal (June 27, 2011 APWA GSP) Supplement the second paragraph with the following: 4. If a minimum bid amount has been established for any item, the unit or lump sum price must equal or exceed the minimum amount stated. 5. Any correction to a bid made by interlineation, alteration, or erasure, shall be initialed by the signer of the bid. Delete the last paragraph, and replace it with the following: The Bidder shall make no stipulation on the Bid Form, nor qualify the bid in any manner. A bid by a corporation shall be executed in the corporate name, by the president or a vice president (or other corporate officer accompanied by evidence of authority to sign). A bid by a partnership shall be executed in the partnership name, and signed by a partner. A copy of the partnership agreement shall be submitted with the Bid Form if any D/M/WBE requirements are to be satisfied through such an agreement. A bid by a joint venture shall be executed in the joint venture name and signed by a member of the joint venture. A copy of the joint venture agreement shall be submitted with the Bid Form if any D/W/MBE requirements are to be satisfied through such an agreement. (August 2, 2004) The fifth and sixth paragraphs of Section 1-02.6 are deleted. 1-02.7 Bid Deposit (October 1, 2005 APWA GSP) Supplement this section with the following: Bid bonds shall contain the following: 1. Contracting Agency -assigned number for the project; 2. Name of the project; 3. The Contracting Agency named as obligee; 4. The amount of the bid bond stated either as a dollar figure or as a percentage which represents five percent of the maximum bid amount that could be awarded; 36 5. Signature of the bidder's officer empowered to sign official statements. The signature of the person authorized to submit the bid should agree with the signature on the bond, and 1 the title of the person must accompany the said signature; 6. The signature of the surety's officer empowered to sign the bond and the power of attorney. If so stated in the Contract Provisions, bidder must use the bond form included in the Contract Provisions. 1-02.9 Delivery of Proposal (May 4, 2012 APWA GSP) 1 Delete this section and replace it with the following: Each proposal shall be submitted in a sealed envelope, with the Project Name and Project 1 Number as stated in the Call for Bids clearly marked on the outside of the envelope, or as otherwise required in the Bid Documents, to ensure proper handling and delivery. If the project has FHWA funding and requires DBE Written Confirmation Documents or Good Faith Effort Documentation, then to be considered responsive, the Bidder shall submit with their Bid Proposal, written Confirmation Documentation from each DBE firm listed on the Bidder's completed DBE Utilization Certification, form 272-056A EF, as required by Section 1 1-02.6. The Contracting Agency will not open or consider any Bid Proposal that is received after the time specified in the Call for Bids for receipt of Bid Proposals, or received in a location other than that specified in the Call for Bids. I 1-02.13 Irregular Proposals (March 13, 2012 APWA GSP) IRevise item 1 to read: 1. A proposal will be considered irregular and will be rejected if: I a. The Bidder is not prequalified when so required; b. The authorized proposal form furnished by the Contracting Agency is not used or is altered; c. The completed proposal form contains any unauthorized additions, deletions, I alternate Bids, or conditions; d. The Bidder adds provisions reserving the right to reject or accept the award, or enter into the Contract; I e. A price per unit cannot be determined from the Bid Proposal; f. The Proposal form is not properly executed; g. The Bidder fails to submit or properly complete a Subcontractor list, if applicable, 1h. as required in Section 1-02.6; The Bidder fails to submit or properly complete a Disadvantaged Business Enterprise Certification, if applicable, as required in Section 1-02.6; I i. The Bidder fails to submit written confirmation from each DBE firm listed on the Bidder's completed DBE Utilization Certification that they are in agreement with the bidders DBE participation commitment, if applicable, as required in Section 1- 1 37 02.6, or if the written confirmation that is submitted fails to meet the requirements of the Special Provisions; The Bidder fails to submit DBE Good Faith Effort documentation, if applicable, as required in Section 1-02.6, or if the documentation that is submitted fails to demonstrate that a Good Faith Effort to meet the Condition of Award was made; k. The Bid Proposal does not constitute a definite and unqualified offer to meet the material terms of the Bid invitation; or More than one proposal is submitted for the same project from a Bidder under the same or different names. 1-02.14 Disqualification of Bidders (March 25, 2009 APWA GSP, Option B) Delete this Section and replace it with the following: A Bidder will be deemed not responsible if: 1. the Bidder does not meet the mandatory bidder responsibility criteria in RCW 39.04.350(1), as amended, or 2. evidence of collusion exists with any other Bidder or potential Bidder. Participants in collusion will be restricted from submitting further bids, orl 3. the Bidder, in the opinion of the Contracting Agency, is not qualified for the work or to the full extent of the bid, or to the extent that the bid exceeds the authorized prequalification amount as may have been determined by a prequalification of the Bidder; or 4. an unsatisfactory performance record exists based on past or current Contracting Agency work or for work done for others, as judged from the standpoint of conduct of the work; workmanship, or progress, affirmative action; equal employment opportunity practices, termination for cause; or Disadvantaged Business Enterprise, Minority Business Enterprise, or Women's Business Enterprise utilization; or 5. there is uncompleted work (Contracting Agency or otherwise), which in the opinion of the Contracting Agency might hinder or prevent the prompt completion of the work bid upon; or 6. the Bidder failed to settle bills for labor or materials on past or current contracts, unless there are extenuating circumstances acceptable to the�Contracting Agency; Or 7. the Bidder has failed to complete a written public contract or has been convicted of a crime arising from a previous public contract, unless there are extenuating circumstances acceptable to the Contracting Agency; or 8. the Bidder is unable, financially or otherwise, to perform the work, in the opinion of the Contracting Agency; or 9. there are any other reasons deemed proper by the Contracting Agency. As evidence that the Bidder meets the bidder responsibility criteria above, the apparent two lowest Bidders must submit to the Contracting Agency within 24 hours of the bid submittal deadline, documentation (sufficient in the sole judgment of the Contracting Agency) demonstrating compliance with all applicable responsibility criteria, including all documentation specifically listed in the supplemental criteria. The ( Contracting Agency reserves the right to request such documentation from other Bidders as well, and to request further documentation as needed to assess bidder responsibility. 38 The basis for evaluation of Bidder compliance with these supplemental criteria shall be any documents or facts obtained by Contracting Agency (whether from the Bidder or third parties) which any reasonable owner would rely on for determining such compliance, including but not limited to: (i) financial, historical, or operational data from the Bidder; (ii) information obtained directly by the Contracting Agency from owners for whom the Bidder has worked, or other public agencies or private enterprises; and (iii) any additional information obtained by the Contracting Agency which is believed to be relevant to the matter. If the Contracting Agency determines the Bidder does not meet the bidder responsibility criteria above and is therefore not a responsible Bidder, the Contracting Agency shall notify the Bidder in writing, with the reasons for its determination. If the Bidder disagrees with this determination, it may appeal the determination within 24 hours of receipt of the Contracting Agency's determination by presenting its appeal to the Contracting Agency. The Contracting Agency will consider the appeal before issuing its final determination. If the final determination affirms that the Bidder is not responsible, the Contracting Agency will not execute a contract with any other Bidder until at least two business days after the Bidder determined to be not responsible has received the final determination. 1-02.15 Pre Award Information (October 1, 2005 APWA GSP) Revise this section to read: Before awarding any contract, the Contracting Agency may require one or more of these items or actions of the apparent lowest responsible bidder: 1. A complete statement of the origin, composition, and manufacture of any or all materials to be used, 2. Samples of these materials for quality and fitness tests, 3. A progress schedule (in a form the Contracting Agency requires) showing the order of and time required for the various phases of the work, 4. A breakdown of costs assigned to any bid item, 5. Attendance at a conference with the Engineer or representatives of the Engineer, 6. Obtain, and furnish a copy of, a business license to do business in the city or county where the work is located. 7. A copy of State of Washington Contractor's Registration, or 8. Any other information or action taken that is deemed necessary to ensure that the bidder is the lowest responsible bidder. This section is supplemented with the following: Compliance with Immigration and Naturalization Act The City of Yakima supports the Federal Immigration, Reform and Control Act of 1986, as amended. The City requires that all contractors or business entities that contract with the City for the award of any City contract for public works in excess of Five Thousand Dollars ($5,000), or any other City contract in excess of Two Thousand Five Hundred Dollars ($2,500), enroll in the E -Verify program or its successor, and thereafter to verify its employees proof of citizenship and authorization to work in the United States. 39 E -Verify will be used for newly hired employees during the term of the contract only; it is not to be used for existing employees. The Contractor must remain enrolled in the program for the duration of the contract and be responsible for verification of every applicable subcontractor. If the contractor has not previously filed an E -Verify Compliance Declaration with the City, the contractor must sign the attached E -Verify Compliance Declaration and submit it to the City prior to being awarded the contract. Failure to do so may be cause for rejection of the bid. 1-03 AWARD AND EXECUTION OF PROJECT 1-03.1 Consideration of Bids (January 23, 2006 APWA GSP) Revise the first paragraph to read: After opening and reading proposals, the Contracting Agency will check them for correctness of extensions of the prices per unit and the total price. If a discrepancy exists between the price per unit and the extended amount of any bid item, the price per unit will control. If a minimum bid amount has been established for any item and the bidder's unit or lump sum price is less than the minimum specified amount, the Contracting Agency will unilaterally revise the unit or lump sum price, to the minimum specified amount and recalculate the extension. The total of extensions, corrected where necessary, including sales taxes where applicable and such additives and/or alternates as selected by the Contracting Agency, will be used by the Contracting Agency for award purposes and to fix the Awarded Contract Price amount and the amount of the contract bond. 1-03.3 Execution of Contract (October 1, 2005 APWA GSP) Revise this section to read: Copies of the Contract Provisions, including the unsigned Form of Contract, will be available for signature by the successful bidder on the first business day following award. The number of copies to be executed by the Contractor will be determined by the Contracting Agency. Within Ten 10 calendar days after the award date, the successful bidder shall return the signed Contracting Agency -prepared contract, an insurance certification as required by Section 1-07.18, and a satisfactory bond as required by law and Section 1-03.4. Before execution of the contract by the Contracting Agency, the successful bidder shall provide any pre -award information the Contracting Agency may require under Section 1-02.15. Until the Contracting Agency executes a contract, no proposal shall bind the Contracting Agency nor shall any work begin within the project limits or within Contracting Agency - furnished sites. The Contractor shall bear all risks for any work begun outside such areas and for any materials ordered before the contract is executed by the Contracting Agency. If the bidder experiences circumstances beyond their control that prevents return of the contract documents within the calendar days after the award date stated above, the Contracting Agency may grant up to a maximum of Twenty (20) additional calendar days for 40 return of the documents, provided the Contracting Agency deems the circumstances warrant it. 1-03.4 Contract Bond (October 1, 2005 APWA GSP) Revise the first paragraph to read: The successful bidder shall provide an executed contract bond for the full contract amount. This contract bond shall: 1. Be on a Contracting Agency -furnished form; 2. Be signed by an approved surety (or sureties) that: a. Is registered with the Washington State Insurance Commissioner, and b. Appears on the current Authorized Insurance List in the State of Washington published by the Office of the Insurance Commissioner, 3. Be conditioned upon the faithful performance of the contract by the Contractor within the prescribed time; 4. Guarantee that the surety shall indemnify, defend, and protect the Contracting Agency against any claim of direct or indirect loss resulting from the failure: a. Of the Contractor (or any of the employees, subcontractors, or lower tier subcontractors of the Contractor) to faithfully perform the contract, or b. Of the Contractor (or the subcontractors or lower tier subcontractors of the Contractor) to pay all laborers, mechanics, subcontractors, lower tier subcontractors, materialperson, or any other person who provides supplies or provisions for carrying out the work; 5. Be accompanied by a power of attorney for the Surety's officer empowered to sign the bond; and 6. Be signed by an officer of the Contractor empowered to sign official statements (sole proprietor or partner). If the Contractor is a corporation, the bond must be signed by the president or vice-president, unless accompanied by written proof of the authority of the individual signing the bond to bind the corporation (i.e., corporate resolution, power of attorney or a letter to such effect by the president or vice-president). (June 27, 2011) Release of Contract Bond will be 60 days following Contracting Agency Final Acceptance of Contract, provided following conditions are met: 1. Payment to the State with respect to taxes imposed pursuant to Title 82, RCW on Contracts totaling more than $ 35,000, a release has been obtained from the Washington State Department of Revenue. 2. Affidavits of Wages Paid for the Contractor and all Subcontractors are on file with the Contracting Agency (RCW 39.12.040). 3. A certificate of Payment of Contributions Penalties and Interest on Public Works Contract is received from the Washington State Employment Security Department. 4. Washington State Department of Labor and Industries (per Section 1-07.10) shows the Contractor, Subcontractor(s) and any lower tier Subcontractor(s) are current with payments of industrial insurance and medical aid premiums. 41 5. All claims, as provided by law, filed against the Contract Bond have been resolved. 1-04 SCOPE OF THE WORK 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda (March 13, 2012 APWA GSP) Revise the second paragraph to read: Any inconsistency in the parts of the contract shall be resolved by following this order of precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth): 1. Addenda, 2. Proposal Form, 3. Special Provisions, 4. Contract Plans, 5. Amendments to the Standard Specifications, 6. Standard Specifications, 7. Contracting Agency's Standard Plans or Details (if any), and 8. WSDOT Standard Plans for Road, Bridge, and Municipal Construction. 1-05 CONTROL OF WORK 1-05.4 Conformity With And Deviations From Plans And Stakes This section is supplemented with the following: The Contractor shall be responsible for all surveying required for this project. A Professional Surveyor, licensed in the State of Washington, shall be employed by the Contractor to perform all horizontal and vertical control work, and to do the construction staking, including setting offset points and grades. The Contractor shall protect all existing monuments within the construction limits from being disturbed or damaged in any way during construction. If any monuments are disturbed, damaged or removed during construction, the Licensed Surveyor shall replace such monuments in accordance with State Law including recording a Land Corner Record for each monument affected. All associated costs for the survey work shall be incidental to the other bid items of the project. 1-05.7 Removal of Defective and Unauthorized Work (October 1, 2005 APWA GSP) Supplement this section with the following: If the Contractor fails to remedy defective or unauthorized work within the time specified in a written notice from the Engineer, or fails to perform any part of the work required by the Contract Documents, the Engineer may correct and remedy such work as may be identified in the written notice, with Contracting Agency forces or by such other means as the Contracting Agency may deem necessary. If the Contractor fails to comply with a written order to remedy what the Engineer determines to be an emergency situation, the Engineer may have the defective and unauthorized work 42 corrected immediately, have the rejected work removed and replaced, or have work the Contractor refuses to perform completed by using Contracting Agency or other forces. An emergency situation is any situation when, in the opinion of the Engineer, a delay in its remedy could be potentially unsafe, or might cause serious risk of loss or damage to the public. Direct or indirect costs incurred by the Contracting Agency attributable to correcting and remedying defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment will be deducted by the Engineer from monies due, or to become due, the Contractor. Such direct and indirect costs shall include in particular, but without limitation, compensation for additional professional services required, and costs for repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of the Contractor's unauthorized work. No adjustment in contract time or compensation will be allowed because of the delay in the performance of the work attributable to the exercise of the Contracting Agency's rights provided by this Section. The rights exercised under the provisions of this section shall not diminish the Contracting Agency's right to pursue any other avenue for additional remedy or damages with respect to the Contractor's failure to perform the work as required. 1-05.11 Final Inspection Delete this section and replace it with the following: 1-05.11 Final Inspections and Operational Testing (October 1, 2005 APWA GSP) 1-05.11(1) Substantial Completion Date When the Contractor considers the work to be substantially complete, the Contractor shall so notify the Engineer and request the Engineer establish the Substantial Completion Date. The Contractor's request shall list the specific items of work that remain to be completed in order to reach physical completion. The Engineer will schedule an inspection of the work with the Contractor to determine the status of completion. The Engineer may also establish the Substantial Completion Date unilaterally. If, after this inspection, the Engineer concurs with the Contractor that the work is substantially complete and ready for its intended use, the Engineer, by written notice to the Contractor, will set the Substantial Completion Date. If, after this inspection the Engineer does not consider the work substantially complete and ready for its intended use, the Engineer will, by written notice, so notify the Contractor giving the reasons therefor. Upon receipt of written notice concurring in or denying substantial completion, whichever is applicable, the Contractor shall pursue vigorously, diligently and without unauthorized interruption, the work necessary to reach Substantial and Physical Completion. The Contractor shall provide the Engineer with a revised schedule indicating when the Contractor expects to reach substantial and physical completion of the work. 43 The above process shall be repeated until the Engineer establishes the Substantial Completion Date and the Contractor considers the work physically complete and ready for final inspection. 1-05.11(2) Final Inspection and Physical Completion Date When the Contractor considers the work physically complete and ready for final inspection, the Contractor by written notice, shall request the Engineer to schedule a final inspection. The Engineer will set a date for final inspection. The Engineer and the Contractor will then make a final inspection and the Engineer will notify the Contractor in writing of all particulars in which the final inspection reveals the work incomplete or unacceptable. The Contractor shall immediately take such corrective measures as are necessary to remedy the listed deficiencies. Corrective work shall be pursued vigorously, diligently, and without interruption until physical completion of the listed deficiencies. This process will continue until the Engineer is satisfied the listed deficiencies have been corrected. If action to correct the listed deficiencies is not initiated within 7 days after receipt of the written notice listing the deficiencies, the Engineer may, upon written notice to the Contractor, take whatever steps are necessary to correct those deficiencies pursuant to Section 1-05.7. The Contractor will not be allowed an extension of contract time because of a delay in the performance of the work attributable to the exercise of the Engineer's right hereunder. Upon correction of all deficiencies, the Engineer will notify the Contractor and the Contracting Agency, in writing, of the date upon which the work was considered physically complete. That date shall constitute the Physical Completion Date of the contract, but shall not imply acceptance of the work or that all the obligations of the Contractor under the contract have been fulfilled. 1-05.11(3) Operational Testing It is the intent of the Contracting Agency to have at the Physical Completion Date a complete and operable system. Therefore when the work involves the installation of machinery or other mechanical equipment; street lighting, electrical distribution or signal systems; irrigation systems; buildings; or other similar work it may be desirable for the Engineer to have the Contractor operate and test the work for a period of time after final inspection but prior to the physical completion date.,Whenever items of work are listed in the Contract Provisions for operational testing they shall be fully tested under operating conditions for the time period specified to ensure their acceptability prior to the Physical Completion Date. During and following the test period, the Contractor shall correct any items of workmanship, materials, or equipment which prove faulty, or that are not in first class operating condition. Equipment, electrical controls, meters, or other devices and equipment to be tested during this period shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which they were installed. The Physical Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer. The costs for power, gas, labor, material, supplies, and everything else needed to successfully complete operational testing, shall be included in the unit contract prices related to the system being tested, unless specifically set forth otherwise in the proposal. Operational and test periods, when required by the Engineer, shall not affect a manufacturer's guaranties or warranties furnished under the terms of the contract. 44 1-05.13 Superintendents, Labor and Equipment of Contractor (March 25, 2009 APWA GSP) Revise the seventh paragraph to read: Whenever the Contracting Agency evaluates the Contractor's qualifications pursuant to Section 1-02.14, it will take these performance reports into account. 1-05.15 Method of Serving Notices (March 25, 2009 APWA GSP) Revise the second paragraph to read: All correspondence from the Contractor shall be directed to the Project Engineer. All correspondence from the Contractor constituting any notification, notice of protest, notice of dispute, or other correspondence constituting notification required to be furnished under the Contract, must be in paper format, hand delivered or sent via mail delivery service to the Project Engineer's office. Electronic copies such as e-mails or electronically delivered copies of correspondence will not constitute such notice and will not comply with the requirementsof the Contract. Add the following new section: 1-05.16 Water and Power (October 1, 2005 APWA GSP) The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the work, unless the contract includes power and water as a pay item. 1-06 CONTROL OF MATERIAL Section 1-06 is supplemented with the following: Buy America (August 6, 2012) In accordance with Buy America requirements contained in 23 CFR 635.410, the major quantities of steel and iron construction material that is permanently incorporated into the project shall consist of American-made materials only. Buy Americadoes not apply to temporary steel items, e.g., temporary sheet piling, temporary bridges, steel scaffolding and falsework. Minor amounts of foreign steel and iron may be utilized in this project provided the cost of the foreign material used does not exceed one-tenth of one percent of the total contract cost or $2,500.00, whichever is greater. American-made material is defined as material having all manufacturing processes occurring domestically. To further define the coverage, a domestic product is a manufactured steel material that was produced in one of the 50 States, the District of Columbia, Puerto Rico, or in the territories and possessions of the United States. 45 If domestically produced steel billets or iron ingots are exported outside of the area of coverage, as defined above, for any manufacturing process then the resulting product does not conform to the Buy America requirements. Additionally, products manufactured domestically from foreign source steel billets or iron ingots do not conform to the Buy America requirements because the initial melting and mixing of alloys to create the material occurred in a foreign country. Manufacturing begins with the initial melting and mixing, and continues through the coating stage. Any process which modifies the chemical content, the physical size or shape, or the final finish is considered a manufacturing process. The processes include rolling, extruding, machining, bending, grinding, drilling, welding, and coating. The action of applying a coating to steel or iron is deemed a manufacturing process. Coating includes epoxy coating, galvanizing, aluminizing, painting, and any other coating that protects or enhances the value of steel or iron. Any process from the original reduction from ore to the finished product constitutes a manufacturing process for iron. Due to a nationwide waiver, Buy America does not apply to raw materials (iron ore and alloys), scrap (recycled steel or iron), and pig iron or processed, pelletized, and reduced iron ore. The following are considered to be steel manufacturing processes: 1. Production of steel by any of the following processes: a. Open hearth furnace. b. Basic oxygen. c. Electric furnace. d. Direct reduction. 2. Rolling, heat treating, and any other similar processing. 3. Fabrication of the products. a. Spinning wire into cable or strand. b. Corrugating and rolling into culverts. c. Shop fabrication. A certification of materials origin will be required for any items comprised of, or containing, steel or iron construction materials prior to such items being incorporated into the permanent work. The certification shall be on DOT Form 350-109EF provided by the Engineer, or such other form the Contractor chooses, provided it contains the same information as DOT Form 350-109EF. 1-06.2 Acceptance of Materials 46 1-06.2(1) Samples and Tests for Acceptance This section is supplemented with the following: The Contractor shall be responsible for scheduling and paying for all material testing required for this project. All testing services shall be performed by an independent, certified testing firm and/or laboratory meeting the approval of the Engineer. The Contractor shall submit information relating to the qualifications of the proposed testing firm to the Engineer for review and approval prior to the preconstruction conference. 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.1 Laws to be Observed (October 1, 2005 APWA GSP) Supplement this section with the following: In cases of conflict between different safety regulations, the more stringent regulation shall apply. The Washington State Department of Labor and Industries shall be the sole and paramount administrative agency responsible for the administration of the provisions of the Washington Industrial Safety and Health Act of 1973 (WISHA). The Contractor shall maintain at the project site office, or other well known place at the project site, all articles necessary for providing first aid to the injured. The Contractor shall establish, publish, and make known to all employees, procedures for ensuring immediate removal to a hospital, or doctor's care, persons, including employees, who may have been injured on the project site. Employees should not be permitted to work on the project site before the Contractor has established and made known procedures for removal of injured persons to a hospital or a doctor's care. The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of the Contractor's plant, appliances, and methods, and for any damage or injury resulting from their failure, or improper maintenance, use, or operation. The Contractor shall be solely and completely responsible for the conditions of the project site, including safety for all persons and property in the performance of the work. This requirement shall apply continuously, and not be limited to normal working hours. The required or implied duty of the Engineer to conduct construction review of the Contractor's performance does not, and shall not, be intended to include review and adequacy of the Contractor's safety measures in, on, or near the project site. 1-07.2 State Taxes Delete this section, including its sub -sections, in its entirety and replace it with the following: 1-07.2 State Sales Tax (June 27, 2011 APWA GSP) The Washington State Department of Revenue has issued special rules on the State sales tax. Sections 1-07.2(1) through 1-07.2(3) are meant to clarify those rules. The Contractor should contact the Washington State Department of Revenue for answers to questions in this 47 area. The Contracting Agency will not adjust its payment if the Contractor bases a bid on a misunderstood tax liability. The Contractor shall include all Contractor -paid taxes in the unit bid prices or other contract amounts. In some cases, however, state retail sales tax will not be included. Section 1- 07.2(2) describes this exception. The Contracting Agency will pay the retained percentage (or release the Contract Bond if a FHWA-funded Project) only if the Contractor has obtained from the Washington State Department of Revenue a certificate showing that all contract -related taxes have been paid (RCW 60.28.051). The Contracting Agency may deduct from its payments to the Contractor any amount the Contractor may owe the Washington State Department of Revenue, whether the amount owed relates to this contract or not. Any amount so deducted will be paid into the proper State fund. 1-07.2(1) State Sales Tax — Rule 171 WAC 458-20-171, and its related rules, apply to building, repairing, or improving streets, roads, etc., which are owned by a municipal corporation, or political subdivision of the state, or by the United States, and which are used primarily for foot or vehicular traffic. This includes storm or combined sewer systems within and included as a part of the street or road drainage system and power lines when such are part of the roadway lighting system. For work performed in such cases, the Contractor shall include Washington State Retail Sales Taxes in the various unit bid item prices, or other contract amounts, including those that the Contractor pays on the purchase of the materials, equipment, or supplies used or consumed in doing the work. 1-07.2(2) State Sales Tax — Rule 170 WAC 458-20-170, and its related rules, apply to the constructing and repairing of new or existing buildings, or other structures, upon real property. This includes, but is not limited to, the construction of streets, roads, highways, etc., owned by the state of Washington; water mains and their appurtenances; sanitary sewers and sewage disposal systems unless such sewers and disposal systems are within, and a part of, a street or road drainage system; telephone, telegraph, electrical power distribution lines, or other conduits or lines in or above streets or roads, unless such power lines become a part of a street or road lighting system; and installing or attaching of any article of tangible personal property in or to real property, whether or not such personal property becomes a part of the realty by virtue of installation. For work performed in such cases, the Contractor shall collect from the Contracting Agency, retail sales tax on the full contract price. The Contracting Agency will automatically add this sales tax to each payment to the Contractor. For this reason, the Contractor shall not include the retail sales tax in the unit bid item prices, or in any other contract amount subject to Rule 170, with the following exception. Exception: The Contracting Agency will not add in sales tax for a payment the Contractor or a subcontractor makes on the purchase or rental of tools, machinery, equipment, or consumable supplies not integrated into the project. Such sales taxes shall be included in the unit bid item prices or in any other contract amount. 48 1-07.2(3) Services The Contractor shall not collect retail sales tax from the Contracting Agency on any contract wholly for professional or other services (as defined in Washington State Department of Revenue Rules 138 and 244). 1-07.5(4) Air Quality This section is supplemented with the following: The local air pollution authority is the Yakima Regional Clean Air Authority, (509) 574-1410. Permits And Licenses Section 1-07.6 is supplemented with the following: The Contractor shall have or obtain a valid City of Yakima Business license for the duration of this project. Wages General Section 1-07.9(1) is supplemented with the following: (January 8, 2013) The Federal wage rates incorporated in this contract have been established by the Secretary of Labor under United States Department of Labor General Decision No. WA130001. The State rates incorporated in this contract are applicable to all construction activities associated with this contract. 1-07.9(5) Required Documents (January 24, 2011 APWA GSP) Supplement this section with the following: The Contractor or subcontractor directly contracting for "Off -Site, Prefabricated, Non - Standard, Project Specific Items" as defined below shall identify and report information required on the addendum to the "Affidavit of Wages Paid" form filed with the Department of Labor and Industries [form F700-164-000]. The Contractor shall include language in its subcontracts requiring subcontractors and lower -tier subcontractors to comply with the reporting requirements for "Off -Site, Prefabricated, Non -Standard, Project Specific Item" on the Affidavit of Wages Paid form addendum. The reporting requirement for Items shall apply for all public works contracts estimated to cost over $1 million entered into by the Contracting Agency and Contractor between September 1, 2010 through December 31, 2013. "Off-site, prefabricated, nonstandard, project specific items" means products or items that are: 49 1. Made primarily of architectural or structural precast concrete, fabricated steel, pipe and pipe systems, or sheet metal and sheet metal duct work; and 2. Produced specifically for this Project and not considered to be regularly available shelf ' items; and 3. Produced or manufactured by labor expended to assemble or modify standard items; and 4. Produced at an off-site location outside the State of Washington. The Contractor or subcontractor shall comply with the reporting requirements and instructions on the Affidavit of Wages Paid form, and shall report the following information on the Affidavit of Wages Paid form submitted to the Department of Labor and Industries in order to comply with the reporting requirements for use of "Off -Site, Prefabricated, Non -Standard, Project Specific" items: 1. The estimated cost of the project; 2. The name of the Contracting Agency and the project title; 3. The contract value of the off-site, prefabricated, nonstandard, project specific items produced outside of Washington State, including labor and materials; and 4. The name, address, and federal employer identification number of the contractor that produced the off-site, prefabricated, nonstandard, project specific items. The Contracting Agency may direct the Contractor, at no additional cost to the Contracting Agency, to remove and substitute any subcontractor(s) found to be out of compliance with the "Off -Site Prefabricated Non -Standard Project Specific Items" reporting requirements more than one time as determined by the Department of Labor and Industries. Requirements For Nondiscrimination Section 1-07.11 is supplemented with the following: (January 3, 2011) Requirement For Affirmative Action to Ensure Equal Employment Opportunity (Executive Order 11246) 1. The Contractor's attention is called to the Equal Opportunity Clause and the Standard Federal Equal Employment Opportunity Construction Contract Specifications set forth herein. 2. The goals and timetables for minority and female participation set by the Office of Federal Contract Compliance Programs, expressed in percentage terms for the Contractor's aggregate work force in each construction craft and in each trade on all construction work in the covered area, are as follows: Women - Statewide Timetable Goal Until further notice 6.9% Minorities - by Standard Metropolitan Statistical Area (SMSA) 50 Spokane, WA: SMSA Counties: Spokane, WA 2.8 WA Spokane. Non -SMSA Counties 3.0 WAAdams; WAAsotin, WA Columbia; WA Ferry; WA Garfield; WA Lincoln, WA Pend Oreille; WA Stevens; WA Whitman Richland, WA SMSA Counties: Richland Kennewick, WA WA Benton; WA Franklin. Non -SMSA Counties WA Walla Walla. 5.4 3.6 Yakima, WA: SMSA Counties: Yakima, WA 9.7 WA Yakima. Non -SMSA Counties c" 7.2 WA Chelan; WA Douglas; WA Grant; WA Kittitas, WA Okanogan. (May 7, 2012) Disadvantaged Business Enterprise Participation The Disadvantaged Business Enterprise (DBE) requirements of 49 CFR Part 26 apply to this Contract. As such, the requirements of this Contract are to make affirmative efforts to solicit DBEs, provide information on who submitted a Bid or quote and to report DBE participation quarterly as described elsewhere in these Contract Provisions. No preference will be included in the evaluation of Bids/Proposals, no minimum level of DBE participation shall be required as a Condition of Award and Bids/Proposals may not be rejected or considered non-responsive on that basis. DBE Goals No DBE goals have been assigned as part of this Contract. Affirmative Efforts to Solicit DBE Participation DBE firms shall have an equal opportunity to compete for subcontracts in which the Contractor enters into pursuant to this Contract. Contractors are encouraged to: 1. Advertise opportunities for Subcontractors or suppliers in a timely and reasonably designed manner to provide notice of the opportunity to DBEs capable of performing the Work. All advertisements should include a Contract Provision encouraging participation by DBE firms. This may be accomplished through general advertisements (e.g. newspapers, journals, etc.) or by soliciting Bids/Proposals directly from DBEs. Note: A Directory of Certified DBE Firms denoting the Description of Work the DBE Contractors are certified to perform is available at: 51 www.omwbe.wa.gov/certification/index.shtml. The directory provides a plain language on the Description of Work that the listed DBE's have been certified by the Office of Minority and Women's Business Enterprises (OMWBE) to perform. 2. Establish delivery schedules that encourage participation by DBEs and other small businesses. 3. Participate with a DBE as a joint venture. DBE Eligibility/Selection of DBEs for Reporting Purposes Only Contractors may take credit for DBEs utilized on this Contract only if the firm is certified for the Work being performed. Absent a mandatory goal, all DBE participation that is attained on this project will be considered as "race neutral" participation and shall be reported as such. Crediting DBE Participation for Reporting Purposes Joint Venture When a DBE performs as a participant in a joint venture, only that portion of the total dollar value of the Contract equal to the distinct, clearly defined portion of the Work that the DBE performs with its own forces shall be credited. DBE Prime Contractor A DBE Prime Contractor may only take credit for that portion of the total dollar value of the Contract equal to the distinct, clearly defined portion of the Work that the DBE Prime Contractor performs with its own forces. DBE Subcontractor When a DBE firm participates as a Subcontractor, only that portion of the total dollar value of the Contract equal to the distinct, clearly defined portion of the Work that the DBE performs with its own forces shall be credited. • Include the cost of supplies and materials obtained by the DBE for the Work in the Contract including supplies purchased or equipment leased by the DBE. However, you may not take credit supplies, materials, and equipment the DBE Subcontractor purchases or leases from the Prime Contractor or its affiliate. In addition, Work performed by a DBE, utilizing resources of the Prime Contractor or its affiliates shall not be credited. • In very rare situations, a DBE firm may utilize equipment and/or personnel from a non -DBE firm other than the Prime Contractor or its affiliates. Should this situation arise the arrangement must be short-term and have prior written approval from the Office of Equal Opportunity (OEO). The arrangement must not impact a DBE firm's ability to perform a Commercially Useful Function (CUF). • Count the entire value of fees or commissions charged by a DBE firm for providing a bona fide service, such as professional, technical, consultant, managerial services, or for providing bonds or insurance. 52 • When a DBE subcontracts to another firm, the value of the subcontracted Work may be counted as participation only if the DBE's lower tier Subcontractor is also a DBE. • When non -DBE Subcontractor further subcontracts to a lower -tier Subcontractor or supplier who is a certified DBE, then that portion of the Work further subcontracted may be credited as DBE participation, so long as it is a distinct clearly defined portion of the Work that the DBE is performing with its own forces. • If a firm is not certified as a DBE at the time of the execution of the contract, their participation cannot be counted toward any DBE goals. Trucking Use the following factors in determining DBE credit and whether a DBE trucking company is performing a Commercially Useful Function (CUF): 1. The DBE must be responsible for the management and supervision of the entire trucking operation for which credit is being claimed. 2. The DBE must itself own and, with its own workforce, operate at least one fully licensed, insured, and operational truck used on the Contract. 3. The DBE receives credit only for the value of the transportation services it provides on the Contract using trucks it owns or leases, licenses, insures, and operates with drivers it employs. For purposes of this requirement a lease must indicate that the DBE has exclusive use of and control over the truck. This does not preclude the leased truck from working for others provided it is with the consent of the DBE and the lease provides the DBE first priority for use of the leased truck. Leased trucks must display the name and identification number of the DBE. 4. The DBE may lease trucks from another DBE firm including an owner - operator provided they are certified as a DBE for trucking. The DBE who leases trucks from another DBE may claim participation for the total value of the transportation services the lessee DBE provides on the Contract. 5. The DBE may also lease trucks from a non -DBE firm and may enter into an agreement with an owner -operator who is a non -DBE. The DBE shall only receive credit for the number of additional non -DBE trucks equal or Tess than the number of DBE trucks the firms owns or has leased/subcontracted through another DBE trucking company. The DBE must control the work of the non -DBE trucks. If the non -DBE is performing the Work without supervision of that Work by the DBE, the DBE is not performing a Commercially Useful Function (CUF). 6. In any lease or owner -operator situation, as described in requirement #4 and #5 above, the following rules shall apply: a. A written lease/rental agreement is required for all trucks leased or rented; documenting the ownership and the terms of the agreement. The agreements must be submitted and approved by the Contracting Agency prior to the beginning of the Work. The agreement must show the leaser's name, truck description and agreed upon amount and method of payment (hour, ton, or per Toad). All lease agreements shall be for a long-term relationship, rather than for the individual project. (This requirement does not apply to owner -operator arrangements.) b. Only the vehicle, (not the operator) may be leased or rented. (This requirement does not apply to owner -operator arrangements.) 7. Credit may only be claimed for DBE trucking firms operating under a subcontract or a written agreement approved by the Contracting Agency prior to performing Work. Expenditures paid to other DBEs Expenditures paid to other DBEs for materials or supplies may be counted toward DBE goals as provided in the following: Manufacturer You may claim DBE credit for 100 percent of value of the materials or supplies obtained from a DBE manufacturer. A manufacturer is a firm that operates or maintains a factory or establishment that produces, on the premises, the materials, supplies, articles, or equipment required under the contract. A manufacturer shall include firms that produce finished goods or products from raw or unfinished material or that purchases and substantially alters goods and materials to make them suitable for construction use before reselling them. In order to receive credit as a DBE Manufacturer, the firm must be certified by OMWBE as a manufacturer in a NAICS code that falls within the 31XX0( to 33XXXX classification. Regular Dealer You may claim credit for 60 percent of the value of the materials or supplies purchased from a DBE regular dealer. Rules applicable to regular dealer status are contained in 49 CFR Part 26.55.e.2. To be considered a regular dealer you must meet the following criteria: 1. WSDOT considers and recognizes a regular dealer, as a firm that owns, operates, or maintains a store, warehouse, or other establishment in which the materials or supplies required for the performance of the Contract and described by the specifications of the Contract are bought, kept in stock and regularly sold or leased to the public in the usual course of business. 2. Sixty percent (60%) of the cost of materials or supplies purchased from an approved regular dealer may be credited as DBE participation. Regular dealer status is granted on a contract -by -contract basis. A firm wishing to be approved as a regular dealer for WSDOT contracted projects or Highways & Local Program administered projects must submit a request in writing to the OEO no later than seven days prior to bid opening. Once the OEO has received the request, an onsite review will be set up with the firm and a review conducted to determine the firm's qualifications. If it is determined that the firm qualifies as a regular dealer the OEO will list the firm on an approved regular dealers List. The list may be accessed through the OEO Home website is at: www.wsdot.wa.gov/equalopportunity Note: Requests to be listed as a regular dealer will only be processed if the requesting firm is certified by the Office of Minority and Women's Business Enterprises in a NAICS code that fall, within the 42X0X NAICS Wholesale code section. Materials or Supplies Purchased from a DBE With regard to materials or supplies purchased from a DBE who is neither a manufacturer nor a regular dealer you may claim credit for the following: 1. Fees or commissions charged for assistance in the procurement of the materials and supplies. 2. Fees or transportation charges for the delivery of materials or supplies. In either case, you may not take credit for any part of the cost of the materials and supplies. Joint Checking Allowance Prime Contractors and DBEs must receive pre -approval by the OEO before using a joint check. Joint check requests shall be submitted, by the Prime Contractor to the Contracting Agency for approval. When requesting approval for use of a joint checking allowance, the Contractor must distribute a written joint check agreement among the parties (including the suppliers involved) providing full and prompt disclosure of the expected use of the joint checks. The agreement shall contain all the information concerning the parties' obligations and consequences or remedies if the agreement is not fulfilled or a breach occurs. The joint check request shall be submitted to the Contracting Agency for approval prior to signing the Contract agreement. The following are some general conditions that must be met by all parties regarding joint check use: a. It is understood the Prime Contractor acts as the guarantor of a joint check. b. The DBE's own funds are used to pay supplier of materials. The Prime Contractor does not make direct payment to supplier. In order to be performing a Commercially Useful Function (CUF), the DBE must release the check to the supplier (paying for the materials it -self and not be an extra participant in a transaction). c. If the Prime Contractor makes joint checks available to one DBE Subcontractor, the service must be made available to all Subcontractors (DBE and non -DBE). d. The relationship between the DBE and its suppliers should be established independently of and without interference by the Prime Contractor. The DBE has final decision-making responsibility concerning the procurement of materials and supplies, including which supplier to use. e. The Prime Contractor and DBE shall be able to provide receipts, invoices, cancelled checks and/or certification statements of payment if requested by the Contracting Agency. f. The DBE remains responsible for all other elements of 49 CFR 26.55(c) (1). Failure by the Prime Contractor to request and to receive prior approval of a joint check arrangement will result in the joint check amount not counting towards the Prime Contractor's DBE goal Commercially Useful Function (CUF) In any case, you may only take credit when the associated DBE that is determined to be performing a Commercially Useful Function (CUF). • A DBE performs a CUF when it is responsible for execution of a distinct element of Work and is carrying out: its responsibilities by performing, managing and supervising the Work involved. The DBE must also be responsible with respect to materials and supplies used on the Contract. For example, negotiating price, determining quality, determining quantities, ordering, installing (if applicable) and paying for the material itself. • A DBE does not perform a CUF if its role is limited to that of an extra participant in a transaction, Contract, or project through which funds are passed. Procedures Between Award and Execution After award and prior to Execution of the Contract, the successful Bidder shall provide additional information as described below. Failure to comply may result in the forfeiture of the Bidder's Proposal bond or deposit. A list of all firms who submitted a Bid or quote in an attempt to participate in this project whether they were successful or not. Include the correct business name, federal employer identification number (optional) and a mailing address. The firms identified by the Prime Contractor may be contacted by Contracting Agency to solicit general information as follows: 1. Age of the firm. 2. Average of its gross annual receipts over the past three years. Procedures after Execution Reporting Quarterly Report of Amounts Credited as DBE Participation Form #422-102 The Prime Contractor shall submit a Quarterly Report of Amounts Credited as DBE Participation form (422-102 EF) on a quarterly basis for any calendar quarter in which DBE Work is accomplished or upon completion of the project, as appropriate. This is a record of payments to the DBE that the Prime Contractor is taking credit for as DBE participation. The dollars reported as specified in Crediting DBE Participation for Reporting Purposes section of this contract provision. In the event that the payments to a DBE have been made by an entity other than the Prime Contractor (as in the case of a lower -tier Subcontractor or supplier), then the Prime Contractor shall obtain the quarterly report, including the signed affidavit, from the paying entity and submit the report to the Contracting Agency. Payment Compensation for all costs associated with complying with the conditions of this specification shall be included in payment for the associated Contract items of Work. Prompt Payment Prompt payment to all Subcontractors shall be in accordance with Section 1-08.1(1) of the Contract Provisions. Damages for Noncompliance The Prime Contractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this Contract. The Prime Contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of Contracts, which contain funding assistance from the United States Department of Transportation. Failure by the Prime Contractor to carry out these requirements is a material breach of this Contract, which may result in the termination of this Contract or such other remedy as the Contracting Agency deems appropriate. Federal Agency Inspection Section 1-07.12 is supplemented with the following: 57 (July 30, 2012) Required Federal Aid Provisions The Required Contract Provisions Federal Aid Construction Contracts (FHWA 1273) Revised May 1, 2012 supersede any conflicting provisions of the Standard Specifications and are made a part of this Contract; provided, however, that if any of the provisions of FHWA 1273 are less restrictive than Washington State Law, then the Washington State Law shall prevail. The provisions of FHWA 1273 included in this Contract require that the Contractor insert the FHWA 1273 in each Subcontract, together with the wage rates which are part of the FHWA 1273. Also, a clause shall be included in each Subcontract requiring the Subcontractors to insert the FHWA 1273 thereto in any lower tier Subcontracts, together with the wage rates. The Contractor shall also ensure that this section, REQUIRED FEDERAL AID PROVISIONS, is inserted in each Subcontract for Subcontractors and lower tier Subcontractors. For this purpose, upon request to the Project Engineer, the Contractor will be provided with extra copies of the FHWA 1273, the applicable wage rates, and this Special Provision. Contractor's Responsibility for Work Repair of Damage Section 1-07.13(4) is revised to read: (August 6, 2001) The Contractor shall promptly repair all damage to either temporary or permanent work as directed by the Engineer. For damage qualifying for relief under Sections 1-07.13(1), 1-07.13(2) or 1-07.13(3), payment will be made in accordance with Section 1-04.4. Payment will be limited to repair of damaged work only. No payment will be made for delay or disruption of work. Utilities and Similar Facilities Section 1-07.17 is supplemented with the following: (April 2, 2007) Locations and dimensions shown in the Plans for existing facilities are in accordance with available information obtained without uncovering, measuring, or other verification. The following addresses and telephone numbers of utility companies known or suspected of having facilities within the project limits are supplied for the Contractor's convenience: City of Yakima Water Division City of Yakima Wastewater Div. Qwest Pacific Power Charter Communications Cascade Natural Gas Corp. *** 2301 Fruitvale Blvd. 2220 E. Viola 8 W. 2°d Ave. Room 304 P.O. Box 1729 1005 N. 16th Ave. 401 N. 1St St. 58 Yakima, WA 98902 Yakima, WA 98901 Yakima, WA 98902 Yakima, WA 98907 Yakima, WA 98902 Yakima, WA 98901 509-576-6196 509-575-6077 509-575-7183 509-575-3146 509-575-1697 509-457-5905 1-07.18 Public Liability and Property Damage Insurance Delete this section in its entirety, and replace it with the following: 1-07.18 Insurance (January 24, 2011 APWA GSP) 1-07.18(1) General Requirements A. The Contractor shall obtain the insurance described in this section from insurers approved by the State Insurance Commissioner pursuant to RCW Title 48. The insurance must be provided by an insurer with a rating of A-: VII or higher in the A.M. Best's Key Rating Guide, which is licensed to do business in the state of Washington (or issued as a surplus line by a Washington Surplus lines broker). The Contracting Agency reserves the right to approve or reject the insurance provided, based on the insurer (including financial condition), terms and coverage, the Certificate of Insurance, and/or endorsements. B. The Contractor shall keep this insurance in force during the term of the Contract and for thirty (30) days after the Physical Completion date, unless otherwise indicated (see. C. below). C. If any insurance policy is written on a claims made form, its retroactive date, and that of all subsequent renewals, shall be no later than the effective date of this Contract. The policy shall state that coverage is claims made, and state the retroactive date. Claims -made form coverage shall be maintained by the Contractor for a minimum of 36 months following the Final Completion or earlier termination of this Contract, and the Contractor shall annually provide the Contracting Agency with proof of renewal. If renewal of the claims made form of coverage becomes unavailable, or economically prohibitive, the Contractor shall purchase an extended reporting period ("tail") or execute another form of guarantee acceptable to the Contracting Agency to assure financial responsibility for liability for services performed. D. The insurance policies shall contain a "cross liability" provision. E. The Contractor's and all subContractors' insurance coverage shall be primary and non- contributory insurance as respects the Contracting Agency's insurance, self-insurance, or insurance pool coverage. F. The Contractor shall provide the Contracting Agency and all Additional Insureds with written notice of any policy cancellation, within two business days of their receipt of such notice. G. Upon request, the Contractor shall forward to the Contracting Agency a full and certified copy of the insurance policy(s). H. The Contractor shall not begin work under the Contract until the required insurance has been obtained and approved -by the Contracting Agency. I. Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract, upon which the Contracting Agency may, after giving five business days notice to the Contractor to correct the breach, immediately terminate the Contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the Contracting Agency 59 on demand, or at the sole discretion of the Contracting Agency, offset against funds due the Contractor from the Contracting Agency. J. All costs for insurance shall be incidental to and included in the unit or lump sum prices of the contract and no additional payment will be made. 1-07.18(2) Additional Insured All insurance policies, with the exception of Professional Liability and Workers Compensation, shall name the following listed entities as additional insured(s): • the Contracting Agency and its officers, elected officials, employees, agents, and volunteers • appointed officials The above -listed entities shall be additional insured(s) for the full available limits of liability maintained by the Contractor, whether primary, excess, contingent or otherwise, irrespective of whether such limits maintained by the Contractor are greater than those required by this Contract, and irrespective of whether the Certificate of Insurance provided by the Contractor pursuant to 1-07.18(3) describes limits lower than those maintained by the Contractor. 1-07.18(3) Subcontractors Contractor shall ensure that each subcontractor of every tier obtains and maintains at a minimum the insurance coverages listed in 1-07.18(5)A and 1-07.18(5)B. Upon request of the Contracting Agency, the Contractor shall provide evidence of such insurance. 1-07.18(4) Evidence of Insurance The Contractor shall deliver to the Contracting Agency a Certificate(s) of Insurance and endorsements for each policy of insurance meeting the requirements set forth herein when the Contractor delivers the signed Contract for the work. The certificate and endorsements must conform to the following requirements: 1. An ACORD certificate or a form determined by the Contracting Agency to be equivalent. 2. Copies of all endorsements naming Contracting Agency and all other entities listed in 1- 07.18(2) as Additional Insured(s), showing the policy number. The Contractor may submit a copy of any blanket additional insured clause from its policies instead of a separate endorsement. A statement of additional insured status on an ACORD Certificate of Insurance shall not satisfy this requirement. 3. Any other amendatory endorsements to show the coverage required herein. 1-07.18(5) Coverages and Limits The insurance shall provide the minimum coverages and limits set forth below. Providing coverage in these stated minimum limits shall not be construed to relieve the Contractor from liability in excess of such limits. All deductibles and self-insured retentions must be disclosed and are subject to approvalby the Contracting Agency. The cost of any claim payments falling within the deductible shall be the responsibility of the Contractor. 1-07.18(5)A Commercial General Liability A policy of Commercial General Liability Insurance, including: Per project aggregate 60 Premises/Operations Liability Products/Completed Operations — for a period of one year following final acceptance of the work. Personal/Advertising Injury Contractual Liability Independent Contractors Liability Stop Gap / Employers' Liability Explosion, Collapse, or Underground Property Damage (XCU) Blasting (only required when the Contractor's work under this Contract includes exposures to which this specified coverage responds) Such policy must provide the following minimum limits: $1,000,000 $2,000,000 $1,000,000 $1,000,000 Each Occurrence General Aggregate Products & Completed Operations Aggregate Personal & Advertising Injury, each offence Stop Gap / Employers' Liability $1,000,000 Each Accident $1,000,000 Disease - Policy Limit $1,000,000 Disease - Each Employee 1-07.18(5)B Automobile Liability Automobile Liability for owned, non -owned, hired, and leased vehicles, with an MCS 90 endorsement and a CA 9948 endorsement attached if "pollutants" are to be transported. Such policy(ies) must provide the following minimum limit: $1,000,000 combined single limit 1-07.18(5)C Workers' Compensation The Contractor shall comply with Workers' Compensation coverage as required by the Industrial Insurance laws of the state of Washington. Public Convenience and Safety Construction Under Traffic Section 1-07.23(1) is supplemented with the following: (January 2, 2012) Work Zone Clear Zone The Work Zone Clear Zone (WZCZ) applies during working and nonworking hours. The WZCZ applies only to temporary roadside objects introduced by the Contractor's operations and does not apply to preexisting conditions or permanent Work. Those work operations that are actively in progress shall be in accordance with adopted and approved Traffic Control Plans, and other contract requirements. During nonworking hours equipment or materials shall not be within the WZCZ unless they are protected by permanent guardrail or temporary concrete barrier. The use of temporary concrete barrier shall be permitted only if the Engineer approves the installation and location. 61 During actual hours of work, unless protected as described above, only materials absolutely necessary to construction shall be within the WZCZ and only construction vehicles absolutely necessary to construction shall be allowed within the WZCZ or allowed to stop or park on the shoulder of the roadway., The Contractor's nonessential vehicles and employees private vehicles shall not be permitted to park within the WZCZ at any time unless protected as described above. Deviation from the above requirements shall not occur unless the Contractor has requested the deviation in writing and the Engineer has provided written approval. Minimum WZCZ distances are measured from the edge of traveled way and will be determined as follows: !,� r 4va rc.:Y a�a rvs. � Regulatory�4 to F 'w: �'A os ed. Speed �� ,� r g i � u - fYc ' Distances From k'?i Y�`„yT i exr' ' f "- ayr �,us., � �sW <Traveled�Way '� ,t�� q'',�" �, �+�C{�i- Ry S' .k3 "�Iw- ,,a�n'L N�??1` lfyx, -(Feet),; 35 mph or less 10 * 40 mph 15 45 to 55 mph 20 60 mph or greater 30 * or 2 -feet beyond the outside edge of sidewalk Minimum Work Zone Clear Zone Distance 1-07.24 Rights of Way (October 1, 2005 APWA GSP) Delete this section in its entirety, and replace it with the following: Street right of way lines, limits of easements, and limits of construction permits are indicated in the Plans The Contractor's construction activities shall be confined within these limits, unless arrangements for use of private property are made. Generally, the Contracting Agency will have obtained, prior to bid opening, all rights of way and easements, both permanent and temporary, necessary for carrying out the work. Exceptions to this are noted in the Bid Documents or will be brought to the Contractor's attention by a duly issued Addendum. Whenever any of the work is accomplished on or through property other than public right of way, the Contractor shall meet and fulfill all covenants and stipulations of any easement agreement obtained by the Contracting Agency from the owner of the private property. Copies of the easement agreements may be included in the Contract Provisions or made available to the Contractor as soon as practical after they have been obtained by the Engineer. Whenever easements or rights of entry have not been acquired prior to advertising, these areas are so noted in the Plans. The Contractor shall not proceed with any portion of the work in areas where right of way, easements or rights of entry have not been acquired until 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 62 1 the Engineer certifies to the Contractor that the right of way or easement is available or that the right of entry has been received. If the Contractor is delayed due to acts of omission on the part of the Contracting Agency in obtaining easements, rights of entry or right of way, the Contractor will be entitled to an extension of time. The Contractor agrees that such delay shall not be a breach of contract. Each property owner shall be given 48 hours notice prior to entry by the Contractor. This includes entry onto easements and private property where private improvements must be adjusted. The Contractor shall be responsible for providing, without expense or liability to the Contracting Agency, any additional land and access thereto that the Contractor may desire for temporary construction facilities, storage of materials, or other Contractor needs. However, before using any private property, whether adjoining the work or not, the Contractor shall file with the Engineer a written permission of the private property owner, and, upon vacating the premises, a written release from the property owner of each property disturbed or otherwise interfered with by reasons of construction pursued under this contract. The statement shall be signed by the private property owner, or proper authority acting for the owner of the private property affected, stating that permission has been granted to use the property and all necessary permits have been obtained or, in the case of a release, that the restoration of the property has been satisfactorily accomplished. The statement shall include the parcel number, address, and date of signature. Written releases must be filed with the Engineer before the Completion Date will be established. 1-08 Prosecution and Progress Add the following new section: 1-08.0 Preliminary Matters (May 25, 2006 APWA GSP) Add the following new section: 1-08.0(1) Preconstruction Conference (October 10, 2008 APWA GSP) Prior to the Contractor beginning the work, a preconstruction conference will be held between the Contractor, the Engineer and such other interested parties as may be invited. The purpose of the preconstruction conference will be: 1. To review the initial progress schedule; 2. To establish a working understanding among the various parties associated or affected by the work; 3. To establish and review procedures for progress payment, notifications, approvals, submittals, etc.; 4. To establish normal working hours for the work; 5. To review safety standards and traffic control; and 6. To discuss such other related items as may be pertinent to the work. The Contractor shall prepare and submit at the preconstruction conference the following: 1. A breakdown of all lump sum items; 63 2. A preliminary schedule of working drawing submittals; and 3. A list of material sources for approval if applicable. Add the following new section: 1-08.0(2) Hours of Work (June 27, 2011 APWA GSP) Except in the case of emergency or unless otherwise approved by the Contracting Agency, the normal straight time working hours for the Contract shall be any consecutive 8 -hour period between 7:00 a.m. and 6:00 p.m. of a working day with a maximum 1 -hour lunch break and a 5 -day work week. The normal straight time 8 -hour working period for the Contract shall be established at the preconstruction conference or prior to the Contractor commencing the work. Written permission from the Engineer is required, if a Contractor desires to perform work on holidays, Saturdays, or Sundays; before 7:00 a.m. or after 6:00 p.m. on any day; or longer than an 8 -hour period on any day. The Contractor shall apply in writing to the Engineer for such permission, no later than noon on the working day prior to the day for which the Contractor is requesting permission to work. Permission to work between the hours of 10:00 p.m. and 7:00 a.m. during weekdays and between the hours of 10:00 p.m. and 9:00 a.m. on weekends or holidays may also be subject to noise control requirements. Approval to continue work during these hours may be revoked at any time the Contractor exceeds the Contracting Agency's noise control regulations or complaints are received from the public or adjoining property owners regarding the noise from the Contractor's operations. The Contractor shall have no claim for damages or delays should such permission be revoked for these reasons. Permission to work Saturdays, Sundays, holidays, or other than the agreed upon normal straight time working hours Monday through Friday may be given subject to certain other conditions set forth by the Contracting Agency or Engineer. These conditions may include but are not limited to: • The Engineer may require designated representatives to be present during the work. Representatives who may be deemed necessary by the Engineer include, but are not limited to: survey crews; personnel from the Contracting Agency's material testing lab, inspectors; and other Contracting Agency employees when in the opinion of the Engineer, such work necessitates their presence. • On non -Federal aid projects, requiring the Contractor to reimburse the Contracting Agency for the costs in excess of straight -time costs for Contracting Agency representatives who worked during such times. • Considering the work performed on Saturdays, Sundays, and holidays as working days with regard to the contract time. • Considering multiple work shifts as multiple working days with respect to contract time, even though the multiple shifts occur in a single 24-hour period. Prosecution and Progress Subcontracting Section 1-08.1 is supplemented with the following: 64 (October 12, 1998) Prior to any subcontractor or lower tier subcontractor beginning work, the Contractor shall submit to the Engineer a certification (WSDOT Form 420-004 EF) that a written agreement between the Contractor and the subcontractor or between the subcontractor and any lower tier subcontractor has been executed. This certification shall also guarantee that these subcontract agreements include all the documents required by the Special Provision Federal Agency Inspection. A Subcontractor or lower tier Subcontractor will not be permitted to perform any work under the contract until the following documents have been completed and submitted to the Engineer: 1. Request to Sublet Work (Form 421-012 EF), and 2. Contractor and Subcontractor or Lower Tier Subcontractor Certification for Federal - aid Projects (Form 420-004 EF). The Contractor's records pertaining to the requirements of this Special Provision shall be open to inspection or audit by representatives of the Contracting Agency during the life of the contract and for a period of not less than three years after the date of acceptance of the contract. The Contractor shall retain these records for that period. The Contractor shall also guarantee that these records of all Subcontractors and lower tier Subcontractors shall be available and open to similar inspection or audit for the same time period. Subcontract Completion and Return of Retainage Withheld Section 1-08.1(1) is revised to read: (June 27, 2011) The following procedures shall apply to all subcontracts entered into as a part of this Contract: Requirements 1. The Prime Contractor or Subcontractor shall make payment to the Subcontractor not later than ten (10) days after receipt of payment from the Contracting Agency for work satisfactorily completed by the Subcontractor, to the extent of each Subcontractor's interest therein. 2. Prompt and full payment of retainage from the Prime Contractor to the Subcontractor shall be made within 30 days after Subcontractor's Work is satisfactorily completed. 3. For purposes of this Section, a Subcontractor's work is satisfactorily completed when all task and requirements of the Subcontract have been accomplished and including any required documentation and material testing . 4. Failure by a Prime Contractor or Subcontractor to comply with these requirements may result in one or more of the following: a. Withholding of payments until the Prime Contractor or Subcontractor complies 65 b. Failure to comply shall be reflected in the Prime Contractor's Performance Evaluation c. Cancellation, Termination, or Suspension of the Contract, in whole or in part d. Other sanctions as provided by the subcontractor or by law under applicable prompt pay statutes. Conditions This clause does not create a contractual relationship between the Contracting Agency and any Subcontractor as stated in Section 1-08.1. Also, it is not intended to bestow upon any Subcontractor, the status of a third -party beneficiary to the Contract between the Contracting Agency and the Contractor. Payment The Contractor will be solely responsible for any additional costs involved in paying retainage to the Subcontractors. Those costs shall be incidental to the respective Bid Items. 1-08.3 Progress Schedule.• This section is supplemented with the following: The Contractor shall prepare and submit to the Engineer a Construction Progress and Completion Schedule using the Bar Graph or Critical Path Method. Items in the Schedule shall be arranged in the order and sequence in which they will be performed. The schedule shall conform to the working modification by the Engineer. The schedule shall be drawn to a time scale, shown along the base of the diagram, using an appropriate measurement per day with weekends and holidays indicated. The Construction Progress Schedule shall be continuously updated and, if necessary, redrawn upon the first working day of each month or upon issuance of any Change Order, which substantially affects the scheduling.. Copies (2 prints or 1 reproducible of newly updated Schedules shall be forwarded to the Engineer, as directed, immediately upon preparation. If the Contractor proceeds with work not indicated on this weekly activity schedule, or in a sequence differing form the which he has shown on this schedule, the Engineer may order the Contractor to delay unscheduled activities until they are included on a subsequent weekly activity schedule. 1-08.4 Prosecution of Work Delete this section in its entirety, and replace it with the following: 1-08.4 Notice to Proceed and Prosecution of Work (June 27, 2011 APWA GSP) Notice to Proceed will be given after the Contract has been executed and the contract bond and evidence of insurance have been approved and filed by the Contracting Agency. The Contractor shall not commence with the work until the Notice to Proceed has been given by the Engineer. The Contractor shall commence construction activities on the project site within ten days of the Notice to Proceed Date, unless otherwise approved in writing. The Contractor shall diligently pursue the work to the physical completion date within the time 66 specified in the Contract. Voluntary shutdown or slowing of operations by the Contractor shall not relieve the Contractor of the responsibility to complete the work within the time(s) specified in the Contract. When shown in the Plans, the first order of work shall be the installation of high visibility fencing to delineate all areas for protection or restoration, as described in the Contract. Installation of high visibility fencing adjacent to the roadway shall occur after the placement of all necessary signs and traffic control devices in accordance with 1-10.1(2). Upon construction of the fencing, the Contractor shall request the Engineer to inspect the fence. No other work shall be performed on the site until the Contracting Agency has accepted the installation of high visibility fencing, as described in the Contract. 1-08.5 Time for Completion (June 28, 2007 APWA GSP, Option A) (March 13, 1995) This project shall be physically completed within *** 45 *** working days. Revise the third and fourth paragraphs to read: Contract time shall begin on the first working day following the 10th calendar day after the Notice to Proceed date. If the Contractor starts work on the project at an earlier date, then contract time shall begin on the first working day when onsite work begins. Each working day shall be charged to the contract as it occurs, until the contract work is physically complete. If substantial completion has been granted and all the authorized - working days have been used, charging of working days will cease. Each week the Engineer will provide the Contractor a statement that shows the number of working days: (1) charged to the contract the week before; (2) specified for the physical completion of the contract; and (3) remaining for the physical completion of the contract.' The statement will also show the nonworking days and any partial or whole day the Engineer declares as unworkable. Within 10 calendar days after the date of each statement, the Contractor shall file a written protest of any alleged discrepancies in it. To be considered by the Engineer, the protest shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of time disputed. By not filing such detailed protest in that period, the Contractor shall be deemed as having accepted the statement as correct. If the Contractor elects to work 10 hours a day and 4 days a week (a 4-10 schedule) and the fifth day of the week in which a 4-10 shift is worked would ordinarily be charged as a working day, then the fifth day of that week will be charged as a working day whether or not the Contractor works on that day. Revise the sixth paragraph to read: The Engineer will give the Contractor written notice of the completion date of the contract after all the Contractor's obligations under the contract have been performed by the Contractor. The following events must occur before the Completion Date can be established: 1. The physical work on the project must be complete; and 2. The Contractor must furnish all documentation required by the contract and required by law, to allow the Contracting Agency to process final acceptance of the contract. The following documents must be received by the Project Engineer prior to establishing a completion date: 67 a. Certified Payrolls (Federal -aid Projects) b. Material Acceptance Certification Documents c. Annual Report of Amounts Paid as MBE/WBE Participants or Quarterly Report of Amounts Credited as DBE Participation, as required by the Contract Provisions. d. Final Contract Voucher Certification e. Property owner releases per Section 1-07.24 1-08.7 Maintenance During Suspension (October 1, 2005 APWA GSP) Revise the second paragraph to read: At no expense to the Contracting Agency, the Contractor shall provide through the construction area a safe, smooth, and unobstructed roadway, sidewalk, and path for public use during suspension (as required in Section 1-07.23 or the Special Provisions). This may include a temporary road or detour. 1-09 MEASUREMENT AND PAYMENT 1-09.6 Force Account (October 10, 2008 APWA GSP) Supplement this section with the following: The Contracting Agency has estimated and included in the Proposal, dollar amounts for all items to be paid per force account, only to provide a common proposal for Bidders. All such dollar amounts are to become a part of Contractor's total bid. However, the Contracting Agency does not warrant expressly or by implication, that the actual amount of work will correspond with those estimates. Payment will be made on the basis of the amount of work actually authorized by Engineer. 1-09.9 Payments (March 13, 2012 APWA GSP) Supplement this section with the following: Lump sum item breakdowns are not required when the bid price for the lump sum item is less than $20,000. 1-09.9 Payments (March 13, 2012 APWA GSP) Delete the first four paragraphs and replace them with the following: The basis of payment will be the actual quantities of Work performed according to the Contract and as specified for payment. The Contractor shall submit a breakdown of the cost of lump sum bid items at the Preconstruction Conference, to enable the Project Engineer to determine the Work performed 68 on a monthly basis. A breakdown is not required for lump sum items that include a basis for incremental payments as part of the respective Specification. Absent a lump sum breakdown, the Project Engineer will make a determination based on information available. The Project Engineer's determination of the cost of work shall be final Progress payments for completed work and material on hand will be based upon progress estimates prepared by the Engineer. A progress estimate cutoff date will be established at the preconstruction conference. The initial progress estimate will be made not later than 30 days after the Contractor commences the work, and successive progress estimates will be made every month thereafter until the Completion Date. Progress estimates made during progress of the work are tentative, and made only for the purpose of determining progress payments. The progress estimates are subject to change at any time prior to the calculation of the final payment. The value of the progress estimate will be the sum of the following: 1. Unit Price Items in the Bid Form — the approximate quantity of acceptable units of work completed multiplied by the unit price. 2. Lump Sum Items in the Bid Form — based on the approved Contractor's lump sum breakdown for that item, or absent such a breakdown, based on the Engineer's determination. 3. Materials on Hand — 100 percent of invoiced cost of material delivered to Job site or other storage area approved by the Engineer. 4. Change Orders — entitlement for approved extra cost or completed extra work as determined by the Engineer. Progress payments will be made in accordance with the progress estimate Tess: 1. Retainage per Section 1-09.9(1), on non FHWA-funded projects; 2. The amount of progress payments previously made; and 3. Funds withheld by the Contracting Agency for disbursement in accordance with the Contract Documents. Progress payments for work performed shall not be evidence of acceptable performance or an admission by the Contracting Agency that any work has been satisfactorily completed. The determination of payments under the contract will be final in accordance with Section 1-05.1. Retainage Section 1-09.9(1) content and title is deleted and replaced with the following: (June 27, 2011) Vacant 1-10 Temporary Traffic Control Traffic Control Management General Section 1-10.2(1) is supplemented with the following: 69 (December 1, 2008) Only training with WSDOT TCS card and WSDOT training curriculum is recognized in the State of Washington. The Traffic Control Supervisor shall be certified by one of the following: The Northwest Laborers -Employers Training Trust 27055 Ohio Ave. Kingston, WA 98346 (360) 297-3035 Evergreen Safety Council 401 Pontius Ave. N. Seattle, WA 98109 1-800-521-0778 or (206) 382-4090 The American Traffic Safety Services Association 15 Riverside Parkway, Suite 100 Fredericksburg, Virginia 22406-1022 Training Dept. Toll Free (877) 642-4637 Phone: (540) 368-1701 Measurement Lump Sum Bid for Project (No Unit Items) (August 2, 2004) The proposal contains the item "Project Temporary Traffic Control," lump sum. The provisions of Section 1-10.4(1) shall apply. DIVISION 2 EARTHWORK 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 2-02.3 Construction Requirements This section is supplemented with the following: Prior to removal, the Contractor shall use a vertical saw cut to delineate the areas of pavement removal from those areas that pavement is to remain. Concrete curb, gutter and sidewalks shall be removed to the nearest convenient joint if practical. If not practical to remove to the nearest joint, the contractor shall saw cut these structures in neat vertical and straight transverse horizontal lines to provide a matching joint for the new construction. The material to be removed under this section shall become the property of the Contractor. The Contractor shall remove and dispose of the materials outside of the project limits. Any damage caused to the pavement, curb, gutter or sidewalk that is scheduled to remain, due to the Contractor's operation, shall be repaired by the Contractor to the satisfaction of the Engineer at no expense to the Contracting Agency. 70 2-02.3(3) Removal of Pavements, Sidewalks, Curbs and Gutters This section is supplemented with the following: Item 1 is revised to read: Haul all broken pieces to an off -project site to be obtained by the Contractor. Item 3 is revised by adding the following to the end of the first sentence: "or remove to the nearest joint as directed." 2-02.4 Measurement This section is supplemented with the following: Where saw cutting is necessary, the Contractor shall be paid by the linear foot, regardless of depth of cut, which includes all labor and equipment required to do the cut. For this project, the maximum expected depth of cut is six inches. 2-02.5 Payment This section is supplemented by adding the following pay item: "Saw Cut", per linear foot. 2-03 ROADWAY EXCAVATION AND EMBANKMENT Description Section 2-03.1 is supplemented with the following: All excavation required to construct the pathway as shown in the plans shall be noted as Pathway Excavation. Measurement Section 2-03.4 is supplemented with the following: Pathway excavation including haul will be measured by the cubic yard as described in this section for roadway excavation. Pathway Excavation including haul will include all materials excavated for the construction of the asphalt pathway, curb ramps, cement concrete sidewalk, residential approaches, pavement repair, and curb and gutter as detailed in the contract plans. Payment Section 2-03.5 is supplemented by adding the following item: "Pathway Excavation Incl. Haul", Per Cubic Yard 71 DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS 5-04 Hot Mix Asphalt Construction Requirements Section 5-04.3 is supplemented with the following: 5-04.3(5)E Pavement Repair Delete this section and replace it with the following; In areas where existing asphalt concrete pavement is to be replaced, the asphalt shall be repaired as follows: Six inches of crushed surfacing base course shall be placed and compacted to within three inches of the finished grade. Then, the edges of the existing pavement shall be painted with a hot asphalt tack coat, and hot mix asphalt shall be place and compacted with hand tampers and a patching roller. The completed patch shall match the existing paved surface for texture, density and uniformity of grade. The joint between the patch and existing pavement shall then be painted with hot asphalt cement or asphalt emultion and shall be immediately covered with dry paving sand before the asphalt cement solidifies. 5-04.3(7)A Mix Design (March 10, 2010 APWA GSP) Delete this section and replace it with the following; 1. General. Prior to the production of HMA, the Contractor shall determine a design aggregate structure and asphalt binder content in accordance with WSDOT Standard Operating Procedure 732. Once the design aggregate structure and asphalt binder content have been determined, the Contractor shall submit the HMA mix design on DOT form 350-042 demonstrating the design meets the requirements of Sections 9- 03.8(2) and 9-03.8(6). HMA accepted by nonstatistical evaluation requires a mix design verification. For HMA accepted by commercial evaluation only the first page of DOT form 350-042 and the percent of asphalt binder is required. In no case shall the paving begin before the determination of anti -strip requirements has been made. Anti -strip requirements will be determined by: a. Testing by WSDOT in accordance with TM 718. b. Testing by Contractor in accordance with WSDOT TM 718. c. Historical aggregate source ant -strip use provided by WDOT. The mix design will be the initial Job Mix Formula (JMF) for the HMA being produced. Any additional adjustments to the JMF will require the approval of the Project Engineer and may be made per Section 9-03.8(7). 2. Mix Design Verification. Verification shall be accomplished by one of the following processes: a. Submit samples to WSDOT State Materials Lab for WSDOT verification testing in accordance with WSDOT Standard Specifications. 72 b. The contracting agency will perform tests to verify the mix design in accordance with the Field Verification Testing Process. c. Reference a mix design that has been previously verified by the Field Verification Testing Process or verified by WSDOT State Materials Lab on a previous project. d. Perform Field Verification Testing on a sample of HMA provided by the Contractor prior to paving. Mix design verification is valid for one year from the date of verification. At the discretion of the Engineer, agencies may accept mix designs verified beyond the verification year with certification from the Contractor that the materials and sources are the same as those shown on the original mix design. 3. Field Verification Testing Process. The Contracting agency will collect three Production Samples of HMA on the first day of paving per AASHTO T 168 sampling procedures. a. The Contracting agency will test one Production Sample in accordance with section 5-04.3(8)A for field verification per the requirements of Section 9-03.8(7). b. If the test results from the first Production Sample are within the tolerances of section 9-03.8(7), the mix design will be considered verified and the test results will be used as acceptance sample number one. c. If the test results from the first Production Sample are outside the tolerances of section 9-03.8(7), the other two samples will be tested and the results of all three tests will be used for acceptance in accordance with Section 5-04.5(1) and will be used in the calculation of the CPF the maximum CPF shall be 1.00. 4. Prior to the first day of paving, six Ignition Furnace Calibration Samples shall be obtained to calibrate the Ignition Furnaces used for acceptance testing of the HMA. Calibration samples shall be provided by the Contractor when directed by the Engineer. Calibration samples shall be prepared in accordance with WSDOT SOP 728. 5-04.3(8)A1, General (March 10, 2010 APWA GSP) Delete these sections and replace them with the following: Acceptance of HMA shall be as defined under nonstatistical or commercial evaluation. Nonstatistical evaluation will be used for all HMA not designated as Commercial HMA in the contract documents. Commercial evaluation will be used for Commercial HMA and for other classes of HMA in the following applications: sidewalks, road approaches, ditches, slopes, paths, trails, gores, prelevel, and pavement repair. Other nonstructural applications of HMA accepted by commercial evaluation shall be as approved by the Project Engineer. Sampling and testing of HMA accepted by commercial evaluation will be at the option of the Project Engineer. Commercial HMA can be accepted by a contractor certification letter stating the material meets the HMA requirements defined in the contract. 73 5-04.3(8)A4, Definition of Sampling Lot and Sublot (March 10, 2010 APWA GSP) Delete this section and replace it with the following: For the purpose of acceptance sampling and testing, a lot is defined as the total quantity of material or work produced for each job mix formula (JMF) placed. Only one lot per mix design will be expected to occur. The initial JMF is defined in Section 5-04.3(7)A Mix Design. The Contractor may request a change in the JMF in accordance with Section 9-03.8(7). If the request is approved, all of the material produced up to the time of the change will be evaluated on the basis of tests on samples taken from that material and a new lot will begin. For proposal quantities less then 2500 tons sampling and testing for evaluation shall be performed as described in 5-04.3(7)A, item 3, Field 'Verification Testing Process. The verification sample referenced in item 3b may be used as an acceptance sample, additional testing will be at the discretion of the Engineer. When using a previously verified mix design, testing for volumetric properties may be waived at the engineer's discretion. At least one acceptance sample is required when using this method of acceptance. For proposal quantities greater than 2500 tons sampling and testing for evaluation shall be performed as described in 5-04.3(7)A, item 3, Field Verification Testing Process, for the first 2500 tons of mix placed. The verification sample referenced in item 3b may be used as an acceptance sample for the first 2500 tons of mix placed. Additional testing will be at the rate of one sample per 800 tons of mix placed or as directed by the Engineer. When using a previously verified mix design, testing for volumetric properties may be waived at the engineer's discretion. 5-04.3(8)A5, Test Results (March 10, 2010 APWA GSP) Delete this section and replace it with the following: The Engineer will furnish the Contractor with a copy of the results of all acceptance testing performed in the field at the beginning of the next paving shift. The Engineer will also provide the Composite Pay Factor (CPF) of the completed sublots after three sublots have been produced. The CPF will be provided by the midpoint of the next paving shift after sampling. Sublot sample test results (gradation and asphalt binder content) may be challenged by the Contractor. For HMA mixture accepted by statistical evaluation with a mix design that did not meet the verification tolerances, the test results in the test section including the percent air voids (Va) may be challenged. To challenge test results, the Contractor shall submit a written challenge within 7 -calendar days after receipt of the specific test results. A split of the original acceptance sample will be sent for testing to either the Region Materials Laboratory or the State Materials Laboratory as determined by the Project Engineer. The split of the sample with challenged results will not be tested with the same equipment or by the same tester that ran the original acceptance test. The challenge sample will be tested for a complete gradation analysis and for asphalt binder content. The results of the challenge sample will be compared to the original results of the acceptance sample test and evaluated according to the following criteria: Deviation U.S. No. 4 sieve and larger Percent passing ±4.0 U.S. No. 8 sieve Percent passing ±2.0 U.S. No. 200 sieve Percent passing ±0.4 74 Asphalt binder Percent binder content ±0.3 Va Percent Va ±0.7 If the results of the challenge sample testing are within the allowable deviation established above for each parameter, the acceptance sample test results will be used for acceptance of the HMA. The cost of testing will be deducted from any monies due or that may come due the Contractor under the Contract at the rate of $250 per challenge sample. If the results of the challenge sample testing are outside of any one parameter established above, the challenge sample will be used for acceptance of the HMA and the cost of testing will be the Contracting Agency's responsibility. 5-04.3(8)A7 Test Section — HMA Mixtures (March 10, 2010 APWA GSP) Delete this section. Measurement Section 5-04.4 is supplemented with the following: Asphalt Curb Ramp Type will be measured per each for the complete curb ramp type installed and includes the installation of the detectable warning surface, curb and gutter, pedestrian curb and crushed surfacing top course. Pavement Repair will be measured per square yard. Payment Section 5-04.5 is supplemented with the following: "Pavement Repair", Per Sq. Yd. The unit contract price for "Pavement Repair" shall be full compensation for the complete repair of the paved roadway surface due to trenching, including furnishing all materials required, and all labor and equipment needed to place and compact the crushed surfacing base course and the HMA pavement. "Asphalt Curb Ramp Type ", Per Each 5-04.5(1)A Price Adjustments for Quality of HMA Mixture (March 10, 2010 APWA GSP) Delete the first paragraph and table and replaced them with the following: Statistical analysis of quality of gradation and asphalt content will be performed based on Section 1-06.2 using the following price adjustment factors: Table of Price Adjustment Factors Constituent Factor "f" All aggregate passing: 1 1/2", 1", 3/4", '/2", 3/8" and No. 4 sieves 2 All aggregate passing No. 8 15 All aggregate passing No. 200 sieve 20 75 Asphalt binder 52 Delete items 1-3 in Paragraph two and replaced with the following: A pay factor will be calculated for sieves listed in Section 9-03.8(7) for the class of HMA and for the asphalt binder. 1. Nonstatistical Evaluation. Each lot of HMA produced under Nonstatisical Evaluation and having all constituents falling within the tolerance limits of the job mix formula shall be accepted at the unit contract price with no further evaluation. When one or more constituents fall outside the nonstatistical acceptance tolerance limits in Section 9-03.8(7), the lot shall be evaluated in accordance with Section 1-06.2 to determine the appropriate CPF. The nonstatistical tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1.00. When less than three sublots exist, backup samples of the existing sublots or samples from the street shall be tested to provide a minimum of three sets of results for evaluation. 2. Commercial Evaluation. If sampled and tested, HMA produced under Commercial Evaluation and having all constituents falling within the tolerance limits of the job mix formula shall be accepted at the unit contract price with no further evaluation. When one or more constituents fall outside the commercial acceptance tolerance limits in Section 9-03.8(7), the lot shall be evaluated to determine the appropriate CPF. The commercial tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1.00. When less than three sublots exist, backup samples of the existing sublots or samples from the street shall be tested to provide a minimum of three sets of results for evaluation. For each lot of HMA produced under Nonstatistical or Commercial Evaluation when the calculated CPF is less than 1.00, a Nonconforming Mix factor (NCMF) will be determined. The NCMF equals the algebraic difference of CPF minus 1.00 multiplied by 60 percent. The Job Mix Compliance Price Adjustment will be calculated as the product of the NCMF, the quantity of HMA in the lot in tons, and the unit contract price per ton of the mix. If a constituent is not measured in accordance with these Specifications; its individual pay factor will be considered 1.00 in calculating the composite pay factor. 5-04.5(1)B Price Adjustments for Quality of HMA Compaction (March 10, 2010 APWA GSP) Delete this section and replace it with the following: The maximum CPF of a compaction lot is 1.00 For each compaction lot of HMA when the CPF is less than 1.00, a Nonconforming Compaction Factor (NCCF) will be determined. THE NCCF equals the algebraic difference of CPF minus 1.00 multiplied by 40 percent. The Compaction Price Adjustment will be calculated as the product of the NCCF, the quantity of HMA in the lot in tons and the unit contract price per ton of the mix. 76 DIVISION 8 MISCELLANEOUS CONSTRUCTION 8-01 EROSION CONTROL AND WATER POLLUTION CONTROL Construction Requirements General (April 3, 2006) Erodible Soil Eastern Washington The eighth paragraph of Section 8-01.3(1) is revised to read: Erodible soil not being worked whether at final grade or not, shall be covered within the following time period using an approved soil cover practice, unless authorized by the Engineer: July 1 through September 30 October 1 through June 30 8-03 IRRIGATION SYSTEMS Construction Requirements Section 8-03.3 is supplemented with the following: 30 days. 15 days Plans for the existing Irrigation System in McGuinness Park and along Willow Street are available upon request. Copies of these plans will be supplied to the Contractor prior to construction. McGuinness Park: The trail alignment is to avoid all sprinkler heads. In cases where the trail alignment is to cross existing irrigation lines, the contractor will perform all and any necessary work required to maintain the system. Willow Street: Trail alignment along Willow Street conflicts with the current irrigation system in the grass median. The Contractor will remove the irrigation system along the north side of the median where the trail alignment is and replace it adjacent to the south side of the new trail making new connections to the remaining irrigation system along the south side of the median. Every effort will be made to reuse existing parts if possible. Measurement Section 8-03.4 is supplemented with the following: "Remove and Replace Irrigation System" will be paid for by force account as per "1-09.6 Force Account" of these Contract Amendments. Payment Section 8-03.5 is supplemented with the following: "Remove and Replace Irrigation System", per force account 8-14 CEMENT CONCRETE SIDEWALK Measurement Section 8-14.4 is supplemented with the following: 77 Remove the second paragraph and replace with the following: Cement concrete curb ramp type will be measured per each for the complete curb ramp type installed and includes the installation of the detectable warning surface, curb and gutter, pedestrian curb and crushed surfacing top course. 8-18 MAILBOX SUPPORT Construction Requirements Section 8-18.3.is:supplemented with the following: Remove Existing Bollard is to include all work related to the removal of each bollard to be removed as noted in the contract plans. Each Bollard removed is to become property of Contractor. Bollard Type 1 is to be constructed per WSDOT Standard Plan H-60.10-01 in the locations as noted in the contract plans. 1 1 1 1 1 1 1 Measurement Section 8-18.4 is supplemented with the following: Remove Existing Bollard is to be paid per each. Bollard Type 1 is to be paid per each. Payment Section 8-18.5 is supplemented with the following: "Remove Existing Bollard", per each. "Bollard Type 1", per each. DIVISION 9 MATERIALS 9-03 AGGREGATES 9-03.8(2) HMA Test Requirements (March 10, 2010 APWA GSP) Section 9-03.8(2) is supplemented with the following: ESAL's The number of ESAL's for the design and acceptance of the HMA shall be *** 1 *** million. 9-03.8(7) HMA Tolerances and Adjustments (March 10, 2010 APWA GSP) Delete Item 1 and replace it with the following: 1. Job Mix Formula Tolerances. After the JMF is determined as required in 5-04.3(7)A, the constituents of the mixture at the time of acceptance shall conform to the following tolerances: 78 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 These tolerance limits constitute the allowable limits as described in Section 1-06.2. The tolerance limit for aggregate shall not exceed the limits of the control points section, except the tolerance limits for sieves designated as 100% passing will be 99-100. The tolerance limits on sieves shall only apply to sieves with control points. 79 Nonstatistical Evaluation Commercial Evaluation Aggregate, percent passing 1", 3/4', '/2", and 3/8" sieves ±6% ±8% U.S. No. 4 sieve ±6% ±8% U.S. No. 8 sieve ±6% ±8% U.S. No. 200 sieve ±2.0% ±3.0% Asphalt Binder ±0.5% ±0.7% These tolerance limits constitute the allowable limits as described in Section 1-06.2. The tolerance limit for aggregate shall not exceed the limits of the control points section, except the tolerance limits for sieves designated as 100% passing will be 99-100. The tolerance limits on sieves shall only apply to sieves with control points. 79 (January 7, 2013) Standard Plans The State of Washington Standard Plans for Road, Bridge and Municipal Construction M21-01 transmitted under Publications Transmittal No. PT 11-036, effective January 7, 2013 is made a part of this contract. The Standard Plans are revised as follows: B-10.20 and B10.40 Substitute "step" in lieu of "handhold" on plan B-90.40 Offset & Bend details, add the subtitle, "Plan View" above titles C-5 Deleted C-13 Deleted C -13a Deleted C -13b Deleted C -13c Deleted C -14a Deleted C -14b Deleted C -14c Deleted C -14d Deleted C -14e Deleted C -15a Deleted C -15b Deleted C-28.40 Deleted C-70.10-00 80 Elevation, and Barrier Connection Detail, callout for premolded joint filler, revise '/4" to 3/8" Note 1, revise 1/4" to 3/8" The Welded Wire Reinforcing Substitution Option Table is deleted The note, "Optional Substitutions to Welded Wire Reinforcements shall conform to Standard Specification Sections 6-10 and 9-07" is revised to read. "Steel Welded Wire Reinforcement Deformed, for Concrete may be substituted for reinforcing steel in accordance with Standard Specification 6-10 3." C-75.10-00 Elevation, callout for premolded joint filler, revise Y4" to 3/8", Note 1, revise %" to 3/8" The Welded Wire Reinforcing Substitution Option Table is deleted The note, "Optional Substitutions to Welded Wire Reinforcements shall conform to Standard Specification Sections 6-10 and 9-07" is revised to read "Steel Welded Wire Reinforcement Deformed, for Concrete may be substituted for reinforcing steel in accordance with Standard Specification 6-10 3 " C-75.20-00 Elevation, callout for premolded joint filler, revise %" to 3/8", Note 1, revise %4" to 3/8" The Welded Wire Reinforcing Substitution Option Table is deleted. The note, "`Optional Substitutions to Welded Wire Reinforcements shall conform to Standard Specification Sections 6-10 and 9-07" is revised to read "Steel Welded Wire Reinforcement Deformed, for Concrete may be substituted for reinforcing steel in accordance with Standard Specification 6-10 3." C-75.30-00 Elevation, and Plan views, callout for premolded joint filler, revise %4" to 3/8" ", Note 1, revise 1/4 to 3/8" The Welded Wire Reinforcing Substitution Option Table is deleted. The note, "''Optional Substitutions to Welded Wire Reinforcements shall conform to Standard Specification Sections 6-10 and 9-07" is revised to read "Steel Welded Wire Reinforcement Deformed, for Concrete may be substituted for reinforcing steel in accordance with Standard Specification 6-10 3 " C-80.10-00 The Welded Wire Reinforcing Substitution Option Table is deleted. The note, "`Optional Substitutions to Welded Wire Reinforcements shall conform to Standard Specification Sections 6-10 and 9-07" is revised to read. "Steel Welded Wire Reinforcement Deformed, for Concrete may be substituted for reinforcing steel in accordance with Standard Specification 6-10 3 " C-80.20-00 The Welded Wire Reinforcing Substitution Option Table is deleted The note, "*Optional Substitutions to Welded Wire Reinforcements shall conform to Standard Specification Sections 6-10 and 9-07" is revised to read. "Steel Welded Wire Reinforcement Deformed, for Concrete may be substituted for reinforcing steel in accordance with Standard Specification 6-10.3." C-80.30-00 The Welded Wire Reinforcing Substitution Option Table is deleted The note, "'`Optional Substitutions to Welded Wire Reinforcements shall conform to Standard Specification Sections 6-10 and 9-07" is revised to read "Steel Welded Wire Reinforcement Deformed, for Concrete may be substituted for reinforcing steel in accordance with Standard Specification 6-10 3." C-80.40-00 The Welded Wire Reinforcing Substitution Option Table is deleted The note, "*Optional Substitutions to Welded Wire Reinforcements shall conform to Standard Specification Sections 6-10 and 9-07" is revised to read: "Steel Welded Wire Reinforcement Deformed, for Concrete may be substituted for reinforcing steel in accordance with Standard Specification 6-10 3 " D-3 Deleted 81 D-3.10 Key Note 7, reference to 1130.04(5).06 is revised to 730 05(5) G-24.50 Detail B, callout, "Nylon Washer - When sign face has Type 3 or 4 sheeting" is revised to read; Nylon Washer - When sign face has Type 3, 4, 8 or 9 sheeting" G-30.10 Sheet 2, "Sign Installation on Signal or Light Standard" detail, "7'-0" Min "(2x) dimension(s) revised to read 7'-0" G-50.10 Sheet 2, Diamond -Shaped Sign detail, dimension, "More than 36" is revised to read; More than 30" G-60.20 Side View, callout, "Anchor Rod - 1-3/4" Diam x 4'-4" Threaded 8" Min Each End, W/ 2 Washers & 4 Heavy Hex Nuts - Galvanize Exposed Anchor Rod End for 1'-0" Min " is revised to read, "Anchor Rod - 1-3/4" Diam x 4'-4" Threaded 8" Min Each End, W/ 2 Washers & 6 Heavy Hex Nuts - Galvanize Exposed Anchor Rod End for 1'-0" Min " G-60.30 End View, callout, "Anchor Rod - 1-3/4" Diam x 4'-4" Threaded 8" Min. Each End, W/ 2 Washers & 4 Heavy Hex Nuts Galvanize Exposed Anchor Rod End for 1'-0" Min " is revised to read, •"Anchor Rod - 1-3/4" Diam x 4'-4" Threaded 8" Min Each End, W/ 2 Washers & 6 Heavy Hex Nuts - Galvanize Exposed Anchor Rod End for 1'-0" Min " 1-60.10 Deleted 1-60.20 Deleted J -1f Deleted J -3b Sheet 2 of 2, Plan View of Service Cabinet, Boxed Note, "SEE STANDARD PLAN J -6C . " is revised to read. "SEE STANDARD PLAN J-10 10 " Sheet 2 of 2, Plan View of Service Cabinet Notes, references to Std. Plan J -9a are revised to J-60.05 (3 instances). J -7c Deleted J-12 Deleted J-15.10 Elevation View (3x), Depth dimension, reads; "Depth - See Std. Spec. 9-20 3(14)E and Contract", revised to read, "Depth - See Std. Spec. 8-20 3(13)A and Contract" J -16b Key Note 1, reference to J -16a is revised to J-40 36 J -16c 82 Key Note 1, reference to J -16a is revised to J-40.36 J-20.10 Detail A, add callout, 3/<" Thick Grout (Four sides) J-20.11 Section B, add callout, 3/4 Thick Grout (Four sides) J-40.30 Section A, dimension, "18" Min from top of soil surface" is revised to read; 24" Min. from top of soil surface. Callout, "Gravel Pad" is revised to read, Crushed Surfacing - Per Standard Spec. Section 9- 03.9(3) J-50.16 Deleted J-75.40 Monotube Sign Structure, elevation, callout - EQUIPMENT GROUNDING CONDUCTOR - SIZE PER NEC. MINIMUM SIZE # 8 Is revised to read; EQUIPMENT GROUNDING CONDUCTOR - SIZE PER NEC minimum size # 4 AWG Detail C, callout- EQUIPMENT GROUNDING CONDUCTOR - CLAMP TO STEEL REINFORCING BAR, SIZE PER NEC MIN. SIZE # 8 Is revised to read; EQUIPMENT GROUNDING CONDUCTOR - CLAMP TO STEEL REINFORCING BAR, SIZE PER NEC minimum size # 4 AWG J-75.45 elevation, callout - EQUIPMENT GROUNDING CONDUCTOR - SIZE PER NEC. MINIMUM SIZE # 8 Is revised to read: EQUIPMENT GROUNDING CONDUCTOR - SIZE PER NEC minimum size # 4 AWG Detail D, callout- EQUIPMENT GROUNDING CONDUCTOR - CLAMP TO STEEL REINFORCING BAR, SIZE PER NEC. MIN. SIZE # 8 Is revised to read: J-90.10 Section B, callout, "Hardware Mounting Rack - S. S 1-5/8" Slotted Channel' is revised to read: "Hardware Mounting Rack (Typ ) - Type 304 S. S 1-5/8" Slotted Channel" J-90.20 Section B, callout, "Hardware Mounting Rack (Typ) - S. S 1-5/8" Slotted Channel" is revised to read "Hardware Mounting Rack (Typ ).- Type 304 S. S 1-5/8" Slotted Channel" EQUIPMENT GROUNDING CONDUCTOR - CLAMP TO STEEL REINFORCING BAR, SIZE PER NEC minimum size # 4 AWG K-80.30 In the NARROW BASE, END view, the reference to Std. Plan C -8e is revised to Std. Plan K-80 35 The following are the Standard Plan numbers applicable at the time this project was advertised. The date shown with each plan number is the publication approval date shown in the lower right-hand corner of that plan. Standard Plans showing different dates shall not be used in this contract. 83 A-10.10-00.......8/7/07 A-30.35-00.. ...10/12/07 A-50 20-01... ... 9/22/09 A-10.20-00 10/5/07 A-40 00-00........8/11/09 A-50.30-00 .. 11/17/08 A-10.30-0010/5/07 A-40.10-02.........6/2/11 A-50.40-00 .....11 /17/08 A-20.10-00 8/31/07 A-40.15-00 8/11/09 A-60.10-01.......10/14/09 A-30 10-00 ...11 /8/07 A-40 20-01 2/7/12 A-60.20-02 6/2/11 A-30.15-00 11/8/07 A-40.50-01 6/2/11 A-60.30-00.. .. ....11/8/07 A-30.30-01 6/16/11 A-50.10-00 _11/17/08 A-60.40-00......8/31/07 B-5.20-01 6/16/11 B-30.50-01.......4/26/12 B-75.20-01..... ..6/10/08 B-5.40-01 ......6/16/11 B-30.70-03 ......4/26/12 B-75.50-01 .......6/10/08 B-5.60-01 6/16/11 B-30 80-00..... ...6/8/06 B-75 60-00. 6/8/06 B-10.20-01 2/7/12 B-30 90-01.... 9/20/07 B-80.20-00 6/8/06 B-10.40-00... ..6/1 /06 B-35.20-00.........6/8/06 B-80.40-00 6/1/06 B-10.60-00 6/8/06 B-35.40-00 6/8/06 B-82.20-00.....6/1/06 B-15.20-01 2/7/12 B-40.20-00.... ...6/1 /06 B-85.10-01 .. .. 6/10/08 B-15.40-01 2/7/12 8-40.40-01.......6/16/10 B-85.20-00.. . ..... 6/1/06 B-15.60-01 2/7/12 B-45.20-00.....6/1/06 B-85.30-00.......6/1 /06 B-20.20-02 3/16/12 B-45.40-00.........6/1/06 B-85 40-00 6/8/06 B-20.40-03 3/16/12 B-50.20-00 6/1/06 B-85.50-01.......6/10/08 B-20.60-03 3/15/12 B-55.20-00 .6/1/06 B-90.10-00 6/8/06 B-25 20-01......3/15/12 B-60.20-00 6/8/06 B-90.20-00 6/8/06 B-25.60-00... .6/1/06 B-60.40-00........6/1/06 B-90 30-00 6/8/06 B-30.10-01 4/26/12 8-65.20-01 4/26/12 B-90.40-00 6/8/06 B-30.20-02 4/26/12 B-65.40-00. ....6/1/06 8-90.50-00 6/8/06 B-30.30-01.. ..4/26/12 B-70.20-00 6/1/06 B-95.20-01 2/3/09 B-30.40-01 .... .4/26/12 B-70 60-00.........6/1/06 B-95 40-00 6/8/06 C-1. .... . ....... .. 6/16/11 C-6 5/30/97 C-23.60-02 6/21/12 C-1 a.. .10/14/09 C -6a 10/14/09 C.24 10-00....7/12/12 C -lb 6/16/11 C -6c 1/6/00 C-25.18-03 ..... 7/2/12 C-1 c... .. ...5/30/97 C -6d ...5/30/97 C-25.20-05.. ...7/2/12 C -1d 10/31/03 C -6f ..... .....7/25/97 C-25.22-04 . 7/2/12 C-2. 1/6/00 C-7 6/16/11 C-25.26-02 . . . 7/2/12 C -2a 6/21/06 C -7a ................6/16/11 C-25.80-02 7/2/12 C -2b.. 6/21/06 C-8 .2/10/09 C-40.14-02 .7/2/12 C -2c. .6/21/06 C -8a 7/25/97 C-40.16-02.......7/2/12 C -2d 6/21/06 C -8b ..6/27/11 C-40.18-02. 7/2/12 C -2e 6/21/06 C -8e .2/21/07 C-70.10-00 4/8/12 C -2f .. .3/14/97 C -8f 6/30/04 C-75.10-00 4/8/12 C -2g. 7/27/01 0-10 6/3/10 C-75.20-00 4/8/12 C -2h. 3/28/97 C -16a 6/3/10 C-75.30-00 .4/8/12 C -2i 3/28/97 C -16b..... ... .6/3/10 C-80.10-00. 4/8/12 C -2j 6/12/98 0-20.10-00 7/2/12 C-80.20-00.....4/8/12 C -2k .7/27/01 C-20 14-02 7/2/12 C-80.30-00 4/8/12 C -2n 7/27/01 C-20 15-01 ........7/2/12 C-80.40-00 4/8/12 C -2o.... 7/13/01 C-20.18-01 .. 7/2/12 C-80 50-00 4/8/12 C -2p 10/31/03 0-20.19-01 7/2/12 0-85.10-00 4/8/12 C-3 6/27/11 C-20 40-03 . . ..7/2/12 C-85.11-00.......4/8/12 C -3a....... 10/4/05 C-20.42-03 .. 7/2/12 C-85 14-00.......6/16/11 C -3b ...... .6/27/11 C-20.45.01 7/2/12 C-85.15-00...... 6/16/11 C -3c 6/27/11 C-22.14-02 ... . 6/16/11 C-8516-00.......6/16/11 C -4b 6/8/06 0-22.16-03 4/18/12 C-85-18-00 6/16/11 C -4e 2/20/03 0-22.40-02 6/16/10 C-85.20-00 6/16/11 C -4f 7/2/12 0-22.45.00 6/16/11 0-90.10-00 7/3/08 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 85 D-2.04-00. . .. .11/10/05 D-2.48-00 .. . 11/10/05 D-3 17-01. 5/17/12 D-2.06-01... .. .1/6/09 D-2.64-01......1 /6/09 D-4 12/11/98 D-2.08-00... .. .11/10/05 D-2.66-00......11 /10/05 D-6 . 6/19/98 D-2.14-00... ....11/10/05 D-2.68-00 11/10/05 0-10.10-01 12/2/08 D-2.16-00 11/10/05 D-2.80-00 11/10/05 D-10.15-01....12/2/08 D-2.18-00 ..... 11/10/05 D-2.82-00 .....11 /10/05 D-10.20-00 7/8/08 D-2.20-00 11/10/05 D-2.84-00 11/10/05 D-10.25-00 7/8/08 D-2.32-00 11/10/05 D-2.86-00 ..... 11/10/05 D-10.30-00.... . . 7/8/08 D-2.34-01 1 /6/09 D-2.88-00 11/10/05 D-10.35-00 . ....7/8/08 D-2.36-02.......1 /6/09 D-2.92-00 11/10/05 D-10.40-01.. .12/2/08 D-2.42-00 ..... ..11/10/05 D-3.09-00... 5/17/12 D-10.45-01....12/2/08 D-2.44-00.... .. 11/10/05 D-3.10-00 . 6/16/10 D-15.10-01 12/2/08 D-2 60-00 11/10/05 D-3.11-01 3/15/12 D-15.20-02. 6/2/11 D-2 62-00.. . 11/10/05 D-3.15-01....5/17/12 D-15.30-01 12/02/08 0-2.46-00 11/10/05 D-3.16-01 ... 5/17/12 E-1 2/21/07 E-4 8/27/03 E-2 5/29/98 E -4a 8/27/03 F-10.12-02.... 6/16/11 F-10.62-01.....9/05/07 F-40.15-01 6/3/10 F-10.16-00..... 12/20/06 F-10.64-02.....7/3/08 F-40 16-01 6/3/10 F-10 18-00 .......6/27/11 F-30.10-01 6/3/10 F-45.10-01 6/21/12 F-10.40-02 ..... ....6/21 /12 F-40.12-01 6/3/10 F-80.10-02 ... . 3/15/12 F-10.42-00 1/23/07 F-40.14-01 6/3/10 G-10.10-00 9/20/07 G-24.60-01 6/16/11 G-70.20-01 ..6/27/11 G-20 10-00 9/20/07 G-25.10-03. .3/15/12 G-70.30-01 6/27/11 G-22 10-01 7/3/08 G-30.10-01 6/16/11 G-90.10-01 5/11/11 G-24.10-00 11/8/07 G-50.10-00 11/8/07 G-90.20-01 6/27/11 G-24.20-01.....2/7/12 G-60.10-01 6/27/11 G-90.30-01... 6/2/11 G-24.30-01 2/7/12 G-60.20-01 6/27/11 G-90.40-01 10/14/09 G-24.40-02.....2/7/12 G-60.30-01 6/27/11 G-95.10-01 . 6/2/11 G-24.50-01. ..2/7/12 G-70.10-01 6/27/11 G-95.20-02 6/2/11 G-95 30-026/2/11 H-10.10-00 7/3/08 H-32.10-00 9/20/07 H-70.10-01 2/7/12 H-10.15-00.... . 7/3/08 H-60.10-01.... .. 7/3/08 H-70.20-01 2/16/12 H-30.10-00 10/12/07 H-60.20-01 7/3/08 H-70.30-02 2/7/12 1-10.10-01.. ..8/11 /09 1-30 40-00 .....10/12/07 1-50.20-00 ...... . .8/31/07 1-30 10-01 ......8/11 /09 1-40 10-00 9/20/07 1-80.10-01 ...... ...8/11/09 1-30 15-01........2/7/12 1-40.20-00 . 9/20/07 1-30.20-00. . . .. 9/20/07 1-50 10-00 . .. 9/20/07 1-30.30-00. 9/20/07 J-3 8/1/97 J-22.15-00.... 10/14/09 J-40.30-02 5/11/11 J -3b 3/4/05 J-22.16-01.....6/3/10 J-40.35-00 3/15/12 J -3c..... 6/24/02 J-26.10-02 . 3/15/12 J-40 36-00 6/3/10 J -3d 11/5/03 J-26.15-01 . 5/17/12 J-40.37-00 6/3/10 J-10 7/18/97 J-27.10-00 ..3/15/12 J-40.38-00 6/16/11 J-10.10-01 5/11/11 J-27 15-00 .3/15/12 J-50.10-00. ....6/3/11 J-10.15-00......7/2/12 J-28.10-01 5/11/11 J-50.11-00 6/3/11 J-15.10-00 5/8/12 J-28.22-00 8/07/07 J-50.12-00 .6/3/11 J-15.15-00 6/16/10 J-28.24-00. ....8/07/07 J-50.15-00. 6/3/11 J -16b ....... .2/10/09 J-28.26-0112/02/08 J-50.20-00. ....6/3/11 J -16c 2/10/09 J-28.30-02 6/27/11 J-50.25-00 6/3/11 J-20.10-01....7/12/12 J-28.40-01.....10/14/09 J-50.30-00 6/3/11 J-20.11-00 ..7/12/12 J-28.42-00 8/07/07 J-60.05-00 6/16/11 J-20.15-01 7/12/12 J-28.45-01 6/27/11 J-60.13-00 6/16/10 J-20.16-01 7/12/12 J-28.50-02 6/2/11 J-60.14-00 6/16/10 J-20.20-01....7/12/12 J-28.60-01 6/2/11 J-75.10-01 .. 5/11/11 J-20.26-01.....7/12/12 J-28.70-01 . . 5/11/11 J-75.20-00 .. 2/10/09 J-21.10-02...6/27/11 J-29 10-00..... 6/27/11 J-75 30-01 . 5/11/11 J-21.15-00 ....10/14/09 J-29.15-00..... 6/27/11 J-75.40-00 10/14/09 J-21 16-00.....10/14/09 J-29.16-00... .6/27/11 J-75 45-00 10/14/09 J-21.17-00....10/14/09 J-40.10-02 . .5/11/11 J-90.10-01 ... 6/27/11 J-21.20-00 .. 10/14/09 J-40.20-01 5/17/12 J-90.20-01 6/27/11 K-10.20-01.....10/12/07 K-26.40-01 10/12/07 K-40 60-00 ...2/15/07 K-10.40-00.. ....2/15/07 K-30.20-00... ..2/15/07 K-40.80-00....2/15/07 K-20.20-01... 10/12/07 K-30.40-01 10/12/07 K-55.20-00 2/15/07 K-20 40-00 .....2/15/07 K-32.20-00.......2/15/07 K-60.20-02 7/3/08 K-20 60-00......2/15/07 K-32.40-00 2/15/07 K-60.40-00 2/15/07 K-22.20-01 10/12/07 K-32.60-00 2/15/07 K-70.20-00 2/15/07 K-24.20-00 2/15/07 K-32.80-00 2/15/07 K-80 10-00 . 2/21/07 K-24.40-01 10/12/07 K-34 20-00 .. .2/15/07 K-80 20-00 12/20/06 K-24.60-00.......2/15/07 K-36.20-00 2/15/07 K-80 30-00.... .2/21/07 K-24 80-01... 10/12/07 K-40.20-00. .. 2/15/07 K-80.35-00 2/21/07 K-26.20-00 2/15/07 K-40.40-00 .. . 2/15/07 K-80.37-00.....2/21 /07 L-10.10-02. ...6/21/12 L-40.10-02 6/21/12 L-70 10-01 .5/21/08 L-20.10-02 ..... ..6/21/12 L-40 15-01. 6/16/11 L-70.20-01 5/21/08 L-30.10-01 6/16/11 L-40.20-02....6/21/12 M-1.20-02......6/3/11 M-9.60-00 2/10/09 M-40 10-02.. 5/11/11 M-1.40-02 6/3/11 M-11 10-01 .. . 1/30/07 M-40.20-00...10/12/07 M-1.60-02 6/3/11 M-15 10-01 . . 2/6/07 M-40 30-00... 9/20/07 M-1 80-03 .. .6/3/11 M-17.10-02........7/3/08 M-40.40-00 9/20/07 M-2.20-02 ..... 6/3/11 M-20 10-02......6/3/11 M-40.50-00 9/20/07 M-3.10-03. ..6/3/11 M-20.20-01... 1/30/07 M-40.60-00 9/20/07 M-3.20-02 6/3/11 M-20.30-02....10/14/09 M-60 10-01 6/3/11 M-3.30-03 .. ..6/3/11 M-20.40-02 6/3/11 M-60.20-02....6/27/11 M-3.40-03 6/3/11 M-20.50-02 6/3/11 M-6510-02.. .5/11/11 M-3.50-02 6/3/11 M-24.20-01......5/31/06 M-80 10-01 6/3/11 M-5 10-02 . 6/3/11 M-24 40-01 ... 5/31/06 M-80.20-00 . 6/10/08 M-7.50-01 .. .1/30/07 M-24 50-00 6/16/11 M-80 30-00....6/10/08 M-9 50-01.. . .1/30/07 M-24 60-03 .. 5/11/11 Required Contract Provisions Federal -Aid Construction Contracts Follow this Page 87 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS FHWA-1273 -- Revised May 1, 2012 I. General II. Nondiscrimination III. Nonsegregated Facilities IV. Davis -Bacon and Related Act Provisions V.. Contract Work Hours and Safety Standards Act Provisions VI. Subletting or Assigning the Contract VII. Safety: Accident Prevention VIII. False Statements Concerning Highway Projects IX. Implementation of Clean Air Act and Federal Water Pollution Control Act X. Compliance with Governmentwide Suspension and Debarment Requirements XI. Certification Regarding Use of Contract Funds for Lobbying ATTACHMENTS A. Employment and Materials Preference for Appalachian Development Highway System or Appalachian Local Access Road Contracts (included in Appalachian contracts only) I. GENERAL 1. Form FHWA-1273 must be physically incorporated in each construction contract funded under Title 23 (excluding emergency contracts solely intended for debris removal).. The contractor (or subcontractor) must insert this form in each subcontract and further require its inclusion in all lower tier subcontracts (excluding purchase orders, rental agreements and other agreements for supplies or services). The applicable requirements of Form FHWA-1273 are incorporated by reference for work done under any purchase order, rental agreement or agreement for other services. The prime contractor shall be responsible for compliance by any subcontractor, lower -tier subcontractor or service provider. Form FHWA-1273 must be included in all Federal -aid design -build contracts, in all subcontracts and in lower tier subcontracts (excluding subcontracts for design services, purchase orders, rental agreements and other agreements for supplies or services). The design -builder shall be responsible for compliance by any subcontractor, lower -tier subcontractor or service provider. Contracting agencies may reference Form FHWA-1273 in bid proposal or request for proposal documents, however, the Form FHWA-1273 must be physically incorporated (not referenced) in all contracts, subcontracts and lower -tier subcontracts (excluding purchase orders, rental agreements and other agreements for supplies or services related to a construction contract). 2. Subject to the applicability criteria noted in the following sections, these contract provisions shall apply to all work performed on the contract by the contractor's own organization and with the assistance of workers under the contractor's immediate superintendence and, to all work performed on the contract by piecework, station work, or by subcontract. 3. A breach of any of the stipulations contained in these Required Contract Provisions may be 89 sufficient grounds for withholding of progress payments, withholding of final payment, termination of the contract, suspension / debarment or any other action determined to be appropriate by the contracting agency and FHWA. 4. Selection of Labor: During the performance of this contract, the contractor shall not use convict labor for any purpose within the limits of a construction project on a Federal -aid highway unless it is labor performed by convicts who are on parole, supervised release, or probation. The term Federal -aid highway does not include roadways functionally classified as local roads or rural minor collectors. II. NONDISCRIMINATION The provisions of this section related to 23 CFR Part 230 are applicable to all Federal -aid construction contracts and to all related construction subcontracts of $10,000 or more. The provisions of 23 CFR Part 230 are not applicable to material supply, engineering, or architectural service contracts. In addition, the contractor and all subcontractors must comply with the following policies: Executive Order 11246, 41 CFR 60, 29 CFR 1625-1627, Title 23 USC Section 140, the Rehabilitation Act of 1973, as amended (29 USC 794), Title VI of the Civil Rights Act of 1964, as amended, and related regulations including 49 CFR Parts 21, 26 and 27; and 23 CFR Parts 200, 230, and 633. The contractor and all subcontractors must comply with: the requirements of the Equal Opportunity Clause in 41 CFR 60-1.4(b) and, for all construction contracts exceeding $10,000, the Standard Federal Equal Employment Opportunity Construction Contract Specifications in 41 CFR 60-4.3. Note: The U.S. Department of Labor has exclusive authority to determine compliance with Executive Order 11246 and the policies of the Secretary of Labor including 41 CFR 60, and 29 CFR 1625-1627. The contracting agency and the FHWA have the authority and the responsibility to ensure compliance with Title 23 USC Section 140, the Rehabilitation Act of 1973, as amended (29 USC 794), and Title VI of the Civil Rights Act of 1964, as amended, and related regulations including 49 CFR Parts 21, 26 and 27; and 23 CFR Parts 200, 230, and 633. The following provision is adopted from 23 CFR 230, Appendix A, with appropriate revisions to conform to the U.S. Department of Labor (US DOL) and FHWA requirements. 1. Equal Employment Opportunity: Equal employment opportunity (EEO) requirements not to discriminate and to take affirmative action to assure equal opportunity as set forth under laws, executive orders, rules, regulations (28 CFR 35, 29 CFR 1630, 29 CFR 1625-1627, 41 CFR 60 and 49 CFR 27) and orders of the Secretary of Labor as modified by the provisions prescribed herein, and imposed pursuant to 23 U.S.C. 140 shall constitute the EEO and specific affirmative action standards for the contractor's project activities under this contract. The provisions of the Americans with Disabilities Act of 1990 (42 U.S.C. 12101 et seq.) set forth under 28 CFR 35 and 29 CFR 1630 are incorporated by reference in this contract. In the execution of this contract, the contractor agrees to comply with the following minimum specific requirement activities of EEO: a. The contractor will work with the contracting agency and the Federal Government to ensure 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 90 1 that it has made every good faith effort to *provide equal opportunity with respect to all of its terms and conditions of employment and in their review of activities under the contract. b. The contractor will accept as its operating policy the following statement: "It is the policy of this Company to assure that applicants are employed, and that employees are treated during employment, without regard to their race, religion, sex, color, national origin, age or disability. Such action shall include: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of compensation, and selection for training, including apprenticeship, pre -apprenticeship, and/or on-the-job training." 2. EEO Officer: The contractor will designate and make known to the contracting officers an EEO Officer who will have the responsibility for and must be capable of effectively administering and promoting an active EEO program and who must be assigned adequate authority and responsibility to do so. 3. Dissemination of Policy: All members of the contractor's staff who are authorized to hire, supervise, promote, and discharge employees, or who recommend such action, or who are substantially involved in such action, will be made fully cognizant of, and will implement, the contractor's EEO policy and contractual responsibilities to provide EEO in each grade and classification of employment. To ensure that the above agreement will be met, the following actions will be taken as a minimum: a. Periodic meetings of supervisory and personnel office employees will be conducted before the start of work and then not less often than once every six months, at which time the contractor's EEO policy and its implementation will be reviewed and explained. The meetings will be conducted by the EEO Officer. b. All new supervisory or personnel office employees will be given a thorough indoctrination by the EEO Officer, covering all major aspects of the contractor's EEO obligations within thirty days following their reporting for duty with the contractor. c. All personnel who are engaged in direct recruitment for the project will be instructed by the EEO Officer in the contractor's procedures for locating and hiring minorities and women. d. Notices and posters setting forth the contractor's EEO policy will be placed in areas readily accessible to employees, applicants for employment and potential employees. e. The contractor's EEO policy and the procedures to implement such policy will be brought to the attention of employees by means of meetings, employee handbooks, or other appropriate means. 4. Recruitment: When advertising for employees, the contractor will include in all advertisements for employees the notation: "An Equal Opportunity Employer." AM such advertisements will be placed in publications having a Targe circulation among minorities and women in the area from which the project work force would normally be derived. a. The contractor will, unless precluded by a valid bargaining agreement, conduct systematic and direct recruitment through public and private employee referral sources likely to yield qualified minorities and women. To meet this requirement, the contractor will identify sources of 91 potential minority group employees, and establish with such identified sources procedures whereby minority and women applicants may be referred to the contractor for employment consideration. b. In the event the contractor has a valid bargaining agreement providing for exclusive hiring hall referrals, the contractor is expected to observe the provisions of that agreement to the extent that the system meets the contractor's compliance with EEO contract provisions. Where implementation of such an agreement has the effect of discriminating against minorities or women, or obligates the contractor to do the same, such implementation violates Federal nondiscrimination provisions. c. The contractor will encourage its present employees to refer minorities and women as applicants for employment. Information and procedures with regard to referring such applicants will be discussed with employees. 5. Personnel Actions: Wages, working conditions, and employee benefits shall be established and administered, and personnel actions of every type, including hiring, upgrading, promotion, transfer, demotion, layoff, and termination, shall be taken without regard to race, color, religion, sex, national origin, age or disability. The following procedures shall be followed: a. The contractor will conduct periodic inspections of project sites to insure that working conditions and employee facilities do not indicate discriminatory treatment of project site personnel. b. The contractor will periodically evaluate the spread of wages paid within each classification to determine any evidence of discriminatory wage practices. c. The contractor will periodically review selected personnel actions in depth to determine whether there is evidence of discrimination. Where evidence is found, the contractor will promptly take corrective action. If the review indicates that the discrimination may extend beyond the actions reviewed, such corrective action shall include all affected persons. d. The contractor will promptly investigate all complaints of alleged discrimination made to the contractor in connection with its obligations under this contract, will attempt to resolve such complaints, and will take appropriate corrective action within a reasonable time. If the investigation indicates that the discrimination may affect persons other than the complainant, such corrective action shall include such other persons. Upon completion of each investigation, the contractor will inform every complainant of all of their avenues of appeal. 6. Training and Promotion: a. The contractor will assist in locating, qualifying, and increasing the skills of minorities and women who are applicants for employment or current employees. Such efforts should be aimed at developing full journey level status employees in the type of trade or job classification involved. b. Consistent with the contractor's work force requirements and as permissible under Federal and State regulations, the contractor shall make full use of training programs, i.e., apprenticeship, and on-the-job training programs for the geographical area of contract performance. In the event a special provision for training is provided under this contract, this 92 subparagraph will be superseded as indicated in the special provision. The contracting agency may reserve training positions for persons who receive welfare assistance in accordance with 23 U.S.C. 140(a). c. The contractor will advise employees and applicants for employment of available training programs and entrance requirements for each. d. The contractor will periodically review the training and promotion potential of employees who are minorities and women and will encourage eligible employees toapply for such training and promotion. 7. Unions: If the contractor relies in whole or in part upon unions as a source of employees, the contractor will use good faith efforts to obtain the cooperation of such unions to increase opportunities for minorities and women. Actions by the contractor, either directly or through a contractor's association acting as agent, will include the procedures set forth below: a. The contractor will use good faith efforts to develop, in cooperation with the unions, joint training programs aimed toward qualifying more minorities and women for membership in the unions and increasing the skills of minorities and women so that they may qualify for higher paying employment. b. The contractor will use good faith efforts to incorporate an EEO clause into each union agreement to the end that such union will be contractually bound to refer applicants without regard to their race, color, religion, sex, national origin, age or disability. c. The contractor is to obtain information as to the referral practices and policies of the labor union except that to the extent such information is within the exclusive possession of the labor union and such labor union refuses to furnish such information to the contractor, the contractor shall so certify to the contracting agency and shall set forth what efforts have been made to obtain such information. d. In the event the union is unable to provide the contractor with a reasonable flow of referrals within the time limit set forth in the collective bargaining agreement, the contractor will, through independent recruitment efforts, fill the employment vacancies without regard to race, color, religion, sex, national origin, age or disability; making full efforts to obtain qualified and/or qualifiable minorities and women. The failure of a union to provide sufficient referrals (even though it is obligated to provide exclusive referrals under the terms of a collective bargaining agreement) does not relieve the contractor from the requirements of this paragraph. In the event the union referral practice prevents the contractor from meeting the obligations pursuant to Executive Order 11246, as amended, and these special provisions, such contractor shall immediately notify the contracting agency. 8. Reasonable Accommodation for Applicants / Employees with Disabilities: The contractor must be familiar with the requirements for and comply with the Americans with Disabilities Act and all rules and regulations established there under. Employers must provide reasonable accommodation in all employment activities unless to do so would cause an undue hardship. 93 9. Selection of Subcontractors, Procurement of Materials and Leasing of Equipment: The contractor shall not discriminate on the grounds of race, color, religion, sex, national origin, age or disability in the selection and retention of subcontractors, including procurement of materials and leases of equipment. The contractor shall take all necessary and reasonable steps to ensure nondiscrimination in the administration of this contract. a. The contractor shall notify all potential subcontractors and suppliers and lessors of their EEO obligations under this contract. b. The contractor will use good faith efforts to ensure subcontractor compliance with their EEO obligations. 10. Assurance Required by 49 CFR 26.13(b): a. The requirements of 49 CFR Part 26 and the State DOT's U.S. DOT -approved DBE program are incorporated by reference. b. The contractor or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of DOT -assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the contracting agency deems appropriate. 11. Records and Reports: The contractor shall keep such records as necessary to document compliance with the EEO requirements. Such records shall be retained for a period of three years following the date of the final payment to the contractor for all contract work and shall be available at reasonable times and places for inspection by authorized representatives of the contracting agency and the FHWA. a. The records kept by the contractor shall document the following: (1) The number and work hours of minority and non -minority group members and women employed in each work classification on the project; (2) The progress and efforts being made in cooperation with unions, when applicable, to increase employment opportunities for minorities and women; and (3) The progress and efforts being made in locating, hiring, training, qualifying, and upgrading minorities and women; b. The contractors and subcontractors will submit an annual report to the contracting agency each July for the duration of the project, indicating the number of minority, women, and non - minority group employees currently engaged in each work classification required by the contract work. This information is to be reported on Form FHWA-1391. The staffing data should represent the project work force on board in all or any part of the last payroll period preceding the end of July. If on-the-job training is being required by special provision, the contractor will be required to collect and report training data. The employment data should reflect the work force on board during all or any part of the last payroll period preceding the end of July. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 94 1 III. NONSEGREGATED FACILITIES This provision is applicable to all Federal -aid construction contracts and to all related construction subcontracts of $10,000 or more. The contractor must ensure that facilities provided for employees are provided in such a manner that segregation on the basis of race, color, religion,. sex, or national origin cannot result. The contractor may neither require such segregated use by written or oral policies nor tolerate such use by employee custom. The contractor's obligation extends further to ensure that its employees are not assigned to perform their services at any location, under the contractor's control, where the facilities are segregated. The term "facilities" includes waiting rooms, work areas, restaurants and other eating areas, time clocks, restrooms, washrooms, locker rooms, and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing provided for employees. The contractor shall provide separate or single -user restrooms and necessary dressing or sleeping areas to assure privacy between sexes. IV. DAVIS-BACON AND RELATED ACT PROVISIONS This section is applicable to all Federal -aid construction projects exceeding $2,000 and to all related subcontracts and lower -tier subcontracts (regardless of subcontract size). The requirements apply to all projects located within the right-of-way of a roadway that is functionally classified as Federal aid highway. This excludes roadways functionally classified as local roads or rural minor collectors, which are exempt. Contracting agencies may elect to apply these requirements to other projects. The following provisions are from the U.S. Department of Labor regulations in 29 CFR 5.5 "Contract provisions and related matters" with minor revisions to conform to the FHWA-1273 format and FHWA program requirements. 1. Minimum wages 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 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 1.d. of this section; 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 weekly period. Such laborers and 95 mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in 29 CFR 5.5(a)(4). 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 classification and wage rates conformed under paragraph 1.b. of this section) 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. (1) The contracting officer 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 contracting officer shall approve an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met: (i) The work to be performed by the classification requested is not performed by a classification in the wage determination, and (ii) The classification is utilized in the area by the construction industry; and (iii) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. (2) If the contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives,and the contracting officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, Washington, DC 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 contracting officer or will notify the contracting officer within the 30 -day period that additional time is necessary. (3) In the event the contractor, the laborers or mechanics to be employed in the classification or their representatives, and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the contracting officer, to the Wage and Hour Administrator for determination. The Wage and Hour Administrator, or an authorized representative, will issue a determination within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30 -day period that additional time is necessary. (4) The wage rate (including fringe benefits where appropriate) determined pursuant to paragraphs 1.b.(2) or 1.b.(3) of this section, 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. 96 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. 2. Withholding The contracting agency shall upon its own action or upon written request of an authorized representative of the Department of Labor, withhold or cause to be withheld from the contractor under this contract, or any other Federal contract with the same prime contractor, or any other federally -assisted contract subject to Davis -Bacon prevailing wage requirements, which is held by the same prime contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of the work, all or part of the wages required by the contract, the contracting agency may, after written notice to the contractor, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. 3. Payrolls and basic records a. Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work. Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in section 1(b)(2)(B) of the Davis -Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section 1(b)(2)(B) of the Davis -Bacon Act, the contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed » in the applicable programs. 97 b. (1) The contractor shall submit weekly for each week in which any contract work is performed a copy of all payrolls to the contracting agency. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under 29 CFR 5.5(a)(3)(i), except that full social security numbers and home addresses shall not be included on weekly transmittals. Instead the payrolls shall only need to include an individually identifying number for each employee ( e.g. , the last four digits of the employee's social security number). The required weekly payroll information may be submitted in any form desired. Optional Form WH -347 is available for this purpose from the Wage and Hour Division Web site at http://www.dol.gov/esa/whd/forms/wh347instr.htm or its successor site. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. Contractors and. subcontractors shall maintain the full social security number and current address of each covered worker, and shall provide them upon request to the contracting agency for transmission to the State DOT, the FHWA or the Wage and Hour Division of the Department of Labor for purposes of an investigation or audit of compliance with prevailing wage requirements. It is not a violation of this section for a prime contractor to require a subcontractor to provide addresses and social security numbers to the prime contractor for its own records, without weekly submission to the contracting agency.. (2) Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: (i) That the payroll for the payroll period contains the information required to be provided under §5.5 (a)(3)(ii) of Regulations, 29 CFR part 5, the appropriate information is being maintained under §5.5 (a)(3)(i) of Regulations, 29 CFR part 5, and that such information is correct and complete, (ii) That each laborer or mechanic (including each helper, apprentice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in Regulations, 29 CFR part 3; (iii) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract. (3) The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH -347 shall satisfy the requirement for submission of the "Statement of Compliance" required by paragraph 3.b.(2) of this section. (4) The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under section 1001 of title 18 and section 231 of title 31 of the United States Code. c. The contractor or subcontractor shall make the records required under paragraph 3.a. of this section available for inspection, copying, or transcription by authorized representatives of the contracting agency, the State DOT, the FHWA, or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, the FHWA may, 98 after written notice to the contractor, the contracting agency or the State DOT, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12. 4. Apprentices and trainees a. Apprentices (programs of the USDOL). Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Office of Apprenticeship Training, Employer and Labor Services, or with a State Apprenticeship Agency recognized by the Office, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Office of Apprenticeship Training, Employer and Labor Services or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not Tess than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the contractor's or subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable' wage determination. Apprentices, shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. In the event the Office of Apprenticeship Training, Employer and Labor Services, or a State Apprenticeship Agency recognized by the Office, withdraws approval of an apprenticeship program, the contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. b. Trainees (programs of the USDOL). Except as provided in 29 CFR 5.16, trainees will not be permitted to work at Tess than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by 99 formal certification by the U.S. Department of Labor, Employment and• Training Administration. The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for Tess than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In the event the Employment and Training Administration withdraws approval of a training program, the contractor will no longer be permitted to utilize trainees at Tess than the applicable predetermined rate for the work performed until an acceptable program is approved. c. Equal employment opportunity. The utilization of apprentices, trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR part 30. d. Apprentices and Trainees (programs of the U.S.. DOT). Apprentices and trainees working under apprenticeship and skill training programs which have been certified by the Secretary of Transportation as promoting EEO in connection with Federal - aid highway construction programs are not subject to the requirements of paragraph 4 of this Section IV. The straight time hourly wage rates for apprentices and trainees under such programs will be established by the particular programs. The ratio of apprentices and trainees to journeymen shall not be greater than permitted by the terms of the particular program. 5. Compliance with Copeland Act requirements. The contractor shall comply with the requirements of 29 CFR part 3, which are incorporated by reference in this contract. 6. Subcontracts. The contractor or subcontractor shall insert Form FHWA-1273 in any subcontracts and also require the subcontractors to include Form FHWA-1273 in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR 5.5. 7. Contract termination: debarment. A breach of the contract clauses in 29 CFR 5.5 may be grounds for termination of the contract, and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12. 100 8. Compliance with Davis -Bacon and Related Act requirements. All rulings and interpretations of the Davis -Bacon and Related Acts contained in 29 CFR parts 1, 3, and 5 are herein incorporated by reference in this contract. 9. Disputes concerning labor standards. Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR parts 5, 6, and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and the contracting agency, the U.S. Department of Labor, or the employees or their representatives. 10. Certification of eligibility. a. By entering into this contract, the contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1). b. No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1). c. The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001. V. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT The following clauses apply to any Federal -aid construction contract in an amount in excess of $100,000 and subject to the overtime provisions of the Contract Work Hours and Safety Standards Act. These clauses shall be inserted in addition to the clauses required by 29 CFR 5.5(a) or 29 CFR 4.6. As used in this paragraph, the terms laborers and mechanics include watchmen and guards. 1. Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. 2. Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph (1.) of this section, the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (1.) of this section, in the sum of $10 for each calendar day on which such individual 101 was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (1.) of this section. 3. Withholding for unpaid wages and liquidated damages. The FHWA or the contacting agency shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally -assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2.) of this section. 4. Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (1.) through (4.) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (1.) through (4.) of this section. VI. SUBLETTING OR ASSIGNING THE CONTRACT This provision is applicable to all Federal -aid construction contracts on the National Highway System. 1. The contractor shall perform with its own organization contract work amounting to not less than 30 percent (or a greater percentage if specified elsewhere in the contract) of the total original contract price, excluding any specialty items designated by the contracting agency. Specialty items may be performed by subcontract and the amount of any such specialty items performed may be deducted from the total original contract price before computing the amount of work required to be performed by the contractor's own organization (23 CFR 635.116). a. The term "perform work with its own organization" refers to workers employed or leased by the prime contractor, and equipment owned or rented by the prime contractor, with or without operators. Such term does not include employees or equipment of a subcontractor or lower tier subcontractor, agents of the prime contractor, or any other assignees. The term may include payments for the costs of hiring leased employees from an. employee leasing firm meeting all relevant Federal and State regulatory requirements. Leased employees may only be included in this term if the prime contractor meets all of the following conditions: (1) the prime contractor maintains control over the supervision of the day-to-day activities of the leased employees; (2) the prime contractor remains responsible for the quality of the work of the leased employees; (3) the prime contractor retains all power to accept or exclude individual employees from work on the project; and (4) the prime contractor remains ultimately responsible for the payment of predetermined minimum wages, the submission of payrolls, statements of compliance and all other Federal regulatory requirements. 102 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 b. "Specialty Items" shall be construed to be limited to work that requires highly specialized knowledge, abilities, or equipment not ordinarily available in the type of contracting organizations qualified and expected to bid or propose on the contract as a whole and in general are to be limited to minor components of the overall contract. 2. The contract amount upon which the requirements set forth in paragraph (1) of Section VI is computed includes the cost of material and manufactured products which are to be purchased or produced by the contractor under the contract provisions. 3. The contractor shall furnish (a) a competent superintendent or supervisor who is employed by the firm, has full authority to direct performance of the work in accordance with the contract requirements, and is in charge of all construction operations (regardless of who performs the work) and (b) such other of its own organizational resources (supervision, management, and engineering services) as the contracting officer determines is necessary to assure the performance of the contract. 4. No portion of the contract shall be sublet, assigned or otherwise disposed of except with the written consent of the contracting officer, or authorized representative, and such consent when given shall not be construed to relieve the contractor of any responsibility for the fulfillment of the contract. Written consent will be given only after the contracting agency has assured that each subcontract is evidenced in writing and that it contains all pertinent provisions and requirements of the prime contract. 5. The 30% self -performance requirement of paragraph (1) is not applicable to design -build contracts; however, contracting agencies may establish their own self -performance requirements. VII. SAFETY: ACCIDENT PREVENTION This provision is applicable to all Federal -aid construction contracts and to all related subcontracts. 1. In the performance of this contract the contractor shall comply with all applicable Federal, State, and local laws governing safety, health, and sanitation (23 CFR 635). The contractor shall provide all safeguards, safety devices and protective equipment and take any other needed actions as it determines, or as the contracting officer may determine, to be reasonably necessary to protect the life and health of employees on the job and the safety of the public and to protect property in connection with the performance of the work covered by the contract. 2. It is a condition of this contract, and shall be made a condition of each subcontract, which the contractor enters into pursuant to this contract, that the contractor and any subcontractor shall not permit any employee, in performance of the contract, to work in surroundings or under conditions which are unsanitary, hazardous or dangerous to his/her health or safety, as determined under construction safety and health standards (29 CFR 1926) promulgated by the Secretary of Labor, in accordance with Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 3704). 103 3. Pursuant to 29 CFR 1926.3, it is a condition of this contract that the Secretary of Labor or authorized representative thereof, shall have right of entry to any site of contract performance to inspect or investigate the matter of compliance with the construction safety and health standards and to carry out the duties of the Secretary under Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C.3704). VIII. FALSE STATEMENTS CONCERNING HIGHWAY PROJECTS This provision is applicable to all Federal -aid construction contracts and to all related subcontracts. In order to assure high quality and durable construction in conformity with approved plans and specifications and a high degree of reliability on statements and representations made by engineers, contractors, suppliers, and workers on Federal -aid highway projects, it is essential that all persons concerned with the project perform their functions as carefully, thoroughly, and honestly as possible. Willful falsification, distortion, or misrepresentation with respect to any facts related to the project is a violation of Federal law. To prevent any misunderstanding regarding theseriousness of these and similar acts, Form FHWA-1022 shall be posted on each Federal -aid highway project (23 CFR 635) in one or more places where it is readily available to all persons concerned with the project: 18 U.S.C. 1020 reads as follows: "Whoever, being an officer, agent, or employee of the United States, or of any State or Territory, or whoever, whether a person, association, firm, or corporation, knowingly makes any false statement, false representation, or false report as to the character, quality, quantity, or cost of the material used or to be used, or the quantity or quality of the work performed or to be performed, or the cost thereof in connection with the submission of plans, maps, specifications, contracts, or costs of construction on any highway or related project submitted for approval to the Secretary of Transportation; or Whoever knowingly makes any false statement, false representation, false report or false claim with respect to the character, quality, quantity, or cost of any work performed or to be performed, or materials furnished or to be furnished, in connection with the construction of any highway or related project approved by the Secretary of Transportation; or Whoever knowingly makes any false statement or false representation as to material fact in any statement, certificate, or report submitted pursuant to provisions of the Federal -aid Roads Act approved July 1, 1916, (39 Stat. 355), as amended and supplemented; Shall be fined under this title or imprisoned not more than 5 years or both." IX. IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT This provision is applicable to all Federal -aid construction contracts and to all related subcontracts. 104 By submission of this bid/proposal or the execution of this contract, or subcontract, as appropriate, the bidder, proposer, Federal -aid construction contractor, or subcontractor, as appropriate, will be deemed to have stipulated as follows: 1. That any person who is or will be utilized in the performance of this contract is not prohibited from receiving an award due to a violation of Section 508 of the Clean Water Act or Section 306 of the Clean Air Act. 2. That the contractor agrees to include or cause to be included the requirements of paragraph (1) of this Section X in every subcontract, and further agrees to take such action as the contracting agency may direct as a means of enforcing such requirements. X. CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION This provision is applicable to all Federal -aid construction contracts, design -build contracts, subcontracts, lower -tier subcontracts, purchase orders, lease agreements, consultant contracts or any other covered transaction requiring FHWA approval or that is estimated to cost $25,000 or more — as defined in 2 CFR Parts 180 and 1200. 1. Instructions for Certification — First Tier Participants: a. By signing and submitting this proposal, the prospective first tier participant is providing the certification set out below. b. The inability of a person to provide the certification set out below will not necessarily result in denial of participation in this covered transaction. The prospective first tier participant shall submit an explanation of why it cannot provide the certification set out below. The certification or explanation will be considered in connection with the department or agency's determination whether to enter into this transaction. However, failure of the prospective first tier participant to furnish a certification or an explanation shall disqualify such a person from participation in this transaction. c. The certification in this clause is a material representation of fact upon which reliance was placed when the contracting agency determined to enter into this transaction. If it is later determined that the prospective participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the contracting agency may terminate this transaction for cause of default. d. The prospective first tier participant shall provide immediate written notice to the contracting agency to whom this proposal is submitted if any time the prospective first tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. e. The terms "covered transaction," "debarred," "suspended," "ineligible," "participant," "person," "principal," and "voluntarily excluded," as used in this clause, are defined in 2 CFR Parts 180 and 1200. "First Tier Covered Transactions" refers to any covered transaction between a grantee or subgrantee of Federal funds and a participant (such as the prime or 105 general contract). "Lower Tier Covered Transactions" refers to any covered transaction under a First Tier Covered Transaction (such as subcontracts). "First Tier Participant" refers to the participant who has entered into a covered transaction with a grantee or subgrantee of Federal funds (such as the prime or general contractor). "Lower Tier Participant" refers any participant who has entered into a covered transaction with a First Tier Participant or other Lower Tier Participants (such as subcontractors and suppliers). f. The prospective first tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency entering into this transaction. g. The prospective first tier participant further agrees by submitting this proposal that it will include the clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion -Lower Tier Covered Transactions," provided by the department or contracting agency, entering into this covered transaction, without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions exceeding the $25,000 threshold. h. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant is responsible for ensuring that ,its principals are not suspended, debarred, or otherwise ineligible to participate in covered transactions. To verify the eligibility of its principals, as well as the eligibility of any lower tier prospective participants, each participant may, but is not required to, check the Excluded Parties List System website (https://www.epls.gov/), which is compiled by the General Services Administration. i. Nothing contained in the foregoing shall be construed to require the establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of the prospective participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. j. Except for transactions authorized under paragraph (f) of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause or default. 2. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion — First Tier Participants: a. The prospective first tier participant certifies to the best of its knowledge and belief, that it and its principals: (1) Are not presently debarred, suspended, proposed for debarment, declared ineligible, 106 or voluntarily excluded from participating in covered transactions by any Federal department or agency; (2) Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud .or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction - or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (3) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph (a)(2) of this certification; and (4) Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State or local) terminated for cause or default. b. Where the prospective participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. 2. Instructions for Certification - Lower Tier Participants: (Applicable to all subcontracts, purchase orders and other lower tier transactions requiring prior FHWA approval or estimated to cost $25,000 or more - 2 CFR Parts 180 and 1200) a. By signing and submitting this proposal, the prospective lower tier is providing the certification set out below. b. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department, or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. c. The prospective lower tier participant shall provide immediate written notice to the person to which this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous by reason of changed circumstances. d. The terms "covered transaction," "debarred," "suspended," "ineligible," "participant," "person," "principal," and "voluntarily excluded," as used in this clause, are defined in 2 CFR Parts 180 and 1200. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations._ "First Tier Covered Transactions" refers to any covered transaction between a grantee or subgrantee of Federal funds and a participant (such as the prime or general contract). "Lower Tier Covered Transactions" refers to any covered transaction under a First Tier Covered Transaction (such as subcontracts). "First Tier Participant" refers to the participant: who has entered into a covered transaction with a grantee or subgrantee of Federal funds (such as the prime or general contractor). 107 "Lower Tier Participant" refers any participant who has entered into a covered transaction with a First Tier Participant or other Lower Tier Participants (such as subcontractors and suppliers). e. The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unlessauthorized by the department or agency with which this transaction originated. f. The prospective lower tier participant further agrees by submitting this proposal that it will include this clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion -Lower Tier Covered Transaction," without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions exceeding the $25,000 threshold. g. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant is responsible for ensuring that its principals are not suspended, debarred, or otherwise ineligible to participate in covered transactions. To verify the eligibility of its principals, as well as the eligibility of any lower tier prospective participants, each participant may, but is not required to, check the Excluded Parties List System website (https.//www.epls.qov/), which is compiled by the General Services Administration. h. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. i. Except for transactions authorized under paragraph e of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion-- Lower Tier Participants: 1. The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participating in covered transactions by any Federal department or agency. 2. Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. 108 XI. CERTIFICATION REGARDING USE OF CONTRACT FUNDS FOR LOBBYING This provision is applicable to all Federal -aid construction contracts and to all related subcontracts which exceed $100,000 (49 CFR 20). 1. The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: a. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. b. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form -LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 2. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31 U.S.C. 1352. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. 3. The prospective participant also agrees by submitting its bid or proposal that the participant shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such recipients shall certify and disclose accordingly. ATTACHMENT A - EMPLOYMENT AND MATERIALS PREFERENCE FOR APPALACHIAN DEVELOPMENT HIGHWAY SYSTEM OR APPALACHIAN LOCAL ACCESS ROAD CONTRACTS This provision is applicable to all Federal -aid projects funded under the Appalachian Regional Development Act of 1965. 1. During the performance of this contract, the contractor undertaking to do work which is, or reasonably may be, done as on-site work, shall give preference to qualified persons who regularly reside in the labor area as designated by the DOL wherein the contract work is situated, or the subregion, or the Appalachian counties of the State wherein the contract work is situated, except: a. To the extent that qualified persons regularly residing in the area are not available. 109 b. For the reasonable needs of the contractor to employ supervisory or specially experienced personnel necessary to assure an efficient execution of the contract work. c. For the obligation of the contractor to offer employment to present or former employees as the result of a lawful collective bargaining contract, provided that the number of nonresident persons employed under this subparagraph (1c) shall not exceed 20 percent of the total number of employees employed by the contractor on the contract work, except as provided in subparagraph (4) below. 2. The contractor shall place a job order with the State Employment Service indicating (a) the classifications of the laborers, mechanics and other employees required to perform the contract work, (b) the number of employees required in each classification, (c) the date on which the participant estimates such employees will be required, and (d) any other pertinent information required by the State Employment Service to complete the job order form. The job order may be placed with the State Employment Service in writing or by telephone. If during the course of the contract work, the information submitted by the contractor in the original job order is substantially modified, the participant shall promptly notify the State Employment Service. 3. The contractor shall give full consideration to all qualified job applicants referred to him by the State Employment Service. The contractor is not required to grant employment to any job applicants who, in his opinion, are not qualified to perform the classification of work required. 4. If, within one week following the placing of a job order by the contractor with the State Employment Service, the State Employment Service is unable to refer any qualified job applicants to the contractor, or Tess than the number requested, the State Employment Service will forward a certificate to the contractor indicating the unavailability of applicants. Such certificate shall be made a part of the contractor's permanent project records. Upon receipt of this certificate, the contractor may employ persons who do not normally reside in the labor area to fill positions covered by the certificate, notwithstanding the provisions of subparagraph (1c) above. 5. The provisions of 23 CFR 633.207(e) allow the contracting agency to provide a contractual preference for the use of mineral resource materials native to the Appalachian region. 6. The contractor shall include the provisions of Sections 1 through 4 of this Attachment A in every subcontract for work which is, or reasonably may be, done as on-site work. 110 CONTRACT f-fh THIS AGREEMENT, made and entered into in triplicate, this (O day of 11'%4'[ct tt , 2013, by and between the City of Yakima, hereinafter called the Owner, and Paragon Northwest LLC. a Washington Corporation, hereinafter called the Contractor. WITNESSETH: That in consideration of the terms and conditions contained herein and attached and made a part of this agreement, the parties hereto covenant and agree as follows: I. The Contractor shall do all work and furnish all tools, materials, labor and equipment for THE BID AMOUNT OF $198,900.00, for William O. Douglas / Powerhouse Trail Connector, City Project No. 2301, al] in accordance with, and as described in the attached plans and specifications and the 2012 Standard Specifications for Road, Bridge, and Municipal Construction which are by this reference incorporated herein and made a part hereof, and shall perform any alterations in or additions to the work provided under this contract and every part thereof. Work shall start within ten (10) days after the Notice to Proceed, and shall be completed in Forty Five (45) working days. If work has not commenced within the ten (10) days after the Notice to Proceed, the first chargeable working day shall be the 11`h day after the date on which the City issues the Notice to Proceed. If said work is not completed within the time specified, the Contractor agrees to pay to the Owner the sum specified in the Standard Specifications for each and every day said work remains uncompleted after expiration of the specified time, as liquidated damages. The Contractors shall provide and bear the expense of all equipment, work and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in this contract and every part thereof, except such as are mentioned in the specifications to be furnished by the City of Yakima. II. The City of Yakima hereby promises and agrees with the Contractor to employ, and does employ the Contractor to provide the materials and to do and cause to be done the above described work and to complete and finish the same according to the attached plans and specifications and the terms and conditions therein contained and hereby contracts to pay for the same according to the attached specifications and the schedule of unit or itemized prices hereto attached, at the time and in the manner and upon the conditions provided for in this contract. III. INDEMNIFICATION The Contractor shall defend, indemnify, and hold harmless the City, its officers, elected officials, employees and agents from and against any and all claims, causes of action, damages, losses, and expenses of any kind or nature whatsoever, including but not limited to, attorney's fees and court costs, arising out of, relating to, or resulting from the Contractor's performance or non-performance of the services, duties and obligations required of it under this Agreement. IV. The Contractor for himself, and for his heirs, executors, administrators, successors, and assigns, does hereby agree to the full performance of all the covenants herein contained upon the part of the Contractor V. It is further provided that no liability shall attach to the City of Yakima by reason of entering into this contract, except as expressly provided herein. IN WITNESS WHEREOF the parties hereto have caused this agreement to be executed the day and year first herein above written. Countersigned: CITY OF YAKIMA iii this day of 2013 PA- 6O j l ke-rfi ,Ues'r, a 41- Corporation --"‹.-_____Co actor . i'- By• '�_ �� City anager ` Attest: v� C Se�,;5- 7 (Print Name) CONTRACTOR Cityl -rk CITY CONTRACT NO ." RESOLUTION raoj Its (President, Owner, etc.) Address: 655 N KEYS pal V A -Ki m197 Iva 7g. 9O f. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Bond #B0346690 PERFORMANCE BOND BOND TO CITY OF YAKIMA KNOW ALL MEN BY THESE PRESENTS: That whereas the City of Yakima, Washington has awarded to Paragon Northwest LLC hereinafter designated as the "Principal" a contract for the construction of the project designated William 0. Douglas (Contractor) Powerhouse Trail Connector, City Project No. 2301, all as hereto attached and made a part hereof and whereas, said principal is required under the terms of said contract to furnish a bond for the faithful performance of said contract: NOW, THEREFORE, we, the principal, and The Cincinnati Insurance Company corporation, organized and existing under and by virtue of the laws of the State of Ohioho i eid t a do business in the State of Washington, as surety,duly authorized to g are jointly and severally held and firmly bound unto the City of Yakima, Washington, in the penal sum of $ 19 8 , 900 (Total Contract Amount) lawful money of the United States, the payment of which we jointly and severally bind ourselves, our heirs, executors, administrators and assigns, and successors and assigns, firmly by these presents. THE CONDI' IONS OF THIS BOND 1S SUCH, that if the above bonded principal shall faithfully perform all of the provisions of said contract in the manner and within the time therein set forth, or within such extensions of time as may be granted under said contract, and shall pay all laborers, mechanics, sub -contractors and materialmen; the claims of any person or persons arising under the contract to the extent such claims are provided for in RCW 39.08.010; the state with respect to taxes imposedpursuant to Titles 50, 51 and 82 RCW which may be due; and all persons who shall supply said principal or sub -contractors with provisions and supplies for the carrying on of said work, and shall hold said City of Yakima, Washington, their employees, agents, and elected or appointed officials, harmless from any damage occasioned to any person or property by reason of any carelessness or negligence on the part of said principal, or any sub -contractor in the performance of said work, and shall indemnify and hold the City of Yakima, Washington, its employees, agents, and elected or appointed officials, harmless from any damage or expense by reason of failure of performance as specified in said contract, or from defects appearing or developing in the material or workmanship provided or performed under said contract after its acceptance thereof by the City of Yakima, Washington, and all claims filed in compliance with Chapter 39.08 RCW are resolved and all taxes pursuant to Titles 50 and 51 and 82 RCW have been paid, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. This obligation is entered into in pursuance of the statutes of the State of Washington, and the Ordinances of the City of Yakima, Washington. IN WITNESS WHEREOF, the said principal and the said surety have caused this bond to be signed and sealed by their duly authorized officers this 3rd day of march 20 13 Paragon Northwest LLC (Principe!) Joseph Sevigny (Print Name) Owner (Title) The Cincinnati Insurance Company By: l' (Signature) Amy Kehoe (Print Name) Attorney -in 'fact 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 THE CINCINNATI INSURANCE COMPANY Fairfield, Ohio POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That THE CINCINNATI INSURANCE COMPANY, a corporation organized under the laws of the State of Ohio, and having its principal office in the City of Fairfield, Ohio, does hereby constitute and appoint Alan H. Cottle; David M. Hargreaves; Jeff Barrow; Christine K. Summers; Terri West; Alisa L. Hill; Kim Beagley; Cheryl Schmidt; Jennifer Schultz; Lana J. Russell; Amy Kehoe; Randi K. Butorac; Jan Boutwell; Linda A. Light; Cheryl A. Kennish and/or Judith Twardoski of Yakima, Ellensburg, Moses Lake and Sunnyside, WA its true and lawful Attomey(s)-m-Fact to sign, execute, seal and deliver on its behalf as Surety, and as its act and deed, any and all bonds, policies, undertakings, or other like instruments, as follows: Any such obligations in the United States, up to Twenty Five Million and No/100 Dollars ($25,000,000.00). This appointment is made under and by authority of the following resolution passed by the Board of Directors of said Company at a meeting held in the principal office of the Company, a quorum being present and voting, on the 6th day of December, 1958, which resolution is still in effect: "RESOLVED, that the President or any Vice President be hereby authorized, and empowered to appoint Attorneys -in - Fact of the Company to execute any and all bonds, policies, undertakings, or other like instruments on behalf of the Corporation, and may authorize any officer or any such Attorney -in -Fact to affix the corporate seal; and may with or without cause modify or revoke any such appointment or authority. Any such writings so executed by such Attorneys -in - Fact shall be binding upon the Company as if they had been duly executed and acknowledged by the regularly elected officers of the Company." This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company at a meeting duly called and held on the 7`h day of December, 1973 "RESOLVED, that the signature of the President or a Vice President and the seal of the Company may be affixed by facsimile on any power of attorney granted, and the signature of the Secretary or Assistant Secretary and the seal of the Company may be affixed by facsimile to any certificate of any such power and any such power of certificate bearing such facsimile signature and seal shall be valid and binding on the Company. Any such power so executed and sealed and certified by certificate so executed and sealed shall, with respect to any bond or undertaking to which it is attached, continue to be valid and binding on the Company." IN WITNESS WHEREOF, THE CINCINNATI INSURANCE COMPANY has caused these presents to be sealed with its corporate seal, duly attested by its Vice President this 10th day of October, 2008. STATE OF OHIO COUNTY OF BUTLER ) ss: THE l;,> N. TI INSURANCE COMPANY 7 4;11444 -- Vice Presider On this 10°i day of October, 2008, before me came the above-named Vice President of THE CINCINNATI INSURANCE COMPANY, to me personally known to be the officer described herein, and acknowledged that the seal affixed to the preceding instrument is the corporate seal of said Company and the corporate seal and the signature of the officer were duly affixed and subscribed to said instrument by the authority and direction of said corporation. dg49t9tf89gQt Qom'$. P at ' q..:. a 4,9eA O �I' I, the undersigned Secretary or Assistant Secretary of THE CINCINNATI INSURANCE COMPANY, hereby certify that the above Iis a true and correct copy of the Original Power of Attorney issued by said Company, and do hereby further certify that the said Power of Attorney is still in full force and effect. MARK J. H JLLER, Attorney at Law NOTARY PUBLIC - STATE OF OHIO My commission has no expiration date. Section 147.03 O.R.C. GIVEN under my hand and seal of said Company�at Fairfield, Ohio. Liekh, day of yylar , p„ CX t BN -1005 (10/08) 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ARD CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 3/4/2013 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Argus Insurance Inc. 910 E Franklin, Suite 2 PO Box 858 Sunnyside WA 98944 CONTE: ACT AmyKehoe NAM PHONENo Fxt): (509) 837-3711 FAX No): (866)332-7487 AODRIess.akehoe@argusinsurance.com INSURER(S) AFFORDING COVERAGE NAIC # IN$URERA:NOrth Pacific Ins Co 23892 INSURED Paragon Northwest LLC 651 N Keys Road Yakima WA 98901 INSURER B : C06169416 INSURERC. 6/15/2013 INSURER D . $ 1,000,000 INSURER E: $ 100,000 INSURER F: $ 5,000 ER CL1271312865 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSR SUBR WVD POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MMIDD/YYYY) LIMITS A GENERAL X LIABILITY COMMERCIAL GENERAL LIABILITY X C06169416 6/15/2012 6/15/2013 EACH OCCURRENCE $ 1,000,000 DAMAGE TOR NTED PREMISES (Ea occurrence) $ 100,000 MED EXP (Any one person) $ 5,000 CLAIMS -MADE X OCCUR PERSONAL & ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 PRODUCTS - COMP/OP AGG $ 2,000,000 GEN'L AGGREGATE POLICY X LIMIT APPLIES PR,° PER: LOC $ A AUTOMOBILE X X LIABILITY ANY AUTO ALL OWNED AUTOS HIRED AUTOS - _ X SCHEDULED AUTOS NON -OWNED AUTOS C06169416 6/15/2012 6/15/2013 COMBINED SINGLE LIMIT (Ea accident) $ 1 , 000, 000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ Non -owned $ 1,000,000 A x UMBRELLA LIAB_ EXCESS LIAB OCCUR CLAIMS -MADE C06169416 6/15/2012 6/15/2013 EACH OCCURRENCE $ 2,000,000 AGGREGATE $ 2,000,000 $ DED RETENTON$ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE IY / N OFFIC(Mandatory In NH)ER EXCLUDED? (Mandatory If yes, describe under DESCRIPTION OF OPERATIONS below N / A WA State Funded (Stop Gap) C06169416 6/15/2012 6/15/2013 WC STATU- OTH- TORY UMITS ER E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE- EA EMPLOYEE $ 1,000,000 r E.L. DISEASE - POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS/ LOCATIONS 1 VEHICLES (Attach ACORD 101, Additional Remarks Schedu{e, if more space is required) City of Yakima and the County of Yakima, its agents, employees, and authorized volunteers, elected and appointed officials are named as additional insured's where required by a written contract. General Liability Master Pak Plus CG8416 and Contractor Completed Operations CG8584 included. Project: William O. Douglas -Powerhouse Trail Connector City Project No. 2301 - Federal Aid No•STPE-1485(023) CERTIFICATE HOLDER City of Yakima 129N. 2nd Street Yakima, WA 98901 CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE Amy Kehoe/AMYK ��f2v-ems ACORD 25 (2010/05) IINS025oninnn'm © 1988-2010 ACORD CORPORATION. All rights reserved. Tkn Ar:llDrl nerna onrl Inns .rn rardc+nrnrl rn rkc of A!:(1Dr1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ADDITIONAL COVERAGES Ref # Description Stopgap Coverage Code STOPG Form No. Edition Date Limit 1 1,000,000 Limit 2 1,000,000 Limit 3 Deductible Amount Deductible Type Premium Ref # Description Underinsured motorist combined single limit Coverage Code UNCSL Form No. Edition Date Limit 1 1,000,000 Limit 2 Limit 3 Deductible Amount Deductible Type Premium Ref # Description Hired/borrowed Coverage Code HRDBD Form No. Edition Date Limit 1 1,000,000 Limit 2 Limit 3 Deductible Amount Deductible Type Premium Ref # Description PIP -Basic Coverage Code PIP Form No. Edition Date Limit 1 10,000 Limit 2 Limit 3 Deductible Amount Deductible Type Premium Ref # Description Master Pak for Commercial Auto Coverage Code Form No. Edition Date Limit 1 Limit 2 Limit 3 Deductible Amount Deductible Type Premium Ref # Description Coverage Code Form No. Edition Date Limit 1 Limit 2 Limit 3 Deductible Amount Deductible Type Premium Ref # Description Coverage Code Form No. Edition Date Limit 1 Limit 2 Limit 3 Deductible Amount Deductible Type Premium Ref # Description Coverage Code Form No. Edition Date Limit 1 Limit 2 Limit 3 Deductible Amount Deductible Type Premium Ref # Description Coverage Code Form No. Edition Date Limit 1 Limit 2 Limit 3 Deductible Amount Deductible Type Premium Ref # Description Coverage Code Form No. Edition Date Limit 1 Limit 2 Limit 3 Deductible Amount Deductible Type Premium Ref # Description Coverage Code Form No. Edition Date Limit 1 Limit 2 Limit 3 Deductible Amount Deductible Type Premium OFADTLCV Copyright 2001, AMS Services, Inc. 1 1 1 1 COMMERCIAL GENERAL LIABILITY CG 84 16 12 03 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. GENERAL LIABILITY MASTER PAK PLUS® FOR CONSTRUCTION This endorsement modifies insurance provided under the following: 1 COMMERCIAL GENERAL LIABILITY COVERAGE PART INDEX SUBJECT PAGE 1 BLANKET ADDITIONAL INSURED (OWNERS, LESSEES, CONTRACTORS OR LESSORS) 2 FIRE, LIGHTNING, EXPLOSION AND SPRINKLER LEAKAGE DAMAGE TO PREMISES YOU RENT 3 1 NON -OWNED WATERCRAFT 4 SUPPLEMENTARY PAYMENTS (BAIL BONDS) 4 1 PERSONAL AND ADVERTISING INJURY - ELECTRONIC PUBLICATION EXTENSION 5 • AGGREGATE LIMITS (PER LOCATION) 5 I AGGREGATE LIMITS (PER PROJECT) 5 11/VOLUNTARY PROPERTY DAMAGE COVERAGE 6 OFF PREMISES CARE, CUSTODY OR CONTROL COVERAGE 6 INEWLY FORMED OR ACQUIRED ORGANIZATIONS 7 DUTIES IN THE EVENT OF OCCURRENCE, OFFENSE, CLAIM OR SUIT 7 1 BODILY INJURY (MENTAL ANGUISH) 8 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS 8 MEDICAL PAYMENTS 8 BROAD NAMED INSURED 8 IBROADENED MOBILE EQUIPMENT 8 IINCIDENTAL MALPRACTICE LIABILITY 8 NON -OWNED AIRCRAFT 9 IPROPERTY DAMAGE - ELEVATORS 9 IIncludes copyrighted material of ISO Properties, Inc., with its permission. CG 84 16 12 03 ISO Properties, Inc., 2003 Page 1 of 9 1 1 I 1. BLANKET ADDITIONAL INSURED (Owners, Lessees, Contractors or Lessors) (Includes a Primary/Non-Contributory provision) 1 Who Is An Insured - Section II is amended to include as an insured any person or organization whom you are required to name as an additional insured on this policy in a written contract or written agreement. The written contract or written agreement must be currently in effect or becoming effective during the term of this policy and executed prior to the "bodily injury," "property damage" or "personal and advertising injury." The insurance provided the additional insured is limited as follows: A. The person or organization is only an additional insured with respect to liability: I 1. Arising out of real property, as described in a written contract or written agreement, that you own, rent, lease or occupy; or 1 2. Caused in whole or in part by your ongoing operations performed for that insured. The insurance provided the additional insured in 1.A.2. above does not apply to: Ia. Coverage A - Bodily Injury and Property Damage Liability, Coverage B - Personal and Advertising Injury Liability or defense coverage under the Supplementary Payments arising 1 out of an architect's, engineer's or surveyor's rendering of or failure to render any professional services including: (1) The preparing, approving, or failing to prepare or approve maps, shop drawings, I opinions, reports, surveys, field orders, change orders or drawings and specifications, and 1(2) Supervisory, inspection, architectural or engineering activities b. "Bodily injury" or "property damage" occurring after: (1) All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) were performed by or on behalf of the additional insured(s) at the site where the covered operations have been ' completed; or (2) That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or 1 subcontractor engaged in performing operations for a principal as part of the same project. B. The limits of insurance applicable to the additional insured are those specified in a written contract or written agreement or the limits of Insurance as stated in the Declarations of this policy and defined in Section III - Limits Of Insurance of this policy, whichever are less. These limits are inclusive of and not in addition to the limits of insurance available under this policy. ' C. The insurance provided the additional insured does not apply to the liability resulting from the sole negligence of the additional insured. 1 1 Includes copyrighted material of ISO Properties, Inc., with its permission. ' CG 84 16 12 03 ISO Properties, Inc., 2003 Page 2 of 9 1 1 ' D. As respects the coverage provided to the additional insured under this endorsement, Section IV- Conditions is amended as follows: 1. The following is added to Condition 2. Duties In The Event Of Occurrence, Offense, Claim, or Suit: An additional insured under this endorsement will as soon as practicable: ' a. Give written notice of an "occurrence" or an offense, that may result in a claim or "suit" under this insurance to us; ' b. Tender the defense and indemnity of any claim or "suit" to all insurers whom also have insurance available to the additional insured; and c. Agree to make available any other insurance which the additional insured has for a loss we cover under this Coverage Part. 2. The following is added to Condition 3. Legal Action Against Us: ' We have no duty to defend or indemnify an additional insured under this endorsement until we receive written notice of a claim or "suit" from the additional insured. 3. The following is added to Paragraph a., Primary Insurance of Condition 4. Other Insurance. If the additional insured's policy has an Other Insurance provision making its policy excess, and a Named Insured has agreed in a written contract or written agreement to provide the additional insured t coverage on a primary and noncontributory basis, this policy shall be primary and we will not seek contribution from the additional insured's policy for damages we cover. 4. The following is added to Paragraph b , Excess Insurance of Condition 4. Other Insurance. Except as provided in Paragraph 4.a. Primary Insurance as amended above, any coverage provided hereunder shall be excess over any other valid and collectible insurance available to the additional insured whether primary, excess, contingent or on any other basis. In the event an additional insured has other coverage available for an "occurrence" by virtue of also being an additional insured on other policies, this insurance is excess over those other policies 2. FIRE, LIGHTNING, EXPLOSION AND SPRINKLER LEAKAGE DAMAGE TO PREMISES YOU RENT ' If Damage To Premises Rented To You under Coverage A is not otherwise excluded from this policy, the following applies: A. The last paragraph of 2. Exclusions of Section I - Coverage A is replaced by the following: If Damage To Premises Rented To You is not otherwise excluded, Exclusions c. through n. do not apply to damage by fire, lightning, "explosion" or sprinkler leakage to premises while rented to you or ' temporarily occupied by you with permission of the owner. A separate limit of insurance applies to this coverage as described in Section III - Limits Of Insurance. 1 1 CG84161203 Includes copyrighted material of ISO Properties, Inc., with its permission ISO Properties, Inc., 2003 Page 3 of 9 1 1 1 1 1 1 1 1 1 1 1 1 1 B. Paragraph 6. of Section 111 - Limits Of Insurance is replaced by the following: 6. Subject to 5. above, the higher of $300,000 or the Damage To Premises Rented To You Limit shown in the Summary of Limits and Charges section of this policy is the most we will pay under Coverage A for damages because of "property damage" to premises rented to you or temporarily occupied by you with the permission of the owner arising out of any one fire, lightning, "explosion" or sprinkler leakage incident. C. Paragraph b.(1)(b) of Condition 4. Other Insurance (Section IV — Conditions) is replaced by the following: (1) That is Fire, Lightning, Explosion or Sprinkler Leakage insurance for premises rented to you or temporarily occupied by you with the permission of the owner; D. Paragraph 9.a. of the definition of "insured contract" in Section V- Definitions is replaced by the following: 9. "Insured contract" means: a. A contract for the lease of premises. However, that portion of the contract for a lease of premises that indemnifies any person or organization for damages by fire, lightning, "explosion" or sprinkler leakage to premises while rented to you or temporarily occupied by you with the permission of the owner is not an "insured contract", E. The following definition is added to Section V - Definitions: "Explosion" means a sudden release of expanding pressure accompanied by a noise, a bursting forth of material and evidence of the scattering of debris to locations further than would have resulted by gravity alone. "Explosion" does not include any of the following. 1. Artificially generated electrical current including electrical arcing that disturbs electrical devices, appliances or wires; 2. Rupture or bursting of water pipes; 3. Explosion of steam boilers, steam pipes, steam engines or steam turbines owned or leased by you, or operated under your control; or 4. Rupture or bursting caused by centrifugal force. 3. NON -OWNED WATERCRAFT Subparagraph g.(2) of Paragraph 2., Exclusions of Section I - Coverage A is replaced by the following (2) A watercraft you do not own that is: (a) Less than 51 feet long; and (b) Not being used to carry persons or property for a charge; SUPPLEMENTARY PAYMENTS In the Supplementary Payments - Coverages A and B provision: The limit for the cost of bail bonds in Paragraph 1.b is changed from $250 to $1000 1. 1 IIncludes copyrighted material of ISO Properties, Inc., with its permission CG 84 16 12 03 ISO Properties, Inc., 2003 Page 4 of 9 1 1 1 1 1 1 1 1 1 1 1 1 1 5. PERSONAL AND ADVERTISING INJURY - ELECTRONIC PUBLICATION EXTENSION Paragraphs 14.b., d. and e. of Section V - Definitions are replaced by the following. b. Malicious prosecution or abuse of process; d. Oral, written, televised, videotaped or electronic publication of material that slanders or libels a person or organization or disparages a person's or organization's goods, products or services, e. Oral, written, televised, videotaped or electronic publication of material that violates a person's right of privacy; The following is added to Paragraph 14. "Personal and Advertising Injury" of Section V - Definitions: h. Discrimination or humiliation that results in injury to the feelings or reputation of a natural person, but only if such discrimination or humiliation is. (1) Not done intentionally by or at the direction of: (a) An insured; or (b) Any "executive officer" director, stockholder, partner or member of the insured; and (2) Not directly or indirectly related to the employment, prospective employment or termination of employment of any person or persons by any insured Subparagraphs b. and c. of 2., Exclusions of Section I - Coverage B - Personal And Advertising Injury Liability are replaced by the following: b. Material Published With Knowledge Of Falsity "Personal and advertising injury" arising out of oral, written, televised, videotaped or electronic publicatioh of material, if done by or at the direction of the insured with knowledge of its falsity; c. Material Published Prior To Policy Period "Personal and advertising injury" arising out of oral, written, televised, videotaped or electronic publication of material whose first publication took place before the beginning of the policy period, 6. AGGREGATE LIMITS OF INSURANCE (PER LOCATION) 17 1 1 1 1 The General Aggregate Limit under Section III Limits Of Insurance applies separately to each of your "locations" owned by or rented to you or temporarily occupied by you with the permission of the owner "Location" means premises involving the same or connecting lots, or premises whose connection is interrupted only by a street, roadway, waterway or right-of-way of a railroad. AGGREGATE LIMITS OF INSURANCE (PER PROJECT) The General Aggregate Limit under Section III Limits Of Insurance applies separately to each of your projects away from premises owned by or rented to you CG 84 16 12 03 Includes copyrighted material of ISO Properties, Inc , with its permission. ISO Properties, Inc., 2003 Page 5 of 9 8. VOLUNTARY PROPERTY DAMAGE COVERAGE At your request, we will pay for "loss" to property of others caused by your business operations The most we will pay for this coverage is $500 each "occurrence " The "loss" must occur during the policy period. The "occurrence" must take place in the "coverage territory" "Loss" means unintended damage or destruction. "Loss" does not mean disappearance, abstraction or theft. This coverage does not apply to: 1. Damage arising out of the use of any "auto"; 2. Property you own, occupy, rent or lease from others; or 3. Property on your premises for sale, service, repair or storage. None of the other policy exclusions apply to this coverage. If the policy to which this endorsement is attached is written with a property damage liability deductible, the deductible shall apply to Voluntary Property Damage. The limit of coverage stated above shall not be reduced by the amount of this deductible. 9. OFF PREMISES CARE, CUSTODY OR CONTROL COVERAGE A. We will pay those sums that you become legally obligated to pay as damages because of "property damage" to personal property of others while in your or your "employees" care, custody or control or real property of others over which you or your "employees" are exercising physical control if the "property damage" arises out of your business operations. This Coverage is subject to sections B., C., D. and E. below. B. Exclusions This insurance shall not apply to. 1. "Property damage" of property at premises owned, rented, leased, operated or used by you; 2. "Property damage" of property while in transit; 3. The cost of repairing or replacing: (a) Any of your work defectively or incorrectly done by you or by others on your behalf; or (b) Any product manufactured, sold or supplied by you, unless the "property damage" is caused. directly by you after delivery of the product or completion of the work and resulting from a subsequent undertaking; or 4. "Property damage" of property caused by or arising out of the "products -completed operations hazard". C. Limits Of Insurance - The most we will pay for "property damage" under this Section 9 is $25,000 for each "occurrence". The most we will pay for the sum of alt damages covered under this Section 9. because of "property damage" is an annual aggregate limit of $25,000. The Limits Of Insurance provided under this Section 9 are inclusive of and not in addition to any other limits provided in the policy or endorsements attached to it. D. Deductible - We will not pay for "property damage" in any one "occurrence" until the amount of "property damage" exceeds $250. If the policy to which this endorsement is attached contains a "property damage" deductible, that deductible shall apply if it is greater than $250. E. In the event of "property damage" covered by this endorsement, you shall, if requested by us, replace the property or furnish the labor and materials necessary for repairs thereto at your actual cost, excluding profit or overhead charges. CG84161203 r Includes copyrighted material of ISO Properties, Inc., with its permission. ISO Properties, Inc , 2003 Page 6 of 9 10. NEWLY FORMED OR ACQUIRED ORGANIZATIONS A. Paragraph 4 of Section II - Who Is An Insured is deleted and replaced by the following: 4. Any business entity acquired by you or incorporated or organized by you under the laws of any individual state of the United States of America over which you maintain majority ownership interest exceeding fifty percent. Such acquired or newly formed organization will qualify as a Named Insured if there is no similar insurance available to that entity However: a. Coverage under this provision applies only until the expiration of the policy period in which the entity was acquired or incorporated or organized by you. b. Coverage A does not apply to "bodily injury" or "property damage" that occurred before the entity was acquired or incorporated or organized by you c. Coverage B does not apply to "personal and advertising injury" arising out of an offense committed before the entity was acquired or incorporated or organized by you d. Records and descriptions of operations mutt be maintained by the first Named Insured B. This Section 10. does not apply to newly formed or acquired organizations if coverage is excluded either by provisions of the Coverage Part or by other endorsement(s) attached to it. 11. DUTIES IN THE EVENT OF OCCURRENCE, OFFENSE, CLAIM OR SUIT A. The requirements in Section IV - Conditions, Paragraph 2.a., that you must see to it that we are notified of an "occurrence" applies only when the "occurrence" is known to: 1. You, if you are an individual; 2. A partner, if you are a partnership; 3. A member or manager, if you are a limited liability company; 4. An executive officer or designee, if you are a corporation; 5. A trustee, if you are a trust; or 6. A designee, if you are any other type of organization B. The requirements in Section IV - Conditions Paragraph 2.b. that you must see to it that we receive written notice of a claim or "suit" will not be considered breached unless the breach occurs after such claim or "suit" is known to. 1. You, if you are an individual; 2. A partner, if you are a partnership; 3. A member or manager if you are a limited liability company; 4. An executive officer or designee, if you are a corporation; 5. A trustee, if you are a trust; or 6. A designee, if you are any other type of organization. Knowledge of an "occurrence," claim or "suit" by the agent, servant or "employee" of any insured shall not in itself constitute knowledge of the insured unless an officer or designee shall have received notice from its agent, servant or "employee" CG 84 16 12 03 Includes copyrighted material of ISO Properties, Inc , with its permission. ISO Properties, Inc., 2003 Page 7 of 9 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 12. BODILY INJURY Paragraph 3. of the definition of "bodily injury" in the Section V - Definitions is replaced by the following: 3. "Bodily injury" means bodily injury, sickness or disease sustained by a person, including mental anguish or death resulting from any of these at any time. 13. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against any person or organization for whom you perform work under a written contract that requires you to obtain this agreement from us. This agreement shall not operate directly or indirectly to benefit anyone not named in the agreement. 14. MEDICAL PAYMENTS If Coverage C Medical Payments is not otherwise excluded, the Medical Expense Limit provided by this policy shall be the greater of: A. $10,000; or B. The amount shown in the Declarations 15. BROAD NAMED INSURED Paragraph 2.a.(1)(d) of Section II - Who Is An Insured is replaced by the following: (d) Arising out of his or her providing or failing to provide professional health care services. However, this exclusion does not apply to nurses, emergency medical technicians or paramedics who are employed by you to provide medical or paramedical services to your employees. 16. BROADENED MOBILE EQUIPMENT Paragraph 12.f.(1) of Section V - Definitions is replaced by the following. (1) Equipment designed primarily for. (a) Snow removal; (b) Road maintenance, but not construction or resurfacing; or (c) Street cleaning provided that vehicles have a Gross Vehicle Weight of 1,000 pounds or greater; 17 INCIDENTAL MALPRACTICE LIABILITY Paragraph 3. of Section V - Definitions is replaced by the following: 3. "Bodily injury" means bodily injury, sickness, disease or "incidental medical malpractice" sustained by a person, including mental anguish or death resulting from any of these at any time. The following is added to Section V - Definitions: CG 84 16 12 03 23. "Incidental medical malpractice" means injury arising out of the negligent rendering or failure to render medical or paramedical services to persons by any physician, dentist, nurse, emergency medical technician or paramedic who is employed by you to provide such services to your employees, provided you are not engaged in the business or occupation of providing any services referred to in this definition. Includes copyrighted material of ISO Properties, Inc., with its permission. ISO Properties, Inc , 2003 Page 8 of 9 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 18. NON -OWNED AIRCRAFT The following is added to Subparagraph g. of 2., Exclusions of Section! - Coverage A Bodily Injury And Property Damage Liability: (6) An aircraft with a paid crew, that is hired, chartered or loaned but is not owned by any insured. 19. PROPERTY DAMAGE - ELEVATORS The following is added to Subparagraph j. of 2., Exclusions of Section I - Coverage A Bodily Injury And Property Damage Liability: Paragraphs (3) and (4) of this exclusion do not apply to damages that result from the use of elevators.' All other terms and conditions of your policy remain unchanged CG 84 16 12 03 Includes copyrighted material of ISO Properties, Inc., with its permission ISO Properties, Inc., 2003 Page 9 of 9 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 COMMERCIAL GENERAL LIABILITY CG 85 84 12 08 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - DESIGNATED OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Additional Insured Person(s) or Organization(s): City of Yakima Location And Description of Completed Operations: 129 N. 2nd Street Yakima, WA 98901 Information required to complete this Schedule, if not shown above, will be shown in the Declarations A. Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, when you and such person or organization have agreed in writing in a contract or agreement that such person or organization be added as an additional insured on your policy, but only with respect to liability for "bodily injury" or "property damage"' 1. Caused by "your work" performed for that additional insured that is the subject of the written contract or agreement and at the location designated in and described in the Schedule of this endorsement; and 2. Included in the "products -completed operations hazard" The insurance provided by this endorsement applies only if the written contract or agreement is executed prior to the "bodily injury" or "property damage" The insurance provided by this endorsement does not apply: a. To "bodily injury" or "property damage" arising out of any act or omission of the additional insured or the additional insured's employees; or b. To "bodily injury" or "property damage" that occurs prior to you commencing operations at the location where such "bodily injury" or "property damage" occurs. c. To "bodily injury" or "property damage" arising out of the rendering of, or the failure to render, any professional architectural, engineering or surveying services including: (1) The preparing, approving or failure to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawing and specifications, and CG 85 84 12 08 Includes copyrighted material of Insurance Services Office, with its permission. Page 1 of 2 2/1 Ql'/112 r_na 1F OA 1F �QG7dO (2) Supervisory, inspection, architectural or engineering activities, or We have no duty to defend an additional insured under this endorsement until we receive written notice of a claim or "suit" as required in Paragraph b. of Condition 2. Duties In The Event Of Occurrence, Offense, Claim Or Suit under Section IV — Commercial General Liability Conditions. B. With respect to the insurance afforded by this endorsement, the following is added to Section III — Limits Of Insurance: The Limits of Insurance applicable to the additional insured are the lesser of: 1. The amount specified in the written contract or written agreement between you and the person or organization shown in the Schedule for the operations at the location designated in and described in the Schedule; or 2. The amount shown in the Declarations for this Coverage Part. These Limits of Insurance are inclusive of, and not in addition to, the Limits of Insurance shown in the Declarations for this Coverage Part as described in this Section III — Limits Of Insurance. C. With respect to the insurance afforded by this endorsement, Section IV — Commercial General Liability Conditions is amended as follows. 1. The following is added to Paragraph 2. Duties in The Event Of Occurrence, Offense, Claims Or Suit: An additional insured under this endorsement must comply with all provisions of this condition. 2. Paragraph 4.b., of Section IV — Commercial General Liability Conditions is replaced by the following. CG 85 84 12 08 4. Other Insurance b. Excess Insurance This insurance is excess over any other insurance for which the additional insured qualifies as an insured whether primary, excess, contingent or on any other basis unless a written contract or written agreement between you and the person or organization shown in the Schedule for the operations at the location designated in and described in the Schedule specifically requires that this insurance be provided on either a primary basis or a primary and non- contributory basis. Includes copyrighted material of Insurance Services Office, with its permission. Page 2 of 2 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 MINIMUM WAGE AFFIDAVIT STATE OF WASHINGTON) ss COUNTY OF YAKIMA ) I, the undersigned, having been duly sworn, depose, say and certify that in connection with the performance of the work, payment for which this voucher is submitted, I have paid the following rate per hour to each classification of laborers, workmen, or mechanics, as indicated upon the attached list, now referred to and by such reference mcorporated in and made an integral part hereof, for all such employed in the performance of such work; and no laborer, workman or mechanic so employed upon such work has been paid less than the prevailing rate of wage or less than the minimum rate of wages as specified in the principal contract; that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. Subscribed and sworn to before me on this Contractor day of - , 201 Notary Public in and for the State of Washington residing at 119 PREVAILING WAGE RATES The prevailing rate of wages to be paid to all workmen, laborers, or mechanics employed in the performance of any part of this contract shall be in accordance with the provisions of Chapter 39.12 RCW, as amended. The rules and regulations of the Department of Labor and Industries are by reference made a part of this contract as though fully set forth herein. The current schedule of prevailing wage rates for the locality or localities where this contract will be performed, as determined by the Industrial Statistician of the Department of Labor and Industries, are included in these contract documents. Inasmuch as the contractor will be held responsible for paying the prevailing wages, it is imperative that all contractors familiarize themselves with the current wage rates, as determined by the Industrial Statistician of the Department of Labor and Industries, before submitting bids based on these specifications. In case any dispute arises as to what are the prevailing rates of wages for work of a similar nature and such dispute cannot be adjusted by the parties in interest; including labor and management representatives, the matter shall be referred for arbitration to the Director of the Department of Labor and Industries of the State and his decision therein shall be final and conclusive and biding on all parties involved in the dispute as provided for by RCW 39.12.060 as amended. Current prevailing wage rules and data can be furnished by the Industrial Statistician upon request. You may submit your request to: Department of Labor and Industries ESAC Division PO Box 44540 Olympia, Washington 98504-4540 Telephone.3 60-902-5 3 3 5 121 General Decision Number: WA130001 01/11/2013 WA1 Superseded General Decision Number:•WA20120001 State: Washington Construction Type: Highway Counties: Washington Statewide. HIGHWAY (Excludes D.O.E. Hanford Site in Benton and Franklin Counties) Modification Number Publication Date 0 01/04/2013 1 01/11/2013 CARP0001-008 09/01/2009 Rates Fringes Carpenters:_ COLUMBIA RIVER AREA - ADAMS, BENTON, COLUMBIA, DOUGLAS (EAST OF THE 120TH MERIDIAN), FERRY, FRANKLIN, GRANT, OKANOGAN (EAST OF THE 120TH MERIDIAN) AND WALLA WALLA COUNTIES GROUP 1• $ 27.73 10.56 GROUP 2• $ 29.73 10.56 GROUP 3• $ 28.00 10.56 GROUP 4• $ 27.73 10.56 GROUP 5 $ 63.50 10.56 GROUP 6 $ 30.75 10.56 GROUP 7 $ 31.75 10.56 GROUP 8 $ 28.00 10.56 GROUP 9 $ 33.75 10.56 SPOKANE AREA: ASOTIN,GARFIELD, LINCOLN, PEND OREILLE, SPOKANE, STEVENS AND WHITMAN COUNTIES GROUP 1• $ 26.06 10.56 GROUP 2 $ 28.06 10.56 GROUP 3 $ 26.32 10.56 GROUP 4 $ 26.06 10.56 GROUP 5 $ 60.14 10.56 GROUP 6• $ 29.07 10.56 GROUP 7 $ 30.07 10.56 GROUP 8 $ 27.32 10.56 GROUP 9 $ 33.07 10.56 CARPENTER & DIVER CLASSIFICATIONS: GROUP 1: Carpenter GROUP 2: Millwright, machine erector GROUP 3: Piledriver - includes driving, pulling, cutting, placing collars, setting, welding, or creosote treated material, on all piling 122 GROUP 4: Bridge carpenters GROUP 5: Diver Wet GROUP 6: Diver Tender, Manifold Operator, ROV Operator GROUP 7: Diver Standby, Bell/Vehicle or Submersible operator Not Under Pressure GROUP 8: Assistant Tender, ROV Tender/Technician GROUP 9: Manifold Operator -Mixed Gas ZONE PAY: ZONE 1 0-40 MILES FREE ZONE 2 41-65 MILES $2.25/PER HOUR ZONE 3 66-100 MILES $3.25/PER HOUR ZONE 4 OVER 100 MILES $4.75/PER HOUR DISPATCH POINTS: CARPENTERS/MILLWRIGHTS: PASCO (515 N Neel Street) or Main Post Office of established residence of employee (Whichever is closest to the worksite). CARPENTERS/PILEDRIVER: SPOKANE (127 E. AUGUSTA AVE.) or Main Post Office of established residence of employee (Whichever is closest to the worksite) CARPENTERS: WENATCHEE (27 N. CHELAN) or Main Post Office of established residence of employee (Whichever is closest to the worksite). CARPENTERS: COEUR D' ALENE (1839 N. GOVERNMENT WAY) or Main Post Office of established residence of employee (Whichever is closest to the worksite). CARPENTERS: MOSCOW (302 N. JACKSON) or Main Post Office of established residence of employee (Whichever is closest to the worksite). DEPTH PAY FOR DIVERS BELOW WATER SURFACE: 50-100 feet $2.00 per foot 101-150 feet $3.00 per foot 151-220 feet $4.00 per foot 221 feet and deeper $5.00 per foot PREMIUM PAY FOR DIVING IN ENCLOSURES WITH NO VERTICAL ASCENT: 0-25 feet Free 26-300 feet $1.00 per Foot SATURATION DIVING: The standby rate applies until saturation starts. The saturation diving rate applies when divers are under pressure continuously until work task and decompression are complete. the diver rate shall be paid for all saturation hours. WORK IN COMBINATION OF CLASSIFICATIONS: Employees working in any combination of classifications within the diving crew (except dive supervisor) in a shift are paid in the classification with the highest rate for that shift. HAZMAT PROJECTS: Anyone working on a HAZMAT job (task), where HAZMAT certification is required, shall be compensated at a premium, in addition to the classification working in as follows: LEVEL D + $.25 per hour - This is the lowest level of protection. No respirator is used and skin protection is minimal. LEVEL C + $.50 per hour - This level uses an air purifying respirator or additional protective clothing. LEVEL B + $.75 per hour - Uses same respirator protection as Level A. Supplied air line is provided in conjunction with a chemical "splash suit". LEVEL A +$1.00 per hour - This level utilizes a fully encapsulated suit with a self-contained breathing apparatus or a supplied air line. CARP0003-006 10/01/2011 SOUTHWEST WASHINGTON: CLARK, COWLITZ, KLICKITAT, LEWIS(Piledriver only), PACIFIC (South of a straight line made by extending the north boundary line of Wahkiakum County west to Willapa Bay to the Pacific Ocean), SKAMANIA AND WAHKIAKUM COUNTIES and INCLUDES THE ENTIRE PENINSULA WEST OF WILLAPA BAY SEE ZONE DESCRIPTION FOR CITIES BASE POINTS ZONE 1: Rates Fringes Carpenters: CARPENTERS $ 32.04 14.18 DIVERS TENDERS $ 36.34 14.18 DIVERS $ 77.08 14.18 DRYWALL $ 27.56 14.18 MILLWRIGHTS $ 32.19 14.18 PILEDRIVERS $ 33.04 14.18 DEPTH PAY: 50 TO 100 FEET $1.00 PER FOOT OVER 50 FEET 101 TO 150 FEET $1.50 PER FOOT OVER 101 FEET 151 TO 200 FEET $2.00 PER FOOT OVER 151 FEET Zone Differential (Add up Zone 1 rates): Zone 2 - $0.85 Zone 3 - 1.25 Zone 4 - 1.70 Zone 5 - 2.00 Zone 6 - 3.00 BASEPOINTS: ASTORIA, LONGVIEW, PORTLAND, THE DALLES, AND VANCOUVER, (NOTE: All dispatches for Washington State Counties: Cowlitz, Wahkiakum and Pacific shall be from Longview Local #1707 and mileage shall be computed from that point.) ZONE 1: Projects located within 30 miles of the respective city hall of the above mentioned cities ZONE 2: Projects located more than 30 miles and less than 40 miles of the respective city of the above mentioned cities ZONE 3: Projects located more than 40 miles and less than 50 miles of the respective city of the above mentioned cities ZONE 4: Projects located more than 50 miles and less than 60 miles of the respective city of the above mentioned cities ZONE 5: Projects located more than 60 miles and less than 70 miles of the respective city of the above mentioned cities ZONE 6: Projects located more than 70 miles of the respected city of the above mentioned cities CARP0770-003 06/01/2010 Rates Fringes Carpenters: CENTRAL WASHINGTON: CHELAN, DOUGLAS (WEST OF THE 120TH MERIDIAN),KITTITAS, OF THE 120TH MERIDIAN) AND YAKIMA COUNTIES CARPENTERS ON CREOSOTE MATERIAL $ 35.49 12.60 CARPENTERS $ 35.39 12.60 DIVERS TENDER $ 39.15 12.60 DIVERS $ 87.20 12.60 MILLWRIGHT AND MACHINE ERECTORS $ 36.39 12.60 PILEDRIVER, DRIVING, PULLING, CUTTING, PLACING COLLARS, SETTING, WELDING OR CRESOTE TREATED MATERIAL, ALL PILING $ 35.59 12.60 (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - ALL CLASSIFICATIONS EXCEPT MILLWRIGHTS AND PILEDRIVERS OKANOGAN (WEST 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 Olympia Bremerton Shelton Tacoma Bellingham Anacortes Yakima Wenatchee 125 Ellensburg Centralia Chelan Everett Mount Vernon Pt. Townsend Zone Pay: 0 -25 radius miles Free 26-35 radius miles $1.00/hour 36-45 radius miles $1.15/hour 46-55 radius miles $1.35/hour Over 55 radius miles $1.55/hour Port Angeles Sunnyside (HOURLY ZONE PAY: WESTERN AND CENTRAL AND PILEDRIVER ONLY) WASHINGTON - MILLWRIGHT Hourly Zone Pay shall be computed from Seattle Union Hall, Tacoma City center, and Everett City center Zone Pay: 0 -25 radius miles 26-45 radius miles Over 45 radius miles Free $ .70/hour $1.50/hour CARP0770-006 06/01/2010 Rates Fringes Carpenters: WESTERN WASHINGTON: CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP piledrivers only), MASON, PACIFIC (North of a straight extending the north boundary line of Wahkiakum County Pacific Ocean), PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, T WHATCOM COUNTIES BRIDGE CARPENTERS $ 35.39 13.08 CARPENTERS ON CREOSOTE MATERIAL $ 35.49 13.08 CARPENTERS $ 35.39 13.08 DIVERS TENDER $ 39.15 13.08 DIVERS $ 87.20 13.08 MILLWRIGHT AND MACHINE ERECTORS $ 36.39 13.08 PILEDRIVER, DRIVING, PULLING, CUTTING, PLACING COLLARS, SETTING, WELDING OR CRESOTE TREATED MATERIAL, ALL PILING $ 35.59 13.08 (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - ALL CLASSIFICATIONS EXCEPT MILLWRIGHTS AND PILEDRIVERS , LEWIS (excludes line made by west to the HURSTON AND 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 Olympia Bremerton Bellingham Anacortes 126 Renton Aberdeen-Hoquiam Ellensburg Centralia Chelan Shelton Tacoma Everett Mount Vernon Pt. Townsend Zone Pay: 0 -25 radius miles Free 26-35 radius miles $1.00/hour 36-45 radius miles $1.15/hour 46-55 radius miles $1.35/hour Over 55 radius miles $1.55/hour Yakima Wenatchee Port Angeles Sunnyside (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - MILLWRIGHT AND PILEDRIVER ONLY) Hourly Zone Pay shall be computed from Seattle Union Hall, Tacoma City center, and Everett City center Zone Pay: 0 -25 radius miles 26-45 radius miles Over 45 radius miles Free $ .70/hour $1.50/hour ELEC0046-001 11/05/2012 CALLAM, JEFFERSON, KING AND KITSAP COUNTIES Rates Fringes CABLE SPLICER $ 45.83 30+15.96 ELECTRICIAN $ 41.66 3%+15.96 ELEC0048-003 07/02/2012 CLARK, KLICKITAT AND SKAMANIA COUNTIES Rates CABLE SPLICER $ 40.75 ELECTRICIAN $ 37.05 HOURLY ZONE PAY: Fringes 18.41 18.41 Hourly Zone Pay shall be paid on jobs located outside of the free zone computed from the city center of the following listed cities: Portland, The Dalles, Hood River, Tillamook, Seaside and Astoria Zone Zone Zone Zone Zone Pay: 1: 31-50 miles $1 2: 51-70 miles $3 3: 71-90 miles $5 4: Beyond 90 miles .50/hour .50/hour .50/hour $9.00/hour *These are not miles driven. Zones are based on Delorrne Street Atlas USA 2006 plus. ELEC0048-029 07/02/2012 COWLITZ AND WAHKIAKUM COUNTY Rates Fringes CABLE SPLICER $ 40.75 15.36 ELECTRICIAN $ 37.05 15.36 ELEC0073-001 07/01/2012 ADAMS, FERRY, LINCOLN, PEND OREILLE, SPOKANE, STEVENS, WHITMAN COUNTIES Rates Fringes CABLE SPLICER $ 31.70 15.39 ELECTRICIAN $ 28.82 15.39 ELEC0076-002 09/01/2011 GRAYS HARBOR, LEWIS, MASON, PACIFIC, PIERCE, AND THURSTON COUNTIES Rates Fringes CABLE SPLICER $ 37.54 21.62 ELECTRICIAN $ 34.13 21.62 * ELEC0112-005 06/01/2012 ASOTIN, BENTON, COLUMBIA, FRANKLIN, GARFIELD, KITTITAS, WALLA WALLA, YAKIMA COUNTIES Rates Fringes CABLE SPLICER $ 38.83 ELECTRICIAN $ 36.55 15.83 16.28 ELEC0191-003 07/01/2011 ISLAND, SAN JUAN, SNOHOMISH, SKAGIT AND WHATCOM COUNTIES Rates Fringes CABLE SPLICER $ 42.91 ELECTRICIAN $ 39.01 15.39 15.39 ELEC0191-004 07/01/2011 CHELAN, DOUGLAS, GRANT AND OKANOGAN COUNTIES Rates Fringes CABLE SPLICER $ 39.28 15.24 ELECTRICIAN $ 35.71 15.24 ENGI0302-003 06/01/2011 CHELAN (WEST OF THE 120TH MERIDIAN), CLALLAM, DOUGLAS (WEST OF THE 120TH MERIDIAN), GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, KITTITAS, MASON, OKANOGAN (WEST OF THE 120TH MERIDIAN), SAN JUNA, SKAGIT, SNOHOMISH, WHATCOM AND YAKIMA (WEST OF THE 120TH MERIDIAN) COUNTIES PROJECTS: CATEGORY A PROJECTS (EXCLUDES CATEGORY B PROJECTS, AS SHOWN BELOW) Zone 1 (0-25 radius miles): Rates Fringes Power equipment operators: Group 1A $ 35.79 15.15 Group IAA $ 36.36 15.15 Group 'AAA $ 36.92 15.15 Group 1 $ 35.24 15.15 Group 2 $ 34.75 15.15 Group 3 $ 34.33 15.15 Group 4 $ 31.97 15.15 Zone Differential (Add to Zone 1 rates): Zone 2 (26-45 radius miles) - $1.00 Zone 3 (Over 45 radius miles) - $1.30 BASEPOINTS: Aberdeen, Bellingham, Bremerton, Everett, Kent, Mount Vernon, Port Angeles, Port Townsend, Seattle, Shelton, Wenatchee, Yakima POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP lAAA - Cranes -over 300 tons, or 300 ft of boom (including jib with attachments) GROUP IAA - Cranes 200 to 300 tons, or 250 ft of boom (including jib with attachments); Tower crane over 175 ft in height, base to boom GROUP 1A - Cranes, 100 tons thru 199 tons, or 150 ft of boom (including jib with attachments); Crane -overhead, bridge type, 100 tons and over; Tower crane up to 175 ft in height base to boom; Loaders -overhead, 8 yards and over; Shovels, excavator, backhoes-6 yards and over with attachments GROUP 1 - Cableway; Cranes 45 tons thru 99 tons, under 150 ft of boom (including jib with attachments); Crane -overhead, bridge type, 45 tons thru 99 tons; Derricks on building work; Excavator, shovel, backhoes over 3 yards and under 6 yards; Hard tail end dump articulating off-road equipment 45 yards and over; Loader- overhead 6 yards to, but not including 8 yards; Mucking machine, mole, tunnel, drill and/or shield; Quad 9, HD 41, D-10; Remote control operator on rubber tired earth moving equipment; Rollagon; Scrapers -self propelled 45 yards and over; Slipform pavers; Transporters, all truck or track type GROUP 2 - Barrier machine (zipper); Batch Plant Operaor- Concrete; Bump Cutter; Cranes, 20 tons thru 44 tons with attachments; Crane -overhead, bridge type -20 tons through 44 tons; Chipper; Concrete Pump -truck mount with boom attachment; Crusher; Deck Engineer/Deck Winches (power); Drilling machine; Excavator, shovel, backhoe-3yards and under; Finishing Machine, Bidwell, Gamaco and similar equipment; Guardrail punch; Horizontal/directional drill operator; Loaders -overhead under 6 yards; Loaders -plant feed; Locomotives -all; Mechanics -all; Mixers -asphalt plant; Motor patrol graders -finishing; Piledriver (other than crane mount); Roto-mill,roto-grinder; Screedman, spreader, topside operator-Blaw Knox, Cedar Rapids, Jaeger, Caterpillar, Barbar Green; Scraper -self propelled, hard tail end dump, articulating off-road equipment -under 45 yards; Subgrade trimmer; Tractors, backhoes-over 75 hp; Transfer material service machine -shuttle buggy, blaw knox-roadtec; Truck crane oiler/driver-100 tons and over; Truck Mount portable conveyor; Yo Yo Pay dozer GROUP 3 - Conveyors; Cranes-thru 19 tons with attachments; A -frame crane over 10 tons; Drill oilers -auger type, truck or crane mount; Dozers -D-9 and under; Forklift -3000 lbs. and over with attachments; Horizontal/directional drill locator; Outside hoists -(elevators and manlifts), air tuggers, strato tower bucket elevators; Hydralifts/boom trucks over 10 tons; Loader -elevating type, belt; Motor patrol grader-nonfinishing; Plant oiler- asphalt, crusher; Pumps -concrete; Roller, plant mix or multi -lift materials; Saws -concrete; Scrpers-concrete and carry -all; Service engineer -equipment; Trenching machines; Truck Crane Oiler/Driver under 100 tons; Tractors, backhoe 75 hp and under GROUP 4 - Assistant Engineer; Bobcat; Brooms; Compressor; Concrete finish mahine-laser screed; Cranes -A frame -10 tons and under; Elevator and Manlift-permanent or shaft type; Gradechecker, Stakehop; Forklifts under 3000 lbs. with attachments; Hydralifts/boom trucks, 10 tons and under; Oil distributors, blower distribution and mulch seeding operator; Pavement breaker; Posthole digger, mechanical; Power plant; Pumps, water; Rigger and Bellman; Roller -other than plant mix; Wheel Tractors, farmall type; Shotcrete/gunite equipment operator Category B Projects: 95% of the basic hourly reate for each group plus full fringe benefits applicable to category A projects shall apply to the following projects. A Reduced rates may be paid on the following: 1. Projects involving work on structures such as buildings and bridges whose total value is less than $1.5 million excluding mechanical, electrical, and utility portions of the contract. 2. Projects of less than $1 million where no building is involved. Surfacing and paving included, but utilities excluded. 3. Marine projects (docks, wharfs, etc.) less than $150,000. HANDLING OF HAZARDOUS WASTE MATERIALS: Personnel in all craft classifications subject to working inside a federally designated hazardous perimeter shall be elgible for compensation in accordance with the following group schedule relative to the level of hazardous waste as outlined in the specific hazardous waste project site safety plan. H-1 Base wage rate when on a hazardous waste site when not outfitted with protective clothing H-2 Class "C" Suit - Base wage rate plus $ .25 per hour. H-3 Class "B" Suit - Base wage rate plus $ .50 per hour. H-4 Class "A" Suit - Base wage rate plus $ .75 per hour. Zone Differential (Add to Zone 1 rates): Zone 2 (26-45 radius miles) - $ .70 Zone 3 (Over 45 radius miles) - $1.00 BASEPOINTS: Aberdeen, Bellingham, Bremerton, Everett, Kent, Mount Vernon, Port Angeles, Port Townsend, Seattle, Shelton, Wenatchee, Yakima POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP lAAA - Cranes -over 300 tons, or 300 ft of boom (including jib with attachments) GROUP 1AA - Cranes 200 to 300 tons, or 250 ft of boom (including jib with attachments); Tower crane over 175 ft in height, base to boom GROUP lA - Cranes, 100 tons thru 199 tons, or 150 ft of boom (including jib with attachments); Crane -overhead, bridge type, 100 tons and over; Tower crane up to 175 ft in height base to boom; Loaders -overhead, 8 yards and over; Shovels, excavator, backhoes-6 yards and over with attachments GROUP 1 - Cableway; Cranes 45 tons thru 99 tons, under 150 ft of boom (including jib with attachments); Crane -overhead, bridge type, 45 tons thru 99 tons; Derricks on building work; Excavator, shovel, backhoes over 3 yards and under 6 yards; Hard tail end dump articulating off-road equipment 45 yards and over; Loader- overhead.6 yards to, but not including 8 yards; Mucking machine, mole, tunnel, drill and/or shield; Quad 9, HD 41, D-10; Remote control operator on rubber tired earth moving equipment; Rollagon; Scrapers -self propelled 45 yards and over; Slipform pavers; Transporters, all truck or track type GROUP 2 - Barrier machine (zipper); Batch Plant Operaor- Concrete; Bump Cutter; Cranes, 20 tons thru 44 tons with attachments; Crane -overhead, bridge type -20 tons through 44 tons; Chipper; Concrete Pump -truck mount with boom attachment; Crusher; Deck Engineer/Deck Winches (power); Drilling machine; Excavator, shovel, backhoe -3 yards and under; Finishing Machine, Bidwell, Gamaco and similar equipment; Guardrail punch; Horizontal/directional drill operator; Loaders -overhead under 6 yards; Loaders -plant feed; Locomotives -all; Mechanics -all; Mixers -asphalt plant; Motor patrol graders -finishing; Piledriver (other than crane mount); Roto-mill,roto-grinder; Screedman, spreader, topside operator-Blaw Knox, Cedar Rapids, Jaeger, Caterpillar, Barbar Green; Scraper -self propelled, hard tail end dump, articulating off-road equipment -under 45 yards; Subgrade trimmer; Tractors, backhoes-over 75 hp; Transfer material service machine -shuttle buggy, blaw knox-roadtec; Truck crane oiler/driver-100 tons and over; Truck Mount portable conveyor; Yo Yo Pay dozer GROUP 3 - Conveyors; Cranes-thru 19 tons with attachments; A -frame crane over 10 tons; Drill oilers -auger type, truck or crane mount; Dozers -D-9 and under; Forklift -3000 lbs. and over with attachments; Horizontal/directional drill locator; Outside hoists -(elevators and manlifts), air tuggers, strato tower bucket elevators; Hydralifts/boom trucks over 10 tons; Loader -elevating type, belt; Motor patrol grader-nonfinishing; Plant oiler- asphalt, crusher; Pumps -concrete; Roller, plant mix or multi -lift materials; Saws -concrete; Scrpers-concrete and carry -all; Service engineer -equipment; Trenching machines; Truck Crane Oiler/Driver under 100 tons; Tractors, backhoe 75 hp and under GROUP 4 - Assistant Engineer; Bobcat; Brooms; Compressor; Concrete finish mahine-laser screed; Cranes -A frame -10 tons and under; Elevator and Manlift-permanent or shaft type; Gradechecker, Stakehop; Forklifts under 3000 lbs. with attachments; Hydralifts/boom trucks, 10 tons and under; Oil distributors, blower distribution and mulch seeding operator; Pavement breaker; Posthole digger, mechanical; Power plant; Pumps, water; Rigger and Bellman; Roller -other than plant mix; Wheel Tractors, farmall type; Shotcrete/gunite equipment operator CATEGORY B PROJECTS: 951,- OF THE BASIC HOURLY RATE FOR EACH GROUP PLUS FULL FRINGE BENEFITS APPLICABLE TO CATEGORY A PROJECTS SHALL APPLY TO THE FOLLOWING PROJECTS. REDUCED RATES MAY BE PAID ON THE FOLLOWING: 1. Projects involving work on structures such as buildings and bridges whose total value is less than $1.5 million excluding mechanical, electrical, and utility portions of the contract. 2. Projects of less involved. Surfacing utilities excluded. 3. Marine projects than $1 million where no building is and paving including, but (docks, wharfs, ect.) less than $150,000. HANDLING OF HAZARDOUS WASTE MATERIALS: Personnel in all craft classifications subject to working inside a federally designed hazardous perimeter shall be elgible for compensation in accordance with the following group schedule relative to the level of hazardous waste as outlined in the specific hazardous waste project site safety plan. H-1 Base wage rate when on a hazardous waste site when not outfitted with protective clothing. H-2 Class "C" Suit - Base wage rate plus $.25 per hour. H-3 Class "B" Suit - Base wage rate plus $.50 per hour. H-4 Class "A" Suit - Base wage rate plus $.75 per hour. ENGI0370-002 06/01/2011 ADAMS, ASOTIN, BENTON, CHELAN (EAST OF THE 120TH MERIDIAN), COLUMBIA, DOUGLAS (EAST OF THE 120TH MERIDIAN), FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN (EAST OF THE 120TH MERIDIAN), PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMA (EAST OF THE 120TH MERIDIAN) COUNTIES ZONE 1: Rates Fringes Power equipment operators: GROUP 1A $ 24.41 12.05 GROUP 1 $ 24.76 12.05 GROUP 2 $ 25.08 12.05 GROUP 3 $ 25.69 12.05 GROUP 4 $ 25.85 12.05 GROUP 5 $ 26.01 12.05 GROUP 6 $ 26.29 12.05 GROUP 7 $ 26.56 12.05 GROUP 8 $ 27.66 12.05 ZONE DIFFERENTIAL (Add to Zone 1 rate): Zone 2 - $2.00 Zone 1: Within 45 mile radius of Spokane, Pasco, Washington; Lewiston, Idaho Zone 2: Outside 45 mile radius of Spokane, Pasco, Washington; Lewiston, Idaho POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1A: Boat Operator; Crush Feeder; Oiler; Steam Cleaner GROUP 1: Bit Grinders; Bolt Threading Machine; Compressors (under 2000 CFM, gas, diesel, or electric power); Deck Hand; Drillers Helper (Assist driller in making drill rod connections, service drill engine and air compressor, repair drill rig and drill tools, drive drill support truck to and on the job site, remove drill cuttings from around bore hole and inspect drill rig while in operation); Fireman & Heater Tender; Hydro -seeder, Mulcher, Nozzleman; Oiler Driver, & Cable Tender, Mucking Machine; Pumpman; Rollers, all types on subgrade, including seal and chip coatings (farm type, Case, John Deere & similar, or Compacting Vibrator), except when pulled by Dozer with operable blade; Welding Machine; Crane Oiler -Driver (CLD required) & Cable Tender, Mucking Machine GROUP 2: A -frame Truck (single drum); Assistant Refrigeration Plant (under 1000 ton); Assistant Plant Operator, Fireman or Pugmixer (asphalt); Bagley or Stationary Scraper; Belt Finishing Machine; Blower Operator (cement); Cement Hog; Compressor (2000 CFM or over, 2 or more, gas diesel or electric power); Concrete Saw (multiple cut); Distributor Leverman; Ditch Witch or similar; Elevator Hoisting Materials; Dope Pots (power agitated); Fork Lift or Lumber Stacker, hydra -lift & similar; Gin Trucks (pipeline); Hoist, single drum; Loaders (bucket elevators and conveyors); Longitudinal Float; Mixer (portable -concrete); Pavement Breaker, Hydra -Hammer & similar; Power Broom; Railroad Ballast Regulation Operator (self-propelled); Railroad Power Tamper Operator (self-propelled); Railroad Tamper Jack Operator (self-propelled; Spray Curing Machine (concrete); Spreader Box (self-propelled); Straddle Buggy (Ross & similar on construction job only); Tractor (Farm type R/T with attachment, except Backhoe); Tugger Operator GROUP 3: A -frame Truck (2 or more drums); Assistant Refrigeration Plant & Chiller Operator (over 1000 ton); Backfillers (Cleveland & similar); Batch Plant & Wet Mix Operator, single unit (concrete); Belt -Crete Conveyors with power pack or similar; Belt Loader (Kocal or similar); Bending Machine; Bob Cat (Skid Steer); Boring Machine (earth); Boring Machine (rock under 8 inch bit) (Quarry Master, Joy or similar); Bump Cutter (Wayne, Saginau or similar); Canal Lining Machine (concrete); Chipper (without crane); Cleaning & Doping Machine (pipeline); Deck Engineer; Elevating Belt -type Loader (Euclid, Barber Green & similar); Elevating Grader -type Loader (Dumor, Adams or similar); Generator Plant Engineers (diesel or electric); Gunnite Combination Mixer & Compressor; Locomotive Engineer; Mixermobile; Mucking Machine; Posthole Auger or Punch; Pump (grout or jet); Soil Stabilizer (P & H or similar); Spreader Machine; Dozer/Tractor (up to D-6 or equivalent) and Traxcavator; Traverse Finish Machine; Turnhead Operator GROUP 4: Concrete Pumps (squeeze-crete, flow-crete, pump- crete, Whitman & similar); Curb Extruder (asphalt or concrete); Drills (churn, core, calyx or diamond); Equipment Serviceman; Greaser & Oiler; Hoist (2 or more drums or Tower Hoist); Loaders (overhead & front-end, under 4 yds. R/T); Refrigeration Plant Engineer (under 1000 ton); Rubber -tired Skidders (R/T with or without attachments); Surface Heater & Plant Machine; Trenching Machines (under 7 ft. depth capacity); Turnhead (with re -screening); Vacuum Drill (reverse circulation drill under 8 inch bit) GROUP 5: Backhoe (under 45,000 gw); Backhoe & Hoe Ram (under 3/4 yd.); Carrydeck & Boom Truck (under 25 tons); Cranes (25 tons & under), all attachments including clamshell, dragline; Derricks & Stifflegs (under 65 tons); Drilling Equipment(8 inch bit & over) (Robbins, reverse circulation & similar); Hoe Ram; Piledriving Engineers; Paving (dual drum); Railroad Track Liner Operaotr (self-propelled); Refrigeration Plant Engineer (1000 tons & over); Signalman (Whirleys, Highline Hammerheads or similar); Grade Checker GROUP 6: Asphalt Plant Operator; Automatic Subgrader (Ditches & Trimmers)(Autograde, ABC, R.A. Hansen & similar on grade wire); Backhoe (45,000 gw and over to 110,000 gw); Backhoes & Hoe Ram (3/4 yd. to 3 yd.); Batch Plant (over 4 units); Batch & Wet Mix Operator (multiple units, 2 & incl. 4); Blade Operator (motor patrol & attachments); Cable Controller (dispatcher); Compactor (self-propelled with blade); Concrete Pump Boom Truck; Concrete Slip Form Paver; Cranes (over 25 tons, to and including 45 tons), all attachments including clamshell, dragline; Crusher, Grizzle & Screening Plant Operator; Dozer, 834 R/T & similar; Drill Doctor; Loader Operator (front-end & overhead, 4 yds. incl. 8 yds.); Multiple Dozer Units with single blade; Paving Machine (asphalt and concrete); Quad -Track or similar equipment; Rollerman (finishing asphalt pavement); Roto Mill (pavement grinder); Scrapers, all, rubber -tired; Screed Operator; Shovel(under 3 yds.); Trenching Machines (7 ft. depth & over); Tug Boat Operator Vactor guzzler, super sucker; Lime Batch Tank Operator (REcycle Train); Lime Brain Operator (Recycle Train); Mobile Crusher Operator (Recycle Train) GROUP 7: Backhoe (over 110,000 gw); Backhoes & Hoe Ram (3 yds & over); Blade (finish & bluetop) Automatic, CMI, ABC, Finish Athey & Huber & similar when used as automatic; Cableway Operators; Concrete Cleaning/Decontamination machine operator; Cranes (over 45 tons to but not including 85 tons), all attachments including clamshell and dragine; Derricks & Stiffleys (65 tons & over); Elevating Belt (Holland type); Heavy equipment robotics operator; Loader (360 degrees revolving Koehring Scooper or similar); Loaders (overhead & front-end, over 8 yds. to 10 yds.); Rubber -tired Scrapers (multiple engine with three or more scrapers); Shovels (3 yds. & over); Whirleys & Hammerheads, ALL; H.D. Mechanic; H.D. Welder; Hydraulic Platform Trailers (Goldhofer, Shaurerly andSimilar); Ultra High Pressure Wateriet Cutting Tool System Operator (30,000 psi); Vacuum Blasting Machine Operator GROUP 8: Cranes (85 tons and over, and all climbing, overhead, rail and tower), all attachments including clamshell, dragline; Loaders (overhead and front-end, 10 yards and over); Helicopter Pilot BOOM PAY: (All Cranes, Including Tower) 180 ft to 250 ft $ .50 over scale Over 250 ft $ .80 over scale NOTE: In computing the length of the boom on Tower Cranes, they shall be measured from the base of the Tower to the point of the boom. HAZMAT: Anyone working on HAZMAT jobs, working with supplied air shall receive $1.00 an hour above classification. ENGI0612-006 06/01/2011 LEWIS,PIERCE, PACIFIC (portion lying north of a parallel line extending west from the northern boundary of Wahkaikum County to the sea) AND THURSTON COUNTIES ON PROJECTS DESCRIBED IN FOOTNOTE A BELOW, THE RATE FOR EACH GROUP SHALL BE 90% OF THE BASE RATE PLUS FULL FRINGE BENEFITS. ON ALL OTHER WORK, THE FOLLOWING RATES APPLY. Zone 1 (0-25 radius miles): Rates Fringes Power equipment operators: GROUP 1A $ 35.79 15.15 GROUP IAA $ 36.36 15.15 GROUP lAAA $ 36.92 15.15 GROUP 1 $ 35.24 15.15 GROUP 2 $ 34.75 15.15 GROUP 3 $ 34.33 15.15 GROUP 4 $ 31.97 15.15 Zone Differential (Add to Zone 1 rates): Zone 2 (26-45 radius miles) = $ .70 Zone 3 (Over 45 radius miles) - $1.00 BASEPOINTS: CENTRALIA, OLYMPIA, TACOMA POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1 AAA - Cranes -over 300 tons or 300 ft of boom (including jib with attachments) GROUP IAA - Cranes- 200 tonsto 300 tons, or 250 ft of boom (including jib with attachments; Tower crane over 175 ft in height, bas to boom GROUP 1A - Cranes, 100 tons thru 199 tons, or 150 ft of boom (including jib with attachments); Crane -overhead, bridge type, 100 tons and over; Tower crane up to 175 ft in height base to boom; Loaders -overhead, 8 yards and over; Shovels, excavator, backhoes-6 yards and over with attachments GROUP 1 - Cableway; Cranes 45 tons thru 99 tons under 150 ft of boom (including jib with attachments); Crane -overhead, bridge type, 45 tons thru 99 tons; Derricks on building work; Excavator, shovel, backhoes over 3 yards and under 6 yards; Hard tail end dump articulating off-road equipment 45 yards and over; Loader- overhead, 6 yards to, but not including, 8 yards; Mucking machine, mole, tunnel, drill and/or shield; Quad 9 HD 41, D-10; Remote control operator on rubber tired earth moving equipment; Rollagon; Scrapers - self -propelled 45 yards and over; Slipform pavers; Transporters, all track or truck type GROUP 2 - Barrier machine (zipper); Batch Plant Operator - concrete; Bump Cutter; Cranes, 20 tons thru 44 tons with attachments; Crane -Overhead, bridge type, 20 tons through 44 tons; Chipper; Concrete pump -truck mount with boom attachment; Crusher; Deck engineer/deck winches (power); Drilling machine; Excavator, shovel, backhoe -3 yards and under; Finishing machine, Bidwell, Gamaco and similar equipment; Guardrail punch; Loaders, overhead under 6 yards; Loaders -plant feed; Locomotives -all; Mechanics- all; Mixers, asphalt plant; Motor patrol graders, finishing; Piledriver (other than crane mount); Roto -mill, roto - grinder; Screedman, spreader, topside operator-Blaw Knox, Cedar Rapids, Jaeger, Caterpillar, Barbar Green; Scraper -self- propelled, hard tail end dump, articulating off-road equipment- under 45 yards; Subgrader trimmer; Tractors, backhoe over 75 hp; Transfer material service machine -shuttle buggy, Blaw Knox- Roadtec; Truck Crane oiler/driver-100 tons and over; Truck Mount Portable Conveyor; Yo Yo pay GROUP 3 - Conveyors; Cranes through 19 tons with attachments; Crane -A -frame over 10 tons; Drill oilers -auger type, truck or crane mount; Dozer -D-9 and under; Forklift -3000 lbs. and over with attachments; Horizontal/directional drill locator; Outside Hoists -(elevators and manlifts), air tuggers, strato tower bucket elevators; Hydralifts/boom trucks over 10 tons; Loaders -elevating type, belt; Motor patrol grader-nonfinishing; Plant oiler- asphalt, crusher; Pump -Concrete; Roller, plant mix or multi-lfit materials; Saws -concrete; Scrapers, concrete and carry all; Service engineers -equipment; Trenching machines; Truck crane oiler/driver under 100 tons; Tractors, backhoe under 75 hp GROUP 4 - Assistant Engineer; Bobcat; Brooms; Compressor; Concrete Finish Machine -laser screed; Cranes A -frame 10 tons and under; Elevator and manlift (permanent and shaft type); Forklifts -under 3000 lbs. with attachments; Gradechecker, stakehop; Hydralifts/boom trucks, 10 tons and under; Oil distributors, blower distribution and mulch seeding operator; Pavement breaker; Posthole digger -mechanical; Power plant; Pumps -water; Rigger and Bellman; Roller -other than plant mix; Wheel Tractors, farmall type; Shotcrete/gunite equipment operator FOOTNOTE A- Reduced rates may be paid on the following: 1. Projects involving work on structures such as buildings and bridges whose total value is less than $1.5 million excluding mechanical, electrical, and utility portions of the contract. 2. Projects of less than $1 million where no building is involved. Surfacing and paving included, but utilities excluded. 3. Marine projects (docks, wharfs, etc.) less than $150,000. HANDLING OF HAZARDOUS WASTE MATERIALS: Personnel in all craft classifications subject to working inside a federally designated hazardous perimeter shall be elgible for compensation in accordance with the following group schedule relative to the level of hazardous waste as outlined in the specific hazardous waste project site safety plan. H-1 Base wage rate when on a hazardous waste site when not outfitted with protective clothing H-2 Class "C" Suit - Base wage rate plus $ .25 per hour. H-3 Class "B" Suit - Base wage rate plus $ .50 per hour. H-4 Class "A" Suit - Base wage rate plus $ .75 per hour. * ENG10701-002 01/01/2013 CLARK, COWLITZ, KLICKKITAT, PACIFIC (SOUTH), SKAMANIA, AND WAHKIAKUM COUNTIES POWER RQUIPMENT OPERATORS: ZONE 1 Rates Fringes Power equipment operators: (See Footnote A) GROUP 1 $ 37.63 13.55 GROUP 1A $ 39.51 13.55 GROUP 1B $ 41.39 13.55 GROUP 2 $ 35.97 13.55 GROUP 3 $ 34.96 13.55 GROUP 4 $ 34.00 13.55 GROUP 5 $ 32.88 13.55 GROUP 6 $ 29.84 13.55 Zone Differential (add to Zone 1 rates): Zone 2 - $3.00 Zone 3 - $6.00 For the following metropolitan counties: MULTNOMAH; CLACKAMAS; MARION; WASHINGTON; YAMHILL; AND COLUMBIA; CLARK; AND COWLITZ COUNTY, WASHINGTON WITH MODIFICATIONS AS INDICATED: All jobs or projects located in Multnomah, Clackamas and Marion Counties, West of the western boundary of Mt. Hood National Forest and West of Mile Post 30 on Interstate 84 and West of Mile Post 30 on State Highway 26 and West of Mile Post 30 on Highway 22 and all jobs or projects located in Yamhill County, Washington County and Columbia County and all jobs or porjects located in Clark & Cowlitz County, Washington except that portion of Cowlitz County in the Mt. St. Helens "Blast Zone" shall receive Zone I pay for all classifications. All jobs or projects located in the area outside the identified boundary above, but less than 50 miles from the Portland City Hall shall receive Zone II pay for all classifications. All jobs or projects located more than 50 miles from the Portland City Hall, but outside the identified border above, shall receive Zone III pay for all classifications. For the following cities: ALBANY; BEND; COOS BAY; EUGENE; GRANTS PASS; KLAMATH FALLS; MEDFORD; ROSEBURG All jobs or projects located within 30 miles of the respective city hall o -f 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, Dil, and similar type; Bulldozere Robotic Equipment (any type; CONCRETE: Batch Plant and/or Wet Mix Operator, one and two drum; Automatic Concrete Slip Form Paver Operator; Concrete Canal Line Operator; Concrete Profiler, Diamond Head; CRANE: Cableway Operator, 25 tons and over; HYDRAULIC CRANE: Hydraulic crane operator 90 tons through 199 tons (without luffing or tower attachment); TOWER/WHIRLEY OPERATOR: Tower Crane Operator; Whirley Operator, under 90 tons; LATTICE BOOM CRANE: 90 through 199 tons and/or 150 to 200 feet boom; CRUSHER: Crusher Plant Operator; FLOATING EQUIPMENT: Floating Clamshell, etc.operator, 3 cu. yds. and over; Floating Crane (derrick barge) Operator, 30 tons but less than 150 tons; LOADERS: Loader operator, 120,000 lbs. and above; REMOTE CONTROL: Remote controlled earth -moving equipment; RUBBER -TIRED SCRAPERS: Rubber - tired scraper operator, with tandem scrapers, multi -engine; SHOVEL, DRAGLINE, CLAMSHELL, SKOOPER OPERATOR: Shovel, Dragline, Clamshell, operator 5 cu. yds and over; TRENCHING MACHINE: Wheel Excavator, under 750 cu. yds. per hour (Grade Oiler required); Canal Trimmer (Grade Oiler required); Wheel Excavator, over 750 cu. yds. per hour; Band Wagon (in conjunction with wheel excavator); UNDERWATER EQUIPMENT: Underwater Equipment Operator, remote or otherwise; HYDRAULIC HOES -EXCAVATOR: Excavator over 130,000 lbs.; HYDRAULIC CRANE: Hydraulic crane operator, 50 tons through 89 tons (with luffing or tower attachment); GROUP 3: BULLDOZERS: Bulldozer operator, over 70,000 lbs. up to and including 120,000 lbs.; HYDRAULIC CRANE: Hydraulic crane operator, 50 tons through 89 tons (without luffing or tower attachment); LATTICE BOOM CRANES: Lattice Boom Crane -50 through 89 tons (and less than 150 feet boom); FORKLIFT: Rock Hound Operator; HYDRAULIC HOES -EXCAVATOR: excavator over 80,000 lbs. through 130,000 lbs.; LOADERS: Loader operator 60,000 and less than 120,000; RUBBER -TIRED SCRAPERS: Scraper Operator, with tandem scrapers; Self -loading, paddle wheel, auger type, finish and/or 2 or more units; SHOVEL, DRAGLINE, CLAMSHELL,SKOOPER OPERATOR: Shovel, Dragline, Clamshell operators 3 cu. yds. but less than 5 cu yds. GROUP 4: ASPHALT: Screed Operator; Asphalt Paver operator (screeman required); BLADE: Blade operator; Blade operator, finish; Blade operator, externally controlled by electronic, mechanical hydraulic means; Blade operator, multi -engine; BULLDOZERS: Bulldozer Operator over 20,000 lbs and more than 100 horse up to 70,000 lbs; Drill Cat Operator; Side -boom Operator; Cable -Plow Operator (any type); CLEARING: Log Skidders; Chippers; Incinerator; Stump Splitter (loader mounted or similar type); Stump Grinder (loader mounted or similar type; Tub Grinder; Land Clearing Machine (Track mounted forestry mowing & grinding machine); Hydro Axe (loader mounted or similar type); COMPACTORS SELF-PROPELLED: Compactor Operator, with blade; Compactor Operator, multi-engine; Compactor Operator, robotic; CONCRETE: Mixer Mobile Operator; Screed Operator; Concrete Cooling Machine Operator; Concrete Paving Road Mixer; Concrete Breaker; Reinforced Tank Banding Machine (K-17 or similar types); Laser Screed; CRANE: Chicago boom and similar types; Lift Slab Machine Operator; Boom type lifting device, 5 ton capacity or less; Hoist Operator, two (2) drum; Hoist Operator, three (3) or more drums; Derrick Operator, under 100 ton; Hoist Operator, stiff leg, guy derrick or similar type, 50 ton and over; Cableway Operator up to twenty (25) ton; Bridge Crane Operator, Locomotive, Gantry, Overhead; Cherry Picker or similar type crane; Carry Deck Operator; Hydraulic Crane Operator, under 50 tons; LATTICE BOOM CRANE OPERATOR: Lattice Boom Crane Operator, under 50 tons; CRUSHER: Generator Operator; Diesel-Electric Engineer; Grizzley Operator; Drill Doctor; Boring Machine Operator; Driller-Percussion, Diamond, Core, Cable, Rotary and similar type; Cat Drill (John Henry); Directional Drill Operator over 20,000 lbs pullback; FLOATING EQUIPMENT: Diesel-electric Engineer; Jack Operator, elevating barges, Barge Operator, self- unloading; Piledriver Operator (not crane type) (Deckhand required); Floating Clamshelll, etc. Operator, under 3 cu. yds. (Fireman or Diesel-Electric Engineer required); Floating Crane (derrick barge) Operator, less than 30 tons; GENERATORS: Generator Operator; Diesel-electric Engineer; GUARDRAIL EQUIPMENT: Guardrail Punch Operator (all types); Guardrail Auger Operator (all types); Combination Guardrail machines, i.e., punch auger, etc.; HEATING PLANT: Surface Heater and Planer Operator; HYDRAULIC HOES EXCAVATOR: Robotic Hydraulic backhoe operator, track and wheel type up to and including 20,0000 lbs. with any or all attachments; Excavator Operator over 20,000 lbs through 80,000 lbs.; LOADERS: Belt Loaders, Kolman and Ko Cal types; Loaders Operator, front end and overhead, 25,000 lbs and less than 60,000 lbs; Elevating Grader Operator by Tractor operator, Sierra, Euclid or similar types; PILEDRIVERS: Hammer Operator; Piledriver Operator (not crane type); PIPELINE, SEWER WATER: Pipe Cleaning Machine Operator; Pipe Doping Machine Operator; Pipe Bending Machine Operator; Pipe Wrapping Machine Operator; Boring Machine Operator; Back Filling Machine Operator; REMOTE CONTROL: Concrete Cleaning Decontamination Machine Operator; Ultra High Pressure Water Jet Cutting Tool System Operator/Mechanic; Vacuum Blasting Machine Operator/mechanic; REPAIRMEN, HEAVY DUTY: Diesel Electric Engineer (Plant or Floating; Bolt Threading Machine operator.; Drill Doctor (Bit Grinder); H.D. Mechanic; Machine Tool Operator; RUBBER-TIRED SCRAPERS: Rubber-tired Scraper Operator,single engine, single scraper; Self-loading, paddle wheel, auger type under 15 cu. yds.; Rubber-tired Scraper Operator, twin engine; Rubber-tired Scraper Operator, with push- ull attachments; Self Loading, paddle wheel, auger type 15 cu. yds. and over, single engine; Water pulls, water wagons; SHOVEL, DRAGLINE, CLAMSHELL, SKOOPER OPERATOR: Diesel Electric Engineer; Stationay Drag Scraper Operator; Shovel, Dragline, Clamshell, Operator under 3 cy yds.; Grade -all Operator; SURFACE (BASE) MATERIAL: Blade mounted spreaders, Ulrich and similar types; TRACTOR-RUBBERED TIRED: Tractor operator, rubber -tired, over 50 hp flywheel; Tractor operator, with boom attachment; Rubber -tired dozers and pushers (Michigan, Cat, Hough type); Skip Loader, Drag Box; TRENCHING MACHINE: Trenching Machine operator, digging capacity over 3 ft depth; Back filling machine operator; TUNNEL: Mucking machine operator GROUP 5: ASPHALT: Extrusion Machine Operator; Roller Operator (any asphalt mix); Asphalt Burner and Reconditioner Operator (any type); Roto -Mill, pavement profiler, ground man; BULLDOZERS: Bulldozer operator, 20,000 lbs. or less or 100 horse or less; COMPRESSORS: Compressor Operator (any power), over 1,250 cu. ft. total capacity; COMPACTORS: Compactor Operator, including vibratory; Wagner Pactor Operator or similar type (without blade); CONCRETE: Combination mixer and Compressor Operator, gunite work; Concrete Batch Plant Quality Control Operator; Beltcrete Operator; Pumperete Operator (any type); Pavement Grinder and/or Grooving Machine Operator (riding type); Cement Pump Operator, Fuller -Kenyon and similar; Concrete Pump Operator; Grouting Machine Operator; Concrete mixer operator, single drum, under (5) bag capacity; Cast in place pipe laying machine; maginnis Internal Full slab vibrator operator; Concrete finishing mahine operator, Clary, Johnson, Bidwell,- Burgess Bridge deck or similar type; Curb Machine Operator, mechanical Berm, Curb and/or Curb and Gutter; Concrete Joint Machine Operator; Concrete Planer Operator; Tower Mobile Operator; Power Jumbo Operator setting slip forms in tunnels; Slip Form Pumps, power driven hydraulic lifting device for concrete forms; Concrete Paving Machine Operator; Concrete Finishing Machine Operator; Concrete Spreader Operator; CRANE: Helicopter Hoist Operator; Hoist Operator, single drum; Elevator Operator; A -frame Truck Operator, Double drum; Boom Truck Operator; HYDRAULIC CRANE OPERATOR: Hydraulic Boom Truck, Pittman; DRILLING: Churm Drill and Earth Boring Machine Operator; Vacuum Truck; Directional Drill Operator over 20,000 lbs pullback; FLOATING EQUIPMENT: Fireman; FORKLIFT: Fork Lift, over 10 ton and/or robotic; HYDRAULIC HOES EXCAVATORS: Hydraulic Backhoe Operator, wheel type (Ford, John Deere, Case type); Hydraulic Backhoe Operator track type up to and including 20,000 lbs.; LOADERS: Loaders, rubber- tired type, less than 25,000 lbs; Elevating Grader Operator, Tractor Towed requiring Operator or Grader; Elevating loader operator, Athey and similar types; OILERS: Service oiler (Greaser); PIPELINE -SEWER WATER: Hydra hammer" or simialr types; Pavement Breaker Operator; PUMPS: Pump Operator, more than 5 (any size); Pot Rammer Operator; RAILROAD EQUIPMENT: Locomotive Operator, under 40 tons; Ballast Regulator Operator; Ballast Tamper Multi -Purpose Operator; Track Liner Operator; Tie Spacer Operator; Shuttle Car Operator; Locomotive Operator, 40 tons and over; MATERIAL HAULRS: Cat wagon DJBs Volvo similar types; Conveyored material hauler; SURFACING (BASE) MATERIAL: Rock Spreaders, self-propelled; Pulva-mixer or similar types; Chiip Spreading machine operator; Lime spreading operator, construction job siter; SWEEPERS: Sweeper operator (Wayne type) self-propelled construction job site; TRACTOR -RUBBER TIRED: Tractor operator, rubber -tired, 50 hp flywheel and under; Trenching machine operator, maximum digging capacity 3 ft depth; TUNNEL: Dinkey GROUP 6: ASPHALT: Plant Oiler; Plant Fireman; Pugmill Operator (any type); Truck mounted asphalt spreader, with screed; COMPRESSORS: Compressor Operator (any power), under 1,250 cu. ft. total capacity; CONCRETE: Plant Oiler, Assistant Conveyor Operator; Conveyor Operator; Mixer Box Operator (C.T.B., dry batch, etc.); Cement Hog Operator; Concrete Saw Operator; Concrete Curing Machine Operator (riding type); Wire Mat or Brooming Machine Operator; CRANE: Oiler; Fireman, all equipment; Truck Crane Oiler Driver; A -frame Truck Operator, single drum; Tugger or Coffin Type Hoist Operator; CRUSHER: Crusher Oiler; Crusher Feederman; CRUSHER: Crusher oiler; Crusher feederman; DRILLING: Drill Tender; Auger Oiler; FLOATING EQUIPMENT: Deckhand; Boatman; FORKLIFT: Self-propelled Scaffolding Operator, construction job site (exclduing working platform); Fork Lift or Lumber Stacker Operator, construction job site; Ross Carrier Operator, construction job site; Lull Hi -Lift Operator or Similar Type; GUARDRAIL EQUIPMENT: Oiler; Auger Oiler; Oiler, combination guardrail machines; Guardrail Punch Oiler; HEATING PLANT: Temporary Heating Plant Operator; LOADERS: Bobcat, skid steer (less than 1 cu yd.); Bucket Elevator Loader Operator, BarberGreene and similar types; OILERS: Oiler; Guardrail Punch Oiler; Truck Crane Oiler -Driver; Auger Oiler; Grade Oiler, required to check grade; Grade Checker; Rigger; PIPELINE -SEWER WATER: Tar Pot Fireman; Tar Pot Fireman (power agitated); PUMPS: Pump Operator (any power); Hydrostatic Pump Operator; RAILROAD EQUIPMENT: Brakeman; Oiler; Switchman; Motorman; Ballast Jack Tamper Operator; 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 IRON0014-005 01/01/2012 ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND ORIELLE, SPOKANE, STEVENS, WALLA WALLA AND WHITMAN COUNTIES Rates Fringes IRONWORKER $ 31.35 20.10 IRON0029-002 01/01/2012 CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA, AND WAHKAIKUM COUNTIES Rates Fringes IRONWORKER $ 33.87 20.10 IRON0086-002 07/01/2012 YAKIMA, KITTITAS AND CHELAN COUNTIES Rates IRONWORKER $ 31.35 Fringes 20.10 IRON0086-004 01/01/2012 CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PIERCE, SKAGIT, SNOHOMISH, THURSTON, AND WHATCOM COUNTIES Rates Fringes IRONWORKER $ 37.89 20.10 LAB00001-002 06/01/2009 ZONE 1: Rates Fringes Laborers: CALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PACIFIC (NORTH OF STRAIGHT LINE MADE BY EXTENDING THE NORTH BOUNDARY WAHKIAKUM COUNTY WEST TO THE PACIFIC OCEAN), PIERCE, SAN JUAN,SKAGIT, SNOHOMISH,THURSTON AND WHATCOM COUNTIES COUNTIES GROUP 1 $ 21.77 9.07 GROUP 2 $ 24.86 9.07 GROUP 3 $ 30.96 9.07 GROUP 4 $ 31.70 9.07 GROUP 5 $ 32.21 9.07 CHELAN, DOUGLAS (WEST OF THE 120TH MERIDIAN), KITTITAS AND YAKIMA COUNTIES GROUP 1 $ 17.95 9.07 GROUP 2 $ 20.58 9.07 144 GROUP 3 $ 22.54 9.07 GROUP 4 $ 23.09 9.07 GROUP 5 $ 23.48 9.07 BASE POINTS: BELLINGHAM, MT. VERNON, EVERETT, SEATTLE, KENT, TACOMA, OLYMPIA, CENTRALIA, ABERDEEN, SHELTON, PT. TOWNSEND, PT. ANGELES, AND BREMERTON ZONE 1 - Projects within 25 radius miles of the respective city hall ZONE 2 - More than 25 but less than 45 radius miles from the respective city hall ZONE 3 - More than 45 radius miles from the respective city hall ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES): ZONE 2 - $1.00 ZONE 3 - $1.30 BASE POINTS: CHELAN, SUNNYSIDE, WENATCHEE, AND YAKIMA ZONE 1 - Projects within 25 radius miles of the respective city hall ZONE 2 - More than 25 radius miles from the respective city hall ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES): ZONE 2 - $2.25 LABORERS CLASSIFICATIONS GROUP 1: Landscaping and Planting; Watchman; Window Washer/Cleaner (detail clean-up, such as but not limited to cleaning floors, ceilings, walls, windows, etc., prior to final acceptance by the owner) GROUP 2: Batch Weighman; Crusher Feeder; Fence Laborer; Flagman; Pilot Car GROUP 3: General Laborer; Air, Gas, or Electric Vibrating Screed; Asbestos Abatement Laborer; Ballast Regulator Machine; Brush Cutter; Brush Hog Feeder; Burner; Carpenter Tender; Cement Finisher Tender; Change House or Dry Shack; Chipping Gun (under 30 lbs.); Choker Setter; Chuck Tender; Clean-up Laborer; Concrete Form Stripper; Curing Laborer; Demolition (wrecking and moving including charred material); Ditch Digger; Dump Person; Fine Graders; Firewatch; Form Setter; Gabian Basket Builders; Grout Machine Tender; Grinders; Guardrail Erector; Hazardous Waste Worker (Level C: uses a chemical "splash suit" and air purifying respirator); 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: uses same respirator protection as Level A. A supplied air line is provided in conjunction with a chemical "splash suit"); High Scaler; Jackhammer; Laserbeam Operator; Manhole Builder-Mudman; Nozzleman (concrete pump, green cutter when using combination of high pressure air and water on concrete and rock, sandblast, gunite, shotcrete, water blaster, vacuum blaster); Pavement Breaker; Pipe Layer and Caulker; Pipe Pot Tender; Pipe Reliner (not insert type); Pipe Wrapper; Power Jacks; Railroad Spike Puller -Power; Raker -Asphalt; Rivet Buster; Rodder; Sloper (over 20 ft); Spreader (concrete); Tamper and Similar electric, air and glas operated tool; Timber Person -sewer (lagger shorer and cribber); Track Liner Power; Tugger Operator; Vibrator; Well Point Laborer GROUP 5: Caisson Worker; Miner; Mortarman and Hodcarrier; Powderman; Re-Timberman; Hazardous Waste Worker (Level A: utilizes a fully encapsulated suit with a self-contained breathing apparatus or a supplied air line). LABO0238-004 06/01/2012 PASCO AREA: ADAMS, BENTON, COLUMBIA,DOUGLAS (East of 120th Meridian), FERRY, FRANKLIN, GRANT, OKANOGAN, WALLA WALLA SPOKANE AREA: ASOTIN, GARFIELD, LINCOLN, PEND OREILLE, SPOKANE, STEVENS & WHITMAN COUNTIES Rates Fringes LABORER (PASCO) GROUP 1 $ 21.71 10.30 GROUP 2 $ 23.81 10.30 GROUP 3 $ 24.08 10.30 GROUP 4 $ 24.35 10.30 GROUP 5 $ 24.63 10.30 LABORER (SPOKANE) GROUP 1 $ 21.41 10.30 GROUP 2 $ 23.51 10.30 GROUP 3 $ 23.78 10.30 GROUP 4 $ 24.05 10.30 GROUP 5 $ 24.33 10.30 Zone Differential (Add to Zone 1 rate): $2.00 BASE POINTS: Spokane, Pasco, Lewiston Zone 1: 0-45 radius miles from the main post office. Zone 2: 45 radius miles and over from the main post office. LABORERS CLASSIFICATIONS GROUP 1: Flagman; Landscape Laborer; Scaleman; Traffic Control Maintenance Laborer (to include erection and maintenance of barricades, signs and relief of flagperson); Window Washer/Cleaner (detail cleanup, such as, but not limited to cleaning floors, ceilings, walls, windows, etc. prior to final acceptance by the owner) GROUP 2: Asbestos Abatement Worker; Brush Hog Feeder; Carpenter Tender; Cement Handler; Clean-up Laborer; Concrete Crewman (to include stripping of forms, hand operating jacks on slip form construction, application of concrete curing compounds, pumperete machine, signaling, handling the nozzle of squeezcrete or similar machine,6 inches and smaller); Confined Space Attendant; Concrete Signalman; Crusher Feeder; Demolition (to include clean-up, burning, loading, wrecking and salvage of all material); Dumpman; Fence Erector; Firewatch; Form Cleaning Machine Feeder, Stacker; General Laborer; Grout Machine Header Tender; Guard Rail (to include guard rails, guide and reference posts, sign posts, and right-of-way markers); Hazardous Waste Worker, Level D (no respirator is used and skin protection is minimal); Miner, Class "A" (to include all bull gang, concrete crewman, dumpman and pumperete crewman, including distributing pipe, assembly & dismantle, and nipper); Nipper; Riprap Man; Sandblast Tailhoseman; Scaffold Erector (wood or steel); Stake Jumper; Structural Mover (to include separating foundation, preparation, cribbing, shoring, jacking and unloading of structures); Tailhoseman (water nozzle); Timber Bucker and Faller (by hand); Track Laborer (RR); Truck Loader; Well -Point Man; All Other Work Classifications Not Specially Listed Shall Be Classified As General Laborer 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 LA300238-006 06/01/2012 COUNTIES EAST OF THE 120TH MERIDIAN: ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND OREILLE, STEVENS, SPOKANE, WALLA WALLA, WHITMAN Rates Fringes Hod Carrier $ 23.78 10.30 LAB00335-001 06/01/2012 CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH OF A STRAIGHT LINE MADE BY EXTENDING THE NORTH BOUNDARY LINE OF WAHKIAKUM COUNTY WEST TO THE PACIFIC OCEAN), SKAMANIA AND WAHKIAKUM COUNTIES Rates Fringes Laborers: ZONE 1: GROUP 1 $ 28.24 9.70 GROUP 2 $ 28.84 9.70 GROUP 3 $ 29.28 9.70 GROUP 4 $ 29.66 9.70 GROUP 5 $ 25.74 9.70 GROUP 6 $ 23.32 9.70 GROUP 7 $ 20.12 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: GOLDENDALE, LONGVIEW, AND VANCOUVER ZONE 1: Projects within 30 miles ZONE 2: More than 30 miles but respective city hall. ZONE 3: More than 40 miles but respective city hall. ZONE 4: More than 50 miles but respective city hall. ZONE 5: More than 80 miles from LABORERS CLASSIFICATIONS of the respective city all. less than 40 miles from the less than 50 miles from the less than 80 miles from the the respective city hall. GROUP 1: Asphalt Plant Laborers; Asphalt Spreaders; Batch Weighman; Groomers; 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; Median Rail Reference Post, Guide Post, Right of Way Marker; Fine Graders; Fire Watch; Form Strippers (not swinging stages); General Laborers; Hazardous Waste Worker; Leverman or Aggregate Spreader (Flaherty and similar types); Loading Spotters; Material Yard Man (including electrical); Pittsburgh Chipper Operator or Similar Types; Railroad Track Laborers; Ribbon Setters (including steel forms); Rip Rap Man (hand placed); Road Pump Tender; Sewer Labor; Signalman; Skipman; Slopers; Spraymen; Stake Chaser; Stockpiler; Tie Back Shoring; Timber Faller and Bucker (hand labor); Toolroom Man (at job site); Tunnel Bullgang (above ground); Weight -Man- Crusher (aggregate when used) GROUP 2: Applicator (including pot power tender for same) applying protective material by hand or nozzle on utility lines or storage tanks on project; Brush Cutters (power saw); Burners; Choker Splicer; Clary Power Spreader and similar types; Clean- up Nozzleman-Green Cutter (concrete, rock, etc.); Concrete Power Buggyman; Concrete Laborer; Crusher Feeder; Demolition and Wrecking Charred Materials; Gunite Nozzleman Tender; Gunite or Sand Blasting Pot Tender; Handlers or Mixers of all Materials of an irritating nature (including cement and lime); Tool Operators (includes but not limited to: Dry Pack Machine; Jackhammer; Chipping Guns; Paving Breakers); Pipe Doping and Wrapping; Post Hole Digger, air, gas or electric; Vibrating Screed; Tampers; Sand Blasting (Wet); Stake -Setter; Tunnel-Muckers, Brakemen, Concrete Crew, Bullgang (underground) GROUP 3: Asbestos Removal; Bit Grinder; Drill Doctor; Drill Operators, air tracks, cat drills, wagon drills, rubber -mounted drills, and other similar types including•at crusher plants; Gunite Nozzleman; High Scalers, Strippers and Drillers (covers work in swinging stages, chairs or belts, under extreme conditions unusual to normal drilling, blasting, barring -down, or sloping and stripping); Manhole Builder; Powdermen; Concrete Saw Operator; Pwdermen; Power Saw Operators (Bucking and Falling); Pumperete Nozzlemen; Sand Blasting (Dry); Sewer Timberman; Track Liners, Anchor Machines, Ballast Regulators, Multiple Tampers, Power Jacks, Tugger Operator; Tunnel -Chuck Tenders, Nippers and Timbermen; Vibrator; Water Blaster GROUP 4: Asphalt Raker; Concrete Saw Operator (walls); Concrete Nozzelman; Grade Checker;,Pipelayer; Laser Beam (pipelaying) -applicable when employee assigned to move, set up, align; Laser Beam; Tunnel Miners; Motorman -Dinky Locomotive -Tunnel; Powderman-Tunnel; Shield Operator -Tunnel GROUP 5: Traffic Flaggers GROUP 6: Fence Builders GROUP 7: Landscaping or Planting Laborers LABO0335-019 06/01/2012 Rates Fringes Hod Carrier $ 30.30 9.70 PAIN0005-002 01/01/2012 STATEWIDE EXCEPT CLARK, COWLITZ; KLICKITAT, PACIFIC (SOUTH), SKAMANIA, AND WAHKIAKUM COUNTIES Rates Painters: STRIPERS $ 27.96 Fringes 12.77 PAIN0005-004 03/01/2009 CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM COUNTIES Rates Fringes PAINTER $ 20.82 7.44 PAIN0005-006 07/01/2012 ADAMS, ASOTIN; BENTON AND FRANKLIN (EXCEPT HANFORD SITE); CHELAN, COLUMBIA, DOUGLAS, FERRY, GARFIELD, GRANT, KITTITAS, LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMA COUNTIES Rates Fringes Painters: Application of Cold Tar Products, Epoxies, Polyure thanes, Acids, Radiation Resistant Material, Water and Sandblasting $ 25.99 9.99 Over 30'/Swing Stage Work $ 22.20 7.98 Brush, Roller, Striping, Steam -cleaning and Spray$ 20.99 9.99 Lead Abatement, Asbestos Abatement $ 21.50 7.98 *$.70 shall be paid over and above the basic wage rates listed for work on swing stages and high work of over 30 feet. PAIN0055-002 07/01/2012 CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA, AND WAHKIAKUM COUNTIES Rates Fringes Painters: Brush & Roller $ 20.61 8.42 High work - All work 60 ft. or higher $ 21.36 8.42 Spray and Sandblasting $ 21.21 8.42 PAIN0055-007 07/01/2011 CLARK, COWLITZ, KLICKITAT, SKAMANIA and WAHKIAKUM COUNTIES Rates Fringes Painters: HIGHWAY & PARKING LOT STRIPER $ 33.19 9.05 PLAS0072-004 06/01/2012 ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, KITTITAS, LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN, AND YAKIMA COUNTIES Rates CEMENT MASON/CONCRETE FINISHER ZONE 1 $ 25.43 Fringes 11.97 Zone Differential (Add to Zone 1 rate): Zone 2 - $2.00 BASE POINTS: Spokane, Pasco, Lewiston; Wenatchee Zone 1: 0 - 45 radius miles from the main post office Zone 2: Over 45 radius miles from the main post office PLAS0528-001 06/01/2012 CLALLAM, COWLITZ, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PACIFIC, PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON, WAHKIAKUM AND WHATCOM COUNTIES Rates Fringes Cement Masons: CEMENT MASON $ 35.88 14.25 COMPOSITION, TROWEL MACHINE, GRINDER, POWER TOOLS, GUNNITE NOZZLE $ 36.38 14.25 TROWLING MACHINE OPERATOR ON COMPOSITION $ 36.38 14.25 PLAS0555-002 06/01/2012 CLARK, KLICKITAT AND SKAMANIA COUNTIES ZONE 1: Rates Fringes Cement Masons: CEMENT MASONS DOING BOTH COMPOSITION/POWER MACHINERY AND SUSPENDED/HANGING SCAFFOLD$ 30.58 CEMENT MASONS ON SUSPENDED, SWINGING AND/OR HANGING SCAFFOLD $ 30.58 CEMENT MASONS $ 29.98 COMPOSITION WORKERS AND POWER MACHINERY OPERATORS$ 31.18 Zone Differential (Add To Zone 1 Rates): Zone 2 - Zone 3 - Zone 4 - Zone 5 - $0.65 1.15 1.70 3.00 17.76 17.76 17.76 17.76 BASE POINTS: BEND, CORVALLIS, EUGENE, MEDFORD, PORTLAND, SALEM, THE DALLES, VANCOUVER ZONE 1: Projects within 30 miles of ZONE 2: More than 30 miles but less respective city hall. ZONE 3: More than 40 miles but less the respective city hall than 40 miles from the than 50 miles from the 152 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 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 TEAM0037-002 06/01/2012 CLARK, COWLITZ, KLICKITAT, PACIFIC (South of a straight line made by extending the north boundary line of Wahkiakum County west to the Pacific Ocean), SKAMANIA, AND WAHKIAKUM COUNTIES Rates Fringes Truck drivers: ZONE 1 GROUP 1 $ 26.90 13.25 GROUP 2 $ 27.02 13.25 GROUP 3 $ 27.15 13.25 GROUP 4 $ 27.41 13.25 GROUP 5 $ 27.63 13.25 GROUP 6 $ 27.79 13.25 GROUP 7 $ 27.99 13.25 Zone Differential (Add to Zone 1 Rates): Zone 2 - $0.65 Zone 3 - 1.15 Zone 4 - 1.70 Zone 5 - 2.75 BASE POINTS: ASTORIA, THE DALLES, LONGVIEW AND VANCOUVER ZONE 1: Projects within 30 miles of the respective city hall. ZONE 2: More than 30 miles but less than 40 miles from the respective city hall. ZONE 3: More than 40 miles but less than 50 miles from the respective city hall. ZONE 4: More than 50 miles but less than 80 miles from the respective city hall. ZONE 5: More than 80 miles from the respective city hall. TRUCK DRIVERS CLASSIFICATIONS GROUP 1: A Frame or Hydra lifrt truck w/load bearing surface; Articulated Dump Truck; Battery Rebuilders; Bus or Manhaul Driver; Concrete Buggies (power operated); Concrete Pump Truck; Dump Trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations there of: up to and including 10 cu. yds.; Lift Jitneys, Fork Lifts (all sizes in loading, unloading and transporting material on job site); Loader and/or Leverman on Concrete Dry Batch Plant (manually operated); Pilot Car; Pickup Truck; Solo Flat Bed and misc. Body Trucks, 0-10 tons; Truck Tender; Truck Mechanic Tender; Water Wagons (rated capacity) up to 3,000 gallons; Transit Mix and Wet or Dry Mix - 5 cu. yds. and under; Lubrication Man, Fuel Truck Driver, Tireman, Wash Rack, Steam Cleaner or combinations; Team Driver; Slurry Truck Driver or Leverman; Tireman GROUP 2: Boom Truck/Hydra-lift or Retracting Crane; Challenger; Dumpsters or similar equipment all sizes; Dump Trucks/Articulated Dumps 6 cu to 10 cu.; Flaherty Spreader Driver or Leverman; Lowbed Equipment, Flat Bed Semi -trailer or doubles transporting equipment or wet or dry materials; Lumber Carrier, Driver -Straddle Carrier (used in loading, unloading and transporting of materials on job site); Oil Distributor Driver or Leverman; Transit mix and wet or dry mix trcuks: over 5 cu. yds. and including 7 cu. yds.; Vacuum Trucks; Water truck/Wagons (rated capacity) over 3,000 to 5,000 gallons GROUP 3: Ammonia Nitrate Distributor Driver; Dump trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations thereof: over 10 cu yds. and including 30 cu. yds. includes Articulated Dump Trucks; Self -Propelled Street Sweeper; Transit mix and wet or dry mix truck: over 7 cu yds. and including 11 cu yds.; Truck Mechanic -Welder -Body Repairman; Utility and Clean-up Truck; Water Wagons (rated capacity) over 5,000 to 10,000 gallons GROUP 4: Asphalt Burner; Dump Trucks, side, end and bottom cumps, including Semi -Trucks and Trains or combinations thereof: over 30 cu. yds. and including 50 cu. yds. includes Articulated Dump Trucks; Fire Guard; Transit Mix and Wet or Dry Mix Trucks, over 11 cu. yds. and including 15 cu. yds.; Water Wagon (rated capacity) over 10,000 gallons to 15,000 gallons GROUP 5: Composite Crewman; Dump Trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations thereof: over 50 cu. yds. and including 60 cu. yds. includes Articulated Dump Trucks GROUP 6: Bulk Cement Spreader w/o Auger; Dry Pre -Batch concrete Mix Trucks; Dump trucks, side, end and bottom dumps, including Semi Trucks and Trains of combinations thereof: over 60 cu. yds. and including 80 cu. yds., and includes Articulated Dump Trucks; Skid Truck GROUP 7: Dump Trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations thereof: over 80 cu. yds. and including 100 cu. yds., includes Articulated Dump Trucks; Industrial Lift Truck (mechanical tailgate) * TEAM0174-001 06/29/2012 CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PACIFIC (North of a straight line made by extending the north boundary line of Wahkiakum County west to the Pacific Ocean), PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM COUNTIES Rates Fringes Truck drivers: ZONE A: GROUP 1• $ 31.68 GROUP 2• $ 30.84 GROUP 3 $ 28.03 GROUP 4• $ 23.06 GROUP 5• $ 31.23 16.23 16.23 16.23 16.23 16.23 ZONE B (25-45 miles from center of listed cities*): Add $.70 per hour to Zone A rates. ZONE C (over 45 miles from centr of listed cities*): Add $1.00 per hour to Zone A rates. *Zone pay will be calculated from the city center of the following listed cities: BELLINGHAM EVERETT SEATTLE TACOMA CENTRALIA SHELTON PORT ANGELES PORT TOWNSEND TRUCK DRIVERS CLASSIFICATIONS RAYMOND ANACORTES MT. VERNON ABERDEEN OLYMPIA BELLEVUE KENT BREMERTON GROUP 1 - "A -frame or Hydralift" trucks and Boom trucks or similar equipment when "A" frame or "Hydralift" and Boom truck or similar equipment is used; Buggymobile; Bulk Cement Tanker; Dumpsters and similar equipment, Tournorockers, Tournowagon, Tournotrailer, Cat DW series, Terra Cobra, Le Tourneau, Westinghouse, Athye Wagon, Euclid Two and Four -Wheeled power tractor with trailer and similar top -loaded equipment transporting material: Dump Trucks, side, end and bottom dump, including semi -trucks and trains or combinations thereof with 16 yards to 30 yards capacity: Over 30 yards $.15 per hour additional for each 10 yard increment; Explosive Truck (field mix) and similar equipment; Hyster Operators (handling bulk loose aggregates); Lowbed and Heavy Duty Trailer; Road Oil Distributor Driver; Spreader, Flaherty Transit mix used exclusively in heavy construction; Water Wagon and Tank Truck -3,000 gallons and over capacity GROUP 2 - Bulllifts, or similar equipment used in loading or unloading trucks, transporting materials on job site; Dumpsters, and similar equipment, Tournorockers, Tournowagon, Turnotrailer, Cat. D.W. Series, Terra Cobra, Le Tourneau, Westinghouse, Athye wagon, Euclid two and four -wheeled power tractor with trailer and similar top -loaded equipment transporting material: Dump trucks, side, end and bottom dump, including semi -trucks and trains or combinations thereof with less than 16 yards capacity; Flatbed (Dual Rear Axle); Grease Truck, Fuel Truck, Greaser, Battery Service Man and/or Tire Service Man; Leverman and loader at bunkers and batch plants; Oil tank transport; Scissor truck; Slurry Truck; Sno-Go and similar equipment; Swampers; Straddler Carrier (Ross, Hyster) and similar equipment; Team Driver; Tractor (small, rubber-tired)(when used within Teamster jurisdiction); Vacuum truck; Water Wagon and Tank trucks -less than 3,000 gallons capacity; Winch Truck; Wrecker, Tow truck and similar equipment GROUP 3 - Flatbed (single rear axle); Pickup Sweeper; Pickup Truck. (Adjust Group 3 upward by $2.00 per hour for onsite work only) GROUP 4 - Escort or Pilot Car GROUP 5 - Mechanic HAZMAT PROJECTS Anyone working on a HAZMAT job, where HAZMAT certification is required, shall be compensated as a premium, in addition to the classification working in as follows: LEVEL C: +$.25 per hour - This level uses an air purifying respirator or additional protective clothing. LEVEL B: +$.50 per hour - Uses same respirator protection as Level A. Supplied air line is provided in conjunction with a chemical "splash suit." LEVEL A: +$.75 per hour - This level utilizes a fully - encapsulated suit with a self-contained breathing apparatus or a supplied air line. TEAM0760-002 06/01/2009 ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT KITTITAS, LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMA COUNTIES Rates Fringes Truck drivers: (ANYONE WORKING ON HAZMAT JOBS SEE FOOTNOTE A BELOW) ZONE 1: GROUP 1 $ 20.02 10.86 GROUP 2 $ 22.29 10.86 GROUP 3 $ 22.79 10.86 GROUP 4 $ 23.12 10.86 GROUP 5 $ 23.23 10.86 GROUP 6 $ 23.40 10.86 GROUP 7 $ 23.93 10.86 GROUP 8 $ 24.26 10.86 Zone Differential (Add to Zone 1 rate: Zone 2 - $2.00) BASE POINTS: Spokane, Moses Lake, Pasco, Lewiston Zone 1: 0-45 radius miles from the main post office. Zone 2: Outside 45 radius miles from the main post office TRUCK DRIVERS CLASSIFICATIONS GROUP 1: Escort Driver or Pilot Car; Employee Haul; Power Boat Hauling Employees or Material GROUP 2: Fish Truck; Flat Bed Truck; Fork Lift (3000 lbs. and under); Leverperson (loading trucks at bunkers); Trailer Mounted Hydro Seeder and Mulcher; Seeder & Mulcher; Stationary Fuel Operator; Tractor (small, rubber -tired, pulling trailer or similar equipment) GROUP 3: Auto Crane (2000 lbs. capacity); Buggy Mobile & Similar; Bulk Cement Tanks & Spreader; Dumptor (6 yds. & under); Flat Bed Truck with Hydraullic System; Fork Lift (3001-16,000 lbs.); Fuel Truck Driver, Steamcleaner & Washer; Power Operated Sweeper; Rubber -tired Tunnel Jumbo; Scissors Truck; Slurry Truck Driver; Straddle Carrier (Ross, Hyster, & similar); Tireperson; Transit Mixers & Truck Hauling Concrete (3 yd. to & including 6 yds.); Trucks, side, end, bottom & articulated end dump (3 yards to and including 6 yds.); Warehouseperson (to include shipping & receiving); Wrecker & Tow Truck GROUP 4: A -Frame; Burner, Cutter, & Welder; Service Greaser; Trucks, side, end, bottom & articulated end dump (over 6 yards to and including 12 yds.); Truck Mounted Hydro Seeder; Warehouseperson; Water Tank truck (0-8,000 gallons) GROUP 5: Dumptor (over 6 yds.); Lowboy (50 tons & under); Self- loading Roll Off; Semi -Truck & Trailer; Tractor with Steer Trailer; Transit Mixers and Trucks Hauling Concrete (over 6 yds. to and including 10 yds.); Trucks, side, end, bottom and end dump (over 12 yds. to & including 20 yds.); Truck -Mounted Crane (with load bearing surface either mounted or pulled, up to 14 ton); Vacuum Truck (super sucker, guzzler, etc.) GROUP 6: Flaherty Spreader Box Driver; Flowboys; Fork Lift (over 16,000 lbs.); Dumps (Semi -end); Mechanic (Field); Semi- end Dumps; Transfer Truck & Trailer; Transit Mixers & Trucks Hauling Concrete (over 10 yds. to & including 20 yds.); Trucks, side, end, bottom and articulated end dump (over 20 yds. to & including 40 yds.); Truck and Pup; Tournarocker, DWs & similar with 2 or more 4 wheel -power tractor with trailer, gallonage or yardage scale, whichever is greater Water Tank Truck (8,001- 14,000 gallons); Lowboy(over 50 tons) GROUP 7: Oil Distributor Driver; Stringer Truck (cable oeprated trailer); Transit Mixers & Trucks Hauling Concrete (over 20 yds.); Truck, side, end, bottom end dump (over 40 yds. to & including 100 yds.); Truck Mounted Crane (with load bearing surface either mounted or pulled (16 through 25 tons); GROUP 8: Prime Movers and Stinger Truck; Trucks, side, end, bottom and articulated end dump (over 100 yds.); Helicopter Pilot Hauling Employees or Materials Footnote A - Anyone working on a HAZMAT job, where HAZMAT certification is required, shall be compensated as a premium, in additon to the classification working in as follows: LEVEL C -D: - $.50 PER HOUR (This is the lowest level of protection. This level may use an air purifying respirator or additional protective clothing. LEVEL A -B: - $1.00 PER HOUR (Uses supplied air is conjunction with a chemical spash suit or fully encapsulated suit with a self-contained breathing apparatus. Employees shall be paid Hazmat pay in increments of four(4) and eight(8) hours. NOTE: Trucks Pulling Equipment Trailers: shall receive $.15/hour over applicable truck rate WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is union or non-union. Union Identifiers An identifier enclosed in dotted lines beginning with characters other than "SU" denotes that the union classification and rate have found to be prevailing for that classification. Example: PLUM0198-005 07/01/2011. The first four letters , PLUM, indicate the international union and the four -digit number, 0198, that follows indicates the local union number or district council number where applicable , i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. The date, 07/01/2011, following these characters is the effective date of the most current negotiated rate/collective bargaining agreement which would be July 1, 2011 in the above example. Union prevailing wage rates will be updated to reflect any changes in the collective bargaining agreements governing the rates. 0000/9999: weighted union wage rates will be published annually each January. Non -Union Identifiers Classifications listed under an "SU" identifier were derived from survey data by computing average rates and are not union rates; however, the data used in computing these rates may include both union and non-union data. Example: SULA2004-007 5/13/2010. SU indicates the rates are not union majority rates, LA indicates the State of Louisiana; 2004 is the year of the survey; and 007 is an internal number used in producing the wage determination. A 1993 or later date, 5/13/2010, indicates the classifications and rates under that identifier were issued as a General Wage Determination on that date. Survey wage rates will remain in effect and will not change until a new survey is conducted. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 State of -- ngton Department of Labor & Industries PrevdibnQVVaoeSectoO- Telephone 360'902'5335 WashingtonPO Box 44540, Olympia, WA 98504-4540 State ��F�ay�'|'y�(�\8/���� Prevailing '� "".^�� The PREVAILING WAGES Usted here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, worker's wage and benefit rates must add to not less than this total. A brief description of overtime calcutation requirements are provided on the Benefit Code Key. | Level Prevailing WagefortheDate: . ����U|�� Rates ����D��� 1/14/2013 161 Yakima Asbestos Abatement YYOrken ', iLevei -_ - $17.B3'. — ' i- ' Yakima Boilermakers Journey Level $60.24 5N 1C Yakima Brick Mason .,Journey Level $41.03 5A 1M Yakima Building Service Employees Janitor $9.19 1 Yakima Building Service Empi `—e ' ' . Shampooer .' $11.14 .^ 1 Yakima Building Service Employees Waxer $9.19 1 Yakima Building Service Emp ' Window Cleaner ' ' . $9.19 1 Yakima Cabinet Makers (In Shop) Journey Level $16.35 1 Yakima Carpenters JourneyLeye[ $29.72 1 , . Yakima Cement Masons Journey Level $37.40 IB 1N Yakima Divers Tenders Diver $100.28 5D 1M 8A Yakima Divers 6Tenders Diver On Standby $56.68 5D 1M Yakima Divers Et Tenders ` Diver Tender , $52.23 5D 1M . Yakima Divers Et Tenders Surface Rcv a Rov Operator $52.23 5D 1M Yakima Divers 6 Tenders Surface Rcv Et Rov Operator . Tender $48'67 . 5& ' ' T 1B ' . ''' Yakima Dredge Workers Assistant Engineer $49.57 5D 1T 8L Yakima Dredge Workers Assistant Mate(deckhand) $49.06 5D 1I 8L , Yakima Dredge Workers Engineer Welder $49.62 5D 1T 8L Yakima Dredge Workers, Leyerman'HydmuUC ` $511.195D 1T ' 8L ' Yakima Dredge Workers Maintenance $49.06 5D 1T 8L Yakima Dredoew^rkers Mates And Boatmen ''' $49.57 5D'" ' `1I .' 8L' . Yakima Dredge Workers Oiler $49.19 5D 1Z 0. Yakima 'DnhwaK'AppUCator JourneyLevei ` $38.43 5D 1M ' - ` Yakima Drywall Tapers Journey Levet $32.51 7E 1P Yakima ElecthcaifixtueMaintenance Journey Level $43.32 _ ' 1. .. Workers Yakima Electricians ' Inside Cable Splicer $54.82 5& 1E Yakima [iecthciahs' Inside Journey Level. $52.94 5A `- 1E , . Yakima Electricians - Inside Welder $56.71 5A 1E 161 Yakima Electricians - Motor Shop Craftsman $15.37 1 Yakima Electricians - Motor Shop Journey Level $14.69 1 Yakima Electricians - Powerline Cable Splicer, $64.95 5A 4A Construction Yakima Electricians - Powerline Certified Line Welder $59.37 5A 4A Construction Yakima Electricians - Powerline Groundperson $42.16 5A 4A Construction Yakima Electricians - Powerline Head Groundperson $44.50 5A 4A Construction Yakima Electricians - Powerline Heavy Line Equipment Operator $59.37 5A 4A Construction Yakima Electricians - Powerline Jackhammer Operator $44.50 5A 4A Construction Yakima Electricians - Powerline Journey Level Lineperson $59.37 5A 4A Construction Yakima Electricians - Powerline Line Equipment Operator $49.95 5A 4A Construction Yakima Electricians - Powerline' ` Pole Sprayer $59.37 5A 4A' Construction Yakima - Electricians - Powerline Powderperson $44.50 5A 4A Construction Yakima Electronic Technicians , Journey Level $23.40 1 Yakima Elevator Constructors Mechanic $75.24 7D 4A Yakima Elevator Constructors Mechanic In Charge $82.00 7D 4A Yakima Fabricated Precast Concrete Craftsman - In -Factory Work Only $9.19 1 Products Yakima Fabricated Precast Concrete Journey Level. - In -Factory Work Only , $9.19 1 Products Yakima Fence Erectors Fence Erector $13.79 1 Yakima Flaggers ' Journey Level $24.62 1 Yakima Glaziers Journey Level $22.43 61 1B Yakima Heat 8 Frost Insulators And Journey Level $25.32 1 Asbestos'Workers` Yakima Heating Equipment Mechanics Journey Level $34.85 1 Yakima Hod Carriers ft Mason Tenders Journey Level - $33.71 7A 2Y Yakima Industrial Engine And Machine Journey Level $15.65 1 Mechanics Yakima Industrial Power Vacuum Cleaner Journey`Level, $9.24 1„ Yakima Inland Boatmen Journey Level $9.19 1 Yakima Inspection/Cleaning/Sealing Of Cleaner Operator, Foamer ,,. , Operator $9.73 1 Sewer Et Water Systems -By ' ' Remote Control Yakima Inspection/Cleaning/Sealing Of Grout Truck Operator $11.48 1 Sewer Et Water Systems By Remote Control Yakima Inspection''/Cleaning/Sealing Of Head Operator $12.78 1 Sewer Et.Water Systems.Bv ' `� Remote`Control " ,.. • Yakima Inspection/Cleaning/Sealing Of Technician $9.19 1 Sewer £t Water Systems By 162 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 163 Remote Control Yakima Inspection/Cleaning%Sealing Of Tv Truck Operator $10.53 1 Sewer a Water Systems By Remote•Control " Yakima Insulation Applicators Journey Level $38.43 5D 1M Yakima Ironworkers - Journeyman $52.44 7N 10 ,- Yakima Laborers Air, Gas Or Electric Vibrating Screed $32.75 7A 2Y Yakima • Laborer ` Airtrac Drill Operator $33.71 7A 2Y Yakima Laborers Ballast Regular Machine $32.75 7A 2Y Yakima ' Laborers ;• Batch Weighman' . : $30.75 7A 2Y Yakima Laborers Brick Pavers $32.75 7A 2Y Yakima ' Laborers :•:' " Brush°Cutter i $32.75 7A 2Y Yakima Laborers Brush Hog Feeder $32.75 7A 2Y Yakima , Laborers -, Burner $32.75 7A 2Y Yakima Laborers Caisson Worker $33.71 7A 2Y Yakima Laborers Carpenter, Tender,' ' $32.75 7A • 2Y .. Yakima Laborers Cement Dumper -paving $33.31 7A 2Y Yakima Laborers ` Cement Finisher Tender; ' $32.75 7A 2Y Yakima Laborers Change House Or Dry Shack $32.75 7A 2Y Yakima . Laborers Chipping Gun•,(under:30 Lbs.) $32.75 7A 2Y Yakima Laborers Chipping Gun(30 Lbs. And Over) $33.31 7A 2Y Yakima Laborers Choker Setter $32.75 7A 2Y Yakima Laborers Chuck Tender $32.75 7A 2Y Yakima - Laborers Clary Power Spreader. ; ..; $33.31 7A 2Y Yakima Laborers Clean-up Laborer $32.75 7A 2Y Yakima Laborers Concrete Dumper/chute Operator $33.31 7A 2Y Yakima Laborers Concrete Form Stripper $32.75 7A 2Y Yakima Laborers `` Concrete Placement Crew $33.31 7A 2Y Yakima Laborers Concrete Saw Operator/core Driller $33.31 7A 2Y Yakima Laborers Crusher•Feeder $30.75- 7A 2Y , Yakima Laborers Curing Laborer $32.75 7A 2Y Yakima Laborers ' Demolition: Wrecking a Moving (incl. Charred Material) ' $32.75 7A 2Y Yakima Laborers Ditch Digger $32.75 7A 2Y Yakima Laborers " Diver'; $33.71 7A 2Y .,- Yakima Laborers Drill Operator (hydraulic,diamond) $33.31 7A 2Y Yakima Laborers > Dry Stack Walls , ,, . ' $32.75 7A 2Y ' Yakima Laborers Dump Person $32.75 7A 2Y Yakima ' Laborers;'! Epoxy Technician $32.75 7A 2Y Yakima Laborers Erosion Control Worker $32.75 7A 2Y Yakima Laborers , Faller a Bucker Chain Saw - $33.31 7A 2Y , Yakima Laborers Fine Graders $32.75 7A 2Y Yakima Laborers : Firewatch $30.75 7A 2Y „ -, Yakima Laborers Form Setter $32.75 7A 2Y 163 Yakima Laborers Gabian Basket Builders $32.75 7A 2Y , Yakima Laborers General Laborer $32.75 7A 2Y Yakima • Laborers Grade Checker Et Transit Person $33.71` 7A 2Y Yakima Laborers Grinders $32.75 7A 2Y Yakima Laborers Grout Machine Tender , i $32.75 7A 2Y ' Yakima Laborers Groutmen (pressure)including Post Tension Beams $33.31 7A 2Y Yakima Laborers -, Guage and.,Lock:Tender $33.81 7A 2Y ' • Yakima Laborers Guardrail Erector $32.75 7A 2Y Yakima Laborers Hazardous Waste Worker (level A) $33.71 7A 2Y Yakima Laborers Hazardous Waste Worker (level B) $33.31 7A 2Y Yakima . Laborers Hazardous Waste Worker (level C) $32.75 74 2Y Yakima Laborers High Scaler $33.71 7A 2Y Yakima • Laborers-., - Jackhammer $33.31 7A 2Y, Yakima Laborers Laserbeam Operator $33.31 7A 2Y Yakima Laborers . • Maintenance.Person. , ,, s $32.75 7A 2Y' Yakima Laborers Manhole Builder-mudman $33.31 7A 2Y Yakima ` Laborers` Material' yard Person $32.75 7A 2Y-,; Yakima Laborers Motorman-dinky Locomotive $33.31 7A 2Y Yakima .Laborers ' Nozzleman (concrete Pump, ' • Green'Cutter When Usn . Combination,Of High:Pressure Air Et Water On Concrete 4' Rock, Sandblast, Gunite, Shotcrete, Water Bla , , ', , , $33.31 7A 2Y Yakima Laborers Pavement Breaker $33.31 7A 2Y Yakima Laborers • Pilot Car,. " "' �' ,,.., $30,75, 7A 2Y Yakima Laborers Pipe Layer(lead) $33.71 7A 2Y Yakima Laborers La er/tailor ' . ^y.„ .... $33.31, 7A 2Y Yakima Laborers Pipe Pot Tender $33.31 7A 2Y Yakima Laborers Pipe Relines•'$33.31 7A 2Y Yakima Laborers Pipe Wrapper $33.31 7A 2Y Yakima Laborers •• . Pot Tender • , - $32.75 7A 2Y Yakima Laborers _ Powderman $33.71 7A 2Y Yakima .. Laborers Powdermanls,Helper $32.75 7A 2Y Yakima Laborers Power Jacks $33.31 7A 2Y Yakima ' Laborers' " Railroad Spike Puller - Power ' $33.31 7A 2Y Yakima Laborers Raker - Asphalt $33.71 7A 2Y Yakima Laborers Re-timberman ;: , ' ,. $33.71 7A 2Y Yakima Laborers Remote Equipment Operator $33.31 7A 2Y Yakima' Laborers-.', - Rigger/signal Person ' $33.31 7A 2Y Yakima Laborers Rip Rap Person $32.75 7A 2Y Yakima Laborers . Rivet Buster $33.31 7A 2Y - . Yakima Laborers Rodder $33.31 7A 2Y Yakima Laborers .,:_ Scaffold Erector ' = , $32.75 7A - 2Y - ` Yakima Laborers Scale Person $32.75 7A 2Y Yakima Laborers , Sloper (over 20") , $33.31 7A 2Y ,' 164 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Yakima Laborers Sloper Sprayer $32.75 7A 2Y Yakima Laborers Spreader (concrete) $33.31 7A 2Y Yakima Laborers Stake Hopper $32.75 7A 2Y Yakima Laborers Stock Piler $32.75 7A 2Y Yakima Laborers Tamper Et Similar Electric, Air & Gas Operated Tools $33.31 7A 2Y Yakima Laborers Tamper (multiple a Self- propelled) $33.31 7A 2Y Yakima Laborers Timber Person - Sewer (tagger, Shorer £t Cribber) $33.31 7A 2Y Yakima , Laborers Toolroom Person (at Jobsite) $32.75 7A 2Y Yakima Laborers Topper $32.75 7A 2Y Yakima ' Laborers Track Laborer $32.75 7A 2Y Yakima Laborers Track Liner (power) $33.31 7A 2Y Yakima Laborers Traffic Control Laborer $32.61 7A 1H 8R Yakima Laborers Traffic Control Supervisor $32.61 7A 1H 8R Yakima Laborers Truck Spotter $32.75 7A 2Y Yakima Laborers Tugger Operator $33.31 7A 2Y Yakima Laborers : Tunnel Work -Miner $33.81 7A 2Y M Yakima Laborers Vibrator $33.31 7A 2Y Yakima Laborers - Vinyl Seamer $32.75 7A •- 2Y Yakima Laborers Watchman $28.07 7A 2Y Yakima Laborers Welder $33.31 7A 2Y Yakima Laborers Well Point Laborer $33.31 7A 2Y Yakima . Laborers Window Washer/cleaner $28.07 7A 2Y Yakima Laborers - Underground Sewer Et General Laborer Et Topman $32.75 7A 2Y Water Yakima Laborers - Underground Sewer ft Pipe Layer $33.31 7A 2Y Water Yakima Landscape Construction Irrigation Or Lawn Sprinkler Installers $9.19 1 Yakima Landscape'Construction Landscape Equipment Operators Or Truck Drivers •, $15.45 1 Yakima Landscape Construction Landscaping Or Planting Laborers $9.19 1 Yakima Lathers Journey Level- $38.43 5D 1M Yakima Marble Setters Journey Level $41.03 5A 1M Yakima Metal Fabrication (In Shop) Fitter $12.00 1 Yakima Metal Fabrication (In Shop) Laborer $10.31 1 Yakima Metal Fabrication (In Shop) Machine Operator $11.32 1 Yakima Metal Fabrication (In Shop) Painter $12.00 1 Yakima Metal Fabrication (In Shop) Welder $11.32 1 Yakima Millwright Journey Level $26.05 1 Yakima Modular 'Buildings Journey Level $14.11 1 Yakima Painters Journey Level $28.12 6Z 1W Yakima' Pile Driver Journey Level ' $48.82 5D' 1M. Yakima Plasterers Journey Level $48.23 7Q 1R Yakima Playground ft Park Equipment Journey Level $9.19 1 165 166 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Installers Yakima Plumbers a Pipefitters Journey Level $72.04 6Z Yakima Power Equipment Operators Asphalt Plant Operators $51.89 7A 3C' 8P Yakima Power Equipment Operators Assistant Engineer $48.62 7A 3C 8P Yakima Power Equipment Operators Barrier Machine (zipper) $51.40 7A 3C 8P Yakima Power Equipment Operators Batch Plant Operator, Concrete $51.40 7A 3C 8P Yakima Power Equipment Operators Bobcat $48.62 7A 3C 8P Yakima Power Equipment Operators Brokk - Remote Demolition Equipment $48.62 7A 3C 8P Yakima Power Equipment Operators Brooms $48.62 7A 3C , 8P Yakima Power Equipment Operators Bump Cutter $51.40 7A 3C 8P Yakima Power -Equipment Operators Cableways „' $51.89 7A 3C 8P Yakima Power Equipment Operators Chipper $51.40 7A 3C 8P Yakima Power Equipment Operators Compressor $48.62 7A 3C 8P Yakima Power Equipment Operators Concrete Pump: Truck Mount With Boom Attachment Over 42 M $51.89 7A 3C 8P Yakima Power. Equipment.Operators Concrete Finish Machine =laser Screed $48.62 7A, 3C 8P Yakima Power Equipment Operators Concrete Pump - Mounted Or Trailer High Pressure Line Pump, Pump High Pressure. $50.98 7A 3C 8P Yakima Power Equipment Operators Concrete Pump: Truck Mount With Boom Attachment Up To 42m $51.40 7A 3C 8P Yakima Power Equipment Operators Conveyors $50.98 7A 3C 8P Yakima Power Equipment Operators Cranes: 20 Tons Through 44 Tons With Attachments $51.40 7A 3C 8P Yakima Power Equipment Operators Cranes: 20 Tons Through 44 Tons With Attachments Overhead, Bridge Type Crane: 20 Tons Through 44 Tons $51.40 7A 3C 8P Yakima Power Equipment Operators Cranes: 100 Tons Through 199 Tons, Or 150' Of Boom (including Jib'With ' $52.44 7A 3C 8P Yakima Power Equipment Operators Cranes: 100 Tons Through 199 Tons, or 150' of boom (including jib with attachments); Overhead, bridge type, 100 tons and over; Tower crane up to 175 in height, base to boom. $52.44 7A 3C 8P Yakima Power Equipment Operators Cranes: 200 Tons To 300 Tons, Or 250' Of Boom (including Mb With Attachments) $53.01 7A ° 3C " 8P "_. • Yakima Power Equipment Operators Cranes: 45 Tons Through 99 Tons, Under 150' Of Boom (including Jib With Attachments) $51.89 7A 3C 8P Yakima Power Equipment Operators Cranes: A-frame 10 Tons And Under $48.62 7A 3C 8P • ,. Yakima Power Equipment Operators Cranes: Friction 100 Tons Through 199 Tons $53.01 7A 3C 8P Yakima Power Equipment Operators Cranes: Friction Over 200 Tons $53.57 7A 3C' 8P 166 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Yakima Power Equipment Operators Cranes: Over 300 Tons Or 300' Of Boom (including Jib With Attachments) $53.57 7A 3C 8P Yakima Power Equipment Operators Cranes: Through '1? Tons With Attachments A -frame Over 10 Tons $50.98 7A'' 3C 8P Yakima Power Equipment Operators Crusher $51.40 7A 3C 813 Yakima Power Equipment Operators Deck Engineer/deck Winches (power) $51.40 7A 3C 8P Yakima Power Equipment Operators Derricks, On Building Work $51.89 7A 3C 8P Yakima Power Equipment Operators Dozer Quad'9, HD 41, D10 and Over ; , , , $51.89 7A 3C 8P, Yakima Power Equipment Operators Dozers D-9 Et Under $50.98 7A 3C 8P Yakima Power Equipment Operators Drill Oilers: Auger Type,. Truck Or Crane Mount $50.98 7A 3C 8P Yakima Power Equipment Operators Drilling Machine $51.40 7A 3C 8P Yakima Power Equipment Operators Elevator And Man-lift:,,Permanent And'Shaft Type, $48.62 7A 3C 8P Yakima Power Equipment Operators Finishing Machine, Bidwell And Gamaco Et Similar Equipment $51.40 7A 3C 8P Yakima Power Equipment Operators Forklift: 3000 Lbs,And Over. With Attachments $50.98 7A 3C • 8P Yakima Power Equipment Operators Forklifts: Under 3000 Lbs. With Attachments $48.62 7A 3C 8P Yakima Power Equipment Operators Grade Engineer: Using Blue ' Prints, Cut Sheets, Etc $51.40 7A 3C 813 Yakima Power Equipment Operators Gradechecker/stakeman $48.62 7A 3C 8P Yakima Power Equipment Operators Guardrail Punch - ' ' $51.40 7A 3C 8P Yakima Power Equipment Operators Guardrail Punch/Auger $51.40 7A 3C 813 Yakima Power Equipment Operators Hard, Tail End„ Dump'Articulating Off- Road Equipment 45 Yards. Et Over $51.89,. 7A 3C 8P Yakima Power Equipment Operators Hard Tail End Dump Articulating Off-road Equipment Under 45 Yards $51.40 7A 3C 8P Yakima Power Equipment•Operators ' Horizontal%directional Drill , Locator $50.98 7A ' 3C , 8P ' Yakima Power Equipment Operators Horizontal/directional Drill Operator $51.40 7A 3C 8P Yakima : Power Equipment Operators Hydralifts/boom Trucks Over 10 Tons • $50.98 7A ' 3C 8P Yakima Power Equipment Operators Hydralifts/boom Trucks, 10 Tons And Under $48.62 7A 3C 8P Yakima Power Equipment Operators Loader, Overhead 8 Yards. Et Over . $52.44 7A 3C 8P ,• Yakima Power Equipment Operators Loader, Overhead, 6 Yards. But Not Including 8 Yards $51.89 7A 3C 8P Yakima ' Power Equipment Operators , Loaders, Overhead Under 6 Yards $51.40 7A 3C 813 Yakima Power Equipment Operators Loaders, Plant Feed $51.40 7A 3C 8P Yakima Power. Equipment' Operators Loaders: Elevating Type Belt ' $50.98 7A`"" 3C 8P Yakima Power Equipment Operators Locomotives, All $51.40 7A 3C 8P 167 Yakima Power Equipment Operators Material Transfer .Device $51.40 7A 3C 8P Yakima Power Equipment Operators Mechanics, All (teadmen - $0.50 Per Hour Over Mechanic) ' $52.44 7A 3C 8P Yakima Power Equipment 'Operators Mixers': Asphalt'Plant $51.40 7A 3C 8P Yakima Power Equipment Operators Motor Patrol Grader - Non- finishing $50.98 7A 3C 8P Yakima ' Power Equipment Operators Motor Patrol Graders, Finishing $51.89 7A •' 3C 8P Yakima Power Equipment Operators Mucking Machine, Mole, Tunnel Drill, Boring, Road Header And/or Shield $51.89 7A 3C 8P Yakima Power Equipment Operators Oil Distributors, Blower Distribution a Mulch Seeding Operator ' ' $48.62' 7A' 3C 8P Yakima Power Equipment Operators Outside Hoists (elevators And Manlifts), Air Tuggers,strato $50.98 7A 3C 8P Yakima Power Equipment Operators ` Overhead, Bridge Type Crane: 20 Tons,Through 44 Tons $51.40 7A 3C 8P Yakima Power Equipment Operators Overhead, Bridge Type: 100 Tons And Over $52.44 7A 3C 8P Yakima Power Equipment Operators Overhead, Bridge Type: 45•Tons Through 99 Tons $51.89 7A 3C , 8P Yakima Power Equipment Operators Pavement Breaker $48.62 7A 3C 8P Yakima Power Equipment Operators Pile Driver (other Than Crane Mount) $51.40 7A 3C 8P Yakima Power Equipment Operators Plant Oiler - Asphalt, Crusher $50.98 7A 3C 8P Yakima Power Equipment Operators , Posthole bigger,, Mechanical, ' $48.62 7A 3C 8P Yakima Power Equipment Operators Power Plant $48.62 7A 3C 8P Yakima Power Equipment Operators Pumps,- Water $48.62 7A 3C 8P Yakima Power Equipment Operators Quad 9, Hd 41, D10 And Over $51.89 7A 3C 8P Yakima' Power Equipment Operators Quick Tower'- No Cab, Under ,100 Feet In Height Based To Boom $48.62 • 7A 3C 8P Yakima Power Equipment Operators Remote Control Operator On Rubber Tired Earth Moving Equipment $51.89 7A 3C 8P Yakima Power Equipment Operators , Rigger And•Bellman $48.62 7A 3C 8P Yakima Power Equipment Operators Rollagon $51.89 7A 3C 8P Yakima Power Equipment.Operators Roller; Other,Than Plant,Mix ' $48.62 7A , 3C 8P' Yakima Power Equipment Operators Roller, Plant Mix Or Multi -lift Materials $50.98 7A 3C 8P Yakima Power Equipment Operators ' Roto -mill, Roto -grinder $51.40 .7A 3C 8P Yakima Power Equipment Operators Saws - Concrete $50.98 7A 3C 8P Yakima Power Equipment.Operators., Scraper, Self Propelled Under_45 Yards ` $51.40 7A 3C 8P Yakima Power Equipment Operators Scrapers - Concrete ft Carry All $50.98 7A 3C 8P Yakima Power Equipment Operators Scrapers, Self-propetled:'45 Yards And Over,._ .. $51.89' 7A 3C 8P ., Yakima Power Equipment Operators Service Engineers - Equipment $50.98 7A 3C 8P Yakima ' Power Equipment,Operators"' Shotcretetgunite.Equipment $48.62.' 74' 3C. , 8P ' Yakima Power Equipment Operators Shovel , Excavator, Backhoe, Tractors Under 15 Metric Tons. $50.98 7A 3C 8P 168 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 e 1 1 Yakima Power Equipment Operators Shovel, Excavator, Backhoe: Over 30 Metric Tons To 50 Metric Tons $51.89 . 7A 3C 8P Yakima Power Equipment Operators Shovel, Excavator, Backhoes, Tractors: 15 To 30 Metric Tons $51.40 7A 3C 8P Yakima Power Equipment Operators Shovel, Excavator, Backhoes: Over 50 Metric Tons To 90 Metric Tons $52.44 7A 3C 8P Yakima Power Equipment Operators Shovel, Excavator, Backhoes: Over 90 Metric Tons $53.01 7A 3C 8P Yakima Power Equipment Operators Slipform Pavers $51.89 : 7A, 3C 8P Yakima Power Equipment Operators Spreader, Topsider a Screedman $51.89 7A 3C 8P Yakima Power Equipment Operators' Subgrader Trimmer $51.40 7A 3C' 8P Yakima Power Equipment Operators Tower Bucket Elevators $50.98 7A 3C 8P Yakima Power Equipment Operators Tower 'Crane Over 175'in Height, Base To Boom $53.01 7A 3C 8P Yakima Power Equipment Operators Tower Crane Up To 175' In Height Base To Boom $52.44 7A 3C 8P Yakima Power Equipment Operators Transporters; AILTrack Or Truck Type $51.89 . 7A 3C 8P Yakima Power Equipment Operators Trenching Machines $50.98 7A 3C 8P Yakima Power Equipment Operators Truck'Crane Oiler/driver - 100 Tons And_ Over„, ._ ., ,.... $51.40 7A 3C 8P Yakima Power Equipment Operators Truck Crane Oiler/driver Under 100 Tons $50.98 7A 3C 8P Yakima Power Equipment Operators Truck Mount Portable Conveyor $51.40_ 7A 3C 8P Yakima Power Equipment Operators Welder $51.89 _ 7A 3C 8P Yakima ' Power Equipment,Operators` Wheel Tractors, Farmall„Type $48.62, ' 7A 3C 8P Yakima Power Equipment Operators Yo Yo Pay Dozer $51.40 7A 3C 8P Yakima Power Equipment Operators- Asphalt Plant Operators.' $51.89 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Assistant Engineer $48.62 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators-, Barrier Machine (zipper) ' . $51.40 7A 3C 8P Underground Sewer:a Water Yakima Power Equipment Operators- Batch Plant Operator, Concrete $51.40 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Bobcat $48.62 7A 3C 8P Undergrotind.Sewer Et..Water Yakima Power Equipment Operators- Brokk - Remote Demolition Equipment $48.62 7A 3C 8P Underground Sewer a Water Yakima ' Power Equipment Operators- Brooms $48.62 7A 3C 8P , . Underground Sewer_ Et Water Yakima Power Equipment Operators- Bump Cutter $51.40 7A 3C 8P Underground Sewer a Water Yakima' Power Equipment Operators- Cableways $51.89'', 7A : ' 3C 8P' Underground Sewer Et Water , Yakima Power Equipment Operators- Chipper $51.40 7A 3C 8P Underground Sewer Et Water Yakima' Power Equipment Operators Compressor , - $48.62 7A' • 3C 8P , Underground Sewer &Water ,. Yakima Power Equipment Operators- Concrete Pump: Truck Mount $51.89 7A 3C 8P 169 Underground Sewer Et Water With Boom Attachment Over 42 M Yakima Power Equipment_Operators- Concrete Screed Finish Machine -laser $48.62 ' 7A 3C 8P Underground Sewer Et Water' Yakima Power Equipment Operators- Concrete Trailer Pump Pump - Mounted Or $50.98 High Pressure Line Pump, High Pressure. 7A 3C 8P Underground Sewer Et Water Yakima Power_Equipment Operators- Concrete.Pump: Truck Mount $51.40 With Boom Attachment Up To 42m 7A 3C 8P Underground Sewer& Water Yakima Power Equipment Operators- Conveyors $50.98 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Cranes: 20 Tons Through 44 Tons With Attachments $51.40 , , 7A 3C 8P Underground Sewer &'Water Yakima Power Equipment Operators- Cranes: 20 Tons Through 44 Tons With Attachments Overhead, Bridge Type Crane: 20 Tons Through 44 Tons $51.40 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- , Cranes:,100 Tons Through 199 Tons, Or 150' Of Boom (including Jib With $52.44 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Cranes: 200 Tons To 300 Tons, Or 250' Of Boom (including Jib With Attachments) $53.01 7A 3C 8P Underground Sewer & Water Yakima ` Power Equipment Operators ' Cranes:; 45, Tons Through 99 Tons, Under 150' Of Boom (including Jib With Attachments) $51.89 7A . 3C 8P Underground Sewer Et Water '• Yakima Power Equipment Operators- Cranes: A -frame - 10 Tons And Under $48.62 7A 3C 8P Underground Sewer & Water Yakima ' Power Equipment Operators- Cranes: Friction 100 Tons „ Through 199 Tons $53.01 7A 3C 8P - P' Underground Sewer.&'Water Yakima Power Equipment Operators- Cranes: Friction Over 200 Tons $53.57 7A 3C 8P Underground Sewer & Water Yakima Power Equipment• Operators- Cranes: Over 300 Tons Or 300' Of Boom (including Jib With Attachments) , , $53.57 7A 3C' 8P Underground Sewer & Water Yakima Power Equipment Operators- Cranes: Through 19 Tons With Attachments A -frame Over 10 Tons $50.98 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators= ". Crusher $51.40 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Deck Engineer/deck Winches (power) $51.40 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Derricks, On Building Work $51.89 7A 3C 8P , Underground Sewer &Water Yakima Power Equipment Operators- Dozer Quad 9, HD 41, D10 and Over $51.89 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- ' Dozers D-9 & Under - $50.98 7A 3C 8P Underground Sewer•Et Water Yakima Power Equipment Operators- Drill Oilers: Auger Type, Truck Or Crane Mount $50.98 7A 3C 8P Underground Sewer & Water Yakima ' Power Equipment Operators-• Drilling Machine" $51.40 7A 3C ' 8P ' Underground Sewer Et Water Yakima Power Equipment Operators- Elevator And Man -lift: Permanent $48.62 7A 3C 8P 170 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 171 Underground Sewer & Water And Shaft Type Yakima Power Equipment Operators- Finishing Machine, Bidwell And Gamaco a Similar Equipment $51.40 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators= Forklift: 3000 Lbs And Over With Attachments $50.98 7A 3C 8P Underground Sewer a Water Yakima Power Equipment Operators- Forklifts: Under 3000 Lbs. With Attachments $48.62 ' 7A ' 3C 8P Underground Sewer a Water Yakima Power Equipment Operators- Grade Engineer: Using Blue Prints, Cut Sheets, Etc $51.40 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Gradechecker/stakeman .. $48.62 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Guardrail Punch $51.40 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Guardrail Punch/Auger $51.40 ' 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Hard Tail End Dump Articulating Off- Road Equipment 45 Yards. Et Over $51.89 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Hard Tail End Dump Articulating Off-road Equipment Under 45 Yards $51.40 7A' 3C 8P Underground Sewer a Water Yakima Power Equipment Operators- Horizontal/directional Drill Locator $50.98 7A 3C 8P Underground Sewer a Water Yakima Power Equipment Operators- Horizontal/directional Drill Operator $51.40 7A 3C 8P Underground Sewer& Water Yakima Power Equipment Operators- Hydralifts/boom Trucks Over 10 Tons $50.98 7A 3C 8P Underground Sewer a Water Yakima Power Equipment Operators- Hydralifts/boom Trucks, 10 Tons And Under $48.62 7A 3C 8P Underground Sewer a Water Yakima Power Equipment Operators- Loader, Overhead 8 Yards. a Over $52.44 7A 3C 8P Underground Sewer a Water Yakima Power Equipment. Operators- Loader, Overhead, 6 Yards. But Not Including 8 Yards $51.89 7A 3C 8P Underground Sewer& Water Yakima Power Equipment Operators- Loaders, Overhead Under 6 Yards $51.40 7A 3C 8P Underground Sewer. a Water Yakima Power Equipment Operators- Loaders, Plant Feed $51.40 7A"; 3C 8P Underground Sewer& Water Yakima Power Equipment Operators- Loaders: Elevating Type Belt $50.98 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Locomotives, All $51.40" 7A ' 3C 8P Underground Sewer a Water Yakima Power Equipment Operators- Material Transfer Device $51.40 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Mechanics, All (leadmen - $0.50 Per Hour Over Mechanic) $52.44 , 74 3C " _ ' 8P Underground Sewer. & Water. Yakima Power Equipment Operators- Mixers: Asphalt Plant $51.40 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- „ Motor Patrol Grader - Non- finishing $50.98 ' 7A 3C 8P Underground Sewer a Water Yakima Power Equipment Operators- Motor Patrol Graders, Finishing $51.89 7A 3C 8P Underground Sewer a Water Yakima Power Equipment Operators- Mucking.Machine, Mole, Tunnel $51.89, 7A 3C 8P 171 172 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Underground Sewer Et Water Drill, Boring, Road Header And/or Shield , , Yakima Power Equipment Operators- Oil Distributors, Blower Distribution Et Mulch Seeding Operator $48.62 7A 3C 8P Underground Sewer Et Water Yakima. Power Equipment Operators- Outside.Hoists (elevators And Manlifts), Air Tuggers,strato $50.98 7A 3C - 8P Underground Sewer & Water Yakima Power Equipment Operators- Overhead, Bridge Type Crane: 20 Tons Through 44 Tons $51.40 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Overhead, Bridge Type: 100 Tons And Over $52.44 7A 3C 8P Underground Sewer& Water Yakima Power Equipment Operators- Overhead, Bridge Type: 45 Tons Through 99 Tons $51.89 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Pavement Breaker $48.62 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Pile Driver (other Than Crane Mount) $51.40 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Plant Oiler - Asphalt, Crusher $50.98 7A 3C 8P Underground Sewer &.Water Yakima Power Equipment Operators- Posthole Digger, Mechanical. $48.62 7,4 3C 8P Underground Sewer & Water Yakima Power Equipment Operators, Power Plant $48.62 - 7A 3C 8P Underground Sewer& Water Yakima Power Equipment Operators- Pumps - Water $48.62 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Quad 9, Hd 41, D10 And Over $51.89 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Quick Tower - No Cab, Under 100 Feet In Height Based To Boom $48.62 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Remote Control Operator On Rubber Tired Earth Moving Equipment , $51.89 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Rigger And Bellman $48.62 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Rollagon $51.89 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Roller, Other Than Plant Mix $48.62 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Roller, Plant Mix Or Multi-lift Materials • - $50.98 7A 3C 8P UnderQrourid Sewer ft Water Yakima Power Equipment Operators- Roto-mill, Roto-grinder $51.40 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Saws - Concrete $50.98 ' 7A 3C 8P UndergroundfSewer &,Water Yakima Power Equipment Operators- Scraper, Self Propelled Under 45 Yards $51.40 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Scrapers - Concrete & Carry All $50.98 7A 3C 8P Uriderground Sewer & Water Yakima Power Equipment Operators- Scrapers, Self-propelled: 45 Yards And Over $51.89 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Service Engineers - Equipment $50.98 7A 3C 8P Underground Sewer & Wate'r 172 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Yakima Power Equipment Operators- Shotcrete/gunite Equipment $48.62 7A 3C 8P Underground Sewer a Water Yakima Power Equipment Operators- Shovel , Excavator, Backhoe, Tractors Under 15 Metric Tons. $50.98 7A 3C 8P Underground Sewer .& Water Yakima Power Equipment Operators- Shovel, Excavator, Backhoe: Over 30 Metric Tons To 50 Metric Tons $51.89 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators-' Shovel, Excavator, Backhoes, Tractors: 15 To 30 Metric Tons $51.40 ' 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Shovel, Excavator, Backhoes: Over 50 Metric Tons To 90 Metric Tons $52.44 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Shovel, Excavator, Backhoes: Over 90 Metric Tons $53.01 7A 3C 8P Underground Sewer ,a Yakima Power Equipment Operators- Stipform Pavers $51.89 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Spreader, Topsider & Screedman $51.89 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Subgrader Trimmer $51.40 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Tower Bucket Elevators $50.98 7A 3C 8P Underground Sewer .& Water Yakima Power Equipment Operators- Tower Crane Over 175'in Height, Base To Boom $53.01 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Tower Crane Up To 175' In Height Base To Boom $52.44 7A • - 3C 8P Underground Sewer :& Water Yakima Power Equipment Operators- Transporters, All Track Or Truck Type $51.89 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators-! Trenching Machines $50.98 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Truck Crane Oiler/driver - 100 Tons And Over $51.40 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Truck Crane Oiler/driver Under 100 Tons $50.98 7A 3C 8P Underground Sewer& Water Yakima Power Equipment Operators- Truck Mount Portable Conveyor $51.40 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Welder $51.89 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Wheel Tractors, Farman Type $48.62 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Yo Yo Pay Dozer $51.40 7A 3C 8P Underground Sewer Et Water Yakima Power Line Clearance Tree Journey Level In Charge $42.91 5A 4A Trimmers Yakima Power Line Clearance Tree Spray Person • $40.73 5A 4A Trimmers Yakima Power Line Clearance Tree Tree Equipment Operator $41.29 5A 4A Trimmers Yakima Power Line Clearance Tree Tree Trimmer $38.38 5A 4A Trimmers Yakima Power Line Clearance Tree Tree Trimmer Groundperson $28.95 5A 4A Trimmers Yakima Refrigeration & Air Conditioning Journey Level $28.11 1 173 174 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Mechanics Yakima Residential Brick Mason Journey Level $29.00 1 Yakima Residential Carpenters Journey Levet $17.14 1 Yakima Residential Cement Masons Journey Level $11.86 1 Yakima Residential Drywall Applicators Journey Level $18.00 1 Yakima Residential Drywall Tapers Journey Level $17.00 1 Yakima Residential Electricians Journey Level • $21.98 1 Yakima Residential Glaziers Journey Level $22.43 61 1B Yakima Residential Insulation Applicators Journey Level $14.38 1 Yakima Residential Laborers Journey Level $11.02 1 Yakima Residential Marble Setters Journey Level $29.00 1 Yakima Residential Painters Journey Level $16.32 1 Yakima Residential Plumbers Et Journey Level $20.55 1 Pipefitters Yakima Residential Refrigeration Et Air Journey Level $28.11 1 Conditioning Mechanics Yakima Residential Sheet Metal Workers Journey Level (Field or Shop) $37.10 5A 1X Yakima Residential Soft Floor Layers Journey Level $17.55 1 Yakima Residential Spririkler Fitters (Fire Journey Level $9.19 1 Protection) Yakima Residential Stone Masons Journey Level $16.00 1 Yakima Residential Terrazzo Workers Journey•Level $9.19 1 Yakima Residential Terrazzo/Tile Journey Level $17.00 1 Finishers Yakima Residential Tile Setters Journey Level $16.78 1 Yakima Roofers Journey Level $12.00 1 Yakima Sheet Metal Workers Journey Level (Field or Shop) $50.61 5A 1X Yakima Sign Makers Et Installers Journey Level $14.65 1 (Electrical) Yakima • Sign Makers Et Installers (Non- Journey Level $14.65 1 Electrical) Yakima Soft Floor Layers Journey Level $23.11 5A 1N Yakima • Solar Controls For Windows • Journey Level $9.19 1 Yakima Sprinkler Fitters (Fire Protection) Journey Level $26.36 1 Yakima Stage Rigging Mechanics (Non Journey Level $13.23 1 • Structural) Yakima Stone Masons Journey Level $41.03 5A 1M Yakima Street'And Parking Lot Sweeper Journey Level $9.19 1 Workers • Yakima Surveyors Assistant Construction Site Surveyor $50.98 7A 3C 8P Yakima Surveyors Chainman $50.46 7A 3C 8P Yakima Surveyors Construction Site Surveyor $51.89 7A 3C 8P Yakima Telecommunication Technicians Journey Level $20.00 1 Yakima Telephone Line Construction - Cable Splicer $35.09 5A 2B Outside Yakima Telephone Line Construction - Hole Digger/Ground Person $19.22 5A 2B • Outside . 174 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Yakima Telephone Line Construction - Installer (Repairer) $33.63 5A 26 Outside Yakima Telephone Line Construction - Special Aparatus Installer I $35.09 5A 28' Outside Yakima Telephone Line Construction - Special Apparatus Installer II $34.37 5A 2B Outside Yakima ' Telephone Line Construction - Telephone Equipment Operator (Heavy) $35.09' 5A 213 Outside `• Yakima Telephone Line Construction - Telephone Equipment Operator (Light) $32.62 5A 213 Outside Yakima Telephone Line Construction'- Telephone Lineperson $32.62' . 5A 2B Outside Yakima Telephone Line Construction - Television Groundperson $18.65 5A 2B Outside Yakima Telephone Line Construction - Television Lineperson/Installer $24.66 5A 2B Outside Yakima Telephone Line Construction - Television System Technician $29.42 5A 2B Outside Yakima Telephone Line Construction:- Television Technician" $26.43 5A 28 Outside Yakima Telephone Line Construction - Tree Trimmer $32.95 5A 26 Outside Yakima Terrazzo Workers ' Journey:Level' $32.15-,t 5A. : 1M Yakima Tile Setters Journey Level $32.15 5A 1M Yakima Tile, .Marble Et Terrazzo Finishers Journey Level $28.07 5A 1M Yakima Traffic Control Stripers Journey Level $41.27 7A 1K Yakima ' Truck .Drivers Asphalt Mix •, $14.19 1 Yakima Truck Drivers Dump Truck Et Trailer(c.wa-760) $36.36 61 2G Yakima Truck Drivers Dump,Truck(c.wa-.760) $36.36 61 2G Yakima Truck Drivers Other Trucks(c.wa-760) $36.36 61 2G Yakima Truck Drivers' ,. Transit Mixer $38.96 1 Yakima Well Drillers Et Irrigation Pump Irrigation Pump Installer $25.44 1 Installers Yakima' Well Drillers &t Irrigation Pump Oiler-- $9.2Q 1 ' Installers Yakima Well Drillers Et Irrigation Pump Well Driller $18.00 1 Installers 175 Benefit Code Key - Effective 08-31- 2012 thru 03-02-2013 ****************** Overtime Codes Overtime calculations are based on the hourly rate actually paid to the worker. On public works projects, the hourly rate must be not less than the prevailing rate of wage minus the hourly rate of the cost of fringe benefits actually provided for the worker. 1 ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. C. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage D. The first two (2) hours before or after a five - eight (8) hour workweek day or a four - ten (10) hour workweek day and the first eight (8) hours worked the next day after either workweek shall be paid at one and one-half times the hourly rate of wage. All additional hours worked and all worked on Sundays and holidays shall be paid at double the hourly rate of wage. E. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. F The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours worked, except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. G The first ten (10) hours worked on Saturdays and the first ten (10) hours worked on a fifth calendar weekday in a four - ten hour schedule, shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten (10) hours per day Monday through Saturday and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. H. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions or equipment breakdown) shall be paid at one and one-half times the hourly rate of wage. All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. I. All hours worked on Sundays and holidays shall also be paid at double the hourly rate of wage. J. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over ten (10) hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. K. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. 176 M. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. N. All hours worked on Saturdays (except makeup days) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. 0. The first ten (10) hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays, holidays and after twelve (12) hours, Monday through Friday and after ten (10) hours on Saturday shall be paid at double the hourly rate of wage. P. All hours worked on Saturdays (except makeup days if circumstances warrant) and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. Q. The first two (2) hours after eight (8) regular hours Monday through Friday and up to ten (10) hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten (10) hours per day Monday through Saturday and all hours worked on Sundays and holidays (except Christmas day) shall be paid at double the hourly rate of wage. All hours worked on Christmas day shall be paid at two and one-half times the hourly rate of wage. R. All hours worked on Sundays and holidays shall be paid at two times the hourly rate of wage. S. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays and all other overtime hours worked, except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. T. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal shift, and all work on Saturdays shall be paid at time and one-half the straight time rate. Hours worked over twelve hours (12) in a single shift and all work performed after 6:00 pm Saturday to 6:00 am Monday and holidays shall be paid at double the straight time rate of pay The employer shall have the sole discretion to assign overtime work to employees. Primary consideration for overtime work shall be given to employees regularly assigned to the work to be performed on overtime situations. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more. U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays (except Labor Day) shall be paid at two times the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. V. All hours worked on Sundays and holidays (except Thanksgiving Day and Christmas day) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Thanksgiving Day and Christmas day shall be paid at double the hourly rate of wage. W. All hours worked on Saturdays and Sundays (except make-up days due to conditions beyond the control of the employer)) shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. 177 X. The first four (4) hours after eight (8) regular hours Monday through Friday and the first twelve (12) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over twelve (12) hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. When holiday falls on Saturday or Sunday, the day before Saturday, Friday, and the day after Sunday, Monday, shall be considered the holiday and all work performed shall be paid at double the hourly rate of wage. Y. All hours worked outside the hours of 5:00 am and 5:00 pm (or such other hours as may be agreed upon by any employer and the employee) and all hours worked in excess of eight (8) hours per day (10 hours per day for a 4 x 10 workweek) and on Saturdays and holidays (except labor day) shall be paid at one and one-half times the hourly rate of wage. (except for employees who are absent from work without prior approval on a scheduled workday during the workweek shall be paid at the straight -time rate until they have worked 8 hours in a day (10 in a 4 x 10 workweek) or 40 hours during that workweek.) All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and Labor Day shall be paid at double the hourly rate of wage. Z. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid the straight time rate of pay in addition to holiday pay. 2. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. C. All hours worked on Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at two times the hourly rate of wage. F The first eight (8) hours worked on holidays shall be paid at the straight hourly rate of wage in addition to the holiday pay. All hours worked in excess of eight (8) hours on holidays shall be paid at double the hourly rate of wage. G. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on paid holidays shall be paid at two and one-half times the hourly rate of wage including holiday pay. H. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. K. All hours worked on holidays shall be paid at two times the hourly rate of wage in addition to the holiday pay. O. All hours worked on Sundays and holidays shall be paid at one and one-half times the hourly rate of wage. R. All hours worked on Sundays and holidays and all hours worked over sixty (60) in one week shall be paid at double the hourly rate of wage. U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked over 12 hours m a day or on Sundays and holidays shall be paid at double the hourly rate of wage. 178 W. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four-day, ten- hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule, all hours worked after ten shall be paid at double the hourly rate of wage. The first eight (8) hours worked on the fifth day shall be paid at one and one-half times the hourly rate of wage. All other hours worked on the fifth, sixth, and seventh days and on holidays shall be paid at double the hourly rate of wage. Y. All hours worked on Saturdays (except for make-up days) shall be paid at one and one-half times the hourly rate of wage. All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. 3. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal shift, and all work on Saturdays shall be paid at time and one-half the straight time rate. Hours worked over twelve hours (12) in a single shift and all work performed after 6:00 pm Saturday to 6:00 am Monday and holidays shall be paid at double the straight time rate of pay Any shift starting between the hours of 6:00 pm and midnight shall receive an additional one dollar ($1.00) per hour for all hours worked that shift. The employer shall have the sole discretion to assign overtime work to employees. Primary consideration for overtime work shall be given to employees regularly assigned to the work to be performed on overtime situations. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more. B. The first four (4) hours after eight (8) regular hours Monday through Friday and the first twelve (12) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over twelve (12) hours Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. C. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal shift, and all work on Saturdays shall be paid at one and one-half times the hourly rate of wage. All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays shall be paid at double the hourly rate of wage. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more. D. All hours worked between 6:00 pm Monday through 6.00 am Saturday, shall be paid at an overtime rate of 15% over the hourly rate of wage. All other hours worked after 6.00 am on Saturdays, shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. E. All hours worked Sundays and holidays shall be paid at double the hourly rate of wage. Each week, once 40 hours of straight time work is achieved, then any hours worked over 10 hours per day Monday through Saturday shall be paid at double the hourly wage rate. 4. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. 179 A. All hours worked in excess of eight (8) hours per day or forty (40) hours per week shall be paid at double the hourly rate of wage. All hours worked on Saturdays, Sundays and holidays shall be paid at double the hourly rate of wage. B. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions) shall be paid at one and one-half times the hourly rate of wage. All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. Holiday Codes 5. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, and Christmas Day (7). B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, the day before Christmas, and Christmas Day (8). C. Holidays: New Year's Day, Presidents' Day, Memonal Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). D. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). H. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Day after Thanksgiving Day, And Christmas (6). I. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). J. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Eve Day, And Christmas Day (7). K. Holidays. New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9). L. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, And Christmas Day (8) N. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day, The Friday After Thanksgiving Day, And Christmas Day (9). P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday And Saturday After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9). If A Holiday Falls On Sunday, The Following Monday Shall Be Considered As A Holiday. R. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Day After Thanksgiving Day, One -Half Day Before Christmas Day, And Christmas Day. (7 1/2). S. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, And Christmas Day (7). 180 T. Paid Holidays: New Year's Day, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, Christmas Day, And The Day Before Or After Christmas (9). Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Chnstmas Day (8). Holiday Codes Continued 6 A. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, And Christmas Day (8). E. Paid Holidays: New Year's Day, Day Before Or After New Year's Day, Presidents Day, Memonal Day, Independence Day, Labor Day, Thanksgiving Day, Day After Thanksgiving Day, Christmas Day, And A Half -Day On Christmas Eve Day. (9 1 /2) G. Paid Holidays: New Year's Day, Martin Luther King Jr. Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day, The Friday After Thanksgiving Day, Christmas Day, And Christmas Eve Day (11). H. Paid Holidays: New Year's Day, New Year's Eve Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Fnday After Thanksgiving Day, Christmas Day, The Day After Christmas, And A Floating Holiday (10). I. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, And Christmas Day (7). Q. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, The Day After Thanksgiving Day And Christmas Day (8). Unpaid Holiday: Presidents' Day. T. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, The Last Working Day Before Christmas Day, And Christmas Day (9). Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (7). If a holiday falls on Saturday, the preceding Friday shall be considered as the holiday. If a holiday falls on Sunday, the following Monday shall be considered as the holiday Holiday Codes Continued 7. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday And Saturday After Thanksgiving Day, And Christmas Day (8). Any Holiday Which Falls On A Sunday Shall Be Observed As A Holiday On The Following Monday If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day. B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Fnday. C. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Thanksgiving Day, The Friday After Thanksgiving Day, And Christmas Day (8). Any holiday which falls on. a Sunday shall be observed as a holiday on the following Monday Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. 181 D. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Unpaid Holidays: President's Day. Any paid holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any paid holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. E. Holidays. New Year's Day, Memonal Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. F Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the last working day before Christmas day and Christmas day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. G Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. H. Holidays. New Year's Day, Martin Luther King Jr. Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Fnday. Holidays: New Year's Day, President's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, The Day Before Christmas Day And Christmas Day (9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. J. Holidays: New Year's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day and Christmas Day (6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. K. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. L. Holidays: New Year's Day, Memorial Day, Labor Day, Independence Day, Thanksgiving Day, the Last Work Day before Christmas Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. M. Paid Holidays: New Year's Day, The Day after or before New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, And the Day after or before Christmas Day. 10). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. N. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Fnday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. When Christmas falls on a Saturday, the preceding Friday shall be observed as a holiday. 182 O. Paid Holidays: New Year's Day, The Day After Or Before New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, Christmas Day, The Day After Or Before Christmas Day, And The Employees Birthday. 11). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. P. Holidays: New Year's Day, Memonal Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Q Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day. R. Paid Holidays. New Year's Day, the day after or before New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and the day after or before Christmas Day (10). If any of the listed holidays fall on Saturday, the preceding Friday shall be observed as the holiday. If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly Note Codes 8. A. In addition to the hourly wage and fringe benefits, the following depth premiums apply to depths of fifty feet or more: Over 50' To 100' - $2.00 per Foot for Each Foot Over 50 Feet Over 100' To 150' - $3 00 per Foot for Each Foot Over 100 Feet Over 150' To 220' - $4 00 per Foot for Each Foot Over 150 Feet Over 220' - $5 00 per Foot for Each Foot Over 220 Feet C. In addition to the hourly wage and fringe benefits, the following depth premiums apply to depths of fifty feet or more: Over 50' To 100' - $1.00 per Foot for Each Foot Over 50 Feet Over 100' To 150' - $1.50 per Foot for Each Foot Over 100 Feet Over 150' To 200' - $2.00 per Foot for Each Foot Over 150 Feet Over 200' - Divers May Name Their Own Price D. Workers working with supplied air on hazmat projects receive an additional $1.00 per hour. L. Workers on hazmat projects receive additional hourly premiums as follows - Level A: $0.75, Level B: $0.50, And Level C: $0.25. M. Workers on hazmat projects receive additional hourly premiums as follows: Levels A & B: $1.00, Levels C & D: $0.50. N. Workers on hazmat projects receive additional hourly premiums as follows - Level A: $1 00, Level B: $0.75, Level C: $0.50, And Level D: $0.25 P Workers on hazmat projects receive additional hourly premiums as follows - Class A Suit: 183 Q. R. $2.00, Class B Suit: $1.50, Class C Suit: $1.00, And Class D Suit $0.50 The highest pressure registered on the gauge for an accumulated time of more than fifteen (15) minutes during the shift shall be used in determining the scale paid. Effective August 31, 2012 — A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized. A Traffic Control Laborer performs the setup, maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. These classifications are only effective on or after August 31, 2012. S. Effective August 31, 2012 — A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is bemg utilized. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. This classification is only effective on or after August 31, 2012. T. Effective August 31, 2012 — A Traffic Control Laborer performs the setup, maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho This classification is only effective on or after August 31, 2012 184 Washington State Department of Labor and Industries Policy Statement (Regarding the Production of "Standard" or "Non-standard" Items) The offsite fabrication of nonstandard items specifically produced for a public works project is considered public work for which prevailing wages are required. Below is the department's (State L&I's) list of criteria to be used in determining whether a prefabricated item is "standard" or "non-standard". For items not appearing on WSDOT's predetermined list, these criteria shall be used by the Contractor (and the Contractor's subcontractors, agents to subcontractors, suppliers, manufacturers, and fabricators) to determine coverage under RCW 39.12. The production, in the State of Washington, of non-standard items is covered by RCW 39.12, and the production of standard items is not. The production of any item outside the State of Washington is not covered by RCW 39.12. 1. Is the item fabricated for a public works project? If not, it is not subject to RCW 39.12. If it is, go to question 2. 2. Is the item fabricated on the public works jobsite? If it is, the work is covered under RCW 39.12. If not, go to question 3. 3. Is the item fabricated in an assembly/fabrication plant set up for, and dedicated primarily to, the public works project? If it is, the work is covered by RCW 39.12. If not, go to question 4. 4. Does the item require any assembly, cutting, modification or other fabrication by the supplier? If not, the work is not covered by RCW 39.12. If yes, go to question 5. 5. Is the prefabricated item intended for the public works project typically an inventory item which could reasonably be sold on the general market? If not, the work is covered by RCW 39.12. If yes, go to question 6. 6. Does the specific prefabricated item, generally defined as standard, have any unusual characteristics such as shape, type of material, strength requirements, finish, etc? If yes, the work is covered under RCW 39.12. It is the manufacturer's responsibility to verify that the correct county wage rates are applied to work they perform. Any firm with questions regarding the policy, WSDOT's Predetermined List, or for determinations of covered and non -covered workers shall be directed to State L&I at (360) 902-5330. 185 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator Below is a list of potentially prefabricated items, originally furnished by WSDOT to Washington State Department of Labor and Industries, that may be considered non- standard and therefore covered by the prevailing wage law, RCW 39.12. Items marked with an X in the "YES" column should be considered to be non-standard and therefore covered by RCW 39.12. Items marked with an X in the "NO" column should be considered to be standard and therefore not covered. Of course, exceptions to this general list may occur, and in that case shall be evaluated according to the criteria described in State and L&I's policy statement. ITEM DESCRIPTION YES NO 1. Metal rectangular frames, solid metal covers, herringbone grates, and bi-directional vaned grates for Catch Basin Types 1, 1 L, 1P, and 2 and Concrete Inlets. See Std. Plans XX 2. Metal circular frames (rings) and covers, circular grates, and prefabricated ladders for Manhole Types 1, 2, and 3, Drywell Types 1, 2, and 3 and Catch Basin Type 2. See Std. Plans XX 3. Prefabricated steel grate supports and welded grates, metal frames and dual vaned grates, and Type 1, 2, and 3 structural tubing grates for Drop Inlets See Std. Plans. XX 4. Concrete Pipe - Plain Concrete pipe and reinforced concrete pipe Class 2 to 5 sizes smaller than 60 inch diameter. XX 5. Concrete Pipe - Plain Concrete pipe and reinforced concrete pipe Class 2 to 5 sizes larger than 60 inch diameter. XX 6. Corrugated Steel Pipe - Steel lock seam corrugated pipe for culverts and storm sewers, sizes 30 inch to 120 inches in diameter. May also be treated, 1 thru 5. XX 7 Corrugated Aluminum Pipe - Aluminum lock seam corrugated pipe for culverts and storm sewers, sizes 30 inch to 120 inches in diameter. May also be treated, #5 X 186 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ITEM DESCRIPTION YES NO 8. Anchor Bolts & Nuts - Anchor Bolts and Nuts, for mounting sign structures, luminaries and other items, shall b� made from commercial bolt stock. See Contract Plans and Std. Plans for size and material type. X X 9. Aluminum Pedestrian Handrail - Pedestrian handrail conforming to the type and material specifications set forth in the contract plans. Welding of aluminum shall be in accordance with Section 9-28.14(3). X X 0. Major Structural Steel Fabrication - Fabrication of major steel items such as trusses, beams, girders, etc., for bridges. X X 1. Minor Structural Steel Fabrication - Fabrication of minor steel Items such as special hangers, brackets, access doors for structures, access ladders for irrigation boxes, bridge expansion joint systems, etc., involving welding, cutting, punching and/or boring of holes. See Contact Plans for item description and shop drawings. X X 2. Aluminum Bridge Railing Type BP - Metal bridge railing conforming to the type and material specifications set forth in the Contract Plans. Welding of aluminum shall be in accordance with Section 9-28.14(3). X X 3. Concrete Piling--Precast-Prestressed concrete piling for use as 55 and 70 ton concrete piling. Concrete to conform to Section 9-19.1 of Std. Spec.. X X 4. Precast Manhole Types 1, 2, and 3 with cones, adjustment sections and flat top slabs. See Std Plans. X X 5. Precast Drywell Types 1, 2, and with cones and adjustment Sections. See Std. Plans. X 3. Precast Catch Basin - Catch Basin type 1, 1 L, 1 P, and 2 With adjustment sections. See Std. Plans. X X 187 ITEM DESCRIPTION YES NO 17. Precast Concrete Inlet - with adjustment sections, See Std. Plans XX 18 Precast Drop Inlet Type 1 and 2 with metal grate supports. See Std Plans. XX 19. Precast Grate Inlet Type 2 with extension and top units See Std. Plans XX 20. Metal frames, vaned grates, and hoods for Combination Inlets. See Std. Plans XX 21. Precast Concrete Utility Vaults - Precast Concrete utility vaults of various sizes. Used for in ground storage of utility facilities and controls See Contract Plans for size and construction requirements Shop drawings are to be provided for approval prior to casting 2I2—Vault-Risers - or use with -Valve Vau is and-Utilifies Vaults. XX X XX 23. Valve Vault - For use with underground utilities. See Contract Plans for details. 24 Precast Concrete Barrier - Precast Concrete -Barrier for use as new barrier or may also be used as Temporary Concrete Barrier. Only new state approved barrier may be used as permanent barrier. 25. Reinforced Earth Wall Panels - Reinforced Earth Wall Panels in size and shape as shown in the Plans. Fabrication plant has annual approval for methods and materials to be used. See Shop Drawing. Fabrication at other locations may be approved, after facilities inspection, contact HQ. Lab. XX N 26. Precast Concrete Walls = Precast Concrete W1ls milt -up wall panel in size and shape as shown in Plans Fabrication plant has annual approval for methods and materials to be used 188 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ITEM DESCRIPTION YES NO 27. Precast Railroad Crossings - Concrete Crossing Structure Slabs X 28. 12, 18 and 26 inch Standard Precast Prestressed Girder — Standard Precast Prestressed Girder for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)A XX 29. Prestressed Concrete Girder Series 4-14 - Prestressed Concrete Girders for use in structures. Fabricator plant has annual approval methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6-02 3(25)A of x 30. Prestressed Tri -Beam Girder - Prestressed Tri -Beam Girders for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6-02 3(25)A x 31 Prestressed Precast Hollow -Core Slab — Precast Prestressed Hollow core slab for use in structures Fabricator plant has annual approval methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)A. - of X 32. Prestressed -Bulb Tee Girder - Bulb Tee Prestressed Girder for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)A • X 33. Monument Case and Cover See Std. Plan. X 189 ITEM DESCRIPTION YES NO 34. Cantilever Sign Structure - Cantilever Sign Structure fabricated from steel tubing meeting AASHTO-M-183. See Std Plans, and Contract Plans for details. The steel structure shall be galvanized after fabrication in accordance with AASHTO-M-111. X 35 Mono -tube Sign Structures - Mono -tube Sign Bridge fabricated to details shown in the Plans. Shop drawings for approval are required prior to fabrication. X 36. Steel Sign Bridges - Steel Sign Bridges fabricated from steel tubing meeting AASHTO-M-138 for Aluminum Alloys. See Std. Plans, and Contract Plans for details. The steel structure shall be galvanized after fabrication in accordance with AASHTO-M-111. XX 37. Steel Sign Post - Fabricated Steel Sign Posts as detailed in Std Plans. Shop drawings for approval are to be provided prior to fabrication XX 38 Light Standard -Prestressed - Spun, prestressed, hollow concrete poles. XX 39. Light Standards - Lighting Standards for use on highway illumination systems, poles to be fabricated to conform with methods and materials as specified on Std. Plans. See Specia Provisions for pre -approved drawings XX 40. Traffic Signal Standards - Traffic Signal Standards for use on highway and/or street signal systems Standards to be fabricated to conformy with methods and material as specified on Std. Plans. See Special Provisions for pre -approved drawings 41. Precast Concrete Sloped Mountable Curb (Single and DualFaced) See Std. Plans. X 190 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ITEM DESCRIPTION YES NO 42. Traffic Signs - Prior to approval of a Fabricator of Traffic Signs, the sources of the following materials must be submitted and approved for reflective sheeting, legend material, and aluminum sheeting. NOTE: *** Fabrication inspection required. Only signs tagged "Fabrication Approved" by WSDOT Sign Fabrication Inspector to be installed XX XX Custom Message Std Signir Message 437—flatting-& berrding-reinforcing steel XX Custom X X. XX Standafd 44. Guardrail components End Sec Covered WAC 296-127-018 Covered WAC 296-127-018 Sec by by 45. AggregatestConorele mixes 46. Asphalt 47. Fiber fabrics X X 48. Electrical-wiring/components X x 49. treated or untreated -timber -pile X X 50. Girder -pads (elastomeric bearing) X Xx 51 Standard -Dimension -lumber X X X 52--Irrigation-components— 191 5 5 5 5 5 5 5 6 6 6 ITEM DESCRIPTION YES NO 3. Fencing materials X x 4 Guide Posts X x 5. Traffic Buttons XX 6 Epoxy X X. 7 Cribbing X 8 Water distribution materials x X 9. Steel "H" piles X X D. Steel pipe for concrete pile casings X X 1. Steel pile tips, standard X x 2. Steel pile tips, custom X X 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 192 1 1 WSDOT's List of State Occupations not applicable to Heavy and Highway Construction Projects This project is subject to the state hourly minimum rates for wages and fringe benefits in the contract provisions, as provided by the state Department of Labor and Industries. The following list of occupations, is comprised of those occupations that are not normally used in the construction of heavy and highway projects. When considering job classifications for use and / or payment when bidding on, or building heavy and highway construction projects for, or administered by WSDOT, these Occupations will be excepted from the included "Washington State Prevailing Wage Rates For Public Work Contracts" documents. • Electrical Fixture Maintenance Workers • Electricians - Motor Shop • Heating Equipment Mechanics • Industrial Engine and Machine Mechanics • Industrial Power Vacuum Cleaners • Inspection, Cleaning, Sealing of Water Systems by Remote Control • Laborers - Underground Sewer & Water • Machinists (Hydroelectric Site Work) • Modular Buildings • Playground & Park Equipment Installers • Power Equipment Operators - Underground Sewer & Water • Residential 'F*'k ALL ASSOCIATED RATES *** • Sign Makers and Installers (Non -Electrical) • Sign Makers and Installers (Electrical) • Stage Rigging Mechanics (Non Structural) The following occupations may be used only as outlined in the preceding text concerning "WSDOT's list for Suppliers - Manufacturers - Fabricators" • Fabricated Precast Concrete Products • Metal Fabrication (In Shop) Definitions for the Scope of Work for prevailing wages may be found at the Washington State Department of Labor and Industries web site and in WAC Chapter 296-127. 193 Washington State Department of Labor and Industries Policy Statements (Regarding Production and Delivery of Gravel, Concrete, Asphalt, etc.) WAC 296-127-018 Agency filings affecting this section Coverage and exemptions of workers involved in the production and delivery of gravel, concrete, asphalt, or similar materials. (1) The materials covered under this section include but are not limited to: Sand, gravel, crushed rock, concrete, asphalt, or other similar materials. (2) All workers, regardless of by whom employed, are subject to the provisions of chapter 39.12 RCW when they perform any or all of the following functions: (a) They deliver or discharge any of the above -listed materials to a public works project site: (i) At one or more point(s) directly upon the location where the material will be incorporated into the project; or (ii) At multiple points at the project; or (iii) Adjacent to the location and coordinated with the incorporation of those materials. (b) They wait at or near a public works project site to perform any tasks subject to this section of the rule. (c) They remove any materials from a public works construction site pursuant to contract requirements or specifications (e.g., excavated materials, materials from demolished structures, clean-up materials, etc.). (d) They work in a materials production facility (e.g., batch plant, borrow pit, rock quarry, etc.,) which is established for a public works project for the specific, but not necessarily exclusive, purpose of supplying materials for the project. (e) They deliver concrete to a public works site regardless of the method of incorporation. (f) They assist or participate in the incorporation of any materials into the public works project. 194 (3) All travel time that relates to the work covered under subsection (2) of this section requires the payment of prevailing wages. Travel time includes time spent waiting to load, loading, transporting, waiting to unload, and delivering materials. Travel time would include all time spent in travel in support of a public works project whether the vehicle is empty or full. For example, travel time spent returning to a supply source to obtain another load of material for use on a public works site or returning to the public works site to obtain another load of excavated material is time spent in travel that is subject to prevailing wage. Travel to a supply source, including travel from a public works site, to obtain materials for use on a private project would not be travel subject to the prevailing wage. (4) Workers are not subject to the provisions of chapter 39.12 RCW when they deliver materials to a stockpile. (a) A "stockpile" is defined as materials delivered to a pile located away from the site of incorporation such that the stockpiled materials must be physically moved from the stockpile and transported to another location on the project site in order to be incorporated into the project. (b) A stockpile does not include any of the functions described in subsection (2)(a) through (f) of this section; nor does a stockpile include materials delivered or distributed to multiple locations upon the project site; nor does a stockpile include materials dumped at the place of incorporation, or adjacent to the location and coordinated with the incorporation. (5) The applicable prevailing wage rate shall be determined by the locality in which the work is performed. Workers subject to subsection (2)(d) of this section, who produce such materials at an off-site facility shall be paid the applicable prevailing wage rates for the county in which the off-site facility is located. Workers subject to subsection (2) of this section, who deliver such materials to a public works project site shall be paid the applicable prevailing wage rates for the county in which the public works project is located. [Statutory Authority: Chapter 39.12 RCW, RCW 43.22.051 and 43.22.270. 08-24-101, § 296-127-018, filed 12/2/08, effective 1/2/09. Statutory Authority: Chapters 39.04 and 39.12 RCW and RCW 43.22.270. 92-01-104 and 92-08-101, § 296-127-018, filed 12/18/91 and 4/1/92, effective 8/31/92.] 195 PROPOSAL To the City Clerk Yakima, Washington This certifies that the undersigned has examined the location of: City of Yakima William 0. Douglas - Powerhouse Trail Connector City Project No. 2301 Federal Aid No.: STPE-1485(023) and that the plans, specifications and contract governing the work embraced in this improvement, and the method by which payment will be made for said work, is understood. The undersigned hereby proposes to undertake and complete the work embraced in this improvement, or as much thereof as can be completed with the money available in accordance with the said plans, specifications and contract, and the following schedule of rates and prices. NOTE: Unit prices for all items, all extensions, and total amount of bid, shall be shown, and be written in ink or typed. Show unit prices in figures only Figures written to the right of the dot (decimal) in the dollars column shall be considered as cents. 197 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ITEM PROPOSAL BID SHEET City of Yakima William 0. Douglas — Powerhouse Trail Connector City Project No. 2301 Federal Aid No.: STPE-1485(0231 ITEM NO. PROPOSAL ITEM PAYMENT SECTION QTY UNIT UNIT PRICE DOLLARS AMOUNT DOLLARS 1 MINOR CHANGE 1-04.4 1 FA $10,000 $10,000 2 SPCC PLAN 1-07.15 1 LS 3 MOBILIZATION 1-09.7 1 LS 4 PROJECT TEMPORARY TRAFFIC CONTROL 1-10.5 1 LS 5 ROADSIDE CLEANUP 2-01.5 1 FA $13,000 $13,000 6 SAW CUT 2-02.5 1500 LF 7 PATHWAY EXCAVATION INCL. HAUL 2-03.5 900 CY 8 CRUSHED SURFACING TOP COURSE 4-04.5 645 TON 9 HMA CL. 3/8 PG 64-28 5-04 5 430 TON 10 PAVEMENT REPAIR 5-04.5 280 SY 11 ASPHALT CURB RAMP TYPE 1 5-04.5 2 EACH 12 ASPHALT CURB RAMP TYPE 2 5-04.5 8 EACH 13 ADJUST CATCH BASIN 7-05.5 3 EACH 14 ADJUST VALVE BOX 7-12 5 4 EACH 15 REMOVE AND REPLACE IRRIGATION SYSTEM 8-03.5 1 FA $5,000 $5,000 16 CEMENT CONC. TRAFFIC CURB AND GUTTER 8-04.5 1150 LF 17 EXTRUDED CURB TPYE 6 8-04.5 10 LF 199 18 CEMENT CONCRETE SIDEWALK 8-14.5 275 SY 19 CEMENT CONCRETE CURB RAMP TYPE PERPENDICULAR A 8-14.5 1 EACH 20 CEMENT CONCRETE CURB RAMP TYPE SINGLE DIRECTION A 8-14.5 4 EACH 21 CEMENT CONCRETE CURB RAMP TYPE SINGLE DIRECTION B - 8-14.5 1 EACH 22 CEMENT CONCRETE CURB RAMP TYPE PARALLEL A 8-14.5 2 EACH 23 CURB RAMP DETECTABLE WARNING SURFACE RETROFIT 8-14.5 105 SF 24 CEMENT CONCRETE SIDEWALK REPAIR 8-14.5 50 SY 25 MAILBOX SUPPORT, TYPE 1 8-18.5 1 EACH 26 REMOVE EXISTING BOLLARD 8-18 5 5 EACH 27 BOLLARD TYPE 1 8-18.5 4 EACH 28 PERMANENT SIGNING 8-21.5 1 LS 29 PLASTIC CROSSWALK LINE 8-22.5 1725 SF SUB TOTAL: Tax 8.2%: TOTAL: 200 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 THE CINCINNATI INSURANCE COMPANY CINCINNATI, OHIO Bid Bond KNOW ALL MEN BY THESE PRESENTS, that we Paragon Northwest L.L.C. as Principal, hereinafter called the Principal, and THE CINCINNATI INSURANCE COMPANY, 6200 S Gilmore Road, Fairfield, Ohio 45014-5141, a corporation duly organized under the laws of the State of Ohio, as Surety, hereinafter called the Surety, are held and firmly bound unto City of Yakima as Obligee, hereinafter called the Obligee, in the sum of 117ic 5% of the Bid Dollars (S 5% ), fnr the payment of whir.h ciim wall and truly to he made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents WHEREAS, the Principal has submitted a bid for Installation �f new walking path, demolition, gravel base, asphalt, curb, and gutter NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed thi 1th day of February (Witness) 2013 Paragon Northwest L.L.0 (Principal). (Seal) Joseph Sevighy - President THE CINCINNATI INSURANCE COMPANY (Surety) (Seal) By: 141/1\J attorney -in -Fact Amy Kehoe-- The Company executing this bond vouches that this document conforms tccAmerica stie of Architects Document A310, February 1970 Edition S -2000 -AIA (6/08) PUBLIC THE CINCINNATI INSURANCE COMPANY Fairfield, Ohio POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That THE CINCINNATI INSURANCE COMPANY, a corporation organized under the laws of the State of Ohio, and having its principal office in the City of Fairfield, Ohio, does hereby constitute and appoint Alan H. Cottle; David M. Hargreaves; Jeff Barrom; Christine K. Summers; Terri West; Alisa L. Hill; Kim Beagley; Cheryl Schmidt; Jennifer Schultz; Lana J. Russell; Amy Kehoe; Randi K. Butorac; Jan Boutwell; Linda A. Light; Cheryl A. Kennish and/or Judith Twardoski of Yakima, Ellensburg, Moses Lake and Sunnyside, WA its true and lawful Attorneys) -in -Fact to sign, execute, seal and deliver on its behalf as Surety, and as its act and deed, any and all bonds, policies, undertakings, or other like instruments, as follows: Any such obligations in the. United States, up to Twenty Five Million and No/100 Dollars ($25,000,000.00). This appointment is made under and by authority of the following resolution passed by the Board of Directors of said Company at a meeting held in the principal office of the Company, a quonun being present and voting, on the 6th day of December, 1958, which resolution is still in effect: "RESOLVED, that the President or any Vice President be hereby authorized, and empowered to appoint Attorneys -in - Fact of the Company to execute any and all bonds, policies, undertakings, or other like instruments on behalf of the Corporation, and may authorize any officer or any such Attorney -in -Fact to affix the corporate seal; and may with or without cause modify or revoke any such appointment or authority. Any such writings so executed by such Attorneys -in - Fact shall be binding upon the Company as if they had been duly executed and acknowledged by the regularly elected officers of the Company." This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company at a meeting duly called and held on the 7`h clay of December, 1973. "RESOLVED, that the signature of the President or a Vice President. and the seal of the Company may be affixed by facsimile on any power of attorney granted, and the signature of the Secretary or Assistant Secretory and the seal of the Company may be affixed by facsimile to any certificate of any such power and any such power of certificate bearing such facsimile signature and seal shall be valid and binding on the Company. Any such power so executed and sealed and certified by certificate so executed and sealed shall, with respect to any bond or undertaking to which it is attached, continue to be valid and binding on the Company." IN WITNESS WHEREOF, THE CINCINNATI INSURANCE COMPANY has caused these presents to be sealed with its corporate seal, duly attested by its Vice President this 10th day of October, 2008. STATE OF OHIO COUNTY OF BUTLER ) ss: THE C f II3aTI INSURANCE COMPANY Vice Presidenr On this 10"' day of October, 2008, before me came the above-named Vice President of THE CINCINNATI INSURANCE COMPANY, to me personally known to be the officer described herein, and acknowledged that the seal affixed to the preceding instrument is the corporate seal of said Company and the corporate seal and the signature of the officer were duly affixed and subscribed to said instrument by the authority and direction of said corporation. 6 e'gt9M99P90gdr��p� a`0 ----- l�fi r10 ®q � R1 A L mac` ‘' 'iMVMARK d. HLLER, Attorney at Law NOTARY PUBLIC - STATE OF OHIO My commission has no expiration date. Section 147.03 O.R.C. I, the undersigned Secretary or Assistant Secretary of THE CINCINNATI. INSURANCE COMPANY, hereby certify that the above is a true and correct copy of the Original Power of Attorney issued by said Company, and do hereby further certify that the said Power of Attorney is still in full force and effect. this GIVEN under my hand and seal of said Company at Fairfield, Ohio. ( t,Se{2, day of BN -1005 (10/08) eioRk Lc abi3. BID BOND FORM Herewith find deposit in the form of a certified check, cashiers check, or cash in the amount of $ which amount is not less than five percent of the total bid. Sign Here BID BOND KNOW ALL MEN BY THESE PRESENTS: That we, , as principal, and as Surety, are held and firmly bound unto the City of Yakima, as Obligee, in the penal sum of Dollars, for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, by these presents. The condition of this obligation is such that if the Obligee shall make any award to the Principal for , according to the terms of the proposal or bid made by the Principal therefore, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee, or if the Principal shall, in case of failure so to do, pay and forfeit to the Obligee the penal amount of the deposit specified in the call for bids, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages, the amount of this bond. SIGNED, SEALED AND DATED THIS DAY OF , 20 Principal Surety ,20 Received return of deposit in the sum of $ 201 PROPOSAL William 0. Douglas — Powerhouse Trail Connector City Project No. 2301 Federal Aid No.: STPE-1485(023) The bidder is hereby advised that by signature of this proposal he/she is deemed to have acknowledged all requirements and signed all certificates contained herein. A proposal guaranty in an amount of five percent (5%) of the total bid, based upon the approximate estimate of quantities at the above prices and in the form as indicated below, is attached hereto: CASH 0 IN THE AMOUNT OF CASHIER'S CHECK 0 CERTIFIED CHECK 0 ($ ) PAYABLE TO THE CITY OF YAKIMA PROPOSAL BOND IN THE AMOUNT OF 5% OF THE BID ** Receipt is hereby acknowledged of addendum(s) No.(s) 0 I DOLLARS PROPOSAL MUST BE SIGNED -3 q- 6730-41q/o PHONE NUMBER FIRM NAME (ADDRESS) caj'o M r4- sT L. 1, L. CSS( hers 1(0(4 \`a /C; LJ a c zqo I STATE OF WASHINGTON CONTRACTORS LICENSE NUMBER P1A Fa .& N C, 41311^A Note: FEDERAL ID No. 1 16101 31 71 01 1 1 7101 WA STATE EMPLOYMENT SECURITY REFERENCE NO. �?L.( 5-660060 (1) This proposal form is not transferable and any alteration of the firm's name entered hereon without prior permission from the Secretary of Transportation will be cause for considering the proposal irregular and subsequent rejection of the bid. (2) Please refer to section 1-02.6 of the standard specifications, re. "Preparation of Proposal," or "Article 4" of the Instructions to Bidders for building construction jobs. (3) Should it be necessary to modify this proposal either in writing or by electronic means, please make reference to the following proposal number in your communication. 203 COMPLIANCE WITH IMMIGRATION AND NATURALIZATION ACT The City of Yakima supports the Federal Immigration, Reform and Control Act of 1986, as amended. The City requires that all contractors or business entities that contract with the City for the award of any City contract for public works in excess of Five Thousand Dollars ($5,000), or any other city contract in excess of Two Thousand Five Hundred Dollars ($2,500), enroll in the E -Verify program or its successor, and thereafter to verify its employees' proof of citizenship and authorization to work in the United States. E -Verify will be used for newly hired employees during the term of the contract ONLY: it is NOT to be used for existing employees. The Contractor must remain enrolled in the program for the duration of the contract and be responsible for verification of every applicable subcontractor. The contractor shall sign and return with their bid response the E -Verify Declaration below. Failure to do so may be cause for rejection of bid. E -VERIFY COMPLIANCE DECLARATION The undersigned declares, under penalty of perjury under the laws of Washington State that: 1. By submitting this Declaration, I certify that I do not and will not, during the performance of this contract, employ illegal alien workers, or otherwise violate the provisions of the Federal Immigration Reform and Control Act of 1986. 2. I agree to enroll in E -Verify prior to the start date of any contract issued by the City of Yakima to ensure that my workforce is legal to work in the United States of America. I agree to use E -Verify for all newly hired employees during the length of the contract. 3. I certify that I am duly authorized to sign this declaration on behalf of my company. 4. I acknowledge that the City of Yakima reserves the right to require evidence of enrollment of the E -Verify program at any time and that non-compliance could lead to suspension of this contract. Firm Name: Dated this day of , 20 Signature: Printed Name: Phone 4: Email Address: 205 NON -COLLUSION DECLARATION I, by signing the proposal, hereby declare, under penalty of perjury under the laws of the United States that the following statements are true and correct: 1. That the undersigned person(s), firm, association or corporation has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the project for which this proposal is submitted. 2. That by signing the signature page of this proposal, I am deemed to have signed and have agreed to the provisions of this declaration. NOTICE TO ALL BIDDERS To report bid rigging activities call: I -800-424-9071 The U.S. Department of Transportation (USDOT) operates the above toll-free "hotline" Monday through Friday, 8:00 a.m. to 5:00 p.m., Eastern time. Anyone with knowledge of possible bid rigging, bidder collusion, or other fraudulent activities should use the "hotline" to report such activities. The "hotline" is part of USDOT's continuing effort to identify and investigate highway construction contract fraud and abuse and is operated under the direction of the USDOT Inspector General. All information will be treated confidentially and caller anonymity will be respected. 207 Certification for Federal -Aid Contract DOT Form 272-040A EF follows this page as an attachment 209 Local Agency Certification for Federal -Aid Contracts The prospective participant certifies by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: (1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form -LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. This certification is material representation of the fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each failure. The prospective participant also agrees by submitting his or her bid or proposal that he or she shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such subrecipients shall certify and disclose accordingly. SR DOT Form 272-040A EF 07/2011 211 NON-DISCRIMINATION PROVISION During the performance of this contract, the contractor agrees as follows: (1) The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex or national origin. Such action shall include, but not be limited to the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. *(2) The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex or national origin. *(3) The contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice, to be provided by the agency contracting officer, advising the labor union or workers' representative of the contractor's commitments under Section 202 of Executive Order No. 11246 of September 24, 1965, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. "(4) The contractor will comply with all provisions of Executive Order No. 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. *(5) The contractor will furnish all information and reports required by Executive Order No. 11246 of September 24, 1965, and by the rules regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the contracting agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. "(6) In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any such rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts in accordance with procedures authorized in Executive Order No. 11246 of September 24, 1965, and such other sanctions may be imposed and remedies involved as provided in Executive Order No. 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. "(7) The contractor will include the provisions of Paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or orders 01 the Secretary of Labor issued pursuant to Section 204 of Executive Order No. 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order as the contracting agency may direct as a means of enforcing such provisions including sanctions for noncompliance: Provided however, that in the event the contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the contracting agency, the contractor may request the United States to enter into such litigation to protect the interests of the United States." 213 WOMEN AND MINORITY BUSINESS ENTERPRISE POLICY It is the policy of the City of Yakima that women and minority business enterprises shall have the maximum opportunity to participate in the performance of work relating to the City's activities. To this end, the City is committed to take all necessary and reasonable steps in accordance with state and federal rules and regulations to ensure women and minority business enterprises the maximum opportunity to compete for and to perform contracts. In order to enhance opportunities for women and minority businesses to participate in certain contractor opportunities with the City of Yakima, and as a recipient of federal and state financial assistance, the City is committed to a women and minority business enterprise utilization program. The City is determined to maximize women and minority business opportunities through participation in the competitive bidding process through women and minority business enterprise affirmative action programs administratively established by the City Manager and monitored and implemented in accordance with state and federal rules and regulations. All women and minority business enterprise programs shall include specific goals for participation of women and minority businesses in City projects of at least ten percent (10%) of the total dollar value of City contract over $10,000. Goals shall be reviewed and updated annually by the City Manager for applicability and to ensure that the intent of this policy is accomplished. This statement of policy will be widely disseminated to all managers, supervisors, minorities and women employed by the City of Yakima as well as to contractors, vendors, suppliers, minorities and women who may seek the City's procurement and construction contracts related to the women and minority business enterprise programs. Contractors associations will be made aware of construction projects affected by this policy through all available avenues to assure that plans/specifications, bid forms, and invitations to bid are as widely distributed as possible. 215 RESOLUTION NO. D - 4 8 1 6 A RESOLUTION adopting a "Women And Minority Business Enterprise Policy" for the City of Yakima. WHEREAS, the City of Yakima is the recipient of federal and state assistance which assistance carries with it the obli- gation of contracting with Women And Minority Business Enter- prises for the performance of public works, and WHEREAS, it is the intention of the City of Yakima that Women And Minority Business Enterprises shall have the maximum practicable opportunity to participate in the performance of such public works, and WHEREAS, the City of Yakima is determined to maximize Women And Minority Business Enterprise opportunities for parti- cipation in its competitive bidding process through the adoption of the "Women And Minority Business Enterprise Policy" statement attached hereto, now, therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The City Council hereby adopts the "Women And Minority Business Enterprise Policy", a copy of which is attached hereto and by reference made a part hereof. D� ADOPTED BY THE CITY COUNCIL this.. 't day of 1983. ATTEST: City Clerk 217 Mayor AFFIRMATIVE ACTION PLAN The bidders, contractors and subcontractors will not be eligible for award of a contract under this Advertisement for Bids unless it certifies as prescribed, that it adopts the minimum goals and timetable of minority and women workforce utilization and specific affirmative action steps as set forth by the City of Yakima, This is directed at increasing minority and women workforce utilization by means of applying good faith efforts to carrying out such steps. However, no contractor or subcontractor shall be found to be in noncompliance solely on account of its failure to meet its goals within its timetables, but such contractor shall be given the opportunity to demonstrate that it has instituted all of the specific affirmative action steps specified by the City of Yakima, and has made every good faith effort to make these steps work toward the attainment of its goals, all to the purpose of expandmg minority and women workforce utilization on all of its projects in the City of Yakima, Washington. In all cases, the compliance of a bidder, contractor or subcontractor will be determined in accordance with its respective obligations under the terms of these Bid Conditions. All bidders and all contractors and subcontractors performing or to perform work on projects subject to these Bid Conditions hereby agree to inform their subcontractors of their respective obligations under the terms and requirements of these Bid Conditions, including the provisions relating to goals of minority and women employment and training. Specific Affirmative Action Steps Bidders, contractors and subcontractors subject to this contract must engage in affirmative action directed at increasing minority and women workforce utilization, which is at least as extensive and as specific as the following steps: a. The contractor shall notify community organizations that the contractor has employment opportunities available and shall maintain records of the organizations' response. b. The contractor shall maintain a file of the names and addresses of each minority and women worker referred to him and what action was taken with respect to each such referred worker, and if the worker was not employed, the reasons therefore. If such worker was not sent to the union hiring hall for referral or if such worker was not employed by the contractor, the contractor's file shall document this and the reasons therefore. c. The contractor shall promptly notify the City of Yakima Engineering Division an Contract Compliance Officer when the union or unions with whom the contractor has collective bargaining agreement has not referred to the contractor a minority or woman worker sent by the contractor or the contractor has other information that the union referral process has impeded him in his efforts to meet his goal. d. The contractor shall participate in training programs in the area, especially those funded by the Department of Labor. e. The contractor shall disseminate his EEO policy within his own organization by including it in any policy manual; by publicizing it in company newspapers, annual reports, etc., by conducting staff, employee and union representatives' meetings to explain and discuss the policy; by posting of the policy; and by specific review of the policy with minority employees. f. The contractor shall disseminate his EEO policy externally by informing and discussing it with all recruitment sources; by advertising m news media, specifically including minority news media; and by notifying and discussing it with all subcontractors and suppliers. g. The contractor shall make specific efforts and constant personal (both written and oral) recruitment efforts directed at all minority or women organizations, schools with minority students, minority 219 recruitment organizations and minority training organizations, within the contractor's recruitment areas. h. The contractor shall make specific efforts to encourage present minority employees to recruit their friends and relatives. i. The contractor shall validate all man specifications; selection requirements, tests, etc. J. The contractor shall make every effort to promote after school, summer and vacation employment to minority youth. k. The contractor shall develop on-the-job training opportunities and participate and assist in any association or employer group training programs relevant to the contractor's employee needs consistent with its obligations under this bid. 1. The contractor shall continually inventory and evaluate all minority and women personnel for promotion opportunities and encourage minonty and women employees to seek such opportunities. m. The contractor shall make sure that seniority practices, job classifications, etc., do not have a discriminatory effect. n. The contractor shall make certain that all facilities and company activities are non -segregated. o. The contractor shall continually monitor all personnel activities to ensure that his EEO policy is being carried out. p The contractor shall solicit bids for subcontracts from available minority and women subcontractors, engaged m the trades covered by these Bid Conditions, including circulation of minority and women contractor associations. q. Non cooperation: In the event the union is unable to provide the contractor with a reasonable flow of minority and women referrals within the time limit set forth in the collective bargaining agreements, the contractor shall, through independent recruitment efforts, fill the employment vacancies without regard to race, color, religion, sex or national ongin, making full efforts to obtain qualified and/or qualifiable minorities and women. (The U.S. Department of Labor has held that it shall be no excuse that the union with which the contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority or women employees.) In the event the union referral practice prevents the contractor from meeting the obligations pursuant to Executive Order 11246 and 23 CFR Part 230 as amended, and the Standard Specifications, such contractor shall immediately notify the City of Yakima Engineering Department or the City of Yakima Compliance Officer. 220 BIDDER'S CERTIFICATION A bidder will not be eligible for award of a contract under this invitation for bids unless such bidder has submitted as a part of its bid the following certification, which will be deemed a part of the resulting contract: Pdt`o. qvv‘ fJdri\• Jtsi- (BIDDER) certifies that: 1 It intends to use the following listed construction trades in the work under the contract PAU;Ai i s4ri ft ( 3t cLis-fow and; as to those trades for which it is required by these Bid Conditions to comply with these Bid Conditions, it adopts the minimum minority and women workforce utilization goals and the specific affirmative action steps for all construction work (both federal and non-federal) in the Yakima, Washington area subject to these Bid Conditions, those trades being: and; 2. It will obtain from each of its subcontractors and submit to the contracting or administering agency prior to the award of any sub -contract under this contract the Subcontractor Certification required by these Bid Conditions. '5='. (Si re of Authorized Representative of Bidder) 221 SUBCONTRACTOR CERTIFICATION Subcontractors' Certification is not required at the time of bid This Certification must be completed by each subcontractor prior to award of any subcontract. certifies that. (SUBCONTRACTOR) 1. It intends to use the following listed construction trades in the work under the subcontract and; As to those trades for which it is required by these Bid Conditions to comply with these Bid Conditions, it adopts the minimum minority and women workforce utilization goals and the specific affirmative action steps for all construction work (both federal and non-federal) in Yakima, Washington, subject to these Bid Condition, those trades being: 2. It will obtain from each of its subcontractors prior to the award of any subcontract under this subcontract the Subcontractor Certification required by these Bid conditions (Signature of Authorized Representative of Subcontractor 223 Contractor and Subcontractor or Lower Tier Subcontractor Certification for Federal -Aid Projects DOT Form 420-004 EF follows this page as an attachment. 225 hington State W/ Department of Transportation Contractor and Subcontractor or Lower Tier Subcontractor Certification for Federal -Aid Projects (Required for each Subcontractor or lower Tier Subcontractor on a! Federal -Aid projects) Contract Number Federal -Aid Number State Route Number Subcontractor or Lower Tier Subcontractor To be signed by proposed subcontractor or loser tier subcaniractor The contract documents for this subcontract include as part of the subcontract a special provision entitled `Required Federal -Aid Provisions'. the 'Required Contract Provisions Federal -Aid Construction Contracts (FHWA 1273)', and the minsmum wage rates. I certify the above statement to be true and correct. Company Signature Title Date Contractor Certification To be completed and signed by the contractor 1. El A written agreement has been executed between my Firm and the above subcontractor. 2. L } A.written agreement has been executed between (the subooniractor) and the above lower tier subcontractor. AP documents requiredby the special provisn entitled "Required Federal -Aid Provisions are included in the agreement for (1) or (2) marked above. I certify the above statements under Contractor Certification to be true and correct. Company Signature Title Date DOT Fam CO -004 EF rt v e 012OO* 1 Materially and Responsiveness The certification required to be made by the bidder pursuant to these Bid Conditions is matenal, and will govern the bidder's performance on the project and will be made a part of his bid. Failure to submit the certification will render the bid non responsive. Compliance and Enforcement Contractors are responsible for informing their subcontractor (regardless of tier) as to their respective obligations under the conditions of the contract here (as applicable). Bidders, contractors and subcontractors hereby agree to refrain from entering into any contract or contract modification subject to Executive Order 11246, as amended on September 24, 1965, with a contractor debarred from, or who is determined not to be a responsible' bidder for, government contracts and federally assisted construction contracts pursuant to Executive Order. The bidder, contractor or subcontractor shall carry out such sanctions and penalties for violation of the equal opportunity clause including suspension, termination and cancellation of existing subcontracts as may be imposed or ordered by the administering agency, the contracting agency or the Office of Federal Contract Compliance pursuant to the Executive Order. Any bidder, or contractor or subcontractor who shall fail to carry out such sanctions and penalties shall be deemed to be in non-compliance with these Bid Conditions and Executive Order 11246, as amended. Nothing herein is intended to relieve any contractor or subcontractor during the term of its contract on this project from compliance with Executive Order 11246, as amended, and the Equal Opportunity Clause of its contract. Violation of any substantial requirement in the affirmative action plan by a contractor or subcontractor covered by these Bid Conditions including the failure of such contractor or subcontractor to make a good faith effort to meet it fair share of the trade's goals of minority and women workforce utilization, and shall be grounds for imposition of the sanctions and penalties provided at Section 209 (a) of Executive Order 11246, as amended. Each agency shall review its contractors' and subcontractors' employment practices during the performance of the contract. If the agency determines that the affirmative action plan no longer represents effective affirmative action, it shall so notify the Office of Federal Contract Compliance which shall be solely responsible for any final determination of that question and the Consequences thereof. In regard to these conditions, if the contractor or subcontractor meets its goals or if the contractor or subcontractor can demonstrate that it has made every good faith effort to meet those goals, the contractor of the subcontractor shall be presumed to be in compliance with Executive Order 11246, as amended, the implementing regulations and its obligations under these Bid Conditions and no formal sanctions or proceedings leading toward sanctions shall be instituted unless the agency otherwise determines that the contractor or subcontractor is not providing equal employment opportunities. In judging whether a contractor or subcontractor has met its goals, the agency will consider each contractors or subcontractor's minority and women workforce utilization and will not take into consideration the minority and women workforce utilization of its subcontractors. Where the agency finds that the contractor or subcontractor has failed to comply with the requirement of Executive Order 11246, as amended, the implementing regulations and its obligations under these Bid Conditions, the agency shall take such action and impose such sanctions as may be appropriate under Executive Order and the regulations. When the agency proceeds with such formal action, it has the burden of proving that the contractor has not met the requirements of these Bid Conditions, but the contractor's failure to meet his goals shall shift to him the requirement to come forward with evidence to show that he has met the "good faith" requirements of these Bid Conditions by instituting at least the Specific Affirmative Action steps listed above and by making every good faith effort to make those steps work toward the attainment of its goals within its timetables. The pendency of such formal proceedings shall be taken into consideration by Federal agencies in determining whether such contractor or Subcontractor can comply with the requirements of Executive Order 11246, as amended, and is therefore a "responsible prospective contractor" within the meaning of the Federal Procurement Regulations. It shall be no excuse that the union with which the contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority and women employees. 229 The procedures set forth in these conditions shall not apply to any contract when the head of the contracting or administering agency determines that such contract is essential to the national security and that its award without following such procedures is necessary to the national security. Upon making such a determination, the agency head will notify, in writing, the Director of the Office of Federal Contractor Compliance within thirty days. Requests for exemptions from these Bid Conditions must be made in writing, with justification, to the: Director Office of Federal Contractor Compliance U.S. Department of Labor Washington, D.0 20210 and shall be forwarded through and with the endorsement of the agency head. Contractors and subcontractors must keep such records and file such reports relating to the provisions of these Bid Conditions as shall be required by the contracting or administering agency or the Office of Federal Contractor Compliance. 230 BIDDER'S CHECK LIST The bidder's attention is especially called to the following forms, which must be executed, as required, and submitted on the form purchased from the City and bound in the Contract Documents: A. PROPOSAL The unit prices, extensions and total amounts bid must be shown in the spaces provided. B. BID BOND ACCOMPANYING BID This Bid Bond form is to be executed by the bidder and the surety company unless bid is accompanied by a certified check. The amount of this bond shall be not less than 5% of the total amount bid and may be shown in dollars or on a percentage basis. C. BIDDER'S CERTIFICATION D. PROPOSAL SIGNATURE SHEET Must be filled in and signed by the bidder. The following forms are to be executed after the contract is awarded: A. CONTRACT This agreement is to be executed by the successful bidder. B. PERFORMANCE BOND To be executed by the successful bidder and his/her surety company. C. CERTIFICATE OF INSURANCE Refer to attached Informational Certificate of Insurance and Additional Insured Endorsement. Also refer to Section 1-07.18 (APWA) of the Standard Specifications and Special Provisions D. E -VERIFY COMPLIANCE DECLARATION Refer to Section 1-02.15. A signed E -Verify Compliance Declaration must be submitted or on file with the City. E. DOT Form 420-004 EF Refer to Required Contract Provisions for Federal Aid Construction Contracts FHWA-1273 231 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 R/W 10' 10' R/W 1' 5' COMPACTED SUB GRADE 0 17' PERVIOUS ASPHALT 5 5% - 6 % (PG 64-22-P GRADE)(COMPACTED DEPTH) 0.50' CSBC (COMPACTED DEPTH) 20' ALLEY SECTION 5' = 0.02 FT/FT 1' COMPACTED SUB GRADE GEOTEXTILE FABRIC MEMBRANE 0.25' HMA CL. 3/8" PG 64-28 (COMPACTED DEPTH) 0.33' CSTC (COMPACTED DEPTH) PEDESTRIAN PATHWAY SECTION City Of Yakima Engineering Division 129 North Second Street Yakima, Washington City of Yakima - Standard Detail MISCELLANEOUS SECTIONS R2 NOT TO SCALE Revision 5-2011 — — I M I M M M till I A M in NM M — in NM RP WIDTH PER YMC 8.64.070 SEE PLANS I I I CONCRETE APRON 7' MIN. OR TO RNV LINE (WHICHEVER IS GREATER) 15' (MN) SEE PLAN PREFERRED RAMP CONFIGURATION RP ALTERNATE RAMP CONFIGURATION NO 1 CONCRETE A VALLEY GUTTER COMMERCIAL APPROACH - TYPE 1 RAISED CURBING MAY VALLEY GUTTER CONTINUE INTO SITE. FLOW LINE 0.5' CEMENT CONCRETE ////////////. //////////% I/ 3' VALLEY GUTTER NOTES /// RAMP RUNNING SLOPES SHALL BE 8.3% MAX. MIN. 0.25' CSTC (COMPACTED DEPTH) SECTION A COLD JOINT (TYP) RP COLD JOINT (TYP) MIN. 0.25' CSTC (COMPACTED DEPTH) (INCLUDING APRON) 0.5' CEMENT CONCRETE (INCLUDING APRON) COMMERCIAL APPROACH - TYPE 2 ALTERNATE RAMP CONFIGURATION NO 2 VALLEY GUTTER 1 COMMERCIAL APPROACH - TYPE 1 IS STANDARD FOR ALL COMMERCIAL APPROACH SITUATIONS WITH ANY COMBINATION OF THE FOLLOWING; ROADWAY SPEEDS OVER 30 MPH, HEAVY VEHICLE VOLUMES, HEAVY TRUCK TRAFFIC. 2. USE OF COMMERCIAL APPROACH - TYPE 2 BY APPROVAL OF CITY ENGINEER ONLY 3. CURB & GUTTER, VALLEY GUTTER, & CONCRETE APPROACH SHALL BE SEPARATED BY 3/8" THICK EXPANSION JOINT MATERIAL. 4 THIS DETAIL INDICATES GENERAL CONFIGURATION REQUIREMENTS FOR COMMERCIAL DRIVEWAY APPROACHES. STYLE AND LOCATION OF HANDICAP RAMPS WILL DEPEND UPON SITE CONDITIONS AND SHALL BE CONSTRUCTED ACCORDING TO THE SPECIFIC PROJECT SITE PLAN APPROVED BY THE CITY ENGINEER. 5. WSDOT CLASS 3000 CONCRETE WITH COARSE AGGREGATE GRADING NO 5. 6. 'DUE TO THE MINIMUM SIZE RADIUS OF 15', SPECIAL CONSIDERATIONS NEED TO BE MADE TO ALLOW FOR ADA REQUIREMENTS ON THE RAMPS 15' RADIUS DESIGNS MUST BE SUBMITTED AND APPROVED BY THE CITY ENGINEER PRIOR TO CONSTRUCTION. 7 ALL SIDEWALK WITHIN COMMERCIAL APPROACH LIMITS, FROM RADIUS POINT TO RADIUS POINT, SHALL BE 0.5' CEMENT CONCRETE ON 0.25' CSTC. 12 COLD JOINT (TYP) Oi ,- Y SFF �4' ' �6RFTti 6y p)O COLD JOINT (TYP) MIN. 0.17' CSTC (COMPACTED DEPTH) 0.5' CEMENT CONCRETE RESIDENTIAL APPROACH City Of Yakima Engineering Division 129 North Second Street Yakima, Washington City of Yakima - Standard Detail DRIVEWAY APPROACHES NOT TO SCALE Revision 5-2012 R4 THROUGH JOINTS ON EACH SIDE OF AND AROUND EACH UTILITY APPURTENANCE. FOR HANDICAP RAMP SIZE AND POSITION, SEE APPLICABLE STANDARD DETAILS. SIDEWALK JOINTING SEE PLANS S = 0.02 ft/ft [COLD JOINT 0.5' CEMENT CONCRETE COMPACTED SUBGRADE 0 17' MIN. CSTC (COMPACTED DEPTH) 6" SIDEWALK SECTION SEE PLANS COLD JOINT S = 0.02 ft/ft 0.33' CEMENT CONCRETE COMPACTED SUBGRADE 0.17' MIN. CSTC (COMPACTED DEPTH) 4" STANDARD SECTION NOTES 1. THROUGH JOINTS WITH 3/8" JOINT MATERIAL SHALL BE PLACED AT 20' INTERVALS OR MATCH EXISTING CURB JOINTS. 2. 1 1/2" DEEP DUMMY JOINTS SHALL BE SCORED INTO THE CONCRETE AT ALTERNATING 10' INTERVALS. 3. "V" GROOVES SHALL BE PLACED AT 5' INTERVALS. 4. ALL JOINTS, "V" GROOVES, AND EDGES SHALL BE FINISHED WITH AN EDGER HAVING A 1/4" RADIUS. 5. SEE PLANS FOR WIDTH AND POSITION OF SIDEWALK. 6. WSDOT CLASS 3000 CONCRETE WITH COARSE AGGREGATE GRADING NO. 5. City Of Yakima Engineering Division 129 North Second Street Yakima, Washington City of Yakima - Standard Detail CEMENT CONCRETE SIDEWALK R5 NOT TO SCALE Revision 03-2011 EXISTING PAVEMENT - DEPTH VARIES ASPHALT CONCRETE PATCH 1.0' LIMITS 'EXCAVATION LINE q. 1.0' 1 0' (MIN) APPLY CSS -1 & SAND TO SEAL THE SURFACE JOINTS. APPLY CSS -1 TO EDGES OF REPAIR SECTION AND TO SURFACE OF CONCRETE, IF OVERLAYED. ALTERNATE BACK SLOPE AT CONTRACTORS OPTION AND AT NO ADDITIONAL COST TO THE CITY OF YAKIMA HMA CL. 1/2" PG 64-28 @ 1.5 TIMES DEPTH OF EXISTING ASPHALT. 0.25 MIN. (COMPACTED DEPTH in 2 EQUAL LIFTS) :0.5' CSBC (COMPACTED DEPTH) ASPHALT CONCRETE SURFACING EXISTING SURFACE - DEPTH VARIES GRAVEL SURFACE 1.0' PATCH LIMITS EXCAVATION 1.0' LINE Q 1 0' (MIN) y„, ALTERNATE BACK SLOPE AT CONTRACTORS OPTION AND AT NO ADDITIONAL COST TO THE CITY OF YAKIMA 0.17' CSTC (COMPACTED DEPTH) GRAVEL SURFACING UNSURFACED AREAS 1.0' PATCH LIMITS EXCAVATION LINE Q 1.0' EXISTING GROUND swo + + + + + + + + + + + + + + yrs ALTERNATE BACK SLOPE AT CONTRACTORS OPTION AND AT NO ADDITIONAL COST TO THE CITY OF YAKIMA 1.0' MIN. (COMPACTED DEPTH) NATIVE MATERIAL FREE FROM ROCKS OVER 2 INCH. STORE IN STOCKPILE WHEN REMOVED DURING TRENCHING. UNSURFACED AREAS NOTES 1. CONTRACTOR SHALL BE RESPONSIBLE FOR ALL SURFACE RESTORATION INCLUDING WIDER REPAIR SECTIONS RESULTING FROM ALTERNATE BACK SLOPE AT TRENCH SIDES. 2. CONTRACTOR SHALL BE AWARE THAT GEO-TEXTILE-FABRIC MAYBE REQUIRED BY THE ENGINEER IN CERTAIN APPLICATIONS. City Of Yakima Engineering Division 129 North Second Street Yakima, Washington City of Yakima - Standard Detail TYPICAL SURFACING NOT TO SCALE Revision 11-2008 R7 I a r r MI M it I MI r r I- AM M N MI MO r FACE OF CURB MATCH ROADWAY SLOPE 1/2" R. ROADWAY —` /�:D a •A o O ` r. • 1" R`—\ S 12" TO 24" FACE OF CURB 1" 1" MATCH ROADWAY SLOPE 11 1/2" e • 12" R • 11 1/2" DUAL -FACED CEMENT CONCRETE TRAFFIC CURB AND GUTTER 1/2" R ROADWAY CEMENT CONCRETE OR ASPHALT CONCRETE iu SIDEWALK OR PATH 3/8" PREMOLDED JOINT FILLER (WHEN ADJACENT TO CEMENT CONCRETE SIDEWALK) CEMENT CONCRETE PEDESTRIAN CURB FACE OF CURB FACE OF CURB VARIES 12" TO 24" DUAL -FACED CEMENT CONCRETE TRAFFIC CURB FACE OF CURB FACE OF CURB MATCH ROADWAY SLOPE CEMENT CONCRETE TRAFFIC CURB AND GUTTER 1/2" R. VARIES FROM — 6" TO 0" 6" 6 1/2" 1" R. VARIES FROM 6" TO 0", MAINTAIN 1H 6V SLOPE ON SIDE OF CURB MATCH ROADWAY SLOPE 112" R CEMENT CONCRETE CURB RAMP, LANDING, OR DRIVEWAY 1" R. ENTRANCE 3/8" PREMOLDED JOINT FILLER CEMENT CONCRETE PEDESTRIAN CURB AT CURB RAMPS, LANDINGS, AND DRIVEWAY ENTRANCES FACE OF CURB CEMENT CONCRETE TRAFFIC CURB ROADWAY DEPRESSED CURB SECTION AT CURB RAMPS AND DRIVEWAY ENTRANCES NOTE ROADWAY 1 See Standard Plan F-30.10 for Curb Expansion and Contraction Joint spacing. FACE OF CURB MOUNTABLE CEMENT CONCRETE TRAFFIC CURB FLUSH WITH GUTTER PAN AT CURB 1O RAMP ENTRANCE — 1/2" VERTICAL LIP AT DRIVEWAY ENTRANCE CEMENT CONCRETE CURBS STANDARD PLAN F-10.12-02 SHEET 1 OF 1 SHEET APPROVED FOR PUBUCATION Pasco Bakotich 111 06.16-11 InnSTATE SEWN ENGINEER GATE T Wmldnpbn Slate DEpMmord of Transportation 1/2" R - 1 1 1 N UN M 111111 111111 © N MI NM MN N 1 r 13' - 0 1/4- 5'-03/4" = 5'-03/4" 3l8" PREMOLDED JOINT FILLER 5'-0"R FACE OF CENTERLINE OF FRAME �S- CURB 8 GRATE -SEE NOTE 2 z'-1o1rz" 6 1/2" 13" 5 1/2" (1.08') 1 RECESS 1/2- MATCH ROADWAY SLOPE SLOPE THE GUTTER PAN DOWN TO THE RECTANGULAR FRAME SECTION O 1/2" R. TOP OF ROADWAY w w GUTTER PAN PLAN VIEW 5'-0"R. RECTANGULAR FRAME AND GRATE - NOT INCLUDED IN CURB AND GUTTER 81D ITEM CATCH BASIN GUTTER PAN 8" - 2' - 10 1/2„ FACE OF CURB 1" /- 1"R rRO 1 � 1 Sli CEMENT CONCRETE CURB AND GUTTER NOTES 1 The intent of this design is to facilitate the compaction of Hot Mix Asphalt pavement adjacent to a drainage structure. 2. The centerline of the drainage structure may differ from the centerline of the frame and grate. TOP OF ROADWAY ADJUSTMENT SECTION - NOT INCLUDED IN CURB AND GUTTER BID ITEM DRAINAGE STRUCTURE - NOT INCLUDED IN CURB AND GUTTER BID ITEM ISOMETRIC VIEW 1 EXPIRES JULY 27, 2007 1 CEMENT CONCRETE CURB AND GUTTER PAN STANDARD PLAN F-10.16-00 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Kevin J. Dayton 12-20-06 RATE COIGN ENGINEER MTE Washington 51a1. Department of TNAaporlalion MB MI— r— NM Al MI N N .MS s-- I N-- all DRAWN BY BILL BERENS TYPE 1 (HOT MIX ASPHALT) TYPE 2 (HOT MIX ASPHALT) TYPE 3 (HOT MIX ASPHALT) TYPE 4 (CEMENT CONCRETE) 1" 6" TYPE 5 (CEMENT CONCRETE) 10" 2 12" 5" 2 12" TYPE 6 (CEMENT CONCRETE) a 10'_0" BETWEEN - I i 1212_ i^ 1Y-_ "MIN. (P.) 1 # 3 BARS (TYP.) CEMENT CONCRETE EXTRUDED CURB SPACING OF ANCHOR BARS (FOR TYPES 4, 5, AND 6) NOTE JOINTS MAY BE FORMED DURING INSTALLATION USING A RIGID DIVIDER OR SAWCUT AFTER CONCRETE CURES TO MINIMUM STRENGTH. EXPIRES AUGUST 26. 2001 EXTRUDED CURB STANDARD PLAN F-10.42-00 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Ken L. Smith 01-23-07 STALE DESIGN ENGINEER DATE Washington S. D.pmlmsnr of Transportation 11111 111111 MS a 1 M— s all MI s a Mt — M a N a SEE CONTRACT PLANS 3/8" EXPANSION JOINT (TYP.) - SEE STD. PLAN F-30.10 CURB AND GUTTER DRAWN BY FERN LIDDELL SEE CONTRACT PLANS PEDESTRIAN CURB 3/8" EXPANSION JOINT (TYP.) - 4' - 0" MIN. - SEE NOTE 4 - SEE STANDARD PLAN F-30.10 LANDING SEE CONTRACT PLANS - 4' - 0" MIN. (TYP.) CURB RAMP FACE OF CURB 15' - 0" MAX. - CROSSWALK CURB RAMP DETECTABLE WARNING SURFACE - SEE STANDARD PLAN F46.10 DEPRESSED CURB & GUTTER SIDEWALK PLAN VIEW TYPE PARALLEL A SIDEWALK PEDESTRIAN CURB - SEE NOTE 4 3" CURB & GUTTER DETECTABLE WARNING SURFACE - SEE STANDARD PLAN F49.10 VARIES CEMENT CONCRETE PEDESTRIAN CURB - SEE STANDARD PLAN F-10.12 SEE CONTRACT PLANS SEE CONTRACT PLANS -4'-0'MIN 15 - 0" MAX. - SEE NOTE 7 SIDEWALK GRADE BREAK / 1cif 8.3% MAX. -4'-0"MIN 2.0% MAX. SEE NOTE 7 GRADE BREAK 8.3% MAX. 2.0% MAX. CURB RAMP SEE CONTRACT PLANS -4'-0"MIN. FACE OF CURB LANDING GRADE BREAK CURB RAMP 3/8" EXPANSION JOINT (TYP.) - SEE STANDARD PLAN F-30.10 "CEMENT CONCRETE CURB RAMP TYPE PARALLEL A" PAY LIMIT - SEE NOTE 6 SECTION LANDING ISOMETRIC VIEW TYPE PARALLEL A PAY LIMIT CURB RAMP GRADE BREAK COUNTER SLOPE 5.0% MAX. GRADE BREAK TOP OF ROADWAY DEPRESSED CURB & GUTTER - SEE NOTE 6 & 4 SIDEWALK CROSSWALK NOTES 1. Provide a separate curb ramp for each marked or unmarked crosswalk. Curb ramp location shall be placed within the width of the associated crosswalk, or as shown in the Contract Plans. 2. Where "GRADE BREAK" is called out, the entire length of the grade break between the two adjacent surface planes shall be flush. 3. Do not place gratings, junction boxes, access covers, or other appurte- nances in front of thre curb ramp or on any part of the curb ramp or landing. 4. See Contract Plans for the curb design specified. See Standard Pian F-10.12 for Curb, Curb and Gutter, and Pedestrian Curb Details. DETECTABLE WARNING SURFACE - SEE STANDARD PLAN F-45.10 5. See Standard Plan F-30.10 for Cement Concrete Sidewalk Details. See Contract Plans for width and placement of sidewalk. DEPRESSED CURB & GUTTER PLAN VIEW TYPE PARALLEL B 15'-0" MAX.- SEE CONTRACT PLANS SEE NOTE 7 GRADE BREAK -4'-0"MIN 6. The Bid Item "Cement Concrete Curb Ramp Type _" does not include the adacent Curb, -Curb -and -Gutter, -Pedestrian Curb•or-Sidewalks. 7 The curb ramp maximum running slope shall not require the ramp length to exceed 15 feet to avoid chasing the slope indefinitely when connecting to steep grades. When applying the 15 foot max. length, the running slope of the curb ramp shall be as flat as feasable. 8. Curb ramp, landing, & flares shall receive broom finish. See Standard Specifications 8-14. LEGEND - CURB RAMP LANDING 3/8" EXPANSION JOINT (TYP.) - SEE STANDARD PLAN F-30.10 SECTION OC "CEMENT CONCRETE CURB RAMP TYPE PARALLEL B" PAY LIMIT - SEE NOTE 6 SLOPE IN EITHER DIRECTION PEDESTRIAN CURB - SEE STANDARD PLAN F-10.12 ISOMETRIC VIEW TYPE PARALLEL B PAY LIMIT PARALLEL CURB RAMP STANDARD PLAN F-40.12-01 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Pasco Bakotich 111 06-03-10 Ink STATE DESIGN ENGINEER DATE igWashington S. D.pmlm..n ur Tnnspomolion NIB - - - - - -- -- MI ,- - - - ■- -s -- - -- -- LANDING GRADE BREAK SEE CONTRACT PLANS -4'-0"MIN. CEMENT CONCRETE SIDEWALK - SEE NOTE 5 FLARE (TYP.) 318" EXPANSION JOINT (TYP.) - SEE STANDARD PLAN F-30.10 GRADE BREAK CURB RAMP WIDTH 4' - 0" MIN. LANDING TO MATCH CURB RAMP (MOTH SEE CONTRACT PLANS GRADE BREAK SEE CONTRACT PLANS -4'-0"MIN. PROVIDE SMOOTH TRANSITION TO SIDEWALK WIDTH (TYP ) CURB RAMP GRADE BREAK TRANSITION TO SIDEWALK BUFFER, IF PRESENT, OR TO BACK OF CURB (TYP.) SEE CONTRACT PLANS CURB, OR CURB AND GUTTER FACE OF CURB MEASURED PARALLEL TO CURB (TYP.) CROSSWALK LANDING CURB RAMP CEMENT CONCRETE SIDEWALK - SEE NOTE 5 CURB RAMP WIDTH 4' - 0" MIN. LANDING TO MATCH CURB RAMP WIDTH SEE CONTRACT PLANS GRADE BREAK SEE CONTRACT PLANS 4' - 0" MIN. 3/8" EXPANSION JOINT (TYP.) - SEE STANDARD PLAN F-30.10 2'-0" MIN. 2.0% MAX. SEE CONTRACT PLANS 4'-0"MIN. BUFFER WIDTH - MATCH TO CURB RAMP DEPTH (TYP.) DETECTABLE WARNING SURFACE SEE STANDARD PLAN F-45.10 DEPRESSED CURB AND GUTTER PLAN VIEW TYPE PERPENDICULAR A SEE STANDARD PLAN F-30.10 FOR SLOPE TREATMENT LANDING CEMENT CONCRETE CURB RAMP "TYPE PERPENDICULAR A" PAY LIMIT - SEE NOTE 8.\ S\10461p SEE CONTRACT PLANS CURB, OR CURB AND GUTTER FACE OF CURB DETECTABLE WARNING SURFACE SEE STANDARD PLAN F-45.10 -4'-0"MIN. 2.0% MAX. ISOMETRIC VIEW TYPE PERPENDICULAR A PAY LIMIT 15'-0"MAX. - SEE NOTE 7 GRADE BREAK 8.3% MAX. "V CURB RAMP SECTION OA CEMENT CONCRETE PEDESTRIAN CURB - SEE NOTE 4 DETECTABLE WARNING SURFACE SEE STANDARD PLAN F-45.10 DEPRESSED CURB AND GUTTER CROSSWALK PLAN VIEW TYPE PERPENDICULAR B (SHOWN WITH BUFFER) GRADE BREAK COUNTER SLOPE 5.0% MAX. GRADE BREAK TOP OF ROADWAY DEPRESSED CURB & GUTTER - SEE NOTE 4 CEMENT CONCRETE CURB RAMP "TYPE PERPENDICULAR 8" PAY LIMIT - SEE NOTE41tigi)IN ISOMETRIC VIEW TYPE PERPENDICULAR B PAY LIMIT NOTES 1. Provide a separate curb ramp for each marked or unmarked crosswalk. Curb ramp location shall be placed within the width of the associated crosswalk, or as shown in the Contract Plans. 2. Where "GRADE BREAK" is called out, the entire length of the grade break between the two adjacent surface planes shall be flush. 3. Do not place gratings, junction boxes, access covers, or other appurten- ances In front of the curb ramp or on any part of the curb ramp or landing. 4. See the Contract plans for the curb design specified. See Standard Plan F-10.12 for Curb, Curb and Gutter, and Pedestrian Curb details. 5. See Standard Pian F-30.10 for Cement Concrete Sidewalk details. See Contract plans for width and placement of sidewalk. 6. The Bid Item "Cement Concrete Curb Ramp Type " does not include the adjacent Curb, Curb and Gutter, Pedestrian Curb or Sidewalk. 7 =The curb ramp maximum running °slope shall -not require the ramp length' to exceed 15 feet to avoid chasing the slope indefinitely when connecting to steep grades. When applying the 15 foot maximum length, the running slope of the curb ramp shall as flat as feasible. 8. Curb ramp, landing, & flares shall receive broom finish. See Standard Specifications 8-14. LEGEND CEMENT CONCRETE PEDESTRIAN CURB - SEE NOTE 4 SLOPE IN EITHER DIRECTION DETECTABLE WARNING SURFACE SEE STANDARD PLAN F-45.10 DEPRESSED CURB & GUTTER CEMENT CONCRETE CURB AND GUTTER - SEE NOTE 4 CURB RADIUS DETAIL PERPENDICULAR CURB RAMP STANDARD PLAN F-40.15-01 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Pasco Bakotich 111 06-03-10 4.11k STATE OM.ENGINEER DATE 7 Washington Soh Department or Transportation MATCH SIDEWALK WIDTH - 4' 0" MIN. SEE CONTRACT PLANS 3/8" EXPANSION JOINT (TYP.) - SEE STANDARD — PLAN F-30.10 SIDEWALK _ _ SEE NOTE B .. 4� I 1111111 MI I U MI S MI In an um mu um mg um PEDESTRIAN CURB SEE NOTE 5 5'-0"MIN. LANDING 3" R. BUFFER STRIP - SEE CONTRACT PLANS ", DRAWN BY' FERN LIDDELL PEDESTRIAN CROSSING CLOSURE SIGN GRADE BREAK SIDEWALK SEE NOTE 6 L CURB & GUTTER SEE NOTE 5 CURB RAMP FACE OF CURB PLAN VIEW TYPE SINGLE DIRECTION A PEDESTRIAN CURB SEE NOTE 5 MATCH SIDEWALK WIDTH - 4' 0" MIN SEE CONTRACT PLANS 3/8" EXPANSION JOINT - SEE STANDARD PLAN F-30.10 N K SIDEWALK O SEE NOTE 6 DETECTABLE WARNING SURFACE BUFFER SEE STANDARD PLAN F4S 10 STRIP 15-0"MAX SEE NOTE 8 GRADE BREAK MATCH SIDEWALK WIDTH - 4' 0" MIN. SEE CONTRACT PLANS CURB RAMP - SEE NOTES BUFFER STRIP `It, PEDESTRIAN CURB SEE NOTE 5 ?0 000 /LANDING 116 5'-0"MIN ✓�o3"R.MIN. 3. R. _ glirripWl* I %' �-' CURB & GUTTER PEDESTRIAN CROSSING CLOSURE SIGN DETECTABLE WARNING SURFACE - SEE STANDARD PLAN F45.10 COUNTER SLOPE GRADE / 5.0% MAX BREAK 2.0% MAX CURB RAMP SECTIONAO LANDING GRADE BREAK TOP OF ROADWAY DEPRESSED CURB & GUTTER - SEE NOTE 5 "CEMENT CONCRETE CURB RAMP TYPE SINGLE DIRECTION A" PAY LIMIT SEE NOTE 7 ISOMETRIC VIEW TYPE SINGLE DIRECTION A PAY LIMIT SIDEWALK SEE NOTE 6 FACE OF CURB PLAN VIEW TYPE SINGLE DIRECTION B DETECTABLE WARNING SURFACE - SEE STANDARD PLAN F45.10 SEE NOTE 5 CURB RAMP SEE NOTES 15-0"MAX 2.0% MAX. a- • ` LANDING 15-0"MAX SEE NOTE 8 GRADE BREAK SECTION O "CEMENT CONCRETE CURB RAMP TYPE SINGLE DIRECTION B" PAY LIMIT SEE NOTE 7 8.3% MAX CURB RAMP ISOMETRIC VIEW TYPE SINGLE DIRECTION B PAY LIMIT NOTES 1. This plan is to be used where pedestrian crossing in one direction is not permitted. 2. Curb ramp location shall be placed within the width of the associated crosswalk, or as shown in the Contract Plans. 3. Where "GRADE BREAK" is called out, the entire length of the grade break between the two adjacent surface planes shall be flush. 4. Do not place gratings, junction boxes, access covers or other appurtan- ences in front of the curb ramp or on any part of the curb ramp or landing. 5. See the Contract Documents for the curb design specified. See Standard Plan F-10.12 for Curb, Curb and Gutter, and Pedestrian Curb details. 6. See Standard Plan F-30.10 for Cement Concrete Sidewalk Details. See contract plans for width and placement of sidewalk. 7 The bid`item "Cement Concrete Curb Ramp Type- - " does not include the adjacent Curb or (Curb and Gutter), Pedestrian Curb or Sidewalk, or the pedestrian crossing closure sign. 8. The curb ramp maximum running slope shall not require the ramp length to exceed 15 feet to avoid chasing the slope indefinitely when connecting to steep grades. When applying the 15 foot maximum length, the running slope of the curb ramp shall be as flat as feasible. 9. Curb ramps and landings shall receive broom finish. See Standard Specifications 8-14. SIDEWALK SEE NOTE 6 LEGEND 1" RADIUS CORNER PEDESTRIAN CURB BO' ANGLE RADIUS MAY VARY 1 DETECTABLE WARNING SURFACE - SEE STD. PLAN F-46.10 DEPRESSED CURB AND GUTTER - SEE NOTE 5 SLOPE IN EITHER DIRECTION SINGLE DIRECTION CURB RAMP STANDARD PLAN F-40.16-01 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Pasco Bakotich 111 06-03-10 - STATE DEMON ENGINEER DATE Washington Star. D.pomo.m of TnonWortation 7 N I- 1-- NE 1 S- - --- r IM1 111111 INN 111111 TRUNCATED DOME SPACING SEE NOTE 3 CURB RAMP WAKLWAY — LANDING 1 E } 1 TRUNCATED DOME SECTION O SEE STANDARD SPECIFICATIONS FOR COLOR OF SURFACE CURB RAMP, LANDING, PASS- THROUGH OR WALKWAY MIN. MAX. A 1.60" 2.40" B 0.65" c 0.45" 0.90" D 0.9" 1.40" E 0.2" 0.2" TRUNCATED DOME DETAILS FERN LIDDELL 0 BACK OF CURB SEE NOTES 2 & 5 DETECTABLE WARNING SURFACE - SEE NOTE 3 SINGLE DIRECTION CURB RAMP CURB RAMP LANDING WIDTH OF WALKWAY CURB RAMP BACK OF CURB SEE NOTES 2 & 5 LANDING 45 4IB RAMP — PLACE AT BACK OF CURB LINE SEE NOTE 2 DETECTABLE WARNING SURFACE - SEE NOTE 3 ALL APPLICATIONS CURB AND GUTTER MATCH TO WIDTH OF CURB RAMP LANDING, PASS-THROUGH OR WALKWAY DETECTABLE WARNING SURFACE DETAIL BACK OF CURB -/ SEE NOTES 2 & 5 DETECTABLE WARNING SURFACE - SEE NOTE 3 WIDTH OF WALKWAY OR PATH (TYP. WIDTH OF CURB RAMP PERPENDICULAR CURB RAMP WIDTH OF CURB RAMP, �I LANDING, OR WALKWAY DETECTABLE WARNING SURFACE - SEE NOTE 6 DETECTABLE WARNING SURFACE - SEE NOTE 3 WIDTH OF LANDING PARALLEL CURB RAMP f in DETECTABLE WARNING SURFACE RAIL MIN ro PATH OR WALKWAY PEDESTRIAN RAILROAD CROSSING PATH OR WALKWAY PAVEMENT EDGE SHOULDER SHARED -USE PATH CONNECTION PLACEMENT GUIDELINES NOTES 1 The Detectable Waming Surface shall extend the full width of the curb ramp (exclusive of flares) or the landing. 2. The edge of the Detectable Waming Surface shall be placed along the back of the curb line. 3. The rows of truncated domes in a Detectable Warning Surface shall be parallel with the direction of wheel chair travel. 4. See Standard Plans for sidewalk and curb ramp details. 5. If a curb is not present, place the Detectable Waming Surface at the edge of the pavement. 6. If a curb ramp is required, the location of the Detectable Warning Surface must be at the bottom of the ramp and within the required distance from rail. WIDTH OF PASS THROUGH - (TYP.) DETECTABLE WARNING SURFACE (TYP.) BACK OF CURB - SEE NOTES 2 & 5 ISLAND PASS-THROUGH DETECTABLE WARNING SURFACE (TYP.) WIDTH OF PASS THROUGH - (TYP.) MIN. BACK OF CURB - SEE NOTES 2 & 5 agE MEDIAN PASS-THROUGH 2'-0" MIN. WIDTH OF PASS THROUGH ROUNDABOUT SPLITTER ISLAND 5 ;OH DETECTABLE WARNING SURFACE STANDARD PLAN F-45.10-00 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Pasco Bakotich 111 06-03-10 4110.. STATE DESIGN ENGINEERWir WTF Wmhinpbn S. D.pmtm.. d TnmponWien N i i r- -_ I- -- i N s - s z Wa' w m J m i BASE ASSEMBLY - \ \ FINISHED GRADE CONCRETE FOOTING - COMMERCIAL CONCRETE PIPE DRAIN - 3/4" I.D. 7" LONG GRANULAR. FREE DRAINING MATERIAL SECTION OA 4 3/4" DIAM. 1/8" PLATE 8 1/2' COVER PLATE SEAL WELD DIRECTION OF PEDESTRIAN/ BICYCLE TRAFFIC ROUND FOOTING 1/8 1/8 1/8 1/8" . 1 7/8" SQUARE PLATE 3 13/16" DIAM. 8 1/2" TOP PLATE 1 1/4" CAP PLAN VIEW 1/4" CHAIN - GRADE 3, 6" LONG DIRECTION OF PEDESTRIAN/ BICYCLE TRAFFIC SQUARE FOOTING es A 1O PAINT ASSEMBLY WITH A "HIGHLY VISIBLE" COLOR. (SAFETY YELLOW IS ACCEPTABLE) COVER PLATE 1/8" • 1 7/8" SQUARE PLATE POST SLEEVE BASE PLATE POST SLEEVE TOP PLATE Q BASE ASSEMBLY STEEL PIPE - ASTM A 53, NPS 4 (4" NOM.), SCHEDULE 40 - WELD TO TOP PLATE 1/8' PLATE 1/2" CHAMFER (TYP.) 1/8 3/4" DIAM. DRAIN HOLE BASE PLATE ALL 4 SIDES 1/8 1/2" REFLECTIVE TAPE (TYP.) STEEL PIPE - ASTM A 53, NPS 3 (3' NOM.), SCHEDULE 80 1 1/4" . 2", FULL SURFACE, HEAVY DUTY, WELD -ON HINGE 1/8" N 4 1/2" DIAM. STEEL PLATE CAP AND HINGE POST NOTE 1/2" REFLECTIVE TAPE (TYP.) 1/8 1/4" . 1 1/2" N 2" STEEL PLATE WITH ROUNDED CORNERS - AND 3/4" CENTERED HOLE This bollard does not have an effective breakaway design feature and cannot be installed within the Design Clear Zone. EXPIRES JUNE 19, 2010 BOLLARD TYPE 1 STANDARD PLAN N-60.10-01 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Pasco Bakotich 111 07-03-08 _ STATE DESIGN ENGINEER RATE T Workington Slab D.pmlm.nt of Transportation I N 111111 111101 EN UN I I N En MI 1 I 11111 NE S D 14 WOOD POST FASTENERS SIZE / TYPE QUANTITY WASHERS LOCKNUTS 3/8" DIAM. + 4 3/4" BOLT 2 4 2 3/8" O RM. + 3/4" BOLT 4 8 4 3/16" DIAM.. 1" SCREW 4 8 4 MAILBOX - SIZE 1, 1A, OR 2 (SIZE 1A SHOWN) (SEE TABLE, SHEET 2, FOR DIMENSIONS) 3/16" + r PHILLPS HEAD SCREW, 2 WASHERS, AND LOCKNUT WITH NYLON INSERT (TYP.) - 4 SETS MIN. PLATFORM (SEE DETAIL, SHEET 2, SEE NOTE 2) 1 1/2" STEEL POST FASTENERS SIZE / TYPE QUANTITY WASHERS LOCKNUTS 3/8" DIAM.. 2 3/4" BOLT 2 4 2 3/8" DIAM. x 3/4" BOLT 4 8 4 3/16" DIAM. x 1° SCREW 4 8 4 1 7/8" M -CLAMP 2 4 4 PLATFORM (SEE DETAIL SHEET 2, SEE NOTE 2) ADDITIONAL WASHERS / -AS REQUIRED TO — FILL GAP (TYP.) 3/8" + 43/4" HEX HEAD BOLT, 2 WASHERS 8 LOCKNUT, LENGTH 60"TO FIT (TYP.) BRACKET (TYP.) (SEE DETAIL, SHEET 2) 7/16" HOLE (TYP.) 4 x 4 WOOD POST (SEE STD. SPEC. 9-28.14(1)) WOOD POST ASSEMBLY DETAIL (SEE STEEL POST ASSEMBLY DETAIL FOR SPECIFICATIONS NOT SHOWN) BRACKET (TYP) (SEE DETAIL, SHEET 2) 3/8" + 3/4" HEX BOLT 2 WASHERS AND LOCKNUT (TYP.) 1 1/2" ANTI -TWIST PLATE (SEE DETAIL, SHEET 2, SEE NOTE 1) 7116" HOLE (TYP.) CO STEEL POST (SEE STD. SPEC. 9-32.1) 1 7/8" MUFFLER CLAMP (1 7/8" M -CLAMP) 2 LOCKNUTS 8 2 WASHERS (TYP.) STEEL POST ASSEMBLY DETAIL 3/8" x 2 3/4" HEX BOLT 2 WASHERS 8 LOCKNUT (TYP.) NOTES 1 A socket and wedge anchoring system that meets the NCHRP 350 crash test criteria may be substituted in lieu of the anti -twist plate designs shown. Anti -twist plates are not required for wood post installations. 2. The platform design shown on this plan features slots that accomodate several types of mailbox supports, only those slots necessary for assembling the type being installed are required. An adjustable platform may be used in lieu of this design, but it must.fit the bracket design shown on this plan. Brackets are required for all single -post installations. Field drilling may be necessary 3. Center the mailbox on the platform to ensure space for the mailbox door to open and to allow space for installing the fasteners (See ALIGNMENT DETAIL, Sheet 2). Spacing of mailbox mounting holes varies among manufacturers. Attachment of the mailbox to the platform may require drill- ing additional holes through the mailbox to fit the platform. 4. Attach a newspaper box to a steel post with two 1 7/8" Muffler Clamps spaced 4" apart Field drill 7/16" holes in the newspaper box to fit. Use 2 1/2" x 1/4" lag bolts to attach newspaper boxes to wood posts. Newspaper boxes must not extend beyond the front of the mailbox when the mailbox door is closed. 5. A Type 2 Support (Standard Plan H-70.20) is required when 2 or more mailboxes are to be installed on one support. ANTI -TWIST PLATE (SEE DETAIL, SHEET 2, SEE NOTE 1) 7/16" HOLE (TYP.) 3/8" x 2 3/4" HEX BOLT, NUT 8 2 WASHERS (TYP.) STEEL POST ALTERNATE ANTI -TWIST PLATE DESIGN I EXPIRES JUNE 19. 20081 za MAILBOX SUPPORT TYPE 1 STANDARD PLAN H-70.10-00 SHEET 1 OF 2 SHEETS APPROVED FOR PUBLICATION Pasco Bakotich 111 09-05-07 I WiWashington Shea DopmlmwM of Transportation STATE DESIGN ENGINEER DATE 1 1 — — r — — — r — — — — N — — — N — MAILBOX & PLATFORM DIMENSIONS SIZE MAILBOX DIMENSIONS PLATFORM DIMENSIONS L W H L W H 1 19" 612" 8 1/2" 17" 6" 1" 1A 21" 8" 1012" 19" 712" 1" 2 24" 11 1/2" 13 1/2" 21" 11" 1" k 7 1/2" CENTERLINE SYMMETRICAL ABOUT 2 3/4" ----5-ER 7• 1 1/4" SLOT 11 1/8" SLOI(TYP) I --1 I I 3 rn 0 T 0 olo rI I 3/18" (TYP.) J L 5/8" R (TYP.) 5/16" • 1 1/4" SLOT (TVP.) -- 3 TOP hs- SYMM. ABT q f' 0 7 1/2" 23/4" 2 3/4" 7/16" DIAM. HOLE (TYP.) TOP SIDE PLATFORM DETAIL r 7/16" DIAM. HOLE (TYP.) FRONT 1 12" 90' SIDE SYMM. ABT 7/18" DIAM. HOLE (TYP.) C c END 1/4" • 5/8" SLOT (TYP.) EDGE OF SHOULDER OR TURNOUT L� HOLE PLACEMENT FOR ALTERNATE DESIGN (TYP.) I 6" ANTI -TWIST PLATE DETAIL BRACKET DETAIL AT EDGE OF SHOULDER NEWSPAPER BOX ^ SEE NOTE 4 STEEL OR WOOD POST 3'-3- MIN. O.C. _j POST TO POST FACE OF CURB -� CURB TYPE VARIES VARIABLE 0" TO 12" STEEL OR WOOD POST BEHIND CURB * UNLESS OTHERWISE SHOWN IN THE PLANS MAILBOX PLACEMENT SECTIONS 4'- 3" MIN. BACK OF SIDEWALK Z. SIDEWALK VARIABLE 0" TO 12" STEEL OR WOOD POST nimir / 4q'5 W/.4/'� MAILBOX ' MAILBOX MOUNTING HOLE (TYP.) SPACE PROVIDED ON BOTH ENDS TO ALLOW ACCESS TO FASTENERS (SEE NOTE 3) BEHIND SIDEWALK MAILBOX, PLATFORM, & POST MAILBOX SUPPORT TYPE 2 FOR DETAILS SEE STD. PLAN H-70.20 ANTI -TWIST PLATE - SEE DETAILS SHEETS 1 & 2, SEE NOTE 1 STEEL POST WOOD POST POST PLACEMENT DETAIL , if PLATFORM ALIGNMENT DETAIL EXPIRES JUNE 19. 2008 ilea z vpg MAILBOX SUPPORT TYPE 1 STANDARD PLAN H-70.10-00 SHEET 2 OF 2 SHEETS APPROVED FOR PUBLICATION Pasco Bakotich 111 09-05-07 AMMO Washington Pato Deportment of Transportation 6TATE DEM...NEER DATE z_ c) z z 111111 NIS 1111 r- -. NM --- I EN 1-- I E M SIGN SPACING = X (1) RURAL ROADS 45 / 55 MPH 500' t RURAL ROADS & URBAN ARTERIALS 35 / 40 MPH 350' t RURAL ROADS, URBAN ARTERIALS, RESIDENTIAL & BUSINESS DISTRICTS 25 / 30 MPH 200': (2) URBAN STREETS 25 MPH OR LESS 100 t (2) ALL SIGNS ARE BLACK ON ORANGE UNLESS DESIGNATED OTHERWISE (1) ALL SIGN SPACING MAY BE ADJUSTED TO ACCOMMODATE AT -GRADE INTERSECTIONS AND DRIVEWAYS. (2) THIS SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROADWAY CONDITIONS. LEGEND 01 R11-2 BNW ROAD CLOSED ROAD WILL BE CLOSED rolls-r0WA1 LH XPr R11-1501 BAN Mas 1DETOUR M6-3 7 R11.3 BAN ROAD CLOSED XX MILES AHEAD LOCAL TRAFFIC ONLY NOTES 1. Modify Regulatory Traffic Control Devices, as needed, for the duration of the detour. 2. Two Flashing Waming Lights (Type A per MUTCD) may be used to mark each barricade at night. 3. Trail Blazers shall be installed throughout the detour, as appropriate. 4. Signing shown for the one direction only 5. Coordinate with emergency services. 6. For signs size refer to Manual on Uniform Traffic Control Devices (MUTCD) and WSDOT Sign Fabrication Manual M55-05. R11-4 B/W ROAD CLOSED TO THRU TRAFFIC SIGN LOCATION BARRICADE - TYPE 3 R BARRICADE - TYPE 3 L FOR LOCAL AGENCY USE ONLY NOT FOR USE ON STATE ROUTES 1EXPIRES AUGUST 9. 20071 ROAD CLOSURE WITH OFF-SITE DETOUR STANDARD PLAN K-10.40-00 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Ken L. Smith 02-15-07 _ IRATE DESIGN ENGINEER ORM T Washington Slot. D.ponm.nN d Insnsportation MIN 11111 En E EN N r— —— MN 1 MN N MI E i DRAWN BY' ELENA BRUNSTEIN LONGITUDINAL BUFFER SPACE = B POSTED SPEED (MPH) 25 30 35 40 45 LENGTH B (FEET) 55 85 120 170 270 CHANNELIZING DEVICE SPACING POSTED SPEED IN TAPER IN TANGENT (MPH) (FEET) (FEET) 35 / 45 30 80 25 / 30 20 40 END ROAD WORK G20 -2A SIGN SPACING = X RURAL ROADS 45 / 55 MPH 500 t RURAL ROADS & URBAN ARTERIALS 35 / 40 MPH 350' t RURAL ROADS, URBAN ARTERIALS, 25l 30 MPH RESIDENTIAL & BUSINESS DISTRICTS 200.* URBAN STREETS 25 MPH OR LESS 100't ALL SIGNS ARE BLACK ON ORANGE UNLESS DESIGNATED OTHERWISE ALL SIGN SPACING MAY BE ADJUSTED TO ACCOMMODATE AT -GRADE INTERSECTIONS AND DRIVEWAYS R1 -2a B/W NOTES 1 This plan is intended for use on roadways when traffic volumes create sufficient gaps for motor vehicles to yield. 2. Steady Buming Warning Lights (Type C per MUTCD) shall be used to mark Channelizing Devices at night. 3. Adequate sight distance shall be provided for drivers to see opposing traffic, otherwise use flaggers and/or Temporary Signal. 4. Extend Channelizing Device taper across shoulder - recommended. 5. Post mount signs when in place for 3 days or longer 6. For speed limit 35 mph or higher replace W1 -3R with W1 -4R. 7 For signs size refer to Manual on Uniform Traffic Control Devices (MUTCD) and WSDOT Sign Fabrication Manual M55-05. 8. Consider using a PCMS for additional advance waming. TO ONCOMING TRAFFIC ® 0 g SIGN LOCATION CHANNEUZJNG DEVICES BARRICADE - TYPE 3 L FLASHING WARNING LIGHT END ROAD WORK FOR LOCAL AGENCY USE ONLY NOT FOR USE ON STATE ROUTES EXPIRES AUGUST 9, 20091 LANE CLOSURE WITHOUT FLAGGERS — LOW VOLUME ROAD STANDARD PLAN K-20.20-01 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Pasco Bakotich 111 10-12-07 _ STAR OEM. ENGINEER DATE Washington Moto opo.E...T of T,am tanht,i.. NMI MN s EN N EN EN NE NE 1 NE 1--- I 1 M re z END ROAD WORK G20 -2A OR DOWNSTREAM TAPER TO SHOW END OF WORK AREA - SEE NOTE 5 G20 -2A END ROAD WORK 4, LONGITUDINAL BUFFER SPACE = B POSTED SPEED (MPH) 25 30 35 40 45 50 55 60 65 LENGTH B (FEET) 155 200 250 305 360 425 495 570 645 BUFFER DATA TYPICAL PROTECTIVE VEHICLE WITH TMA (SEE NOTE 1) VEHICLE TYPE LOADED WEIGHT 4 YARD DUMP TRUCK SERVICE TRUCK, FLAT BED, ETC. MINIMUM WEIGHT 15,000 LBS. (MAXIMUM WEIGHT SHALL BE IN ACCORDANCE WITH MANU- FACTURER RECOMMENDATION) 1OROLL AHEAD STOPPING DISTANCE = 30 FEET MIN. (DRY PAVEMENT ASSUMED) W20 -7A W20-78 - OPTIONAL IF POSTED SPEED 40 MPH OR LESS W20 -7A W20-4 W20-1 W20 -7B - OPTIONAL IF POSTED SPEED 40 MPH OR LESS W20-1 W20-4 LEGEND 4/11 FLAGGING STATION N SIGN LOCATION D ® D CI-1ANNELFLING DEVICES EEO PROTECTIVE VEHICLE - RECOMMENDED NOTES 1. A Protective Vehicle is recommended regardless if a Truck Mounted Attenuator (TMA) is available; a work vehicle may be used. When no TMA is used, the Protective Vehicle shall be strategically located to shield workers, with no specific Roll -Ahead distance. 2. Night work requires additional roadway lighting at flagging stations. See WSDOT Standard Specifications for additional details. 3. Extend Channelizing Device taper across shoulder — recommended. 4. Sign sequence is the same for both directions of travel on the roadway 5. Channelizing Device spacing for the downstream taper option shall be 20' O.C. 6. For signs size refer to Manual on Uniform Traffic Control Devices (MUTCD) and WSDOT Sign Fabrication Manual M55-05. SIGN SPACING = X (1) RURAL HIGHWAYS 60/65 MPH 50/7 ± RURAL ROADS 45/ 55 MPH 50a 3 RURAL ROADS & URBAN ARTERIALS 35 / 40 MPH 350' ± RURAL ROADS, URBAN ARTERIALS, 25 / 30 MPH 20D t (2) RESIDENTIAL & BUSINESS DISTRICTS URBAN STREETS 25 MPH OR LESS 100' z (2) ALL SIGNS ARE BLACK ON ORANGE UNLESS DESIGNATED OTHERWISE (1) ALL SIGN SPACING MAY BE ADJUSTED TO ACCOMMODATE INTERCHANGE RAMPS, AT -GRADE INTERSECTIONS, AND DRIVEWAYS. (2) THIS SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROADWAY CONDITIONS. FOR LOCAL AGENCY USE ONLY NOT FOR USE ON STATE ROUTES EXPIRES AUGUST 9. 20071 a 111E LANE CLOSURE WITH FLAGGER CONTROL STANDARD PLAN K-20.40-00 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Ken L. Smith 02-15-07 6TATE DESIGN ENGINEER DATE IIMIk T Wo hinplm 5NN. D.pmM1n.D± o/ Tnmope.blinn M 1— 1 In EN MI M— MN 1 1 M N 1 r 111111 DRAWN BY ELENA BRUNSTEIN LONGITUDINAL BUFFER SPACE = B POSTED SPEED (MPH) 25 30 35 40 45 50 55 60 LENGTH B (FEET) 155 200 250 305 360 425 495 570 BUFFER DATA TYPICAL PROTECTIVE VEHICLE WITH TMA (SEE NOTE 1) VEHICLE TYPE LOADED WEIGHT 4 YARD DUMP TRUCK SERVICE TRUCK, FLAT BED, ETC. MINIMUM WEIGHT 15,000 LBS. (MAXIMUM WEIGHT SHALL BE IN ACCORDANCE WITH MANU- FACTURER RECOMMENDATION) OROLL AHEAD STOPPING DISTANCE = 30 FEET MIN. (DRY PAVEMENT ASSUMED) END ROAD WORK G20 -2A OR DOWNSTREAM TAPER TO SHOW END OF WORK AREA - SEE NOTE 7 MINIMUM TAPER LENGTH = L (FEET) LANE WIDTH (FEET) 25 30 POSTED 35 SPEED 40 45 MPH) 50 55 60 10 105 150 205 270 450 500 550 - 11 115 165 225 294 495 550 605 660 12 125 180 245 320 540 600 660 720 CHANNELIZING DEVICE SPACING POSTED SPEED IN TAPER IN TANGENT (MPH) (FEET) (FEET) 50 / 60 40 80 35/45 30 60 25 / 30 20 40 1/4-78 24'x30' BIW KEEP 00, RIGHT SIGN SPACING = X (1) RURAL HIGHWAYS 601 65 MPH 800 t RURAL ROADS 45 / 55 MPH 500 3 RURAL ROADS & URBAN ARTERIALS 35 / 40 MPH 350 t RURAL ROADS, URBAN ARTERIALS, 25130 MPH RESIDENTIAL & BUSINESS DISTRICTS 200 4 (2) URBAN STREETS 25 MPH OR LESS 100' * (2) ALL SIGNS ARE BLACK ON ORANGE UNLESS DESIGNATED OTHERWISE (1) ALL SIGN SPACING MAY BE ADJUSTED TO ACCOMMODATE INTERCHANGE RAMPS, AT -GRADE INTERSECTIONS. DRIVEWAYS. (2) THIS SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROADWAY CONDITIONS. W1 -4L L/2 X SEE NOTE 5 -- //, - W20-1 NOTES 1 A Protective Vehicle is recommended regardless if a Truck Mounted Attenuator (TMA) is available; a work vehicle may be used. When no TMA is used, the Protective Vehicle shall be strategically located to shield workers, with no specific Roll -Ahead distance. 2. Existing conflicting pavement markings that are no longer applicable shall be removed or obliterated. Temporary mark- ings shall be used as necessary, and signs shall be post mounted for long term projects. 3. Steady -Burn Waming Lights (Type C, MUTCD) shall be used to mark Channelizing Devices at night 4. For speed limits of 30 mph or less, sign W1-3 shall be used in lieu of sign W1-4. 5. Extend device taper (L/3) across shoulder — recommended. 6. Portable Changeable Message Sign (PCMS) — recommended. 7 Channelizing Device spacing for the downstream taper option shall be 20' O.C. B. For signs size refer to Manual on Uniform Traffic Control Devices (MUTCD) and WSDOT Sign Fabrication Manual M55-05. b WORK AREA I�I1111.11 D W4 -2R - COMPLIANCE DATE 12/23/13 LEGEND N D 0 a CHB �PCMS O q o D 0 ga 0 0 00..........0001201100000116. U2 DEVICE SPACING - 1/2 DISTANCE FOR OPPOSING TRAFFIC DEVICES SIGN LOCATION CHANNEUZING DEVICES PROTECTIVE VEHICLE - RECOMMENDED PORTABLE CHANGEABLE MESSAGE SIGN ARROW PANEL PCMS SAMPLE MESSAGE 2 LANE CLOSED 1 MILE AHEAD 1.5 SEC 1 5 SEC FIELD LOCATE IN ADVANCE OF LANE CLOSURE SIGNING END ROAD WORK G20 -2A FOR LOCAL AGENCY USE ONLY NOT FOR USE ON STATE ROUTES !EXPIRES AUGUST 9. 20091 1m 1 LANE SHIFT ONTO PASSING LANE STANDARD PLAN K-22.20-01 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Pasco Bakotich 111 10-12-07 ANL IRATE OE&GNEHGIMEER GATE Washington slat. Department nr 1.elnpo,bfl,n M M M IIIIII I I IIIIII = M M N I M I I I DRAWN BY' ELENA BRUNSTEIN LONGITUDINAL BUFFER SPACE = B POSTED SPEED (MPH) 25 30 35 40 45 50 55 80 LENGTH 13 (FEET) 155 200 250 305 360 425 455 570 BUFFER DATA TYPICAL PROTECTIVE VEHICLE WITH TMA (SEE NOTE 1) VEHICLE TYPE LOADED WEIGHT 4 YARD DUMP TRUCK SERVICE TRUCK, FLAT BED, ETC. MINIMUM WEIGHT 15000 LBS. (MAXIMUM WEIGHT SHALL BE IN ACCORDANCE WITH MANU- FACTURER RECOMMENDATION) 1OROLL AHEAD STOPPING DISTANCE = 30 FEET MIN. (DRY PAVEMENT ASSUMED) L/2 W20-1 nom_ W20-4 - OPTIONAL IF POSTED SPEED 40 MPH OR LESS W20 -7B W20 -7A SIGN SPACING = X (1) POSTED SPEED RURAL HIGHWAYS 60/ 65 MPH 800' 3 RURAL ROADS 45 / 55 MPH 500' ± RURAL ROADS 8. URBAN ARTERIALS 35 / 40 MPH 350' 5 RURAL ROADS, URBAN ARTERIALS, 25l 30 MPH RESIDENTIAL 8 BUSINESS DISTRICTS 200' i (2) URBAN STREETS 25 MPH OR LESS 100' 5 (2) ALL SIGNS ARE BLACK ON ORANGE UNLESS DESIGNATED OTHERWISE (1) ALL SIGN SPACING MAY BE ADJUSTED TO ACCOMMODATE AT -GRADE INTERSECTIONS AND DRIVEWAYS. (2) THIS SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROADWAY CONDITIONS. W20 -7A W20 -7B - OPTIONAL IF POSTED SPEED 40 MPH OR LESS NOTES 1. A Protective Vehicle is recommended regardless if a Truck Mounted Attenuator (TMA) is available; a work vehicle may be used. When no TMA is used, the Protective Vehicle shall be strategically located to shield workers, with no specific Roll -Ahead distance. 2. If an existing signal is present, the signal shall be set to "red flash mode" or turned off during flagging operations. 3. Extend device taper (L/3) across shoulder — recommended. 4. Law enforcement officer may be used in lieu of naggers to control intersection traffic. 5. For speed limit of 30 mph or less use sign W1-3 in lieu of sign W1-4. 6. Maintain a minimum of one access point for each business within the Work Area limits. 7 Portable Changeable Message Sign (PCMS) — recommended. 8. For signs size refer to Manual on Uniform Traffic Control Devices (MUTCD) and WSDOT Sign Fabrication Manual M55-05. oi q W1 -4L W20 -7B - OPTIONAL IF POSTED SPEED 40 MPH OR LESS LEGEND FLAGGING STATION q SIGN LOCATION Ed o o CHANNELIZING DEVICES EE PROTECTIVE VEHICLE - RECOMMENDED W20 -7A SEE NOTE 3 (TYP.) KEEP RIGHT R4-78 24" x 30" BAN 2 DEVICE SPACING - 1/2 DISTANCE FOR OPPOSING TRAFFIC DEVICES W20 -7B - OPTIONAL IF POSTED SPEED 40 MPH OR LESS W20-4 CHANNELIZING DEVICE SPACING POSTED SPEED IN TAPER IN TANGENT (MPH) (FEET) (FEET) 50 / 70 40 60 35 / 45 30 60 25/30 20 40 MINIMUM TAPER LENGTH = L (FEET) LANE IMDTH (FEET) 25 30 POSTED 35 SPEED 40 45 MPH) 50 55 60 10 105 150 205 270 450 500 550 - 11 115 165 225 294 495 550 605 660 12 125 180 245 320 540 600 660 720 FOR LOCAL AGENCY USE ONLY NOT FOR USE ON STATE ROUTES 1EXPIRES AUGUST 9. 20071 INTERSECTION — LANE SHIFT ON THREE LANE TWO-WAY LEFT TURN LANE STANDARD PLAN K-30.20-00 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Ken L. Smith 02-15-07 HEKIE GESION ENGINEER GATE wasnlngr,n Stabs Department wln,Rw>soiI,R DRAWN BY ELENA BRUNSTEIN IIIIII I M all IIIII IIIIIII N M I I ME M M OM SIDEWALK CLOSED CROSS HERE SIDEWALK CLOSED SIDEWALK CLOSED A tt CRESS HERE LEGEND D D D PEDESTRIAN DETOUR WORKING HOURS SIGN LOCATION CHANNEUZING DEVICES TYPE 2 BARRICADE R8-3 BIW NO PARKING Install on Type 2 Barricades throughout the work area 24 hours prior to imple- menting traffic control. Prior notification of Local Law Enforcement required. b 1 18' MIN. WALKWAY - 5' MIN. SIDEWALK DETOUR SIDEWALK DETOUR / /, WORK AREA PEDESTRIAN DETOUR NON -WORKING HOURS NOTES 1 When crosswalks or other pedestrian facilities are closed or re- located, temporary facilities shall be detectable and shall include accessibility features consistent with the features present in the existing pedestrian facility 2. Controls shown are for pedestrian traffic only 3. Use Warning Lights on barricades. 4. Maintain a minimum width of 3 feet for pedestrian path. 5. For signs size refer to Manual on Uniform Traffic Control Devices (MUTCD) and WSDOT Sign Fabrication Manual M55-05. FOR LOCAL AGENCY USE ONLY NOT FOR USE ON STATE ROUTES 'EXPIRES AUGUST 9, 20071 INTERSECTION -- PEDESTRIAN DETOUR STANDARD PLAN K-34.20-00 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Ken L. Smith 02-15-07 /Ms WAIT DESIGN EKGIWER MR T Washington Slate Department M Tmmaperlalien IMMI NM 1 N I = N = M I I NM I I 1 N N DRAWN BY ELENA BRUNSTEIN BUFFER DATA TYPICAL PROTECTIVE VEHICLE WITH TMA (SEE NOTE 1) VEHICLE TYPE LOADED WEIGHT 4 YARD DUMP TRUCK SERVICE TRUCK, FLAT BED, ETC. MINIMUM WEIGHT 15,000 LBS. (MAXIMUM WEIGHT SHALL BE IN ACCORDANCE WITH MANU- FACTURER RECOMMENDATION) OROLL AHEAD STOPPING DISTANCE =30 FEET MIN. (DRY PAVEMENT ASSUMED) W20-1 MINIMUM TAPER LENGTH = L (FEET) LANE WIDTH (FEET) 25 POSTED 30 35 SPEED 40 (MPH) 45 50 55 10 105 150 205 270 450 500 550 11 115 165 225 294 495 550 605 12 125 180 245 320 540 600 660 G20 -2A G20 -2A END ROAD WORK END ROAD WORK SIGN SPACING = X (1) POSTED SPEED RURAL ROADS 45 / 55 MPH 500' ± RURAL ROADS & URBAN ARTERIALS 35 / 40 MPH 350' ± RURAL ROADS, URBAN ARTERIALS, 25 / 30 MPH RESIDENTIAL & BUSINESS DISTRICTS 200' t (2) URBAN STREETS 25 MPH OR LESS 100' ± (2) ALL SIGNS ARE BLACK ON ORANGE UNLESS DESIGNATED OTHERWISE (1) ALL SIGN SPACING MAY BE ADJUSTED TO ACCOMMODATE AT -GRADE INTERSECTIONS AND DRIVEWAYS. (2) THIS SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROADWAY CONDITIONS. CHANNELIZING DEVICE SPACING POSTED SPEED IN TAPER IN TANGENT (MPH) (FEET) (FEET) 50 / 70 40 80 35 / 45 30 60 25/30 20 40 ///RK A //// // //// / * WHEN APPLICABLE NOTES 1. A Protective Vehicle is recommended regardless if a Truck Mounted Attenuator (TMA) is available; a work vehicle may be used. When no TMA is used, the Protective Vehicle shall be strategically located to shield workers, with no specific Roll -Ahead distance. 2. For long term projects conflicting pavement markings that are no longer applicable shall be removed. Temporary markings shall be used as necessary and signs shall be post mounted. 3. The sign MOTORCYCLES USE EXTREME CAUTION may be used. 4. For signs size refer to Manual on Uniform Traffic Control M55-05. (MUTCD) and WSDOT Sign Fabrication Manual X END ROAD WORK LEGEND SIGN LOCATION D o D CHANNELIZING DEVICES El/ PROTECTIVE VEHICLE - RECOMMENDED N G20 -2A END ROAD WORK SHOULDER WORK AREA 12' EXISTING LANE TEMPORARY TRAFFIC CONTROL DEVICE 4H:1V WEDGE OF COMPACTED STABLE MATERIAL - SEE WSDOT STD. SPEC. 1-07-23(1) SECTION OA SHOULDER WORK AREA PROTECTION (NOT TO SCALE) FOR LOCAL AGENCY USE ONLY NOT FOR USE ON STATE ROUTES (EXPIRES AUGUST 9, 20071 kP 8 -hi �I INTERSECTION .. SHOULDER WORK STANDARD PLAN K-36.20-00 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Ken L. Smith 02-15-07 _ STATE DESIGN ENGINEER DATE 1711 Washington SIGN Department of Transportation NM 1 N N MI MN MI N NM 1 MI = M 1 E MO OM DRAWN BY- ELENA BRUNSTEIN LONGITUDINAL BUFFER SPACE = B POSTED SPEED (MPH) 25 30 35 40 45 I 50 I. 55 I 60 I 65 I 70 LENGTH B (FEET) 155 200 250 305 SEE STD. PLAN K-4020 BUFFER DATA TYPICAL PROTECTIVE VEHICLE WITH TMA (SEE NOTE 1) VEHICLE TYPE LOADED WEIGHT 4 YARD DUMP TRUCK, SERVICE TRUCK FLAT BED, ETC. MINIMUM WEIGHT 15,000 LBS. (MAXIMUM WEIGHT SHALL BE IN ACCORDANCE WITH MANU- FACTURER RECOMMENDATION) AN, ROLL AHEAD STOPPING DISTANCE = 30 FEET MIN. (DRY PAVEMENTASSUMED) LEGEND MINIMUM TAPER LENGTH = L (FEET) SHOULDER WIDTH (FEET) 25 30 35 POSTED SPEED (MPH) 40 1 45 50 55 60 65 70 6 63 90 123 160 II! f 6 84 120 164 214 SEE STD. PLAN K-40,20 10 105 150 204 267 LESS THAN 6 3 DEVICES MINIMUM. SPACED 10' O.C. CHANNELIZING DEVICE SPACING POSTED SPEED IN TAPER IN TANGENT (MPH) (FEET) (FEET) 35 / 40 30 60 25 / 30 20 40 NOTES 1. A Protective Vehicle is recommended regardless if a Truck Mounted Attenuator (TMA) is available: a work vehicle may be used. When no TMA is used, the Protective Vehicle shall be strategically located to shield workers, with no specific Roll -Ahead distance. 2. Channelizing Device spacing for the downstream taper option shall be 20' 0 C, 3. For signs size refer to Manual on Unifoml Traffic Control Devices (MUTCD) and WSDOT Sign Fabrication Manual M55-05. 1 SIGN LOCATION D ® ® CHANNEUZING DEVICES PROTECTIVE VEHICLE - RECOMMENDED END ROAD WORK SIGN SPACING = X (1) RURAL ROADS & URBAN ARTERIALS 35/40 MPH 350' i RURAL ROADS, URBAN ARTERIALS, 25 / 30 MPH RESIDENTIAL & BUSINESS DISTRICTS 200' i (2) URBAN STREETS 25 MPH OR LESS 100' i (2) ALL SIGNS ARE BLACK ON ORANGE UNLESS DESIGNATED OTHERWISE (1) ALL SIGN SPACING MAY BE ADJUSTED TO ACCOMMODATE INTERCHANGE RAMPS, AT -GRADE INTERSECTIONS, AND DRIVEWAYS. (2) THIS SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROADWAY CONDITIONS. G20 -2A OR DOWNSTREAM TAPER TO SHOW END OF WORK AREA - SEE NOTE 2 FOR LOCAL AGENCY USE ONLY NOT FOR USE ON STATE ROUTES EXPIRES AUGUST 9. 20071 SHOULDER CLOSURE .. LOW SPEED ROADWAY (40 MPH OR LESS) STANDARD PLAN K-40.40-00 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Ken L. Smith 02-15-07 MATE DESIGN ENGINEEN CAM Wmh(ngton Slat. Deportment n( TNnapmlalbn I M M M-- N w 1 M I= 1 M DRAWN BY ELENA BRUNSTEIN PROTECTIVE VEHICLE ROLL AHEAD DISTANCE = R TYPICAL PROTECTIVE VEHICLE WITH TMA VEHICLE TYPE LOADED WEIGHT STATIONARY OPERATION 4 YARD DUMP TRUCK, SERVICE TRUCK FLAT BED, ETC MINIMUM WEIGHT 15,000 LBS. (MAXIMUM WEIGHT SHALL BE IN ACCORDANCE WITH MANU- FACTURER RECOMMENDATION) 30 FEET ROLL AHEAD DISTANCES VARY AND SHALL BE DETERMINED IN FIELD BASED ON WORK OPERATION AND SITE SPECIFIC CONDITIONS LEGEND 04 7 cio WORK VEHICLE R PROTECTIVE VEHICLE MOUNTED SEE NOTES 1 AND 2 SHADOW VEHICLE SIGN LOCATION PROTECTIVE VEHICLE TRUCK MOUNTED ATTENUATOR - RECOMMENDED SEQUENTIAL ARROW PANEL TYPE "B" - CAUTION MODE -� WARNING BEACON - REQUIRED NOTES 1 In those situations where multiple work locations within a limited distance make R practical to place stationary signs, the distance between the advance Warning Sign and the Work Area should not exceed 5 miles. 2. In those situations where the distance between the advance signs and the Work Area is 2 to 5 miles, a Supplemental Distance plaque should be used with the ROAD WORK AHEAD sign. 3. No encroachment into traffic lane is permitted with this plan. 4. Work vehicle and Shadow vehicle shall use Warning Beacons. 5. Shadow vehicle shall maintain 500' to 1000' of sight distance to approaching traffic. 6. For signs size refer to Manual on Uniform Traffic Control Devices (MUTCD) and WSDOT Sign Fabrication Manual M55-05. FOR LOCAL AGENCY USE ONLY NOT FOR USE ON STATE ROUTES 'EXPIRES AUGUST 9. 20071 SHOULDER CLOSURE -• SHORT DURATION STANDARD PLAN K-40.60-00 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Ken L. Smith 02-15-07 ANL DATE DESIGN ENGINEER DAIS Wmhinpbn SDA DplerfmwN of Tmmaporlolion DRAWN BY- ELENA BRUNSTEIN 11111 111111 MO N 11111 N 1 11111 NS EN En MN MS EMI M I SIGN SPACING = X (1) RURAL ROADS 45 / 55 MPH 500' t RURAL ROADS & URBAN ARTERIALS 35 / 40 MPH 350' t RURAL ROADS, URBAN ARTERIALS, 25 ! 30 MPH RESIDENTIAL & BUSINESS DISTRICTS 200' t (2) URBAN STREETS 25 MPH OR LESS 100' t (2) ALL SIGNS ARE BLACK 014 ORANGE UNLESS DESIGNATED OTHERIMSE (1) ALL SIGN SPACING MAY BE ADJUSTED TO ACCOMMODATE AT -GRADE INTERSECTIONS AND DRIVEWAYS. (2) THIS SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROADWAY CONDITIONS. LEGEND NOTES 1. The sign shown is not required in the following cases: the work space is behind a barrier, or more than 2' behind the curb, or more than 15' from the edge of a roadway 2. For sign size, refer to Manual on Uniform Traffic Control Devices (MUTCD) and WSDOT Sign Fabrication Manual M55-05. SEE NOTE 1 N SIGN LOCATION a j�/Wi ORK AREA j / FOR LOCAL AGENCY USE ONLY NOT FOR USE ON STATE ROUTES EXPIRES AUGUST 9. 20071 WORK BEYOND THE SHOULDER STANDARD PLAN K-40.80-00 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Ken L. Smith 02-15-07 _ STATE DESIGN ENGINEER DATE 471, Washington S. Dpornn.nl of Tivnnperblion EXPIRES AUGUST 9, 20071 IIIII ME M I I I ' IIIIIN N N S ' MB In DRAWN BY' FERN LIDDELL EDGE OF CONCRETE GUTTER SHOULDER SIDEWALK SIDEWALK - SIDEWALK EDGE OF CONCRETE GUTTER INSTALL CROSSWALK LINES PARALLEL TO THE ROADWAY EDGE OF CONCRETE GUTTER SHOULDER AREA 1' WIDE FOR 4' SHOULDERS 2' WIDE FOR SHOULDERS OVER 4' WIDE INSTALL CROSSWALK LINES IN SHOULDER AREAS ONLY WHEN ADJACENT TO A SIDEWALK OR A SEPARATE WALKWAY (TYP.) CROSSWALK LINE EDGE OF PAVEMENT, OR FACE OF CURB (WITHOUT GUTTER), OR EDGE OF GUTTER PAN (WHEN THERE IS CURB & GUTTER) (TYP.) SHOULDER SIDEWALK EDGE OF CONCRETE GUTTER SHOULDER SHOULDER TYPICAL APPLICATIONS 1' MIN EDGE OF TRAVELED WAY NOTES 5' MAX. (TYP.) LANE ROADWAY LANE STOP UNE LANE DETAIL 1. See the Contract Plans for locations of crosswalk centerlines. 2. To the maximum extent possible, curb ramp centerline should be perpendicular to the crosswalk centerline. 3. To the maximum extent possible, crosswalks should be perpendicular to the centerline of the traveled way EDGE OF TRAVELED WAY SHOULDER AREA CROSSWALK LAYOUT STANDARD PLAN M-15.10-01 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Ken L. Smith 02-06-07 _ 97111E DESIGN ENGINEER DATE 71 W hh,g m Lon. Department of Transportation LEGEND EXISTING FENCE EXISTING UTILITY POLE EXISTING LIGHT POLE EXISTING OVERHEAD POWER EXISTING UNDERGROUND UTILITIES EXISTING MANHOLE END PROJECT NORTH 6TH AVEMNUE AND WEST "I" STREET BEGIN PROJECT McGUINNESS PARK AT SWAN AVENUE N E CITY OF YAKIMA WILLIAM O. DOUGLAS - POWERHOUSE TRAIL CONNECTOR S ;'l� 11111•'1 A� 10, 1> � eMI -1 �111111111= =ii�ilr, Ice mm, m m ____ "gr„dim1ii” :��� w.i „Ii mm\ `mmomma now ' --n1:::A'-31°,0:::---01-1::"------ !_�� ii - !l Ilr 1 II III ";,= �°m�m; l t1 Kill I L �G ;<u�m®:.:. mm 0 ,„0 N• maw \ 11 C1111§111,11--7,'111-- X.��r��l��l� @mmmm `�\�0mmiltme .�711 ,1 IIII`' \\�\�a .mm �\ \,m � hill 111- r, 11 11 ing . 1 m ♦ "° �W 1 v 1 i Ii mm F `, ��a`�'mm -i it. 6'i11���i�1 LiCi/✓f 11 illl I 1111 III Ho a„ , —„ � !1 11 r.. 1 Doti JiI1Ypmmnu M a MIME 11 n9 , �u�ut i w III 111 Ilm II ` wit _ ll ��n����� �. r,t — rel 111 III II : 1 �J it I loll illi I nmml 11111 ,4 III1 J 1611 11111 L''�■l .Ym■iIIIY IIII _mill a iiE . iafri-niri i ii ii %ill erg 1=NM iii& CITY OF YAKIMA PROJECT NO. 2301 FEDERAL AID NO. STPE-1485 (023 ) Know what's below. CaII before you dig. SHEET INDEX VICINITY MAP TRAIL PLAN SHEETS CURB AND PATHWAY DETAILS PLAN DISCLAIMER 1 2-9 10 UNDERGROUND FEATURES SHOWN HEREON REPRESENT , BEST AVAILABLE INFORMATION AS OBTAINED FROM LOCAL RECORDS AND VISIBLE SURFACE EVIDENCE. THE CONTRACTOR IS CAUTIONED TO VERIFY THE LOCATION AND DEPTH OF ALL UNDERGROUND FACILITIES. STATE LAW REQUIRES THAT ALL EXCAVATION WORK MUST BE PROCEEDED BY NOTIFICATION TO ALL OWNERS OF UNDERGROUND FACILITIES THROUGH A ONE NUMBER LOCATOR SERVICE: 1-800-553-4344 j JANUARY 2013 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Curve Table Curve # Radius Length Delta C1 10.00 14.22 81.4779 C2 45.00 20.45 26.0431 C3 65.00 20.86 18.3906 C4 20.00 20.22 57.9258 C5 95 00 70.64 42.6059 C6 95.00 10.80 6 5152 C7 95.00 57.95 34.9488 C8 20 00 31.30 89.6561 N. I4TH AVE. ASPHALT S) W -r- E s 1-7 11+76.12 MATCH EXISTING PATH ELEVATION PC STA:10+51.23 PT STA:10+45.84 C STA:10+31.62 BEGIN_NEW PATH CONSTRUCTION STA:10+25.22 URB RAMP TYPE 1 (SEE DETAIL - PAGE—R) -71 •!‘ "Alto° 40.1 MIMeglirAgr-1 CROSSWALki SEE WSD _S-TANDARD PLAN M-15/ 40-01 . E EXISTING/- BOLLARDS NEW BOLLARD TYPE 1 - SEE DETAIL STATION=10+31.24 SWAN AVENUE EXISTING ASPHALT ROAD "BEGIN PROJECT STA:10+00.00 PLACE APPROX. 75 SF NEW DETECTABLE WARNING SURFACE ON EXISTING CEMENT CONCRETE APPROACH. DATE REVISION BY City Of Yakima Engineering Division 129 North Second Street Yakima, Washington WALTER ORTMAN TRAIL WOD/POWERHOUSE CONNECTOR FED. AID NO. STPE-1485(023) CITY OF YAKIMA PROJECT NO. 2301 Project Eng: DMK Drawn By. DMK Chkd. By BHS Drawing Scales Horizontal = 1.40' Vertical = NONE PLAN 10+00 14+50 2 10 N z w CONSTRUCT TRAIL TO EXISTING BACK OF CURB (TYP ) P TYPE 2 (SEE DETAIL - PAG 94, ASP,t1A,\LT CURB RAMP_ TYPE_2(SEE DFTAIL - PGE 10) EXISTING ASPHALT ROAD W W REMOVE EXISTING BOLLARD. NEW BOLLARD TYPE 1 - SEE DETAIL STATION=16+50.56 OFFSET=17.99L NEW BOLLARD TYPE 1 - SEE DETAIL STATION=16+48.70 OFFSET=5.63L NEW BOLLARD TYPE 1 - SEE DETAIL STATION=16+47 75 iI STA:18+99.53 BEGIN REMOVE AND REPLACE EXISTING CEMENT CONC. TRAFFIC CURB AND GUTTER RESET EXISTING CATCH SASIN CONSTRUCT—TRAlif-O NEW BACK OF,CURB (TYP SAWCUT 1OFF G TTER (TYP ) ASPNALT TRNI. 20+00 1, STA:18+49.57 NO* 41:4t, 4400.0„ 441/ A004,4 411 10' CROSSWALK--SE8WSDOT-____-- -- _-- - — P STANDARD FLAN A(1-15.10-01 WILLOW STREET1 1 --- ASP ALT CURB RAMP TYPE 1 (SEE DETAIL - PAGE 10) -- PT STA:AO:42-113) REMOVE EXITING ONCRETE ) ' PC STA:15+84 19 PT STA,:15+31.89 PC,STA:15+21.09 /- • ASPHALT CURB RAM 10 w - _,,,, • EXISTING ASPHALT ROAD z m P TYPE 2 (SEE DETAIL - PAGE 10) STA: 9+11.04 cp m m DATE REVISION BY City Of Yakima Engineering Division 129 North Second Street Yakima, Washington WALTER ORTMAN TRAIL WOD/POWERHOUSE CONNECTOR FED AID NO.. STPE-1485(023) CITY OF YAKIMA PROJECT NO. 2301 Project Eng: DMK Drawn By: DMK Chkd. By BHS Drawing Scales Horizontal = 1"=40' Vertical = NONE PLAN 14+50 20+50 3 10 0 21—m N.) Oi m rn CA) Cr. /) — Ur? '33 — 513 N E STA:23+60.32 BEGIN REMOVE AND REPLACE EXISTING — CEMENT CONC. TRAFFIC CURB AND GUTTER STA:23+21.16 END REMOVE AND REPLACE EXISTING CEMENT CONC., TRAFFIC CURB AND GUTTER CONSTRUCT TRAIL TO SD SAWCUT 1' OFF GUTTER (TYP) "NEW BACK OF CURB (TYP) EXISTING ASPHALT ROAD . r,, .73 CROSSWALK - SEE WSDOT STANDARD PLAN M-15.10-01 u — sr 21+00 NEW ASPHALT TRAIL 22+00 Sr, 23+00 m 1 r rrr., , BURIEP 48 IRRIGATION PIPE- r ,ncv`2, 10' ASPHALT CURB RAMP TYPE 2 (SEE DETAIL - PAGE 10) STA:23+09 67 ,-,:(''''?-, ,-,,,-- ,3., ,q_„y'j .. /' 3, 1.3n A ''' ' '41. A."! 3.3' N3/. ' ? . .../ / LA 33 1 W ,. W , W -----.,, ------V , — DATE REVISION BY _155 CAMPBELL LANE City Of Yakima Engineering Division 129 North Second Street Yakima, Washington STA:23+71.83 WILLOW STREET EXISTING ASPHALT ROAD 9 IDI -IS 00'09+9Z WALTER ORTMAN TRAIL WOD/POWERHOUSE CONNECTOR FED. AID NO • STPE-1485(023) CITY OF YAKIMA PROJECT NO. 2301 Project Eng: DMK Drawn By. DMK Chkd. By BHS Drawing Scales Horizontal = 1"=40' Vertical = NONE PLAN 20+50 26+50 4 10 IN W E s STA.2 +76.01 END REMOVE AND REPLACE EXISTING CEME T CONC TRAFFIC CURB AND GUTTER F CO STA:27+15.35 ' BEGIN REMOVE CEMENT CONC. XISTING AND GUTTER EN CEMENT _ , STA:30+24.77 PLACE EXISTING <RB AND GUTTER :O SAWCUT1-OFF-GUTTER-(iYP1 RESET EXISTING CATCH BASIN Z m N O) O O 0) m m CONSTRUCT TRAIL TO NEW BACK OF CURB (TYP ) EXISTING ASPHALT ROAD CMN 11 ENDO c 1111 EJSEIN 28+00 ' t 0 III 1111111 yes \L .' -L /Z.,I, --'- _ 5 1( ;,; N , \r,-,; y .1NEETI! S I ! HI III -I 1 kSPMAt -CURS K�kNiP TYPE 2 (SEE DETAIL PAGE 10 "`rll ;.�'c.A:30+13.2$`=tit KEW ASPHALT TRAIL 29+00 30+00 ASPHALT CURB RAMP TYPE 2 (SEE DETAIL - PAGE 10) STA:27+26.87 EXISTING ASPHALT ROAD WILLOW STREET C8 ,o BURIED 30- IRRIGATION PIPE SEE DETAIL SHEET 10 CONSTRUCT—TRAIL-TO — c 10• EXISTING'BACK-OFCURB-(TYP-)--.D EXISTING GRAVEL/DIRT SURFACE 0 2 1— - , NEW ASPHALT TRAIL CROSSWALK - SEE WSDOT STANDARD PLAN M-15.10-01 ASPHALT CURB RAMP TYPE 2 (SEE DETAIL - PAGE 10) STA:26+64.52 t DATE REVISION BY ,,r l alti , c L CROSSWALK - SEE WSDOT STANDARD PLAN M-15 10-01 CEMEN CONCRETE CURB RAMP TYPE PERPENDICULAR A City Of Yakima Engineering Division 129 North Second Street Yakima, Washington WALTER ORTMAN TRAIL WOD/POWERHOUSE CONNECTOR FED. AID NO : STPE-1485(023) CITY OF YAKIMA PROJECT NO. 2301 Project Eng: DMK Drawn By: DMK Chkd. By: BHS EXISTING ASPHALT ROAD CEMENT CONCRETE CURB RAMP TYPE SINGLE DIRECTION A R=10' Drawing Scales Horizontal = 1"=40' Vertical = NONE PLAN 26+50 32+50 9 133HS 00.09+ZE - • 5 10 MATCH LINE - 32+50.00 SHEET 5 r CONSTRUCT TRAIL TO EXISTING BACK F CURB REMOVE AND REPLACE A CEMENT CONCRETE CURB RAMPor CURB AND C TYPE SINGLE DIRECTION1'IAn1 E%I't,—CIJnC' SIDEWALK /•' :E. 7,D CROSSWALK - SEE WSDOT STANDARD PLAN M-15 10-01 CEMENT CONCRETE CURB RAMP TYPE SINGLE DIRECTION A R=10' 1PROX. UTTER 000000 z H9 ONI1Sx3 3dId NOuVOI ith .0C. 03IW 8 ST END 1.. 802 EXISTING WATER METER LIDS TO BE RAISED TO MATCH NEW ELEVATION 804 80 808 33+76.41%„, J/ NEW APHALYtRAIL CONST MAILOX TYPE 1 R1= MOVE ANIYREPLACE C0 I APPROX. 15 CURB AND GUTTER NEW RESIDENT AL APPROACH CONSTRUCT AT EXISTING WIDTH ^ r 11 STA:33+84.66 BEGIN REMOVE=EXISTING SIDEWALK AND BUFFER STRIP. CONSTRUCT NEWAI1E WALK FROM EXISTING BACK OF CURB TO EXISTING -BACK OF-SIDE1j1ltLK. 4 ;) / tri STA:36+45.13 END NEW SIDEWALK CONSTRUCTION MATCH TO EXISTING SIDEWALK SE ±0 _.L N. 5TH AVE. tri DATE REVISION BY City Of Yakima Engineering Division 129 North Second Street Yakima, Washington WALTER ORTMAN TRAIL WOD/POWERHOUSE CONNECTOR FED AID NO. ' STPE-1485(023) CITY OF YAKIMA PROJECT NO. 2301 Project Eng: DMK Drawn By• DMK Chkd. By: BHS Drawing Scales Horizontal = 1"=40' Vertical = NONE PLAN 32+50 37+50 6 10 1 P NOTE. TRAIL FOLLOWS EXISTING SIDEWALK 9 133H 00'09+L£ - 3 EXISTING ASPHALT ROAD N. 5TH AVE. - DATE REVISION BY City Of Yakima Engineering Division 129 North Second Street Yakima, Washington WALTER ORTMAN TRAIL WOD/POWERHOUSE CONNECTOR FED. AID NO. : STPE-1485(023) CITY OF YAKIMA PROJECT NO. 2301 Project Eng: DMK Drawn By. DMK Chkd. By. BHS Drawing Scales Horizontal = 1"=40' Vertical = NONE PLAN 37+50 44+50 7 10 I I n 2 r Z m Cil V/ 2 m m 4500 z 461-00+ 47+00 I MATCH LINE - 49+50.00 SHEET 9 NOTE. TRAIL FOLLOWS EXISTING SIDEWALK ExISTNG CONC SIDEWAU EXISTING ASPHALT ROAD N. 5TH AVE. EXISTING ASPHALT ROAD EXISTING CDNC SIDEWALK REMOVE EXISTING CURB RAMP. CONSTRUCT CEMENT CONCRETE CURB RAMP TYPE PARALLEL A MATCH EXISTING RADIUS. • 3 1\ � ' ' 1 DATE REVISION BY City Of Yakima Engineering Division 129 North Second Street Yakima, Washington WALTER ORTMAN TRAIL WOD/POWERHOUSE CONNECTOR FED AID NO.. STPE-1485(023) CITY OF YAKIMA PROJECT NO. 2301 Project Eng: DMK Drawn By. DMK Chkd. By. BHS Drawing Scales Horizontal = 1"=40' Vertical = NONE PLAN 44+50 49+50 8 10 I r N W -i- E S END PROJECT STA:51 +79 88 CEM: NT CONCRETE CURB RAMP o TYPE-SINGLE–DIRECTION-A-- -o -R-10' HATHAWAY ST W i J— N RIGHT OF WAY - CEMENT CONCRETE CURB RAMP TYPE PARALLEL A F2=10' FACE OF CURB TO BE SET 19' FROM CENTERLINE ON 6TH AVE. AND 14' FROM CENTERLINE ON HATHAWAY ST. T EXI H UDED C SE II INGI,TRAIL (STING RBI 1 ErTSTIIG ASPHALT ROAD CROSSWALK - SEE WSDOT STANDARD PLAN M-15.10-01 sn • 30' tO z 000 v. SE 31, W. I ST. EXISTING GFONC SIDEWALK 56+00 -SINGLE DIRECTION CURB RAMP TYPE B sr 81331-16 00'05+517 - 3N11 1-131VIN PAVEMENT REPAIR AREA ESTIMATE: 15' X 1-2' AREA 54' SAW CUT EXISTING ASPHALT 7 CY ROADWAY EXCAVATION INCL. HAUL AT 1' DEPTH 7 TONS OF CSTC AT 0.5' COMPACTED DEPTH 3.5 TONS OF HMA CL. 1/2" PG 64-28 AT 0.25' COMPACTED DEPTH • DATE REVISION BY City Of Yakima Engineering Division 129 North Second Street Yakima, Washington WALTER ORTMAN TRAIL WOD/POWERHOUSE CONNECTOR FED. AID NO : STPE-1485(023) CITY OF YAKIMA PROJECT NO. 2301 Project Eng: DMK Drawn By: DMK Chkd. By: BHS Drawing Scales Horizontal = 1"=40' Vertical = NONE PLAN 10+00 15+00 9 10 ASPHALTCURB RAMP TYPE 1 CURB RAMP PAY LIMIT INCLUDES ALL WORK INSIDE BOUNDARY INCLUDING BUT NOT LIMITED TO CURB AND GUTTER, ASPHALT, CSTC, ALL COMPATION, DETECTABLE WARNING SURFACE, ECT CUT EXISTING CURB TO 1" ABOVE GUTTER CURB, OR CURB AND GUTTER FACE OF CURB EXCAVATION OF EXISTING AREA TO BE PAID AS "PATHWAY EXCAVATION INCL. HAUL" CUT EXISTING CURB T01" • :+VE GUTTER MEASURED PARALLEL TO CURB (TYP ) NOTES DETECTABLE WARNING SURFACE SEE WSDOT STANDARD PLAN F-45.10 CROSSWALK DEPRESSED CURB AND GUTTER 1 CURB CUT TO BE AT LEAST 12" FROM EXPANSION JOINT CUT EXISTING CURB TO, ABOVE GUTTER EkISPNGC E8:SPNGSURFACE MATCH EXISTING GROUND ELEVATION DETECTABLE WARNING SURFACE SEE STANDARD PLAN F-45.10 VARIES G SUR qCG EXPANSION JOINT CUT EXISTING CURB TO 1' ABOVE GUTTER 8.3% MAX. CURB RAMP COUNTER SLOPE 5.0% MAX. SECTIONAO EXISTING ROADWAY DEPRESSED CURB & GUTTER ASPHALT CURB RAMP TYPE 2 WILLOW STREET ASPHALT PATHWAY MATCH EXISTING CURB AND GUTTER GRADE BREAK PATHWAY CURB RAMP PAY LIMIT INCLUDES ALL WORK INSIDE BOUNDARY INCLUDING BUT NOT LIMITED TO CURB AND GUTTER, ASPHALT, CSTC, ALL COMPATION, DETECTABLE WARNING SURFACE, ECT EXCAVATION OF EXISTING AREA TO BE PAID AS "PATHWAY EXCAVATION INCL. HAUL" 15'-0"MAX GRADE BREAK DETECTABLE WARNING SURFACE - SEE WSDOT STANDARD PLAN F-45.10 GRADE BREAK COUNTER SLOPE 5.0% MAX. GRADE BREAK TOP OF ROADWAY 8.3% MAX. CURB RAMP 2.0% MAX. SECTIONAO \5' MIN. LANDING DEPRESSED CURB & GUTTER REMOVE EXISTING 15' OF CURB AND GUTTER REPLACE WITH NEW CURB AND GUTTER TO PROPER HEIGHT 10 RECESSED CURB AND GUTTER FOR TRAIL 10 00TRUDED CURB TYPE 6 SEE WSDOT STANDARD PLAN F-10 92-00 CONC. CURB AND CUTTER 0=2.5 CONSTRUCT 10 TRAIL TO NEW BACK OF CURB W co SAWCUT 6TH AVE. AND WILLOW INTERSECTION DETAIL FEATHER ASPHALT TO 00IS050 SIDEWALK PLACE APPROX 30 5F DETECTABLE WARNING SURFACE ON NEW ASPHALT EXISTING 10020 CONCRETE STRUCTURE !0 BE OVERLAID WITH 1' ASPHALT TO MATCH TRAIL ELEVATION AND ALIGNMENT (SEE SECTION A- A) BEGIN NEW TRAIL CONSTRUCTION SECTION A -A -1" HMA CL. 3/e" PG 64-28 (COMPACTED DEPTH) 3" HMA CL. 3/e" PG 64-28 (COMPACTED DEPTH) 4" CSTC (COMPACTED DEPTH) EXISTING CONCRETE STRUCTURE REMOVE AND RESET EXISTING SIGN CONSTRUCT 10' TRAIL TO EXISTING BACK OF CURB MATCH TO EXISTING CONC. CURB AND GUTTER PAVEMENT REPAIR AREA ESTIMATE' 215 SF AREA 60' SAW CUT EXISTING ASPHALT 8 CY ROADWAY EXCAVATION INCL. HAUL AT 1' DEPTH 8 TONS OF CSTC AT 0 5' COMPACTED DEPTH 4.5 TONS OF HMA CL 1/2" PG 64-28 AT 0 25' COMPACTED DEPTH WILLOW STREET DATE REVISION BY City Of Yakima Engineering Division 129 North Second Street Yakima, Washington WALTER ORTMAN TRAIL WOD/POWERHOUSE CONNECTOR FED AID NO . STPE-1485(023) CITY OF YAKIMA PROJECT NO. 2301 Project Eng: DMK Drawn By: DMK Chkd. By: BHS Drawing Scales Horizontal = NONE Vertical = NONE CURB AND PATHWAY DETAILS 10 10