Loading...
HomeMy WebLinkAboutR-2013-074 Citywide Safety Improvements - 16th Avenue 1 G 1 1 r G(LK d R.c6-cuAL s I City of Yakima I Engineering Division I , 1 Citywi Safety Improvements 1 6th Avenue 1 1 � _ t � __ -__,_ ... ,tx + s Ao . ate - - -�.A +a...... - s � , -. 5 :2G - + �. � r ' s I Amor ll _ I _ • 41/ NE": : ...,,:''' s W! "VII. Construction Contract Specifications & Bid Documents I City Project Number 2343 I Federal Aid No. HSIP- 000S(318) ;.� .t,0. I --''� ,1 129 North Second Street ti ' h Phone (509) 575 -6111 1 Yakima, WA 98901 h''„*h ^...p Fax (509) 576 -6305 1 March 2014 M MI OM M E. - - MN - M. 1M MI - ME BID SUMMARY TRANSPORTATION KNOBEL'S Citywide Safety Improvements -16th Avenue ENGINEERS SYSTEMS, INC. ELECTRIC Federal Aid No. HSIP- 000S(318) ESTIMATE CITY PROJECT NO. 2343 Sumner, WA Yakima, WA ITEM Bid Security 5% BID BOND 5% BID BOND NO. ITEM QTY UNIT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT 1 SPCC PLAN 1 LS $500.00 $500.00 $2,500.00 $2,500.00 $500.00 $500.00 2 MOBILIZATION 1 LS $19,000.00 $19,000.00 $35,000.00 $35,000.00 $18,500.00 $18,500.00 3 PROJECT TEMPORARY TRAFFIC CONTROL 1 LS $20,000.00 $20,000.00 $29,969.00 $29,969.00 $78,708.00 $78,708.00 4 REMOVAL OF STRUCTURE AND OBSTRUCTION 1 LS $24,000.00 $24,000.00 $35,677.00 $35,677.00 $15,146.00 $15,146.00 5 SAWCUT 850 LF $3.00 $2,550.00 $4.67 $3,969.50 $6.60 $5,610.00 6 ROADWAY EXCAVATION INCL. HAUL 15 CY $40.00 $600.00 $150.00 $2,250.00 $70.00 $1,050.00 7 HMA CL 1/2" PG 64 -28 30 TON $200.00 $6,000.00 $280.00 $8,400.00 $368.50 $11,055.00 8 ADJUST CATCH BASIN 14 EA $400.00 $5,600.00 $500.00 $7,000.00 $300.00 $4,200.00 9 CEMENT CONCRETE TRAFFIC CURB & GUTTER 50 LF $30.00 $1,500.00 $39.20 $1,960.00 $38.50 $1,925.00 10 CEMENT CONCRETE SIDEWALK -4 INCH THICK 80 SY $50.00 $4,000.00 $54.00 $4,320.00 $52.80 $4,224.00 11 CEMENT CONC. CURB RAMP TYPE PARALLEL A 15 EA $1,200.00 $18,000.00 $1,345.00 $20,175.00 $1,488.00 $22,320.00 12 CEMENT CONC. CURB RAMP TYPE PARALLEL B 7 EA $1,200.00 $8,400.00 $1,232.00 $8,624.00 $1,378.00 $9,646.00 _ 13 CEMENT CONC. CURB RAMP TYPE PERPENDICULAR A 19 EA $1,100.00 $20,900.00 $1,568.00 $29,792.00 $1,708.00 $32,452.00 14 CEMENT CONC. CURB RAMP TYPE SINGLE DIRECTION A 9 EA $800.00 $7,200.00 $1,010.00 $9,090.00 $1,158.00 $10,422.00 15 DETECTIBLE WARNING SURFACE 140 SF $40.00 $5,600.00 $45.00 $6,300.00 $41.80 $5,852.00 16 ADJUST JUNCTION BOX 5 EA $300.00 $1,500.00 $180.00 $900.00 $242.00 $1,210.00 17 REMOVE AND REPLACE SIGNAL HEAD 252 EA $650.00 $163,800.00 $620.00 $156,240.00 $594.00 $149,688.00 18 REPAIR SIGNAL WIRING 1 FA $5,000.00 $5,000.00 $5,000.00 $5,000.00 $5,000.00 $5,000.00 19 REPAIR OR REPLACEMENT 1 FA $15,000.00 $15,000.00 $15,000.00 $15,000.00 $15,000.00 $15,000.00 TOTAL TOTAL $329,150.00 $382,166.50 $392,508.00 • CITY ENGINEERS REPORT ,,u„,l CITY OF YAKIMA COMPETITIVE BIDS WERE OPENED ON MARCH 27TH, 2014. = ` 1 ` ALL BIDS HAVE BEEN REVIEWED BY THIS OFFICE. „ . 4 . Citywide Safety Improvements I RECOMMEND THE CONTRACT BE AWARDED TO: / r : • i : 14 9. I f 1 1 AWARD MADE BY CITY MANAG • 16th Avenue TRANSPORTATION SYSTEMS, INC. s `� J 1.1. ��l PROJECT NO. 2343 l� 1 ' / DATE: March 27th, 2014 r _ � 1 / 1`Vi' "� u J` ^ y � I � � ,' Al I - - FILE Citywide Safety Bid Summary.pub a� ' k'OI ATEO B DATE CITY ENGINEER `' h y �ti� �.��� °� DATE C A A�.ER SHEET 1 of 1 u DEPARTMENT OF UTILITES AND ENGINEERING l`.1 , , Debbie Cook, PE, Director i ,' , i 7 ^ Engineering Division $ 129 North Second Street I `J ...' Yakima, Washington 98901 "fit . !' .« (509) 575 -6111 • • Fax (509) 576 -6305 I ADDENDUM NO. 1 I TO THE BID DOCUMENTS AND SPECIFICATIONS FOR THE CITY OF YAKIMA, WA - For: I Citywide Safety Improvements - 16 Avenue City Project Number 2343 I Federal Aid No. HSIP- 0000S(318) BID OPENING: Thursday, March 27th, 2:00 p.m., City Hall Council Chambers I TO THE ATTENTION OF ALL BIDDERS AND PLAN HOLDERS: The Construction Contract Specifications and Bid Documents shall be modified as follows: I ITEM 1. Wage Rates: Replace the entire wage rate section with the attached sheets labeled "Addendum #1 ". I ITEM 2. Proposal: I Replace the proposal sheet with the attached sheet labeled "Addendum #1". I This ADDENDUM is to be considered as much a part of the contract p provisions as if it were included in the body of the Plans and Specifications. I All Bidders shall acknowledge receipt of the ADDENDUM on the proposal form prior I to bid opening. I APPROVED: Brett H. Sheffield, P. Date I Chief Engineer I END OF ADDENDUM NO.1 I Addendum No. 1 Page 1 of 1 March 18, 2014 ITEM PROPOSAL I CITYWIDE SAFETY IMPROVEMENTS BID SHEET City of Yakima Project No. 2343 — Fed. Aid No. HSIP- 000S(318) ITEM PROPOSAL ITEM UNIT PRICE AMOUNT NO. PAYMENT SECTION QTY UNIT DOLLARS DOLLARS SPCC PLAN Ii 1 LS 1 -07.15 MOBILIZATION 2 1 LS 1 -09.7 I 3 PROJECT TEMPORARY TRAFFIC CONTROL 1 -10.5 1 LS REMOVAL OF STRUCTURE AND OBSTRUCTION I 4 1 LS 2 -02.5 SAWCUT 5 850 LF 2 -02.5 I 6 ROADWAY EXCAVATION INCL. HAUL 2 -03.5 15 CY HMA CL 1/2" PG 64 -28 I 7 30 TON 5 -04.5 ADJUST CATCH BASIN • 8 14 EA 7 -05.5 I CEMENT CONCRETE TRAFFIC CURB & GUTTER 9 50 LF 8 -04.5 CEMENT CONCRETE SIDEWALK -4 INCH THICK I 10 80 SY 8 -14.5 CEMENT CONC. CURB RAMP TYPE PARALLEL A 11 15 EA 8 -14.5 CEMENT CONC. CURB RAMP TYPE PARALLEL B 12 7 EA 8 -14.5 I 13 CEMENT CONC. CURB RAMP TYPE PERPENDICULAR A 8 -14.5 19 EA CEMENT CONC. CURB RAMP TYPE SINGLE DIRECTION A 14 9 EA 8-14.5 DETECTIBLE WARNING SURFACE 15 140 SF 8 -14.5 I 16 ADJUST JUNCTION BOX 5 EA 8 -20.5 I 17 REMOVE AND REPLACE SIGNAL HEAD 2 8 -20.5 252 EA REPAIR SIGNAL WIRING 18 1 FA $5,000.00 $5,000.00 I 8 -20.5 REPAIR OR REPLACEMENT 19 1 FA $15,000.00 $15,000.00 8 -30.5 I TOTAL I CITYWIDE SAFETY IMPROVEMENTS - 16` h AVENUE ADDENDUM #1 I 1 1 City of Yakima r Citywide Safety Improvements Federal Aid No. HSIP- 000S(31.8) ' City Project No. 2343 March 2014 1 1 I r r_ ER S y s ��� pi {YA Si/ J��. 0 V 19407 c`� I sT'€ � I . 1 CITYWIDE SAFETY IMPROVEMENTS -16 AVENUE 1 1 1 1 1 1 1 1 I 1 i 1 1 r 1 1 1 1 1 • 1 CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE 2 1 I CONTENTS I CITY OF YAKIMA ' Citywide Safety Improvements Federal Aid No. HSIP- 000S(318) City Project No. 2343 I SECTION PAGE • I INVITATION TO BID . 5 STANDARD SPECIFICATIONS I Standard Specifications 7 Amendments to the 2012 Standard Specifications 7 CONTRACT PROVISIONS I General Special Provisions and Contract Special Provisions 83 Project Description 83 1 -01 Definitions 84 I 1 -02 Bid Procedures and Conditions 86 1 -03 Award and Execution of Contract 90 1 -04 Scope of Work 92 I 1-05 Control of Work 92 1 -06 Control of Materials 95 1 -07 Legal Relations and Responsibilities to the Public 96 I 1 -08 Prosecution and Progress 124 1 -09 Measurement and Payment 129 1 -10 Temporary Traffic Control 130 2 -02 Removal of Pavements, Sidewalks, Curbs and Gutters 131 I 2 -07 Watering 132 5 -04 Hot Mix Asphalt 133 8 -01 Erosion Control and Water Pollution Control 135 I 8 -14 Cement Concrete Sidewalk 136 8 -20 Illumination, Traffic Signal Systems, and Electrical 1 STANDARD PLANS 138 I Required Contract Provisions Federal Aid Construction Contracts 148 . Contract Form 161 I Performance Bond Form 163 Sample Certificate of Insurance 177 Sample Additional Insured Endorsement 178 I Minimum Wage Affidavit Form 169 PREVAILING WAGE RATES Prevailing Wage Rates 171 1 I 1 CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE 3 1 PROPOSAL Proposal Form 231 Item Proposal Bid Sheet 233 Bid Bond Form 235 Proposal Signature Sheet 237 Compliance With Immigration and Naturalization Act 239 Non-Collusion Declaration 241 Local Agency Certification for Federal Aid Contracts 275 Non-Discrimination Provision 243 Women and Minority Business Enterprise Policy 245 Council Resolution 246 Affirmative Action Plan 247 DBE Utilization Certification 249 DBE Written Confirmation Document 251 Bidders Certification 253 Subcontractor's Certification 255 Contractor and Subcontractor or Lower Tier Subcontractor Certification 257 Materially and Responsiveness 259 Bidders Check List 261 PLANS & DETAILS Traffic Control Plans Attached Construction Plans Attached I. 1 CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE 4 • I INVITATION TO BID I I NOTICE IS HEREBY GIVEN that sealed bids will be received by the City Clerk of the City of Yakima, 129 North 2nd Street, Yakima, Washington, 98901 until 2:00 pm on March 27, 2014 and will then and there be opened and publicly read for the construction of • CITY OF YAKIMA . Citywide Safety Project.— S. 16 Avenue II Safety Improvements City Project No. 2343 Federal Aid No. HSIP- 000S(318) • This project provides for sidewalk and curb ramp safety improvements along 16 Avenue from W. Nob Hill Blvd. to I Madison. Avenue by constructing ADA compliant curb ramps and replacing traffic signal heads at various intersections throughout the City. Work includes excavation, saw cutting, constructing curb, gutter and sidewalk, as well as replacing traffic signal heads with larger lenses at various intersections 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 I 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 I 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 I documents for $20.00 by inputting QuestCDN eBidDoc# 3094591 on the website's Project Search page. Please contact QuestCDN.com at 952 - 233 -1632 or info @questcdn.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), I upon payment in the amount of $50.00 for each set, non - refundable. Project questions should be directed to Randy Tabert at 509 - 576 -6579. I 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 I 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. . • I The City reserves the right to reject any or all bids and proposals. • DATED this 4 day of March, 2014 1 . PUBLISH: March 6, 2014 I March 13, 2014 . I CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE 5 • 1 1 1 1 11 1 1 1 1 1 1 1 1 1 CI 16TH t CITYWIDE SAFETY IMPROVEMENTS -16 AVENUE 6 .1 1 INTRODUCTION 1 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. I 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. I Section 1 -01, Definition and Terms August 5, 2013 • I 1 -01.3 Definitions The definition for "Bid Documents" is revised to read: I 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 I Geotechnical Conditions and subsurface boring logs (if any). The definition for "Superstructures" is revised to read: :1 The part of the Structure above: The bottom of the grout pad for the simple and continuous span bearing, or I 1. 2. The bottom of the block supporting the girder, or I 3. Arch skewback and construction joints at the top of vertical abutment members or rigid frame piers. 1 Longitudinal limits of the Superstructure extend from end to end of the Structure in accordance with the following criteria: 1. From the face of end diaphragm abutting the bridge approach embankment for end 1 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: I 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. 1 CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE 7 'I 1 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 1 January 2, 2012 1- 02.4(2) Subsurface Information 1 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, 1 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 9 enc Y 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. 1 Section 1 -06, Control of Material August 5, 2013 1 1- 06.1(3) Aggregate Source Approval (ASA) Database The last paragraph is revised to read the following two new paragraphs: 1 Aggregate materials that are not approved for use in the ASA database may be sampled and tested by the Agency, for a specified use on a project, from the source or from a processed stockpile of the material and all cost for the sampling and testing will be deducted from the Contract. • The Contractor agrees to authorize the Project Engineer to deduct the sampling and testing costs from any money due or coming due to the Contractor. 1 06.1(4) Fabrication Inspection Expense 1 The first paragraph is revised to read: CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE 8 1 1 In the event the Contractor elects to have items fabricated beyond 300 miles from Seattle, 1 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 1 • Precast Concrete Floor Panels • Precast Concrete Structural Earth Walls, Noise Barrier Walls, 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 . April 1, 2013 . ' Laws to be Observed ' Section 1 -07.1 is supplemented with the following: • 1 - 07.1 Laws to be Observed The following two sentences are inserted after the first sentence in the third paragraph: CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE 9 1 1. 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 I 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 ost one copy of the prevailing wage rates for the project 1 - 07.14 Responsibility for Damage ' The fifth paragraph is revised to read: CITYWIDE SAFETY IMPROVEMENTS - 16 TH AVENUE 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 1, 2013 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 - 08.5 Time for Completion The last paragraph in this section is supplemented with the following: e. Copies of the approved "Affidavit of Prevailing Wages Paid" for the Contractor and all Subcontractors ' 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 April 1, 2013 of Quantities 1 -09.1 Measurement Q 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. CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE 11 1 1 -09.6 Force Account ' In item No: 3. For Equipment, the last sentence in the third sub - paragraph is revised to read: In the event that prior quotations are not obtained and the vendor is a firm independent from the Contractor or Subcontractor, then after - the -fact quotations may be obtained by the Engineer from the open market in the vicinity and the lowest such quotation may be used in place of submitted invoice. ' Section 3 -01, Production From Quarry and Pit Sites August 5, 2013 3 -01.1 Description In the first paragraph, "asphalt treated base" is deleted. Section 3 -04, Acceptance of Aggregate August 5, 2013 3- 04.3(7)D4 An Entire Lot The last sentence is deleted. 3- 04.3(8) Price Adjustments for Quality of Aggregate The calculation in the first paragraph is revised to read: ' Aggregate Compliance Price Adjustment = (Composite Pay Factor — 1.00) (quantity of material) (unit bid price or Contingent Unit Price as shown in Table 1, whichever is higher.) 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 top two rows are revised to read the following three new rows: 9 -03.1 Concrete Aggregate (except 2000 1000 1 $15.00 " $30.00 2 pavement) 9 -03.1 Concrete Aggregate (pavement) 4000 2000' $15.00 $30.00 9- 03.4(2) Crushed Screening 1000 500 $20.00 $40.00 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 Structural Earth Walls , 4000 2000 $30 $60 The footnotes below the Table 1 are revised to read: 1. Based on 1000 CY of Concrete. 1 2 Price adjustment only applies to the actual quantity of aggregate used in the concrete. 3 Contingent unit price per S.Y. is $0.30. CITYWIDE SAFETY IMPROVEMENTS - 16 TH AVENUE 12 . • In Table 2, the first row is revised to read: 9 -03.1 Concrete Aggregate (all concrete aggregate - 2 2 2 10 20 including pavement) In Table 2, the row containing the item "Gravel Backfill for Foundations Class A" is revised to read: ' 9- 03.12(1)A . Gravel Backfill for Foundations Class A In Table 2, the row containing the item "Gravel Borrow for Geosynthetic Retaining Wall" is revised to read: 9- 03.14(4) Gravel Borrow for 2 2 5 5 5 10 Other Structural Earth Walls Item 1 in the footnotes below Table 2 is revised to read: 1 For Aggregate, the nominal maximum size sieve is the largest standard sieve opening listed in the applicable specification upon which more than 1- percent of the material by ' weight is permitted to be retained. For concrete aggregate, the nominal maximum size sieve is the smallest standard sieve opening through which the entire amount of aggregate is permitted to pass. The footnotes below the Table 2 are supplemented with the following: 3 Use the price adjustment factors for the material that is actually used. t 4 Resistivity 10, pH 10, Chlorides 5, and Sulfates 5. ' Section 5 -02, Bituminous Surface Treatment August 5, 2013 In this section, "Asphalt Emulsion" is revised to read "Emulsified Asphalt ". 5- 02.1(1) New Construction ' This section is revised to read: • This method of treatment requires two applications of emulsified asphalt and three applications of aggregate. The first application of emulsified asphalt is applied to an untreated Roadway that is followed with an application of aggregate. The second application of emulsified asphalt is followed with two additional applications of aggregate. I 5- 02.1(2) Seal Coats This section is revised to read: • This method requires the placing of one application of emulsified asphalt and one or more sizes of aggregate as specified to an existing pavement to seal and rejuvenate the surface and to produce a uniform Roadway surface with acceptable nonskid characteristics. 5 -02.2 Materials The following new paragraph is inserted after the second paragraph: CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE 13 I Each source of aggregate for bituminous surface treatment shall be evaluated separately for I acceptance in accordance with Section 3 -04. . The second and fourth paragraphs (after implementing the preceding Amendment) are deleted. ' 5- 02.3(1) Equipment The second sentence in the second paragraph is revised to read: I • A temperature measuring device shall be capable of reporting the temperature of emulsified asphalt in the tank. I • 5- 02.3(2)A New Construction The fourth and fifth paragraphs are revised to read: 1 Immediately before the first application of emulsified asphalt, the Roadway surface shall be in the following condition: firm and unyielding, damp, free from irregularities and material segregation, and true to line, grade, and cross - section. I No traffic will be allowed on the prepared surface until the first application of emulsified asphalt and aggregate has been completed. I 5- 02.3(3) Application of Asphalt and Aggregate The table "Application Rate" is revised to read: I z5 r J ; _ a - t a +- t5 3„ ' ci �S ,.J �£ . e + t�Yti ate hM t tjTY R f �'r -� � f , ,4 fig= 4 ni=Ap � licationwR 0_ r , < , : *E , s,: `" r - ° i r ,i e g fi* 6 - a 's - r^ .F rZ`4 r.O t - ' '' , ',,z v - IV a X� � Undiluted r 4- 3- *+. ' r k : a '- x a . � _ t as h F. « p ! k : ' 6 ,, a 1, , . f t t � ti N s ti - { 'Emulsifiedi w t �,g , Aggregate . 4k 4, A s halts al r� IA I p (g i LR � s App Ra tei,„ ` perSq Ya ) 4 F (Ibs p er sq y d) " +-.,� - - r - - --- t v-k� pA p p l led j 3hR s, 'eM, s - Z ,s;. , - , - q '�.i „ - ± AZ_ '�, ., - - ��;* :_^c- : � a��;,� g . � v y eg`�,.� � -,E:� v:.= +t._ ,, ;r :� -, 4 W �; PaN Constrct1onxi ,� I`�ryw ¢ k, I �.. ... �..,iTit ..e t. ..._., .f.. ., , :::4 _ .- `'zv- , ,a,,,;:,0,:4-444-,:,,,,-7 =:vm.. I .. ,.,T Fw. ... _. ,s :.,;:z_ 45, First 0.35 -0.65 % inch- No. 4 25 -45 Application or % inch -% inch I Second 0.35 -0.60 % inch- No. 4 25 -40 Application I Choke Stone N/A No 4 - 0 4 -6 d '.' - S - 1 3A. -X' t { - t�'�' "S - -1 - E,.K' k t ?^-- -,� - 3 - - i a ' 4, $aw'� -* h � Y i n : e a5 r5'- i t R z K� ¢ - , , N ` 4 �° F : , ,: S Seal Coats 7 g y !�:.� .. �-. »- '�, = „'.i _ �3 ' tr°r� ,�'d .c:.�?t� r - :A -.. .a `aV-- -.x- c,.,"F ?.'�i�t s r'4 �',a.�f � e. o- s t �',;. � , J_t°�.�...,v % inch — No. 4 0.40 -0.65 % inch- No. 4 25 -45 Choke Stone No. 4 - 0 4 -6 1 /2 inch — No. 4 0.35 -0.55 ' inch- No. 4 20 -35 1 Choke Stone No. 4 - 0 4 -6 % inch — No. 4 0.35 -0.55 % inch- No. 4 20 -30 1 Choke Stone N/A ' • No. 4 - 0 4 -6 CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE I . 14 1 The table "Pavement Sealing" is deleted. The second paragraph is revised to read: The Project Engineer will determine the application rates. The second application of emulsified asphalt shall be applied the next day, or as approved by the Project Engineer. The second to last paragraph is revised to read: Before application of the fog seal, all surfaces shall be thoroughly cleaned of dust, soil, pavement grindings, and other foreign matter. The fog seal emulsified asphalt shall be CSS -1 or CSS -1 h diluted with water at a rate of one part water to one part emulsified asphalt unless otherwise approved by the Project Engineer. The fog seal shall be uniformly applied, to the ' pavement at a diluted rate of 0.10 — 0.18 gal /sy. The finished application shall be free of streaks and bare spots. t 5 02.3(5) Application of Aggregates The sixth paragraph is revised to read: ' The Contractor shall apply choke stone to the Roadway with additional spreading equipment immediately following the initial rolling of the coarse aggregate unless otherwise specified in the Contract documents or specified by the Project Engineer. Excess aggregate shall be ' • removed from the Roadway. A minimum of one pass with a pneumatic roller shall be made across the entire width of the applied choke stone: ' 5 02.3(7) Patching and Correction of Defects The last sentence in the last paragraph is revised to read: The CSS -1 or CSS -1 h emulsified asphalt may be diluted with water at a rate of one part water ' to one part emulsified asphalt unless otherwise specified by the Project Engineer. 5 - 02.5 Payment The first sentence in the second paragraph is revised to read: The unit Contract price per mile for "Processing and Finishing" shall be full pay for all cost to ' perform the specified work including, blading, scarifying, processing, leveling, finishing, and the manipulation of aggregates as required The third paragraph is revised to read "Emulsified Asphalt ( ) ", per ton. ' The fourth paragraph is revised to read: ' The unit Contract price per ton for "Emulsified Asphalt ( )" shall be full pay for all costs to perform the specified Work including furnishing, heating, hauling, and spreading the emulsified asphalt on the Roadway. ' The sixth paragraph is revised to read: CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE 15 1 The unit Contract price per ton for "Asphalt for Fog Seal" shall be full pay for all costs to perform the specified Work for the fog seal. The eighth paragraph is revised to read: The unit Contract price per cubic yard for "Aggregate from Stockpile for BST" shall be full pay Y for all costs to perform the specified Work including loading, transporting, and placing the material in the finished Work. 1 The eleventh paragraph is revised to read: The unit Contract price per cubic yard or per ton for "Furnishing and Placing Crushed ( ) shall be full pay for costs to perform the specified Work including furnishing, transporting, and placing the material in the finished Work. The thirteenth paragraph is revised to read: The unit Contract price per hour for "Additional Brooming" shall be full pay for all costs to perform the specified Work including rebrooming the Roadway. Section 5 -04, Hot Mix Asphalt ' April 1, 2013 5 -04.2 Materials I The following material reference is deleted from this section: Blending Sand 9- 03.8(4) 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 1 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. i 5 04.3(10)B3 Longitudinal Joint Density The section including title is revised to read: I 5- 04.3(10)B3 Vacant 5- 04.3(11)D General The last sentence in the first paragraph is deleted. CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE 16 1 5- 04.3(12)A Transverse Joints In the second paragraph "planning" is revised to read "planing ". 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 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 first sentence in the first paragraph is revised to read: ' HMA Cl. _ PG _, HMA for _ Cl. PG , and Commercial HMA will be measured by the ton in accordance with Section 1 -09.2, with no deduction being made for the weight of asphalt binder, mineral filler, or any other component of the mixture. 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 -02, Culverts August 6, 2012 ' 7 -02.2 Materials Note 3 in the table titled, "Culvert Pipe Schedules" is revised to read: ' 3 Polypropylene pipe, 12 inch to 30 inch diameters approved for Schedule A and Schedule B, 36 inch to 60 inch diameters approved for Schedule A only. i 7 - 02.5 The bid item "Steel Rib Reinforced Polyethylene Culvert Pipe In. Diam. ", per linear foot is revised to read: ' "St. Rib Reinf Polyethylene Culv. Pipe In. Diam. ", per linear foot Section 7 -04, Storm Sewers August 6, 2012 ' 7- 04.3(1)B Exfiltration Test — Storm Sewers The fifth column title "PE4" is revised to read "PP from the table titled, "Storm Sewer Pipe Schedules ". Note 4 in the table titled, "Storm Sewer Pipe Schedules" is revised to read: CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE 17 1 4 PP = Polypropylene Pipe, 12 inch to 30 inch approved for Schedule A and Schedule B, 36 inch to 60 inch diameters approved for Schedule A only. 111 7 - 04.5 The bid item "Steel Rib Reinforced Polyethylene Storm Sewer Pipe In Diam ", per linear foot is revised to read: "St. Rib Reinf Polyethylene Storm Sewer Pipe In. Diam ", per linear foot 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 7 -08, General Pipe Installation Requirements August 6, 2012 7- 08.3(2)D Pipe Laying — Steel or Aluminum The following new sentence is inserted after the first sentence in the second paragraph: ' The paint shall cover all the surface in contact with the concrete and extend one inch beyond the point of contact. Section 8 -01, Erosion Control and Water Pollution Control August 5, 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(1) General The last two sentences in the first paragraph are deleted. CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE 18 1 In the seventh paragraph, "perimeter silt fencing" is revised to read "silt fencing ". 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. 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. CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE 19 1 Seeding and fertilizing shall be done prior to blanket installation. t 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. 8 01.3(4) Placing Compost Blanket - This section 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. Compost shall be Medium Compost. t 8 01.3(5) Placing Plastic Covering This section including title is revised to read: Plastic Covering Erosion Control - Plastic coverings used to temporarily cover stock piled materials, slopes or bare soils shall be installed and maintained in a way that prevents water from intruding under the plastic and prevents the plastic cover from blowing open in the wind. Plastic coverings shall be placed with at least a 12 -inch overlap of all seams and be a minimum of 6 mils thick. Containment - Plastic coverings used to line concrete washout areas, contain wastewaters, or used in secondary containment to prevent spills, shall be seamless to prevent infiltration and be a minimum of 10 mils thick. Vegetation Management - Plastic covering placed over areas that have been seeded 1 shall be clear and where vegetative growth is to inhibited it shall be black and be a minimum of 4 mils thick. 8 01.3(6) Check Dams This section is revised to read: Check dams are used as an erosion and sediment control device in channels or conveyance areas. Check dams shall be installed as soon as construction will allow, or when designated by the Project Engineer. The Contractor may substitute a different check dam material, in lieu . of what is specified in the contract, with approval of the Project Engineer. Check dam materials shall meet the requirements in Section 9- 14.5(4). Straw bales shall not be used as check dams. The check dam is a temporary or permanent structure, built across a minor channel placed perpendicular to the flow of water. Water shall not flow freely 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. The outer edges shall extend up the sides of the conveyance to prevent CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE 20 • water from going around the check dam. Check dams shall be of sufficient height to maximize detention, without causing water to leave the ditch. Wattles, coir logs and compost sock used as check dams shall not be trenched in and shall be installed as shown in the Standard Plans. When wattles, coir logs, and compost socks are used as check dams they shall be measured ' and paid as check dam in accordance with Section 8 -01.4 and 8 -01.5. 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. ' C n 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. 8 01.3(6)E Coir Log This section including title and section number is revised to read: 8 01.3(6)A Coir Log Coir logs are used as erosion and sediment control or bank stabilizing device. Coir logs shall ' be laid out, spaced, staked and installed in accordance with the Standard Plans. Live stakes in accordance with Section 9- 14.6(1) can be used in addition to, but not as a replacement for, wooden stakes. 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)A Silt Fence This section and all sub - sections including title is revised to read: 8 01.3(9)A Fencing 8 - 01.3(9)A1 High Visibility Fencing High visibility fencing (HVF) shall be orange in color and installed along the site ' preservation lines shown in the Plans or as specified by the Engineer. Post spacing and attachment of the fencing material to the posts shall be as shown in the Standard Plans and in accordance with Section 9- 14.5(8). The HVF shall not be fastened to trees. 1 CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE 21 1 8- 01.3(9)A2 Silt Fence Silt fence shall be black in color and used as a sediment control device to prevent sediment laden water from leaving project boundaries, to manage stormwater within the site, or to create small detention areas. Silt fence shall be installed at locations shown in the Plans. The geotextile shall be securely attached to the posts and support system. Post spacing and attachments shall be as shown in Standard Plans. Geotextile material shall meet the requirements of Section 9- 33.2(1), Table 6 and be sewn together at the point of manufacture, or at a location approved by the Engineer, to form geotextile lengths as required. All sewn seams and overlaps shall be located at a support post. Posts shall be either wood or steel. Wood posts shall have minimum dimensions of 11/4 by 11/4 inches by the minimum length shown in the Plans. When sediment deposits reach approximately '/ the height of the silt fence, the deposits shall be removed and stabilized in accordance with Section 8- 01.3(15). If trenching is not feasible due to rocky soils or not advisable due to roximit p y to a downslope sensitive area, a different sediment control device that does not require trenching shall be used in place of silt fence. I Silt Fence with Backup Support Where backup support is needed for silt fence in areas where extra strength may be required, such as the toe of steep cut or fill slopes or areas where equipment may push excessive soils toward the fence. When backup support is used, wire shall have a maximum mesh spacing of 2 inches, and the plastic mesh shall be as resistant to ultraviolet radiation as the geotextile it supports. The strength of the wire or plastic mesh shall be equivalent to or greater than as required in Section 9- 33.2(1), Table 6, for unsupported geotextile (i.e., 180 lbs. grab tensile strength in the machine direction). Post spacing and attachments shall be as shown in Standard Plans. 8- 01.3(9)A3 High Visibility Silt Fence High visibility silt fence (HVSF) shall be orange in color and only be used for the dual purpose of demarcating site preservation lines and a sediment control device in a location where high visibility mesh fence and black silt fence would otherwise be used together at same location. If use of HVSF. is allowed the geotextile material shall meet the material requirements of Section 9- 33.2(1), Table 6. Post spacing and attachments shall be as shown in Standard Plans. High Visibility Silt Fence with Backup Support Where backup support is needed for high visibility silt fence (HVSF) in areas where extra strength may be required, such as the toe of steep cut or fill slopes or areas where equipment may push excessive soils toward the sensitive or protected areas. When backup support is used, wire shall have a maximum mesh spacing of 2 inches, and the plastic mesh shall be as resistant to ultraviolet radiation as the geotextile it supports. The strength of the wire or plastic mesh shall be equivalent to or greater than as required in Section 9- 33.2(1), Table 6, for unsupported geotextile (i.e., 180 lbs. grab tensile strength in the machine direction). Post spacing shall be as shown in Standard Plans. CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE 22 1 When sediment deposits reach approximately 1/3 the height of the silt fence, or 8 inches ' whichever is lower, the deposits shall be removed and stabilized in accordance with Section 8- 01.3(15). ' 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. The last sentence in the third paragraph is revised to read: ' Compost shall be Medium Compost. 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(10) Wattles This section is revised to read: Wattles are used as a flow control and sediment control device. Wattles shall be installed as soon as construction will allow or when designated by the Engineer. Wattle installation and trenching shall begin from the base of the slope and work uphill prior to any topsoil or compost placement. Excavated material from trenching shall be spread evenly along the uphill slope and be compacted using hand tamping or other method approved by the Engineer. On ' gradually sloped or clay -type soils trenches shall be 2 to 3 inches deep. On loose soils, in high rainfall areas, or on steep slopes, trenches shall be 3 to 5 inches deep, or half the thickness of the wattle, whichever is greater. Wattles shall be laid out, spaced and staked in accordance with the Standard Plans. Live stakes in accordance with Section 9- 14.6(1) can be used in addition to, but not as a replacement for, wooden stakes. If trenching and staking is not possible due to rocky soils, compost socks shall be used instead of wattles. The Contractor shall exercise care when installing wattles to ensure the method of installation ' minimizes disturbance and prevents sediment or pollutant discharge into water bodies. 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(12) Compost Socks This section is revised to read: CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE 23 1 Compost socks are used as a flow control and sediment control device. Compost socks shall be installed as soon as construction will allow or when designated by the Project Engineer. Compost socks shall be installed prior to any mulching or compost placement. Compost socks shall be laced together end -to -end with coir rope or ends shall be securely overlapped to create a continuous length. Terminal ends of the continuous length shall be curved 2 to 4 feet upward into the slope to prevent concentrated flows from going around the terminal ends. Finished grades shall be of a natural appearance with smooth transitions. Compost for compost socks shall be Medium Compost. I Compost sock shall be laid out, spaced and staked in accordance with the Standard Plans. Live stakes in accordance with Section 9- 14.6(1) can be used in addition to, but not as a replacement for, wooden stakes. If staking is not possible or if the compost sock is being used on concrete, heavy blocks or an equivalent item shall be used to weigh down and secure the sock. Compost socks shall be laid out, spaced and staked in accordance with the Standard Plans. The Contractor shall exercise care when installing compost socks to ensure that the method of installation minimizes disturbance of waterways and prevents sediment or pollutant discharge I into water bodies. Stakes shall be removed to minimize soil disturbance. 8 01.3(13) Temporary Curb This section is revised to read: Temporary curbs shall divert or redirect water around erodible soils. I 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 01.3(16) Removal The first sentence in the first paragraph is revised to read: When the Project Engineer determines that an erosion control BMP is no longer required, the Contractor shall remove the BMP and all associated hardware from the project limits. The first and second sentences in the second paragraph are revised to read: The Contractor shall remove BMPs and associated hardware in a way that minimizes soil disturbance. The Contractor shall permanently stabilize all bare and disturbed soil after removal of BMP's. 8 - 01.4 Measurement The third paragraph is revised to read: 1 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. The ninth paragraph is deleted. The twelfth paragraph (after the preceding amendment is applied) is revised to read: 9 pp ) CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE 24 1 Seeding, fertilizing, liming, mulching, mowing, and tackifier will be measured by the acre by ground slope measurement or through the use of design data The fifteenth paragraph (after the preceding amendment is applied) is revised to read: Fencing will be measured by the linear foot along the ground line of the completed fence. ' 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 paragraph following the bid item, "Plastic Covering ", per square yard is revised to read: t The unit Contract price per square yard for "Plastic Covering" shall be full payment to perform the Work as specified in Section 8- 01.3(5) and as shown in the Plans, including removal and disposal at an approved disposal site. 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. A "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. "High Visibility Silt Fence ", per linear foot. 1 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. CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE 25 8 -04.4 Measurement 1 This section is supplemented with the following: Roundabout splitter island nosing curb will be measured per each. I 8 - 04.5 Payment The bid item, "Roundabout Truck Apron Cement Concrete Curb ", per linear foot is deleted. 1 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. i 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 -07, Precast Traffic Curb and Block Traffic Curb 1 January 7, 2013 This section's title is revised to read: I 8 -07 Precast Traffic Curb 8 -07.1 Description This section is revised to read: This Work consists of furnishing and installing precast traffic sloped mountable curb or dual faced sloped mountable curb of the design and type specified in the Plans in accordance with these Specifications and the Standard Plans in the locations indicated in the Plans or as staked by the Engineer. 8 - 07.2 Materials The material reference "Block Traffic Curb 9- 18.3" is deleted from this section. The referenced section for the following item is revised to read: Paint 9 -34.2 8 07.3(1) Installing Curbs 1 The fifth and seventh paragraphs are deleted from this section. 8 - 07.4 Measurement I The first paragraph is deleted from this section. CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE 1 26 1 1 8 -07.5 Payment I The following bid items are deleted from this section: • "Type A Precast Traffic Curb ", per linear foot. "Type C Precast Traffic Curb ", per linear foot. "Type A Block Traffic Curb ", per linear foot. "Type C Block Traffic Curb ", per linear foot. 1 Section 8 -20, Illumination, Traffic Signal Systems, And Electrical August 5, 2013 8- 20.3(4) Foundations The first paragraph is revised to read: Foundation concrete shall conform to the requirements for the specified class, be cast -in -place concrete and be constructed in accordance with Sections 6 -02.2 and 6 -02.3. Concrete for Type II, Ill,. IV, V, and CCTV signal standards and light standard foundations shall be Class 4000P. Concrete for pedestals and cabinets, Type PPB, PS, I, FB, and RM signal standards and other foundations shall be Class 3000. 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. Steel reinforcing bars for foundations shall conform to Section 9 -07. I 8 20.3(5) Conduit This sections content is deleted and replaced with the following new sub - sections: ' 8 20.3(5)A General The ends of all conduit, metallic and nonmetallic, shall be reamed to remove burrs and rough edges. Field cuts shall be made square and true. The ends of unused conduits shall be capped. When conduit caps are removed, the threaded ends of metal conduit shall be provided with approved conduit, bushings and non -metal conduit shall be provided with end bells. Reducing couplings will not be permitted. Existing conduit in place scheduled for installation of new conductor(s) shall first have any existing conductor(s) removed and a cleaning mandrel shall be pulled through. The existing conduit shall then be prepared subject to the same requirements outlined in this paragraph, for new conduit and innerduct, unless otherwise indicated in the plans. All new conduit and all innerduct shall be blown clean with compressed air. Then in the presence of the Engineer, an 80 percent sizing mandrel, correctly sized for the raceway, shall be pulled through to ensure . that the raceway has not been deformed. This shall be done prior to pulling wire or fiber optic cable and after final assembly is in place. Existing conductor(s) shall be reinstalled unless otherwise indicated in the Plans. ' As soon as the sizing mandrel has been pulled through innerduct, a 200 -lb minimum tensile strength pull string shall be installed and attached to duct plugs at both ends. When conduit is installed for future use, as soon as the bushing or end bell has been installed and the sizing CITYWIDE SAFETY IMPROVEMENTS -16 AVENUE 27 mandrel has been pulled through, the ground wire shall be installed and both ends shall be capped. 8- 20.3(5)A1 Fiber Optic Conduit Where conduit to contain fiber optic cable or conduit identified to contain future fiber optic cable is installed by open trenching, Detectable Underground Warning Tape shall be placed 12- inches above the conduit unless otherwise detailed in the Plans. Detectable Underground Warning Tape shall extend 2 -feet into boxes or vaults. Splicing of the tape shall be in accordance with tape manufacturer's recommended materials and procedures. Location Wire shall be installed with all nonmetallic conduit that contains fiber optic cable and all conduits identified to contain future fiber optic cable. When open trenching is used, the location wire shall be placed in continuous lengths directly above the conduit. Where conduit is installed by other methods, the Location Wire shall be attached to the outside of the conduit with electrical tape placed at minimum 18 -inch intervals. Location Wire shall extend 12 -feet into boxes or vaults. Splices shall be crimped using a non - insulated butt splice, soldered and covered with moisture - blocking heat shrink. 8- 20.3(5)A2 ITS and Cabinet Outer and Inner Duct Conduit ITS conduit and both ends of conduit runs entering cabinets, with the exception of the '/ inch grounding conduit, shall be sealed with self expanding water proof foam or mechanical plugs; unless otherwise required. At other locations conduit shall be sealed with Duct Seal. Outer -duct conduit with non factory assembled innerduct shall be sealed around the innerduct with self- expanding waterproof foam. Outer -duct conduit with factory assembled innerduct shall be sealed around the innerduct with a multiplex expansion plug. Innerduct containing one cable shall be plugged using an expandable split plug. Innerduct with multiple cables shall be sealed with self- expanding waterproof foam. Duct plugs shall be installed in all unused inner -ducts (those that are specified as empty) at the time of conduit installation. Duct plugs shall be installed in all used inner -ducts (as specified in the Plans), at the time of conduit installation, unless cable pulling for those inner -ducts will commence within 48- hours. Installation shall conform to the manufacturer's recommendations. Foam sealant shall be installed with the following additional requirements: 1. Penetration of the sealant into the conduit or duct shall be limited using a high temperature backer rod material or rag. 2. Penetration of the sealant into the conduit shall be limited to 1 -inch. 3. The foam sealant shall not project outside the end of the conduit or duct. I Where open trenching is allowed and conduit with innerduct is installed, a maximum of 1000 -feet of continuous open trench will be allowed unless otherwise approved by the Engineer.. 8 20.3(5)B Conduit Type Conduit shall be PVC, high density polyethylene (HDPE), rigid metal conduit (RMC) or liquid tight flexible metal depending on the application. Rigid metal conduit (RMC) shall be installed at the following locations: I 1. Within railroad right of way. CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE 28 1 2. All pole risers, except when otherwise required by owning utilities. 3. All surface- mounted conduit, with the exception of electrical service utility poles. 4. All runs within slip form placed concrete. Service lateral runs shall be Schedule 80 PVC except when otherwise required by owning utilities. Conduit installed using the plowing method, shall be schedule 80 high- density polyethylene (HDPE). ' Conduit runs, including outer -duct, that enter the traveled way or shoulders, shall be Schedule 80 high- density polyethylene (HDPE), Schedule 80 PVC, or rigid metal conduit (RMC). ' Conduit runs, including outer -duct, which do not enter the traveled way or shoulders, shall be Schedule 80 high- density polyethylene (HDPE), Schedule 40 PVC or rigid metal conduit (RMC). Liquid tight flexible metal conduit is allowed only at locations called for in the Plans. Except as described under Non - Metallic Conduit, unless otherwise indicated in the Plans or Standard Plans, the same type of conduit shall be used for the entire length of the run, from outlet to outlet. ' Innerduct shall have a smooth wall non ribbed interior surface, with factory pre- lubricated coating. Innerduct within the Traveled Way or Shoulders and innerduct which is not factory installed shall be schedule 40 high- density polyethylene (HDPE). The innerduct shall be continuous with no splices. Innerduct which is pulled into the outer duct in the field shall be installed with ' an extra 2 feet of conduit beyond each end of the outer -duct and shall be allowed to finish contracting for 21 calendar days before it is terminated. Innerduct shall be terminated with end bells flush to 1/4 inch out of the 'outer -duct and the space between the outer -duct and innerduct shall be sealed with rodent and moisture resistant foam designed for this application and installed in accordance with the manufacturer's recommendations. 8- 20.3(5)B1 Rigid Metal Conduit Slip joints or running threads will not be permitted for coupling metallic conduit; however, running threads will be permitted in traffic signal head spiders and rigid metal conduit ' (RMC) outer -duct. When installing rigid metal conduit (RMC), if a standard coupling cannot be used, an approved three -piece coupling shall be used. Conduit bodies, fittings and couplings for rigid metal conduit (RMC) shall be cleaned first and then painted with one coat of paint conforming to Section 9- 08.1(2)B. The paint shall have a minimum wet film thickness of 3 -mils. The painted coating shall cover the entire coupling or fitting. The threads on all metal conduit shall be rust -free, clean, and painted with colloidal copper suspended in a petroleum vehicle before couplings are made. All metallic couplings shall ' be tightened so that a good electrical connection will be made throughout the entire length of the conduit run. If the conduit has been moved after assembly, it shall be given a final tightening from the ends prior to backfilling. CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE 29 1 Rigid metal conduit (RMC) ends shall be terminated with grounded end bushings. Rigid metal conduit (RMC) entering cable vaults or pull boxes shall extend 2- inches beyond the 1 inside wall face. (for the installation of grounded end bushing and bonding.) Rigid metal conduit (RMC) entering concrete shall be wrapped in 2- inch -wide pipe wrap tape with a minimum 1 -inch overlap for 12- inches on each side of the concrete face. Pipe wrap tape shall be installed in accordance with the manufacturer's recommendations. Rigid metal conduit (RMC) bends shall have a radius consistent with the requirements of Code Article 344.24 and other articles of the Code. Where factory bends are not used, conduit shall be bent, using an approved conduit bending tool employing correctly sized dies, without crimping or flattening, using the longest radius practicable. 1 Where the coating on galvanized conduit has been damaged in handling or installing, such damaged areas shall be thoroughly painted with paint conforming to Section 9- 08.1(2)B. Metal conduit ends shall be threaded and protected with a snug fitting plastic cap that covers the threads until wiring is started. 8- 20.3(5)B2 Non - Metallic Conduit Where non - metallic conduit is installed, care shall be used in excavating, installing, and backfilling, so that no rocks, wood, or other foreign material will be left in a position to cause possible damage. PVC conduit ends shall be terminated with end bell bushings. PVC or HDPE conduit entering cable vaults and pull boxes shall terminate with the end bell flush with the inside walls of the Structure. I Non - metallic conduit bends, where allowed, shall conform to Article 352.24 of the Code. Eighteen -inch radius elbows shall be used for PVC conduit of 2 -inch nominal diameter or less. Standard sweep elbows shall be used for PVC conduit with greater than 2 -inch nominal diameter unless otherwise specified in the Plans. In nonmetallic conduit less than 2 -inch nominal diameter, pull ropes or flat tapes for wire installation shall be not less than %4 -inch diameter or width. In nonmetallic conduit of 2 -inch nominal diameter or larger, pull ropes or flat tapes for wire installation shall be not less than '/2 -inch diameter or width. When HDPE conduit is used for directional boring, it shall be continuous, with no joints, for the full length of the bore. The conduit run shall be extended to the associated outlets with the same schedule HDPE or PVC conduit. Entry into associated junction box outlets shall be with the same schedule PVC conduit and elbows. The same requirements apply for extension of an existing HDPE conduit crossing. I PVC conduit and elbows shall be connected to HDPE conduit with an approved mechanical coupling. The connection shall have minimum pullout strength of 700 - pounds. • Prior to installation of a mechanical coupling, the HDPE conduit shall first be prepared with a clean, straight edge. A water -based pulling lubricant may be applied to the threaded end of the mechanical coupling before installation. Solvent cement or epoxy shall not be used on the threaded joint when connecting the HDPE conduit to the , mechanical coupling. The mechanical coupling shall be rotated until the HDPE conduit seats approximately 1/4 of the distance into the threaded coupling depth. For PVC installation through a directional bore, the PVC shall be in rigid sections assembled to form a watertight bell and spigot -type mechanical joint with a solid retaining CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE 30 1 r ing around cturer the r e me w 1 m anufa's eommendations. ntire circufer The nce c o run conduit shall be e l in beyond accordance the length ith the of the bore, to the associated outlets with the same mechanical coupled PVC or with standard PVC conduit of the same schedule. The same requirements apply for extension of an existing PVC conduit Roadway crossing. PVC conduit shall be assembled using the solvent cement specified in Section 9 -29.1. ' Conduit ends shall be protected with a snug fitting plastic cap until wiring is started. Conduit caps, end bells and the section of PVC between the coupling and end bell bushing in cabinet foundations shall be installed without glue. ' 8 20.3(5)C Conduit Size The size of conduit used shall be as shown in the Plans. Conduits smaller than 1 -inch electrical trade size shall not be used unless otherwise specified, except that grounding conductors at service points may be enclosed in' /z- inch - diameter conduit. Conduit between light standards, PPB, PS, or Type 1 poles and the nearest junction box shall be the diameter specified in the Plans. Larger size conduit is not allowed at these locations. At other locations it shall be the option of the Contractor, at no expense to the Contracting Agency, to use larger size conduit if desired, provided that junction box or vault capacity is not exceeded. Where larger size conduit is used, it shall be for the entire length of the run from outlet to outlet. Conduit runs with innerduct, shall have 4 -inch outer -duct and shall be installed with four 1 -inch innerduct unless otherwise indicated in the plans. 8 20.3(5)D Conduit Placement • Conduit shall be laid so that the top of the conduit is a minimum depth of: ' 1. 24- inches below the bottom of curb in the sidewalk area. 2. 24- inches below the top of the roadway base. 3. 48- inches below the bottom of ties under railroad tracks unless otherwise specified by the railroad company. 1 4. 36- inches below finish grade when installed using conduit plowing method. 5. 24- inches below the finish grade in all other areas. ' Conduit entering through the bottom of a junction box shall be located near the end walls to leave the major portion of the box clear. At all outlets, conduit shall enter from the direction of I , the run, terminating 6 to 8- inches below the junction box lid and within 3- inches of the box wall nearest its entry location. Conduit runs shown in the Plans are for Bidding purposes only and may be relocated with ' approval of the Engineer, to avoid obstructions. 8- 20.3(5)D1 Surface Mounting Where surface mounting of conduit is required, supports shall consist of channel with clamps sized for the conduit. Support spacing shall comply with the Code, with the exception that spacing of channel supports for conduit shall not exceed 5 -feet. CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE 31 • I The minimum distance between adjacent clamps and between the clamp and the end of the channel supports shall be 1 -inch. Channel supports shall be installed with stops, to prevent clamps from sliding out of the ends. 8- 20.3(5)D2 Structures i All conduits attached to or routed within bridges, retaining walls, and other structures shall be equipped with approved expansion, deflection, and /or combination expansion /deflection fittings at all expansion joints and at all other joints where structure movement is anticipated, , including locations where the Contractor, due to construction method, installs expansion and /or construction joints with movement. All conduit fittings shall have movement capacity appropriate for the anticipated movement of the Structure at the joint. Approved deflection fittings shall also be installed at the joint between the bridge end and the retaining wall end, and the transition from bridge, wall, or other structure to the underground section of conduit pipe.' 8 20.3(5)E Method of Conduit Installation Conduit shall be placed under existing pavement by approved directional boring, jacking, or drilling methods at locations approved by the Engineer. The pavement shall not be disturbed unless allowed in the Plans or with the approval of the Engineer in the event obstructions or impenetrable soils are encountered. High density polyethylene (HDPE) conduit runs, which enter the traveled way or shoulders, shall be installed using the directional boring method. 8- 20.3(5)E1 Open Trenching When open trenching is allowed, trench construction shall conform to the following: ' 1. The pavement shall be saw -cut a minimum of 3- inches deep. The cuts shall be parallel to each other and extend 2 -feet beyond the edge of the trench. 1 2. Pavement shall be removed in an approved manner. 3. Trench depth shall provide a minimum cover for conduit of 24- inches below the top of the roadway base 4. Trench width shall be 8- inches or the conduit diameter plus 2- inches, whichever ' is larger. 5. Trenches located within paved Roadway areas shall be backfilled with Controlled , density fill (CDF) meeting the requirements of Section 2- 09.3(1)E. The controlled density fill shall be placed level to, and at the bottom of, the existing pavement. The pavement shall be replaced with paving material that matches the existing pavement. 6. On new construction, conduit shall be placed prior to placement of base course 111 pavement. 8- 20.3(5)E2 Conduit Plowing All conduit plowing shall be supervised by a licensed electrical Contractor. The starting point shall be anchored or held such that conduit movement at the start of the plowing operation is kept to a minimum. The conduit reel shall be mounted on the I vehicle such that conduit movement is kept to a minimum once it is in the ground. Use of a stationary reel is not allowed. The feed shoe shall have rollers which conform to the conduit at a radius of not less than 15 times the diameter of the conduit. The conduit will CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE 32 1 . • not be permitted to pass over stationary guides nor over rollers or sheaves, which will ' permit a bend radius of less than 15 times conduit diameter. The width of the tooth and feed shoe shall not exceed the conduit diameter by more than 2- inches The conduit shall be installed using a continuous reel, with no joints, for the full length of the conduit run, unless conduit splicing is allowed as indicated below. • If an obstruction is encountered that cannot be plowed through, the following remedies ' shall be attempted in order: 1. Contractor shall stop the plowing operation and attempt to remove the 1 obstruction. If the obstruction is removed, plowing operations shall continue along the approved path. ' 2. Deviations of up to one foot from the projected path may be authorized by the Engineer, provided the new route does not result in total conduit run bends exceeding NEC requirements. Deviations in excess of one foot from the projected path are not allowed and the maximum taper rate is 1 -inch per linear foot of conduit. 3. The Contractor may request approval to intercept the installed conduit and route ' another section of HDPE to avoid the obstruction, provided the new route does not result in total conduit run bends exceeding NEC requirements. Connection between the sections shall be accomplished using an approved fusion splicing ' method, which is compatible with the conduit manufacturer's recommendations. 4. Where none of the above remedies are successful, all conduit installed so far in that run shall be removed and a new plow path established to avoid the obstruction. ' In the event of a breakage, all conduit installed in that run shall be removed. The conduit run shall be extended to the associated outlets, subject to the same requirements indicated when HDPE is installed using the directional boring method. ' The depth of installation shall be continually adjusted as necessary to compensate for changes in terrain. Plowed conduit shall be laid so that the top of the conduit is a minimum depth of 36- inches below the finish grade with the exception that the conduit shall be swept up to enter the knock outs of associated pull boxes or cable vaults. The plow placing the conduit shall be marked at a proper distance above the plow's conduit exit point to indicate when the minimum installation depth is not met. The mark shall be visible from a safe distance from the plowing operation when it is exposed above ground. While plowing this mark must remain below ground level at all times, with the ' exception of the entry and exit points at the end of the run, in order to ensure that minimum burial depth of the conduit is achieved. If the depth mark on the plow comes above ground, the Contractor shall stop the plowing operation and attempt to correct the placement depth. If the conduit depth can be verified to meet the minimum burial requirements at the location where the depth mark came above ground, the plowing operation shall resume subject to the Engineers approval. CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE 33 The compacted surface shall be firm, non - yielding, and result in a finished surface that matches the lines and grades of the terrain prior to plowing. 8- 20.3(5)E3 Boring Bore pits shall be backfilled and compacted in accordance with Section 2- 09.3(1)E. Directional boring, jacking or drilling pits shall be a minimum of 2 -feet from the edge of any type of pavement, unless otherwise approved by the engineer. Excessive use of water that might undermine the pavement or soften the Subgrade will not be permitted. When approved by the Engineer, small test holes may be cut in the pavement to locate obstructions. When the Contractor encounters obstructions or is unable to install conduit because of soil conditions, as determined by the Engineer, additional Work to place the conduit will be paid in accordance with Section 1 -04.4. 1 8- 20.3(5)E4 Directional Boring Directional boring for electrical installations shall be supervised by a licensed electrical contractor in accordance with Section 8- 20.1(1). Where directional boring is called for, conduit shall be installed using a surface- launched, steerable drilling tool. Drilling shall be accomplished using a high - pressure fluid jet tool -head. The drilling fluid shall be used to maintain the stability of the tunnel, reduce drag on the conduit, and provide backfill between the conduit and tunnel. A guidance system that measures the depth, lateral position, and roll shall be used to guide the tool -head when creating the pilot hole. Once the pilot hole is established, a reamer and swivel shall be used to install the conduit. Reaming diameter shall not exceed 1.5 times the diameter of the conduits being installed. Conduit that is being pulled into the boring shall be installed in such a manner that the conduit is not damaged during installation. The pullback force on the conduit shall be controlled to prevent damage to the conduit. A vacuum spoils extraction system shall be used to remove any excess spoils generated during the installation. Excess drilling fluid and spoils shall be disposed of. The method and location used for disposal of excess drilling fluid and spoils shall be subject to the Engineer's approval. Drilling fluid returns (caused by fracturing of formations) at locations other than the entry and exit points shall be minimized. Any drilling fluid that surfaces through fracturing shall be cleaned up immediately. Mobile spoils - removal equipment capable of quickly removing spoils from entry or exit pits and areas with returns caused by fracturing shall be used as necessary during drilling operations. 8- 20.3(5)E5 Boring with Casing Where boring with casing is called for, the casing shall be placed using an auger inside the casing to remove the soil as the casing is jacked forward. The auger head shall proceed no more than 4- inches ahead of the pipe being jacked. Boring operations shall be conducted to prevent caving ahead of the pipe. Installed casing pipe shall be free from grease, dirt, rust, moisture, and any other deleterious contaminants. ' The space between the conduit and casing shall be plugged with sandbags and a grout seal 12- inches thick at each end of the casing. Casing abandoned due to an encountered obstruction shall be grout sealed in the same manner. Grout shall conform to Section 9- , 20.3(4). In lieu of sandbags and grout, unopened prepackaged concrete and grout may be used to seal the casing. CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE 34 1 Material shall not be removed from the boring pit by washing or sluicing. ' All joints shall be welded by a Washington State certified welder. Welding shall conform to AWS D 1.1 -80 Structural Welding Code, Section 3, Workmanship. ' 8 20.3(8) Wiring The fifteenth through seventeenth paragraphs are revised to read: When conductors, either cable or single, are being installed, the Contractor shall not exceed the tension limitations recommended by the manufacturer. Conductors may be pulled directly by hand, or with mechanical assistance. If conductors are pulled by any mechanical means, a ' dynamometer with drop - needle hand shall be used on every mechanically assisted pull. On mechanically assisted pulls, insulation shall be stripped off the individual conductor and the ' conductor formed into a pulling eye and firmly attached to the pulling rope /tape, or a cable grip shall be used. The Contractor shall determine the maximum allowable pulling tension, taking into account the direction of the pull, type of raceway, cable geometry, weight of the cable, the coefficient of friction, and side wall pressure, using the information from the cable ' manufacturer. If there are bends in the raceway or sheaves are used for the cable pull, the Contractor shall use the cable manufacture's side wall pressure limits to determine the maximum pulling tension. The maximum pulling force applied directly to the conductor when pulling eyes are used or when the conductor is formed into a loop, shall be limited to that shown in the following table for copper conductor. When a cable grip is applied over nonmetallic sheathed cables, the maximum pulling force shall be limited to 1,000- pounds ' provided this is not in excess of the force as determined above. Conductor Pounds 8 132 6 210 ' 4 334 3 421 2 531 1 669 1/0 845 2/0 1,065 ' 3/0 1,342 4/0 1,693 ' 250Kcmil 2,000 500Kcmil 4,000 ' Adequate lubrication of the proper type to reduce friction in conduit and duct pulls shall be utilized. The grease and oil -type lubricants used on lead sheathed cables shall not be used on nonmetallic sheathed cables. 8 20.3(9) Bonding, Grounding The first sentence in the second paragraph is replaced with the following two sentences: ' CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE 35 1 All conduit installed shall have an equipment ground conductor installed in addition to the conductors noted in the Contract. Conduit with innerducts shall have an equipment ground conductor installed in each innerduct that has an electrical conductor. 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. 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. 1 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 1 CITYWIDE SAFETY IMPROVEMENTS - 16 TH AVENUE • 36 1 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. The ninth paragraph (after implementing the preceding Amendment) is replaced with the following three new paragraphs: • ' After construction of concrete foundations ete oundatlons 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 I CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE 37 1 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. 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. I 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: CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE 38 I , Crosshatch markings used to delineate median and gore areas will be measured by the I completed linear foot as "Painted Crosshatch Marking" or "Plastic Crosshatch Marking ". The measurement for "Painted Crosshatch Marking" and for "Plastic Crosshatch Marking" will I be based on the total length of each 8 -inch or 12 -inch wide line installed. . 8 - 22.5 Payment I The bid items "Painted Wide Line ", per linear foot and "Plastic Wide Line ", per linear foot are deleted from this section. • I This section is supplemented with the following two new bid items: "Painted Crosshatch Marking ", per linear foot. I "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. . I Section 9 -02, Bituminous Materials August 5, 2013 I In this section, "Asphalt Emulsion" is revised to read "Emulsified Asphalt ". • . I 9 - 02.1 Asphalt Material, General In this section, "Cationic Emulsified Asphalt" is revised to read "Emulsified Asphalt ". I The first paragraph is revised to read: . Asphalt furnished under these Specifications shall not have been distilled at a temperature I high enough to produce flecks of carbonaceous matter, and upon arrival at the Work, shall show no signs of separation into lighter and heavier components. 9 02.1(6) Cationic Emulsified Asphalt I The "Cationic Emulsified Asphalt Table" is revised to read: Cationic Emulsified Asphalt Table - ���'ip - tl [:�T�`'` -f' r��m`ir :a�"'^3' ^,�: ':� �:,�;+:, :•ur'�;,i:5; 'ce �:.rs "- ',t�'�w 'N; " "';a".:�m: - "W. }�'R�,; >cr� �;�..a� r,:a - t aN�'• Y',,F? . } :.n L : d' - -.`;_a . +,".. „" li.,. =N .�',r''k =t" ?; i r�i "3 ..�&";_r+y ; °, �i',- f-'".ad r .' , ;; �q,,.!,`�'^t�� 'w."{"*'p „3 i� �' , 4.:'+ i�"' "rig "r � rr. a � 1 �t , 3 �., # i +� ` . 5 ,�i. , r�;s • a ; j .^ fi - a ' 1 '�' il-" "riG ' �, k �". " *3'; �'6's`. :a� w A .3C 9 per„ ` ,4l Y au+v "hr:' ;L p `1, ' < ;^ _ ''- t 'j ,s4 4 prn,y: 3 � w "Lr. `M� t� �` �� � S �`;ct�,�'�' w,.,. -- G�i�suv 4j�- •,,' ri,t� t , T„ ., " „..A „'” "=, Ra ^ S e tti ng,, ,T . , -: • <<'� N Mediu,etting -Op Ar S ,, s; 15 4 -^a r c +s r ya, ..k ;.s, � �z A---`" a' '�.'i �::: 7 a 7 '11` :, "r4 : rt't .: + «-:.`-'F 3 ..r;? ' .'1 e " '"'-: r . . � `a"�,:�'`s�" t�'�. �,°�,v�ee'�,� >.=:a4+,C �' �w,' C' t�, �i" �° `j`i ;:a:v,7 � "' �"a ^ �::: " .•�L'� rt� � t.n':- 4r%�i�i. �. , :w.!s���:�.- ^ '. �- " " {r` 4 . :g �w e . :'3' „ .� . r `�k.c . E r'"�, , ; b' '' ;, ,, `"°- _ ' � ' :a9 N' 3 0'x.7 ,;{"' . , i ., 'kz "St'. a qk .:,� . w.3."s .T t' $i 1 k gt YR 6 ":.,.S 'C °> CM 2Sr C,M - r 'C ! __ ' • „„ :, -�,,��: :��•. ,. ;,.� fi- :. ,,;V€ 4. S- � � S,;,.. <'- MS =2hr�} � CSS�'1�� C i 1,4* ..c .. I ? S ri; � ">' ., �1z ,, a , +9 , } ; r w : :S , o B r c:? k. ,:, S`SN�' i a „�; � ���; t.. a /� q$lsl'; ,h1 0 - A :caSr�.. : S;: F;t` .a.�t ��t�k :,;��s��s.yB,rds: � ���u - -;,, C.,; �:35,,w ''.'.�`:�.� �,a :n � : `�s5� „ e.° r - ," ;: d :ar ° . 4 , -, kilat e •: a.§ � :, ' gam ,.: , ? J:., "Pa. 'n' " ,..., z.. "i, a �'� " ,� �: , �:;r� , `~� �� .e� , � '�, . ,?�;'�'s ; ,� �,� �sw ���r;�wi �`� r - .Er'i `�` 4 "�r�'„"5 k" rrw .�,'! �,�i ='e �'t" �- ""F"�'" �' ..�T'� ,"�� Grade ; , Te st 4 Me t h o dE $ ; M ,Max Min A Maxi Min Max ax M n Max M nr Max Min Max x M Max I Tests on Emulsified Asphalts: I Viscosity SFS T 59 @ 77 °F 20 100 20 100 (25 °C) t CITYWIDE SAFETY IMPROVEMENTS — 16 AVENUE 39 I • I Viscosity SFS T 59 • . 20 100 150 400 50 450 50 450 50 450 @ 122 °F (50 °C) Storage T 59 1 1. .. 1 1 1 1 1 stability I test 1 day % Demulsibility I 35 ml 0.8% sodium dioctyl I sulfosuccinat T 59 40 40 e, % Particle T 59 Pos Pos Pos Pos Pos Pos Pos I charge test Sieve Test, T 59 0.10 0.10 0.10 0.10 0.10 0.10 0.10 I Cement mixing test, T 59 2.0 2.0 Ok I Distillation: Oil distillate t by vol. T 59 3 1.5 3 20 12 12 of emulsions Residue, % T 59 60 65 60 65 65 57 57 I Tests on residue from distillation I tests: • Penetration, T 49 100 250 100 250 100 250 100 250 40 90 100 250 40 90 111 77 °F (25 °C) Ductility, 77 °F (25 °C) 5 cm /min., T 51 40 40 40 40 40 40 40 I cm . Solubility in trichloroethyl T 44 97.5 97.5 97.5 97.5 97.5 97.5 97.5 I ene, % a The demulsibility test shall be made within 30 days from date of shipment. ° If the particle charge test for CSS -1 and CSS -1 h is inconclusive, material having a maximum pH value of 6.7 will ' be acceptable. 9- 02.1(6)A Polymerized Cationic Emulsified Asphalt CRS -2P I The first paragraph (except for the table) is revised to read: CRS -2P shall be a polymerized cationic emulsified asphalt. The polymer shall be milled into I the asphalt or emulsion during the manufacturing of the emulsified asphalt. CRS -2P shall meet the following requirements: CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE I 40 1 ' Footnote 1 below the table is revised to read: 1. Distillation modified to use 300 grams of emulsified asphalt heated to 350 °F ± 9 °F and maintained for 20 minutes. 9 02.1(8) Flexible Bituminous Pavement Marker Adhesive The fifth row in the table is revised to read: Ductility, 39.2 °F, 1 cm /minute, cm AASHTO T 51 5 Min. 9 - 02.4 Anti - Stripping Additive ! This section is revised to read: Anti - stripping additive shall be a product listed in the current WSDOT Qualified Products List (QPL). I Section 9 -03, Aggregates August 5, 2013 ! 9- 03.1(1) General Requirements The eighth paragraph is deleted. • ! 9 - 03.6 Aggregate for Asphalt Treated Base (ATB) This section including title is deleted in its entirety and replaced with the following: ! - Vacant ' 9- 03.8(4) Blending Sand This sections including title is revised to read: ' Vacant 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 is deleted, including the reference in the table. 9 03.14(2) Select Borrow Note ' is deleted. I CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE 41 I Note 2 is re- numbered Note 1 , including the reference in the table. I 9 03.14(4) Gravel Borrow for Geosynthetic Retaining Wall This section including title is revised to read: Gravel Borrow for Structural Earth Wall All backfill material within the reinforced zone for structural earth walls shall consist of granular I 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 I tires, portland cement concrete rubble, or asphaltic concrete rubble. The backfill material shall meet the following requirements for grading and quality: Geosynthetic Metallic I Reinforcement Reinforcement Sieve Size Percent Passing Percent Passing 4 99 -100 2 75 -100 1 %4 " 1 99 -100 1" 90 -100 I No. 4 50 -80 50 -80 No. 40 30 max. 30 max. No. 200 7.0 max. 7.0 max. I Sand Equivalent 50 min. 50 min. All percentages are by weight Property Test Method Geosynthetic Metallic I Reinforcement Reinforcement Requirements Requirements I Los Angeles Wear AASHTO T 96 35 percent max. 35 percent max 500 rev. Degradation Factor WSDOT Test Method T 15 min. 15 min. 113 I Resistivity WSDOT Test Method T 3,000 ohm -cm, 417 min. pH WSDOT Test Method 4.5 -9 5 -10 I 113 Chlorides AASHTO T 291 100 ppm max. • Sulfates AASHTO T 290 200 ppm max. I If the resistivity of the gravel borrow equals or exceeds 5,000 ohm -cm, the specified chloride and sulfate limits may be waived. Wall backfill material satisfying these grading and property q requirements shall be classified as I nonaggressive. 9 03.21(1) General Requirements t 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. CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE I 42 i 9- 03.21(1)C Vacant This section including title is revised to read: ' 9 03.21(1)C Recycled Glass (Glass Cullet) 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. i 9 - 03.21(1) E Table on Maximum Allowable Percent (By Weight) of Recycled Material In the table; the row containing the item "Aggregate for Asphalt Treated Base (ATB)" is deleted. t 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 -05, Drainage Structures, Culverts, and Conduits January 7, 2013 ' 9 -05.0 Acceptance by Manufacturer's Certification This section including title is revised to read: 9 - 05.0 Acceptance and Approval of Drainage Structures, and Culverts The Drainage Structure or Culvert may be selected from the Qualified Products List, or ' submitted using a Request for Approval of Materials (RAM) in accordance with Section 1 -06. Certain drainage materials may be accepted by the Engineer based on a modified acceptance ' criteria when materials are selected from the Qualified Products List (QPL). The modified acceptance criteria are defined in the QPL for each material. ' 9- 05.1(6) Corrugated Polyethylene Drain Pipe, Couplings, and Fittings (Up to 10 Inch) This section is supplemented with the following: ' Corrugated polyethylene drain pipe manufacturers shall participate in the National Transportation Product Evaluation Program (NTPEP) work plan for HDPE (High Density 1 Polyethylene) Thermoplastic Pipe and be listed on the NTPEP audit website displaying they are NTPEP compliant. 9- 05.1(7) Corrugated Polyethylene Drain Pipe, Couplings, and Fittings (12 Inch I Through 60 Inch) • This section is supplemented with the following: ' Corrugated polyethylene drain pipe manufacturers shall participate in the National Transportation Product Evaluation Program (NTPEP) work plan for HDPE (High Density CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE 43 1 Polyethylene) Thermoplastic Pipe and be listed on the NTPEP audit website displaying they are NTPEP compliant. 9 05.2(7) Perforated Corrugated Polyethylene Underdrain Pipe (Up to 10 Inch) This section is supplemented with the following: • Perforated corrugated polyethylene underdrain pipe manufacturers shall participate in the National Transportation Product Evaluation Program (NTPEP) work plan for HDPE (High Density Polyethylene) Thermoplastic Pipe and be listed on the NTPEP audit website displaying they are NTPEP compliant. 9- 05.2(8) Perforated Corrugated Polyethylene Underdrain Pipe (12 -Inch Through 60 Inch Diameter Maximum), Couplings, and Fittings This section is supplemented with the following: 1 Perforated corrugated polyethylene underdrain pipe manufacturers shall participate in the National Transportation Product Evaluation Program (NTPEP) work plan for HDPE (High Density Polyethylene) Thermoplastic Pipe and be listed on the NTPEP audit website displaying they are NTPEP compliant. 9 - 05.19 Corrugated Polyethylene Culvert Pipe, Couplings, and Fittings ' The word "producer" is revised to read "manufacturer ". The second paragraph is revised to read: , Joints for corrugated polyethylene culvert pipe shall be made with either a bell /bell or bell and spigot coupling and shall incorporate the use of a gasket conforming to the requirements of ASTM D 1056 Type 2 Class B Grade 3 or ASTM F 477. All gaskets shall be factory installed on the coupling or on the pipe by the qualified manufacturer. This section is supplemented with the following: Corrugated polyethylene culvert pipe manufacturers shall participate in the National Transportation Product Evaluation Program (NTPEP) work plan for HDPE (High Density Polyethylene) Thermoplastic Pipe and be listed on the NTPEP audit website displaying they are NTPEP compliant. 9 - 05.20 Corrugated Polyethylene Storm Sewer Pipe,, Couplings, and Fittings The word "producer" is revised to read "manufacturer ". The first paragraph is revised to read: Corrugated polyethylene storm sewer pipe, couplings, and fittings shall meet the requirements I of AASHTO M 294 Type S or D. The maximum pipe diameter for corrugated polyethylene storm sewer pipe shall be the diameter for which a manufacturer has submitted. Fittings shall be blow molded, rotational molded, or factory welded. ' This section is supplemented with the following: Corrugated polyethylene culvert pipe manufacturers shall participate in the National Transportation Product Evaluation Program (NTPEP) work plan for HDPE (High Density CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE 44 1 Polyethylene) Thermoplastic Pipe and be listed on the NTPEP audit website displaying they are NTPEP compliant. 9 -05.24 Polypropylene Culvert Pipe, Polypropylene Storm Sewer Pipe, and ' Polypropylene Sanitary Sewer Pipe This sections content is deleted and replaced with the following: All joints for polypropylene pipe shall be made with a bell /bell or bell and spigot coupling and shall conform to ASTM D 3212 using elastomeric gaskets conforming to ASTM F 477. All gaskets shall be factory installed on the pipe in accordance with the producer's ' recommendations. Qualification for each producer of polypropylene storm sewer pipe requires joint system ' conformance to ASTM D 3212 using elastomeric gaskets conforming to ASTM F 477 and a formal quality control plan for each plant proposed for consideration. A Manufacturer's Certificate of Compliance shall be required and shall accompany the materials delivered to the project. The certificate shall clearly identify production lots for all materials represented. The Contracting Agency may conduct verification tests of pipe stiffness or other properties it deems appropriate. ' This section is supplemented with the following new sub - sections: ' 9 05.24(1) Polypropylene Culvert Pipe and Storm Sewer Pipe Polypropylene culvert and storm sewer pipe shall conform to the following requirements: ' 1. For dual wall pipe sizes up to 30 inches: ASTM F2736. . 2. For triple wall pipe sizes from 30 to 60 inches: ASTM F2764. 1 3. For dual wall profile pipe sizes 36 to 60 inches: AASHTO MP 21, Type S or Type D. ' 4. Fittings shall be factory welded, injection molded or PVC. 9 05.24(2) Polypropylene Sanitary Sewer Pipe ' Polypropylene sanitary sewer pipe shall conform to the following requirements: 1. For pipe sizes up to 30 inches: ASTM F2736. 1 2. . For pipe sizes from 30 to 60 inches: ASTM F2764. 3. Fittings shall be factory welded, injection molded or PVC. • 1 1 I CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE 45 1 • • 1 Section 9 -14, Erosion Control and Roadside Planting August 5, 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). 1 The third and fourth rows in Table 1 is revised to read: 1 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 — < 40 mg /kg Zinc — < 30 mg /kg Water Holding ASTM D 7367 800 percent minimum Capacity 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: ' CITYWIDE SAFETY IMPROVEMENTS - 16 TH AVENUE 46 • I The Contractor shall provide Material Safety Data Sheet (MSDS) that demonstrates that the I 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. I 9- 14.4(8) Compost The second paragraph is revised to read: I Compost production and quality shall comply with WAC 173 -350 and for biosolids composts, WAC 173 -308. I The third paragraph is to read: Compost products shall meet the following physical criteria: I 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 ". I . F ine compost shall meet the following gradation: I Sieve Size Percent Passing Minimum Maximum 1" 100 I S / 90 100 '/4' 75 100 I Note Maximum particle length of 4 inches. Medium compost shall meet the following gradation: I Sieve Size Percent Passing • I 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 I be calculated using dry weight of "Organic Carbon" using TMECC 04.01A divided by the dry weight of "Total N" using TMECC 04.02D. I Coarse compost shall meet the following gradation: Sieve Size Percent Passing I Minimum Maximum 2" 100 1" 90 100 3 A" 70 100 '/4 40 60 CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE 47 I 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. Physical contaminants, defined in WAC 173 -350 (plastic, concrete, ceramics, metal, etc.) shall be less than 0.5 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." 1 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 feedstocks as defined in WAC 173 350 as "Wood waste ", "Yard debris ", "Post- consumer food waste ", "Pre- consumer animal -based wastes ", and /or "Pre- consumer vegetative waste ". 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). • CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE 48 1 9 -14.5 Erosion Control Devices This section is supplemented with the following new sub - section: 9 14.5(9) High Visibility Silt Fence High visibility silt fence shall be a minimum of 5 feet in height, high visibility orange, UV stabilized and shall meet the geotextile requirements in Section 9 -33 Table 6. Support posts, shall be in accordance with the Standard Plans. The posts shall have sufficient strength and durability to support the fence through the life of the project. 9 14.5(1) Polyacrylamide (PAM) The fourth 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. 1 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 1 material, if present, shall biodegrade within a life span not to exceed 2 years. 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. 1 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. 1 9- 14.5(2)B Biodegradable Erosion Control Blanket for Slopes Steeper than 3:1 (H:V) I I Properties ASTM Test Method Requirements for Slopes Steeper than 3:1 Protecting ASTM D.6459 C factor = 0.04 maximum for Slopes from cumulative R- Factor <231 Rainfall- Induced Soil tested shall be sandy Erosion loam as defined by the 1 NRCS ** Soil Texture Triangle Mass Per Unit ASTM D 6475 7.6 oz. /sq. yd. minimum 1 Area Light ASTM D.6567 44 % maximum CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE 49 1 I - Penetration Tensile Strength ASTM D 6818 10.0 x 6.0 pounds /inch minimum MDxXD* Tensile ASTM D 6818 38% x 33% maximum Elongation MD x XD* ' *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 ' Protecting ASTM D 6459 C factor = 0.15 maximum for Slopes from cumulative R- Factor <231 Rainfall- Induced Soil tested shall be sandy Erosion loam as defined by the NRCS ** Soil Texture Triangle Mass Per Unit ASTM D 6475 7.6 oz. /sq. yd. minimum Area Light ASTM D 6567 40% maximum Penetration Tensile Strength ASTM D 6818 6.5 x 2.3 pounds /inch minimum ' MD x XD* Tensile ASTM D 6818 38% x 33% maximum I Elongation MD x XD* *MD is Machine Design and XD is Cross Direction ' * *Natural Resource Conservation Services i 9- 14.5(2)D Biodegradable Erosion Control Blanket for Ditches Table 8 Properties Test Method Requirements ' Performance in ASTM D 6460 Limiting Shear (T L;mit ) = 2.0 psf CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE 50 ' Protecting Soil tested shall be sandy minimum. Earthen loam defined by the Channels from NRCS ** 'Limiting Velocity (V L;m;t ) = .7.5 Stormwater- Soil Texture Triangle ft/sec flow minimum. Induced Erosion Mass per Unit ASTM D 6475 7.4 oz./ sq. yd. minimum Area Light ASTM D 6567 65 % maximum ' Penetration Tensile Strength ASTM D 6818 9.6 x 3.2 lbs/inch minimum MDxXD* Tensile ASTM D 6818 38% x 33% maximum Elongation MD x XD* ' *MD is Machine Design and XD is Cross Direction * *Natural Resource Conservation Services ' 9 14.5(3) Clear Plastic Covering This section including title is revised to read: • ' Plastic Covering • Plastic covering shall meet the requirements of ASTM D 4397 for polyethylene sheeting. 9 14.5(4) Geotextile Encased Check Dam ' This section including title is revised to read: I 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) I 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. CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE 51 t 3. Straw bales shall not be used as check dams. ' 9 14.5(4)B Non - biodegradable Check Dams Non - biodegradable check dams shall meet the following requirements: 1 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 14.5(5) Wattles The second sentence in the first paragraph is revised to read: Wattle shall be a minimum of 8- inches in diameter. The first sentence in the second paragraph is revised to read: Compost filler shall be Medium Compost and shall meet the p t e material requirements as specified in Section 9- 14.4(8). The last paragraph is revised to read: Wood stakes for wattles shall be made from untreated Douglas fir, hemlock, or pine species. Wood stakes shall be 2 by 2 -inch nominal dimension and a minimum 24 inches in length. 9 14.5(6) Compost Socks ' In this section, "Coarse Compost" is revised to read "Medium Compost ". The last paragraph is revised to read: Wood stakes for compost socks shall be made from untreated Douglas fir, hemlock, or pine species. Wood stakes shall be 2 by 2 -inch nominal dimension and a minimum 24 inches in length. 9 14.5(8) High Visibility Fencing The first paragraph is revised to read: High visibility fence shall be UV stabilized, orange, high- density polyethylene or polypropylene mesh. ' 9 14.6(1) Description In item No. C in the fourth paragraph, "22 inch" is revised to read "2 inch ". , Section 9 -18, Precast Traffic Curb and Block Traffic Curb ' August 6, 2012 This section's title is revised to read: CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE 52 1 9 -18 Precast Traffic Curb 9 -18.3 Block Traffic Curb This section including title is revised to read: 9 -18.3 Vacant ' Section 9-20, Concrete Patching Material, Grout, and Mortar rta r January 2, 2012 • ' 9- 20.3(3) Grout Type 3 for Unconfined Bearing Pad Applications Yp g pp This section is revised to read: ' Grout Type 3 shall be a prepackaged material meeting the requirements of ASTM C 928 — Table 1, R2 Concrete or Mortar. 9 20.3(4) Grout Type 4 for Multipurpose Applications In the third sentence of the first paragraph, the reference "0.40" is revised to read "0.45 ". ' Section 9 -23, Concrete Curing Materials and Admixtures August 5, 2013 ' 9 -23.2 Liquid Membrane - Forming Concrete Curing Compounds In the first paragraph, "moisture loss" is revised to read "water retention ". 9 23.6(9) Type S Specific Performance Admixtures The first sentence is revised to read the following two new sentences: Type S Specific Performance admixtures are limited to ASR - mitigating, viscosity modifying, shrinkage reducing, rheology- controlling, and workability- retaining admixtures. They shall ' conform to, the requirements of ASTM C 494 Type S. Section 9 -28, Signing Materials and Fabrication April 1, 2013 ' 9- 28.14(2) Steel Structures and Posts "AASHTO M 291" is revised to read "ASTM A 563" and "AASHTO M 293" is revised to read "ASTM F 436 ". Section 9 -29, Illumination, Signal, Electrical August 5, 2013 9- 29.1(4) Non - Metallic Conduit This section is supplemented with the following new sub - section: 9 29.1(4)D Deflection Fittings ' Deflection Fittings for use with rigid PVC conduit shall be as described in 9- 29.1(2)A CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE 53 1 9 -29.2 Junction Boxes, Cable Vaults, and P ull Boxes The section is supplemented with the following: The Contractor shall perform quality control inspection. The Contracting Agency intends to perform Quality Assurance Inspection. By its inspection, the Contracting Agency intends only to verify the quality of that Work. This inspection shall not relieve the Contractor of any responsibility for identifying and replacing defective material and workmanship. Prior to the start of production of the precast concrete units, the Contractor shall advise the Engineer of the production schedule. The Contractor shall give the Inspector safe and free access to the Work. If the Inspector observes any nonspecification Work or unacceptable quality control practices, the Inspector will advise the plant manager. If the corrective action is not acceptable to the Engineer, the unit(s) will be rejected. 9 29.2(1) Standard Duty and Heavy - Duty Junction Boxes The third paragraph is deleted and replaced with the following new paragraphs: The Contractor shall provide shop drawings for all components, hardware, lid, frame, reinforcement, and box dimensions. The shop drawings shall be prepared by (or under the supervision of) a Professional Engineer, licensed under Title 18 RCW, State of Washington, in the branch of Civil or Structural, and each sheet shall include the following: 1. Professional Engineer's original signature, date of signature, original seal, registration number, and date of expiration. 2. The initials and dates of all participating design professionals 3. Clear notation of all revisions including identification of who authorized the revision, ' who made the revision, and the date of the revision. 4. Design calculations shall carry on the cover page, the Professional Engineer's original signature, date of signature, original seal, registration number, and date of expiration. For each type of junction box, or whenever there is a change to the junction box design, a proof test, as defined in this Specification, shall be performed and new shop drawings submitted. 9 29.2(1)A Standard Duty Junction Boxes The first paragraph is supplemented with the following: All Standard Duty Junction Boxes placed in sidewalks, walkways, and shared use paths shall have slip resistant surfaces. Non -slip lids and frames shall be . hot dip galvanized in accordance with AASHTO M 111. The sub - paragraph's titled "Concrete Junction Boxes" are revised to read: Concrete Junction Boxes The Standard Duty Concrete Junction Box steel frame, lid support, and lid shall be painted with a black paint containing rust inhibiters or painted with a shop applied, inorganic zinc primer in accordance with Section 6 -07.3, or hot -dip galvanized in accordance with AASHTO M 111. 1 CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE • 54 .. Concrete used in Standard Duty Junction Boxes shall have a minimum compressive strength of 6,000 psi when reinforced with a welded wire hoop, or 4,000 psi when reinforced with welded wire fabric or fiber reinforcement. The frame shall be anchored to the box by welding headed studs % by 3 inches long, as specified in Section 9- 06.15, to the frame. The wire fabric ' shall be attached to the studs and frame with standard tie practices. The box shall contain ten studs located near the centerline of the frame and box wall. The studs shall be placed one anchor in each corner, one at the middle of each width and two equally spaced on each length of the box. • Materials for Type 1, 2, and 8 Concrete Junction Boxes shall conform to the following: Materials Requirement Concrete Section 6 -02 ' Reinforcing Steel Section 9 -07 Fiber Reinforcing ASTM C 1116, Type Ill Lid ASTM A 786 diamond plate steel Slip Resistant Lid ASTM A 36 steel Frame ASTM A 786 diamond plate steel or ASTM ' A36 steel Slip Resistant Frame ASTM A 36 steel Lid Support " ASTM A 36, or ASTM A1011 Grade SS ' Handle & Handle support ASTM A 36 steel or ASTM A1011 Grade CS or SS Anchors (studs) Section 9 -06.15 ' Bolts, Studs, Nuts, ASTM F 593 or A 193, Type 304 or 316, or Stainless Steel grade 302, 304, or 316 Washers steel in accordance with approved shop ' Locking and Latching drawing accordance with approved shop Mechanism Hardware drawings and Bolts 9 - 29.2(1)B Heavy Duty Junction Boxes ' The section is revised to read: Heavy -Duty Junction Boxes shall be concrete and have a minimum vertical load rating of ' 46,000 pounds without permanent deformation and 60,000 pounds without failure when tested in accordance with Section 9- 29.2(1)C. ' The Heavy -Duty Junction Box steel frame, lid support and lid shall be painted with a shop applied, inorganic zinc primer in accordance with Section 6 -07.3. ' Materials for Type 4, 5, and 6 Concrete Junction Boxes shall conform to the following: Materials Requirement ' Concrete Section 6 -02 Reinforcing Steel Section 9 -07 Lid ASTM A 786 diamond plate steel, rolled ' CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE 55 1 from plate complying with ASTM A 572, • grade 50 or ASTM A 588, and having a min. CVN toughness of 20 ft-lb at 40 degrees F. Frame and stiffener ASTM A 572 grade 50 or ASTM A 588, both plates with min. CVN toughness of 20 ft-lb at 40 degrees F Handle ASTM A 36 steel or ASTM A 1011 Grade CS or. SS Anchors (studs) Section 9 -06.15 Bolts, Studs, Nuts, ASTM F 593 orA 193, Type 304 or 316, or Washers Stainless steel grade 302, 304, or 316 in accordance with approved shop drawing Hinges and Locking and In accordance with approved shop Latching Mechanism drawings Hardware and Bolts 1 The lid stiffener plates shall bear on the frame, and be milled so that there is full even contact, around the perimeter, between the bearing seat and lid stiffener plates, after fabrication of the frame and lid. The bearing seat and lid perimeter bar shall be free from burrs, dirt, and other foreign debris that would prevent solid seating. Bolts and nuts shall be liberally coated with anti -seize compound. Bolts shall be installed snug tight. The bearing seat and lid perimeter bar shall be machined to allow a minimum of 75 percent of the bearing areas to be seated with a tolerance of 0.0 to 0.005 inches measured with a feeler gage. The bearing area percentage will be measured for each side of the lid as it bears on the frame. 9 29.2(1)C Testing Requirements The first paragraph is revised to read: The Contractor shall provide for testing of junction boxes, cable vaults and pull boxes. Junction boxes, cable vaults and pull boxes shall be tested by an independent materials testing facility, and a test report issued documenting the results of the tests performed. , The second paragraph is revised to read: For concrete junction boxes, vaults and pull boxes, the independent testing laboratory shall meet the requirements of AASHTO R 18 for Qualified Tester and Verified Test Equipment. The test shall be conducted in the presence of a Professional Engineer, licensed under Title 18 RCW, State of Washington, in the branch of Civil or Structural, and each test sheet shall have the Professional Engineer's original signature, date of signature, original seal, registration number, and date of expiration. One copy of the test report shall be furnished to the Contracting Agency certifying that the box and cover meet or exceed the loading requirements • for a concrete junction box, and shall include the following information: 1. Product identification. 2. Date of testing. 3. Description of testing apparatus and procedure. 4. All load deflection and failure data. • CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE 56 • 5. Weight of box and cover tested. 6. Upon completion of the required test(s) the box shall be loaded to failure. 7. A brief description of type and location of failure. The third paragraph is revised to read: For non - concrete junction boxes the independent testing laboratory shall meet the requirements of AASHTO R 18 for Qualified Tester and Verified Test Equipment. The test shall be conducted in the presence of a Professional Engineer, licensed under Title 18 RCW, State of Washington, in the branch of Civil or Structural, and each test sheet shall have the Professional Engineer's original signature, date of signature, original seal, registration number, and date of expiration. One copy of the test report shall be furnished to the Contracting Agency certifying that the box and cover meet or exceed the loading requirements for a non - concrete junction box, and shall include the following information: 1. Product identification. 2. Date of testing. 3. Description of testing apparatus and procedure. 1 4. All load deflection data. 5. Weight of box and cover tested. ' The first ara ra h following the title "Testing for Non-Concrete g p g t e t t e Testl g o the Standard Duty Non Concrete Junction Boxes" is revised to read: Non - concrete Junction Boxes shall be tested as defined in the ANSI /SCTE 77 -2007 Tier 15 test method with test load minimum of 22,500 lbs. In addition, the Contractor shall provide a Manufacture Certificate of Compliance for each non - concrete junction box installed. 9 29.2(2) Standard Duty and Heavy - Duty Cable Vaults and Pull Boxes This section is revised to read: Standard Duty and Heavy -Duty Cable Vaults and Pull Boxes shall be constructed as a concrete box and as a concrete lid. The lid for the Heavy -Duty and Standard Duty Cable Vaults and Pull Boxes shall be interchangeable and both shall fit the same box as shown in the Standard Plans. i The Contractor shall provide shop drawings for all components, including concrete box, Cast Iron Ring, Ductile Iron Lid, Steel Rings, and Lid. In addition, the shop drawings shall show ' placement of reinforcing steel, knock outs, and any other appurtenances. The shop drawing shall be prepared by or under the direct supervision of a Professional Engineer, licensed under Title 18 RCW, State of Washington, in the branch of Civil or Structural, and each sheet shall carry the following: 1. Professional Engineer's original signature, date of signature, original seal, registration number, and date of expiration. ' CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE 57 1 2. The initials and dates of all participating design professionals , 3. Clear notation of all revisions including identification of who authorized the revision, who made the revision, and the date of the revision. 4. Design calculations shall carry on the cover page, the Professional Engineer's original signature, date of signature, original seal, registration number, and date of expiration. For each type of box or whenever there is a change to the Cable Vault or Pull box design, a proof test, as defined in this Specification, shall be performed and new shop drawings submitted. 9 29.2(2)A Standard Duty Cable Vaults and Pull Boxes This section is revised to read: Standard Duty Cable Vaults and Pull boxes shall be concrete and have a minimum load rating ' of 22,500 pounds and be tested in accordance with Section 9- 29.2(1)C for concrete Standard Duty Junction Boxes. Concrete for standard duty cable vaults and pull boxes shall have a minimum compressive strength of 4,000 psi. The lid frame shall be anchored to the vault /box concrete lid by welding headed studs % by 3 inches long, as specified in Section 9- 06.15, to the frame. The wire fabric shall be attached to the studs and frame with standard tie practices. The vault /box concrete lid shall contain ten studs located near the centerline of the frame and wall. Studs shall be placed one anchor in each corner, one at the middle of each width and two equally spaced on each length of the vault/box. The steel frame, lid support, and lid shall be painted with a black paint containing rust inhibiters or painted with a shop applied, inorganic zinc primer in accordance with Section 6 -07.3 or hot -dip galvanized in accordance with ASTM M 111. 1 All Standard Duty Cable Vaults and Pull Boxes placed in sidewalks, walkways, and shared - use paths shall have slip- resistant surfaces. The steel frame, lid support, and lid for the Standard Duty Cable Vaults and Pull Boxes shall be hot -dip galvanized. Materials for Standard Duty Cable Vaults and Pull Boxes shall conform to the following: Materials Requirements Concrete Section 6 -02 Reinforcing Steel Section 9 -07 Lid ASTM A 786 diamond plate steel Slip Resistant Lid ASTM A 36 Steel Frame ASTM A 786 diamond plate steel or ASTM A 36 Slip Resistant Frame ASTM A 36 Steel I Lid Support ASTM A 36 Steel, or ASTM A 1011 Grade SS Handle & Handle ASTM A 36 steel or ASTM A 1011 Grade Support CS or SS Anchors (studs) Section 9 -06.15 CITYWIDE SAFETY IMPROVEMENTS -16 AVENUE 58 1 Bolts, Studs, Nuts, ASTM F593 orA 193, type 304 or 316, or Washers Stainless steel grade 302, 304, 316 per approved shop drawing Hinges and Locking In accordance with approved shop Mechanism Hardware and Bolts drawings 9 29.2(2)B Heavy - Duty Cable Vaults and Pull Boxes This section is revised to read: ' Heavy -Duty Cable Vaults and Pull Boxes shall be constructed of concrete having a minimum compressive strength of 4,000 psi, and have a minimum vertical load rating of 46,000 pounds ' without permanent deformation and 60,000 pounds without failure when tested in accordance with Section 9- 29.2(1)C for Heavy -Duty Junction Boxes. Materials for Heavy Duty Cable Vaults and Pull boxes shall conform to the following: Materials Requirements ' Concrete Section 6 -02 Reinforcing Steel Section 9 -07 • Cover Section 9- 05.15(1) ' Ring Section 9- 05.15(1) Anchors (studs) Section 9 -06.15 ' ASTM F 593 or A 193, Type 304 or 316, or Bolts, Nuts, Washers Stainless steel grade 302, 304, 316 in accordance with approved shop drawing ' 9 29.6(2) Slip Base Hardware "AASHTO M 291" is revised to read "ASTM A 563 ", " AASHTO M 164" is revised to read "ASTM A 325 ", and "AASHTO M 293" is revised to read "ASTM F 436. ' 9 29.6(5) Foundation Hardware "AASHTO M 291" is revised to read "ASTM A 563 ". 9 - 29.10 Luminaires The third paragraph is revised to read: ' All luminaires shall be provided with markers for positive identification of light source type and wattage in accordance with ANSI C136.15 -2011. Legends shall be sealed with transparent film ' resistant to dust, weather, and ultraviolet exposure. 9 29.10(2) Decorative Luminaries The second sentence in the third paragraph is deleted. 9 - 29.13 Traffic Signal Controllers This section and all sub - sections including title is revised to read: CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE 59 • 1 9 -29.13 Control Cabinet Assemblies Control cabinet assemblies shall include all necessary equipment and auxiliary equipment for controlling the operation of traffic signals, programmable message signs, illumination systems, ramp meters, data stations, CCTV, and similar systems as required for the specific application. Traffic Signal Controller Cabinet Assemblies shall meet the requirements of the NEMA TS1 and TS2 specification or the California Department of Transportation "Transportation Electrical Equipment Specifications" (TEES) dated March 12, 2009 as defined in this specification. 9- 29.13(1) Environmental, Performance, and Test Standards for Solid -State Traffic Controller Assemblies The scope of this Specification includes the controller of solid -state design installed in a weatherproof controller cabinet. The controller assembly includes the cabinet, controller unit, load switches, signal conflict monitoring circuitry, accessory logic circuitry, AC line filters, vehicle detectors, coordination equipment and interface, and preemption equipment. NEMA control assemblies shall meet or exceed current NEMA TS 1. Environmental Standards. Normal operation will be required while the control assembly is subjected to any combination of high and low environmental limits (such as low voltage at high temperature with high repetition noise transients). All other control equipment shall meet the environmental requirements of California Department of . Transportation "Transportation Electrical Equipment Specifications" (TEES) dated March 12, 2009. The Contractor shall furnish to the Contracting Agency all guarantees and warranties furnished as a normal trade practice for all control equipment provided. 9- 29.13(2) Manufacturing Quality The fabricator of the Control, cabinet Assemblies shall perform quality control (QC) inspections based on their QC program. Their QC program shall be submitted and approved by WSDOT at least annually. The fabricator of the controller shall certify that the controller meets all requirements of the Standard Specifications and Special Provisions for the specific application. The QC program shall include, but not be limited to, the following: 1. Quality Statement ' 2. Individual responsible for quality (organizational chart) 3. Fabrication procedures 4. Test procedures , 5. Documented inspection reports 6. Documented test reports 7. Certification package 9- 29.13(2)A Traffic Signal Controller Assembly Testing Each traffic signal controller assembly shall be tested as follows. The supplier shall: 1. Seven days prior to shipping, arrange appointment for controller cabinet assembly, and testing at the WSDOT Materials Laboratory or the facility designated in the Special Provisions. CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE 60 2. Assembly shall be defined as but not limited to tightening all screws, nuts and bolts, verifying that all wiring is clear of moving parts and properly secured, installing all pluggables, connecting all cables, Verify that all Contract required documents are present, proper documentation is provided, and all equipment required by the Contract is installed. ' 3. The assembly shall be done at the designated WSDOT facility in the presence of WSDOT personnel. ' 4. The supplier shall demonstrate that all of the functions required by this Specification and the Contract Plans and Special Provisions perform as intended. Demonstration shall include but not be limited to energizing the I cabinet and verifying that all 8 phases, 4 pedestrian movements, 4 overlaps (as required by the Contract Provisions) operate in accordance with Section 9- 29.13. The supplier shall place the controller in minimum recall with interval timing set at convenient value for testing purposes. Upon a satisfactory demonstration the controller assembly will then be accepted by WSDOT for testing. 5. If the assembly and acceptance for testing is not complete within 5 working days . of delivery, the Project Engineer may authorize the return of the assembly to the supplier, with collect freight charges to the supplier. 1 6. The Contractor will be notified when the testing is complete, and where the assembly is to be picked -up for delivery to the project. ' 7. The supplier has 5 working days to repair or replace any components that fail during the testing process at no cost to the Contracting Agency. A failure shall be defined as a component that no longer functions as intended under the conditions required or does not meet the requirements of the Contract Specifications and is at the sole discretion of WSDOT. ' 8. Any part or component of the controller assembly, including the cabinet that is rejected shall not be submitted for use by WSDOT or any City or County in the State of Washington. 9 29.13(3) Traffic Signal Controller The traffic signal controller shall conform to the Contract requirements and the applicable ' Specifications as listed below: All solid -state electronic traffic - actuated controllers and their supplemental devices shall employ digital timing methods. A. NEMA control and all auxiliary equipment shall conform to current NEMA TS1 or TS2 Specification. Every pin of every connecting plug shall be utilized as described within the NEMA requirement, except that those pins identified as "spare" or "future" shall remain unused. B. Type 170E controllers shall conform to the TEES. The 170E controller shall be provided with a program card, one blank ROM chip, and two 64K non - volatile • memory chips. CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE 61 • 1 C. Type 170E/HC -11 controllers shall conform to the current Oregon Department of Transportation Specification for model 170E/HC -11 controller. The 170E controller with the HC11 chip shall be compatible with the software specified in . the Contract. The controller shall be provided with one ROM chip and one 64K non - volatile memory chip. 1 D. Vacant E. Type 2070 controllers shall conform to the TEES. The standard 2070 controller t shall consist of the following: 2070 2070E 2070N1 2070 -5 VME • cage 2070-1E CPU 2070-1E CPU 2070-1E CPU Card Card Card 2070 -3B Front 2070 -3B 2070 -3B Front Panel Panel Front Panel 2070 -4 Power 2070 -4 Power 2070 -4 Power Supply Supply Supply 2070 -2A Field 2070 -2A Field 2070 -2B Field I/O I/O I/O X X 2070 -8 Interface 9- 29.13(4) Traffic - Signal Controller Software All traffic signal controllers shall operate with software specified in the contract. Traffic- actuated controllers shall be electronic devices which, when connected to traffic detectors or other means of actuation, or both, shall operate the electrical traffic signal system at one or more intersections. 1 If the complete traffic controller defined in the Special Provision requires NTCIP compliance the following are the minimum requirements for NTCIP operation. Communication The traffic controller hardware and software shall communicate with the central computer in a polled multi -drop operation. In the polled multi -drop operation, several traffic controllers shall share the same communication channel, with each controller assigned a unique ID number. Controller ID numbers shall conform to the NTCIP requirements for address numbers. A traffic controller shall only reply to messages labeled with its ID. In polled multi -drop mode, traffic controllers never initiate communication, but merely transmit their responses to messages from the central computer. A laptop computer connected to the traffic controller's local communication port shall have the same control and diagnostic capabilities as the central computer. However, local laptop control capability shall be limited to that traffic controller. I NTCIP Requirements The traffic controller software shall comply with the National Transportation Communications for ITS Protocol (NTCIP) documents and all related errata sheets published before July 1, .1999 and as referenced herein. CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE 62 I The traffic controller software shall support the following standards: 1. NTCIP 1101, Simple Transportation Management Framework • (STMF), Conformance Level 1 (Simple Network Management Protocol (SNMP)) I . 2. NTCIP 2001, Class B Profile. All serial ports on the device shall support communications according to these standards. 1 3. NTCIP 2101, SP -PMPP /RS232 Point -to -Multi -Point Protocol (PMPP) . 4. NTCIP 2201, NTCIP TP -Null Transport Profile Null (TP -NULL) The traffic controller software _ shall implement all mandatory objects of all mandatory conformance groups as defined in NTCIP 1201, Global Object Definitions, and NTCIP I 1202, Object Definitions for Actuated Traffic Signal Controller Units. Software shall implement the following conformance groups: I NTCIP 1202, Object Definitions forASC Conformance Group Reference I Configuration 1201 2.2 Time Management Time Base Event Schedule I Report 2.5 Phase 1202 2.2 Rings 2.8 I Detector 2.3 Unit 2.4 Preempt 2.7 I Time Base 2.6 Coordination 2.5 Channel 2.9 I Overlaps 2.10 • ' The software shall implement the following optional objects: P 9 P objects: Objects required by these specifications shall support all values within its standardized range. The standardized range is defined by a size, range, or enumerated listing indicated in the object's SYNTAX field and /or through descriptive I text in the object's description field. The following list indicates the modified object requirements for these objects. I Object Object Minimum Name ID Requirements Global Configuration moduleType Value 3 Database Management dBCreateTransaction All Values dBErrorType All values Time Management globslDaylightSavings Values 2 and 3 I CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE 63 I Timebase Events Schedule maxTimeBaseScheduleEntries 16 MaxDayPlans 15 I MaxDayEvents 10 Report maxEventLogCongifs 50 MventConfigMode Values 2 thru 5 mventConfigAction Values 2 and 3 MaxEventLogSize 255 MaxEventClasses 7 I PMPP maxGroupAddress 2 ASC Phase maxPhases 8 pPhaseStartp Values 2 thru 6 phaseOptions All Values maxPhaseGroups 1 Rings maxRings 2 maxSequences 16 I Detector maxVehicleDetectors 64 vehicleDetectorOptions All Values maxPedestrianDetector 8 I Unit unitAutoPedestrianClear All Values unitControlStatus All Values unitFlashStatus All Values unitControl All Values maxAlarmGroups 1 Special Function maxSpecialFunctionsOutputs 8 Coordination coordCorrectionMode Values 2 thru 4 II coordMaximumMode Values 2 thru4 coordForceMode Values 2 and 3 maxPatterns 48 t patternTableType Either 2,3 or 4 maxSplits 16 splitMode Values 2 thru 7 �l localFreeStatus Values 2 thru 11 Time Base maxTimebaseAscAction 48 Preempt maxPreempts 4 preemptControl All Values preemptState Values 2 thru 9 Overlaps maxOverlaps 4 overlapType Value 2 and 3 I maxOverlapstatusGroup 1 Channels maxChannels 16 channelControlGroup Values 2 thru 4 I channelFlash Value 0,2,4,6,8,10,12 and 14 channelDim Values 0 thru 15 I maxChannelStatusGroup 2 TS 2 Port 1 maxPortAddresses 18 port1Table Values 2 and 3 * values in excess of the minimum requirement are considered to meet the specification. Documentation I Software shall be supplied with all documentation on a CD. ASCII versions of the following Management Information Base (MIB) files in Abstract Syntax Notation 1 (ASN.1) format shall be provided on CD -ROM: I CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE 64 i 1. The official MIB Module referenced by the device functionality. 2. A manufacturer - specific version of the official MIB Module with the non- _ standardized range indicated in the SYNTAX field: The filename shall match the official MIB Module, with the extension "spc ". ' 3. A MIB Module of all manufacturer - specific objects supported by the device with accurate and meaningful DESCRIPTION fields and the supported ranges indicated in the SYNTAX field. ' 9- 29.13(5) Flashing Operations All traffic signals shall be equipped for flashing operation of signal displays. Controllers ' and cabinets shall be programmed for flashing red displays for all approaches. During flashing operation, all pedestrian circuits shall be de- energized. Actuated traffic signal control mechanisms shall be capable of entry into flash operation and return to stop -and -go operation as follows: • 1. Terminal Strip Input (Remote Flash). When called as a function of a terminal strip input, the controller shall provide both sequenced entry into flash and sequenced return to normal operation consistent with the requirements of the latest edition of the Manual on Uniform Traffic Control Devices. 2. Police Panel Switch. When the flash- automatic switch located behind the police panel door is turned to the flash position, the signals shall immediately revert to ' flash; and, the controller shall have a stop time input applied. When the switch is placed on automatic, the controller shall immediately time an 6 second all red period then resume stop- and -go operations at the beginning of major street green. ' 3. Controller Cabinet Switches. When the flash- automatic switch located inside the controller cabinet is placed in the flash position, the signals shall immediately ' revert to flash; however, the controller shall not have a stop time input applied. When the flash- automatic switch is placed in the automatic position, the controller shall immediately time a 6 second all red period, then resume stop - and-go operation at the beginning of the major green. 4. Power Interruption. On "NEMA" controllers any power interruption longer than ' 475 plus or minus 25 milliseconds, signals shall re- energize consistent with No. 2 above to ensure an 6- second flash period prior to the start of major street green. A power interruption of less than 475 plus or minus 25 milliseconds shall not cause resequencing of the controller and the signal displays shall m- il energize without change. Type 170 controllers shall re- energize consistent with No. 2 above after a power interruption of 1.75 plus or minus 0.25 seconds. The 6- second flash period will not be required. Any power interruption to a 2070 type ' controller shall result in a 6 second flash period once power is restored. 5. Conflict Monitor. Upon detecting a fault condition the conflict monitor shall immediately cause the signal to revert to flash and the controller to stop time. After the conflict monitor has been reset, the controller shall immediately take command of the signal displays at the beginning of major street green. ' CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE 65 1 9- 29.13(6) Emergency Preemption 1 Immediately after a valid call has been received, the preemption equipment shall cause the controller to terminate the appropriate phases as necessary with the required clearance intervals and enter any programed subsequent preemption sequence. Preemption sequences shall be as noted in the Contract. 9- 29.13(7) Wiring Diagrams ' Schematic wiring diagrams of the controllers, cabinets and auxiliary equipment shall be submitted when the assemblies are delivered. The diagram shall show in detail all circuits and parts. The parts shall be identified by name or number in a manner readily interpreted. Two hard copies of the cabinet wiring diagram and component wiring diagrams shall be furnished with each cabinet and a pdf file of the cabinet wiring and component drawings. The schematic drawing shall consist of a single sheet, detailing all circuits and parts, not to exceed 52- inches by 72- inches. The cabinet wiring diagram shall indicate and identify all wire terminations, all plug connectors, and the locations of all equipment in the cabinet. Included in the diagram shall be an intersection sketch identifying all heads, detectors, and push buttons and a phase diagram. 9- 29.13(8) Generator Transfer Switch When specified in the contract, A generator transfer switch shall be included. . The Generator Transfer Switch shall be capable of switching power from a utility power source to an external generator power source. The Transfer Switch enclosure shall be of identical materials and dimensions and installation methods as the Police Panel type enclosure specified in the first paragraph of Special Provision 9- 29.13(10)D except that the enclosure door shall include a spring loaded construction core lock capable of accepting a Best 6 -pin CX series core. The core lock shall be installed with a green construction core. Upon contract completion, two master keys for the construction core shall be delivered to the Engineer. 1 The enclosure shall include the following Transfer Switch equipment: 1. One Nema L5 -30P Flanged Inlet generator connector I 2. One Utility power indicator light 3. One generator indicator light 4. Two 30 amp, 120 volt, single pole, single phase, circuit breakers. One circuit breaker shall be labeled "Generator" and the other circuit breaker shall be labeled "Utility ". Both labels shall be engraved phenolic name plates. 5. A mechanical lock out feature that prevents the Utility circuit breaker and the Generator circuit breaker from being in the ON position at the same time. The circuit breakers shall be capable of being independently switched. 6. The conductors from the Generator Transfer Switch enclosure to the cabinet circuit breaker shall be enclosed in nylon mesh sleeve. 7. The enclosure door shall be labeled with the letters "GTS ". CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE 66 1 . 9- 29.13(9) Vacant 9- 29.13(10) NEMA, Type 170E, 2070 Controllers and Cabinets ' 9- 29.13(10)A Auxiliary Equipment for NEMA Controllers The following auxiliary equipment shall be furnished and installed in each cabinet for 1 NEMA traffic - actuated controllers: 1. A solid -state Type 3 NEMA flasher with flash- transfer relay which will cut in '1 the flasher and isolate the controller from light circuits. See Section 9- 29.13(5) for operational requirements. 2. Modular solid state relay load switches of sufficient number to provide for each vehicle phase (including future phases if shown in the plans), each pedestrian phase and preemption sequence indicated in the Contract. Type P & R cabinets shall include a fully wired 16- position back panel. Solid -state load switches shall conform to NEMA standards except only optically isolated load switches will be allowed. Load switches shall include indicator lights on the input and output circuits. The controller cabinet shall have all cabinet wiring installed for eight vehicle phases, four pedestrian phases, four emergency pre - empts, four overlaps (OL A, B, C, D). 3. A power panel with: a. A control - display breaker sized to provide 125 percent overload protection for all control equipment and signal displays, 20 ampere ' minimum. ' b. A 15 ampere accessory breaker wired parallel to the control display breaker. The breaker will carry accessory loads, including vent fan, cabinet light, plug receptacle, etc. ' c. A busbar isolated from ground and unfused for the neutral side of power supply. d. A radio interference suppresser installed at the input power point. Interference suppressers shall be of a design which will minimize interference in both broadcast and aircraft frequencies, and shall ' provide a minimum attenuation of 50 decibels over a frequency range of 200 kilohertz to 75 megahertz when used in connection with normal installations. The interference filters furnished shall be hermetically ' sealed in a substantial case filled with a suitable insulating compound. Terminals shall be nickel plated, 10 -24 brass studs of sufficient external length to provide space to connect two 8 AWG wires, and shall be so mounted that they cannot be turned in the case. ' Ungrounded terminals shall be insulated from each other and shall maintain a surface leakage distance of not less than 1 -inch between any exposed current conductor and any other metallic parts with an insulation factor of 100 -200 megohms dependent on external circuit conditions. CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE 67 • 1 Suppressers shall be designed for operations on 50 amperes, 125 volts, 60 cycles, single wire circuits, and shall meet standards of the Underwriters' Laboratories and the Radio Manufacturers Association. e. A Surge Protection Device connected to the controller power circuit for protection against voltage abnormalities of 1 cycle or less duration. The Surge Protection Device shall be a solid state high energy circuit containing no spark gap, gas tube, or crow bar component. The device shall provide transient protection between neutral and ground, line and ground, as well as line and neutral. If the protection circuits fail, they shall fail to an open circuit condition. The minimum interrupting capacity shall be 10,000 Amps. The Voltage Protection Rating shall be 600 volts or less when subjected to an impulse of 6,000 volts, 3,000 amp source impedance, 8.0/20 microsecond waveform as described in UL 1449. In addition, the device shall dissipate a 13,000 Amp or greater repeated single peak 8/20 microsecond current impulse, and withstand, without failure or permanent damage, one full cycle at 264 volts RMS. The device shall contain circuitry to prevent self- induced regenerative ringing. There shall be a failure warning indictor which shall illuminate a red light or extinguish a green light when the device has failed and is no longer operable. f. Cabinet ground busbar independent (150K ohms minimum) of neutral. , 4. A police panel located behind the police panel door with a flash automatic switch and a control - display power line on -off switch. See Section 9- 29.13(5) for operational requirements. 5. An auxiliary control panel located inside the controller cabinet with a flash - automatic switch and a controller on -off switch. See Section 9- 29.13(5) for operational requirements. A three wire 15 ampere plug receptacle with grounding contact and 15 ampere ground fault interrupter shall also be provided on the panel. 6. A conflict monitor conforming to NEMA standards. See Section 9- 29.13(5) for operational requirements. The unit shall monitor conflicting signal indications at the field connection terminals. The unit shall be wired in a manner such that the signal will revert to flash if the conflict monitor is removed from service. i Supplemental loads not to exceed 10 watts per monitored circuit or other means, shall be provided to prevent conflict monitor actuation caused by dimming or lamp burn -out. Supplemental loads shall be installed on the control side of the field terminals. Conflict monitors shall include a minimum of one indicator light for each phase used. The monitoring capacity of the unit shall be compatible with the controller frame size. Conflict monitors shall include a program card. 7. A "Detector Panel ", as specified in Standard Specification Section 9- 1 29.13(10)B, shall be installed. The panel shall be mounted on the inside of the front cabinet door. The detector panel shall be constructed as a single CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE 68 1 unit. Detector switches with separate operate, test, and off positions shall be ' provided for each field detector input circuit. A.high intensity light emitting diode (LED) shall be provided for each switch. The lamp shall energize upon vehicle, pedestrian or test switch actuation. The test switch shall ' provide a spring loaded momentary contact that will place a call into the controller. When in the OFF position, respective detector circuits will be disconnected. In the operate position, each respective detector circuit shall ' operate normally. Switches shall be provided on the panel with labels and functions as follows: ' a. Display On — Detector indicator lights shall operate consistent with their respective switches. ' b. Display Off — detector indicator lights shall be de- energized. A means of disconnecting all wiring entering the panel shall be provided. The disconnect shall include a means to jumper detection calls when the ' display panel is disconnected. All switches on the panel shall be marked with its associated Plan detector number. All markers shall be permanent. t 8. Insulated terminal blocks of sufficient number to provide a termination for all field wiring. A minimum of 12 spare terminals shall be provided. Field wire connection terminal blocks shall be 600 volt, heavy duty, barrier type, except ' loop detector lead -ins, which may be 300 volt. The 600 volt type - terminal strips shall be provided with a field -side and a control -side connector separated by a marker strip. The 300 volt type shall have a marker strip, ' installed on the right side of vertical terminal strips or below horizontal terminal strips. The marker strip shall bear the circuit number indicated in the plans and shall be engraved. Each connector shall be a screw type with ' No. 8 post capable of accepting no less than three 12 AWG wires fitted with spade tips. 9. A vent fan with adjustable thermostat. The minimum CFM rating of the fan shall exceed three times the cabinet volume. 10. VACANT ' 11. All wiring within the cabinet, exclusive of wiring installed by the signal controller manufacturer, shall have insulation conforming to the ' requirements of Section 9 -29.3. Cabinet wiring shall be trimmed to eliminate all slack and shall . be laced or bound together with nylon wraps or equivalent. All terminals, shall be numbered and permanently identified with ' PVC or polyolefin wire marking sleeve consistent with the cabinet wiring • diagram provided by the signal controller manufacturer and the Contract. The cabinet will be completely wired so that the only requirement to make a 1 field location completely operational is to attach field power and ground wiring. Internal cabinet wiring shall not utilize the field side connections of the terminal strip intended for termination of field wires. ' 12. Cabinet wiring diagram and component wiring diagrams meeting the requirements of 9- 29.13(7) shall be furnished with each cabinet. Each cabinet shall be equipped with a, shelf mounted roll out drawer mounted ' CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE 69 1 1 directly below the controller to house one or more cabinet wiring diagrams. The cabinet wiring diagram shall indicate and identify all wire terminations, all plug connectors, and the locations of all equipment in the cabinet. Included in the diagram shall be an intersection sketch identifying all heads, detectors, and push buttons; and a phase diagram. I 13. Each vehicle detector amplifier, video detection output channel pedestrian call isolation unit, phase selector, . discriminator, and load switch shall be identified with semi - permanent stick -on type label. The following information shall be included: a. Vehicle Detector Amplifier Channel 1. Loop number 2. Assigned phase(s) b. Ped Call Isolation Unit , 1. Push button number 2. Assigned phase(s) c. Load Switches I 1. Signal head number 2. Assigned phase(s) d. Phase Selectors 1. Circuit Letter 2. Phase(s) called , The label shall be placed on the face of the unit. It shall not block any switch, light, or operational words on the unit. The lettering on this label shall be neat, legible, and easily read from a distance of approximately 6 -feet. 9 29.13(10)B Auxiliary Equipment for Type 170E, 2070 Assemblies The following requirements apply to required auxiliary equipment furnished with Type 170E, 170E -HC -11 and 2070 controllers: • A. Flashers, flash transfer relays, conflict monitor, AC isolators, DC isolators, 1 discriminator modules, program modules, modem modules, breakers, buses, police panel switches, receptacle requirement, vent fan and auxiliary control panel switches shall conform to the requirements noted in the TEES. B. Flashing operation shall conform to Section 9- 29.13(5), except the 6- second flash period described in Item 2 of that section will not be required. Emergency preemption shall conform to Section 9- 29.13(6). CITYWIDE SAFETY IMPROVEMENTS -16 rH AVENUE 70 1 1 C. Input and output terminals shall be installed with a marking strip with field ' wire numbers noted in the Contract embossed on the strip. All cabinet and field conductor shall have a PVC or polyolefin wire marking sleeve installed, matching the input and output terminals above. Marking on sleeves shall be embossed or type written. • D. The input panel terminal blocks TB 2 through TB 9 and associated cable to ' the input files as described in the TEES shall be provided in all control assemblies. • ' E. Supplemental load resistor, not less than 2000 ohms and not greater than 5000 ohms not to exceed 10 watts per monitored circuit, shall be provided to prevent conflict monitor actuation caused by dimming or lamp burn -out. An individual supplemental load resistor shall be installed within the output file, and shall be installed on each of the following terminal circuits: ' FT1 -105 (SP 4P -Y) FT1 -111 (SP 8P -Y) FT2 -114 (SP 2P -Y) FT2 -120 (SP 6P -Y) FT2 -117 (SP 3 -Y) FT2 -118 (SP 3 -G) FT2 -123 (SP 7 -Y) FT2 -124 (SP 7 -G) FT3 -126 (SP 1 -Y) FT3 -127 (SP 1 -G) FT3 -132 (SP 5 -Y) FT3 -133 (SP 5 -G) ' F. Load switches of sufficient uantit to fully populate the output files shall q Y Y P p p conform to TEES and shall have indicator lights on input and output circuits. ' G. A detection panel, which shall be constructed as a single unit. Detector switches with separate operate, test, and off positions shall be provided for ' each field detector input circuit. A high intensity light emitting diode (LED) shall be provided for each switch. The lamp shall energize upon vehicle, pedestrian or test switch actuation. The test switch shall provide a spring t loaded momentary contact that will place a call into the controller. When in the OFF position, respective detector circuits will be disconnected. In the operate position, each respective detector circuit shall operate normally. ' Switches shall be provided on the panel with labels and functions as follows: a. Display On — Detector indicator lights shall operate consistent I with their respective switches. . Display Off — detector indicator lights shall be de- energized. • ' A means of disconnecting all wiring entering the panel shall be provided. The disconnect shall include a means to jumper detection calls when the display panel is disconnected. All switches on the panel shall be marked with its associated Plan detector number. All markers shall be permanent. H. A "Detector Termination and Interface Panel" shall be provided. When ' viewing the cabinet from the back, the panel shall be located on the upper left hand side of the cabinet. The panel shall be electrically located between the "detection Panel" and the C -1 connector. The . panel shall utilize ' insulated terminal blocks and each connector shall be a screw type with post. • ' I. Each switchpack socket shall have pin 11 common to Nutral. CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE 71 • 1 J. The AC input Service Panel Assembly (SPA), line voltage filter, transient i surge protection and all neutral bus bars and equipment ground bus bars shall be on the right side of the cabinet, mounted no more that 18 inches from the bottom of the cabinet when viewed from the rear, and meet the requirements described in TEES. K. The PED yellow terminals on the CMU edge connector shall be extended with a 2 foot wire, coiled, heat shrink tipped and labeled for the correct corresponding terminal as CH -13Y /CMU -8, CH -14Y /CMU -11, CH- 15Y /CMU -K, CH -16Y /CMU -N. ' L. An "Absence Of Red Programming Assembly" shall be provided. There shall be provided on the back panel of the output file, 17 accessible jumper plug attachment areas, made up of three male pins per position (one, for each conflict monitor channel and one for red enable function). Each jumper plug shall be a two position connector, It shall be possible, by inserting and positioning one of the 16 connectors on the right two pins on the monitor board, to apply 120 VAC into a corresponding channel of the conflict monitor red channels. The connection between the red monitor board and the conflict monitor shall be accomplished via a 20 pin ribbon cable and the industry standard P -20 connector that attaches on the front panel of the monitor. It shall be possible, by inserting and positioning one of the 16 jumper plugs on the two left pins on the monitor board, to enable the corresponding channel to monitor for red fault by the conflict monitor. There shall be installed on the red monitor board a red fail monitor disable function that controls the 120 VAC red enable signal into the conflict monitor. During stop -and —go operation, 120VAC is sent via pin #20 on the P20 connector to enable red failure monitoring on the conflict monitor by having the connector moved to the side labeled "Red Enable ". If this is disengaged by moving the connector to the side labeled "Red Relay ", then 120VAC is removed from pin #20, and the conflict monitor will no longer monitor for red fail faults. The red enable function will also be wired such that if the traffic signal is in cabinet flash, then there will be no voltage on pin #20, and the conflict monitor will not monitor for red fail faults. M. Each cabinet shall be provided with at least 20 empty neutral connections , to accommodate field wiring. The neutral bus bars shall be of the style in which a lug is not needed to be applied to the neutral field wire(s). All of the neutral bars shall be secured in accordance with the TEES. All neutral bars shall be at the same electrical potential. N. The main breaker on the SPA shall be provided with a cover to prevent accidental tripping. The cover shall be removable and replaceable without the use of tools. VACANT O. Equipment Branch Breaker —The duplex receptacle on the rear of either PDA #2L or 3L shall be wired in parallel with the ground fault current interrupt receptacle on the front of the power supply. The ground fault current interrupt receptacle being in the "Test" mode shall not remove power to the rear receptacle. CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE 72 1 9- 29.13(10)C NEMA Controller Cabinets ' Each NEMA traffic controller shall be housed in a weatherproof cabinet conforming to the following requirements: ' 1. Construction shall be of 0.073 -inch minimum thickness series 300 stainless steel or 0.125 minimum thickness 5052 H32 ASTM B209 alloy aluminum. The stainless steel shall be annealed or one - quarter- hardness complying ' with ASTM A666 stainless steel sheet. Cabinets may be finished inside with an approved finish coat of exterior white enamel. If no other coating is specified in the Contract Provisions the exterior of all cabinets shall be bare ' metal. All controller cabinets shall be furnished with front and rear doors. 2. The cabinet shall contain shelving, brackets, racks, etc., to support the controller and auxiliary equipment. All equipment shall set squarely on shelves or be mounted in racks and shall be removable without turning, tilting, or rotating or relocating one device to remove another. A 24 slot rack or racks shall be installed. The rack(s) shall be wired for 2 channel loop ' detectors and as follows. Slots 1 & 2 phase 1 loop detectors. Slots 3, 4, & 5 phase 2 loop detectors. Slots 6 & 7 phase 3 loop detectors. Slots 8, 9, & 10 phase 4 loop detectors. Slots 11 & 12 phase 5 loop detectors. Slots 13, 14, ' & 15 phase 6 loop detectors. Slots 16 & 17 phase 7 loop detectors. Slots 18, 19 & 20 phase 8 loop detectors. Slot 21 upper phase 1 loop detector. Slot 21 lower phase 5 detector. Slot 22 wired for a 2 channel discriminator ' channels A, C. Slot 23 wired for a 2 channel discriminator, channels B, D. Slot 24 wired for a 4 channel discriminator, wired for channel A, B, C, and D. All loop detector slots shall be wired for presence /pulse detection /extension. ' If an external power supply is required in order for the entire racks(s) to be powered it shall be installed. All rack(s) slots shall be labeled with engraved identification strips. t 3. Additional detection utilizing the "D" connector shall be installed in accordance with the Contract. The cabinet shall be of adequate size to properly house the controller and all required appurtenances and auxiliary ' equipment in an upright position with a clearance of at least 3- inches from the vent fan and filter to allow for proper air flow. In no case shall more than 70 percent of the cabinet volume be used. There shall be at least a 2 -inch ' clearance between shelf mounted equipment and the cabinet wall or equipment mounted on the cabinet wall. ' 4. The cabinet shall have an air intake vent on the lower half of the front door, with a 12 -inch by 16 -inch by 1 -inch removable throw away filter, secured in place with a spring - loaded framework. 1 5. The cabinet door(s) shall be provided with: a. Cabinet doors shall each have a three point latch system. Locks shall ' be spring loaded construction locks capable of accepting a Best 6 pin core. A.6 pin construction core of type (blue, green, or Red) specified in the contract shall be installed in each core lock. One core removal key ' and two standard keys shall be included with each cabinet and delivered to the Engineer. CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE 73 1 b. A police panel assembly shall be installed in the front door and shall have a stainless steel hinge pin and a police panel lock. Two police keys with shafts a minimum of 1%- inches long shall be provided with each cabinet. c. All doors and olice panel door shall have one p p piece, closed cell, neoprene gaskets. d. A two position doorstop assembly. 6. Fluorescent fixtures or LED light strips (only one type per cabinet) for cabinet lighting. Color temperature shall be 4100K (cool white) or higher. Fluorescent fixtures shall use 12 inch (nominal), 8W, type T5 shatterproof tubular bulbs. LED light strips shall be approximately 12 inches long, and ' have a minimum output of 320 lumens. Lighting shall be ceiling mounted and oriented parallel to the door face. Lighting shall not interfere with the proper operation of any other ceiling mounted equipment. All lighting fixtures shall energize whenever any door is opened. Each door switch shall be labeled "Light ". 9- 29.13(10)D Cabinets for Type 170E and 2070 controllers 1 Type 170E and 2070 controllers shall be housed in a model 332L cabinet unless specified otherwise in the contract. Type 332L cabinets shall be constructed in accordance with TEES with the following modifications: ' 1. Each door shall be furnished with the equipment listed in Standard Specifications 9- 29.13(10)C item 5 above. U • 2. The cabinet shall be furnished with auxiliary equipment described in Standard Specification 9- 29.13(10)B. 3. The cabinet shall be fabricated of stainless steel or sheet aluminum in accordance with Section 9- 29.13(10)C, Item 1 above. Painted steel, painted or anodized aluminum is not allowed. 4. A disposable paper filter element with dimensions of 12" x 6" x 1" shall be • provided in lieu of a metal filter. The filter shall be secured in the filter holder with a louvered aluminum cover. The maximum depth of the cover shall not be more than 0.5" inch to provide the filter to be flush against the door. No incoming air shall bypass the filter element. 1 5. Field wire terminals shall be labeled in accordance with the Field Wiring Chart. I 6. Fluorescent fixtures or LED light strips (only one type per cabinet) for cabinet lighting. Fluorescent fixtures shall use 12 inch (nominal), 8W, type T5 tubular bulbs. Tubular bulbs shall be contained within a shatterproof lamp cover. Led strips shall be approximately 12 inches long, and have a minimum output of 320 lumens. There shall be one fixture for each rack within the cabinet. Lighting shall be ceiling . mounted and oriented perpendicular to the door face. Rack mounted lights are not allowed. Lighting shall be positioned such that the fixture is centered between the CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE 74 1 front and rear of the cabinet. Lighting shall not interfere with the proper ' operation of any other ceiling mounted equipment. Each lighting fixture shall energize automatically when either door to that respective rack is opened. Each door switch shall be labeled "Light ". 7. One drawer shelf, as shown in the TEES 8. 332D Controller Cabinet a. The 332D Controller cabinet shall have the appearance of two Type 1 332 controller cabinets joined at opposing sides. The outside Dimensions of the cabinet shall be 67" High X 48 1/2" Wide X 30 1/4" Deep. b. The right side of the cabinet, as viewed from the front, shall be considered the Signal Control side. The left side of the cabinet, when viewed from the front, shall be considered the ITS /COMM side. c. One police access panel shall be installed on the right side of the cabinet, as viewed from the front. d. Two cabinet lights shall be provided one on each side and as described in section 9- 29.13(10)D.6 e. Vacant • ' f. The Traffic Signal Control side of the cabinet shall contain the Traffic Signal Controller assembly and shall be furnished with equipment as described in the contract specifications. The Traffic Signal Control side ' of the cabinet shall also meet all the additional equipment requirements of the Type 332 Signal Controller cabinet as indicated in the contract specifications. ' g. The ITS /COMM side of the cabinet shall contain ITS and Communication equipment and shall be furnished with the following: ' 1. One controller shelf unit, mounted 36 inches from the bottom of the cabinet opening to the front of the cabinet and attaching to the front rails of the EIA rack, shall be provided. The shelf shall be ' fabricated from aluminum and shall contain a rollout flip -top drawer for storage of wiring diagrams and manuals. ' 2. One aluminum sheet metal panel, 1/8 "x 15 "x 54 ", shall be installed to the rear of the cabinet on the right hand (when facing the front) side railing. ' 3. Additional ITS and Communication equipment as described in the Contract Plans and the ITS section of the Contract Special Provisions. CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE 75 9- 29.13(11) Traffic Data Accumulator and Ramp Meters All cabinets designated for use as a traffic data or ramp meter shall be 334L cabinets furnished to meet the TEES with the modifications listed in Section 9- 29.13(10)D and include the following accessories: 1. Each cabinet shall be equipped with a fully operable controller equipped as specified in the Contract Provisions. 2. Two input files, shall be provided. • 3. The PDA #3L shall contain three Model 200 Load Switches. A second transfer relay, Model 430, shall be mounted on the rear of the PDA #3L and wired as shown in the Plans. 4. Police Panel shall contain only one DPDT toggle switch. The switch shall be labeled POLICE CONTROL, ON -OFF. 5. Display Panel ' A. General Each cabinet shall be furnished with a display panel. The panel shall be mounted, showing and providing detection for inputs and specified controller outputs, at the top of the front rack above the controller unit. The display panel shall be fabricated from brushed aluminum and constructed according to the detail in the Plans. B. Text All text on the detector panel shall be black in color and silk screened directly to the panel except the Phenolic detector and cabinet nameplates. A nameplate for each loop shall be engraved with a 1 4 -inch nominal text according to the ITS Field Wiring Charts. The nameplates shall be permanently affixed to the detector panel. C. LEDs The LEDs for the display panel shall meet the following Specifications: Case size T 1-% Viewing angle 50° minimum Brightness 8 Milli candelas 1 LEDs with RED, YELLOW or GREEN as part of their labels shall be red, yellow or green in color. All other LEDs shall be red. All LEDs shall have tinted diffused lenses. D. Detector panel Control Switch Each display panel shall be equipped with one detector display control switch on the panel with labels and functions as follows: ON ' Detector panel LEDs shall operate consistent with their separate switches. CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE 76 OFF ' All detector indicator LEDs shall be de- energized. Detector calls shall continue to reach the controller. ' TEST All detector indicator LEDs shall illuminate and no calls shall be placed to the controller. 1 E. Advance Warning Sign Control Switch Each display panel shall be equipped with one advance warning sign control switch on the panel with labels and functions as follows: AUTOMATIC Sign Relay shall energize upon ground true call from controller. ' SIGN OFF Sign Relay shall de- energize. ' SIGN ON Sign Relay shall energize. '. F. Sign Relay The sign relay shall be plugged into a socket installed on the rear of the display panel. The relay shall be wired as shown in the Plans. The relay coil shall draw ' (or sink) 50 milliamperes ± 10% from the 170E/HC11 controller and have a DPDT contact rating not less than 10 amperes. A 1N4004 diode shall be placed across the relay coil to suppress voltage spikes. The anode terminal shall be ' connected to terminal #7 of the relay as labeled in the Plans. The relay shall energize when the METERING indicator LED is lit. G. Detector Input Indicators One LED and one spring - loaded two - position SPST toggle switch shall be provided for each of the 40 detection inputs. These LEDs and switches shall function as follows: TEST When the switch is in the test position, a call shall be placed to the controller • and energize the associated LED. The switch shall automatically return to the run position when it is released. ' RUN In the run position the LEDs shall illuminate for the duration of each call to the controller. H. Controller Output I nd ic at o rs The display panel shall contain a series of output indicator LEDs mounted below ' the detection indicators. The layout shall be according to the detail in the Plans. These LEDs shall illuminate upon a ground true output from the controller via the C5 connector. ' The output indicator LEDs shall have resistors in series to drop the voltage from • 24 volts DC to their rated voltage and limit current below their rated current. The ' anode connection of each LED to +24 VDC shall be wired through the resistor. CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE 77 • 1 I. Connectors , Connection to the display panel shall be made by three connectors, one pin (labeled P2) and one socket (labeled P1) and one labeled C5. The P1 and P2 connectors shall be 50 -pin cannon D series, or equivalent 50 pin connectors and shall be compatible such that the two connectors can be connected directly to one another to bypass the input. detection. Wiring for the P1, P2 and C5 connectors shall be as shown in the Plans. The Contractor shall install wire connectors P1, P2, C1P, C2, C4, C5 and C6 according to the pin assignments shown in the Plans. , 6. Model 204 Flasher Unit Each Model 334 ramp meter cabinet shall be supplied with one Model 204 sign flasher unit mounted on the right rear side panel. The flasher shall be powered from T1 -2. The outputs from the flasher shall be wired to T1 -5 and T1 -6. 7. Fiber Optic Patch Panel , The Contractor shall provide and install a rack - mounted fiber optic patch panel as identified in the Plans. Cabinet Wiring Terminal blocks TB1 through TB9 shall be installed on the Input Panel. Layout and position assignment of the terminal blocks shall be as noted in the Plans. ' Terminals for field wiring in traffic data and /or ramp metering controller cabinet shall be labeled, numbered and connected in accordance with the following: ' Terminal Block Pos. Terminal and Wire Numbers Connection Identification TBS 501 -502 AC Power, Neutral ' T1 -2 641 Sign on T1 -4 643 Sign off ' T1 -5 644 Flasher Output NC T1 -6 645 Flasher Output NO I T4 -1 631 Lane 3 - Red T4 -2 632 Lane 3 — Yellow ' T4 -3 633 Lane 3 - Green T4 -4 621 . Lane 2 - Red T4 -5 622 Lane 2 - Yellow T4 -6 623 Lane 2 — Green T4 -7 611 Lane 1 — Red T4 -8 612 Lane 1 — Yellow T4 -9 613 . Lane 1 — Green CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE 78 1 Loop lead -in cables shall be labeled and connected to cabinet terminals according to the ITS Field Wiring Chart. This chart will be provided by the Engineer within 20 days of the Contractor's request. 9 29.13(12) ITS cabinet: Basic ITS cabinets shall be Model 334L Cabinets, unless otherwise specified in the Contract. ' Type 334L Cabinets shall be constructed in accordance with the TEES, with the following modifications: 1. The basic cabinet shall be furnished with only Housing 1 B, Mounting Cage 1, Service Panel #1, a Drawer Shelf, and Controller Unit Supports. Additional equipment may be specified as part of the cabinet function - specific standards. 1 2. Housing aluminum shall be 5052 alloy with mill finish. Painted or anodized aluminum is not allowed. ' 3. The door air filter shall be a disposable paper filter element of at least 180 square inches. ' 4. Locks shall be spring loaded construction core locks capable of accepting a Best 6- pin core. A 6 -pin construction core of the type (Blue, Green, or Red) specified in the Contract shall be installed in each core lock. One core removal key and two ' standard keys (properly marked) shall be included with each cabinet and delivered to the Engineer upon Contract completion. 5. Each cabinet shall include a 120VAC electric strip heater with a rating of 100 watts, which shall be thermostat controlled. The heater strip shall be fed by wire with a temperature rating of 400 °F or higher, and shall be shielded to prevent contact with wiring, equipment, or personnel. If the heater thermostat is separate from the fan ' thermostat, the heater thermostat must meet the same requirements a + + + +s the fan thermostat as defined in TEES. ' 6. Fluorescent fixtures or LED light strips (only one type per cabinet) for cabinet lighting. Color temperature shall be 4100K (cool white) or higher. Fluorescent fixtures shall use 12 inch (nominal), 8W, type T5 tubular bulbs contained within a shatterproof ' lamp cover. LED light strips shall be approximately 12 inches long, and have a minimum output of 320 lumens. There shall be two fixtures for each rack within the cabinet Lighting shall be ceiling mounted and oriented parallel to the door face — rack ' mounted lighting is not permitted. Lighting shall not interfere with the proper operation of any other ceiling mounted equipment. All lighting fixtures above a rack shall energize whenever either door to that respective rack is opened. Each door • t switch shall be labeled "Light ". 7. Each cabinet shall be equipped with a power distribution assembly (PDA) mounted in a standard EIA 19 -inch (ANSI /EIA RS- 310 -C) rack utilizing no more than five Rack Mounting Units (RMU) (8.75 inches). The PDA shall include the following equipment: a. One duplex NEMA 5 -15R GFCI receptacle on the front of the PDA. CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE 79 b. Four duplex NEMA 5 -15R receptacles on the rear of the PDA. These receptacles shall remain energized on a trip or failure of the GFCI receptacle. c. Four 1P-15A, 120VAC Equipment /Field Circuit Breakers. I d. Line filter meeting the requirements of 9- 29.13(10)A.d. PDA components shall be mounted in or on the PDA such that they are readily accessible, provide dead front safety, and all hazardous voltage points are protected to prevent inadvertent contact. 8. Service Panel #1 shall include a service terminal block labeled "TBS ", a Tesco TES- 10B or equivalent surge suppressor connected to provide power in line surge suppression, and a 1P-30A Main Breaker. The Service Panel Assembly (SPA) shown in the TEES shall not be included. • 9. Each cabinet shall include a rack mounted fiber optic patch panel of the type specified in the Contract. , Cabinet drawings and wiring diagrams shall be provided in the drawer shelf. Additionally, an electronic (PDF format) copy of all drawings and wiring diagrams shall be provided. 9 29.16(1)A1 Conventional Optical System This section's title is revised to read: 9-29.16(1)A1 Non -LED Optical System 9- 29.16(1)D1 Electrical - Conventional This section's title is revised to read: 9- 29.16(1)D1 Electrical - Non -LED 9-29.20 Pedestrian Signals This section is revised to read: Pedestrian signals shall be Light Emitting Diods (LED) type. The LED pedestrian signal module shall be operationally compatible with controllers and conflict monitors. The LED lamp unit shall contain a disconnect that will show an open switch to the conflict monitor when less than 60 percent of the LEDs in the unit are operational. The Pedestrian signal heads shall be on the QPL or the Contractor shall submit a Manufacturer's Certificate of Compliance, in accordance with Standard Specification 1 -06.3, with each .type of signal head. The certificate shall state that the lot of pedestrian signal heads meet the following requirements: 1. All pedestrian signal heads shall be a Walk/Don't Walk module with a countdown display. 2. All pedestrian displays shall comply with the MUTCD and ITE publication ST 011B, VTCSH2 or current ITE Specification and shall have an incandescent appearance. The Contractor shall provide test results from a Nationally Recognized Testing Laboratory documenting that the LED display conforms to the current ITE and the following requirements: CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE 80 a. All pedestrian signals supplied to any one project shall be from the same ' manufacturer and type but need not be from the same manufacturer as the vehicle heads. b. Each pedestrian signal face shall be a single unit housing with the signal indication size, a nominal 16 inch x 18 inch with side by side symbol messages with countdown display. ' c Housings shall be green polycarbonate or die -cast aluminum and the aluminum • housings shall be painted with two coats of factory applied traffic signal green enamel (Federal Standard 595 - 14056). All hinges and latches and interior hardware shall be stainless steel. 3.. Optical units for traffic signal displays shall conform to the following: a. Pedestrian "RAISED HAND" and "WALKING PERSON" modules shall be the countdown display type showing the time remaining in the pedestrian change ' interval. When the pedestrian change interval is reduced due to a programming change, the display may continue to show the previous pedestrian change interval for one signal cycle. During the following pedestrian change interval the ' countdown shall show the revised time, or shall be blank. In the event of an emergency vehicle preemption, during the following two cycles, the display shall show the programmed pedestrian change interval or be blank. In the event the controller is put in stop time during the pedestrian change interval, during the following two cycles the display shall show the programmed clearance or be blank. In the event there is railroad preempt during the pedestrian change ' interval, during the following two cycles the display shall show the programmed clearance or be blank. Light emitting diode (LED) light sources having the incandescent appearance are required for Portland. Orange Raised Hand and the Lunar White Walking Person. 4. LED displays shall conform to the following: a. Wattage (Maximum): Portland Orange Raised Hand, 15 watts: Lunar White Walking Person, 15 watts. ' b. Voltage: The operating voltages shall be between 85 VAC and 135 VAC. c. Temperature: Temperature range shall be - 35° F to +165° F. d. LED pedestrian heads shall be supplied with Z crate visors. Z crate visors shall ' have 21 members at 45 degrees and 20 horizontal members. 9 29.20(1) LED Pedestrian Displays • ' This section is deleted. 9 29.20(2) Neon Grid Type This section is deleted. 9 - 29.24 Service Cabinets ' In the first paragraph, the lettered items A -J are re- lettered to read B -K respectfully. The first paragraph is supplemented with the following new lettered item:. CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE 81 1 A. Display an arc flash warning label that meets the requirements of ANSI Z535. 9 - 29.25 Amplifier, Transformer, and Terminal Cabinets In item No. 2.C., "Transformer 23.1 to 12.5 KVA" is revised to read "Transformer 3.1 to 12.5 KVA" and the height column value of 40" is revised to read "48 ". The first and second sentences in the first paragraph are revised to read: Amplifier and terminal and transformer cabinets shall be NEMA 3R and the following: ' Item number 5 is revised to read: 5. All cabinets shall provide a gasketed door flange Item number 7 is revised to read: 1 7. Insulated terminal blocks shall be 600 volt, heavy -duty, barrier type. The terminal blocks shall be provided with a field -side and a control -side connector separated by a marker strip. One spare 12- position insulated terminal block shall be installed in each terminal cabinet and amplifier cabinet. Item number 8 is revised to read: 1 8. Each non -pad mounted Terminal, Amplifier and Transformer cabinet shall have 1/4 inch drain holes in back corners. Each pad mounted Terminal, Amplifier and Transformer cabinet shall drain to a sump and through a 3/8 inch diameter drain pipe to grade as detailed in the Standard Plans. Item number 10 is revised to read: 10. Transformer cabinets shall have two separate compartments, one for the transformer and one for the power distribution circuit breakers. Each compartment shall be enclosed with a dead front. Each breaker shall be labeled with the device name by means of a screwed or riveted engraved name plate. Section 9 -34, Pavement Marking Material August 5, 2013 9 -34.2 Paint The second paragraph is revised to read: 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. 9- 34.3(4) Type D — Liquid Cold Applied Methyl Metharcrylate Pp Y �/ The column headings in the table titled "98:2 Formulations Type D — Liquid Cold Applied Methyl Methacrylate" are revised to read: 98:2 Formulations Type D — Liquid Cold Applied Methyl Methacrylate Property D -1 D -2 D -3 D -4 D -5 D -6 Test Method Min. Max. Min. Max. Min. Max. Min. Max: Min. I Max. Min. Max. • CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE 82 1 INTRODUCTION TO THE SPECIAL PROVISIONS (August 14, 2013 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 p (GSPs) ous sources, which may have project- specific fill -ins; and project - specific Special Provisions. Each t 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 effective date of the GSP and its source. For example: (March 8, 2013 APWA GSP) (April 1, 2013 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 • City of Yakima Standard Details ' • City of Yakima Project Details Contractor shall obtain copies of these publications, at Contractor's own expense. • • • r I CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE 83 1 1 DIVISION 1 GENERAL REQUIREMENTS • DESCRIPTION OF WORK (March 13, 1995) This Contract provides for the improvement of * ** various intersections throughout the City and 16 Avenue north of Nob Hill Boulevard. Work includes replacing traffic signal heads with larger signal lenses and installing ADA ramps on 16 Avenue * * * * ** and other work, all in accordance with the attached Contract Plans, these Contract Provisions, and the Standard Specifications. 1 - 01.3 Definitions I (March 8, 2013 APWA GSP) Delete the heading Completion Dates and the three paragraphs that follow it, and replace them 1 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. I Supplement this Section with the following: All references in the Standard Specifications, Amendments, or WSDOT General Special I Provisions, to the terms "State ", "Department of Transportation ", "Washington State CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE 84 1 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 1 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 t 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 Bond The definition in the Standard Specifications for "Contract Bond" applies to whatever bond form(s) are required by the Contract Documents, which may be a combination of a Payment Bond and a Performance Bond. ' 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. CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE 85 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 1 (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 ") 6 Furnished automatically upon award. Contract Provisions 6 Furnished automatically ' upon award. Large plans (e.g., 22" x N/A Furnished only upon I 34 ") request. Additional plans and Contract Provisions may be obtained by the Contractor from the 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 1 name, address, telephone number, and signature; the bidder's D /M/WBE commitment, if applicable; a State of Washington Contractor's Registration Number; and a Business License CITYWIDE SAFETY IMPROVEMENTS -16 AVENUE 86 1 1 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 (March 8, 2013 APWA GSP) Supplement this section with the following: ' Bid bonds shall contain the following: 1. Contracting Agency- assigned number for the project; 2. Name of the project; 3. The Contracting Agency named as obligee; ' 4. The amount of the bid bond stated either as a dollar figure or as a percentage which represents five percent of the maximum bid amount that could be awarded; 5. Signature of the bidder's officer empowered to sign official statements. The signature of 1 the person authorized to submit the bid should agree with the signature on the bond, and the title of the person must accompany the said signature; CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE 87 1 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 If so stated in the Contract Provisions, cash will not be accepted for a bid deposit 1 -02.9 Delivery of Proposal (August 15, 2012 APWA GSP, Option A) • Delete this section and replace it with the following: 1 Each proposal shall be submitted in a sealed envelope, with the Project Name and Project 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 1 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 -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. 1 -02.13 Irregular Proposals (March 13, 2012 APWA GSP) Revise item 1 to read: 1. A proposal will be considered irregular and will be rejected if: a. The Bidder is not prequalified when so required; b. The authorized proposal form furnished by the Contracting Agency is not used or is altered; c. The completed proposal form contains any unauthorized additions, deletions, alternate Bids, or conditions; d. The Bidder adds provisions reserving the right to reject or accept the award, or enter into the Contract; e. A price per unit cannot be determined from the Bid Proposal; f. The Proposal form is not properly executed; g. The Bidder fails to submit or properly complete a Subcontractor list, if applicable, as required in Section 1 -02.6; h. The Bidder fails to submit or properly complete a Disadvantaged Business Enterprise Certification, if applicable, as required in Section 1 -02.6; 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 -02.6, or if the written confirmation that is submitted fails to meet the requirements of the Special Provisions; CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE 88 1 r j 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 8, 2013 APWA GSP, Option A) Delete this Section and replace it with the following: A Bidder will be deemed not responsible if the Bidder does not meet the mandatory bidder responsibility criteria in RCW 39.04.350(1), as amended. ' As evidence that the Bidder meets the mandatory bidder responsibility criteria, 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 responsibility criteria. The Contracting Agency reserves the right to request such documentation from other Bidders as well, and to request further documentation as needed to assess bidder responsibility. The Contracting Agency also ' reserves the right to obtain information from third parties concerning a Bidder's compliance with the mandatory bidder responsibility criteria. If the Contracting Agency determines the Bidder does not meet the mandatory bidder responsibility criteria in RCW 39.04.350(1) 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 two (2) business days of the Contracting Agency's determination by presenting its appeal and any additional information to the Contracting Agency. The Contracting Agency will consider the appeal and any additional information 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 Contracting Agency's final determination. 1 -02.15 Pre Award Information (August 14, 2013 APWA GSP) I 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, CITYWIDE SAFETY IMPROVEMENTS - 16" AVENUE 89 1 I 6. Obtain, and furnish a copy of, a business license to do business in the city or county where the work is located. I 7. Any other information or action taken that is deemed necessary to ensure that the bidder is the lowest responsible bidder. 1 -03 AWARD AND EXECUTION OF PROJECT 1 -03.1 Consideration of Bids • (January 23, 2006 APWA GSP) I Revise the first paragraph to read: After opening and reading proposals, the Contracting Agency will check them for correctness of I 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:. I 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 I 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 return of the documents, provided the Contracting Agency deems the circumstances warrant it. r CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE 90 1 1 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 I 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). Section 1 -03.4 is supplemented with the following: ' (August 5, 2013) Release of Contract Bond will be 60 days following the Contract Completion date and Notice of Completion (NOC) being sent to the Washington State Department of Labor and Industries, Washington State Department of Revenue and Washington State Employment Security Department, 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. ' CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE 91 5. All claims, as provided by law, filed against the Contract Bond have been resolved. 1 1 -04 SCOPE OF THE WORK I 1 -04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda (March 13, 2012 APWA GSP) Revise the second paragraph to read: I 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, 1 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: I 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 g etermines to be an emergency situation, the Engineer may have the defective and unauthorized work CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE 92 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 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) • - 0511(1) Substantial Completion Date I I When the Contractor considers the work to be substantially complete, the Contractor shall so p 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. 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 CITYWIDE SAFETY IMPROVEMENTS -16 AVENUE 93 1 1- 05.11(2) Final Inspection and Physical Completion Date I 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 I 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 I and operable system. Therefore when the work involves the installation of machinery or other mechanical equipment; street lighting, electrical distribution or signal systems; irrigation 111 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. 1 CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE 94 1 1 -05.13 Superintendents, Labor and Equipment of Contractor 1 (August 14, 2013 APWA GSP) Delete the sixth and seventh paragraphs of this section. ' 1 -05.15 Method of Serving Notices (March 25, 2009 APWA GSP) ,. Revise the second paragraph to read: ' All correspondence from the Contractor shall be directed to the Project Engineer. All correspondence from the Contractor constituting any notification, notice of protest, notice of dispute, or other correspondence constituting notification required to be furnished under the Contract, must be in paper format, hand delivered or sent via mail delivery service to the Project Engineer's office. Electronic copies such as e-mails or electronically delivered copies of correspondence will not constitute such notice and will not comply with the requirements of the Contract. 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 America does 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 1 the territories and possessions of the United States. If domestically produced steel billets or iron ingots are exported outside of the area of coverage, as defined above, for any manufacturing process then the resulting product does not conform to the Buy America requirements. Additionally, products manufactured domestically from foreign source steel billets or iron ingots do not conform to the Buy America ' CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE 95 1 1 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, 1 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. I The following are considered to be steel manufacturing processes: 1. Production of steel by any of the following processes: 1 a. Open hearth furnace. b. Basic oxygen. c. Electric furnace. I 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. t 1 -07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1 -07.1 Laws to be Observed 1 (October 1, 2005 APWA GSP) Supplement this section with the following: CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE 96 1 In cases of conflict between different safety regulations, the more stringent regulation shall 1 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 1 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 ts sub-sections, in its entirety g is e t rety and replace it with the following: 1 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 area. 1 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. 1 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 1 (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 1 proper State fund. CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE 97 1 1- 07.2(1) State Sales Tax— Rule 171 WAC 458 -20 -171, and its related rules, apply to building, or im rovin streets, roads, pp Y 9, p 9 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 1 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. 1- 07.2(3) Services The Contractor shall not collect retail sales tax from the Contracting Agency on any contract 1 wholly for professional or other services (as defined in Washington State Department of Revenue Rules 138 and 244). 1 -07.9 Wages 1 1- 07.9(1) General Section 1- 07.9(1) is supplemented with the following: (January 3, 2014) 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. WA140001. The State rates incorporated in this contract are applicable to all construction activities 1 associated with this contract. 1 CITYWIDE SAFETY IMPROVEMENTS - 16 1.11 AVENUE 98 1 1 1- 07.9(5) Required Documents (January 24, 2011 APWA GSP) 1 Supplement this section with the following: The Contractor or subcontractor directly contracting for "Off -Site, Prefabricated, Non - Standard, 1 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 1 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: 1 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 1 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 1 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 1 and Industries. 1 -07.11 Requirements for Nondiscrimination Section 1 -07.11 is supplemented with the following: • CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE 99 1 1 (August 5, 2013) 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 . 1 Timetable Goal Until further notice 6.9% 1 Minorities - by Standard Metropolitan Statistical Area (SMSA) Spokane, WA: 1 SMSA Counties: Spokane, WA 2.8 WA Spokane. Non -SMSA Counties 3.0 WA Adams; WA Asotin; WA Columbia; WA Ferry; WA Garfield; WA Lincoln, WA Pend Oreille; WA Stevens; WA Whitman. Richland, WA SMSA Counties: Richland Kennewick, WA 5.4 WA Benton; WA Franklin. Non -SMSA Counties 3.6 WA Walla Walla. Yakima, WA: SMSA Counties: 1 Yakima, WA 9.7 WA Yakima. Non -SMSA Counties 7.2 WA Chelan; WA Douglas; WA Grant; WA Kittitas; WA Okanogan. r 1 1 CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE 100 1 1 Seattle, WA: SMSA Counties: Seattle Everett, WA 7.2 WA King; WA Snohomish. Tacoma, WA 6.2 WA Pierce. Non -SMSA Counties 6.1 WA Clallam; WA Grays Harbor; WA Island; WA Jefferson; WA Kitsap; WA Lewis; WA Mason; WA Pacific; WA San Juan; WA Skagit; WA Thurston; WA Whatcom. Portland, OR: SMSA Counties: Portland, OR -WA 4.5 WA Clark. Non -SMSA Counties 3.8 WA Cowlitz; WA Klickitat; WA Skamania; WA Wahkiakum. ' These goals are applicable to each nonexempt Contractor's total on -site construction workforce, regardless of whether or not part of that workforce is performing work on a ' Federal, or federally assisted project, contract, or subcontract until further notice. Compliance with these goals and time tables is enforced by the Office of Federal Contract compliance Programs. The Contractor's compliance with the Executive Order and the regulations in 41 CFR Part 60 -4 shall be based on its implementation of the Equal Opportunity Clause, specific ' affirmative action obligations required by the specifications set forth in 41 CFR 60- 4.3(a), and its efforts to meet the goals. The hours of minority and female employment and training must be substantially uniform throughout the length of the contract, in each construction' craft and in each trade, and the Contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's goal shall be a violation of the contract, the 1 Executive Order and the regulations in 41 CFR Part 60 -4. Compliance with the goals will be measured against the total work hours performed. 3. The Contractor shall provide written notification to the Office of Federal Contract Compliance Programs (OFCCP) within 10 working days of award of any construction subcontract in excess of $10,000 or more that are Federally funded, at any tier for construction work under the contract resulting from this solicitation. The notification shall list the name, address and telephone number of the Subcontractor; employer identification number of the Subcontractor; estimated dollar amount of the subcontract; ' estimated starting and completion dates of the subcontract; and the geographical area in which the contract is to be performed. The notification shall be sent to: U.S. Department of Labor Office of Federal Contract Compliance Programs Pacific Region . Attn: Regional Director San Francisco Federal Building 90 — 7 Street, Suite 18 -300 San Francisco, CA 94103(415) 625 -7800 Phone (415) 625 -7799 Fax CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE 101 1 1 Additional information may be found at the U.S. Department of Labor website: http://www.dol.qov/ofccp/TAquides/ctaquide.htm 4. As used in this Notice, and in the contract resulting from this solicitation, the Covered 1 Area is as designated herein. Standard Federal Equal Employment Opportunity Construction Contract Specifications 1 (Executive Order 11246) 1. As used in these specifications: 1 a. Covered Area means the geographical area described in the solicitation from which this contract resulted; , b. Director means Director, Office of Federal Contract Compliance Programs, United States Department of Labor, or any person to whom the Director delegates authority; c. Employer Identification Number means the Federal Social Security number used on the Employer's Quarterly Federal Tax Return, U. S. Treasury Department Form 941; d. Minority includes: (1) Black, a person having origins in any of the Black Racial Groups of Africa. 1 (2) Hispanic, a fluent Spanish speaking, Spanish surnamed person of Mexican, Puerto Rican, Cuban, Central American, South American, or other Spanish origin. (3) Asian or Pacific Islander, a person having origins in any of the original • peoples of the Pacific rim or the Pacific Islands, the Hawaiian Islands and Samoa. (4) American Indian or Alaskan Native, a person having origins in any of the original peoples of North America, and who maintain cultural identification through tribal affiliation or community recognition. 2. Whenever the Contractor, or any Subcontractor at any tier, subcontracts a portion of the work involving any construction trade, it shall physically include in each subcontract in excess of $10,000 the provisions of these specifications and the Notice which contains the applicable goals for minority and female participation and which is set forth in the solicitations from which this contract resulted. 3. If the Contractor is participating (pursuant to 41 CFR 60 -4.5) in a Hometown Plan 1 approved by the U.S. Department of Labor in the covered area either individually or through an association, its affirmative action obligations on all work in the Plan area (including goals and timetables) shall be in accordance with that Plan for those trades which have unions participating in the Plan. Contractors must be able to demonstrate their participation in and compliance with the provisions of any such Hometown Plan. CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE 102 Each Contractor or Subcontractor participating in an approved Plan is individually required to comply with its obligations under the EEO clause, and to make a good faith effort to achieve each goal under the Plan in each trade in which it has employees. The overall good faith performance by other Contractors or Subcontractors toward a goal in an ' approved Plan does not excuse any covered Contractor's or Subcontractor's failure to take good faith effort to achieve the Plan goals and timetables. 4. The Contractor shall implement the specific affirmative action standards provided in paragraphs 7a through 7p of this Special Provision. The goals set forth in the solicitation from which this contract resulted are expressed as percentages of the total hours of ' employment and training of minority and female utilization the Contractor should reasonably be able to achieve in each construction trade in which, it has employees in the covered area. Covered construction contractors performing construction work in ' geographical areas where they do not have a Federal or federally assisted construction contract shall apply the minority and female goals established for the geographical area where the work is being performed. The Contractor is expected to make substantially uniform progress in meeting its goals in each craft during the period specified. 5. Neither the provisions of any collective bargaining agreement, nor the failure by a union with whom the Contractor has a collective bargaining agreement, to refer either minorities ' or women shall excuse the Contractor's obligations under these specifications, Executive Order 11246, or the regulations promulgated pursuant thereto. 6. In order for the nonworking training hours of apprentices and trainees to be counted in meeting the goals, such apprentices and trainees must be employed by the Contractor during the training period, and the Contractor must have made a commitment to employ the apprentices and trainees at the completion of their training, subject to the availability of employment opportunities. Trainees must be trained pursuant to training programs approved by the U.S. Department of Labor. 1 7. The Contractor shall take specific affirmative actions to ensure equal employment opportunity. The evaluation of the Contractor's compliance with these specifications shall be based upon its effort to achieve maximum results from its action. The Contractor shall document these efforts fully, and shall implement affirmative action steps at least as extensive as the following: ' a. Ensure and maintain a working environment free of harassment, intimidation, and coercion at all sites, and in all facilities at which the Contractor's employees are assigned to work. The Contractor, where possible, will assign two or more women to each construction project. The Contractor shall specifically ensure that all foremen, superintendents, and other on -site supervisory personnel are aware of and carry out the Contractor's obligation to maintain such a working 1 environment, with specific attention to minority or female individuals working at such sites or in such facilities. b. Establish and maintain a current list of minority and female recruitment sources, 1 provide written notification to minority and female recruitment sources and to community organizations when the Contractor or its unions have employment opportunities available, and maintain a record of the organizations' responses. c. Maintain a current file of the names, addresses and telephone numbers of each minority and female off - the - street applicant and minority or female referral from a ' CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE 103 1 1 union, a recruitment source or community organization and of what action was taken with respect to each such individual. If such individual was sent to the union hiring hall for referral and was not referred back to the Contractor by the union or, if referred, not employed by the Contractor, this shall be documented in the file with the reason therefor, along with whatever additional actions the Contractor may have taken. d. Provide immediate written notification to the Director when the union or unions with which the Contractor has a collective bargaining agreement has not referred to the Contractor a minority person or woman sent by the Contractor, or when the Contractor has other information that the union referral process has impeded the Contractor's efforts to meet its obligations. e. Develop on- the -job training opportunity and /or participate in training programs for the area which expressly include minorities and women, including upgrading programs and apprenticeship and trainee programs relevant to the Contractor's employment needs, especially those programs funded or approved by the U.S. Department of Labor. The Contractor shall provide notice of these programs to the sources compiled under 7b above. f. Disseminate the Contractor's EEO policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting the Contractor in meeting its EEO obligations; by including it in any policy manual and collective bargaining agreement; by publicizing it in the company newspaper, annual report, etc.; by specific review of the policy with all management personnel and with all minority and female employees at least once a year; and by posting the company EEO policy on bulletin boards accessible to all employees at each location where construction work is performed. g. Review, at least annually, the company's EEO policy and affirmative action obligations under these specifications with all employees having any responsibility for hiring, assignment, layoff, termination or other employment decisions including specific review of these items with on -site supervisory personnel such as Superintendents, General Foremen, etc., prior to the initiation of construction work at any job site. A written record shall be made and maintained identifying the time and place of these meetings, persons attending, subject matter discussed, and disposition of the subject matter. h. Disseminate the Contractor's EEO policy externally by including it in any advertising in the news media, specifically including minority and female news media, and providing written notification to and discussing the Contractor's EEO policy with other Contractors and Subcontractors with whom the Contractor does or anticipates doing business. i. Direct its recruitment efforts, both oral and written to minority, female and community organizations, to schools with minority and female students and to minority and female recruitment and training organizations serving the Contractor's recruitment area and employment needs. Not later than one month prior to the date for the acceptance of applications for apprenticeship or other training by any recruitment source, the Contractor shall send written notification CITYWIDE SAFETY IMPROVEMENTS - 16 TH AVENUE 104 1 1 to organizations such as the above, describing the openings, screening procedures, and tests to be used in the selection process. j. Encourage present minority and female employees to recruit other minority • ' persons and women and where reasonable, provide after school, summer and vacation employment to minority and female youth both on the site and in other areas of a Contractor's work force. 1 k. Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR Part 60 -3. 1 I. Conduct, at least annually, an inventory and evaluation of all minority and female personnel for promotional opportunities and encourage these employees to seek or to prepare for, through appropriate training, etc., such opportunities. m. Ensure that seniority practices, job classifications, work assignments and other personnel practices, do not have a discriminatory effect by continually monitoring all personnel and employment related activities to ensure that the EEO policy and the Contractor's obligations under these specifications are being carried out. ' n. Ensure that all facilities and company activities are nonsegregated except that separate or single -user toilet and necessary changing facilities shall be provided to assure privacy between the sexes. 1 o. Document and maintain a record of all solicitations of offers for subcontracts from minority and female construction contractors and suppliers, including circulation of solicitations to minority and female contractor associations and other business associations. ' p. Conduct a review, at least annually, of all supervisors' adherence to and performance under the Contractor's EEO policies and affirmative action obligations. • ' 8. Contractors are encouraged to participate in voluntary associations which assist in fulfilling one or more of their affirmative action obligations (7a through 7p). The efforts of a contractor association, joint contractor - union, contractor - community, or other similar group of which the Contractor is a member and participant, may be asserted as fulfilling any one or more of the obligations under 7a through 7p of this Special Provision provided that the Contractor actively participates in the group, makes every effort to assure that the ' group has a positive impact on the employment of minorities and women in the industry, ensure that the concrete benefits of the program are reflected in the Contractor's minority and female work -force participation, makes a good faith effort to meet its individual goals ' and timetables, and can provide access to documentation which demonstrate the effectiveness of actions taken on behalf of the Contractor. The obligation to comply, however, is the Contractor's and failure of such a group to fulfill an obligation shall not be a defense for the Contractor's noncompliance. 9. A single goal for minorities and a separate single goal for women have been established. The Contractor, however, is required to provide equal employment opportunity and to take affirmative action for all minority groups, both - male and female, and all women, both minority and non - minority. Consequently, the Contractor may be in violation of the Executive Order if a particular group is employed in substantially disparate manner (for ' CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE 105 1 example, even though the Contractor has achieved its goals for women generally, the Contractor may be in violation of the Executive Order if a specific minority group of women is underutilized). 10. The Contractor shall not use the goals and timetables or affirmative action standards to 1 discriminate against any person because of race, color, religion, sex, or national origin. 11. The Contractor shall not enter into any subcontract with any person or firm debarred from Government contracts pursuant to Executive Order 11246. 12. The Contractor shall carry out such sanctions and penalties for violation of these specifications and of the Equal Opportunity Clause, including suspensions, terminations and cancellations of existing subcontracts as may be imposed or ordered pursuant to Executive Order 11246, as amended, and its implementing regulations by the Office of Federal Contract Compliance Programs. Any Contractor who fails to carry out such sanctions and penalties shall be in violation of these specifications and Executive Order 11246, as amended. 1 13.. The Contractor, in fulfilling its obligations under these specifications, shall implement specific affirmative action steps, at least as extensive as those standards prescribed in paragraph 7 of this Special Provision, so as to achieve maximum results from its efforts to ensure equal employment opportunity. If the Contractor fails to comply with the requirements of the Executive Order, the implementing regulations, or these specifications, the Director shall proceed in accordance with 41 CFR 60 -4.8. 1 14. The Contractor shall designate a responsible official to monitor all employment related activity to ensure that the company EEO policy is being carried out, to submit reports relating to the provisions hereof as may be required by the government and to keep records. Records shall at least include, for each employee, their name, address, telephone numbers, construction trade, union affiliation if any, employee identification number when assigned, social security number, race, sex, status (e.g., mechanic, apprentice, trainee, helper, or laborer), dates of changes in status, hours worked per week in the indicated trade, rate of pay, and locations at which the work was performed. Records shall be maintained in an easily understandable and retrievable form; however, to the degree that existing records satisfy this requirement, the Contractors will not be required to maintain separate records. 15. Nothing herein provided shall be construed as a limitation upon the application of other laws which establish different standards of compliance or upon the application of requirements for the hiring of local or other area residents (e.g., those under the Public Works Employment Act of 1977 and the Community Development Block Grant Program). 16. Additional assistance for Federal Construction Contractors on contracts administered by Washington State Department of Transportation or by Local Agencies may be found at: Washington State Dept. of Transportation Office of Equal Opportunity 1 PO Box 47314 310 Maple Park Ave. SE Olympia WA 98504 -7314 Ph: 360- 705 -7090 1 CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE 106 1 1 Fax: 360- 705 -6801 1 http: / /www.wsdot.wa.gov /equalopportunity /default.htm (April 1, 2013) Disadvantaged Business Enterprise Condition of Award Participation The Disadvantaged Business Enterprise (DBE) requirements of 49 CFR Part 26 apply °to this Contract. Demonstrating compliance with these specifications is a Condition of Award (COA) ' of this Contract. Failure to comply with the requirements of this specification may result . in your bid being found to be nonresponsive and may be rejected. DBE COA Goal a The Contracting Agency has established a COA Contract goal in the amount of: *** 5% ' DBE Eligibility /Selection of DBEs A Directory �f Certified DBE Firms denoting the Description of Work the DBE Contractors are certified to perform is available at: ' www.omwbe.wa.gov /certification /index.shtml. ' The directory provides 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. The Bidder shall use the Directory of Certified 1 DBE Firms to confirm if a DBE is certified for the "Description of Work" the Bidder lists on the DBE Utilization Certification form # 272 -056 EF (see form instructions) and therefore qualifies for credit towards the COA goal. 1 Crediting DBE Participation 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 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. 1 • 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 1 DBE. o However, you may not take credit for supplies, materials, and equipment the r h I its affiliate. DBE In Subcontracto addition, Work purchases performed or leases by a from DBE , utilizing Prime Contractor resources or of the Prime Contractor or its affiliates shall not be credited. CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE 107 1 1 • 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). • 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. 1 • 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. Work that a DBE subcontracts to a non -DBE firm shall not be credited. 1 • 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, provided it is a distinct clearly defined portion of the Work that the DBE is certified to perform and the DBE Subcontractor performs the Work 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. 111 Trucking Use the following factors in determining DBE credit and whether a DBE trucking company is performing a commercially useful function: 1 1. The DBE must be responsible for the management and supervision of the entire trucking operation for which credit is being claimed. 1 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 CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE 108 1 1 through another DBE trucking company. The DBE must control the work of 1 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). 1 6. In any lease or owner - operator situation, as described in requirement #4 and #5 above, the following rules shall apply: 1 a. A written lease /rental agreement is required for all trucks leased or • rented; documenting the ownership and the terms of the I 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. 1 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 31XXXX to 33XXXX classification. Regular Dealer You may purchased claim t from a credit DBE for regular 60 percent dealer. of Rules the applicable value of the to ma regular erials dealer or status supplies are contained in 49 CFR Part 26.55.e.2. • 1 To be considered a regular dealer you must meet the following criteria: CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE 109 • 1 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. • 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 OEO for approval, no later than seven days prior to bid opening. 1 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 1 requesting firm is certified by the Office of Minority and Women's Business Enterprises in a NAICS code that fall within the 42XXXX NAICS Wholesale code section. 1 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. Commercially Useful Function (CUF) The Prime Contractor has a responsibility and must treat the working relationship with the DBE such that the DBE is performing a commercially useful function. The Prime Contractor may only take credit for Work performed by a DBE that is determined to be performing a commercially useful function. • A DBE performs a commercially useful function 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 1 example; negotiating price, determining quality, determining quantities, ordering, installing (if applicable) and paying for the material itself. CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE 110 1 1 • A DBE does not perform a commercially useful function if its role is limited to that of an extra participant in a transaction, Contract, or project through which funds are passed. 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. 1 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 1 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 that the Prime Contractor acts solely 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 1 (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 receive prior approval of a joint check arrangement will result in the joint check amount not counting towards the Prime Contractor's DBE goal. CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE 111 1 Disadvantaged Business Enterprise Utilization Certification FORM # 272 -056 EF To be eligible for award of the Contract, the Bidder shall properly complete and submit a Disadvantaged Business Enterprise Utilization Certification with the Bidder's sealed Bid Proposal, as specified Section 1 -02.9 Delivery of Proposal. The Bidder's Disadvantaged Business Enterprise Utilization Certification must clearly demonstrate how the Bidder intends to meet the DBE COA goal. A Disadvantaged Business Enterprise Utilization Certification (form # 272 -056 EF) is included in your Proposal 1 package for this purpose as well as instructions on how to properly fill out the form. In the event of arithmetic errors in completing the Disadvantaged Business Enterprise Utilization Certification the amount listed to be applied towards the goal for each DBE shall govern and the DBE total amount shall be adjusted accordingly. Note: The Contracting Agency shall consider as non - responsive and shall reject 1 any Bid Proposal submitted that does not contain a Disadvantaged Business Enterprise Utilization Certification that accurately demonstrates how the Bidder intends to meet the COA goal. Disadvantaged Business Enterprise (DBE) Written Confirmation Document(s) FORM # 422 -031 EF The Bidder shall submit a complete and accurate Disadvantaged Business Enterprise (DBE) Written Confirmation Document for each DBE firm listed in the Bidder's completed Disadvantaged Business Enterprise Utilization Certification as 1 submitted with the bid. Failure to do so will result in the associated participation being disallowed, which may result in bid rejection. A Disadvantaged Business Enterprise (DBE) Written Confirmation Document (form No. 422 -031 EF) is included in your Proposal package for this purpose. The form(s) shall be received as specified in the special provisions for Section 1 -02.9 Delivery of Proposal. It is prohibited for the Bidder to require a DBE to submit a Written Confirmation 1 Document with any part of the form left blank. Should the Contracting Agency determine that a Written Confirmation Document was signed by a DBE that was not complete; the validity of the document comes into question and the associated DBE Participation may not receive credit. Selection of Successful Bidder /Good Faith Efforts (GFE) The successful Bidder shall be selected on the basis of having submitted the lowest responsive Bid, which demonstrates a good faith effort to achieve the DBE COA goal. Achieving the goal may be accomplished in one of two ways, as follows: 1 1. By meeting the goal The best indication of good faith efforts is to document, through submission of the Disadvantaged Business Enterprise Utilization Certification and supporting Disadvantaged Business Enterprise (DBE) Written Confirmation Document(s) that the Bidder has obtained enough DBE participation to meet or exceed the assigned DBE COA contract goal. That being the case no additional GFE documentation is required. Or; CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE 1 112 1 1 2. By documentation that it made adequate GFE to meet the goal t The Bidder may demonstrate a GFE in whole or part through GFE documentation ONLY IN THE EVENT a Bidder's efforts to solicit sufficient rt he, ir m ' supply pa GFE icipation documentation ave been in addition unsucc ssful. to the In this Disadvantaged casethe B dde Business ust Enterprise Utilization Certification, and supporting Disadvantaged Business Enterprise (DBE) Written Confirmation document(s). 1 Note: In the case where the Bidder was awarded the contract based on demonstrating adequate GFE the advertised DBE goal will not be reduced ' to the Bidder's partial commitment. The Bidder shall demonstrate a GFE during the life of the Contract to attain the DBE Condition of Award (COA) Goal as assigned to the project. Good Faith Efforts (GFE) Documentation GFE documentation shall be received, as specified in the special provisions for Section 1 -02.9 Delivery of Proposal. ' Based upon. all the relevant documentation submitted in Bid or as supplement to Bid, the Contracting Agency shall determine whether the Bidder has demonstrated a ' sufficient GFE to achieve DBE participation. The Contracting Agency will make a fair and reasonable judgment of whether a Bidder that did not meet the goal through participation, made adequate good faith efforts as demonstrated by the GFE 1 documentation. The following is a list of types of actions, which would be considered as part of the Bidder's GFE to achieve DBE participation. It is not intended to be a mandatory checklist, nor is it intended to be exclusive or exhaustive. Other factors or types of efforts may be relevant in appropriate cases: 1 1. Attendance by the Bidder at any pre - solicitation or pre -Bid meetings that were scheduled by the Contracting Agency to inform DBEs of contracting and subcontracting or material supply opportunities available on the project; 1 2. Contacting local Tribes, Tribal Employment Rights Offices (TERO) concerning the subcontracting or supply opportunities in sufficient time to ' allow the enterprises to participate effectively; 3. Selection by the Bidder of specific economically feasible units of the project to be performed by DBEs in order to increase the likelihood of participation • by DBEs even if the Bidder preferred to perform these Work items as the Prime Contractor; ' 4. Advertising by the Bidder in general circulation, trade association minority and trade oriented, women focus publications, concerning the subcontracting or supply opportunities; 1 5. Providing written notice from the Bidder to a reasonable number of specific DBEs, identified from the OMWBE Directory of Certified DBE Firms for the 1 selected subcontracting or material supply Work, in sufficient time to allow the enterprises to participate effectively; CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE 113 1 1 6. Follow -up by the Bidder of initial solicitations of interest by contacting the DBEs to determine with certainty whether they were interested. Documentation of this kind of action shall include the information outlined below: a. The names, addresses, telephone numbers of DBEs who were contacted, the dates of initial contact, and whether initial solicitations of interest were followed -up by contacting the DBEs to determine with certainty whether the DBEs were interested; b. A description of the information provided to the DBEs regarding the plans, specifications, and estimated quantities for portions of the Work to be performed; c. Documentation of each DBE contacted but rejected and the reason(s) 1 for that rejection; 7. Providing, to interested DBEs, adequate information about the plans, specifications, and requirements for the selected subcontracting or material supply Work; 8. Negotiating in good faith with the DBE firms, and not, without justifiable reason, rejecting as unsatisfactory, Bids that are prepared by any DBE. The DBE's standing within its industry, membership in specific groups, organizations, or associations and political or social affiliations - union vs. non -union employee status - are not legitimate causes for the rejection or non - solicitation of bids in the Prime Contractor's efforts to meet the project goal; 9. Advertising and making efforts to obtain DBE participation that were reasonably expected to produce a level of participation sufficient to meet the goal or requirements of the Contracting Agency; 10. Making any other efforts to obtain DBE participation that were reasonably 1 expected to produce a level of participation sufficient to meet the goal or requirements of the Contracting Agency; 11. Using the services of minority community organizations, minority contractor groups, local, State, and federal minority business assistance offices and other organizations identified by WSDOT and advocates for disadvantaged, minority, and women businesses that provide assistance in the recruitment and placement of disadvantaged, minority, and women business enterprises; and 1 12. Using the WSDOT OEO DBE Supportive Services to assist you. For more information please contact the OEO by calling toll free at (888) 259 -9143 or emailing dbess @wsdot.wa.gov. Administrative Reconsideration of GFE Documentation Any Bidder has the right to reconsideration but only for the purpose of reassessing their GFE documentation that was determined to be inadequate. CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE 114 1. • The Bidder must request and schedule a reconsideration hearing within seven calendar days of notification of being nonresponsive or forfeit the right to reconsideration. • The reconsideration decision on the adequacy of the Bidder's GFE documentation shall be made by an official who did not take part in the original determination. • The Bidder shall have the opportunity to meet in person with the official for the purpose of setting forth the Bidder's position as to why the GFE ' documentation demonstrates a sufficient effort. • The reconsideration official shall provide the Bidder with a written decision ' on reconsideration within five business days of the hearing explaining the basis for their finding. Procedures between Award and Execution ' After Award and prior to Execution the Bidder shall provide the additional information described below. Failure . to comply shall result in the forfeiture of the Bidder's Proposal bond or deposit. 1. Additional information for all successful DBE's as shown on the Disadvantaged Business Enterprise Utilization Certification: a. Correct business name, federal employee identification number (if available), and mailing address. 1 b. List of all Bid items assigned to each successful DBE firm, including unit prices and extensions. 1 c. Description of partial items (if any) to be sublet to each successful DBE firm specifying the distinct elements of Work under each item to be 1 performed by the DBE and including the dollar value of the DBE portion. Total amounts shown for each DBE shall not be less than the amount 1 shown on the Disadvantaged Business Enterprise Utilization Certification. A breakdown that does not conform to the Disadvantaged Business Enterprise Utilization Certification or that demonstrates a lesser amount of DBE participation than that included in the Disadvantaged Business Enterprise Utilization Certification will be returned for correction. 2. 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 business I name and a mailing address. Note: The firms identified by the Prime Contractor may be contacted by the Contracting Agency to solicit general information as follows: age of the firm 1 and average of its gross annual receipts over the past three - years. CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE U 115 1 • 1 Procedures after Execution Crediting DBE Participation toward Meeting the Goal Reporting All DBE work whether COA or race neutral participation is reported. 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 has accomplished Work or upon completion of the project, as appropriate. The dollars are to be reported as specified herein. 1 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. Changes in DBE COA participation Owner initiated Change Orders The Prime Contractor shall demonstrate a GFE to substitute COA DBE participation when the Contracting Agency deletes Work items by change order that impact a COA DBE's Work. When the Contract allows alternate Work methods which serve to delete or create under -runs in COA DBE Work then the Prime Contractor must provide documentation of negotiating the change with the DBE that was to perform the reduced Work and demonstrate a GFE to substitute other DBE COA participation. Original Quantity Under runs In the event that Work committed to a DBE firm as part of the COA under runs the original planned quantities the Prime Contractor shall demonstrate a GFE to substitute other DBE COA participation. Contractor - Initiated Proposals — General The Contractor cannot reduce the amount of work committed to a DBE firm at contract award without good cause and only with written concurrence from the OEO. Reducing a COA DBE's Work is viewed as a partial DBE termination, subject to the procedures below. 1 DBE Termination A COA DBE Subcontractor may only be terminated in whole or part with the approval of the Contracting Agency (in coordination with OEO). Approval will be granted provided the Prime Contractor demonstrates that the termination is based on good cause. 1 Good cause typically includes situations where the DBE Subcontractor is unable or has failed to perform the work of its subcontract in accordance with normal industry standards. While not all inclusive, some examples of good cause include the following circumstances: Good cause may exist if: 1 CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE ' 116 1 1 • The listed DBE Subcontractor fails or refuses to execute a written ' contract. • The listed DBE Subcontractor fails or refuses to perform the work of 1 its subcontract in a way consistent with normal industry standards. • The listed DBE Subcontractor fails or refuses to meet the Prime ' Contractor's reasonable, nondiscriminatory bond requirements. • The listed DBE Subcontractor becomes bankrupt, insolvent, or exhibits credit unworthiness. • The listed DBE Subcontractor is ineligible to work on public works ' projects because of suspension and debarment proceedings pursuant 2 CFR Parts 180, 215 and 1,200 or applicable state law. ' • The listed DBE Subcontractor voluntarily withdraws from the project and provides to you written notice of its withdrawal. • The listed DBE is ineligible to receive DBE credit for the type of work 1 required. • A DBE owner dies or becomes disabled with the result that the listed 1 DBE is unable to complete its work on the contract. Good cause does not exist if: • The Prime Contractor seeks to terminate a COA DBE so that the c- rfom Wo • The Prime Prime an Contra pe ctor r seeks the to r k. terminate a COA DBE so the Prime Contractor can substitute another DBE or non -DBE after contract 1 award. • The failure or refusal of the DBE Subcontractor to perform its work ' on the subcontract results from the bad faith or discriminatory action of the Prime Contractor (e.g., the failure of the Prime Contractor to make timely payments or the unnecessary placing of obstacles in the path of the DBE's Work). Prior to requesting termination, the Prime Contractor must give notice in writing to the DBE Subcontractor with a copy to the Contracting Agency of its intent to ' request to terminate DBE work and the reasons for doing so. The DBE Subcontractor shall have five (5) days to respond to the prime Contractor's notice. The DBE's response shall either support the termination or advise the Contracting Agency and the Prime Contractor of the reasons it objects to the termination of its subcontract. When a COA DBE firm is "terminated" from 'a Contract (or fails to complete its Subcontract for any reason), the Prime Contractor shall make every good faith effort to substitute another DBE Firm (ref.to 49 CFR 26.53(g)). CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE 117 1 Graduation 1 When a DBE firm "graduates" from the DBE program (during the course of an executed subcontract), the DBE participation of that firm "may" continue to count towards the contract DBE goal. 1 Decertification When a COA DBE firm who has a signed subcontract in place with a Prime, later 1 becomes "decertified" (during the course of that subcontract) — the DBE participation of that firm "may" continue to count towards the Contract DBE goal. Counting payments Payments to a DBE firm will count toward DBE goals only if the participation is in accordance with these specifications. 1 Prompt Payment Prompt payment to all Subcontractors shall be in accordance with Section 1- 08.1(1) of these Contract special provisions. Payment Compensation for all costs involved with complying with the conditions of this specification and any other associated DBE requirements is included in payment for the associated Contract items of Work. 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. If the Prime Contractor does not comply with any part of its Contract as required YP q under 49 CFR part 26, and /or any other applicable law or regulation regarding DBE, the Contracting Agency may withhold payment, suspend the ability of the Prime Contractor to participate in future Contracting Agency contracts, impose sanctions or Terminate the Contract, and subject the Prime Contractor to civil penalties of up to ten percent of the amount of the Contract for each violation. In the case of WSDOT Contracts, prequalification may be suspended pursuant to WAC 468 -16 -180, and continuous violations (exceeding a single violation) may also disqualify the Prime Contractor from further participation in WSDOT Contracts for a period of up to three years. An apparent low Bidder must be in compliance with these Contract Provisions as a condition precedent to the granting of a notice of award by the Contracting 111 Agency. The Prime Contractor is entitled to request an adjudicative proceeding with respect to the Contracting Agency's determination of Contract violation and assessed penalties by filing a written application within thirty days of receipt of notification. The adjudicative proceeding, if requested, will be conducted by an CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE 1 118 1 1 administrative law judge pursuant to the procedures set forth in RCW 34.05 and 1 Chapter 10.08 of the Washington Administrative Code. 1 -07.12 Federal Agency Inspection Section 1 -07.12 is supplemented with the following: (July 30, 2012) 1 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. 1 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.. • 1 1- 07.13 Contractor's Responsibility for Work 1- 07.13(4) Repair of Damage 1 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. ' 1 -07.17 Utilities and Similar Facilities Section 1 -07.17 is supplemented with the following: 1 (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: 1 * ** City of Yakima Water & Irrigation 2301 Fruitvale Blvd. Yakima, WA 98902 509 - 575 -6154 City of Yakima Wastewater Div. 2220 E. Viola Yakima, WA 98901 509 - 575 -6077 ' CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE 119 Century link 8 W. 2nd Ave. Room 304 Yakima, WA 98902 509 - 575 -7183 1 Pacific Power P.O. Box 1729 Yakima, WA 98907 509 - 575 -3146 Charter Communications 1005 N. 16th Ave. Yakima, WA 98902 509 - 575 -1697 Cascade Natural Gas Corp. 401 N. 1St St. Yakima, WA 98901 509 - 457 -5905 1 • 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). 1 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. 1 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. 1 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. 111 CITYWIDE SAFETY IMPROVEMENTS —16 AVENUE 120 1 • 1 1 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 1 discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the Contracting Agency on demand, or at the sole discretion of the Contracting Agency, offset against funds due the Contractor from the 1 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 1 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 I • appointed officials 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 1 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 1 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. 1 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 1 subject to approval by 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 1 CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE 121 1 1 A policy of Commercial General Liability Insurance, including: Per project aggregate Premises /Operations Liability Products /Completed Operations — for a period of one year following final acceptance of the work. Personal /Advertising Injury Contractual Liability 1 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 Each Occurrence $2,000,000 General Aggregate 1 $1,000,000 Products & Completed Operations Aggregate $1,000,000 Personal &Advertising Injury, each offence Stop Gap / Employers' Liability $1,000,000 Each Accident 1 $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 1- 07.18(5)C Workers' Compensation The Contractor shall comply with Workers' Compensation coverage as required by the Industrial 1 Insurance laws of the state of Washington. 1 -07.23 Public Convenience and Safety 1 1- 07.23(1) 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. CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE 1 122 1 • During nonworking hours equipment or materials shall not be within the WZCZ ' • unless they are protected by permanent guardrail or temporary concrete barrier. The • use of temporary concrete barrier shall be permitted only if the Engineer approves the installation and location. During actual hours of work, unless protected as described above, only materials absolutely necessary to construction shall be within the WZCZ and only construction ' vehicles absolutely necessary to construction shall be allowed within the WZCZ or allowed to stop or park on the shoulder of the roadway. 111 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. 1 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: .'Regu ,; =: `,-n::: Distance F rom;'! g rY ' Posted Speed Trav Way 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. 1 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. CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE • 123 11 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 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. U 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 a date of signature. Written releases must be filed with the Engineer before the Completion Date will be established. 11 1 -08 PROSECUTION AND PROGRESS Add the following new section: 1 -08.0 Preliminary Matters 111 (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 CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE 124 • 11 1 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; 1 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. CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE 125 1 1 -08.1 Subcontracting Section 1 -08.1 is supplemented with the following: (October 12, 1998) Prior to any subcontractor or lower tier subcontractor beginning work, the Contractor shall submit to the Engineer a certification (WSDOT Form 420 -004 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- 1 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. 1- 08.1(1) Subcontract Completion and Return of Retainage Withheld 1 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 1. The Prime Contractor or Subcontractor shall make payment to the Subcontractor not later than ten 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 1 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 b. Failure to comply shall be reflected in the Prime Contractor's Performance Evaluation CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE 126 1 1 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 1 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 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 time and time of completion established under the terms of the Contract and shall be subject to 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, 1 immediately upon preparation. The Contractor shall submit a weekly activity schedule to the Construction Engineer before 1 9:00 a.m. on the Friday prior to the week indicated on the schedule. If the Contractor proceeds with work not indicated on his weekly activity schedule, or in a ' sequence differing from that which he has shown on his schedule, the Engineer may order the Contractor to delay unscheduled activities until they are included on a subsequent weekly activity schedule. 1 1 -08.4 Prosecution of Work 1 Delete this section in its entirety, and replace it with the following: 1 -08.4 Notice to Proceed and Prosecution of Work 1 (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 CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE • 127 1 1 days of the Notice to Proceed Date, unless otherwise approved in writing. The Contractor shall diligently pursue the work to the physical completion date within the time specified in the Contract. Voluntary shutdown or slowing of operations by the Contractor shall not relieve the Contractor of the responsibility to complete the work within the time(s) specified in the Contract. When shown in the Plans, the first order of work shall be the installation of high visibility fencing 9 Y g 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 (August 14, 2013 APWA GSP, Option A) Revise the third and fourth paragraphs to read: 1 Contract time shall begin on the first working day following the Notice to Proceed Date. Each working day shall be charged to the contract as it occurs, until the contract work is physically complete. If substantial completion has been granted and all the authorized working days have been used, charging of working days will cease. Each week the Engineer will provide the Contractor a statement that shows the number of working days: (1) charged to the contract the week before; (2) specified for the physical completion of the contract; and (3) remaining for the physical completion of the contract. The statement will also show the nonworking days and any partial or whole day the Engineer declares as unworkable. Within 10 calendar days after the date of each statement, the Contractor shall file a written protest of any alleged discrepancies in it. To be considered by the Engineer, the protest shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of time disputed. By not filing such detailed protest in that period, the Contractor shall be deemed as having accepted the statement as correct. If the Contractor is approved 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 1 2. The Contractor must furnish all documentation required by the contract and required by law, to allow the Contracting Agency to process final acceptance of the contract.. The following documents must be received by the Project Engineer prior to establishing a completion date: a. Certified Payrolls (per Section 1- 07.9(5)). b. Material Acceptance Certification Documents c. Quarterly Reports of Amounts Credited as DBE Participation, as required by the Contract Provisions. 1 CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE 128 1 1 d. Final Contract Voucher Certification e. Copies of the approved "Affidavit of Prevailing Wages Paid" for the Contractor and all Subcontractors 1 f. Property owner releases per Section 1 -07.24 (March 13, 1995) This project shall be physically completed within * ** 50 * ** working days. 1 1 -08.9 Liquidated Damages (August 14, 2013 APWA GSP) 1 Revise the fourth paragraph to read: 1 When the Contract Work has progressed to Substantial Completion as defined in the Contract, the Engineer may determine that the work is Substantially Complete. The Engineer will notify the Contractor in writing of the Substantial Completion Date. For overruns in Contract time 1 occurring after the date so established, the formula for liquidated damages shown above will not apply. For overruns in Contract time occurring after the Substantial Completion Date, liquidated damages shall be assessed on the basis of direct engineering and related costs assignable to the project until the actual Physical Completion Date of all the Contract Work. 1 The Contractor shall complete the remaining Work as promptly as possible. Upon request by the Project Engineer, the Contractor shall furnish a written schedule for completing the physical Work on the Contract. 1 1 -09 MEASUREMENT AND PAYMENT ' 1 -09.6 Force Account (October 10, 2008 APWA GSP) 1 Supplement this section with the following: The Contracting Agency has estimated and included in the Proposal, dollar amounts for all 1 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 Retainage 1 Section 1- 09.9(1) content and title is deleted and replaced with the following: (June 27, 2011) Vacant ' 1 -09.9 Payments (March 13, 2012 APWA GSP) 1 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. CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE 129 1 1 1 -10 TEMPORARY TRAFFIC CONTROL 1 -10.2 Traffic Control Management 1 1- 10.2(1) General Section 1- 10.2(1) is supplemented with the following: (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: 1 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 1 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 1 -10.4 Measurement 1- 10.4(1) Lump Sum Bid for Project (No Unit Items) 1 Section 1- 10.4(1) is supplemented with the following: • (August 2, 2004) 1 The proposal contains the item "Project Temporary Traffic Control ", lump sum. The provisions of Section 1- 10.4(1) shall apply. 1 1 1 1 CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE 130 1 1 DIVISION 2 1 EARTHWORK 2 -02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 2 -02.3 Construction Requirements Section 2 -02.3 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 U practical. If not practical to remove to the nearest joint, the Contractor shall saw cut these structures in neat vertical and straight transverse horizontal line to provide a matching joint for the new construction. The materials 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, due to the Contractor's operation that is scheduled to remain, shall be repaired by the Contractor to the satisfaction ' of the Engineer at no expense to the Contracting Agency. 2- 02.3(3) Removal of Pavements, Sidewalks, Curbs and Gutters This section is supplemented with the following: Item 1 is revised to read: 1 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." 1 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. 2 -02.5 Payment This section is supplemented by adding the following pay item: "Saw Cut ", per linear foot. 1 CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE 131 1 1 2 -07 WATERING 2 -07.3 Construction Requirements Add the following new section 2- 07.3(A) Water Supplied From Hydrants The Contractor shall contact the City of Yakima Water /Irrigation Division to secure a metered 1 hydrant connection and comply with all requirements before obtaining water from fire hydrants. The Contractor shall notify the Engineer as soon as permit has been obtained. The contractor shall only use hydrant wrenches to operate hydrants. The hydrant valve must be open full, since a partially opened valve may cause damage to the hydrant. The auxiliary valve on the outlet of the metered hydrant connection shall be used with for flow control purposes. Fire hydrant valves must be closed slowly to avoid pressure surges in the water system. The Contractor shall carefully note the importance of following these directions. If a hydrant or metered connection is damaged, the Contractor shall immediately notify the City of Yakima Water /Irrigation Division so that the damage can be repaired as quickly as possible. Upon completing the use of the hydrants, the Contractor shall return the metered hydrant 1 connection. The City of Yakima Water /Irrigation Division may inspect the hydrant for any possible damage. The contractor will be billed for repairing the damage to a hydrant or meter if resulting from improper use. 1 The contractor shall convey the water from the nearest convenient hydrant at their own expense and as approved by the City of Yakima Water /Irrigation Division. The contractor shall be responsible for all costs associated with the use of the hydrant, including rental fees and metered water use. Any violation of these requirements may result in fines and damage costs to the contractor resulting from the malfunctioning of damaged fire hydrants, in the event of fire. 2 -07.4 Measurement 1 This section is supplemented with the following: There will be no measurement for water. 2 -07.5 Payment This section is supplemented with the following: 1 All costs to provide and apply water shall be incidental to construction. All costs shall be included in other contract pay items. 1 1 CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE 1 132 1 DIVISION 5 1 SURFACE TREATMENTS AND PAVEMENTS • 5 -04 HOT MIX ASPHALT 5- 04.3(7)A2 Statistical or Nonstatistical Evaluation (January 16, 2014 APWA GSP) Delete this section and replace it with the following: 1 Mix designs for HMA accepted by Nonstatistical or Commercial evaluation shall; • Be submitted to the Project Engineer on WSDOT Form 350 -042 • Have the aggregate structure and asphalt binder content determined in accordance with WSDOT Standard Operating Procedure 732 and meet the requirements of Sections 9- 03.8(2) and 9- 03.8(6). • Have anti -strip requirements, if any, for the proposed mix design determined in accordance with WSDOT Test Method T 718 or based on historic anti -strip and aggregate source compatibility from WSDOT lab testing. Anti -strip evaluation of HMA mix designs utilized that include RAP will be completed without the inclusion of the RAP. At or prior to the preconstruction meeting, the contractor shall provide one of the following mix design verification certifications for Contracting Agency review; 1 • The proposed mix design indicated on a WSDOT mix design /anti -strip report that is within one year of the approval date • The proposed HMA mix design submittal (Form 350 -042) with the seal and certification (stamp & signature) of a valid licensed Washington State Professional Engineer. • The proposed mix design by a qualified City or County laboratory mix design report that is within one year of the approval date. 1 The mix design will be performed by a lab accredited by a national authority such as Laboratory Accreditation Bureau, L -A -B for Construction Materials Testing, The Construction Materials Engineering Council (CMEC's) ISO 17025 or AASHTO Accreditation Program (AAP) and shall supply evidence of participation in the AASHTO Material Reference Laboratory (AMRL) program. At the discretion of the Engineer, agencies may accept mix designs verified beyond the one year verification period with a certification from the Contractor that the materials and sources are the • same as those shown on the original mix design. ' 5- 04.3(8)A1 General (January 16, 2014 APWA GSP) ' • Delete this section and replace it with the following: Acceptance of HMA shall be as defined under nonstatistical or commercial evaluation. 1 Nonstatistical evaluation will be used for all HMA not designated as Commercial HMA in the contract documents. The mix design will be the initial JMF for the class of HMA. The Contractor may request a change in the JMF. Any adjustments to the JMF will require the approval of the Project Engineer and must be made in accordance with Section 9- 03.8(7). CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE 133 1 Commercial evaluation may 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 certificate of compliance letter stating the material meets the HMA requirements defined in the contract. 1 5- 04.3(8)A4 Definition of Sampling Lot and Sublot (January 16, 2014 APWA GSP) 1 Section 5- 04.3(8)A4 is supplemented with the following: For HMA in a structural application, sampling and testing for total project quantities Tess than 400 P 9 9 P J q tons is at the discretion of the engineer. For HMA used in a structural application and with a total project quantity less than 800 tons but more than 400 tons, a minimum of one acceptance test shall be performed: If test results are found to be within specification requirements, additional testing will be at the engineers discretion. ii. If test results are found not to be within specification requirements, additional testing as needed to determine a CPF shall be performed. 5- 04.3(8)A5 Test Results (January 16, 2014 APWA GSP) The first paragraph of this section is deleted. 5- 04.3(8)A6 Test Methods (January 16, 2014 APWA GSP) Delete this section and replace it with the following: 1 Testing of HMA for compliance of Va will be at the option of the Contracting Agency. If tested, compliance of Va will be use WSDOT Standard Operating Procedure SOP 731. Testing for compliance of asphalt binder content will be by WSDOT FOP for AASHTO T 308. Testing for compliance of gradation will be by WAQTC FOP for AASHTO T 27/T 11. 5- 04.5(1)B Price Adjustments for Quality of HMA Compaction 1 (January 16, 2014 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. CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE 1 134 1 1 DIVISION 8 1 MISCELLANEOUS CONSTRUCTION 8 -01 EROSION CONTROL AND WATER POLLUTION CONTROL 8 -01.3 Construction Requirements General The tenth paragraph of Section 8- 01.3(1) is revised to read: (January 25, 2010) Erodible Soil Eastern Washington 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: 1 . July 1 through September 30 30 days October 1 through June 30 15 days Erosion and Sediment Control (ESC) Lead The second and third paragraphs in Section 8- 01.3(1)B are revised to read: ' (January 7, 2013) The ESC Lead shall implement the TESC Plan. Implementation shall include, but is not limited to: 1. Maintain an on -site TESC plan that reflects current site conditions and work methods. Provide weekly updates to the Project Engineer. 2. Identify arising needs for adaptive management and /or BMPs which were not originally identified in the TESC plan. Coordinate all proposed TESC activities with the Project Engineer. 1 3. Attend all weekly construction meetings and provide an update on current and planned TESC activities. 4. Ensure that all necessary Best Management Practices (BMP) are identified, implemented and maintained throughout construction. 5. Oversee the installation and maintenance of all TESC control BMP's to ' ensure continued performance of their intended function. Damaged or inadequate BMP's shall be corrected immediately through coordination with the Engineer. 1 When a TESC Plan is included in the contract plans, the ESC Lead shall also inspect all disturbed areas, on -site BMP's, and stormwater discharge points at least once every calendar week and within 24 -hours of runoff events in which stormwater discharges from the site. Inspections of temporarily stabilized, inactive sites may be reduced to once every calendar month when approved by the Engineer. The ESC n S F e af shall I be spection submitted Form to (Form the 1 . Engineer no later than the end of the next working day following the inspection. CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE 135 1. 1 8 -14 CEMENT CONCRETE SIDEWALK 1 8 -14.3 Construction Requirements 8- 14.3(3) Placing and Finishing Concrete This section is supplemented with the following: All sidewalk and curb ramps shall be four -inch thick cement concrete over a two inch base of crushed surfacing top course. All sidewalk areas located within a driveway approach area shall be six inch thick cement concrete over a two inch base of crushed surfacing top course. See City of Yakima Standard Detail R -5. 8 -14.4 Measurement Replace the second paragraph with the following: Cement concrete curb ramp type will be measured per each for the complete curb ramp type installed and includes the adjacent curb, curb and gutter, pedestrian curb, sidewalk and the installation of the detectable warning surface. 8 -14.5 Payment 1 Replace the second paragraph with the following: The unit Contract price per each for "Cement Concrete Curb Ramp Type " shall be full pay for installing the curb ramp as specified including the adjacent curb, curb and gutter, pedestrian curb, sidewalk and "Detectable Warning Surface ". This section is also supplemented with the following: All costs required to furnish, place and compact the Crushed Surfacing Top Course beneath the cement concrete sidewalk and curb ramps shall be incidental to, and included in the per square yard unit contract prices for "Cement Concrete Sidewalk" and the per each unit contract prices for "Cement Concrete Curb Ramp Type ". 8 -20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL 1 8 -20.1 Description This section is supplemented with the following: 1 This work shall include adjusting junction boxes to the finished grade of the cement concrete sidewalk, and also include replacing existing signal heads. 1 8 -20.3 Construction Requirements 8- 20.3(6) Junction Boxes, Cable Vaults and Pull Boxes 1 This section is supplemented with the following: Where existing junction boxes are located in the proposed sidewalk or ADA ramp, they shall be adjusted to finish grade prior to placing the concrete. CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE 1 136 1 1 8- 20.3(14)B Signal Heads This section is supplemented with the following: All signal heads that include 8 -inch diameter lenses shall be replaced with signal heads that have all 12 -inch diameter lenses. Heads need to be Black in color, Aluminum construction, (not poly or plastic), Plumbizer mounting, and are fully compliant to the ITE VTCSH LED Circular Supplement specifications (ITE 2007). 1 Where signal heads are replaced, verify that all hardware at the tenants /plum -visor are free • from rust and defects, ensure that all electrical wires at the signal heads are in good working condition, with no brittle insulation or frayed wires. Make repairs and replace wire as needed. All repairs shall meet MOT, MUTCD, NEC, NEMA and NESC requirements. • 8 -20.4 Measurement This section is supplement with the following: Add the following items: Adjust junction box will be measured per each, for each junction box adjusted. ' Remove and replace signal head will be measured per each, for each junction box replaced. No specific unit of measurement will apply to the force account item of "Repair Signal Wiring ". 8 -20.5 Payment This section is supplement with the following: Add the following items: "Adjust Junction Box", per each. The unit contract price per each for "Adjust Junction Box" shall be full pay for all labor, equipment and materials required to adjust the junction box. • 1 "Remove and Replace Signal Head ", per each. The unit contract price per each for "Remove and Replace Signal Head" shall be full pay for all labor, equipment and material required to remove and replace the signal head. "Repair Signal Wiring ", by force account as provided in Section 1 -09.6. i To provide a common Proposal for all Bidders, the Contracting Agency has entered an amount in the Proposal to become a part of the Contractor's total Bid. 1 1' CITYWIDE SAFETY IMPROVEMENTS - 1 T " S 6 AVENUE 137 1 • 1 (August 5, 2013) Standard Plans The State of Washington Standard Plans for Road, Bridge and Municipal Construction M21 -01 transmitted under Publications Transmittal No. PT 13 -037, effective August 5, 2013 is made a part of this contract. The Standard Plans are revised as follows: A -50.10 1 Sheet 2 of 2, Plan, with Single Slope Barrier, reference C -14a is revised to C -70.10 A -50.20 1 Sheet 2 of 2, Plan, with Anchored Barrier, reference C -14a is revised to C -70.10 A -50.30 1 Sheet 2 of 2, Plan (top), reference C -14a is revised to C -70.10 B -10.20 and B -10.40 1 Substitute "step" in lieu of "handhold" on plan B -25.20 1 Add Note 7. See Standard Specification Section 8 -04 for Curb and Gutter requirements B -90.40 Offset & Bend details, add the subtitle, "Plan View" above titles C -16a Note 1, reference C -28.40 is revised to C -20.10 C -16b Note 3, reference C -28.40 is revised to C -20.10 C- 70.10 -00 Elevation, and Barrier Connection Detail, callout for premolded joint filler, revise 1/4" to 3/8" 1 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 1 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 1 /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." CITYWIDE SAFETY IMPROVEMENTS -16 AVENUE 138 1 r C- 75.20 -00 Elevation, callout for premolded joint filler, revise '/" 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- 75.30 -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." 1 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." C -85.14 1 General Notes, Note 1, reference to Standard Plan C -13 is revised to C -70.10 C -85.15 ' General Notes, Note 2, reference to Standard Plan C -13 is revised to C -70.10 C -85.16 CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE 139 1 General Notes, Note 1, reference to Standard Plan C -13 is revised to C -70.10 C -85.18 General Notes, Note 1, reference to Standard Plan C -13 is revised to C -70.10 C -85.20 General Notes, Note 3, reference to Standard Plan C -13 is revised to C -70.10 D -3.10 1 Key Note 7, reference to 1130.04(5).06 is revised to 730.05(5) F -10.12 1 Note 1. See Standard Plan F -30.10 for Curb Expansion and Contraction Joint spacing. Is revised to read; "See Standard Plan F -30.10 for Curb Expansion and Contraction Joint spacing and see Standard Specification section 8 -04 and 9 -04 for additional requirements." F -10.62 Plan Title, Precast Concrete Sloped Mountable Curb is revised to read; "Precast Sloped Mountable Curb" F -10.64 1 Plan Title, Plan Title, Precast Concrete Dual Faced Sloped Mountable Curb is revised to read; "Precast Dual Faced Sloped Mountable Curb" F -30.10 1 Sections, left side of sheet, (4 places), dimension, Sidewalk - 6' - 0" MIN.(See. Contract) is revised to read; "Sidewalk (See Contract)" Section, top middle of sheet, dimension, Sidewalk - 6' - 0" MIN. (See Contract) is revised to read; "Sidewalk (See Contract)" F -80.10 1 callout, top middle of sheet, Match Sidewalk Width See Contract Plans - 4' - 0" MIN. is revised to read; "Match Sidewalk Width See Contract Plans" dimension, PLAN VIEW TYPE 2, (2 places), 4' - 0" MIN, is revised to read; "(See Contract)" dimension, SECTION C, See Contract Plans - 4' - 0" MIN. is revised to read; "See Contract Plans" 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." H -70.20 Sheet 2, Spacing Detail, Mailbox Support Type 1, reference to Standard Plan 1 -70.10 is revised to H -70.10 CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE 140 1 1 1 -50.10 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). I J -10.10 Note 2.The contractor shall install the conduits in the locations shown. Conduits shall extend 2" min. above the coupling. The conduit containing unfused utility conductors shall extend into ' the utility chase is revised to read: "The contractor shall install the conduits in the locations shown. Conduits shall extend 2" min. above the coupling. The grounded end bushing on GRS conduit and the end bell bushing on 1 PVC conduit shall extend 3" max. above the coupling. The conduit containing unfused utility conductors shall extend into the utility chase." Note 4. The cabinets shall be attached to the foundation with 4 each: 1/2" x 12" x 2" x 4" hot dip galv. anchor bolts, washers, and nuts. Stainless steel epoxy anchors may be used as an alternative, and shall be 1/2" diam. x 9 ", or 5/8" diam. x 8 ". Bolts shall extend 1 1/2" min. to 2" max. above the concrete pad is revised to read: "The cabinets shall be attached to the foundation with 4 each: 1 /2" x 12" x 2" x 4" anchor bolts, washers, and nuts conforming to Section 9- 06.5(1) and galvanized after fabrication in accordance with AASHTO M 232. Stainless steel epoxy anchors may be used as an alternative, and shall be 1 /2' diameter x 9 ", or 5/8" diameter x 8 ". Threaded Rod (conforming to 1111 ASTM F 593), washers (conforming to ASTM A 240), and nuts (conforming to ASTM F 594), all shall be Type 304 stainless steel. Bolts shall extend 1 1 /2' min. to 2" max. above the concrete pad." J -10.15 ANCHOR BOLT detail, callout — ASTM A307 with washer and nut — Galvanized per AASHTO M 232 is revised to read; "Anchor bolts, washers, and nuts conforming to Section 9- 06.5(1) 1 and galvanized after fabrication in accordance with AASHTO M 232 " 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" I J -15.15 General Notes, Note 3, reference to Standard Plan J -7c is revised to J -27.15 J -16b 1 Deleted J -16c 1 Deleted J- 20.10 -02 CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE 141 1 1 Foundation Detail, callout, "1/2" diameter steel hex nut, with 1 1 /2" flat washer (2) each req'd per anchor bolt" is revised to read; '1/2" diameter steel heavy hex nut, with '/" flat washer (2) each req'd per anchor bolt J- 20.11 -01 1 Sheet 1, View A, callout, "' /2" x 26" full thread - (4) required '/2" hex nuts - (4) required per anchor bolt" is revised to read; "'/" x 24" full thread - (4) required 1/2" heavy hex nuts ~ (4) required per anchor bolt" 1 Section B, callout, "1/2" diameter steel hex nut, with' /" flat washer, (2) required per anchor bolt" is revised to read; 1/2" diameter steel heavy hex nut, with '1/2" flat washer, (2) required per anchor bolt Sheet 2, Elevation, callout, "Anchor bolt '1/2" x 28" full thread - (4) required 1/2" hex nuts (4) required per anchor bolt" is revised to read: Anchor bolt 3/4" x 36" full thread ' (4) required 3/4" heavy hex nuts - (4) required per anchor bolt" J -20.16 Elevation, callout, "1/4" Premolded Joint Filler" is revised to read; "3/8" Premolded Joint Filler" Add General Note 9. "Junction Box serving the Standard shall preferably be located 5' - 0" (10' - 0" Max.) from the Standard." 1 J- 21.10 -03 Sheet 1, Round Concrete Foundation Detail, Elevation, callout, "3/4" hex nuts, steel, (4) Req'd. per Anchor Bolt" is revised to read; Anchor bolt 3 /4" x 30" full thread - (4) required 3/4" heavy hex nuts, steel, (4) Req'd. per Anchor Bolt Sheet 1, Square Concrete Foundation Detail, Elevation, callout, " hex nuts, steel, (4) Req'd. per Anchor Bolt" is revised to read; Anchor bolt 3 /4" x 30" full thread ~ (4) required 3 /4" heavy hex nuts, steel, (4) Req'd. per Anchor Bolt Sheet 1, Detail C, callout, "Base Plate Assembly - '1/2" Diam. steel hex nut, with 1 1" flat washer, 2 each req'd per anchor bolt - minimum of 2 threads above top of nut or 5/8" maximum (Typ.)" is revised to read; Base Plate Assembly - 3/4" heavy hex nut, with 3/4" flat washer, 2 each req'd per anchor bolt - minimum of 2 threads above top of nut or 5/8" maximum (Typ.)" Sheet 2, Round Concrete Foundation Detail, Elevation, callout, "Anchor Bolts - (4) req'd per assembly (Typ.)" is revised to read; Anchor Bolt 3 /4" x 30" full thread - (4) req'd per assembly (TYp.)" Callout, "3/4" hex nuts, steel - (4) req'd. per anchor bolt" is revised to read; 3/4" heavy hex nuts, steel - (4) req'd. per anchor bolt Sheet 2, Round Concrete Foundation Detail, Elevation, callout, "Anchor Bolts - (4) req'd per assembly (Typ.)" is revised to read; Anchor Bolt 3 /4" x 30" full thread - (4) req'd per assembly (TYp.)" Callout, "3/4" hex nuts, steel - (4) req'd. per anchor bolt" is revised to read; 3/4" heavy hex nuts, steel - (4) req'd. per anchor bolt J- 22.15 -01 1 Ramp Meter Signal Standard, elevation, dimension 4'6" is revised to read; 6' -0" 1 CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE 142 1 1 J -29.10 ' Galvanized Welded Wire Mesh detail, callout - "Drill and Tap for ' /4 " Diam. Cap Screw, 3 Places, @ 9" center, all 4 edges S.S. Screw, ASTM F593 and washer" Is revised to read; "Drill and Tap for 1 /4" Diam. Cap Screw, 3 Places, @ 9" center, all 4 edges S.S. Screw, ASTM F593 and washer. Liberally coat the threads with Anti -seize Compound." I J -29.15 Title, "Camera Pole Standard" is revised to read; "Camera Pole Standard Details" I J -29 -16 Title, "Camera Pole Standard Details" is revised to read; "Camera Pole Details" J -60.14 All references to J -16b (6x) are revised to read; J -60.11 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 ' Detail C, callout - Stainless Steel, selftapping IA" Diam.. Screw w/ S.S. Washer, space approx. 9" O.C. is revised to read; "Stainless Steel, selftapping %4 Diam. Screw w/ S.S. Washer, space approx. 9" O.C., liberally coat the threads with Anti -seize compound" J -75.45 elevation, callout - EQUIPMENT GROUNDING CONDUCTOR - SIZE PER NEC. MINIMUM SIZE # 8 Is revised to read: 1 EQUIPMENT GROUNDING CONDUCTOR - SIZE PER NEC minimum size # 4 AWG Detail D, callout- EQUIPMENT GROUNDING CONDUCTOR - CLAMP . TO STEEL i 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 Detail C, callout - Stainless Steel, selftapping '/4' Diam. Screw w/ S.S. Washer, space approx. 9" O.C. is revised to read; "Stainless Steel, selftapping %4" Diam. Screw w/ S.S. Washer, space approx. 9" O.C., liberally coat the threads with Anti -seize compound" 1 J -90.10 1 CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE 143 1 1 Section B, callout, "Hardware Mounting Rack - S. S. 1 -5/8" Slotted Channel" is revised to 1 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" K -80.30 I In the NARROW BASE, END view, the reference to Std. Plan C -8e is revised to Std. Plan K- 80.35 The following re the Standard Plan numbers applicable at the time this 1' 9 pp project was advertised. The date shown with each plan number is the publication approval date shown in the lower right -hand corner of that plan. Standard Plans showing different dates shall not be used in this contract. A- 10.10 -00 8/7/07 A- 30.35 -00 10/12/07 A- 50.20 -01 9/22/09 1 A- 10.20 -00 10/5/07 A- 40.00 -00 8/11/09 A- 50.30 - 00.......11 /17/08 A- 10.30 -00 10/5/07 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 1 A- 30.10 -00 11/8/07 A- 40.20 -02 5/29/13 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 1 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 B- 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 1, 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 8- 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 B- 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 B- 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 1 C -1 6/16/11 C -6 5/30/97 0- 23.60 -02 6/21/12 C-la 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-lc 5/30/97 C -6d 5/30/97 0- 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 CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE 144 1 1 C -2c 6/21/06 C -8a 7/25/97 C- 40.16 -02 7/2/12 • t 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 1 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 0- 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 C- 20.10 -01 6/20/13 0- 80.20 -00 4/8/12 C -2k 7/27/01 0- 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 0- 80.40 -00 4/8/12 I C -2o 7/13/01 0- 20.18 -01 7/2/12 0- 80.50 -00 4/8/12 C -2p 10/31/03 0- 20.19 -01 7/2/12 C- 85.10 -00 4/8/12 0-3 6/27/11 0- 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 0- 85.14 -00 6/16/11 I C -3b 6/27/11 0- 20.45.01 7/2/12 0- 85.15 -00 6/16/11 C -3c 6/27/11 0- 22.14 -02 6/16/11 C- 85.16 -00 6/16/11 C -4b 6/8/06 C- 22.16 -03 4/18/12 C- 85 -18 -00 6/16/11 1 C -4e 2/20/03 C- 22.40 -02 6/16/10 0- 85.20 -00 6/16/11 C -4f 7/2/12 0- 22.45.00 6/16/11 C- 90.10 -00 7/3/08 I 0- 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 0-4 12/11/98 D- 2.08 -00 11/10/05 0- 2.66 -00 11/10/05 D -6 6/19/98 I 0- 2.14 -00 11/10/05 D- 2.68 -00 11/10/05 D- 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 I 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 0- 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 0- 2.36 -02 1/6/09 D- 2.92 -00 11/10/05 0- 10.40 -01 12/2/08 I D- 2.42 -00 11/10/05 D- 3.09 -00 5/17/12 D- 10.45 -01 12/2/08 O - 2.44 -00 11/10/05 D- 3.10 -01 5/29/13 D- 15.10 -01 12/2/08 D- 2.60 -00 11/10/05 D- 3.11 -02 5/29/13 D- 15.20 -02 6/2/11 I D- 2.62 -00 11/10/05 D- 3.15 -02 6/10/13 D- 15.30 -01 12/02/08 O - 2.46 -00 11/10/05 0- 3.16 -02 5/29/13 I E -1 2/21/07 E -4 8/27/03 E - 5/29/98 E - 4a 8/27/03 I F- 10.12 -02 6/16/11 F- 10.62 -01 9/05/07 F- 40.15 -02 6/20/13 F- 10.16 -00 12/20/06 F- 10.64 -02 7/3/08 F- 40.16 -02 6/20/13 F- 10.18 -00 6/27/11 F- 30.10 -02 6/20/13 F- 45.10 -01 6/21/12 I F- 10.40 -02 6/21/12 F- 40.12 -02 6/20/13 F- 80.10 -02 3/15/12 F- 10.42 -00 1/23/07 F- 40.14 -02 6/20/13 G- 10.10 -00 9/20/07 G- 24.60 -02 5/20/13 G- 70.20- 02....6/10/13 1 G- 20.10 -00 9/20/07 G- 25.10 -04 6/10/13 G- 70.30 -02 6/10/13 G- 22.10 -01 7/3/08 G- 30.10 -02 6/20/13 G- 90.10 -01 5/11/11 G- 24.10 -00 11/8/07 G- 50.10 -01 6/20/13 G-90.20-02.....3/22/13 I G- 24.20 -01 2/7/12 G- 60.10 -02 6/10/13 G- 90.30- 02.....3/25/13 G- 24.30 -01 2/7/12 G- 60.20 -01 6/27/11 G- 90.40 - 01.....10/14/09 G- 24.40 -03 6/20/13 G- 60.30 -01 6/27/11 G- 95.10 -01 6/2/11 I CITYWIDE SAFETY IMPROVEMENTS - 16 AVE NUE 145 1 1 G- 24.50 -02 6/20/13 G- 70.10 -02 6/10/13 G- 95.20 -02 6/2/11 G- 95.30 -02 6/2/11 1 • 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 1 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- 30.20 -00 9/20/07 1- 40.20 -00 9/20/07 ' 1- 30.10 -02 3/22/13 1- 30.30 -01 6/10/13 1- 50.20 -01 6/20/13 1- 30.15 -02 3/22/13 1- 30.40 -01 6/10/13 1- 60.10 -01 6/10/13 1- 30.16 -00 3/22/13 1- 30.60 -00 5/29/13 1- 60.20 -01 6/10/13 1- 30.17 -00 3/22/13 1- 40.10 -00 9/20/07 1- 80.10 -01 8/11/09 J -3 8/1/97. J- 26.15 -01 5/17/12 J- 40.40 -00 5/20/13 J -3b 3/4/05 J- 27.10 -00 3/15/12 J- 50.10 -00 6/3/11 J -3c 6/24/02 J- 27.15 -00 3/15/12 J- 50.11 -00 6/3/11 J -10 7/18/97 J- 28.10 -01 5/11/11 J- 50.12 -00 6/3/11 J- 10.10 -01 5/11/11 J- 28.22 -00 8/07/07 J- 50.15 -00 6/3/11 J- 10.15 -00 7/2/12 J- 28.24 -00 8/07/07 J- 50.16 -01 3/22/13 J- 10.22 -00 5/29/13 J- 28.26 -01 12/02/08 J- 50.20 -00 6/3/11 J- 15.10 -00 5/8/12 J- 28.30 -02 6/27/11 J- 50.25 -00 6/3/11 1 J- 15.15 -00 6/16/10 J- 28.40 -01 10/14/09 J- 50.30 -00 6/3/11 J -16b 2/10/09 J- 28.42 -00 8/07/07 J- 60.05 -00 6/16/11 J -16c 2/10/09 J- 28.45 -01 6/27/11 J- 60.11- 00.......5/20/13 J- 20.10 -02 6/10/13 J- 28.50 -02 6/2/11 J- 60.12- 00.......5/20/13 J- 20.11 -01 6/10/13 J- 28.60 -01 6/2/11 J- 60.13 - 00.......6/16/10 J- 20.15 -02 6/10/13 J- 28.70 -01 5/11/11 J- 60.14 -00 6/16/10 J- 20.16 -01 7/12/12 J- 29.10 -00 6/27/11 J- 75.10 -01 5/11/11 J- 20.20 -02 5/20/13 J- 29.15 -00 6/27/11 J- 75.20 -00 2/10/09 J- 20.26 -01 7/12/12 J- 29.16 -01 6/20/13 J- 75.30 -01 5/11/11 J- 21.10 -03 6/10/13 J- 40.10 -03 5/20/13 J- 75.40 -00 10/14/09 J- 21.15 -01 6/10/13 J- 40.20 -01 5/17/12 J- 75.45 -00 10/14/09 J- 21.16 -01 6/10/13 J- 40.30 -03 5/20/13 J- 90.10 -01 6/27/11 J- 21.17 -01 6/10/13 J- 40.35 -01 5/29/13 J- 90.20 -01 6/27/11 J- 21.20 -01 6/10/13 J- 40.36 -01 5/20/13 J- 22.15 -01 6/10/13 J- 40.37 -01 5/20/13 J- 22.16 -02 6/10/13 J- 40.38 -01 5/20/13 J- 26.10 -02 3/15/12 J- 40.39 -00 5/20/13 K- 70.20 -00 2/15/07 K- 80.10 -00 2/21/07 K- 80.20 -00 12/20/06 K- 80.30 -00 2/21/07 K- 80.35 -00 2/21/07 K- 80.37 -00 2/21/07 1 CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE 146 1 1 L- 10.10 -02 6/21/12 L- 40.10 -02 6/21/12 L- 70.10 -01 5/21/08 1 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 1 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- 65.10 -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 1 1 1 1 1 1 1 1 1 CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE 147 1 1 FHWA -1273 -- Revised May 1, 2012 1 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS • • 1 I. General 3. A breach of any of the stipulations contained in these II. Nondiscrimination Required Contract Provisions may be sufficient grounds for III. Nonsegregated Facilities withholding of progress payments, withholding of final IV. Davis -Bacon and Related Act Provisions payment, termination of the contract, suspension / debarment V. Contract Work Hours and Safety Standards Act or any other action determined to be appropriate by the Provisions contracting agency and FHWA. VI. Subletting or Assigning the Contract VII. Safety: Accident Prevention 4. Selection of Labor: During the performance of this contract, VIII. False Statements Concerning Highway Projects the contractor shall not use convict labor for any purpose IX. Implementation of Clean Air Act and Federal Water within the limits of a construction project on a Federal -aid 1 Pollution Control Act highway unless it is labor performed by convicts who are on X. Compliance' with Governmentwide Suspension and parole, supervised release, or probation. The term Federal -aid Debarment Requirements highway does not include roadways functionally classified as XI. Certification Regarding Use of Contract Funds for local roads or rural minor collectors. 1 Lobbying ATTACHMENTS II. NONDISCRIMINATION A. Employment and Materials Preference for Appalachian The provisions of this section related to 23 CFR Part 230 are I Development Highway System or Appalachian Local Access applicable to all Federal -aid construction contracts and to all Road Contracts (included in Appalachian contracts only) 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. I. GENERAL In addition, the contractor and all subcontractors must comply 1. Form FHWA -1273 must be physically incorporated in each with the following policies: Executive Order 11246, 41 CFR 60, construction contract funded under Title 23 (excluding 29 CFR 1625 -1627, Title 23 USC Section 140, the emergency contracts solely intended for debris removal). The Rehabilitation Act of 1973, as amended (29 USC 794), Title VI contractor (or subcontractor) must insert this form in each of the Civil Rights Act of 1964, as amended, and related subcontract and further require its inclusion in all lower tier regulations including 49 CFR Parts 21, 26 and 27; and 23 CFR subcontracts (excluding purchase orders, rental agreements Parts 200, 230, and 633. and other agreements for supplies or services). The contractor and all subcontractors must comply with: the The applicable requirements of Form FHWA -1273 are requirements of the Equal Opportunity Clause in 41 CFR 60- incorporated by reference for work done under any purchase 1.4(b) and, for all construction contracts exceeding $10,000, order, rental agreement or agreement for other services. The the Standard Federal Equal Employment Opportunity prime contractor shall be responsible for compliance by any Construction Contract Specifications in 41 CFR 60 -4.3. subcontractor, lower -tier subcontractor or service provider. Note: The U.S. Department of Labor has exclusive authority to Form FHWA -1273 must be included in all Federal -aid design- determine compliance with Executive Order 11246 and the build contracts, in all subcontracts and in lower tier policies of the Secretary of Labor including 41 CFR 60, and 29 111 subcontracts (excluding subcontracts for design services, CFR 1625 -1627. The contracting agency and the FHWA have purchase orders, rental agreements and other agreements for the authority and the responsibility to ensure compliance with supplies or services). The design - builder shall be responsible Title 23 USC Section 140, the Rehabilitation Act of 1973, as for compliance by any subcontractor, lower -tier subcontractor amended (29 USC 794), and Title VI of the Civil Rights Act of or service provider. 1964, as amended, and related regulations including 49 CFR Parts 21, 26 and 27; and 23 CFR Parts 200, 230, and 633. Contracting agencies may reference Form FHWA -1273 in bid proposal or request for proposal documents, however, the The following provision is adopted from 23 CFR 230, Appendix Form FHWA -1273 must be ,physically incorporated (not A, with appropriate revisions to conform to the U.S. referenced) in all contracts, subcontracts and lower -tier Department of Labor (US DOL) and FHWA requirements. subcontracts (excluding purchase orders, rental agreements and other agreements for supplies or services related to a 1. Equal Employment Opportunity: Equal employment construction contract). opportunity (EEO) requirements not to discriminate and to take affirmative action to assure equal opportunity as set forth • 2. Subject to the applicability criteria noted in the following under laws, executive orders, rules, regulations (28 CFR 35, sections, these contract provisions shall apply to all work 29 CFR 1630, 29 CFR 1625 -1627, 41 CFR 60 and 49 CFR 27) performed on the contract by the contractor's own organization . and orders of the Secretary of Labor as modified by the and with the assistance of workers under the contractor's provisions prescribed herein, and imposed pursuant to 23 immediate superintendence and to all work performed on the U.S.C. 140 shall constitute the EEO and specific affirmative contract by piecework, station work, or by subcontract. action standards for the contractor's project activities under CITYWIDE SAFETY IMPROVEMENTS —16 AVENUE 1 148 • • 1 . • 1 this contract. The provisions of the Americans with Disabilities 4. Recruitment: When advertising for employees, the Act of 1990 (42 U.S.C. 12101 et seq.) set forth under 28 CFR contractor will include in all advertisements for employees the . 35 and 29 CFR 1630 are incorporated by reference in this notation: An Equal Opportunity Employer." All such 111 contract. In the execution of this contract, the contractor advertisements will be placed in publications having a large agrees to comply with the following minimum specific circulation among minorities and women in the area from requirement activities of EEO: which the project work force would normally be derived. a. The contractor will work with the contracting agency and a. The contractor will, unless precluded by a valid I the Federal Government to ensure that it has made every bargaining agreement, conduct systematic and direct good faith effort to provide equal opportunity with respect to all recruitment through public and private employee referral • of its terms and conditions of employment and in their review . sources likely to yield qualified minorities and women. To of activities under the contract. meet this requirement, the contractor will identify sources of potential minority group employees, and establish with such b. The contractor will accept as its operating policy the identified sources procedures whereby minority and women following statement: applicants may be referred to the contractor for employment consideration. II "It is the policy of this Company to assure that applicants are employed, and that employees are treated during b. In the event the contractor has a valid bargaining • employment, without regard to their race, religion, sex, color, agreement providing for exclusive hiring hall referrals, the national origin, age or disability. Such action shall include: contractor is expected to observe the provisions of that employment, upgrading, demotion, or transfer; recruitment or agreement to the extent that the system meets the contractors recruitment advertising; layoff or termination; rates of pay or compliance with EEO contract provisions. Where other forms. of compensation; and selection for training, implementation of such an agreement has the effect of including apprenticeship, pre- apprenticeship, and /or on -the- discriminating against minorities or women, or obligates the job training." contractor to do the same, such implementation violates 1 Federal nondiscrimination provisions. 2. EEO Officer: The contractor will designate and make known to the contracting officers an EEO Officer who will have c. The contractor will encourage its present employees to the responsibility for and must be capable of effectively refer minorities and women as applicants for employment. ' administering and promoting an active EEO program and who Information and procedures with regard to referring such must be assigned adequate authority and responsibility to do applicants will be discussed with employees. so. 5. Personnel Actions: Wages, working conditions, and 1 3. Dissemination of Policy: All members of the contractors employee benefits shall be established and administered, and staff who are authorized to hire, supervise, promote, and personnel actions of every type, including hiring, upgrading, discharge employees, or who recommend such action, or who promotion, transfer, demotion, layoff, and termination, shall be are substantially involved in such action, will be made fully taken without regard to race, color, religion, sex, national cognizant of, and will implement, the contractor's EEO policy origin, age or disability. The following procedures shall be 1 and contractual responsibilities to provide EEO in each grade followed: and classification of employment. To ensure that the above agreement will be met, the following actions will be taken as a a. The contractor will conduct periodic inspections of project minimum: sites to insure that working conditions and employee facilities I do not indicate discriminatory treatment of project site a. Periodic meetings of supervisory and personnel office personnel. employees will be conducted before the start of work and then not less often than once every six months, at which time the b. The contractor will periodically evaluate the spread of contractor's EEO policy and its implementation will be wages paid within each classification to determine any reviewed and explained. The meetings will be conducted by evidence of discriminatory wage practices. the EEO Officer. c. The contractor will periodically review selected personnel b. All new supervisory or personnel office employees will be actions in depth to determine whether there is evidence of I given a thorough indoctrination by the EEO Officer, covering discrimination. Where evidence is found, the contractor will all major aspects of the • contractors EEO obligations within promptly take corrective action. If the review indicates that the thirty days following their reporting for 'duty with the contractor. discrimination may extend beyond the actions reviewed, such corrective action shall include all affected persons. c. All personnel who are engaged in direct recruitment for 1 the project will be instructed by the EEO Officer in the d. The contractor will promptly investigate all complaints of contractor's procedures for locating and hiring minorities and alleged discrimination made to the contractor in connection women. with its obligations under this contract, will attempt to resolve such complaints, and will take appropriate corrective action I d. Notices and posters setting forth the contractors EEO within a reasonable time. If the investigation indicates that the policy will be placed in areas readily accessible to employees, discrimination may affect persons other than the complainant, applicants for employment and potential employees. such corrective action shall include such other persons. Upon completion of each investigation, the contractor will inform e. The contractors EEO policy and the procedures to every complainant of all of their avenues of appeal. implement such policy will be brought to the attention of employees by means of meetings, employee handbooks, or 6. Training and Promotion: other appropriate means. a. The contractor will assist in locating, qualifying, and 1 increasing the skills of minorities and women who are 1 CITYWIDE SAFETY IMPROVEMENTS — 16 AVENUE 149 . 1 applicants for employment or current employees. Such efforts with the requirements for and comply with the Americans with 1 should be aimed at developing full journey level status Disabilities Act and all rules and regulations established there employees in the type of trade or job classification involved. under. Employers must provide reasonable accommodation in all employment activities unless to do so would cause an b. Consistent with the contractor's work force requirements undue hardship. and as permissible under Federal and State regulations, the contractor shall make full use of training programs, i.e., 9. Selection of Subcontractors, Procurement of Materials apprenticeship, and on- the -job training programs for the and Leasing of Equipment: The contractor shall not ' geographical area of contract performance. In the event a discriminate on the grounds of race, color, religion, sex, special provision for training is provided under this contract, national origin, age or disability in.the selection and retention this subparagraph will be superseded as indicated in the of subcontractors, including procurement of materials and special provision. The contracting agency may reserve leases of equipment. The contractor shall take all necessary training positions for persons who receive welfare assistance and reasonable steps to ensure nondiscrimination in the in accordance with 23 U.S.C. 140(a). administration of this contract. - c. The contractor will advise employees and applicants for a. The contractor shall notify all potential subcontractors and employment of available training programs and entrance suppliers and lessors of their EEO obligations under this I requirements for each. contract. d. The contractor will periodically review the training and b. The contractor will use good faith efforts to ensure promotion potential of employees who are minorities and subcontractor compliance with their EEO obligations. I women and will encourage eligible employees to apply for such training and promotion. 10. Assurance Required by 49 CFR 26.13(b): 7. Unions: If the contractor relies in whole or in part upon unions as a source of employees, the contractor will use good a. The requirements of 49 CFR Part 26 and the State • faith efforts to obtain the cooperation of such unions to DOT's U.S. DOT - approved DBE program are incorporated by increase opportunities for minorities and women. Actions by reference. the contractor, either directly or through a contractor's • association acting as agent, will include the procedures set b. The contractor or subcontractor shall not discriminate on I forth below: the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out a. The contractor will use good faith efforts to develop, in applicable requirements of 49 CFR Part 26 in the award and cooperation with the unions, joint training programs aimed administration of DOT - assisted contracts. Failure by the ' toward qualifying more minorities and women for membership contractor to carry out these requirements is a material breach in the unions and increasing the skills of minorities and women of this contract, which may result in the termination of this so that they may qualify for higher paying employment. contract or such other remedy as the contracting agency deems appropriate. . b. The contractor will use good faith efforts to incorporate an EEO clause into each union agreement to the end that such 11. Records and Reports: The contractor shall keep such union will be contractually bound to refer applicants without records as necessary to document compliance with the EEO regard to their race, color, religion, sex, national origin, age or requirements. Such records shall be retained for a period of disability. three years following the date of the final payment to the contractor for all contract work and shall be available at c. The contractor is to obtain information as to the referral reasonable times and places for inspection by authorized practices and policies of the labor union except that to the representatives of the contracting agency and the FHWA. extent such information is within the exclusive possession of the labor union and such labor union refuses to furnish such a. The records kept by the contractor shall document the 1 information to the contractor, the contractor shall so certify to following: the contracting agency and shall set forth what efforts have been made to obtain such information. (1) The number and work hours of minority and non - minority group members and women employed in each work I d. In the event the union is unable to provide the contractor classification on the project; • with a reasonable flow of referrals within the time limit set forth in the collective bargaining agreement, the contractor will, (2) The progress and efforts being made in cooperation through independent recruitment efforts, fill the employment with unions, when applicable, to increase employment vacancies without regard to race, color, religion, sex, national opportunities for minorities and women; and origin, age or disability; making full efforts to obtain qualified • and /or qualifiable minorities and women. The failure of a union (3) The progress and efforts being made in locating, hiring, to provide sufficient referrals (even though it is obligated to training, qualifying, and upgrading minorities and women; provide exclusive referrals under the terms of a collective bargaining agreement) does not relieve the contractor from the b. The contractors and subcontractors will submit an annual requirements of this paragraph. In the event the union referral report to the contracting agency each July for the duration. of practice prevents the contractor from meeting the obligations the project, indicating the number of minority, women, and pursuant to Executive Order 11246, as amended, and these non - minority group employees currently engaged in each work special provisions, such contractor shall immediately notify the classification required by the contract work. This information is contracting agency. to be reported on Form FHWA -1391. The staffing data should represent the project work force on board in all or any part of 8. Reasonable Accommodation for Applicants / the last payroll period preceding the end of July. If on- the -job Employees with Disabilities: The contractor must be familiar training is being required by special provision, the contractor - I CITYWIDE SAFETY IMPROVEMENTS — 16 AVENUE 1 150 • • • III • 0 will be required to collect and report training data. The . of paragraph 1.d. of this section; also, regular contributions employment data should reflect the work force on board during made or costs incurred for more than a weekly period (but not all or any part of the last payroll period preceding the end of less often than quarterly) under plans, funds, or programs 0 • July. which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate III. NONSEGREGATED FACILITIES wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to This provision is applicable to all Federal -aid construction skill, except as provided in 29 CFR 5.5(a)(4). Laborers or contracts and to all related construction subcontracts of mechanics performing work in more than one classification $10,000 or more. - may be compensated at the rate specified for each classification for the time actually worked therein: Provided, 0 The contractor must ensure that facilities provided for That the employer's payroll records accurately set forth the employees are provided in such a manner that segregation on time spent in each classification in which work is performed. the basis of race, color, religion, sex, or national origin cannot The wage determination (including any additional classification result. The contractor may neither require such segregated and wage rates conformed under paragraph 1.b. of this I use by written or oral policies nor tolerate such use by section) and the Davis Bacon poster (WH -1321) shall be employee custom. The contractors obligation extends further posted at all times by the contractor and its subcontractors at to ensure that its employees are not assigned to perform their the site of the work in a prominent and accessible place where services at any location, under the contractors control, where it can be easily seen by the workers. the facilities are segregated. The term "facilities" includes I waiting rooms, work areas, restaurants and other eating areas, b.(1) The contracting officer shall require that any class of time clocks, restrooms, washrooms, locker rooms, and other laborers or mechanics, including helpers, which is not listed in storage or dressing areas, parking lots, drinking fountains, the wage determination and which is to be employed under the recreation or entertainment areas, transportation, and housing contract shall be classified in conformance with the wage 1 provided for employees. The contractor shall provide separate determination. The contracting officer shall approve an or single -user restrooms and necessary dressing or sleeping additional classification and wage rate and fringe benefits areas to assure privacy between sexes. therefore only when the following criteria have been met: • I IV. DAVIS -BACON AND RELATED ACT PROVISIONS (i) The work to be performed by the classification requested is not performed by a classification in the wage This section is applicable to all Federal -aid construction determination; and • II projects exceeding $2,000 and to all related subcontracts and lower -tier subcontracts (regardless of subcontract size). The (ii) The classification is utilized in the area by the requirements apply to all projects located within the right -of- construction industry; and way of a roadway that is functionally classified as Federal -aid highway. This excludes roadways functionally classified as • I local roads or rural minor collectors, which are exempt. (iii) The proposed wage rate, including any bona fide Contracting agencies may elect to apply these requirements to fringe benefits, bears a reasonable relationship to the other projects. wage rates contained in the wage determination. I The following provisions are from the U.S Department of Labor regulations in 29 CFR 5.5 "Contract provisions and (2) If the contractor and the laborers and mechanics to be employed in the classification- (if known), or their related matters" with minor revisions to conform to the FHWA- representatives, and the contracting officer agree on the 1273 format and FHWA program requirements. classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of 1 . the action taken shall be sent by the contracting officer to the 1. Minimum wages Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, a. All laborers and mechanics employed or working upon Washington, DC 20210. The Administrator, or an authorized the site of the work, will be paid unconditionally and not less representative, will approve, modify, or disapprove every often than once a week, and without subsequent deduction or additional classification action within 30 days of receipt and rebate on any account (except such payroll deductions as are so advise the contracting officer or will notify the contracting permitted by regulations issued by the Secretary of Labor officer within the 30 day period that additional time is under the Copeland Act (29 CFR part 3)), the full amount of necessary. wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at rates not less (3) In the event the contractor, the laborers or mechanics than those contained in the wage determination of the to be employed in the classification or their representatives, • I Secretary of Labor which is attached hereto and made a part and the contracting officer do not agree on the proposed hereof, regardless of any contractual relationship which may classification and wage rate (including the amount be alleged to exist between the contractor and such laborers designated for fringe benefits, where appropriate), the and mechanics. contracting officer shall refer the questions, including the • views of all interested parties and the recommendation of the Contributions made or costs reasonably anticipated for bona contracting officer, to the Wage and Hour Administrator for fide fringe benefits under section 1(b)(2) of the Davis Bacon determination. The Wage and Hour Administrator, or an Act on behalf of laborers or mechanics are considered wages authorized representative, will issue a determination within paid to such laborers or mechanics, subject to the provisions 30 days of receipt and so advise the contracting officer or 1 I CITYWIDE SAFETY IMPROVEMENTS —16 AVENUE 151 • Y _ • will notify the contracting officer within the 30 -day period that Bacon Act, the contractor shall maintain records which show 1 additional time is necessary. that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the • • (4) The wage rate (including fringe benefits where plan or program has been communicated in writing to the appropriate) determined pursuant to paragraphs 1.b.(2) or laborers or mechanics affected, and records which show the 1.b.(3) of this section, shall be paid to all workers performing costs anticipated or the actual cost incurred in providing such work in the classification under this contract from the first benefits. Contractors employing apprentices or trainees under day on which work is performed in the classification. approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of 1 trainee programs, the registration of the apprentices and c. Whenever the minimum wage rate prescribed in the trainees, and the ratios and wage rates prescribed in the contract for a class of laborers or mechanics includes a fringe applicable programs. 1 • benefit which is not expressed as an hourly rate, the contractor shall either pay the benefit as stated in the wage determination b.(1) The contractor shall submit weekly for each week in or shall pay another bona fide fringe benefit or an hourly cash which any contract work is performed a copy of all payrolls to equivalent thereof. the contracting agency. The payrolls submitted shall set out • accurately and completely all of the information required to be d. If the contractor does not make payments to a trustee or maintained under 29 CFR 5.5(a)(3)(i), except that full social other third person, the contractor may consider as part of the security numbers and home addresses shall not be included wages of any laborer or mechanic the amount of any costs on weekly transmittals. Instead the payrolls shall only need to reasonably anticipated in providing bona fide fringe benefits include an individually identifying number for each employee under a plan or program, Provided, That the Secretary of e.g. , the last four digits of the employee's social security Labor has found, upon the written request of the contractor, number). The required weekly payroll information may be that the applicable standards of the Davis -Bacon Act have submitted in any form desired. Optional Form WH -347 is been met. The Secretary of Labor may require the contractor available for this purpose from the Wage and Hour Division 1 to set aside in a separate account assets for the meeting of Web site at http: / /www.dol.gov /esa /whd /forms /wh347instr.htm obligations under the plan or program. or its successor site. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. 2. Withholding Contractors and subcontractors shall maintain the full social 1 security number and current address of each covered worker, and shall provide them upon request to the contracting agency The contracting agency shall upon its own action or upon for transmission to the State DOT, the FHWA or the Wage and written request of an authorized representative of the Hour Division of the Department of Labor for purposes of an Department of Labor, withhold or cause to be withheld from investigation or audit of compliance with prevailing wage the contractor under this contract, or any other Federal requirements. It is not a violation of this section for a prime • contract with the same prime contractor, or any other federally- contractor to require a subcontractor to provide addresses and assisted contract subject to Davis -Bacon prevailing wage social security numbers to the prime contractor for its own requirements, which is held by the same prime contractor, so records, without weekly submission to the contracting agency.. much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, (2) Each payroll submitted shall be accompanied by a including apprentices, trainees, and helpers, employed by the "Statement of Compliance," signed by the contractor or • contractor or any subcontractor the full amount of wages subcontractor or his or her agent who pays or supervises the required by the contract. In the event of failure to pay any payment of the persons employed under the contract and shall laborer or mechanic, including any apprentice, trainee, or certify the following: 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 (i) That the payroll for the payroll period contains the may be necessary to cause the suspension of any further information required to be provided under §5.5 (a)(3)(ii) of payment, advance, or guarantee of funds until such violations Regulations, 29 CFR part 5, the appropriate information is have ceased. - being maintained under §5.5 (a)(3)(i) of Regulations, 29 CFR part 5, and that such information is correct and 11 3. Payrolls and basic records complete; • a. Payrolls and basic records relating thereto shall be (ii) That each laborer or mechanic (including each helper, apprentice, and trainee) employed on the contract maintained by the contractor during the course of the work and preserved for a period of three years thereafter for all laborers during the payroll period has been paid the full weekly and mechanics working at the site of the work. Such records wages earned, without rebate, either directly or indirectly, shall contain the name,' address, and social security number of and that no deductions have been made either directly or each such worker, his or her correct classification, hourly rates indirectly from the full wages earned, other than wages permissible deductions as set forth in Regulations, 29 CFR of wa g paid (including rates of contributions or costs part 3; • 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, (iii) That each laborer or mechanic has been paid not deductions made and actual wages paid. Whenever the less than the applicable wage rates and fringe benefits or 1 Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) that cash equivalents for the classification of work performed, the wages of any laborer or mechanic include the amount of as specified in the applicable wage determination any costs reasonably anticipated in providing benefits under a incorporated into the contract. plan or program described in section 1(b)(2)(B) of the Davis- 1 CITYWIDE SAFETY IMPROVEMENTS — 16 AVENUE 1 152 • 1 • • II (3) The weekly submission of a properly executed rate specified • in • the applicable wage determination. certification set forth on the reverse side of Optional Form Apprentices shall be paid fringe benefits in accordance with WH -347 shall satisfy the requirement for submission of the the provisions of the apprenticeship program. If the II "Statement of Compliance" required by paragraph 3.b.(2) of this section. 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 (4) The falsification of any of the above certifications may classification. If the Administrator determines that a different 1 subject the contractor or subcontractor to civil or criminal practice prevails for the applicable apprentice classification, prosecution under section 1001 of title 18 and section 231 of fringes shall be paid in •accordance with that determination. title 31 of the United States Code. • • In the event the Office of Apprenticeship Training, Employer II c. The contractor or subcontractor shall make the records and Labor Services, or a State Apprenticeship Agency required under paragraph 3.a. of this section available for recognized by the Office, withdraws approval of an inspection, copying, or transcription by authorized apprenticeship program, the contractor will no longer be representatives of the contracting agency, the State DOT, the permitted to utilize apprentices at less than the applicable FHWA, or the Department of Labor, and shall permit such predetermined rate for the work performed until an acceptable I representatives to interview employees during working hours program is approved. • on the job. If the contractor or subcontractor fails to submit the required records or to make them available, the FHWA may, b. Trainees (programs of the USDOL). after written notice to the contractor, the contracting agency or the State DOT, take such action as may be necessary to Except as provided in 29 CFR 5.16, trainees will not be cause the suspension of any further payment, advance, or permitted to work at less than the predetermined rate for the guarantee of funds. Furthermore, failure to submit the required work performed unless they are employed pursuant to and records upon request or to make such records available may individually registered in a program which has received prior I be grounds for debarment action pursuant to 29 CFR 5.12. approval, evidenced by formal certification by the U.S. • Department of Labor, Employment and Training 4. Apprentices and trainees Administration. I a. Apprentices (programs of the USDOL). The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the • • Apprentices will be permitted to work at less than the Employment and Training Administration. I predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide Every trainee must be paid at not less than the rate specified apprenticeship program registered with the U.S. Department of in the approved program for the trainee's level of progress, • Labor, Employment and Training Administration, Office of expressed as a percentage of the journeyman hourly rate Apprenticeship Training, Employer and Labor Services, or with specified in the applicable wage determination. Trainees shall a State Apprenticeship Agency recognized by the Office, or if a be paid fringe benefits in accordance with the provisions of the person is employed in his or her first 90 days of probationary trainee program. If the trainee program does not mention • employment as an apprentice in such an apprenticeship fringe benefits, trainees shall be paid the full amount of fringe program, who is not individually registered in the program, but benefits listed on the wage determination unless the who has been certified by the Office of Apprenticeship Administrator of the Wage and Hour Division determines that Training, Employer and Labor Services or a State there is an apprenticeship program associated with the Apprenticeship Agency (where appropriate) to be eligible for corresponding journeyman wage rate on the wage probationary employment as an apprentice. determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee The allowable ratio of apprentices to journeymen on the job rate who is not registered and participating in a training plan site in any craft classification shall not be greater than the ratio approved by the Employment and Training Administration shall permitted to the contractor as to the entire work force under be paid not less than the applicable wage rate on the wage • the registered program. Any worker listed on a payroll at an determination for the classification of work actually performed. • I apprentice wage rate, who is not registered or otherwise In addition, any trainee performing work on the job site in employed as stated above, shall be paid not less than the excess of the ratio permitted under the registered program applicable wage rate on the wage determination for the shall be paid not less than the applicable wage rate on the classification of work actually performed. In addition, any wage determination for the work actually performed. III apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not In the event the Employment and Training Administration less than the applicable wage rate on the wage determination withdraws approval of a training program, the contractor will no for the work actually performed. Where a contractor is longer be permitted to utilize trainees at less than the . performing construction on a project in a locality other than applicable predetermined rate for the work performed until an that in which its program is registered, the ratios and wage acceptable program is approved. rates (expressed in percentages of the journeyman's hourly rate) specified in the contractor's or subcontractor's registered c. Equal employment opportunity. The utilization of program shall be observed. . apprentices, trainees and journeymen under this part shall be in conformity with the equal employment opportunity Every apprentice must be paid at not less than the rate requirements of Executive Order 11246, as amended, and 29 specified in the registered program for the apprentice's level of CFR part 30. progress, expressed as a percentage of the journeymen hourly I • 1 . ; CITYWIDE SAFETY IMPROVEMENTS — 16 AVENUE • 153 • 1 d. Apprentices and Trainees (programs of the U.S. DOT). 1 Apprentices and trainees working under apprenticeship V. CONTRACT WORK HOURS AND SAFETY A PP g pprenticeship and STANDARDS ACT 1 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 The following clauses apply to any Federal -aid construction subject to the requirements of paragraph 4 of this Section IV. contract in an amount in excess of $100,000 and subject to the The straight time hourly wage rates for apprentices and • overtime provisions of the Contract Work Hours and Safety trainees under such programs will be established by the Standards Act. These clauses shall be inserted in addition to • particular programs. The ratio of apprentices and trainees to the clauses required by 29 CFR 5.5(a) or 29 CFR 4.6. As journeymen shall not be greater than permitted by the terms of used in this paragraph, the terms laborers and mechanics the particular program. include watchmen and guards. 1 5. Compliance with Copeland Act requirements. The 1. Overtime requirements. No contractor or subcontractor contractor shall comply with the requirements of 29 CFR part contracting for any part of the contract work which may require 3, which are incorporated by reference in this contract. or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any 1 6. Subcontracts. The contractor or subcontractor shall insert workweek in which he or she is employed on such work to Form FHWA -1273 in any subcontracts and also require the work in excess of forty hours in such workweek unless such subcontractors to include Form FHWA -1273 in any lower tier laborer or mechanic receives compensation at a rate not less 1 subcontracts. The prime contractor shall be responsible for the than one and one-half times the basic rate of pay for all hours compliance by any subcontractor or lower tier subcontractor worked in excess of forty hours in such workweek. with all the contract clauses in 29 CFR 5.5. 2. Violation; liability for unpaid wages; liquidated 1 7. Contract termination: debarment. • A breach of the damages. In the event of any violation of the clause set forth contract clauses in 29 CFR 5.5 may be grounds for termination in paragraph (1.) of this section, the contractor and any of the contract, and for debarment as a contractor and a subcontractor responsible therefor shall be liable for the subcontractor as provided in 29 CFR 5.12. unpaid wages. In addition, such contractor and subcontractor 1 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 8. Compliance with Davis -Bacon and Related Act District or to such territory), for liquidated damages. Such requirements. All rulings and interpretations of the Davis - liquidated damages shall be computed with respect to each Bacon and Related Acts contained in 29 CFR parts 1, 3, and 5 individual laborer or mechanic, including watchmen and are herein incorporated by reference in this contract. guards, employed in violation of the clause set forth in 1 paragraph (1.) of this section, in the sum of $10 for each 9. Disputes concerning labor standards. Disputes arising calendar day on which such individual was required or out of the labor standards provisions of this contract shall not permitted to work in excess of the standard workweek of forty be subject to the general disputes clause of this contract. Such hours without payment of the overtime wages required by the 1 disputes shall be resolved in accordance with the procedures clause set forth in paragraph (1.) of this section. of the Department of Labor set forth in 29 CFR parts 5, 6, and • 7. Disputes within the meaning of this clause include disputes 3. Withholding for unpaid wages and liquidated damages. between the contractor (or any of its subcontractors) and the The FHWA or the contacting agency shall upon its own action 1 contracting agency, the U.S. Department of Labor, or the or upon written request of an authorized representative of the employees or their representatives. Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the 10. Certification of eligibility. contractor or subcontractor under any such contract or any 1 other Federal contract with the same prime contractor, or any other federally- assisted contract subject to the Contract Work a. By entering into this contract, the contractor certifies that Hours and Safety Standards Act, which is held by the same neither it (nor he or she) nor any person or firm who has an prime contractor, such sums as may be determined to be interest in the contractor's firm is a person or firm ineligible to necessary to satisfy any liabilities of such contractor or be awarded Government contracts by virtue of section 3(a) of subcontractor for unpaid wages and liquidated damages as the Davis -Bacon Act or 29 CFR 5.12(a)(1). provided in the clause set forth in paragraph (2.) of this section. b. No part of this contract shall be subcontracted to any person 1 or firm ineligible for award of a Government contract by virtue 4. Subcontracts. The contractor or subcontractor shall insert of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1). in any subcontracts the clauses set forth in paragraph (1.) through (4.) of this section and also a clause requiring the 1 c. The penalty for making false statements is prescribed in the subcontractors to include these clauses in any lower tier U.S. The p lt for making U.S.C. 1001. 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. 1 • 1 CITYWIDE SAFETY IMPROVEMENTS — 16 AVENUE 1 154 1 -. ' evidenced in writing and that it contains all pertinent provisions • VI. SUBLETTING OR ASSIGNING THE CONTRACT and requirements of the prime contract. . II This provision is applicable to all Federal -aid construction contracts on the National Highway System. 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 1. The contractor shall perform with its own organization requirements. 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 • VII. SAFETY: ACCIDENT PREVENTION designated by the contracting agency. Specialty items may be . performed by subcontract and the amount of any such T h i s p r o v i s i o n i s applicable to all Federal- ' specialty items performed may be deducted from the total aid construction contracts and to all related subcontracts. • original contract price before computing the amount of work required to be performed by the contractor's own organization 1. In the performance of this contract the contractor shall (23 CFR 635.116). comply with all applicable Federal, State, and local laws governing safety, health, and sanitation (23 CFR 635). The a. The term "perform work with its own organization" refers contractor shall provide all safeguards, safety devices and to workers employed or leased by the prime contractor, and protective equipment and take any other needed actions as it equipment owned or rented by the prime contractor, with or determines, or as the contracting officer may determine, to be without operators. Such term does not include employees or reasonably necessary to protect the life and health of I equipment of a subcontractor or lower tier subcontractor, employees on the job and the safety of the public and to agents of the prime contractor, or any other assignees. The protect property in connection with the performance of the term may include payments for the costs of hiring leased work covered by the contract. employees from an employee leasing firm meeting all relevant • I Federal and State regulatory requirements. Leased 2. It is a condition of this contract, and shall be made a employees may only be included in this term if the prime condition of each subcontract, which the contractor enters into contractor meets all of the following conditions: pursuant to this contract, that the contractor and any subcontractor shall not permit any employee, in performance (1) the prime contractor maintains control over the of the contract, to work in surroundings or under conditions supervision of the day -to -day activities of the leased which are unsanitary, hazardous or dangerous to his /her employees; health or safety, as determined under construction safety and (2) the prime contractor remains responsible for the quality health standards (29 CFR 1926) promulgated by the Secretary of the work of the leased employees; of Labor, in accordance with Section 107 of the Contract Work I (3) the prime contractor retains all power to accept or Hours and Safety Standards Act (40 U.S.C. 3704). exclude individual employees from work on the project; and (4) the prime contractor remains ultimately responsible for 3. Pursuant to 29 CFR 1926.3, it is a condition of this contract the payment of predetermined minimum wages, the that the Secretary of Labor or authorized representative submission of payrolls, statements of compliance and all thereof, shall have right of entry to any site of contract other Federal regulatory requirements. • performance to inspect or investigate the matter of compliance with the construction safety and health standards and to carry b. "Specialty Items" shall be construed to be limited to work out the duties of the Secretary under Section 107 of the that requires highly specialized knowledge, abilities, or Contract Work Hours and Safety Standards Act (40 equipment not ordinarily available in the type of contracting U.S.C.3704). 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. VIII. FALSE STATEMENTS CONCERNING HIGHWAY • PROJECTS 2. The contract amount upon which the requirements set forth in paragraph (1) of Section VI is computed includes the cost of T h i s p r o v i s i o n i s applicable to all Federal - material and manufactured products which are to be aid construction contracts and to all related subcontracts. purchased or produced by the contractor under the contract I provisions. In order to assure high quality and durable construction in conformity with approved plans and specifications and a high 3. The contractor shall furnish (a) a competent superintendent degree of reliability on statements and representations made or supervisor who is employed by the firm, has full authority to by engineers, contractors, suppliers, and workers on Federal- ' direct performance of the work in accordance with the contract aid highway projects, it is essential that all persons concerned requirements, and is in charge of all construction operations with the project perform their functions as carefully, thoroughly, (regardless of who performs the work) and (b) such other of its and honestly as possible. Willful falsification, distortion, or own organizational resources (supervision, management, and misrepresentation with respect to any facts related to the engineering services) as the contracting officer determines is project is a violation of Federal law. To prevent any necessary to assure the performance of the contract. misunderstanding regarding the seriousness of these and similar acts, Form FHWA -1022 shall be posted on each 4. No portion of the contract shall be sublet, assigned or Federal -aid highway project (23 CFR 635) in one or more otherwise disposed of except with the written consent of the places where it is readily available to all persons concerned I contracting officer, or authorized representative, and such with the project: 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 18 U.S.C. 1020 reads as follows: I contracting agency has assured that each subcontract is • CITYWIDE SAFETY IMPROVEMENTS — 16 AVENUE - 1 55 - • • . .1 "Whoever, being an officer, agent, or employee of the United • covered transaction. The prospective first tier participant shall e States, or of any State or Territory, or whoever, whether a submit an explanation of why it cannot provide the certification person, association, firm, or corporation, knowingly makes any set out below. The certification or explanation will be . false statement, false representation, or false report as to the considered in connection with the department or agency's character, quality, quantity, or cost of the material used or to determination whether to enter into this transaction. However, be used or the quantity or quality of the work performed or to failure of the prospective first tier participant to furnish a be performed, or the cost thereof in connection with the certification or an explanation shall disqualify such a person submission of plans, maps, specifications, contracts, or costs from participation in this transaction. of construction on any highway or related project submitted for approval to the Secretary of Transportation; or c. The certification in this clause is a material representation of fact upon which reliance was placed when the contracting Whoever knowingly makes any false statement, false agency determined to enter into this transaction. If it is later 1 representation, false report or false claim with respect to the determined that the prospective participant knowingly rendered character, quality, quantity, or cost of any work performed or to an erroneous certification, in addition to other remedies be performed, or materials furnished or to be furnished, in available to the Federal Government, the contracting agency connection with the construction of any highway or related may terminate this transaction for cause of default. project approved by the Secretary of Transportation; or . d. The prospective first tier participant shall provide Whoever knowingly makes any false statement or false immediate written notice to the contracting agency to whom representation as to material fact in any statement, certificate, this proposal is submitted if any time the prospective first tier or report submitted pursuant to provisions of the Federal -aid participant learns that its certification was erroneous when Roads Act approved July 1, 1916, (39 Stat. 355), as amended submitted or has become erroneous by reason of changed and supplemented; circumstances. Shall be fined under this title or imprisoned not more than 5 e. The terms "covered transaction," "debarred," I years or both." "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 IX. IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL Transactions" refers to any covered transaction between a WATER POLLUTION CONTROL ACT grantee or subgrantee of Federal funds and a participant (such I - as the prime or general contract). "Lower Tier Covered This provision is applicable to all Federal -aid construction Transactions" refers to any covered transaction under a First contracts and to all related subcontracts. Tier Covered Transaction (such as subcontracts). "First Tier Participant" refers to the participant who has entered into a 1 By submission of this bid /proposal or the execution of this covered transaction with a grantee or subgrantee of Federal contract, or subcontract, as appropriate, the bidder, proposer, funds (such as the prime or general contractor). "Lower Tier Federal -aid construction contractor, or subcontractor, as Participant" refers any participant who has entered into a appropriate, will be deemed to have stipulated as follows: • covered transaction with a First Tier Participant or other Lower Tier Participants (such as subcontractors and suppliers). I 1. That any person who is or will be utilized in the performance of this contract is not prohibited from receiving an f. The prospective first tier participant agrees by submitting award due to a violation of Section 508 of the Clean Water Act this proposal that, should the proposed covered transaction be or Section 306 of the Clean Air Act. entered into, it shall not knowingly enter into any lower tier I 2. That the contractor agrees to include or cause to be covered transaction with a person who is debarred, included the requirements of paragraph (1) of this Section X in suspended, declared ineligible, or voluntarily excluded from every subcontract, and further agrees to take such action as participation in this covered transaction, unless authorized by the contracting agency may direct as a means of enforcing the department or agency entering into this transaction. such requirements. g. The prospective first tier participant further agrees by submitting this proposal that it will include the clause titled X. CERTIFICATION REGARDING DEBARMENT, "Certification Regarding Debarment, Suspension, Ineligibility SUSPENSION, INELIGIBILITY AND VOLUNTARY and Voluntary Exclusion -Lower Tier Covered Transactions," EXCLUSION provided by the department or contracting agency, entering into this covered transaction, without modification, in all lower This provision is applicable to all Federal -aid construction tier covered transactions and in all solicitations for lower tier contracts, design -build contracts, subcontracts, lower -tier covered transactions exceeding the $25,000 threshold. subcontracts, purchase orders, lease agreements, consultant contracts or any other covered transaction requiring FHWA h. A participant in a covered transaction may rely upon a approval or that is estimated to cost $25,000 or more — as certification of a prospective participant in a lower tier covered defined in 2 CFR Parts 180 and 1200. transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it 1 knows that the certification is erroneous. A participant is • responsible for ensuring that its principals are not suspended, 1. Instructions for Certification — First Tier Participants: debarred, or otherwise ineligible to participate in covered transactions. To verify the eligibility of its principals, as well as I a. By signing and submitting this proposal, the prospective the eligibility of any lower tier prospective participants, each first tier participant is providing the certification set out below. participant may, but is not required to, check the Excluded Parties List System website (https: / /www.ei ls.gov /), which is • b. The inability of a person to provide the certification set out compiled by the General Services Administration. below will not necessarily result in denial of participation in this CITYWIDE SAFETY IM PROVEMENTS — 16 AVENUE - I 156 • i. Nothing contained in the foregoing shall be construed to this transaction originated may pursue available remedies, . - require the establishment of a system of records in order to . including suspension and /or debarment. render in good faith the certification required by this clause. The knowledge and information of the prospective participant c. The prospective lower tier participant shall provide is not required to exceed that which is normally possessed by immediate written notice to the person to which this proposal is a prudent person in the ordinary course of business dealings. submitted if at any time the prospective lower tier participant learns that its certification was erroneous by reason of j. Except for transactions authorized under paragraph (f) of changed circumstances. these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a d. The terms "covered transaction," "debarred," person who is suspended, debarred, ineligible, or voluntarily "suspended," "ineligible," "participant," "person," "principal," excluded from participation in this transaction, in addition to and "voluntarily excluded," as used in this clause, are defined I other remedies available to the Federal Government, the in 2 CFR Parts 180 and 1200. You may contact the person to department or agency may terminate this transaction for cause which this proposal is submitted for assistance in obtaining a or default. copy of those regulations. "First Tier Covered Transactions" refers to any covered transaction between a grantee or I 7r ' "' subgrantee of Federal funds and a participant (such as the prime or general contract). "Lower Tier Covered Transactions" 2. Certification Regarding Debarment, Suspension, refers to any covered transaction under a First Tier Covered Ineligibility and Voluntary Exclusion — First Tier Transaction (such as subcontracts). "First Tier Participant" Participants: refers to the participant who has entered into a covered I transaction with a grantee or subgrantee of Federal funds a. The prospective first tier participant certifies to the best of (such as the prime or general contractor). "Lower Tier its knowledge and belief, that it and its principals: Participant" refers any participant who has entered into a covered transaction with a First Tier Participant or other Lower I (1) Are not presently debarred, suspended, proposed for Tier Participants (such as subcontractors and suppliers). debarment, declared ineligible, or voluntarily excluded from • participating in covered transactions by any Federal e. The prospective lower tier participant agrees by department or agency; submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into I (2) Have not within a three -year period preceding this any lower tier covered transaction with a person who is proposal been convicted of or had a civil judgment rendered debarred, suspended, declared ineligible, or voluntarily against them for commission of fraud or a criminal offense in excluded from participation in this covered transaction, unless • connection with obtaining, attempting to obtain, or performing authorized by the department or agency with which this I a public (Federal, State or local) transaction or contract under transaction originated. a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, f. The prospective lower tier participant further agrees by bribery, falsification or destruction of records, making false submitting this proposal that it will include this clause titled statements, or receiving stolen property; "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion -Lower Tier Covered Transaction," (3) Are not presently indicted for or otherwise criminally or without modification, in all lower tier covered transactions and civilly charged by a governmental entity (Federal, State or in all solicitations for lower tier covered transactions exceeding local) with commission of any of the offenses enumerated in the $25,000 threshold. 1 paragraph (a)(2) of this certification; and • g. .A participant in a covered transaction may rely upon a (4) Have not within a three -year period preceding this . certification of a prospective participant in a lower tier covered application /proposal had one or more public transactions transaction that is not debarred, suspended, ineligible, or I (Federal, State or local) terminated for cause or default. voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant . is b. Where the prospective participant is unable to certify to responsible for ensuring that its principals are not suspended, any of the statements in this certification, such prospective debarred, or otherwise ineligible to participate in covered participant shall attach an explanation to this proposal. transactions. To verify the eligibility of its principals, as well as I . the eligibility of any lower tier prospective participants, each 2. Instructions for Certification - Lower Tier Participants: participant may, but is not required to, check the Excluded Parties List System website (https: / /www.epls.aov /), which is • (Applicable to all subcontracts, purchase orders and other compiled by the General Services Administration. 1 -lower tier transactions requiring prior FHWA approval or estimated to cost $25,000 or more - 2 CFR Parts 180 and h. Nothing contained in the foregoing shall be construed to 1200) require establishment of a system of records in order to render in good faith the certification required by this clause. The a. By signing and submitting this proposal, the prospective knowledge and information of participant is not required to I lower tier is providing the certification set out below. exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. b. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction . i. Except for transactions authorized under paragraph e of was entered into. If it is later determined that the prospective these instructions, if a participant in a covered transaction lower tier participant knowingly rendered an erroneous knowingly enters into a lower tier covered transaction with a certification, in addition to other remedies available to the person who is suspended, debarred, ineligible, or voluntarily Federal Government, the department, or agency with which excluded from participation in this transaction, in addition to 1 other.remedies available to the Federal Government, the • • II n CITYWIDE SAFETY IMPROVEMENTS — 16 AVENUE . 157 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. 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 111 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 111 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. CITYWIDE SAFETY IMPROVEMENTS — 16 AVENUE 158 1 • 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. 1 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 1 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. • 1 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 1 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 1 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 less than the number requested, the State Employment Service will forward a certificate to the contractor indicating the unavailability of applicants. Such certificate shall be made a part of the contractor's permanent project records. Upon receipt of this certificate, the contractor may employ persons who do not normally reside in the labor area to fill positions covered by the certificate, notwithstanding the provisions of subparagraph (1c) above. 1 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. 1 • 1 1 • 1 • 1 .1 • 1 CITYWIDE SAFETY IMPROVEMENTS — 16 AVENUE 1 159 • • • 1 1 1 1 1 1 1 1 1 1 . 1 1 1 1 1 1 1 CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE 160 1 1 CONTRACT I THIS AGREEMENT, made and entered into in triplicate, this 21rd day of April , 2014, by and between the City of Yakima, hereinafter called the Owner, and Transportation Systems, Inc. a Washington Corporation, hereinafter called the Contractor. I 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 I. The Contractor shall do all work and furnish all tools, materials, labor and equipment for THE BID AMOUNT OF: $382,166.50, for Citywide Safety Projects, City Project No. 2343, all 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 I 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 Fifty (50) 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 I 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 I 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 I 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 I. according to the attached plans and specifications and the terms and conditions herein contained and hereby contracts to pay for the same according to the attached specifications and the schedule of unit or itemized prices hereto attached, at the time and in the manner and upon the conditions provided for in this contract. I 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 I 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. I 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. I IN WITNESS WHEREOF the parties hereto have caused this agreement to be executed the day and year first herein above written. Countersigned: CITY OF YAKIMA CONTRACTOR I this d g, day of Li I. I . Tra nsportation Systems, Inc , a vUrtsin' r. h Corporation 4 Contract 5 1 C i v Bryson D. Huie / // //, jj ������\11 (Print Name) ■ c ity Clerk , .c. : C!� 1, '.. President ' 7 ‘ * 1 $ (President, Owner, etc.) I x '7 a .b DPW � - c -� . , v • %ddress: 6917 166th Ave E CITY CONTRAC f NO' :=4, 'c i if I RESOLUTION N0: Sumner, WA 98390 • Bond #58708074 PERFORMANCE BOND 1 BOND TO CITY OF YAKIMA 1 KNOW ALL MEN BY THESE PRESENTS: That whereas the City of Yakima, Washington has awarded to Transportation Systems, Inc. (Contractor) hereinafter designated as the "Principal" a contract for the construction of the project designated Citywide Safety Project — 16 Avenue, City Project 1 No. 2343, 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: 1 NOW, THEREFORE, we, the principal, and Western Surety Company (Surety), a corporation, 1 organized and existing under and by virtue of the laws of the State of South Dakota , duly authorized to do business in the State of Washington, as surety, are jointly and severally held and firmly bound unto the City of Yakima, Washington, in the penal sum of $ 382,166.50 (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 CONDITIONS OF THIS BOND IS SUCH, that if the above bonded principal shall faithfully perform all of the provisions of said contract in the 1 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 imposed pursuant 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 1 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 17th day of April , 2014. Transportati stems, Inc. (P nc al) 1 By (Sign ure) hh �jryso•♦ Lt rivati (Print Name) Approved as to form: (Title) 1 / (CityAttomey) Western Surety Company Surety) By: '--- 1 (Signature) #' �. Regan Hupf (Print Name) , 1 Attorney - in - fact (Title) 1 iv._ • :.:,• Western Sure Company ty . 1 - POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation I having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby make, constitute and appoint I Don Bacic, Maria Moss, Marilyn Larson, Brian Daniels, Brian O'Neil, Regan •upf, Individually . 1 of Seattle, WA, its true and lawful Attorney(s) -in -Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds, I undertakings and other obligatory instruments of similar nature - - In Unlimited Amounts - II and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney, pursuant to the authority hereby given, are hereby ratified and confirmed. 1 This Power of Attorney is made and executed pursuant to and by authority of the By -Law printed on the reverse hereof, duly adopted, as indicated, by . the shareholders of the corporation. . • I . Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Vice President and its corporate seal to be hereto affixed on this 27th day of July, 2012. I WESTERN SURETY COMPANY ; ,W ; oQ POg y o .. &e...yrrote...._ . ?W: ' . a ;e 3 : 1 �w.• fAV.'�: aul T. Bruflat, Vice President State of South Dakota I County of Minnehaha JT ss On this 27th day of July, 2012, before me personally came Paul T. Bruflat, to me known, who, being by me duly sworn, did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that he is the.Vice President of WESTERN SURETY COMPANY described in and which executed ., the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. I My commission expires +•. .0.0~ ++ti- .....+.w..-....,+ . i J. NMI-1R i 1 � NOLIC t June 23, 2015 s s S SEAL s SOUTH TARY DAK t r i g.---iy),..h„. J. Mohr, Notary Public I CERTIFICATE I, L. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force, and further certify that the By -Law of the corporation printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed 1 my name and affixed the•seal of the said corporation this ( day of Aft ( , f , 41JRET""n WESTERN SURETY COMPANY a. ae og °3 .. �W:4 A1 � :=2 . k L Nelson, Assistant Secretary 1 Form F4280 -7 -2012 • it, y Authorizing By -Law ADOPTED BY THE SHAREHOLDERS OF WESTERN SURETY COMPANY This Power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the shareholders 1 of the Company. Section 7. All bonds, policies, undertakings, Powers of Attorney, or other obligations of the corporation shall be executed in the corporate name of the Company by the President, Secretary, and Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or agents who shall have authority to issue bonds, policies, or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile. 1 1 1 1 1 1 1 1 1 • • • • 1 1 1 1 I AC� ® DATE (MM /DD /YYYY) CERTIFICATE OF LIABILITY INSURANCE 04/23/2014 I 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. I 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 WA #712152 1- 206 - 343 -2323 CONTACT Bacic Group, LLC dba MCM PHONE FAX Bacic Pacific Insurance Services, LLC #0F82099 (A/C, No. Ext): (A/C, No): 1325 Fourth Avenue, Suite 2100 E ADDRESS: Seattle, WA 98101 INSURER(S) AFFORDING COVERAGE NAIC # I INSURER A: CONTINENTAL WESTERN INS CO 10804 INSURED INSURER B: HOMELAND INS CO OF NY 34452 Transportation Systems Inc. INSURER C : 3218 142nd Ave E INSURER I Sumner, WA 98390 INSURER E: INSURER F : COVERAGES CERTIFICATE NUMBER: 39388601 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 I 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 TYPE OF INSURANCE INSR SUBR POLICY NUMBER POLICY EFF POLICY EXP LIMITS (MM /DDIYYYY) (MM /DD/YYYY) I A GENERAL LIABILITY X X CWP293586124 09/19/13 09/19/14 EACH OCCURRENCE $ 1,000,000 X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED 100, 000 PREMISES (Ea occurrence) $ CLAIMS -MADE X OCCUR MED EXP (Any one person) $ 5, 000 PERSONAL & ADV INJURY $ 1, 000, 000 I X WA Stop Gap GENERAL AGGREGATE $ 2,000,000 GENL AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ 2,000,000 POLICY X PRO - JECT LOC $ I A AUTOMOBILE LIABILITY X CWP293586124 09/19/13 09/19/14 COMBINED SINGLE LIMIT 1, 000, 000 (Ea accident) $ X ANY AUTO BODILY INJURY (Per person) $ ALL OWNED SCHEDULED AUTOS AUTOS BODILY INJURY (Per accident) $ HIRED AUTOS NON -OWNED PROPERTY DAMAGE $ I AUTOS (Per accident) X Comp: $1,00§1; Coll: $1,003 $ A X UMBRELLA LIAB X OCCUR CU293586222 09/19/13 09/19/14 EACH OCCURRENCE _ $ 4,000,000 EXCESS LIAB CLAIMS -MADE AGGREGATE $ 4,000,000 I DED RETENTION $ $ WORKERS COMPENSATION TORY LI ITS O ER AND EMPLOYERS' LIABILITY Y / N WC ANY PROPRIETOR /PARTNER/EXECUTIVE E.L. EACH ACCIDENT $ OFFICER /MEMBER EXCLUDED? N / A (Mandatory in NH) E.L. DISEASE - EA EMPLOYEE $ I If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ B Contractor's Pollution X 7930003980002 09/19/13 09/19/14 Occ /Agg 2,000,000 I DESCRIPTION OF OPERATIONS / LOCATIONS 1 VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) RE: Citywide Safety Improvement - 16th Avenue; Federal Aid No: HSIP- 000S(318), City Project No: 2343 . Per the attached the following are additional insured - products completed operations, primary & noncontributory, I waiver of subrogation applies. As per the designated contract: City of Yakima, their agents, employees and elected and appointed officials I CERTIFICATE HOLDER CANCELLATION . SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE I City of Yakima THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 129 North Second Street AUTHORIZED REPRESENTATIVE I Yakima, WA 98901 ���f/ r — � USA `�¢ © 1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25 (2010/05) The ACORD name and logo are registered marks of ACORD I rachelmercer 39388601 1 1 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY COMMERCIAL AUTOMOBILE EXPANSION ENDORSEMENT - PLATINUM This endorsement modifies insurance provided under the following: I BUSINESS AUTO COVERAGE FORM The following provides a broad range of coverage in addition to that provided by the basic��policy. In I some instances, a higher limit or broader coverage is available. Should the policy ,it icate broader coverage or higher limits than provided by this endorsement, the higher limits or broader coverage shall apply. I A. BROADENED NAMED INSURED those specified in the written con- tract or agreementOor in this cover - The Named Insured shown in the Declarations is . age form whichever is less. These amended to include: I limits of insurance are inclusive of Any organization, other than a joint venture, over are not In addition to the Limits which you maintain ownership or majority inter- . o f In shown in the Declara- est of more than 50 %, unless that organization ., %=•,,....,> tions. is an "insured" under any other automobile poi - ' ' icy or would be an "insured" under such a policy (4)` This insurance applies on a primary but for the exhaustion of its Limit of Insurance, : „� �,.:, d :non contributory basis if that is however; ,:•:;,• > requ by the written contract or S i. / , r'' agreement. I 1. Coverage under this provision is afforded `. <(5) This insurance does not apply only until the 180th day after you acquire or j✓ ti.. form the organization or the end of the policy ” ° '' unless the written contract or period, whichever is earlier. agreement has been executed prior 4-` to the "bodily injury" or "property I 2. Coverage does not apply to "bodily injury" or " = ;a damage ". "property damage" that occurred before you N ADDITIONAL INSURED - EMPLOYEES acquired or formed the organization. , < A , ' ,c. '0, -_ , `' The following is added to the Section II — Liability B. ADDITIONAL INSURED BY CONTRACTOR Coverage, Paragraph A.1. Who Is An Insured I AGREEMENT . ._ Y,t.,r ', , ; i on II _, , Provision: The following is added t oeSect ` ;;Liability Any "employee" of yours is an "insured" while us- Coverage, Paragraph A.1.: ing a covered "auto" you don't own, hire or borrow I d. Any person or organization for whom you in your business or your personal affairs. are performing operations if'yoeand such D . EXTENDED COVERAGE - BAIL BONDS person or organization have agreeed in writ- ing in a contracts or agreement that such Section II — Liability Coverage, Paragraph I person or organization` added as an addi A.2.a.(2). is deleted and replaced by the follow - tional insuredfon yoar policy. ing: saa(1 organization is an (2) Up to $3,000 for cost of bail bonds y` additional insured only with respect (including bonds for related traffic 1 i to liability for "bodily injury" or "prop- law violations) required because of erty damage ": , an "accident" we cover. We do not .5 ° � have to furnish these bonds. (a) Caused by an "accident ", and ,' ' E. EXTENDED COVERAGE - LOSS OF EARN - ' Resulting from the ownership, 1 ? ' maintenance or use of a cov- ered "auto ". ING Section II — Liability Coverage, Paragraph (2) A person's or organization's status A.2.a.(4) is deleted and replaced by the follow- I as an additional insured exists only ing: • while you are performing operations (4) All reasonable expenses incurred by for that additional insured. the "insured" at our request, includ- (3) Section 11, Paragraph C. Limits of ing actual loss of earning up to $500 I Insurance for person or organization a day because of time off from work. 1 added as additional insured are CW 34 68 01 10 Includes Copyrighted material of Insurance Services Page 1 of 5 Office, Inc., with its permission 1 I F. FELLOW EMPLOYEE COVERAGE (3) Security deposits not returned by The Fellow Employee Exclusion contained in the lessor; Section II — Liability Coverage does not apply. (4) Costs for extended warranties, This coverage is excess over any other collect- Credit Life Insurance, Health, Acci- ' able insurance. dent or Disability Insurance pur- G AUTO MEDICAL PAYMENTS COVERAGE - chased with the loan or lease; and INCREASED LIMIT (5) Carry-over balances from previous If the "insured" is wearing a seat belt at the time loans or leases. an "accident" occurs, the LIMIT OF INSUR- K. GLASS DEDUCTIBLE ANCE for AUTOMOBILE MEDICAL PAYMENTS Section III — Physical Damage Coverage, Para - COVERAGE shown in the Declarations will be graph D. is deleted and replaced b tthe follow- , double the limit shown. All other terms and con- d ; y ditions applicable to MEDICAL PAYMENTS re- in g : �� e main unchanged. D. DEDUCTIBLE r. r H. COVERAGE EXTENSION AS A CONSE- For each covered "auto" o obligation to I QUENCE OF THEFT OF AN "AUTO" pay for, repair, retuy will be reduced by the appli- 1. Transportation Expense cable deductibleshown in;the Declarations. Section III — Physical Damage Coverage, Any Comprehensive Coverage deductible a Paragraph A.4.a. is deleted and replaced by shown in the Declarations does not apply to: the following: oss ca ,;, 1. "L" used by fire or lightning; or a. We will also pay up to $75 per day to a 2. Loss" whenayou elect to patch or repair `, maximum of $2,500 for temporary transportation expense incurred by you `than replace. :: glass because of the total theft of a covered , C O L. EXTENDED VERAGE ELECTRONIC • "auto" of the "private passenger type ". $EQUIPMENT v We will pay only for those covered The °f Ilowing is added to Section III - Physical "autos" for which you carry either Com- prehensive or Specified Causes of Loss 4 1 Damage'Coverage, Paragraph A.4.: Coverage. We will pay for temporary c. Physical Damage Coverage on a cov- transportation expenses incurred duringr ered "auto" also applies to "loss" to any the period beginning 48 hours after the ' " theft and ending, regardless of the pol- electronic equipment that receives or a transmits audio, visual or data signals :F , Tr , icy's expiration, when the covered `auto" and that is not designed solely for the is returned to use or we pay' for,`its reproduction of sound. This coverage ,. "loss ". �' ,'`y,' ' %' applies only if the equipment is perma- 0 i :� F'' - c ..e nently installed in the covered "auto" at We will also pay reasonable a :neces 7 the time of "loss" or the equipment is sary expenses to facilitate the `return;:�of removable from a housing unit which is the stolen "auto" to you: permanently installed in the covered 0 I. EXTENDED COVERAGE -AI auto" at the time of the "loss ", and such >r> "' equipment is designed to be solely op- Section III — Physical Damage Coverage, Para- erated by use of the power from the graph B.3.a. does ,4 not.,apply to the unintended "auto's" electrical system, in or upon the 0 discharge of an ,airbag. Coverage is excess covered "auto ". over any other collectible insurance or warranty specifically designedGto pro coverage. We will pay with respects to a covered �° 'a,,_,,,.,;" ° ,,> "AUTOS" "auto" for "loss" to antennas and other J. LEASED OR FIN AUTOS - PHYSI- accessories necessary for use of the 0 CA, DAMAGE COVERAGE ,:;> _ _ electronic equipment. However, this The fol ow is added to Section III — Physical does not include tapes, records or discs. DamageCoverage, Paragraph C. M. EXTENDED COVERAGE - PERSONAL EF- 4. In the of a total "loss" to a covered FECTS "auto ",we will pay any unpaid amount due on the lease or loan for a covered "auto ", The following is added to Section III — Physical less: Damage Coverage, Paragraph A.4.: I a. The amount under the Physical Damage d. Physical Damage Coverage on a cov- Coverage section of the policy; and ered "auto" may be extended to "loss" to your personal property or, if you are an b. Any: individual, the personal property of a (1) Overdue lease /loan payments at the family member, that is in the covered time of the "loss'; "auto" at the time of "loss ". (2) Financial penalties imposed under a The most we will pay for any one "loss" lease for excessive use, abnormal under this coverage extension is $500. 111 CW 34 68 01 10 wear and tear or high mileage; Includes Copyrighted material of Insurance Services Page 2 of 5 Office, Inc., with its permission 1 I N. TOWING AND LABOR COVERAGE b. Pay, in addition to the limit set forth in Section III — Physical Damage Coverage, Para- P.1. above, up to $500 per day, not to graph A.2. is deleted and replaced by the follow- exceed $3,500 per "loss" for: ing: (1) Any costs or fees associated with I If a private passenger type "auto" or light truck "loss" to a hired "auto "; and • "auto" (0- 10,000 Lbs. GVW) is provided both (2) Loss of use, provided it is the con - Comprehensive and Collision Coverage, we will sequence of an "accident" for which I pay up to $100 for towing and labor costs in- you are legally liable, and as a result curred each time such "auto" is disabled. How—of which a monetary loss is sus - ever, the labor must be performed at the place tained by the leasing or rental con - of disablement. cern. I O. EXTENDED COVERAGE - CUSTOMIZED FURNISHINGS Q. RENTAL REIMBURSEMENT COVERAGE `',., We will pay for rental reimbu expenses The following is added to Section III — Physical incurred by you for the rental of'an "auto" be- I Damage Coverage, Paragraph A.4.: cause of "loss" to a covered "auto f e. Physical Damage Coverage on a cov- 1. Payment applies.in` addition to the otherwise ered "auto" may be extended to "loss" to applicable amount of each coverage you custom furnishings including, but not have on the covered "auto';: limited to special carpeting and insula - ) I 2. No deductible appliestothis coverage. tion, height- extending roofs, and custom ,:;.,, murals, paintings or other decals or 3. We will:�pay only for those expenses incurred graphics. during the poIicy,period beginning 24 hours Our limit of liability for loss to custom after the "loss" and ending, regardless of the I expiration' of the policy, with the lesser furnishings shall be the least of: vin g: ,., .'of;the following: (1) Actual cash value of the stolen or ,E v a ` When the covered "auto" has been re- damaged property; ., I ,..:::=;-'''' pared or replaced, or ( Amount the property; or ,,,,,44 repair or re 4 , J b ; °When the total amount paid under this coverage extension reaches $2,500. (3) $500. 44, 4. Our payment is limited to the lesser of the I This coverage extension does not apply, following amounts: to electronic equipment. ,...4 , °. a. Necessary and actual expenses in P. PHYSICAL DAMAGE COVERAGE .,': curred. "AUTOS" '`" .. l' b. Not more than $75 per day. 5. 1 Y ou may extend the Comp Specified -' Causes of Loss and Collisioncoverag " 5 We will pay up than $75 additional $300 for the es pro - reasonable and necessary expenses you in- vided on your owned "autos?to any auto' you cur to remove your materials and equipment I lease, rent, hire or borrow4:fror other from the covered "auto" and replace such than your employees or to th erse folltior members of materials and equipment on the rental their households subject to thowing: ry "auto ". 1. The most we will `payin any one "loss" is the 6. This coverage does not apply while there I least of $50.;000, the actual cash value of are spare or reserve "autos" available to you the "auto" or'the cost td repair or replace the for your operations. "autoa, except ,that such amount will be re- duced by a deductible to be determined as 7. If "loss" results from the total theft of a coy- 1 %,follows: ered "auto" of the "private passenger type ", % ^s we will pay under this coverage only that a: Th'edeductible shall be equal to the amount of our rental reimbursement ex- ,,,, t of the highest deductible shown enses which is not alread for any owned "auto" of the same classi- p y provided for un- 1 o P der the Physical Damage Coverage Exten- ficatin for that coverage. In the event there is no owned "auto" of the same der classification, the highest deductible for R. DRIVE OTHER CAR COVERAGE any owned "auto" will apply for that cov- 1. Changes In Liability Coverage I erage. b. No deductible will apply to "loss" caused a. Any "auto" you don't own, hire or borrow is by fire or lightning. a covered "auto" for Liability Coverage while being used by: 1 2. Coverage provided under this extension will: (1) You, if you are designated in the • a. Be excess over any other collectible Declarations as an individual; insurance; 1 CW 34 68 01 10 Includes Copyrighted material of Insurance Services Page 3 of 5 Office, Inc., with its permission 1 1 1 (2) Your partners or members, if you owned private passenger type "autos ", the are designated in the Declarations deductible shall be $50 for Comprehensive as a partnership or joint venture; Coverage and $100 for Collision Coverage. (3) Your members or managers, if you No deductible will apply to "loss" caused by 1 are designated in the Declarations as a limited liability company; fire or lightning. E. Additional Definition (4) Your "executive officers ", if you are As used in this section; R. DRIVE OTHER designed in the Declarations as an CAR COVERAGE: 1 organization other than an individ "Family member" means a person related to ual, partnership, joint venture or lim the individual named in R.1.a by blood, mar - ited liability company; and riage or adoption who is a 5 resident,.of the indi- I T he spouse of any '_a ( ) p y person named in vidual's household, including,Aa��wartlhor foster R.1.a.1. through R.1.a.(4) while a child. ` � resident of the same household. 0 S. KNOWLEDGE OF OCCURRENCES ,, except: ` The following is added 'f.SectionN,,.. Business (a) Any "auto" owned by that individ- ual Auto Conditions, Paragraph A.2.: her household. member of his or d . Notice of an °accident' or "loss" will be considered knowledge°'of yours only if 1 (b) Any "auto" used by that individual reported to youa;ifyoii are an individual, or his or her spouse while working a partner, an executive officer or an em- in a business of selling, servicing, ployee designated by you to give us repairing or parking "autos ". iSlih notice h ' 1 '''' 2. Changes In Auto Medical Payments And e. N otice : of an "accident" or "loss" to your Uninsured And Underinsured Motorists ' ' <` W orkeM'`Com ensation insurer, for an Coverages p g �... �'��eyen which later develops into a claim 4%�¢ for which there is coverage under this I The following is added to Who Is An Insured: i ;;: :.;; policy, shall be considered notice to us, Any individual named in R.1.a and his or her , ; , ' � .„ Y y "but only if we are notified as soon as family members" are "insured' while "occupy- you know that the claim should be ad- ing" or while a pedestrian when being struck;; % dressed by this policy, rather than your 1 ° by any "auto" you don't own except: 0 _ Workers Compensation policy. f . A An auto" owned by that individual or an "' "` Any " Y ��;; Your rights under this policy shall not be Y Y k:wy ,r , . "family member ". - ,lA " prejudiced if you fail to give us notice of 3. Changes In Physical Damage Coverage' an "accident" or "loss ", solely due to 1 your reasonable and documented belief Any private passenger4t pe "auto" tyou don't A that the event is not covered by this pol o wn, hire or borrow is a covered "auto'f:while`'i'n icy. the care, custody or control of any individual The following is added to Section IV — Busi- named in R.1.a or his or fier spouse while a Hess Auto Conditions, Paragraph 2.b.: resident of the same household<except: :,�r (6) Knowledge of the receipt of docu- a. Any "auto" owned„ by that individual or by ments concerning a claim or "suit" any memberfli <os oousehold. I r r her h c , will be considered knowledge of b. Any "auto' usedMy that individual or his or yours only if receipt of such docu- he ments is known to you, if you are an r spou while working in a business of 44's servicing;;: repairing or parking individual, a partner, an executive "autos ". officer or an employee designated 1 4:Y .0,„, he mostfiwe will pay for the total of all dam- by you to forward such documents g u , ,.. a to us. gesantler LIABILITY COVERAGE, AUTO MEDICAL PAYMENTS, UNINSURED MO- T. WAIVER OF SUBROGATION BY CONTRACT TORISTS' COVERAGE and UNDERIN- OR AGREEMENT 1 SUREVMOTORISTS COVERAGE is the The following is added to Section IV - Business LIMIT OF INSURANCE shown in the Qecla Auto Conditions, Paragraph A.5.: rations as applicable to owned "autos ". 1 5. We waive any right of recovery we may have . Our obligation to pay for, repair, return or against any "insured" provided coverage under replace damaged or stolen property under this endorsement under B. ADDITIONAL IN- PHYSICAL DAMAGE COVERAGE, will be SURED BY CONTRACT OR AGREEMENT, but reduced by a deductible equal to the amount only as respects "loss" arising out of the opera- , of the largest deductible shown for any tion, maintenance or use of a covered "auto" owned private passenger type `auto" appli- pursuant to the provisions or conditions of the cable to that coverage. If there are no written contract or agreement. 1 CW 34 68 01 10 Includes Copyrighted material of Insurance Services Page 4 of 5 Office, Inc., with its permission 1 1 U. UNINTENTIONAL OMISSIONS V LIBERALIZATION I The following is added Section IV Business If we revise this endorsement to provide greater Auto Conditions, Paragraph B.2.: coverage without additional premium oharga.wa We will not deny coverage under this policy if will automatically provide the additional cover- you fail to disclose all hazards existing annfthe og*�oa||endomementho|domaaufthoday�he 1 inception date of the po|ioy, provided such fail- revision is effective in yourotnte� ure is not intentional. 1 I �� � � 0 «x' ,?, x. I '" hy ���v^ u 1 1 I CW 34 68 01 10 includes Copyrighted materia of Insurance Services Page 5 of 5 Office, Inc., with its permission THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. GENERAL LIABILITY PLATINUM ENDORSEMENT This endorsement modifies insurance provided under the following: • ' COMMERCIAL GENERAL LIABILITY COVERAGE PART A. MEDICAL PAYMENTS ' If SECTION I — COVERAGE C MEDICAL PAYMENTS is not otherwise excluded from this Coverage Part: 1. The Medical Expense Limit provided by this policy, subject to the terms of SECTION III - LIMITS 1 OF INSURANCE, shall be the greater of: a. $10,000; or b. The Medical Expense Limit shown in the Declarations of this Coverage Part. 1 B. FIRE, LIGHTNING, EXPLOSION, SMOKE 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: 1. The last paragraph of SECTION I — COVERAGE A.2. Exclusions is deleted and replaced by the following: ' Exclusions c. through n. do not apply to damage by fire, lightning, explosion, smoke or sprinkler leakage to premises while rented to your or temporarily occupied by you with permission of the owner. A separate limit of insurance applies to this coverage as described in SECTION III - 1 LIMITS OF INSURANCE. 2. Paragraph 6. of SECTION III — LIMITS OF INSURANCE is deleted and replaced by the following: ' 6. Subject to Paragraph 5. above, the greater of: a. $300,000; or b. the Damage To Premises Rented To You Limit shown in the Declarations; ' is the most we will pay under COVERAGE A for damages because of "property damage" to any one premises, while rented to you or temporarily occupied by you with the permission of the owner. ' 3. Paragraph 4.b.(1)(a)(ii) Other Insurance of SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS is deleted and replaced by the following: (ii) That is Fire, Lightning, Explosion, Smoke or Sprinkler Leakage insurance for ' premises rented to you or temporarily occupied by you with the permission of the owner; 4. Paragraph 9.a. of SECTION V — DEFINITIONS is deleted and replaced by the following: a. A contract for a lease of premises. However, that portion of the contract for a lease of premises that indemnifies any person or organization for damage by fire, lightning, explosion, smoke or sprinkler leakage to premises while rented to you or temporarily occupied by you ' with permission of the owner is not an "insured contract "; C. LIMITED NON -OWNED WATERCRAFT 1. Paragraph g.(2) of SECTION I — COVERAGE A.2. Exclusions is deleted and replaced by the following: A watercraft you do not own that is: a. Less than 51 feet long; and CL CG 00 13 01 12 Includes copyrighted material of Insurance Services Page 1 of 6 Office, Inc with its permission 1 1 b. Not used to carry persons or property for a charge. 1 D. SUPPLEMENTARY PAYMENTS SECTION I — SUPPLEMENTARY PAYMENTS — COVERAGES A AND B is amended as follows: ' 1. The limit of insurance in paragraph 1.b. is increased from $250 to $2,500; and 2. The limit of insurance in paragraph 1.d. is increased from $250 to $500. E. AUTOMATIC ADDITIONAL INSURED — SPECIFIED RELATIONSHIPS — PRIMARY ' NON - CONTRIBUTORY The following is added to Paragraph 2. of SECTION II - WHO IS AN INSURED: ' e. Any person or organization described below, when you are obligated by virtue of a written contract or agreement that such person be added as an additional insured on your policy. When required by virtue of a written contract or agreement, coverage provided to any ' additional insured will be on a primary basis and will not seek contribution from the additional insured's policy. Only the following persons or organizations are additional insureds under this endorsement: (1) Managers Or Lessors Of Premises. The manager or lessor of a premise leased to you, but only with respect to liability arising from the ownership, maintenance or use of that part of the premises leased to you and subject to the following additional exclusions: ' This insurance does not apply to: (a) Any "occurrence" which takes place after you cease to be a tenant of that premises. (b) Structural alterations, new construction or demolition operations performed by or on behalf of the manager or lessor. (2) Lessor Of Leased Equipment. Any person or organization from whom you lease equipment, but only with respect to liability for "bodily injury', "property damage" or "personal_ and advertising injury" caused, in whole or in part, by your maintenance, operation or use of equipment leased to you by such person(s) or organization(s). However, this insurance does not apply to any "occurrence" which takes place after the ' equipment lease expires. (3) Vendors. Any person or organization, but only with respect to "bodily injury" or "property damage" arising out of "your products" shown in the Schedule which are distributed or 1 sold in the regular course of the vendor's business, subject to the following additional exclusions: a. The insurance afforded the vendor does not apply to: 1. "Bodily injury" or "property damage" for which the vendor is obligated to pay damages by reason of the assumption of liability in a contract or agreement. This exclusion does not apply to liability for damages that the vendor would have in the absence of the contract or agreement; 1 2. Any express warranty unauthorized by you; 3. Any physical or chemical change in the product made intentionally by the vendor; 4. Repackaging, unless unpacked solely for the purpose of inspection, demonstration, testing, or the substitution of parts under instructions from the manufacturer, and then repackaged in the original container; 1 5. Any failure to make such inspections, adjustments, tests or servicing as the vendor has agreed to make or normally undertakes to make in the usual course of business, in connection with the distribution or sale of the products; ' 6. Demonstration, installation, servicing or repair operations, except such operations performed at the vendor's premises in connection with the sale of the product; ' CL CG 00 13 01 12 Includes copyrighted material of Insurance Services Page 2 of 6 Office, Inc with its permission 1 7. Products which, after distribution or sale by you, have been labeled or relabeled ' or used as a container, part or ingredient of any other thing or substance by or for the vendor. b. This insurance does not apply to any insured person or organization, from whom you ' have acquired such products, or any ingredient, part or container, entering into, accompanying or containing such products. (4) State Or Political Subdivision — Permits Or Authorizations Relating To Premises. ' Any state or political subdivision, subject to the following additional provision: This insurance applies only with respect to the following hazards for which the state or political subdivision has issued a permit in connection with premises you own, rent, or 1 control and to which this insurance applies: (a) The existence, maintenance, repair, construction, erection, or removal of advertising signs, awnings, canopies, cellar entrances, coal holes, driveways, manholes, marquees, hoist away openings, sidewalk vaults, street banners, or decorations and 1 similar exposures; or (b) The construction, erection, or removal of elevators; or (c) The ownership, maintenance, or use of any elevators covered by this insurance. Limits of insurance for such additional insured are the limits in this coverage form or the limits you and such additional insured agreed to by virtue of a contract or agreement, whichever is less. These ' limits are inclusive of and are not in addition to the Limits Of Insurance shown in the Declarations. When required by virtue of a written contract or agreement, coverage provided to any additional insured AUTOMATIC ADDITIONAL INSURED — SPECIFIED RELATIONSHIPS — PRIMARY NON - CONTRIBUTORY will be on a primary basis and will not seek contribution from the additional 1 insured's policy. F. BROADENED NAMED INSURED — NEWLY ACQUIRED 180 DAYS 1 Paragraph 3. of SECTION II - WHO IS AN INSURED is deleted and replaced by the following: Any organization you newly acquire or form, other than a joint venture, and over which you maintain ownership or majority interest of more than 50% will be a Named Insured if there is no other similar 1 insurance available to that organization. However: a. Coverage under this provision is afforded only until the 180th day after you acquire or form the organization or the end of the policy period, whichever is earlier. b. COVERAGE A does not apply to "bodily injury" or "property damage" that occurred before you acquired or formed the organization. c. COVERAGE B does not apply to "personal and advertising injury" arising out of an offense ' committed before you acquired or formed the organization. G. AGGREGATE LIMITS OF INSURANCE The General Aggregate Limit under SECTION III — LIMITS OF INSURANCE applies separately to each of your: 1. Projects away from premises owned by or rented to you. 1 2. "Locations" owned by or rented to you. "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. H. KNOWLEDGE OF OCCURRENCE The following is added to paragraph 2. Duties In The Event Of Occurrence, Offense, Claim Or Suit of SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS: 1 e. A report of an "occurrence ", offense, claim or "suit" to: (1) You, if you are an individual, 1 CL CG 00 13 (2) 01 A 12 partner, if you are a partnership, Includes copyrighted material of Insurance Services Page 3 of 6 Office, Inc with its permission 1 (3) An executive officer, if you are a corporation, or ' (4) A manager, if you are a limited liability company; is considered knowledge and requires you to notify us of the "occurrence ", offense, claim, or "suit" as soon as practicable. f. We are considered on notice of an "occurrence ", offense, claim or "suit" that is reported to your Workers' Compensation insurer for an event which later develops into an "occurrence ", offense, claim or "suit" for which there is coverage under this policy. However, we will only be ' considered on notice if you notify us as soon as you know the claim should be addressed by this policy rather than your Workers' Compensation policy. I. UNINTENTIONAL OMISSIONS • 1 The following is added to paragraph 6. Representations of SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS: d. If you unintentionally fail to disclose any exposures existing at the inception date of your ' policy, we will not deny coverage under this Coverage Part solely because of such failure to disclose. However, this provision does not affect our right to collect additional premium or exercise our right of cancellation or non - renewal. 1 This provision does not apply to any known injury or damage which is excluded under any other provision of this policy. J. MENTAL ANGUISH 1 Paragraph 3. of SECTION V — DEFINITIONS is deleted and 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. K. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of SECTION IV - I COMMERCIAL GENERAL LIABILITY CONDITIONS is amended by the addition of the following: We waive any right of recovery we may have because of payments we make for "bodily injury" or "property damage" arising out of your ongoing operations or "your work" done under a contract ' requiring such waiver with that person or organization and included in the "products- completed operations hazard ". However, our rights may only be waived prior to the "occurrence" giving rise to the injury or damage ' for which we make payment under this Coverage Part. The insured must do nothing after a loss to impair our rights. At our request, the insured will bring "suit" or transfer those rights to us and help us enforce those rights. ' L. OTHER INSURANCE When Coverage applies in this General Liability Enhancement Endorsement, no other coverage or limit of insurance in the policy applies to loss or damage insured by this coverage. I M. NON - E MPLOYMENT DISCRIMINATION LIABILITY (DEFENSE WITHIN LIMITS) The following is added to paragraph 14. "Personal and advertising injury" SECTION V — DEFINITIONS of COMMERCIAL GENERAL LIABILITY COVERAGE FORM: _ h. Non - employment discrimination. Non - employment discrimination means violation of a person's civil rights with respect to such person's race, color, national origin, religion, gender, marital status, age, sexual orientation or preference, physical or mental condition, or any other protected class or characteristic established by any federal, state or local statutes, rules or regulations. Non - employment discrimination does not include violation of civil rights arising out of past, present or prospective employment. 1 Our obligation under the Personal and Advertising Injury Liability Coverage to pay non - employment discrimination liability damages on your behalf applies only to the amount of damages in excess of $5,000 deductible as the result of any one offense regardless of the number of persons or organizations who sustain damages because of the offense. 1 CL CG 00 13 01 12 Includes copyrighted material of Insurance Services Page 4 of 6 Office, Inc with its permission 1 The most we will pay for all damages for non - employment discrimination is $15,000 annual ' aggregate. No other liability to pay sums or perform acts or services is covered. Supplemental Payments — Coverages A and B do not apply to non - employment discrimination coverage. ' N. ADDITIONAL INSURED — OWNERS, LESSEES OR CONTRACTORS OR OTHERS — AUTOMATIC, INCLUDING PRIMARY NON - CONTRIBUTORY 1. SECTION II — WHO IS AN INSURED is amended to include as an additional insured any person ' or organization for whom you are performing operations when you are obligated by virtue of a written contract or agreement that such person or organization be added as an additional insured on your policy, but only with respect to "bodily injury", "property damage" or "personal and ' advertising injury" is caused, in whole or in part, by: a. Your acts or omissions; or b. The acts or omissions of those acting on your behalf; 1 in the performance of your ongoing operations for the additional insured. This insurance does not apply to "bodily injury", "property damage ", "personal and advertising injury" included within the "products- completed operations hazard ". 1 This insurance does not apply to any additional insured scheduled on your policy by separate endorsement ' 2. Limits of Insurance Limits of insurance for such additional insured are the limits in this coverage form or the limits you and such additional insured agreed to by virtue of a contract or agreement, whichever is less. ' These limits are inclusive of and are not in addition to the Limits Of Insurance shown in the Declarations. 3. Exclusions ' A. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply to "bodily injury", "property damage" or "personal and advertising injury" arising out of: ' 1. The rendering of or failure to render any professional services by you or on your behalf, but only with respect to either or both of the following operations: a. Providing engineering, architectural or surveying services to others in your capacity ' as an engineer, architect or surveyor; and b. Providing, or hiring independent professionals to provide, engineering, architectural or surveying services in connection with construction work you perform. 2. Subject to Paragraph 3. below, professional services include: a. Preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders, or drawings and ' specifications; and b. Supervisory or inspection activities performed as part of any related architectural or engineering activities. 3. Professional services do not include services within construction means, methods, techniques, sequences and procedures employed by you or performed by or for the construction manager, its employees or its subcontractors in connection with your ongoing operations. 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) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or ' CL CG 00 13 01 12 Includes copyrighted material of Insurance Services Page 5 of 6 Office, Inc with its permission 1 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 subcontractor engaged in performing operations for a principal as a part of the same project. ' 4. Primary Non - Contributory When required by virtue of a written contract or agreement, coverage provided to any additional insured by ADDITIONAL INSURED — OWNERS, LESSEES, CONTRACTORS OR OTHERS — ONGOING OPERATIONS — AUTOMATIC, INCLUDING PRIMARY NON CONTRIBUTORY will be on a primary basis and will not seek contribution from the additional insured's policy. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 CL CG 00 13 01 12 Includes copyrighted material of Insurance Services Page 6 of 6 Office, Inc with its permission 1 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONTRACTOR GENERAL LIABILITY PLATINUM ENDORSEMENT This endorsement modifies insurance provided under the following: ' COMMERCIAL GENERAL LIABILITY COVERAGE PART A. PROPERTY DAMAGE TO BORROWED EQUIPMENT ' 1. Paragraph 2.j. of SECTION I - COVERAGES, COVERAGE A BODILY INJURY AND PROPERTY DAMAGE LIABILITY is amended as follows: Paragraphs (3) and (4) of this exclusion do not apply to tools or equipment loaned to you, provided they are not being used to perform operations at the time of loss. 2. SECTION III — LIMITS OF INSURANCE is deleted and replaced by the following: The most we will pay in any one "occurrence" for "property damage" to borrowed equipment is $15,000. This limit of insurance is the most we will pay regardless of the number of: 1 a. Insureds; b. Claims made or "suits" brought; or c. Persons or organizations making claims or bringing "suits ". 3. Deductible a. Our obligation to pay damages on behalf of the insured applies only to the amount of ' damages in excess of $250 as applicable to "property damage" as the result of any one "occurrence ", regardless of the number of persons or organizations who sustain damages because of that "occurrence". b. The terms of this insurance, including those with respect to our right and duty to defend the insured against any "suits" seeking those damages; and your duties in the event of an "occurrence ", claim, or "suit" apply irrespective of the application of the deductible amount. c. We may pay any part or all of the deductible amount to effect settlement of any claim or suit ' and, upon notification of the action taken; you shall promptly reimburse us for such part of the deductible amount as we have paid. B. CONSTRUCTION PROJECT GENERAL AGGREGATE LIMIT 1. For all sums which the insured becomes legally obligated to pay as damages caused by "occurrences" under COVERAGE A (SECTION I), and for all medical expenses caused by accidents under COVERAGE C (SECTION I), which can be attributed only to ongoing operations at a single construction project away from premises owned by or rented to the insured: a. A Single Construction Project General Aggregate Limit applies to each construction project away from premises owned by or rented to the insured, and that limit is equal to the amount of the General Aggregate Limit shown in the Declarations. ' b. The Single Construction Project General Aggregate Limit is the most we will pay for the sum of all damages under COVERAGE A, except damages because of "bodily injury" or "property damage" included in the "products- completed operations hazard ", and for medical expenses under COVERAGE C regardless of the number of: 1 (1) Insureds; (2) C "s" ' (3) Persons laims made or organ or suitbrought; making claims or bringing "suits ". c. Any payments made under COVERAGE A for damages or under COVERAGE C for medical expenses shall reduce the Single Construction Project General Aggregate Limit for that construction project away from premises owned by or rented to the insured. Such payments shall not reduce the General Aggregate Limit shown in the Declarations nor shall they reduce any other Single Construction Project General Aggregate Limit for any other separate construction project away from premises owned by or rented to the insured. CL CG 00 20 01 12 Includes copyrighted material of Insurance Services Page 1 of 4 Office, Inc with its permission 1 1 d. The limits shown in the Declarations for Each Occurrence, Fire Damage and Medical ' Expense continue to apply. However, instead of being subject to the General Aggregate Limit shown in the Declarations, such limits will be subject to the applicable Single Construction Project General Aggregate Limit. 2. For all sums which the insured becomes legally obligated to pay as damages caused by ' "occurrences" under COVERAGE A (SECTION I), and for all medical expenses caused by accidents under COVERAGE C (SECTION I), which cannot be attributed only to ongoing operations at a single designated construction project away from premises owned by or rented to the insured: a. Any payments made under COVERAGE A for damages or under COVERAGE C for medical expenses shall reduce the amount available under the General Aggregate Limit or the Products - Completed Operations Aggregate Limit, whichever is applicable; and b. Such payments shall not reduce any Single Construction Project General Aggregate Limit. 3. When coverage for liability arising out of the "products- completed operations hazard" is provided, any payments for damages because of "bodily injury" or "property damage" included in the ' "products- completed operations hazard" will reduce the Products - Completed Operations Aggregate Limit, and not reduce the General Aggregate Limit or the Single Construction Project General Aggregate Limit. 4. If the applicable construction project away from premises owned by or rented to the insured has been abandoned, delayed, or abandoned and then restarted, or if the authorized contracting parties deviate from plans, blueprints, designs, specifications or timetables, the project will still be deemed to be the same construction project. ' 5. The provisions of Limits Of Insurance (SECTION III) not otherwise modified by this endorsement shall continue to apply as stipulated. C. LIMITED JOB SITE POLLUTION 1. Exclusion f. under Section I — Coverage A is replaced by the following: 2. Exclusions This insurance does not apply to: 1 f. Pollution (1) "Bodily injury" or "property damage" arising out of the actual, alleged or threatened discharge, dispersal, seepage, migration, release or escape of "pollutants ": ' (a) At or from any premises, site or location on which any insured or any contractors or subcontractors working directly or indirectly on any insured's behalf are performing operations if the operations are to test for, monitor, clean up, remove, contain, treat, detoxify or neutralize, or in any way respond to, or assess the I effects of, "pollutants'; or (b) At or from a storage tank or other container, ducts or piping which is below or partially below the surface of the ground or water or which, at any time, has been ' buried under the surface of the ground or water and then subsequently exposed by erosion, excavation or any other means if the actual, alleged or threatened discharge, dispersal, seepage, migration, release or escape of "pollutants" arises at or from any premises, site or location which any insured or any contractors or subcontractors working directly or indirectly on any insured's behalf are performing operations if the "pollutants" are brought on or to the premises, site or location in connection with such operations by such insured, contractor or subcontractor. Subparagraph (b) does not apply to "bodily injury" or "property damage" arising out of heat, smoke or fumes from a "hostile fire ". (2) Any loss, cost or expense arising out of any: ' (a) Request, demand, order or statutory or regulatory requirement issued or made pursuant to any environmental protection or environmental liability statutes or regulations that any insured test for, monitor, clean up, remove, contain, treat, detoxify or neutralize, or in any way respond to, or assess the effects of, "pollutants "; or CL CG 00 20 01 12 Includes copyrighted material of Insurance Services Page 2 of 4 Office, Inc with its permission 1 (b) Claim or suit by or on behalf of a governmental authority for damages because of testing for, monitoring, cleaning up, removing, containing, treating, detoxifying, or neutralizing or in any way responding to or assessing the effects of, "pollutants ". However, this paragraph does not apply to liability for those sums the insured becomes legally obligated to pay as damages because of "property damage" that the ' insured would have in the absence of such request, demand, order or statutory or regulatory requirement, or such claim or "suit" by or on behalf of a governmental authority. ' 2. With respect to "bodily injury" or "property damage" arising out of the actual, alleged or threatened discharge, dispersal, seepage, migration, release or escape of "pollutants ": a. The Each Occurrence Limit" shown in the Declarations does not apply. 1 b. Paragraph 7. of Limits Of Insurance (Section III) does not apply. c. Paragraph 1. of Section III — Limits Of Insurance is replaced by the following: The Limits Of Insurance shown in this endorsement, or in the Declarations and the rules ' below fix the most we will pay regardless of the number of: (1) Insureds; (2) Claims made or "suits" brought; or (3) Persons or organizations making claims or bringing "suits ". d. The following are added to Section III — Limits Of Insurance: 8. Subject to 2. or 3. above, whichever applies, the most we will pay for the sum of: a. Damages under Coverage A; and b. Medical expenses under Coverage C ' because of "bodily injury" or "property damage" arising out of the actual, alleged or threatened discharge, dispersal, seepage, migration, release or escape of "pollutants" is $100,000 aggregate. 9. Subject to 8. above, the Medical Expense Limit is the most we will pay under Coverage C for all medical expenses because of "bodily injury" sustained by any one person arising out of the actual, alleged or threatened discharge, dispersal, seepage, migration, release or escape of "pollutants ". D. VOLUNTARY PROPERTY DAMAGE 1. The following is added to Section 1 — COVERAGES: We will pay, at your request for "property damage" to that part of any property: a. Which you or any subcontractors working directly or indirectly on your behalf are performing operations; or b. That must be restored, repaired or replaced because "your work" was incorrectly performed ' on it. This insurance applies only to "property damage" to property of others while in your care, custody, or control, and arising out of operations away from your insured premises and incidental to your business. Exclusions j.(3),(4),(5) and (6) do not apply to this coverage. This insurance does not apply to "property damage" included within the "explosion hazard ", the "collapse hazard" or the "underground property damage hazard ". ' 2. For the purposes of the coverage provided by D. VOLUNTARY PROPERTY DAMAGE, SECTION III — LIMITS OF INSURANCE is replaced by the following: I A. Limits of Insurance 1. Unless a higher limit is shown in the Declarations, the most we will pay in any one "occurrence" for `property damage" under this endorsement is $15,000. 1 2. Unless a higher limit is shown in the Declarations, the most we will pay for all covered "occurrences" during any one policy period is $15,000 Aggregate Limit of Insurance. CL CG 00 20 01 12 Includes copyrighted material of Insurance Services Page 3 of 4 Office, Inc with its permission 1 1 The Limits of Insurance of this endorsement apply separately to each consecutive annual ' period and to any remaining period of less than 12 months, starting with the beginning of the policy period shown in the Declarations, unless the policy period is extended after issuance for an additional period of less than 12 months. In that case, the additional period will be deemed part of the last preceding period for purposes of determining the Limits of Insurance. 3. Deductible a. Our obligation to pay damages on behalf of the insured applies only to the amount of damages in excess of $250 as the result of any one "occurrence ", regardless of the number of persons or organizations who sustain damages because of that "occurrence ". b. The terms of this insurance, including those with respect to our right and duty to defend the insured against any "suits" seeking those damages; and your duties in the event of an "occurrence ", claim, or "suit" apply irrespective of the application of the deductible amount. c. We may pay any part or all of the deductible amount to effect settlement of any claim or suit and, upon notification of the action taken; you shall promptly reimburse us for such part of the deductible amount as we have paid. 4. For the purposes of the coverage provided by D. VOLUNTARY PROPERTY DAMAGE, SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS is amended as follows: t a. The following is added to paragraph 2. Duties In The Event Of Occurrence, Offense, Claim or Suit: In the event of loss covered by this endorsement, the insured shall, if requested by us, ' replace the property or furnish the labor and materials necessary for repairs at actual cost to the insured, excluding prospective profit or overhead charges of any nature. Any property so paid for or replaced shall, at our option, become our property. Any payment made by us shall not constitute an admission of liability by an insured, or by us. ' b. Paragraph 4. Other Insurance is amended as follows: (1) Paragraph 4.a. Primary Insurance is deleted. (2) Subparagraphs (1) and (2) of paragraph 4.b. Excess Insurance are deleted and replaced with the following: This insurance is excess over any of the other insurance, whether primary, excess, contingent or on any other basis. All other provisions that apply to paragraph 4. Other Insurance contained in the Commercial General Liability Coverage Form are applicable. 5. For the purposes of the coverage provided by D. VOLUNTARY PROPERTY DAMAGE, the following definitions are added to SECTION V — DEFINITIONS: a. "Collapse hazard" includes "structural property damage" and any resulting "property damage" to any other property at any time. b. "Explosion hazard" includes "property damage" arising out of blasting or explosion. The "explosion hazard" does not include "property damage" arising out of the explosion of air or steam vessels, piping under pressure, prime movers, machinery or power transmitting equipment. c. "Structural property damage" means the collapse of or structural injury to any building or structure due to: (1) Grading of land, excavating, borrowing, filling, back - filling, tunneling, pile driving, ' cofferdam work or caisson work; or (2) Moving, shoring, underpinning, raising or demolition of any building or structure or removal or rebuilding of any structural support of that building or structure. ' d. "Underground property damage hazard" includes "underground property damage" and any resulting "property damage" to any other property at any time. e. "Underground property damage" means "property damage" to wires, conduits, pipes, mains, sewers, tanks, tunnels, any similar property, and any apparatus used with them beneath the surface of the ground or water, caused by and occurring during the use of mechanical equipment for the purpose of grading land, paving, excavating, drilling, borrowing, filling, back - filling or pile driving. CL CG 00 20 01 12 Includes copyrighted material of Insurance Services Page 4 of 4 Office, Inc with its permission 1 1 MINIMUM WAGE AFFIDAVIT STATE OF WASHINGTON ) .) ss 1 COUNTY OF YAKIMA I, the undersigned, having been duly sworn, depose, say and certify that in connection with the ' performance of the work, payment for which this voucher is submitted, I have paid the following rate per hour to each classification of laborers, workmen, or mechanics, as indicated upon the attached list, now referred to and by such reference incorporated in and made an integral part ' hereof, for all such employed in the performance of such work; and no laborer, workman or mechanic so employed upon such work has been paid less than the prevailing rate of wage or less than the minimum rate of wages as specified in the principal contract; that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. 1 Contractor Subscribed and sworn to before me on this day of , 201 1 0 1 Notary Public in and for the State of Washington residing at • 1 1 1 1 1 1 CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE 1 169 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 111 1 1 CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE 170 1 1 1 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 1 PO Box 44540 Olympia, Washington 98504 -4540 Telephone: 360- 902 -5335 • 1 1 1 11 1 1 1 CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE 111 171 1 General Decision Number: WA140001 03/14/2014 WA1 1 Superseded General Decision Number: WA20130001 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 01/03/2014 ' 1 01/17/2014 2 01/24/2014 3 02/07/2014 4 02/21/2014 5 03/14/2014 CARP0001 -008 06/01/2013 ' Rates Fringes Carpenters: ' COLUMBIA RIVER AREA - ADAMS, BENTON, COLUMBIA, DOUGLAS (EAST OF THE 120TH MERIDIAN), FERRY, FRANKLIN, GRANT, OKANOGAN (EAST OF THE 120 MERIDIAN) AND WALLA WALLA COUNTIES 1 GROUP 1 $ 30.66 12.87 GROUP 2 $ 31.56 12.87 GROUP 3 $ 31.64 12.87 GROUP 4• $ 31.64 12.87 ' GROUP 5 $ 62.58 12.87 GROUP 6 $ 30.29 12.87 GROUP 7 $ 31.29 12.87 GROUP 8 $ 28.54 12.87 GROUP 9 $ 30.29 12.87 1 1 1 1 1 Citywide Safety Project #2343 Addendum #1 1 1 1 SPOKANE AREA: ASOTIN, GARFIELD, LINCOLN, PEND OREILLE, SPOKANE, STEVENS AND WHITMAN COUNTIES GROUP 1• $ 30.66 12.87 GROUP 2• $ 31.56 12.87 GROUP 3• $ 31.64 12.87 GROUP 4• $ 31.64 12.87 GROUP 5• $ 70.78 12.87 GROUP 6• $ 32.64 12.87 GROUP 7 $ 35.39 12.87 GROUP 8 $ 34.39 12.87 GROUP 9 $ 34.39 12.87 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). 1 Citywide Safety Project #2343 1 Addendum #1 1 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 1 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 1 encapsulated suit with a self - contained breathing apparatus or a supplied air line. 1 O 1 11 Citywide Safety Project #2343 Addendum #1 11 1 1 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: 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 1 Citywide Safety Project #2343 Addendum #1 1 1 1 CARP0770 -003 07/01/2012 II Rates Fringes Carpenters: B CENTRAL WASHINGTON: ® CHELAN, DOUGLAS (WEST OF THE 120TH MERIDIAN),KITTITAS, OKANOGAN (WEST OF THE 120TH MERIDIAN) AND YAKIMA COUNTIES 1 CARPENTERS ON CREOSOTE MATERIAL $ 25.93 12.60 CARPENTERS $ 25.83 12.60 1 DIVERS TENDER $ 39.15 12.60 DIVERS $ 87.20 12.60 MILLWRIGHT AND MACHINE ERECTORS $ 37.07 12.60 1 PILEDRIVER, DRIVING, PULLING, CUTTING, PLACING COLLARS, SETTING, WELDING OR CRESOTE TREATED 1 MATERIAL, ALL PILING $ 36.22 12.60 (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - ALL CLASSIFICATIONS EXCEPT MILLWRIGHTS AND PILEDRIVERS 1 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 I Renton Shelton Yakima Aberdeen- Hoquiam Tacoma Wenatchee Ellensburg Everett Port Angeles Centralia Mount Vernon Sunnyside 1 Chelan Pt. Townsend \ Zone Pay: 0 -25 radius miles Free e 26 -35 radius miles $1.00 /hour 36 -45 radius miles $1.15 /hour 46 -55 radius miles $1.35 /hour 1 Over 55 radius miles $1.55 /hour (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - MILLWRIGHT AND PILEDRIVER ONLY) 1 Hourly Zone Pay shall be computed from Seattle Union Hall, Tacoma City center, and Everett City center 1 Zone Pay: 0 -25 radius miles Free 26 -45 radius miles $ .70 /hour 11 Over 45 radius miles $1.50 /hour 11 Citywide Safety Project #2343 Addendum #1 1 1 CARP0770 -006 07/07/2012 Rates Fringes 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 1 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 1 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: 1 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 Citywide Safety Project #2343 Addendum #1 lI 1 ELEC0046 -001 02/04/2013 CALLAM, JEFFERSON, KING AND KITSAP COUNTIES Rates Fringes CABLE SPLICER $ 46.87 3%+15.96 ELECTRICIAN $ 42.61 3%+15.96 1 ELEC0048 -003 01/01/2014 1 CLARK, KLICKITAT AND SKAMANIA COUNTIES Rates Fringes 1 CABLE SPLICER $ 42.63 19.11 ELECTRICIAN $ 38.75 19.11 HOURLY ZONE PAY: 1 Hourly Zone Pay shall be paid on jobs located outside of the free zone computed from the city center of the following listed cities: 1 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 1 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 01/01/2014 1 COWLITZ AND WAHKIAKUM COUNTY I Rates Fringes CABLE SPLICER $ 42.63 19.11 • ELECTRICIAN $ 38.75 19.11 1 ELEC0073 -001 07/01/2013 ADAMS, FERRY, LINCOLN, PEND OREILLE, SPOKANE, STEVENS, WHITMAN ' COUNTIES Rates Fringes CABLE SPLICER $ 31.98 16.15 ELECTRICIAN $ 29.07 16.15 1 Citywide Safety Project #2343 Addendum #1 1 ELEC0076 -002 09/01/2013 GRAYS HARBOR, LEWIS, MASON, PACIFIC, PIERCE, AND THURSTON COUNTIES Rates Fringes CABLE SPLICER $ 37.71 22.47 ELECTRICIAN $ 34.28 22.47 1 ELEC0112 -005 07/01/2013 ASOTIN, BENTON, COLUMBIA, FRANKLIN, GARFIELD, KITTITAS, WALLA WALLA, YAKIMA COUNTIES Rates Fringes CABLE SPLICER $ 38.90 17.35 ELECTRICIAN $ 37.05 17.29 ELEC0191 -003 06/01/2013 ISLAND, SAN JUAN, SNOHOMISH, SKAGIT AND WHATCOM COUNTIES 1 Rates Fringes CABLE SPLICER $ 42.91 17.39 ELECTRICIAN $ 39.01 17.39 ELEC0191 -004 07/01/2013 CHELAN, DOUGLAS, GRANT AND OKANOGAN COUNTIES Rates Fringes CABLE SPLICER $ 39.50 17.30 ELECTRICIAN $ 35.91 17.3 • 1 1 1 1 1 Citywide Safety Project #2343 1 Addendum #1 1 1 ENG10302 -003 06/01/2013 ' 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): I Rates Fringes Power equipment operators: Group lA $ 37.39 16.65 Group IAA $ 37.96 16.65 Group lAAA $ 38.52 16.65 Group 1 $ 36.84 16.65 Group 2 $ 36.35 16.65 Group 3 $ 35.93 16.65 Group 4 $ 33.57 16.65 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 Citywide Safety Project #2343 Addendum #1 1 1 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 -B1aw 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 1 1 1: Citywide Safety Project #2343 1 Addendum #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 1 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. 1 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 1 BASEPOINTS: Aberdeen, Bellingham, Bremerton, Everett, Kent, Mount Vernon, Port Angeles, Port Townsend, Seattle, Shelton, Wenatchee, Yakima 1 1 1 1 1 Citywide Safety Project #2343 Addendum #1 1 1 1 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 1 (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, 11 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 1 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 1 1 1 Citywide Safety Project #2343 1 Addendum #1 • 1 1 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. 1 1 1 Citywide Safety Project #2343 Addendum #1 1 1 1 ENG10370 -002 06/01/2013 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 ] MERIDIAN) COUNTIES ZONE 1: 1 Rates Fringes Power equipment operators: GROUP 1 $ 25.56 12.85 GROUP 2 $ 25.88 12.85 GROUP 3 $ 26.49 12.85 GROUP 4 $ 26.65 12.85 GROUP 5 $ 26.81 12.85 GROUP 6 $ 27.09 12.85 GROUP 7 $ 27.36 12.85 GROUP 8 $ 28.46 12.85 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 1: Bit Grinders; Bolt Threading Machine; Compressors (under 2000 CFM, gas, diesel, or electric power); Deck Hand; 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 1 1 1 1 Citywide Safety Project #2343 1 Addendum #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 - r_rete, 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) 1 1 1 Citywide Safety Project #2343 Addendum #1 1 1 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 11 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 1 1 Citywide Safety Project #2343 1 Addendum #1 1 1 1 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 1 BOOM PAY: (All Cranes, Including Tower) 180 ft to 250 ft $ .50 over scale Over 250 ft $ .80 over scale 1 NOTE: In computing the length of the boom on Tower Cranes, they shall be measured from the base of the Tower to the point 1 of the boom. HAZMAT: Anyone working on HAZMAT jobs, working with supplied air shall receive $1.00 an hour above classification. ENG10612 -012 06/01/2013 1 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 1 ON PROJECTS DESCRIBED IN FOOTNOTE A BELOW, THE RATE FOR EACH GROUP SHALL BE 90% OF THE BASE RATE PLUS FULL FRINGE BENEFITS. 1 ON ALL OTHER WORK, THE FOLLOWING RATES APPLY. Zone 1 (0 -25 radius miles): Rates Fringes Power equipment operators: 1 GROUP lA $ 37.39 16.65 GROUP IAA $ 37.96 16.65 GROUP lAAA $ 38.52 16.65 GROUP 1 $ 36.84 16.65 1 GROUP 2 $ 36.35 16.65 GROUP 3 $ 35.93 16.65 GROUP 4 $ 33.57 16.65 1 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 1 1 Citywide Safety Project #2343 Addendum #1 1 . 1 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 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, rota- 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 1 Citywide Safety Project #2343 ' Addendum #1 i 1 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 1 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. 1 1 1 Citywide Safety Project #2343 Addendum #1 1 1 ENG10701 -002 01/01/2014 CLARK, COWLITZ, KLICKKITAT, PACIFIC (SOUTH), SKAMANIA, AND 1 WAHKIAKUM COUNTIES POWER RQUIPMENT OPERATORS: ZONE 1 1 Rates Fringes Power equipment operators: (See Footnote A) GROUP 1 $ 38.25 13.70 GROUP 1A $ 40.16 13.70 GROUP 1B $ 42.08 13.70 GROUP 2 $ 36.56 13.70 GROUP 3 $ 35.54 13.70 GROUP 4 $ 34.56 13.70 GROUP 5 $ 33.43 13.70 GROUP 6 $ 30.34 13.70 Zone Differential (add to Zone 1 rates): 1 Zone 2 - $3.00 Zone 3 - $6.00 1 1 1 1 1 1 1 1 1 Citywide Safety Project #2343 1 Addendum #1 1 1 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 ih 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. • 1 1 1 1 Citywide Safety Project #2343 Addendum #1 1 4 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 1 GROUP 1A: HYDRAULIC CRANE: Hydraulic Operator, 200 tons and over (with luffing or tower attachment); LATTICE BOOM CRANE: Operator, 200 tons through 299 tons, with over 200 feet boom; FLOATING EQUIPMENT: Floating Crane 250 ton and over GROUP 1B: LATTICE BOOM CRANE: Operator, 300 tons through 399 tons with over 200 feet boom; Operator 400 tons and over; FLOATING EQUIPMENT: Floating Crane 350 ton and over GROUP 2: ASPHALT: Asphalt Plant Operator (any type); Roto Mill, pavement profiler, operator, 6 foot lateral cut and over; BLADE: Auto Grader or "Trimmer" (Grade Checker required); Blade Operator, Robotic; BULLDOZERS: Bulldozer operator over 120,000 lbs and above; Bulldozer operator, twin engine; Bulldozer Operator,tandem, quadnine, D10, D11, and similar type; Bulldozere Robotic Equipment (any type; CONCRETE: Batch Plant and /or Wet Mix Operator, one and two drum; Automatic Concrete Slip Form Paver Operator; Concrete Canal Line Operator; Concrete Profiler, Diamond Head; CRANE: Cableway Operator, 25 tons and over; HYDRAULIC CRANE: Hydraulic crane operator 90 tons through 199 tons (without luffing or tower attachment); TOWER /WHIRLEY OPERATOR: Tower Crane Operator; Whirley Operator, under 90 tons; LATTICE BOOM CRANE: 90 through 199 tons and /or 150 to 200 feet boom; CRUSHER: Crusher Plant Operator; FLOATING EQUIPMENT: Floating Clamshell, etc.operator, 3 cu. yds. and over; Floating Crane (derrick barge) Operator, 30 tons but less than 150 tons; LOADERS: Loader operator, 120,000 lbs. and above; REMOTE CONTROL: Remote controlled earth - moving equipment; RUBBER -TIRED SCRAPERS: Rubber - tired scraper operator, with tandem scrapers, multi - engine; SHOVEL, DRAGLINE, CLAMSHELL, SKOOPER OPERATOR: Shovel, Dragline, Clamshell, operator 5 cu. yds and over; TRENCHING MACHINE: Wheel Excavator, under 750 cu. yds. per hour (Grade Oiler required); Canal Trimmer (Grade Oiler required); Wheel Excavator, over 750 cu. yds. per hour; Band Wagon (in conjunction with wheel excavator); UNDERWATER EQUIPMENT: Underwater Equipment Operator, remote or otherwise; HYDRAULIC HOES- EXCAVATOR: Excavator over 130,000 lbs.; HYDRAULIC CRANE: Hydraulic crane operator, 50 tons through 89 tons (with luffing or tower attachment); 1 Citywide Safety Project #2343 1 Addendum #1 1 1 1 GROUP 3: BULLDOZERS: Bulldozer operator, over 70,000 lbs. up I 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, 11 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 Clamshelli, 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 ' Citywide Safety Project #2343 Addendum #1 1 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 1 1 1 1 Citywide Safety Project #2343 1 Addendum #1 1 t GROUP 5: ASPHALT: Extrusion Machine Operator; Roller • 1 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 I 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 ' robotic; HYDRAULIC 'HO FORKLIFT: Lift, SEXCAVATORS:Hydrauli and /or Hydraulic Backhoe Operator, wheel type (Ford, John Deere, Case type); Hydraulic Backhoe Operator track type up to and including 1 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 ' Citywide Safety Project #2343 Addendum #1 1 . 1 1 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 1 1 1 1 1 Citywide Safety Project #2343 Addendum #1 1 1 IRON0014 -005 07/01/2013 ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND ORIELLE, SPOKANE, STEVENS, WALLA WALLA AND WHITMAN COUNTIES Rates Fringes IRONWORKER $ 31.60 21.35 IRON0029 -002 07/01/2013 CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA, AND WAHKAIKUM COUNTIES Rates Fringes IRONWORKER $ 34.12 21.35 IRON0086 -002 07/01/2013 YAKIMA, KITTITAS AND CHELAN COUNTIES Rates Fringes IRONWORKER $ 31.60 21.35 IRON0086 -004 07/01/2013 ' CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PIERCE, SKAGIT, SNOHOMISH, THURSTON, AND WHATCOM COUNTIES ' Rates Fringes IRONWORKER $ 38.14 21.35 1 1 1 1 Citywide Safety Project #2343 Addendum #1 1 1 LAB00001 -002 06/01/2013 ZONE 1: 1 Rates Fringes Laborers: CALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PACIFIC (NORTH OF STRAIGHT LINE MADE BY EXTENDING THE NORTH BOUNDARY WAHKIAKUM COUNTY WEST TO THE PACIFIC OCEAN), PIERCE, SAN JUAN,SKAGIT, SNOHOMISH,THURSTON AND WHATCOM COUNTIES GROUP 1 $ 22.19 9.85 GROUP 2 $ 25.41 9.85 GROUP 3 $ 31.76 9.85 GROUP 4 $ 32.53 9.85 GROUP 5 $ 33.06 9.85 CHELAN, DOUGLAS (WEST OF THE 120TH MERIDIAN), KITTITAS AND YAKIMA COUNTIES GROUP 1 $ 18.73 9.85 GROUP 2 $ 21.47 9.85 GROUP 3 $ 23.51 9.85 GROUP 4 $ 24.08 9.85 GROUP 5 $ 24.49 9.85 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 1 Citywide Safety Project #2343 1 Addendum #1 1 1 1 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 1 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 "); 1 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). 1 Citywide Safety Project #2343 Addendum #1 1 1 1 LAB00238 -004 06/01/2013 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 1 LABORER (PASCO) GROUP 1 $ 22.00 10.65 GROUP 2 $ 24.10 10.65 GROUP 3 $ 24.37 10.65 GROUP 4 $ 24.64 10.65 GROUP 5 $ 24.92 10.65 LABORER (SPOKANE) GROUP 1 $ 21.70 10.65 GROUP 2 $ 23.80 10.65 GROUP 3 $ 24.07 10.65 GROUP 4 $ 24.34 10.65 GROUP 5 $ 24.62 10.65 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. 1 1 1 1 1 1 1 Citywide Safety Project #2343 1 Addendum #1 1 1 11 LABORERS CLASSIFICATIONS GROUP 1: Flagman; Landscape Laborer; Scaleman; Traffic Control Maintenance Laborer (to include erection and maintenance of barricades, signs and relief of flagperson); 1 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 scjueezcrete 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: 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, i vibrator, form setter); Nozzleman (to include squeeze and flo -crete nozzle); Nozzleman, water, air or steam; Pavement Breaker (under 90 1bs.); 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 1 of Barco, Essex and similar tampers); Trencher, Shawnee; Tugger Operator; Wagon Drills; Water Pipe Liner; Wheelbarrow (power driven) 11 Citywide Safety Project #2343 Addendum #1 1 1 I/ GROUP 4: Air and Hydraulic Track Drill; Aspahlt Raker;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) LABO0238 -006 06/01/2013 1 COUNTIES EAST OF THE 120TH MERIDIAN: ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND OREILLE, STEVENS, SPOKANE, WALLA WALLA, WHITMAN Rates Fringes Hod Carrier $ 24.10 10.65 LABO0335 -001 06/01/2013 1 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 $ 28.65 10.05 GROUP 2 $ 29.25 10.05 GROUP 3 $ 29.69 10.05 GROUP 4 $ 30.07 10.05 GROUP 5 $ 26.15 10.05 GROUP 6 $ 23.73 10.05 GROUP 7 $ 20.53 10.05 Citywide Safety Project #2343 1 Addendum #1 1 1 Zone Differential (Add to Zone 1 rates): ' Zone 2 - 0.65 Zone 3 - 1.15 Zone 4 - 1.70 Zone 5 - 2.75 BASE POINTS: GOLDENDALE, LONGVIEW, AND VANCOUVER ZONE 1: Projects within 30 miles of the respective city all. ' ZONE 2: More than 30 miles but less than 40 miles from the respective city hall. ZONE 3: More than 40 miles but less than 50 miles from the respective city hall. ZONE 4: More than 50 miles but less than 80 miles from the respective city hall. ZONE 5: More than 80 miles from the respective city hall. LABORERS CLASSIFICATIONS GROUP 1: Asphalt Plant Laborers; Asphalt Spreaders; Batch Weighman; Broomers; Brush Burners and Cutters; Car and Truck Loaders; Carpenter Tender; Change -House Man or Dry Shack Man; Choker Setter; Clean -up Laborers; Curing, Concrete; Demolition, Wrecking and Moving Laborers; Dumpers, road oiling crew; Dumpmen (for grading crew); Elevator Feeders; Median Rail Reference Post, Guide Post, 1 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 1 (aggregate when used) GROUP 2: Applicator (including pot power tender for same), applying protective material by hand or nozzle on utility i 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) Citywide Safety Project #2343 Addendum #1 1 1 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 1 LABO0335 -019 09/01/2013 Rates Fringes Hod Carrier $ 30.47 10.05 PAIN0005 -002 07/01/2013 STATEWIDE EXCEPT CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH), SKAMANIA, AND WAHKIAKUM COUNTIES Rates Fringes Painters: STRIPERS $ 28.00 14.33 PAIN0005 -004 03/01/2009 CLALLAM, GRAYS HARBOR, ISLA -ND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM COUNTIES Rates Fringes ' PAINTER $ 20.82 7.44 1 Citywide Safety Project #2343 1 Addendum #1 1 1 PAIN0005 -006 07/01/2013 1 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 11 Painters: Application of Cold Tar Products, Epoxies, Polyure thanes, Acids, Radiation Resistant Material, Water and Sandblasting $ 26.79 10.41 Over 30' /Swing Stage Work $ 22.20 7.98 Brush, Roller, Striping, Steam- cleaning and Spray $ 21.69 10.41 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 01/01/2014 CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA, AND WAHKIAKUM COUNTIES Rates Fringes ' Painters: Brush & Roller $ 21.01 9.06 High work - All work 60 ft. or higher $ 21.76 9.06 ' Spray and Sandblasting $ 21.61 9.06 PAIN0055 -007 07/01/2013 CLARK, COWLITZ, KLICKITAT, SKAMANIA and WAHKIAKUM COUNTIES Rates Fringes ' Painters: HIGHWAY & PARKING LOT STRIPER $ 33.41 10.36 1 1 ' Citywide Safety Project #2343 Addendum #1 1 PLAS0072 -004 06/01/2013 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 $ 26.01 12.14 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 06/01/2013 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 $ 36.63 14.55 COMPOSITION, TROWEL MACHINE, GRINDER, POWER TOOLS, GUNNITE NOZZLE $ 37.13 14.55 TROWLING MACHINE OPERATOR ON COMPOSITION $ 37.13 14.55 1 PLAS0555 -002 06/01/2012 CLARK, KLICKITAT AND SKAMANIA COUNTIES 1 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 Citywide Safety Project #2343 Addendum #1 1 1 1 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 06/01/2013 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 1 Rates Fringes Truck drivers: ZONE 1 GROUP 1 $ 26.90 13.75 GROUP 2 $ 27.02 13.75 GROUP 3 $ 27.15 13.75 GROUP 4 $ 27.41 13.75 GROUP 5 $ 27.63 13.75 GROUP 6 $ 27.79 13.75 GROUP 7 $ 27.99 13.75 Zone Differential (Add to Zone 1 Rates): Zone 2 - $0.65 Zone 3 - 1.15 Zone 4 - 1.70 1 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. Citywide Safety Project #2343 Addendum #1 1 1 1 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 Citywide Safety Project #2343 1 Addendum #1 F 11 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 01/01/2014 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• $ 32.18 16.69 GROUP 2• $ 31.34 16.69 GROUP 3- $ 28.53 16.69 GROUP 4 $ 23.56 16.69 GROUP 5• $ 31.73 16.69 ZONE B (25 -45 miles from center of listed cities *): Add $.70 per hour to Zone A rates. ZONE C' (over 45 miles from centr of listed cities *): Add ' $1.00 per hour to Zone A rates. *Zone pay will be calculated from the city center of the following listed cities: ' BELLINGHAM CENTRALIA RAYMOND OLYMPIA EVERETT SHELTON ANACORTES BELLEVUE SEATTLE PORT ANGELES MT. VERNON KENT TACOMA PORT TOWNSEND ABERDEEN BREMERTON TRUCK DRIVERS CLASSIFICATIONS GROUP 1 - "A -frame or Hydralift" trucks and Boom trucks or similar equipment when "A" frame or "Hydralift" and Boom truck or similar equipment is used; Buggymobile; Bulk Cement Tanker; Dumpsters and similar equipment, Tournorockers, Tournowagon, Tournotrailer, Cat DW series, Terra Cobra, Le Tourneau, Westinghouse, Athye Wagon, Euclid Two and Four - Wheeled power tractor with trailer and similar top - loaded equipment transporting material: Dump Trucks, side, end and bottom dump, including semi - trucks and trains or combinations thereof with 16 yards to 30 yards capacity: Over 30 yards $.15 per hour additional for each 10 yard ' increment; Explosive Truck (field mix) and similar equipment; Hyster Operators (handling bulk loose aggregates); Lowbed and Heavy Duty Trailer; Road Oil ' Distributor Driver; Spreader, Flaherty Transit mix used exclusively in heavy construction; Water Wagon and Tank Truck -3,000 gallons and over capacity 1 Citywide Safety Project #2343 Addendum #1 1 t 1 1 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, /I 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. 1 1 1 1 Citywide Safety Project #2343 1 Addendum #1 1 1 TEAM0690 -004 01/01/2014 1 ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT KITTITAS, LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMA 1 COUNTIES Rates Fringes Truck drivers: (AREA 1: 1 SPOKANE ZONE CENTER: Adams,Chelan, Douglas, Ferry, Grant, Kittitas, Lincoln, Okanogan, Pen Oreille, Spokane, Stevens, and Whitman Counties I AREA 1: LEWISTON ZONE CENTER: Asotin, Columbia, and Garfield Counties 1 AREA 2: PASCO ZONE CENTER: Benton, Franklin, Walla Walla and Yakima Counties) AREA 1: II GROUP 1 $ 20.17 15.19 GROUP 2 $ 22.44 15.19 GROUP 3 $ 22.94 15.19 1 GROUP 4 $ 23.27 15.19 GROUP 5 $ 23.38 15.19 GROUP 6 $ 23.55 15.19 GROUP 7 $ 24.08 15.19 GROUP 8 $ 24.44 15.19 I AREA 2 GROUP 1 $ 21.77 15.19 GROUP 2 $ 24.31 15.19 1 GROUP 3 $ 24.42 15.19 GROUP 4 $ 24.75 15.19 GROUP 5 $ 24.86 15.19 GROUP 6 $ 25.02 15.19 1 GROUP 7 $ 25.56 15.19 GROUP 8 $ 25.88 15.19 Zone Differential (Add to Zone 1 rate: Zone 2 + $2.00) 1 BASE POINTS: Spokane, Pasco, Lewiston . Zone 1: 0 -45 radius miles from the main post office. II Zone 2: Outside 45 radius miles from the main post office TRUCK DRIVERS CLASSIFICATIONS II GROUP 1: Escort Driver or Pilot Car; Employee Haul; Power Boat Hauling Employees or Material I • 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, II pulling trailer or similar equipment) II Citywide Safety Project #2343 Addendum #1 II 1 1 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. Citywide Safety Project #2343 Addendum #1 1 1 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. 1 1 1 1 1 1 1 1 1 1 1 1 1 Citywide Safety Project #2343 Addendum #1 1 1 NOTE: Trucks Pulling Equipment Trailers: shall receive $.15 /hour 1 over applicable truck rate WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. = 1 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)). 1 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. 1 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. 1 Citywide Safety Project #2343 1 Addendum #1 1 II II Non -Union Identifiers 1 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 1 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 I 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. 1 Survey wage rates will remain in effect and will not change until a new survey is conducted. 1 WAGE DETERMINATION APPEALS PROCESS 1 1.) Has there been an initial decision in the matter? This can be: 1 * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on I a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests 1 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 1 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 I process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: 1 Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. II 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 1 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 I U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 1 Citywide Safety Project #2343 Addendum #1 II 4 i 1 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. 1 END OF GENERAL DECISION 1 1 1 1 1 1 1 1 1 Citywide Safety Project #2343 1 Addendum #1 1 1 1 I County Trade Job Classification Wage Holiday Overtime Notes Yakima Asbestos Abatement Workers Journey Level $17.83 1 I Yakima Boilermakers Journey Level $64.44 5N 1C Yakima Brick Mason Journey Level $42.38 5A 1M Yakima Building Service Employees Janitor $9.32 1 I Yakima Building Service Employees Shampooer $11.14 1 Yakima Building Service Employees Waxer $9.32 1 Yakima Building Service Employees Window Cleaner $9.32 1 1 Yakima Cabinet Makers (In Shop) Journey Level $16.35 1 Yakima Carpenters Journey Level $29.72 1 I Yakima Cement Masons Journey Level $38.15 7B 1N Yakima Divers &Tenders Diver $105.37 5D 1 M 8A Yakima Divers & Tenders Diver On Standby $59.50 5D 1M I Yakima Divers & Tenders Diver Tender $54.82 5D 1 M Yakima Divers & Tenders Surface Rcv & Rov Operator $54.82 5D 1M Yakima Divers & Tenders Surface Rcv & Rov Operator Tender $51.07 5A 1B I Yakima Dredge Workers Assistant Engineer $53.00 5D 3F Yakima Dredge Workers Assistant Mate (Deckhand) $52.58 5D 3F Yakima Dredge Workers Boatmen $52.30 5D 3F 1 Yakima Dredge Workers Engineer Welder $54.04 5D 3F Yakima Dredge Workers Leverman, Hydraulic $55.17 5D 3F I Yakima Dredge Workers Mates $52.30 5D 3F Yakima Dredge Workers Oiler $52.58 5D 3F Yakima Drywall Applicator Journey Level $39.28 5D 1M I Yakima Drywall Tapers Journey Level $34.06 7E 1 P Yakima Electrical Fixture Maintenance Workers Journey Level $43.32 1 Yakima Electricians - Inside Cable Splicer $56.36 5A 1E 1 Yakima Electricians - Inside Journey Level $54.45 5A 1 E Yakima Electricians Inside Welder $58.27 5A 1E Yakima Electricians - Motor Shop Craftsman $15.37 1 I Yakima Electricians - Motor Shop Journey Level $14.69 1 Yakima Electricians - Powerline Construction Cable Splicer $68.33 5A 4A I Yakima Electricians - Powerline Construction Certified Line Welder $62.50 5A 4A Yakima Electricians Powerline Construction Groundperson $42.56 5A 4A Yakima Electricians - Powerline Construction Heavy Line Equipment Operator $62.50 5A 4A I Yakima Electricians - Powerline Construction Journey Level Lineperson $62.50 5A 4A Yakima Electricians Powerline Construction Line Equipment Operator $52.47 5A 4A I Yakima Electricians - Powerline Construction Pole Sprayer $62.50 5A 4A 1 Yakima Electricians - Powerline Construction Powderperson $46.55 5A 4A Yakima Electronic Technicians Journey Level $23.40 1 1 Citywide Safety Project #2343 Addendum #1 1 a 1 a 1 Yakima Elevator Constructors Mechanic $80.14 7D 4A Yakima Elevator Constructors Mechanic In Chg e $86.77 7D 4A 1 Yakima Fabricated Precast Concrete Products Craftsman - In- Factory Work Only $9.32 1 Yakima Fabricated Precast Concrete Products Journey Level - In- Factory Work Only $9.32 1 Yakima Fence Erectors Fence Erector $13.79 1 1 Yakima Flaggers Journey Level $24.62 1 Yakima Glaziers Journey Level $22.43 61 1B 1 Heat & Frost Insulators And Asbestos Yakima Workers Journey Level $25.32 1 Yakima Heating Equipment Mechanics Journey Level $34.85 1 Yakima Hod Carriers & Mason Tenders _ Joumey Level $34.42 7A 31 1 Yakima Industrial Power Vacuum Cleaner Joumey Level $9.32 1 Yakima Inland Boatmen Journey Level $9.32 1 Yakima Inspection /Cleaning /Sealin Of Sewe & Cleaner Operator, Foamer Operator $9.73 1 Water Systems By Remote Control Yakima Inspection/Cleaning/Sealing Of Sewe & Grout Truck Operator $11.48 1 1 Water Systems By Remote Control Yakima Inspection /Cleaning /Sealing Of Sewe & Head Operator $12.78 1 Water Systems By Remote Control Yakima Inspection /Cleaning /Sealing Of Sewe & Technician $9.32 1 1 Water Systems By Remote Control Yakima Inspection /Cleaning /Sealing Of Sewe & Tv Truck Operator $10.53 1 Water Systems By Remote Control 1 Yakima Insulation Applicators Journey Level $39.28 5D 1M Yakima Ironworkers Journeyman $53.19 7N 10 Yakima Laborers Air, Gas Or Electric Vibrating Screed $33.44 7A 31 1 Yakima Laborers Airtrac Drill Operator $34.42 7A 31 Yakima Laborers Ballast Regular Machine $33.44 7A 31 1 Yakima Laborers Batch Weighman $31.40 7A 31 Yakima Laborers Brick Pavers $33.44 7A 31 Yakima Laborers Brush Cutter $33.44 7A 31 1 Yakima Laborers Brush Hog Feeder $33.44 7A 31 Yakima Laborers Burner $33.44 7A 31 Yakima Laborers Caisson Worker $34.42 7A 31 1 Yakima Laborers Carpenter Tender $33.44 7A 31 Yakima Laborers Cement Dumper - paving $34.01 7A 31 1 Yakima Laborers Cement Finisher Tender $33.44 7A 31 Yakima Laborers Change House Or Dry Shack $33.44 7A 31 Yakima Laborers • Chipping Gun (under 30 Lbs.) $33.44 7A 31 1 Yakima Laborers Chipping Gun(30 Lbs. And Over) $34.01 7A 31 Yakima Laborers Choker Setter $33.44 7A 31 Yakima Laborers Chuck Tender $33.44 7A 31 1 Yakima Laborers Clary Power Spreader $34.01 7A 31 Citywide Safety Project #2343 1 Addendum #1 1 1 1 Yakima Laborers Clean -up Laborer $33.44 7A 31 1 Yakima Laborers Concrete Dumper /chute Operator $34.01 7A 31 Yakima Laborers Concrete Form Stripper $33.44 7A 31 I Yakima Laborers Concrete Placement Crew $34.01 7A 31 Yakima Laborers Concrete Saw Operator /core Driller $34.01 7A 31 Yakima Laborers Crusher Feeder $31.40 7A 31 I Yakima Laborers Curing Laborer $33.44 7A 31 Yakima Laborers Demolition: Wrecking & Moving (incl. $33.44 7A 31 Charred Material) I Yakima Laborers Ditch Digger $33.44 7A 31 Yakima Laborers Diver $34.42 7A 31 Yakima Laborers Drill Operator (hydraulic,diamond) $34.01 7A 31 I Yakima Laborers Dry Stack Walls $33.44 7A 31 Yakima Laborers Dump Person $33.44 7A 31 Yakima Laborers Epoxy Technician $33.44 7A 31 1 Yakima Laborers Erosion Control Worker $33.44 7A 31 Yakima Laborers Faller & Bucker Chain Saw $34.01 7A 31 I Yakima Laborers Fine Graders $33.44 7A 31 Yakima Laborers Firewatch $31.40 7A 31 Yakima Laborers Form Setter $33.44 7A 31 I Yakima Laborers Gabian Basket Builders $33.44 7A 31 Yakima Laborers General Laborer $33.44 7A 31 Yakima Laborers Grade Checker & Transit Person $34.42 7A 31 I Yakima Laborers Grinders $33.44 7A 31 Yakima Laborers Grout Machine Tender $33.44 7A 31 Yakima Laborers Groutmen (pressure)including Post $34.01 7A 31 I Tension Beams Yakima Laborers Guage and Lock Tender $34.52 7A 31 8Q Yakima Laborers Guardrail Erector $33.44 7A 31 1 Yakima Laborers Hazardous Waste Worker (level A) $34.42 7A 31 Yakima Laborers Hazardous Waste Worker (level B) $34.01 7A 31 I Yakima Laborers Hazardous Waste Worker (level C) $33.44 7A 31 Yakima Laborers High Scaler $34.42 7A 31 Yakima Laborers Jackhammer $34.01 7A 31 I Yakima Laborers Laserbeam Operator $34.01 7A 31 Yakima Laborers Maintenance Person $33.44 7A 31 Yakima Laborers Manhole Builder - mudman $34.01 7A 31 I Yakima Laborers Material Yard Person $33.44 7A 31 Yakima Laborers Motorman -dinky Locomotive $34.01 7A 31 1 1 Citywide Safety Project #2343 Addendum #1 1 •0 1 y 1 Nozzleman (concrete Pump, Green Yakima Laborers Cutter When Using Combination Of High $34.01 7A 31 Pressure Air & Water On Concrete & Rock, Sandblast, Gunite, Shotcrete, Water Bla Yakima Laborers Pavement Breaker $34.01 7A 31 Yakima Laborers Pilot Car , $31.40 7A 31 Yakima Laborers Pipe Layer(lead) $34.42 7A 31 Yakima Laborers Pipe Layer /tailor $34.01 7A 31 Yakima Laborers Pipe Pot Tender $34.01 7A 31 Yakima Laborers Pipe Reliner $34.01 7A 31 1 Yakima Laborers Pipe Wrapper $34.01 7A 31 Yakima Laborers Pot Tender $33.44 7A 31 Yakima Laborers Powderman $34.42 7A 31 Yakima Laborers Powderman's Helper $33.44 7A 31 Yakima Laborers Power Jacks $34.01 7A 31 1 Yakima Laborers Railroad Spike Puller - Power $34.01 7A 31 Yakima i Laborers Raker - Asphalt $34.42 7A 31 Yakima Laborers Re- timberman $34.42 7A 31 I Yakima Laborers Remote Equipment Operator $34.01 7A 31 Yakima Laborers Rigger /signal Person $34.01 7A 31 Yakima Laborers Rip Rap Person $33.44 7A 31 1 Yakima Laborers Rivet Buster $34.01 7A 31 Yakima Laborers Rodder $34.01 7A 31 1 Yakima Laborers Scaffold Erector $33.44 7A 31 Yakima Laborers Scale Person $33.44 7A 31 Yakima Laborers Sloper (over 20)" $34.01 7A 31 1 Yakima Laborers Sloper Sprayer $33.44 7A 31 Yakima Laborers Spreader (concrete) $34.01 7A 31 Yakima Laborers Stake Hopper $33.44 7A 31 1 Yakima Laborers Stock Piler $33.44 7A 31 Yakima Laborers Tamper & Similar Electric, Air & Gas $34.01 7A 31 Operated Tools Yakima Laborers Tamper (multiple & Self- propelled) $34.01 7A 31 Yakima Laborers Timber Person - Sewer (lagger, Shorer & $34.01 7A 31 Cribber) 1 Yakima Laborers Toolroom Person (at Jobsite) $33.44 7A 31 Yakima Laborers Topper $33.44 7A 31 Yakima Laborers Track Laborer $33.44 • 7A 31 1 Yakima Laborers Track Liner (power) $34.01 7A 31 Yakima Laborers Traffic Control Laborer $33.29 7A 31 8R 1 Yakima Laborers Traffic Control Supervisor $33.29 7A 31 8R Yakima Laborers Truck Spotter $33.44 7A 31 Citywide Safety Project #2343 1 Addendum #1 1 1 1 Yakima Laborers Tugger Operator $34.01 7A 31 1 Yakima Laborers Tunnel Work -Miner $34.52 7A 31 8Q Yakima Laborers Vibrator $34.01 7A 31 Yakima Laborers Vinyl Seamer $33.44 7A 31 I Yakima Laborers Watchman $28.66 7A 31 Yakima Laborers Welder $34.01 7A 31 I Yakima Laborers Well Point Laborer $34.01 7A 31 Yakima Laborers Window Washer /cleaner $28.66 7A 31 Yakima Laborers - Underground Sewer & Water General Laborer & Topman $33.44 7A 31 I Yakima Laborers - Underground Sewer & Water Pipe Layer $34.01 7A 31 Yakima Landscape Construction Irrigation Or Lawn Sprinkler Installers $9.32 1 Yakima Landscape Construction Landscape Equipment Operators Or $15.45 1 I Truck Drivers Yakima Landscape Construction Landscaping Or Planting Laborers $9.32 1 Yakima Lathers Journey Level $38.68 5D 1M 1 Yakima Marble Setters Journey Level $42.38 5A 1M Yakima Metal Fabrication (In Shop) Fitter $12.00 1 Yakima Metal Fabrication (In Shop) Laborer $10.31 1 I Yakima Metal Fabrication (In Shop) Machine Operator $11.32 1 Yakima Metal Fabrication (In Shop) Painter $12.00 1 I Yakima Metal Fabrication (In Shop) Welder $11.32 1 Yakima Millwright Journey Level $26.05 1 Yakima Modular Buildings Journey Level $14.11 1 I Yakima Painters Journey Level $29.36 6Z 1W Yakima Pile Driver Journey Level $50.30 5D 1 M Yakima Plasterers Journey Level $49.29 7Q 1R 1 Yakima Playground & Park Equipment Installers Journey Level $9.32 1 Yakima Plumbers & Pipefitters Journey Level $74.29 6Z 1Q • Yakima Power Equipment Operators Asphalt Plant Operators $53.49 7A 3C 8P I Yakima Power Equipment Operators Assistant Engineer $50.22 7A 3C 8P Yakima Power Equipment Operators Barrier Machine (zipper) $53.00 7A 3C 8P I Yakima Power Equipment Operators Batch Plant Operator, Concrete $53.00 7A 3C 8P Yakima Power Equipment Operators Bobcat $50.22 7A 3C 8P Yakima Power Equipment Operators Brokk - Remote Demolition Equipment $50.22 7A 3C 8P I Yakima Power Equipment Operators Brooms $50.22 7A 3C 8P Yakima Power Equipment Operators Bump Cutter $53.00 7A 3C 8P Yakima Power Equipment Operators Cableways $53.49 7A 3C 8P 1 Yakima Power Equipment Operators Chipper $53.00 7A 3C 8P Yakima Power Equipment Operators Compressor $50.22 7A 3C 8P Concrete Pump: Truck Mount With I Yakima Power Equipment Operators $53.49 7A 3C 8P Boom Attachment Over 42 M Yakima Power Equipment Operators Concrete Finish Machine -laser Screed $50.22 7A 3C 8P 1 Citywide Safety Project #2343 Addendum #1 1 1 1 Concrete Pump - Mounted Or Trailer Yakima Power Equipment Operators High Pressure Line Pump, Pump High $52.58 7A 3C 8P I Pressure. Yakima Power Equipment Operators Concrete Pump: Truck Mount With Boom $53.00 7A 3C 8P Attachment Up To 42m I Yakima Power Equipment Operators Conveyors $52.58 7A 3C 8P Yakima Power Equipment Operators Cranes: 20 Tons Through 44 Tons With $53.00 7A 3C 8P Attachments 1 Cranes: 100 Tons Through 199 Tons, Or Yakima Power Equipment Operators 150' Of Boom (Including Jib With $54.04 7A 3C 8P Attachments) Cranes: 200 Tons To 300 Tons, Or 250' 1 Yakima Power Equipment Operators Of Boom (including Jib With $54.61 7A 3C 8P Attachments) Cranes: 45 Tons Through 99 Tons, 1 Yakima Power Equipment Operators Under 150' Of Boom (including Jib With $53.49 7A 3C 8P Attachments) Yakima Power Equipment Operators Cranes: A -frame - 10 Tons And Under $50.22 7A 3C 8P 1 Cranes: Friction 100 Tons Through 199 Yakima Power Equipment Operators Tons $54.61 7A 3C 8P Yakima Power Equipment Operators Cranes: Friction Over 200 Tons $55.17 7A 3C 8P 1 Cranes: Over 300 Tons Or 300' Of Boom Yakima Power Equipment Operators (including Jib With Attachments) $55.17 7A 3C 8P Cranes: Through 19 Tons With 1 Yakima Power Equipment Operators Attachments A -frame Over 10 Tons $52.58 7A 3C 8P Yakima Power Equipment Operators Crusher $53.00 7A 3C 8P Yakima Power Equipment Operators Deck Engineer /deck Winches (power) $53.00 7A 3C 8P 1 Yakima Power Equipment Operators Derricks, On Building Work $53.49 7A 3C 8P Yakima Power Equipment Operators Dozers D -9 & Under $52.58 7A 3C 8P Drill Oilers: Auger Type, Truck Or Crane 1 Yakima Power Equipment Operators Mount $52.58 7A 3C 8P Yakima Power Equipment Operators Drilling Machine $53.00 7A 3C 8P Yakima Power Equipment 0 Operators Elevator And Man lift: Permanent And 1 p Shaft Type $50.22 7A 3C 8P Yakima Power Equipment 0 Operators Finishing Machine, Bidwell And Gamaco p & Similar Equipment $53.00 7A 3C 8P Yakima Power Equipment 0 Operators Forklift: 3000 Lbs And Over With $52.58 7A 3C 8P 1 p Attachments Yakima Power Equipment 0 erators Forklifts: Under 3000 Lbs. With p Attachments — $50.22 7A 3C 8P 1 Yakima Power Equipment Operators Grade Engineer: Using Blue Prints, Cut $53.00 7A 3C 8P Sheets, Etc Yakima Power Equipment Operators Gradechecker /stakeman $50.22 7A 3C 8P Yakima Power Equipment Operators Guardrail Punch $53.00 7A 3C 8P 1 Yakima Power Equipment Operators Hard Tail End Dump Articulating Off- $53.49 7A 3C 8P Road Equipment 45 Yards. & Over 1 Yakima Power E ui ment 0 erators Hard Tail End Dump Articulating Off -road q p p Equipment Under 45 Yards $53.00 7A 3C 8P Citywide Safety Project #2343 1 Addendum #1 1 1 , 1 Yakima Power Equipment Operators Horizontal /directional Drill Locator $52.58 7A 3C 8P 1 Yakima Power Equipment Operators Horizontal /directional Drill Operator $53.00 7A 3C 8P Yakima Power Equipment Operators Hydralifts /boom Trucks Over 10 Tons $52.58 7A 3C 8P Yakima Power Equipment Operators Hydralifts /boom Trucks, 10 Tons And $50.22 7A 3C 8P 1 Under Yakima Power Equipment Operators Loader, Overhead 8 Yards. & Over $54.04 7A 3C 8P Loader, Overhead, 6 Yards. But Not 1 Yakima Power Equipment Operators $53.49 7A 3C 8P Including 8 Yards Yakima Power Equipment Operators Loaders, Overhead Under 6 Yards $53.00 7A 3C 8P Yakima Power Equipment Operators Loaders, Plant Feed $53.00 7A 3C 8P 1 Yakima Power Equipment Operators Loaders: Elevating Type Belt $52.58 7A 3C 8P Yakima Power Equipment Operators Locomotives, All $53.00 7A 3C 8P 1 Yakima Power Equipment Operators Material Transfer Device $53.00 7A 3C 8P Yakima Power Equipment Operators Mechanics, All (leadmen $0.50 Per $54.04 7A 3C 8P Hour Over Mechanic) 1 Yakima Power Equipment Operators Motor Patrol Grader - Non - finishing $52.58 7A 3C 8P Yakima Power Equipment Operators Motor Patrol Graders, Finishing $53.49 7A 3C 8P Yakima Power Equipment Operators Mucking Machine, Mole, Tunnel Drill, $53.49 7A 3C 8P Boring, Road Header And /or Shield 1 Yakima Power Equipment Operators Oil Distributors, Blower Distribution & $50.22 7A 3C 8P Mulch Seeding Operator Yakima Power Equipment Operators Outside Hoists (elevators And Manlifts), $52.58 7A 3C 8P 1 Air Tuggers,strato Yakima Power Equipment Operators Overhead, Bridge Type Crane: 20 Tons $53.00 7A 3C 8P Through 44 Tons 1 Yakima Power Equipment Operators Overhead, Bridge Type: 100 Tons And Over $54.04 7A 3C 8P Yakima Power Equipment Operators Overhead, Bridge Type: 45 Tons $53.49 7A 3C 8P I Through 99 Tons Yakima Power Equipment Operators Pavement Breaker $50.22 7A 3C 8P Yakima Power Equipment Operators Pile Driver (other Than Crane Mount) $53.00 7A 3C 8P I Yakima Power Equipment Operators Plant Oiler Asphalt, Crusher $52.58 7A 3C 8P Yakima Power Equipment Operators Posthole Digger, Mechanical $50.22 7A 3C 8P Yakima Power Equipment Operators Power Plant $50.22 7A 3C 8P 1 Yakima Power Equipment Operators Pumps Water $50.22 7A 3C 8P Yakima Power Equipment Operators Quad 9, Hd 41, D10 And Over $53.49 7A 3C 8P 1 Quick Tower - No Cab, Under 100 Feet Yakima Power Equipment Operators $50.22 7A 3C 8P In Height Based To Boom Yakima Power Equipment Operators Remote Control Operator On Rubber $53.49 7A 3C 8P Tired Earth Moving Equipment I Yakima Power Equipment Operators Rigger And Gellman $50.22 7A 3C 8P Yakima Power Equipment Operators Rollagon $53.49 7A 3C 8P Yakima Power Equipment Operators Roller, Other Than Plant Mix $50.22 7A 3C 8P 1 Yakima Power Equipment Operators Roller, Plant Mix Or Multi -lift Materials $52.58 7A 3C 8P Yakima Power Equipment Operators Roto -mill, Roto - grinder $53.00 7A 3C 8P 1 Citywide Safety Project #2343 Addendum #1 1 4 1 Yakima Power Equipment Operators Saws - Concrete $52.58 7A 3C 8P Yakima Power Equipment Operators Scraper, Self Propelled Under 45 Yards $53.00 7A 3C 8P I Yakima Power Equipment Operators Scrapers - Concrete & Carry All $52.58 7A 3C 8P Scrapers, Self - propelled: 45 Yards And I Yakima Power Equipment Operators Over $53.49 7A 3C 8P Yakima Power Equipment Operators Service Engineers - Equipment $52.58 7A 3C 8P Yakima Power Equipment Operators Shotcrete /gunite Equipment $50.22 7A 3C 8P Yakima Power Equipment Operators Shovel ,Excavator, Backhoe, Tractors $52.58 7A 3C 8P I Under 15 Metric Tons. Yakima Power Equipment 0 Operators Shovel, Excavator, Backhoe: Over 30 p Metric Tons To 50 Metric Tons $53.49 7A 3C 8P 1 Yakima Power Equipment Operators Shovel, Excavator, Backhoes, Tractors: $53.00 7A 3C 8P 15 To 30 Metric Tons Yakima Power Equipment Operators Shovel, Excavator, Backhoes: Over 50 $54.04 7A 3C 8P I Metric Tons To 90 Metric Tons Yakima Power Equipment Operators Shovel, Excavator, Backhoes: Over 90 $54.61 7A 3C 8P Metric Tons I Yakima Power Equipment Operators Slipform Pavers $53.49 7A 3C 8P Yakima Power Equipment Operators Spreader, Topsider & Screedman $53.49 7A 3C 8P Yakima Power Equipment Operators Subgrader Trimmer $53.00 7A 3C 8P 1 Yakima Power Equipment Operators Tower Bucket Elevators $52.58 7A 3C 8P Yakima Power Equipment Operators Tower Crane Over 175'in Height, Base $54.61 7A 3C 8P To Boom Operators 1 Yakima Power Equipment 0 Tower Crane Up To 175' In Height Base p To Boom $54.04 7A 3C 8P Yakima Power Equipment Operators Transporters, All Track Or Truck Type $53.49 7A 3C 8P Yakima Power Equipment Operators Trenching Machines $52.58 7A 3C 8P Yakima Power Equipment Operators Truck Crane Oiler /driver 100 Tons And $53.00 7A 3C 8P Over 1 Yakima Power Equipment Operators Truck Crane Oiler /driver Under 100 Tons $52.58 7A 3C 8P Yakima Power Equipment Operators Truck Mount Portable Conveyor $53.00 7A 3C 8P Yakima Power Equipment Operators Welder $53.49 7A 3C 8P Yakima Power Equipment Operators Wheel Tractors, Farmall Type $50.22 7A 3C 8P Yakima Power Equipment Operators Yo Yo Pay Dozer $53.00 7A 3C 8P I Yakima Power Equipment Operators Asphalt Plant Operators $53.49 7A 3C 8P Underground Sewer & Water Power Equipment Operators- I Yakima Underground Sewer & Water Assistant Engineer $50.22 7A 3C 8P Yakima Power Equipment Operators- Barrier Machine (zipper) $53.00 7A 3C 8P Underground Sewer & Water Yakima Power Equipment O Batch Plant Operator, Concrete $53.00 7A 3C 8P I Underground Sewer & Water Yakima Power Equipment Operators- Bobcat $50.22 7A 3C 8P Underground Sewer & Water 1 Citywide Safety Project #2343 1 Addendum #1 1 1 •i 1 . Yakima Power Equipment O Brokk - Remote Demolition Equipment $50.22 7A 3C 8P 1 Underground Sewer & Water Yakima Power Equipment Operators Brooms $50.22 7A 3C 8P • Underground Sewer & Water 1 Power Equipment Operators - Yakima Underground Sewer & Water Bump Cutter $53.00 7A 3C 8P Yakima Power Equipment O Cableways $53.49 7A 3C 8P . Underground Sewer & Water Yakima Power Equipment Operators- Chipper $53.00 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators Compressor $50.22 7A 3C 8P 1 Underground Sewer & Water Yakima Power Equipment Operators- Concrete Pump: Truck Mount With $53.49 7A 3C 8P Underground Sewer & Water Boom Attachment Over 42 M 1 Yakima Power Equipment Operators- Underground Sewer & Water Concrete Finish Machine -laser Screed $50.22 7A 3C 8P Power Equipment Operators Concrete Pump - Mounted Or Trailer 1 Yakima Underground Sewer & Water High Pressure Line Pump, Pump High $52.58 7A 3C 8P Pressure. Yakima Power Equipment Operators- Concrete Pump: Truck Mount With Boom $53.00 7A 3C 8P Underground Sewer & Water Attachment Up To 42m 1 Yakima Power Equipment O Conveyors $52.58 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Cranes: 20 Tons Through 44 Tons With $53.00 7A 3C 8P 1 Underground Sewer &Water Attachments Power Equipment Operators- Cranes: 100 Tons Through 199 Tons, Or Yakima Underground Sewer & Water 1 150' Of Boom (Including Jib With $54.04 7A 3C 8P Attachments) Power Equipment Operators- Cranes: 200 Tons To 300 Tons, Or 250' Yakima Underground Sewer & Water Of Boom (including Jib With $54.61 7A 3C 8P Attachments) 1 Power Equipment Operators- Cranes: 45 Tons Through 99 Tons, Yakima Underground Sewer & Water Under 150' Of Boom (including Jib With $53.49 7A 3C 8P Attachments) 1 Yakima Power Equipment Operators- Underground Sewer & Water Cranes: A-frame 10 Tons And Under $50.22 7A 3C 8P Yakima Power Equipment Operators- Cranes: Friction 100 Tons Through 199 $54.61 7A 3C 8P I Underground Sewer & Water Tons Yakima Power Equipment Operators- Cranes: Friction Over 200 Tons $55.17 7A 3C 8P Underground Sewer & Water 1 Power Equipment Operators- Cranes: Over 300 Tons Or 300' Of Boom Yakima Underground Sewer & Water (including Jib With Attachments) $55.17 7A 3C 8P Power Equipment Operators- Cranes: Through 19 Tons With Yakima $52.58 7A 3C 8P Underground Sewer & Water Attachments A -frame Over 10 Tons 1 Yakima Power Equipment O Crusher $53.00 7A 3C 8P Underground Sewer & Water Yakima Underground Sewer & Water Power Equipment Operators- Deck Engineer /deck Winches (power) $53.00 7A 3C 8P 1 1 Citywide Safety Project #2343' Addendum #1 1 1 1 Yakima Power Equipment Operators- Derricks, On Building Work $53.49 7A 3C 8P Underground Sewer & Water 1 Yakima Power Equipment Operators- Dozers D-9 & Under $52.58 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Drill Oilers: Auger Type, Truck Or Crane $52.58 7A 3C 8P 1 Underground Sewer & Water Mount Yakima Power Equipment Operators- Drilling Machine $53.00 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Elevator And Man -lift: Permanent And $50.22 7A 3C 8P• 1 Underground Sewer & Water Shaft Type Yakima Power Equipment Operators- Finishing Machine, Bidwell And Gamaco $53.00 7A 3C 8P Underground Sewer & Water & Similar Equipment 1 Yakima Power Equipment Operators- Forklift: 3000 Lbs And Over With $52.58 7A 3C 8P Underground Sewer & Water Attachments Yakima Power Equipment Operators- Forklifts: Under 3000 Lbs. With $50.22 7A 3C 8P 1 Underground Sewer & Water Attachments Yakima Power Equipment Operators- Grade Engineer: Using Blue Prints, Cut $53.00 7A 3C 8P Underground Sewer & Water Sheets, Etc 1 Power Equipment Operators- Yakima Gradechecker /stakeman $50.22 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Guardrail Punch $53.00 7A 3C 8P Underground Sewer & Water 1 Yakima Power Equipment Operators- Hard Tail End Dump Articulating Off- $53.49 7A 3C 8P Underground Sewer & Water Road Equipment 45 Yards. & Over Yakima Power Equipment Operators- Hard Tail End Dump Articulating Off-road $53.00 7A 3C 8P 1 Underground Sewer & Water Equipment Under 45 Yards Yakima Power Equipment Operators- Horizontal /directional Drill Locator $52.58 7A 3C 8P Underground Sewer & Water 1 Yakima Power Equipment Operators- Horizontal /directional Drill Operator $53.00 7A 3C 8P Underground Sewer & Water Power Equipment Operators- 1 Yakima Underground Sewer & Water Hydralifts /boom Trucks Over 10 Tons $52.58 7A 3C 8P Yakima Power Equipment Operators- Hydralifts /boom Trucks, 10 Tons And $50.22 7A 3C 8P Underground Sewer & Water Under Yakima Power Equipment Operators- Loader, Overhead 8 Yards. & Over $54.04 7A 3C 8P 1 Underground Sewer & Water Yakima Power Equipment Operators- Loader, Overhead, 6 Yards. But Not $53.49 7A 3C 8P Underground Sewer & Water Including 8 Yards 1 Yakima Power Equipment Operators- Loaders, Overhead Under 6 Yards $53.00 7A 3C 8P Underground Sewer & Water Power Equipment Operators I Yakima Underground Sewer & Water Loaders, Plant Feed $53.00 7A 3C 8P Yakima Power Equipment Operators- Loaders: Elevating Type Belt $52.58 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Locomotives, All $53.00 7A 3C 8P 1 Underground Sewer & Water Yakima Power Equipment Operators- Material Transfer Device Underground Sewer & Water $53.00 7A 3C 8P 1 Citywide Safety Project #2343 1 Addendum #1 1 I • 1 Yakima Power Equipment Operators- Mechanics, All (leadmen - $0.50 Per $54.04 7A 3C 8P 1 Yaki Underground Sewer & Water Hour Over Mechanic) Power Equipment Operators- Motor Patrol Grader -(Non- finishing $52.58 7A 3C 8P Underground Sewer & Water 1 ' Power Equipment Operators - Yakima Underground Sewer & Water Motor Patrol Graders, Finishing $53.49 7A 3C 8P Yakima Power Equipment Operators- Mucking Machine, Mole, Tunnel Drill, $53.49 7A 3C 8P Underground Sewer & Water Boring, Road Header And /or Shield 1 Yakima Power Equipment Operators- Oil Distributors, Blower Distribution & $50.22 7A 3C 8P Underground Sewer & Water Mulch Seeding Operator Yakima Power Equipment Operators- Outside Hoists (elevators And Manlifts), $52.58 7A 3C 8P I Underground Sewer & Water Air Tuggers,strato Yakima Power Equipment Operators- Overhead, Bridge Type Crane: 20 Tons $53.00 7A 3C 8P Underground Sewer & Water Through 44 Tons 1 Yakima Power Equipment Operators- Overhead, Bridge Type: 100 Tons And $54.04 7A 3C 8P Underground Sewer & Water Over Yakima Power Equipment Operators- Overhead, Bridge Type: 45 Tons $53.49 7A 3C 8P 1 Underground Sewer & Water Through 99 Tons Yakima Power Equipment Operators Pavement Breaker $50.22 7A 3C 8P Underground Sewer & Water 1 Power Equipment Operators - Yakima Underground Sewer & Water Pile Driver (other Than Crane Mount) $53.00 7A 3C 8P Yakima Power Equipment Operators- Plant Oiler - Asphalt, Crusher $52.58 7A 3C 8P Underground Sewer & Water 1 Yakima Power Equipment Operators Underground Sewer & Water Posthole Digger, Mechanical $50.22 7A 3C 8P Yakima Power Equipment Operators- Power Plant $50.22 7A 3C 8P 1 Underground Sewer & Water Yakima Power Equipment Operators Pumps - Water $50.22 7A 3C 8P Underground Sewer & Water 1 Power Equipment Operators - Yakima Underground Sewer & Water Quad 9, Hd 41, D10 And Over $53.49 7A 3C 8P Yakima Power Equipment Operators- Quick Tower - No Cab, Under 100 Feet $50.22 7A 3C 8P Underground Sewer & Water In Height Based To Boom 1 Yakima Power Equipment Operators- Remote Control Operator On Rubber $53.49 7A 3C 8P Underground Sewer & Water Tired Earth Moving Equipment Power Equipment Operators- Yakima Rigger And Bellman $50.22 7A 3C 8P I Underground Sewer & Water Power Equipment Operators- Yakima on Rolla Underground Sewer & Water g $53.49 7A 3C 8P 1 Yakima Power Equipment Operators Underground Sewer & Water Roller, Other Than Plant Mix $50.22 7A 3C 8P Yakima Power Equipment Operators- Roller, Plant Mix Or Multi -lift Materials $52.58 7A 3C 8P Underground Sewer & Water 1 Yakima Power Equipment Operators Underground Sewer & Water Roto-mill, Roto-grinder $53.00 7A 3C 8P Yakima Saws Concrete Power Equipment Operators- 1 Underground Sewer &Water $52.58 7A 3C 8P 1 Citywide Safety Project #2343 Addendum #1 1 • 1 • 1 Yakima Power Equipment O Scraper, Self Propelled Under 45 Yards $53.00 7A 3C 8P Underground Sewer & Water 1 Yakima Power Equipment Operators- Scrapers - Concrete & Carry All $52.58 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Scrapers, Self- propelled: 45 Yards And $53.49 7A 3C 8P 1 Underground Sewer & Water Over Yakima Power Equipment O Service Engineers - Equipment $52.58 7A 3C 8P Underground Sewer & Water 1 Power Equipment Operators- Yakima Shotcrete /gunite Equipment $50.22 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Shovel , Excavator, Backhoe, Tractors $52.58 7A 3C 8P Underground Sewer & Water Under 15 Metric Tons. 1 Yakima Power Equipment Operators- Shovel, Excavator, Backhoe: Over 30 $53.49 7A 3C 8P Underground Sewer & Water Metric Tons To 50 Metric Tons Yakima Power Equipment Operators- Shovel, Excavator, Backhoes, Tractors: $53.00 7A 3C 8P I Underground Sewer & Water 15 To 30 Metric Tons Yakima Power Equipment Operators- Shovel, Excavator, Backhoes: Over 50 $54.04 7A 3C 8P Underground Sewer & Water Metric Tons To 90 Metric Tons 1 Power Equipment Operators- Shovel, Excavator, Backhoes: Over 90 Yakima $54.61 7A 3C 8P Underground Sewer & Water Metric Tons Power Equipment Operators- I Yakima Underground Sewer & Water Slipform Pavers $53.49 7A 3C 8P Yakima Power Equipment Operators- Spreader, Topsider & Screedman $53.49 7A 3C 8P Underground Sewer & Water . Yakima Power Equipment Operators- Subgrader Trimmer $53.00 7A 3C 8P 1 Underground Sewer & Water Yakima Power Equipment Operators- Tower Bucket Elevators $52.58 7A 3C 8P Underground Sewer & Water 1 Yakima Power Equipment Operators- Tower Crane Over 175'in Height, Base $54.61 7A 3C 8P Underground Sewer & Water To Boom Power Equipment Operators- Tower Crane Up To 175' In Height Base 1 Yakima $54.04 7A 3C 8P Underground Sewer & Water To Boom Yakima Power Equipment Operators- Transporters, All Track Or Truck Type $53.49 7A 3C 8P Underground Sewer & Water Yakima Power Equipment O Trenching Machines $52.58 7A 3C 8P 1 Underground Sewer & Water Yakima Power Equipment Operators- Truck Crane Oiler /driver -100 Tons And $53.00 7A 3C 8P Underground Sewer & Water Over 1 Yakima Power Equipment Operators Truck Crane Oiler /driver Under 100 Tons $52.58 7A 3C 8P Underground Sewer & Water Yakima Power Equipment O Truck Mount Portable Conveyor $53.00 7A 3C 8P I Underground Sewer & Water Yakima Power Equipment O Welder $53.49 7A 3C 8P Underground Sewer & Water 1 Power Equipment Operators Yakima Wheel Tractors, Farmall Type $50.22 7A 3C 8P Underground Sewer & Water Power Equipment Operators - Yakima Underground Sewer & Water Yo Yo Pay Dozer $53.00 7A 3C 8P 1 Yakima Power Line Clearance Tree Trimmers Journey Level In Charge $44.86 5A 4A Citywide Safety Project #2343 1 Addendum #1 • 1 1 .. 1 Yakima Power Line Clearance Tree Trimmers Spray Person $42.58 5A 4A 1 Yakima Power Line Clearance Tree Trimmers Tree Equipment Operator $44.86 5A 4A Yakima Power Line Clearance Tree Trimmers Tree Trimmer $40.08 5A 4A Yakima Power Line Clearance Tree Trimmers Tree Trimmer Groundperson $30.20 5A 4A I Refrigeration & Air Conditioning Yakima Mechanics Journey Level $28.11 1 Yakima Residential Brick Mason Journey Level $29.00 1 1 Yakima Residential Carpenters Journey Level $17.14 1 Yakima Residential Cement Masons Journey Level $11.86 1 I 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 I Yakima Residential Glaziers Journey Level $22.43 61 1 B Yakima Residential Insulation Applicators Journey Level $14.38 1 Yakima Residential Laborers Journey Level $11.02 1 I Yakima Residential Marble Setters Journey Level $29.00 1 Yakima Residential Painters Journey Level $16.32 1 Yakima Residential Plumbers & Pipefitters Journey Level $20.55 1 1 Residential Refrigeration & Air Yakima Conditioning Mechanics Journey Level $28.11 1 Yakima Residential Sheet Metal Workers Journey Level (Field or Shop) $37.82 5A 1X I Yakima Residential Soft Floor Layers Journey Level $17.55 1 Residential Sprinkler Fitters (Fire Yakima Protection) Journey Level $9.32 1 I Yakima Residential Stone Masons Journey Level $16.00 1 Yakima Residential Terrazzo Workers Journey Level $9.32 1 Yakima Residential Terrazzo/Tile Finishers Journey Level $17.00 1 1 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) $51.91 5A 1X I Yakima Sign Makers & Installers (Electrical) Journey Level $14.65 1 Yakima Sign Makers & Installers (Non - Electrical) Journey Level $14.65 1 I Yakima Soft Floor Layers Journey Level $23.11 5A 1 N Yakima Solar Controls For Windows Journey Level $9.32 1 Yakima Sprinkler Fitters (Fire Protection) Journey Level $26.36 1 I Yakima Stage Structural) Rigging Mechanics (Non Journey Level $13.23 1 Yakima Stone Masons Journey Level $42.38 5A 1M Street And Parking Lot Sweeper I Yakima Workers Journey Level $9.32 1 Yakima Surveyors Assistant Construction Site Surveyor $52.58 7A 3C . 8P Yakima Surveyors Chainman $52.06 7A 3C 8P l Yakima Surveyors Construction Site Surveyor $53.49 7A 3C 8P Yakima Telecommunication Technicians Journey Level $20.00 1 1 Citywide Safety Project #2343 Addendum #1 1 1 4 1 Yakima Telephone Line Construction - Outside Cable Splicer $36.01 5A 2B Yakima Telephone Line Construction - Outside Hole Digger /Ground Person $20.05 5A 2B 1 Yakima Telephone Line Construction - Outside Installer (Repairer) $34.50 5A 2B Yakima Telephone Line Construction - Outside Special Aparatus Installer I $36.01 5A 2B I Yakima Telephone Line Construction - Outside Special Apparatus Installer II $35.27 5A 2B Yakima Telephone Line Construction - Outside Telephone Equipment Operator (Heavy) $36.01 5A 2B Yakima Telephone Line Construction - Outside Telephone Equipment Operator (Light) $33.47 5A 2B Yakima Telephone Line Construction - Outside Telephone Lineperson $33.47 5A 2B Yakima Telephone Line Construction - Outside Television Groundperson $19.04 5A 2B Yakima Telephone Line Construction - Outside Television Linepersonllnstaller $25.27 5A 2B Yakima Telephone Line Construction - Outside Television System Technician $30.20 5A 2B Yakima Telephone Line Construction - Outside Television Technician $27.09 5A 2B Yakima Telephone Line Construction - Outside Tree Trimmer $33.47 5A 2B 1 Yakima Terrazzo Workers Journey Level $33.05 5A 1M Yakima Tile Setters Journey Level $33.05 5A 1M Yakima Tile, Marble & Terrazzo Finishers Journey Level $28.97 5A 1M Yakima Traffic Control Stripers Journey Level $42.33 7A 1K Yakima Truck Drivers Asphalt Mix $14.19 1 Yakima Truck Drivers Dump Truck & Trailer(c.wa -760) $37.56 61 2G Yakima Truck Drivers Dump Truck(c.wa -760) $37.56 61 2G Yakima Truck Drivers Other Trucks(c.wa -760) $37.56 61 2G I Yakima Truck Drivers Transit Mixer $38.96 1 Yakima Well Drillers & Irrigation Pump Installers Irrigation Pump Installer $25.44 1 Yakima Well Drillers & Irrigation Pump Installers Oiler $9.32 1 1 Yakima Well Drillers & Irrigation Pump Installers Well Driller $18.00 1 1 1 1 1 1 1 Citywide Safety Project #2343 1 Addendum #1 1 1 / • 1 Washington State Department of Labor and Industries 1 Policy Statement (Regarding the Production of "Standard" or "Non- standard" Items) 1 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 1 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 1 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, 1 go to question 4. 4. Does the item require any assembly, cutting, modification or other fabrication by the 1 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 1 by RCW 39.12. If yes, go to question 6. 6. Does the specific prefabricated item, generally defined as standard, have any ' unusual characteristics such as shape, type of material, strength requirements, finish, etc? If yes, the work is covered under RCW 39.12. Any firm with questions regarding the policy, WSDOT's Predetermined List, or for ' determinations of covered and non - covered workers shall be directed to State L &I at (360) 902 -5330. 1 1 1 1 1 Supplemental to Wage Rates 1 03/05/2014 Edition, Published February 5th, 2013 1 Addendum #1 f ' WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator 1 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. 1 ITEM DESCRIPTION YES NO 1. Metal rectangular frames, solid metal covers, herringbone grates, and bi- directional vaned grates for Catch Basin X Types 1, 1 L, 1 P, and 2 and Concrete Inlets. See Std. Plans 1 2. Metal circular frames (rings) and covers, circular grates, and prefabricated ladders for Manhole Types 1, 2, and 3, • Drywell Types 1, 2, and 3 and Catch Basin Type 2. See Std. Plans 3. Prefabricated steel grate supports and welded grates, metal frames and dual vaned grates, and Type 1, 2, and , X 3 structural tubing grates for Drop Inlets. See Std. Plans. 4. Concrete Pipe - Plain Concrete pipe and reinforced concrete pipe Class 2 to 5 sizes smaller than 60 inch diameter. X 1 5. Concrete Pipe - Plain Concrete pipe and reinforced concrete pipe Class 2 to 5 sizes larger than 60 inch diameter. X 6. Corrugated Steel Pipe - Steel lock seam corrugated pipe for culverts and storm sewers, sizes 30 inch X 1 to 120 inches in diameter. May also be treated, 1 thru 5. 7. Corrugated Aluminum Pipe - Aluminum lock seam corrugated pipe for culverts and storm sewers, sizes 30 inch to 120 inches in X diameter. May also be treated, #5. 1 1 1 Supplemental to Wage Rates 2 1 03/05/2014 Edition, Published February 5th, 2013 Addendum #11 1 1 1 1 ITEM DESCRIPTION YES NO 8. Anchor Bolts & Nuts - Anchor Bolts and Nuts, for I mounting sign structures, luminaries and other items, shall be made from commercial bolt stock. � X See Contract Plans and Std. Plans for size and material type. I 9. Aluminum Pedestrian Handrail - Pedestrian handrail conforming to the type and material specifications set forth in the contract plans. Welding of aluminum shall be X 1 in accordance with Section 9- 28.14(3). _ I � 10. Major Structural Steel Fabrication - Fabrication of major steel I items such as trusses, beams, girders, etc., for bridges. X 11. Minor Structural Steel Fabrication - Fabrication of minor steel — Items such as special hangers, brackets, access doors for I structures, access ladders for irrigation boxes, bridge expansion joint systems, etc., involving welding, cutting, punching and /or X boring of holes. See Contact Plans for item description and shop drawings. 12. Aluminum Bridge Railing Type BP - Metal bridge railing conforming to the type and material specifications set forth I in the Contract Plans. Welding of aluminum shall be in X accordance with Section 9- 28.14(3). I 1 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 14. Precast Manhole Types 1, 2, and 3 with cones, adjustment X sections and flat top slabs. See Std. Plans. 1 15. Precast Drywell Types 1, 2, and with cones and adjustment — Sections. X See Std. Plans. I 16. Precast Catch Basin - Catch Basin type 1, 1 L, 1 P, and 2 With adjustment sections. See Std. Plans. X 1 1 Supplemental to Wage Rates 3 03/05/2014 Edition, Published February 5th, 2013 . 11 Addendum #1 • 1 1 ITEM DESCRIPTION YES NO 17. Precast Concrete Inlet - with adjustment sections, See Std. Plans X 18. Precast Drop Inlet Type 1 and 2 with metal grate supports. See Std. Plans. X 19. Precast Grate Inlet Type 2 with extension arid top units. See Std. Plans X 20. Metal frames, vaned grates, and hoods for Combination Inlets. See Std. Plans X 21. Precast Concrete Utility Vaults - Precast Concrete utility vaults of various sizes. Used for in ground storage of utility facilities and controls. See Contract Plans for size and construction X requirements. Shop drawings are to be provided for approval prior to casting 22. Vault Risers - For use with Valve Vaults and Utilities Vaults. X 23. Valve Vault - For use with underground utilities. X 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 X 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. X Fabrication at other locations may be approved, after facilities inspection, contact HQ. Lab. 26. Precast Concrete Walls - Precast Concrete Walls - tilt -up wall panel in size and shape as shown in Plans. X Fabrication plant has annual approval for methods and materials to be used u 1 Supplemental to Wage Rates 4 1 03/05/2014 Edition, Published February 5th, 2013 Addendum #1 1 1 1 ITEM DESCRIPTION YES NO 27. Precast Railroad Crossings - Concrete Crossing Structure X Slabs. 28. 12, 18 and 26 inch Standard Precast Prestressed Girder — Standard Precast Prestressed Girder for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to X casting girders. See Std. Spec. Section 6- 02.3(25)A 1 29. Prestressed Concrete Girder Series 4 -14 - Prestressed Concrete Girders for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be X provided for approval prior to casting girders. See Std. Spec. Section 6- 02.3(25)A - - I 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. X ' See Std. Spec. Section 6- 02.3(25)A 31. Prestressed Precast Hollow -Core Slab — Precast Prestressed ' Hollow -core slab for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to X be provided for approval prior to casting girders. 1 See Std. Spec. Section 6- 02.3(25)A. 32. Prestressed -Bulb Tee Girder - Bulb Tee Prestressed Girder for ' use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided X for approval prior to casting girders. See Std. Spec. Section 6- 02.3(25)A 1 33. Monument Case and Cover X See Std. Plan. 1 1 1 1 Supplemental to Wage Rates 5 03/05/2014 Edition, Published February 5th, 2013 Addendum #1 1 1 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 X shall be galvanized after fabrication in accordance with AASHTO -M -111. 35. Mono -tube Sign Structures - Mono -tube Sign Bridge fabricated to details shown in the Plans. Shop drawings for X approval are required prior to fabrication. 1 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 X shall be galvanized after fabrication in accordance with AASHTO -M -111. 1 37. Steel Sign Post - Fabricated Steel Sign Posts as detailed in Std Plans. Shop drawings for approval are to be provided prior to j X fabrication 38. Light Standard - Prestressed - Spun, prestressed, hollow concrete poles. X 39. Light Standards - Lighting Standards for use on highway illumination systems, poles to be fabricated to conform with methods and materials as specified on Std. Plans. See Specia X Provisions for pre- approved drawings. 40. Traffic Signal Standards - Traffic Signal Standards for use on highway and /or street signal systems. Standards to be fabricated X to conform with methods and material as specified on Std. Plans. See Special Provisions for pre- approved drawings — 41. Precast Concrete Sloped Mountable Curb (Single and DualFaced) X See Std. Plans. 1 1 1 Supplemental to Wage Rates 6 1 03/05/2014 Edition, Published February 5th, 2013 Addendum #1 I 4 � 1 ITEM DESCRIPTION YES NO 42. Traffic Signs Prior to approval of a Fabricator of Traf iu Signs, the sources of the following materials must be submitted and ~~ sheeting. X X NOTE: °°^ Fabrication inspection required. Only signs tagged N� "Fabrication Appnoved" by WSDOT Sign Fabrication Inspector to | i be installed Std Custom Message Message = m� 43. Cut ng &bending reinforcing atee n�n|no X 44. Guardrail components X X N� -------- Custom etonuard End Sec Sec Aggregates/Concrete mixes Covered by N� wAouoo/or'o1a N� - ' ---- --'----- — - - -- ' ----- '— — - - - ~~ 46. Asphalt Covered by WAC 296-127-018 1 ----- --'-' ---' 47. Fiber fabrics X 48. Electrical wiring/components �� ~~ 1 - -------' ---' - N� 49. treated or untreated timber pile �� ~~ 50. Girder pads (elastomeric bearing) X m� - --- -------- 51. Standard Dimension lumber l� .. N� 52. Irrigation components X � 1 1 1 1 N� Gupp|ennenta|toVVage Rates 7 1 03/05/2014 Edihon, Published February 5th, 2013 Addendum #1 1 1 1 ITEM DESCRIPTION YES NO 53. Fencing materials X 54. Guide Posts X 55. Traffic Buttons X _ 1 56. Epoxy X • 57. Cribbing X 1 58. Water distribution materials X 59. Steel "H" piles X 60. Steel pipe for concrete pile casings X 1 61. Steel pile tips, standard X 62. Steel pile tips, custom X 1 Prefabricated items specifically produced for public works projects that are prefabricated in a county other than the county wherein the public works project is to be completed, the wage for the offsite prefabrication shall be the applicable prevailing wage for the county in which the actual prefabrication takes place. It is the manufacturer of the prefabricated product to verify that the correct county wage rates are applied to work they perform. See RCW 39.12.010 (The definition of "locality" in RCW 39.12.010(2) contains the phrase "wherein the physical work is being performed." The department interprets this phrase to mean the actual work site. 1 1 1 Supplemental to Wage Rates 8 1 03/05/2014 Edition, Published February 5th, 2013 Addendum (1 I,.,. WSDOT's List of State Occupations not applicable to Heavy and 1 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. • Building Service Employees • Electrical Fixture Maintenance Workers ' • Electricians - Motor Shop • Heating Equipment Mechanics • Industrial Engine and Machine Mechanics ' • Industrial Power Vacuum Cleaners • Inspection, Cleaning, Sealing of Water Systems by Remote Control • Laborers - Underground Sewer & Water ' • Machinists (Hydroelectric Site Work) • Modular Buildings • Playground & Park Equipment Installers ' • Power Equipment Operators - Underground Sewer & Water • Residential ' ALL ASSOCIATED RATES * ** • Sign Makers and Installers (Non - Electrical) 1 • 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 p o prevailing wages may be found at the Washington State Department of Labor and Industries web site and in WAC Chapter 296 -127. 1 1 1 Supplemental to Wage Rates 9 03/05/2014 Edition, Published February 5th, 2013 Addendum #1 �, .. 1 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 i Coverage and exemptions of workers involved in the production and delivery of 1 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. 1 (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 1 (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.). 1 (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. 1 1 Supplemental to Wage Rates 10 1 03/05/2014 Edition, Published February 5th, 2013 Addendum #1 1 .• J 1 (3) All travel time that relates to the work covered under subsection (2) of this section I 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 I 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 I obtain materials for use on a private project would not be travel subject to the prevailing wage. I (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 I 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. 1 (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 I 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. 1 (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 I 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 1 located. 1 [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 1 12/18/91 and 4/1/92, effective 8/31/92.] 1 1 1 1 Supplemental to Wage Rates 11 03/05/2014 Edition, Published February 5th, 2013 1 Addendum #1 11 1 Benefit Code Key — Effective 3 - 5 - 2014 thru 8 - 30 - 2014 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 I . 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. 1. 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. 111 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. 1 Addendum #1 1 1 1 ,> i ii Benefit Code Key — Effective 3 -5 -2014 thru 8 -30 -2014 1 1. N. All hours worked on Saturdays (except makeup days) shall be paid at one and one -half times the hourly rate of l wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. O. The first ten (10) hours worked on Saturday shall be paid at one and one -half times the hourly rate of wage. All hours worked on Sundays, holidays and after twelve (12) hours, Monday through Friday and after ten (10) hours on ' Saturday shall be paid at double the hourly rate of wage. P. All hours worked on Saturdays (except makeup days if circumstances warrant) and Sundays shall be paid at one and one -half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. ' 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. 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. ' 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. 1 2 1 ' 1 Addendum #1 f c• Benefit Code Key — Effective 3 -5 -2014 thru 8 -30 -2014 2 ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL 1 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. 1 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. 1 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. O. All hours worked on Sundays and holidays shall be paid at one and one -half times the hourly rate of wage. 1 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. 1 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 in a day or on Sundays and holidays shall be paid at double the hourly rate of wage. 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. 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. 1 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. 1 3 . 1 Addendum 1/1 1 ' 4i, 0 ql Benefit Code Key — Effective 3 -5 -2014 thru 8 -30 -2014 I 3. 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. I 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. I D. All hours worked between the hours of 6:00 pm and 6:00 am, Monday through Saturday, shall be paid at a premium 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 I 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 I at double the hourly wage rate. F. All hours worked on Saturday shall be paid at one and one -half times the hourly rate of wage. All hours worked on I 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 work performed on Sundays between March 16th and October 14th and all Holidays shall be compensated for at I two (2) times the regular rate of pay. Work performed on Sundays between October 15th and March 15th shall be compensated at one and one half (1 -1/2) times the regular rate of pay. 1. All hours worked on Saturdays shall be paid at one and one -half times the hourly rate of wage. In the event the job is I down due to weather conditions during a five day work week (Monday through Friday,) or a four day -ten hour work week (Tuesday through Friday,) then Saturday may be worked as a voluntary make -up day at the straight time rate. However, Saturday shall not be utilized as a make -up day when a holiday falls on Friday. All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the 1 hourly rate of wage. I 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. I 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. 1 Holiday Codes • I 5. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, and Christmas Day (7). I 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). I C. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). D. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). 4 1 Addendum #1 Benefit Code Key — Effective 3 -5 -2014 thru 8 -30 -2014 5. 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. Q. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). R. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Day After Thanksgiving Day, One -Half Day Before Christmas Day, And Christmas Day. (7 1/2). S. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, And Christmas Day (7). T. Paid Holidays: New Year's Day, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, Christmas Day, And The Day Before Or After Christmas (9). Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). 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, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Day After Thanksgiving Day, Christmas Day, And A Half -Day On Christmas Eve Day. (9 1/2). 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 (1 1). H. Paid Holidays: New Year's Day, New Year's Eve Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, Christmas Day, The Day After Christmas, And A Floating Holiday (10). 5 Addendum #1 1 Benefit Code Key — Effective 3 -5 -2014 thru 8 -30 -2014 6. I. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, And Christmas Day (7). ' 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 Friday. ' C. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, And Christmas Day (8). 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. 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, Memorial 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 Friday. 6 1 Addendum #1 a „ Benefit Code Key — Effective 3 -5 -2014 thru 8 -30 -2014 il 7. I. 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 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. When Christmas falls on a Saturday, the preceding Friday shall be observed as a holiday. 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, Memorial 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. S. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, Christmas Day, The Day After Christmas, And A Floating Holiday (9). If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. 1 7 Addendum #1 1 y . Benefit Code Key — Effective 3 - 5 - 2014 thru 8 - 30 - 2014 ' 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: $2.00, Class B Suit: $1.50, Class C Suit: $ 1.00, And Class D Suit $0.50. Q. 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. R. 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. U 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 being 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. 8 ' Addendum #1 • 1 • 1 PROPOSAL To the City Clerk Yakima, Washington • This certifies that the undersigned has examined the location of: City of Yakima • Citywide Safety Projects — 16 Avenue 1 City of Yakima Project No. 2343 Federal Aid No. HSIP- 000S(318) 1 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. • 1 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. 1 1 1 1 1 • 1 • 1 CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE • 1 231 I Mar, 27. 2014 12:11PM TRANSPORTATION SYSTEMS No. 0809 P. 2 ITEM PROPOSAL BID SHEET 1 CITYWIDE SAFETY IMPROVEMENTS City of Yakima Project No. 2343 — Fed. Aid No. HSIP- 000S(318) 1 ITEM PROPOSAL ITEM UNIT PRICE AMOUNT NO. PAYMENT SECTION QTY UNIT DOLLARS DOLLARS SPCC PLAN 1 1 LS 1 1 -07.15 _,Soo 00 $2,5 0 00 MOBILIZATION 2 1 L5 1 -09.7 1 PROJECT TEMPORARY TR AFFIC CON TROL 3 1 LS 1-10.5 $29,969 00 9 969 00 REMOVAL OF STRUCTURE AND OBSTRUCTION 4 1 L5 1 5 2 -02.5 X35.677.00 $35.677.00 SAWCUT 850 LF 2 -02.5 $4.67 , $3.969.50 1 ROADWAY EXCAVATION INCL. HAUL 6 a z 03.5 �- $ 1.50 00 $7250 00 HMA CL 1/2" PG 64 -28 7 30 TON 1 5 -04.5 _ $7.R0 00 $$,400.00 ADJUST CATCH BASIN 8 14 EA 7 -05.5 $50O.00 $7,000.00 1 9 CEMENT CONCRETE TRAFFIC CURB & GUTTER 8 -04.5 50 LF $39 20 51,960 OO CEMENT CONCRETE SIDEWALK -- 4 INCH THICK I 10 80 SY 8-14.5 $54.00 _$4,320,00 CEMENT CONC. CURB RAMP TYPE PARALLEL A 11 15 EA 8 -14.5 11 ', 1 11 1 CEMENT CONC. CURB RAMP TYPE PARALLEL B , 12 7 EA 8 -14.5 $1,232.00 $X,62400 1 13 CEMENT CONC. CURB RAMP TYPE PERPENDICULAR A . 8 -14.5 19 EA ______________$1.568 00 $''Q,792.00 CEMENT CONC. CURB RAMP TYPE SINGLE DIRECTION A I 14 9 EA 8-14.5 DETECTIBLE W ARNING SURFACE 15 140 SF 8 -14.5 ' ADJUSTJUNCTION BOX 16 8 -20.5 5 EA REMOVE AND REPLACE SIGNAL HEAD I 17 252 EA 8-20.5 $ 156,240.00 REPAIR 51GNAL WIRING 18 8-20.5 1 FA 55,000.00 $5,000.00 I REPAIR OR REPLACEMENT 19 1 FA $15,000.00 8-303 $15,000.00 1 . TOTAL $382,166.50 1 CITYWIDE SAFETY IMPROVEMENTS --16` AVENUE ADDENDUM #1 BID BOND FORM 1 Herewith find deposit in the form of a certified check, cashiers check, or cash in the amount of $ which amount is not Tess than five percent of the total bid. Sign Here BID BOND 1 KNOW ALL MEN BY THESE PRESENTS: That we, Transportation Systems, Inc. , as principal, and Western Surety Company , as Surety, are held and firmly bound unto the City of Yakima, as Obligee, in the penal sum of five percent (5 %) of the total bid amount 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 Citywide safety project - South 16th Avenue safety improvements , 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 t 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, U 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. I 24th M r SIGNED, SEALED AND DATED THIS D AY 0 , 20 14 Tran ion Syst nc. Principal Wes - Surety Compan ' Regan Hup u ty Attorney -in -fact 1 J , ' 20 Received return of deposit in the sum of $ 1 1 CITYWIDE SAFETY IMPROVEMENTS — 16 AVENUE ' 235 r Western Surety Company I .. P OWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation I having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby make, constitute and appoint 1 Don Bacic, Maria Moss; Marilyn Larson, Brian Daniels, Brian O'Neil, Regan Hupf, Individually of Seattle, WA, its true and lawful Attorney(s) -in -Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds, 1 undertakings and other obligatory instruments of similar nature • - In Unlimited Amounts - I . to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney, pursuant to the authority hereby given, are hereby ratified and confirmed. . This Power of Attorney is made and executed pursuant to and by authority of the By -Law printed on the reverse hereof, duly adopted, as indicated, by the shareholders'of the corporation. 1 In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Vice President and its corporate seal to be hereto affixed on this 27th day of July, 2012. I ,FRET.... WESTERN SU,RETY COMPANY ; ,P� s .............�o, A.:7_ 04,1 iy; 0,1 =s s, Ay IN / �f s.. '"�Tll • DPµ' �,� " " "� ^ "" 'aul T. Bruflat, Vice President • State of South Dakota ss I County of Minnehaha On this 27th day of July, 2012, before me personally came Paul T. Bruflat, to me known, who, being by me duly sworn, did depose and say: that he I resides in the City of Sioux Falls, State of South Dakota; that he is the Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. . My commission expires i J. MOHR I June 23, 2015 SEAL t NOTARY PUBLIC f sE t , SOUTH DAKOTA t +.........................,.................... q----in da,„,. J. Mohr, Notary Public I . CERTIFICATE I, L. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force, and further certify that the By -Law of the corporation ffi printed on � on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed 1 my name and affixed the seal of the said c'urporation this ( ��'f e vl day of A r ;.te‘ r ' , , -1 y 1017y".,� WESTERN SURETY COMPANY NTw ppMF, QT. .,_/_..,... i Dr. w •l M1 t Form F4280 - - 2012 L. Nelson, Assistant Secretary s Authorizing By-Law ADOPTED BY THE SHAREHOLDERS OF WESTERN SURETY COMPANY This Power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the shareholders 1 of the Company. Section 7. All bonds, policies, undertakings, Powers of Attorney, or other obligations of the corporation shall be executed in the corporate name of the Company by the President, Secretary, and Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or agents who shall have authority to issue bonds, policies, or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile. 1 • • 1 1 • 1 1 1 1 1 • 1 1 • 1 1 1 1 1 PROPOSAL 1 Citywide Safety Improveme — 16 Avenue 1 City Project No. 2343 Federal Aid No. HSIP- 000S(318) ' The bidder is hereby advised that by signature of this proposal he /she is deemed to have acknowledged all requirements and signed all certificates contained herein. ' A proposal guaranty in an amount of five percent (5 %) of the total bid, based upon the approximate estimate of quantities at the above prices and in the form as indicated below, is attached hereto: CASH ❑ IN THE AMOUNT OF ' CASHIER'S CHECK ❑ DOLLARS 1 CERTIFIED CHECK ❑ ($ ) PAYABLE TO THE CITY OF YAKIMA PROPOSAL BOND ® IN THE AMOUNT OF 5% OF THE BID 1 ** Receipt is hereby acknowledged of addendum(s) No.(s) 1 & ' SIGNATURE OF AUTHORIZED OFFICIAL(s) PROPOSAL MUST BE SIGNED -4 ' FIRM NAME Transport ation Systems, Inc ' (ADDRESS) 6917 166th Ave E 206- 259 -9804 Sumner, WA 98390 PHONE NUMBER ' STATE OF WASHINGTON CONTRACTORS LICENSE NUMBER TRANSSI923BP FEDERAL ID No. 2 16 (0 19 10 (7 [ 3 (1 14 1 WA STATE EMPLOYMENT SECURITY REFERENCE NO. 371074 00 4 Note: ' (1) This proposal form is not transferable and any alteration of the firm's name entered hereon without prior permission from the Secretary of Transportation will be cause for considering the proposal irregular and subsequent rejection of the bid. ' (2) Please refer to section 1 -02.6 of the standard specifications, re: "Preparation of Proposal," or "Article 4" of the Instructions to Bidders for building construction jobs. (3) Should it be necessary to modify this proposal either in writing or by electronic means, please make reference to the following proposal number in your communication. 1 CITYWIDE SAFETY IMPROVEMENTS -16 AVENUE 237 1 1 1 1 1 1 1 1 1 1 1 1 t CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE 238 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. 1 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: Transportation Systems, Inc Dated this 27th day of March , 20 14 Signature: ,��_ ' Printed Name: Bryson D Hnie Phone #: 706- 2 -9804 Email Address: hryson@transportationsystemsinc nom CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE ' 239 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 CITYWIDE SAFETY IMPROVEMENTS -16 AVENUE 240 1 1 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 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 1 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. 1 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. 1 1 1 1 1 1 1 1 CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE 241 • 1 1 Local Agency Certification for Federal -Aid Contracts 1 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. 1 (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 11 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 Ij all lower tier subcontracts, which exceed $100,000 and that all such subrecipients shall certify and disclose accordingly. 1 SR 1 DOT Form 272 -040A EF 07/2011 1 1 CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE 242 1 1 1 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 I 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.* 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." 1 • • 1 • 1 CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE • 1 243 1 • 1 1 1 1 1 1 1 1 1 1 1 1 1 1 i 1 . 1 CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE 244 1 • 1 • 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. 1 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. 1 1 1 1 1 1 1 1 1 • 1 CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE 1 245 . • II RESOLUTION NO. D ° 418 1 6 1 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- 1 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 . 1 practicable opportunity to participate in the performance of such public works, and WHEREAS, the City of Yakima is determined to maximize • Women And Minority Business Enterprise opportunities for parti- • cipation in its competitive bidding process through the adoption of the "Women And Minority Business Enterprise Policy" statement attached hereto, now, therefore, • BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The City Council hereby adopts the "Women And Minority Business Enterprise Policy ", a copy of which is attached hereto and by reference made a part hereof. • ADOPTED BY THE CITY COUNCIL this .day of , 1983. , • ;c4. A • (a A.t 1 Mayor ATTEST: 1 • 4- 1 City Clerk • 1 1 1 CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE 246 1 • • AFFIRMATIVE ACTION PLAN The bidders, contractors and subcontractors will not be eligible for award of a contract under this Advertisement for Bids unless it certifies as prescribed, that it adopts the minimum goals and timetable of ' minority and women workforce utilization and specific affirmative action steps as set forth by the City of Yakima, This is directed at increasing minority and women workforce utilization by means of applying good faith efforts to carrying out such steps. ' However, no contractor or subcontractor shall be found to be in noncompliance solely on account of its failure to meet its goals within its timetables, but such contractor shall be given the opportunity to demonstrate that it has instituted all of the specific affirmative action steps specified by the City of Yakima, and has made every good faith effort to make these steps work toward the attainment of its goals, all to the purpose of expanding minority and women workforce utilization on all of its projects in the City of Yakima, Washington. In all cases, the compliance of a bidder, contractor or subcontractor will be determined in ' accordance with its respective obligations under the terms of these Bid Conditions. All bidders and all contractors and subcontractors performing or to perform work on projects subject to these Bid Conditions hereby agree to inform their subcontractors of their respective obligations under the terms and requirements of these Bid Conditions, including the provisions relating to goals of minority and women employment and training. Specific Affirmative Action Steps • ' Bidders, contractors and subcontractors subject to this contract must engage in affirmative action directed at increasing minority and women workforce utilization, which is at least as extensive and as specific as the ' following steps: a. The contractor shall notify community organizations that the contractor has employment • opportunities available and shall maintain records of the organizations' response. • b. The contractor shall maintain a file of the names and addresses of each minority and women worker referred to him and what action was taken with respect to each such referred worker, and ' if the worker was not employed, the reasons therefore. If such worker was not sent to the union hiring hall for referral or if such worker was not employed by the contractor, the contractor's file shall document this and the reasons therefore. 1 c. The contractor shall promptly notify the City of Yakima Engineering Division an Contract Compliance Officer when the union or unions with whom the contractor has collective bargaining agreement has not referred to the contractor a minority or woman worker sent by the contractor or the contractor has other information that the union referral process has impeded him in his efforts to meet his goal. • d. The contractor shall participate in training programs in the area, especially those funded by the ' Department of Labor. • e. The contractor shall disseminate his EEO policy within his own organization by including it in any policy manual; by publicizing it in company newspapers, annual reports, etc., by conducting staff, employee and union representatives' meetings to explain and discuss the policy; by posting of the policy; and by specific review of the policy with minority employees. f. The contractor shall disseminate his EEO policy externally by informing and discussing it with all recruitment sources; by advertising in news media, specifically including minority news media; and by notifying and discussing it with all subcontractors and suppliers. ' g. The contractor shall make specific efforts and constant personal (both written and oral) recruitment efforts directed at all minority or women organizations, schools with minority students, minority recruitment organizations and minority training organizations, within the contractor's recruitment areas. .CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE 1 247 1 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. 1 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 I. The contractor shall continually inventory and evaluate all minority and women personnel for promotion opportunities and encourage minority and women employees to seek such 1 opportunities. m. The contractor shall make sure that seniority practices, job classifications, etc., do not have a discriminatory effect. • 1 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 1 being carried out. p. The contractor shall solicit bids for subcontracts from available minority and women subcontractors, engaged in the trades covered by these Bid Conditions, including circulation of minority and women contractor associations. q. Non cooperation: In the event the union is unable to provide the contractor with a reasonable flow of minority and women referrals within the time limit set forth in the collective bargaining agreements, the contractor shall, through independent recruitment efforts, fill the employment vacancies without regard to race, color, religion, sex or national origin, making full efforts to obtain qualified and /or qualifiable minorities and women. (The U.S. Department of Labor has held that it shall be no excuse that the union with which the contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority or women employees.) In the event the union referral practice prevents the contractor from meeting the obligations pursuant to Executive Order 11246 and 23 CFR Part 230 as amended, and the Standard Specifications, such contractor shall immediately notify the City of Yakima Engineering Department or the City of Yakima Compliance Officer. 1 1 1 • 1 1 CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE 248 1 • 1 I . Local Agency Disadvantaged Business - • • • Enterprise Utilization Certification I T.0 be eligible:for award Of this contract the bidderirriiiat,fill out end siibrniteS Part"of 4bid the folloWing Disadvantaged . • . .. . . . ,Business Enterprise Utilization Qertification relating to DieadVantaged,BuSiriess,Enterprise(DBE) Contracting Agency Shall consider as non responsive and Shall:reject any bid proposal that dale's not contain a:OBE Certification which properly demonstrates that the bidder will meet the DBE participation requirements in one of manners provided for in the proposed Contract. The Bidder must submit good faitn,effOrt documentation only in the event bidder's efforts to SnliCit'sdffiaient DBE participation has I been unsuccessful. The successful bidder's Disadvantage Business Enterprise Utilization CertifiCation shall be deemed a part of the resulting contract. Information on certified firms is available from OIVIWBE,,telephone'36(M64-97$6or Toll Free 1-866,209 , I Transportation Systems, Inc _ . . (Box Bidder certifies that the Disadvantaged ad Business EnterpriSODBE) 9 Firms listed below have been contacted regarding participation on this project. If this bidder is successful on this project and is awarded the contract, it shall assure that subcontracts or supply agreements are executed with those firms where an "Amount to be Applied „ . .. . .„, . , I Towards Goal" isliated: (If necessary, use additional Sheet.) Column 1, ' . : .. ,k , :,"H : '', :' :. : ; ; , Column 2 ; k: " ; T :*:.: Column 9 ' , ' ' : ; ,' : , ' '' .• ' Coliienn4 rOjed.:14616.' ',. : : ' - " ' ' ,'. , • „ , . , ., ,. - . ' = „ : . Am:cm:int:to Name of DBE (pri „ ,,,,. , :. .„- -..rrie, Joint Venture, ° e L,k.j. : . , ' ;'...; ; ; „; „ :;„ ; : - „: , ,„ , . - —. I : '''' '''' ' ' z ' ''' ' ' '' '''''' ' ''' ; ' ' ',;2.0iibetintraCfPr, '.',, ", ., DpSCriptipnOUWoili. -,:, : : ' C e r t i fi c a t e N -,,. ',- , ,:= , ., . . , - Tottirarits . _ 1. Gilbert Patterson Concrefe,Jac_ Concrete Paving - Subcontractor "11310. 0 0 I 2: D5M9620363 Curbs & Street Gutters • 3 . , 4. . • .. . . .. . . . .. . . . .. . . . .. . . . . . . . . .. . . ........ . . .. . .. . . . .. . 5: • , P . --- • . • • • ' - " - . . . . . . . • 7. ---- .. . . . . . . . .. . .. .. . . . . . . 8, .. . . . 1 10. , . . . .. . ... . . . . . . . .** I Disadvantaged Business EnterPrise:BitbctintraCting Goal: 5% , ...,. DBE Total $ 71 / Ito . oo Boi. • *. Reg6iar Dealer statUs rntiSt be apprOyed prior tO bid Suhniittal by'the Cffice,Of,Equai OPPertunitiioNaeh.;StateDept..of Transportation; on each contract. I . - see the section, Crediting DBE:participation:Toward Meeting the Goal , in the Contract Document. , ••, .- • ..... 4 '" 4 The Contracting Agency will utilize this amount to determine whether or not the has met thegoal,-10 the event of an arithmetic difference . . .. . , , . • , ,:. • . , :: • - ...,.. • . ..-- ,- : -, : • . • . bet this tete! and the sum of the indiVidtiai amounts liSted abdiee, then the sum of,the anloUntslistedhall prevail-and the total will be revised .., , , • ... ,,t accordingljr. ParticiOatiori,in excess ofthe:goal"aniountwttl he !considered yoluntary or race neutral OarticipatiOn„ I DOT Form 272:056 07)2011 ' 1 CITYWIDE SAFETY IMPROVEMENTS — 16 AVENUE 249 1 Mar. 27. 2014 12:11RM TRANSPORTATION SYSTEMS vv Vs.) "` No. 0809 P. 4 1 Lc cal Agency Disadvantaged Business 9 �,► g s ess Enterpr>,se (DBE) 1 Written Confirmation Document ' As an authorized representative of the Disadvantaged Business Enterprise (DBE), I confirm that we have been contacted by the referenced bidder with regard tc the referenced project and it the bidder is awarded the contract we will enter into an agreement With the bidder to participate in the project ' consistent with the information provided in the bidder's w' . + _ - �� ; - Utilization Gerfification. • contract Title: Citywide Safety Improvements, t?' tv 16th Project # 2343 _ Bidder's Business Name: TransportatiorY Systems,Jnc 1 DBE's Business Name: ��j.�r -- P L.4rt� 1 j OBE Signature: 1 , � oBE s Title: .pc.5 c _eirt • ' Date: iP { Li — — ' The entries must ba consistent with what is shown on the bidder's Disadvantaged Business Enterpi ise Utilization Certification. Failure to do so will result in bid rejection. See contract provision; Disavarttaged Business Enterprise Condition of Award participation. Description of Work: D C LL� � c�car1' IBS ' Arnvunt to be Applied Towards Goal: $7T 310.Q0 w _ SR. 1 DOT Form 422g31A EF 0712011 1 ' CITYWIDZ SAFETY tMPROV MENiE —16 AVENUE • 251 • • 6917 166th Avenue East, Sumner, WA 98390 ' 206 - 259 -9804 * 253- 863 -9626 fax April 15, 2014 ' City of Yakima . Engineering Division 129 North Second Street Yakima, WA 98901 Subject: Citywide Safety Improvements — 16 Ave, Condition of Award Serial Letter W14-020-001 Brett, Per the requirements of 49 CFR 26 Transportation Systems, Inc is providing the following list of DBE contractors that we plan to use on the Citywide Safety Improvements project along with the DBE contractors that provided a ' quote for this project. 1. Breakout information for all successful DBE's as shown on the DBE Utilization Certificate • Gilbert Patterson Concrete, Inc., DBE# D5M9620363, Federal ID# 27- 1468023, PO Box 262, ' Wapato, WA 98951 • Bid Item #9 — Cement Concrete Traffic Curb & Gutter. $35.00 per LF — Total $1,750.00 • Bid Item #10 — Cement Concrete Sidewalk -4" Thick. $48.00 per SY — Total $3,840.00 ' • Bid Item #11 — Cement Conc. Curb Ramp Type Parallel A. $1,200.00 ea — Total $18,000.00 • Bid Item #12 — Cement Conc. Curb Ramp Type Parallel B. $1,100.00 ea — Total $7,700.00 • Bid Item #13 — Cement Conc. Curb Ramp Type Perpendicular A. 51,400.00ea — Total $26,600.00 • Bid Item #14 — Cement Conc. Curb Ranip Type Single Direction A. $900.00 ea — Total $8,100.00 • Bid Item #I5 — Detectable Warning Surface. $38.00 per SF — Total $5,320.00 • 2. List of DBE firms that submitted a bid for this project were. • TWIST, Inc., DBE# D2F8719512, PO Box 321, S Cle Elum, WA 98943 • Construction Ahead, Inc, dba Pavement Surface Control, DBE# D2F2315595, 307 N. Dayton #2, PO Box 7204, Kennewick, WA 99336 • Gilbert Patterson Concrete, Inc., DBE# D5M9620363, Federal ID# 27- 1468023, PO Box 262, Wapato, WA 98951 3. Non DBE firms that submitted a bid or a quote for this project were. • Arrow Construction Supply, 9915 E Trent Ave, Spokane, WA 99206 ' • Baer Testing, Inc., 1106 Ledwich Ave, Yakima, WA 98902 • Econolite Group, Inc., 247 SW 41 Street, Renton, WA 98057 • Mastercraft Concrete Finishing, 381 Ogle Rd, Grandview, WA 98390 ' • McCain, Inc., 2365 Oak Ridge Way, Vista, CA 92081 • Western Systems, 1 122 Industry Street, Bldg B, Everett, WA 98203 ' Sincerely, J w e e - ' Ken McEntyre ' cc: Bryson Huie Blas Bustamante 1 1 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: 1 Transportation Systems. Inc certifies that: (BIDDER) 1. It intends to use the following listed construction trades in the work under the contract Electricians, Flaggers, Concrete Masons 1 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: Electricians, Flaggers, Concrete Masons 1 and; 2. It will obtain from each of its subcontractors and submit to the contracting or administering agency prior to the a ..rd of any sub - contract under this contract the Subcontractor Certification required by these 1 Bid Conditi. r r . b (Signature of Authorized Representative of Bidder) 1 1 1 1 1 1 1 CITYWIDE SAFETY IMPROVEMENTS -16 AVENUE 1 253 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE 254 1 1 • ' SUBCONTRACTOR CERTIFICATION • 1 ' 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 1 and 1 1 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: 1 1 and; 1 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. • 1 1 (Signature of Authorized Representative of Subcontractor) 1 • 1 CITYWIDE SAFETY IMPROVEMENTS — 16 AVENUE 1 255 • • 1 1 1 1 1 1 1 1 1 1 .1 1 1 1 1 1 1 1 CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE • 256 1 1 • 1 Q • Contractor and Subcontractor or Transportation IV Washington Lower Tier Subcontractor Certification for Federal -Aid Projects (Required for each Subcontractor or Lower Tier Subcontractor on all Federal -Aid projects) Contract Number Federal -Aid Number State Route Number 1 Subcontractor or Lower Tier Subcontractor To be signed by proposed subcontractor or lower tier subcontractor ' The contract documents for this subcontract include as part of the subcontract a special provision entitled "Required Federal -Aid Provisions ", the "Required Contract Provisions Federal -Aid Construction Contracts (FHWA 1273) ", and the minimum wage rates. ' I certify the above statement to be true and correct. 1 Company Signature Date • 1 Title 1 Contractor Certification To be completed and signed by the contractor 1 1. 1 A written agreement has been executed between my firm and the above subcontractor. • 1 2. A written agreement has been executed between (the subcontractor) and the above lower tier subcontractor. 1 All documents required by the special provision entitled "Required Federal -Aid Provisions" are included in the agreement for (1) or (2) marked above. I certify the above statements under Contractor Certification to be true and correct. Company 1 Signature Date • 1 Title ' DOT Form 420 -004 EF Revised 03/2008 CITYWIDE SAFETY IMPROVEMENTS — 16 AVENUE • • 1 257 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE 258 1 • . Materially and Responsiveness The certification required to be made by the bidder pursuant to these Bid Conditions is material, and will govern the bidder's performance on the project and will be made a part of his bid. Failure to submit the certification will render the bid non responsive. • Compliance and Enforcement Contractors are responsible for informing their subcontractor (regardless of tier) as to their respective ' obligations under the conditions of the contract here (as applicable). Bidders, contractors and subcontractors hereby agree to refrain from entering into any contract or contract modification subject to Executive Order 11246, as amended on September 24, 1965, with a contractor debarred from, or who is determined not to be a responsible' bidder for, government contracts and federally assisted construction contracts pursuant to ' Executive Order. The bidder, contractor or subcontractor shall carry out such sanctions and penalties for violation of the equal opportunity clause including suspension, termination and cancellation of existing subcontracts as may be imposed or ordered by the administering agency, the contracting agency or the Office of Federal Contract Compliance pursuant to the Executive Order. Any bidder, or contractor or ' subcontractor who shall fail to carry out such sanctions and penalties shall be deemed to be in non- compliance with these Bid Conditions and Executive Order 11246, as amended. I 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 I 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 I • 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. 1 CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE 1 259 • 1 It shall be no excuse that the union with which the contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority and women employees. The procedures set forth in these conditions shall not apply to any contract when the head of the contracting or administering agency determines that such contract is essential to the national security and that its award without following such procedures is necessary to the national security. Upon making such a determination, the agency head will notify, in writing, the Director of the Office of Federal Contractor Compliance within thirty days. Requests for exemptions from these Bid Conditions must be made in writing, with justification, to the: 111 Director Office of Federal Contractor Compliance U.S. Department of Labor • Washington, D.C. 20210 . and shall be forwarded through and with the endorsement of the agency head. Contractors and subcontractors must keep such records and file such reports relating to the provisions of these Bid Conditions as shall be required by the contracting or administering agency or the Office of Federal Contractor Compliance. 1 1 1 • 1 • • 1 • 1 • 1 1 • 1 1 • 1 CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE 260 • 1 1 BIDDER'S CHECK LIST 1 The bidder's attention is especially called to the following forms, which must be executed, 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, cashier's check or cash. The amount shall be not Tess than 5% of the total amount bid and may be shown in dollars or on a percentage basis. 1 C. BIDDER'S CERTIFICATION D. PROPOSAL SIGNATURE SHEET 1 Must be filled in and signed by the bidder. E. DBE UTILIZATION CERTIFICATION DOT Form 272 -056 EF. F. DBE WRITTEN CONFIRMATION DOCUMENT ' DOT Form 422 -031A. Required for all DBE's listed on DBE Utilization Certification. The following forms must be received prior to the Contract being executed: ' 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 1 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 -004EF (Only required on Federal -Aid Contracts) 1 Refer to Required Contract Provisions Federal -Aid Construction Contracts FHWA -1273. 1 • 1 • CITYWIDE SAFETY IMPROVEMENTS - 16 AVENUE 1 261 1 • THROUGH JOINTS ON EACH SIDE OF AND AROUND EACH UTILITY APPURTENANCE.. MIL EB 4 FOR HANDICAP RAMP SIZE AND POSITION, SEE APPLICABLE STANDARD DETAILS. SIDEWALK JOINTING SEE PLANS COLD JOINT �� S= 0.02ftift 0.33' CEMENT CONCRETE SEE PLANS COMPACTED SUBGRADE 0.17' MIN. CSTC (COMPACTED DEPTH) COLD JOINT S ° 0-02 ft/ft ^ 4" STANDARD SECTION , ::: 1 0.5' CEMENT CONCRETE COMPACTED SUBGRADE 0.17' MIN. CSTC (COMPACTED DEPTH) 6" SIDEWALK 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. i of Y. City Of Yakima ÷, Cit of Yakima - Standard Detail . ` Engineering Division y ° %r l = e i g 9 CEMENT CONCRETE SIDEWALK R5 y . t�� .; 129 North Second .� Yakima, Washington NOT TO SCALE Revision 03 -2011 MN I IIIMI I I I I I - = MN MN = 4' - o MIN. - a''MIN ` _J 1. Provide a separate Curb Ramp for each marked or unmarked crosswalk. SEE CONTRACT PLANS SEE CONTRACT PLANS T • Curb Ramp location shall be placed within the width of the associated 3/8" EXPANSION JOINT (TYP.) - 1 PEDESTRIAN CURB - 318" EXPANSION JOINT (TYP.) - PEDESTRIAN CURB - SEE STANDARD PLAN F -30.10 SEE NOTE 9 SEE STANDARD PLAN F -30.10 LANDING SEE NOTE 0 crosswalk, or as shown In the Contract Plans. LANDING 2. Where "GRADE BREAK' is called out, the entire length of the grade break between the two adjacent surface planes shall be flush. SIDEWALK �I■ _ 3. Do not place Gratings, Junction Boxes, Access Covers, or other appurte- CURB AND GUTTER � ' - SIDEWALK O - nances in front of the Curb Ramp or on any part of the Curb Ramp or • 3 „ R_ • Landing. �`� / 4. See Contract Plans for the curb design specified. See Standard Plan alte • • 4' - 0" MIN. (TYP.) - �t�;a� CURB & GUTTER F -10.12 for Curb, Curb and Gutter, Depressed Curb and Gutter, and SEE CONTRACT PLANS CURB RAMP CURB RAMP Pedestrian Curb details. CURB RAMP _ DETECTABLE WARNING SURFACE - • _ _ __`__ _ D ETECTABLE WARNING SURFACE - 4' - 0' MIN. (TYP.) - SEE STANDARD PLAN F-45.10 5. See Standard Plan F - 30.10 for Cement Concrete Sidewalk Details. FACE OF CURB - -- – SEE STANDARD PLAN F-45.10 SEE CONTRACT PLANS - '"" _ . See Contract Plans for width and placement of sidewalk. FACE OF CURB DEPRESSED CURB & GUTTER 6. The Bid Item "Cement Concrete Curb Ramp Type " does not include w CROSSWALK D EPRESSED CURB & GUTTER : CROSSWALK the adjacent Curb, Curb and Gutter, Depressed Curb and Gutter, Pedestrian 0 Curb, or Sidewalks. z 7. The Curb Ramp maximum running slope shall not require the ramp length w PLAN VIEW DETECTABLE WARNING SURFACE - PLAN YIEW to exceed 15 feet to avoid chasing the slope indefinitely when connecting a TYPE PARALLEL A SEE STANDARD PLAN F TYPE PARALLEL B to steep grades. When applying the 15 -foot max. length, the running slope • ai ' of the curb ramp shall be as flat as feasible. 4 O t SEE CONTRACT PLANS 1 GRADE BREAK 8. Curb Ramp, Landing, and Flares shall receive broom finish. See Standard o Specifications 8 -14. 11 a COUNTE sL.0 TOP OF 9. Pedestrian Curb may be omitted if the ground surface at the back of the 1 v 2.0% MAX. 5 .0% ROADW Curb Ramp and/or Landing will be at the same elevation as the Curb �� / � \� ®t�a.o -- Ramp or Landing and there will be no material to retain. to DEPRESSED CURB &GUTTER - CEMENT CONCRETE PEDESTRIAN G LANDING CURB - SEE NOTE 9 > SEE STANDARD PLAN F -10.12 AND NOTE 8 ' SECTION OA 15• -0' MAX. 4- O'MIN. SEE NOTE 7 SEE CONTRACT PLANS LEGEND SIDEWALK - — SLOPE IN EITHER DIRECTION . 15' - 0" MAX 4' - 0' MIN. 15' - 0" MAX. GRADE BREAK SEE NOTE 7 SEE CONTRACT PLANS SEE NOTE 7 `a i7. GRADE BREAK 8.3% MAX . a �� 2.0% MAX. SIDEWALK GRADE BREAK GRADE BREAK �W / /O� % ' • M 8.3% MAX. PEDESTRIAN CURB - 8 ---�� _ 2.0% MAX. _ 8 cum CURB RAMP LANDING SEE NOTE 9 p ATRIC 3/8" EXPANSION JOINT (TYP.) - Op WASq e CURB RAMP SEE STANDARD PLAN F-30.10 � 4. , y e CURB RAMP LANDING R g o 'A lir 3/8" EXPANSION JOINT (TYP.) - SECTION OC r:1 el i "'C k 5 SEE STANDARD PLAN F40.10 - , , f Q , $: SECTION O mo 4.eC 4363 Q, 0 {' � 3 'CEMENT CONCRETE CURB RAMP TYPE F J's ) 5 T6 . " E 2 iMi PARALLEL S' PAY LIMIT - SEE NOTE B ' ONAL ' "CEMENT CONCRETE CURB RAMP TYPE - 3 PARALLEL A" PAY LIMIT - SEE NOTE 6 ' ipl j �`' PARALLEL CURB RAMP - / / STANDARD PLAN F- 40.12 -02 % _ % SHEET 1 OF 1 SHEET r APPROVED FOR PUBLICATION 1 ^ "" __ — • Pasco Bakotich 111 6/20/13 �-r ISOMETRIC VIEW ISOMETRIC VIEW STATE DESIGN ENGINEER DATE DATE /�_V is Washington Mobs Department oI Transportation • TYPE PARALLEL A PAY LIMIT TYPE PARALLEL B PAY LIMIT -" • r r r r r r r r•= r r it r• r • r • o CURB RAMP WIDTH 4' - 0" MIN. LANDING TO MATCH ! e , NOTES CURB RAMP WIDTH ^SEE CONTRACT PLANS Y 1. Provide a separate Curb Ramp for each marked or unmarked crosswalk. 1 I NADTH - SEE CONTRACT PLANS LANDING TO MATCH CURB RAMP Curb Ramp location shall be placed within the width of the associated • 4 fL I crosswalk or as shown in the Contract Plans. LANDING GRADE BREAK LANDING m SEE CONTRACT PLANS - CURB RAMP GRADE BREAK 2. Where "GRADE BREAK" is called out, the entire length of the grade SEE CONTRACT PLANS - CEMENT CONCRETE SID EWALK - • I adjacent p GRADE BREAK I 4' - 0" MIN. • b rea k bet ween th t wo adjacent surface planes shall be flush. . I SEE NOTE 5 4' - 0" MIN. I PROVIDE SMOOTH , 3. Do not place Gratings, Junction Boxes, Access Covers, or other appurte- cl CEMENT CONCRETE TRANSITION TO z e , nances in front of the Curb Ramp or on any part of the Curb Ramp or SIDEWALK - SEE NOTE 6 SIDEWALK SEE CONTRACT PLANS ^ SEE CONTRACT PLANS ^ Landin WIDTH (TYP.) I MIN. g 20'MAX 4'- G"MIN. 4'- 0"MIN. 2.0 MAX. 4. See the Contract Plans for the curb design specified. See Standard Plan FLARE (TYP.) SIB' EXPANSION ► BUFFER WIDTH - MATCH TO F -10.12 for Curb, Curb and Gutter, Depressed Curb and Gutter, and • JOINT (TYP.) - SEE CURB RAMP DEPTH (TYP.) Pedestrian Curb details. • 318" EXPANSION Ili CURB RAMP STANDARD PLAN F -30.10 JOINT (TYP.) - SEE 11111Pg, 5. See Standard Plan F -30.10 for Cement Concrete Sidewalk details. STANDARD PLAN F30.10 GRADE \ S ee Con tract Plans for width and placement of sidewalk. GRADE BREAK BREAK TRANSITION TO SIDEWALK BUFFER, IF p PRESENT, OR TO BACK OF CURB (TYP.) 1 \ SEE CONTRACT PLANS ,,, so 6. The Bid Item "Cement Concrete Curb Ramp Type _ " does not include I � - `- - - _ MA7(. 1o.0 --- --- l ,,, the adjacent Curb, Curb and Gutter, Depressed Curb and Gutter, f � � _ Pedestrian Curb, or Sidewalk CURB, OR CURB ��`�\ � -- -- ■�M�� CEMENT CONCRETE AND GUTTER - r "` -- CURB, OR CURB SEE NOTE 4 - -' AND GUTTER - `now A` PEDESTRIAN CURB - 7. The Curb Ramp maximum running slope shall not require the ramp length I DETECTABLE WARNING - SURFACE - SEE NOTE 4 O I SEE NOTE 4 t0 excee 15 -fe tD avoid chasing the SIOpe indefinitely When conneding SEE STANDARD PLAN F.48.10 DETECTABLE WARNING SURFACE - t0 steep grades. et W ien applying the 15 -foot maximum length, the running FACE OF CURB 1 7: -. . _T_ FACE OF CURB I __ _ SEE STANDARD PLAN F -45.10 slope of the Curb Ramp shall as flat as feasible. MEASURED PARALLEL i DEPRESSED CURB AND GUTTER - g DEPRESSED CURB AND GUTTER 8. Curb Ramp, Landing, and Flares shall receive broom finish. See TO CURB (TYP.) CROSSWALK SEE NOTE 4 CROSSWALK Standard Specifications 8 • LEGEND • • SLOPE IN EITHER DIRECTION • PLAN VIEW PLAN VIEW • TYPE PERPENDICULAR A TYPE PERPENDICULAR B DETECTABLE WARNING SURFACE - (SHOWN WITH BUFFER) CEMENT CONCRETE 1111111114W DETECTABLE WARNING SURFACE - SEE STANDARD PLAN F-48.10 PEDESTRIAN CURB - SEE STANDARD PLAN F.45.10 4' -0 "MIN. 15- 0" MAX. GRADE BREAK SEE NOTE -4 SEE CONTRACT PLANS SEE NOTE 7 SLOPE TREATMENT - COUNTER SLOPE - SEE STANDARD PLAN F -30.10 // , GRADE BREAK 5.0% MAX. DEPRESSED CURB AND GUTTER - 2.0% MAX. ' SEE NOTE 4 Hill - 8.3 % - TOP OF ROADWAY CEMENT CONCRETE CURB Q A likt. LANDING CURB RAMP a . \�� = � � AND GUTTER - SEE NOTE 4 � 4�� K � O t ° '9J 7 i g 8 DEPRESSED CURB AND GUTTER - a 0 � ., SEE STANDARD PLAN F•10.12 CURB RADIUS DETAIL Op W �` "< g X 1 1 SECTION O f 5j CEMENT B P AY UM IT -S SEE NOTE ` o � N�. S ` � I B T B�v c> e 1 j P "TYPE • - PERPENDICULAR ',� TONAL . 0 � - PERPENDICULAR '/ CURB RAMP STANDARD PLAN F- 40.15 -02 ` , _ \r.....______ SHEET 1 OF 1 SHEET • _z APPROVED FOR PUBLICATION Pasco Bakotich Ill 6/20/13 ISOMETRIC VIEW •• ISOMETRIC VIEW wes. STATE OF°°1 EN0INE. DATE TYPE PERPENDICULAR A PAY LIMIT TYPE PERPENDICULAR B PAY LIMIT 7 WmMinpt.n Smt. Deportment or Tttmponetian MN =11 ME II.. ME 1.1. ME 1.111 IMI ill. Mil = Mill 1=I ME ME IIIIII NOTES 1. This plan is to be used where pedestrian crossing in one direction is not • MATCH SIDEWALK Yij EPLANS BUFFER permitted. WIDTH - 4' 0" MIN. STRIP • SEE CONTRACT PLANS 2. Curb ramp location shall be placed within the width of the associated MATCH SIDEWALK PEDESTRIAN CURB crosswalk, or as shown in the Contract Plans. • WIDTH - 4' 0" MIN. - SEE NOTE 10 - SEE CONTRACT PLANS RAMP 3. Where "GRADE BREAK" is called out, the entire length of the grade break PEDESTRIAN CURB PEDESTRIAN CURB • - SEE NOTE 10 /8" MATCH SIDEWALK WIDTH - 4' 0" MIN /, - SEE NOTE 10 between the two adjacent surface planes shall be flush. PANSION JOINT SEE CONTRACT PLANS LANDING (TYP.) - SEE STANDARD 4. 4. Do not place gratings, junction boxes, access covers or other appurtan- PLAN F 3!8" EXPANSION JOINT - SEE ences in front of the curb ramp or on any part of the curb ramp or landing. 5' - 0 MIN. 3" R. STANDARD PLAN F-30.10 - SEE NOTE 8 _ - -/ / / 5. See the Contract rd il Plan for Curb, Documents for the curb design specified. _ I All I 5' - : " R. MIN. See Sta da F -10.12 r u , Curb and Gutter, Depressed Curb A 7" p � _ and Gutter and Pedestrian Curb details. �� � SIDEWALK - B L� vial 8. See Standard for Plan 10 for Cement Concrete Sidewalk Details. n s ' - 3" o MIN. N See contract plans for r width and placement of sidewalk. „ it” E . � . 7' . 0 SEE NOTE s 7 O 7. The bid item "Cement Concrete Curb Ramp Type " does not include the BUFFER STRIP - SEE y Wilio, D ETECTABLE WARNING, SEE STANDARD PLAN F -46.10 SURFACE BUFFER © / DETECTABLE WARNING SURFACE adjacent Curb or (Curb and Gutter), Depressed Curb and Gutter, Pedestrian Curb Or $idewaik, Or the g g CONTRACT PLANOi SEE STANDARD S DARD PLAN - 46.10 STRIP O pedestrian crossing closure sign. - CURB 8 GUTTER - CURB 8 GUTTER 8. The curb ramp maximum running slope shall not require the ramp length to - SEE NOTE 5 - SEE NOTE 5 exceed 15 feet to avoid chasing the slope indefinitely when connecting PEDESTRIAN CROSSING IA CURB RAMP PEDESTRIAN CROSSING to steep grades. When applying the 15 foot maximum length, the running CLOSURE SIGN CLOSURE SIGN FACE OF CURB RAMP slope of the curb ramp shall be as flat as feasible. FACE OF CURB w PLAN VIEW PLAN VIEW CURB PL 9. Curb ramps and landings shall receive broom finish. o See Standard Specifications 8 -14. o TYPE SINGLE DIRECTION A TYPE SINGLE DIRECTION B 10. Pedestrian Curb may be omitted if the ground surface at the back of the § Curb Ramp and /or landing will be at the same elevation as the Curb Ramp LL or Landing and there will be no material to retain. i m DETECTABLE WARNING SURFACE 1 • 15' - 0" MAX - SEE STANDARD PLAN F-45.10 15' - 0' MAX 15' - 0" MAX LEGEND c ' SEE NOTE 8 GRADE BREAK GRADE BREAK GRADE BREAK SEE NOTE 8 SEE NOTE 8 - SLOPE IN EITHER DIRECTION GRADE BREAK GRADE GRADE BREAK COUNTER SLOPE BREAK SIDEWALK - / 5.0% MAX. SIDEWALK - SIDEWALK SEE NOTE 8 SEE NOTE 8 - SEE NOTE 8 .-____6+ 2.0% MAX. TOP OF 8.3% MAX. 2.0% 8.3% MAX• ROADWAY .„ �lcnlen� • R CURB RAMP v 0. a CURB 8 GUTTER L ENDING - SEE S TTNDARD PLAN 0.12 CURB RAMP ` LANDING CURB RAMP O Q p Lr� Q k l,,. SECTION O I � ° �� 0 _.'�:1''''!:' hi SECTION A f:_- 1s: "CEMENT CONCRETE CURB RAMP p 9 3 63 O 34363 O g TYPE SINGLE DIRECTION A" PAY UMIT "CEMENT CONCRETE CURB RAMP B �I9T8 1 `� ' ;° - SEE NOTE 7 TYPE SINGLE DIRECTION B" PAY LIMIT �s�O NAL - SEE NOTE7 � E,G d f� `" / g'� ♦ 1" C RADIU SURFACE DETECTABLE SPEE /� / ` R WARNING Y ii ' a B ORNER STANDARD LAN F -45.10 �` _ _ / PEDESTRIAN CURB �® his- "' %/ SINGLE DIRECTION � DEPRESSED CURB AND —,_ £-� GUTTER -SEE NOTE 5 ® ✓ / CURB RAMP _ \' w ANGLE / �/ /�� STAN DARD PLAN F- 40.16 -02 --�\__ /` /� /�/ RADIUS ,,/ �_���� /— SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION ISOMETRIC VIEW 1 ° ISOMETRIC VIEW Pasco Bakotich 111 6120/13 • TYPE SINGLE DIRECTION A MATE DATE DETAIL O • TYPE SINGLE DIRECTION B TWashington S. D.o.m...e.fT�.nmmo PAY UMIT PAY UMIT V/ • MI = I MN MN I =. NM r — — I— MI MI MB MN 1111111 1.1111 A --... • NOTES J ra--1 --1 c I 1. The Detectable Waming Surface (DWS) shall extend the full width of the • _L____. ( � DETECTABLE WARNING curb ramp (exclusive of flares) or the landing. CURB RAMP, LANDING, CUT SURFACE (DWS) '' THROUGH OR WALKWAY SEE NOTE 3 2 The Detectable Waming Surface shall be placed at the back of curb, and <f) - - - -- - E MIN. MAX. need not follow the radius. } 3. The rows of truncated domes shall be aligned to be perpendicular to the A A 1 2.4 I grade break at the back of curb. . A I B I ..-- p - B 0.65" — BACK OF CURB - •••• 2' - 0" MIN. •- I ! - - SEE NOTE 2 4. The rows of truncated domes shall be aligned to be parallel to the C 0.45" 0.90" . TYP. OF ALL direction of travel. TRUNCATED DOME - APPLICATIONS _._. — ._ D 0.9` 1.40" . 5 If curb and gutter are not present, such as a shared -use path connection, SECTION O E o.2 0.2" the Detectable Warning Surface shall be placed at the pavement edge. i i • 1 1111111111 1111 SEE STANDARD SPECIFICATIONS FOR 6. See Standard Plans for sidewalk and curb ramp details. COLOR OF SURFACE MATCH TO WIDTH OF CURB RAMP 7 . If a curb ramp is required, the location of the Detectable Waming Surface CURB AND GUTTER P req 9 TRUNCATED DOME SPACING TRUNCATED DOME DETAILS LANDING, CUT - THROUGH OR must be at the bottom of the ramp and within the required distance from SEE NOTE 3 99 W CC WALKWAY the rail. d DET ECTABLE WARNI SURFACE DETAIL 0 m 0 F F SET 8. When the grade break between the curb ramp and the landing is Tess than LANDING CURB RAMP SEE NOTE 8 or equal to 5 ft. from the back of curb at all points, place the Detectable WIDTH A LANDING WALKWAY blaming Surface on the bottom of the curb ramp. • • WALKWAY WALKWAY 111 WALKWAY ,JI F WIDTH OF CUT- THROUGH 1 I �PJ _ WIDTH OF CUT - THROUGH F El f', DETECTABLE WARNING �� I r(TYp.) w SURFACE (OWS) - 7 SEE NOTE 4 I, CURB RAMP = BACK OF CURB E21. 2' - 0" MIN. CC LL SINGLE DIRECTION CURB RAMP a _ o m (GRADE BREAK BETWEEN CURB AND 1� ■ _r lli IN . \ � I LANDING 5 5 FT. FROM BACK OF CURB) (SEE NOTE 6) r DETECTABLE WARNING ` DETECTABLE WARNING o LANDING BACK OF CURB - SURFACE (DWS) ••• BACK OF CURB - w DIRECTION OF SEE NOTE 2 I SEE NOTE 3 0 SU SEE NOTE 3 SEE NOTE 2 q TRAVEL I I I WIDTH OF CURB RAMP CURB RAMP ■ m BACK OF CURB- sari WIDTH OF PERPENDICULAR CURB RAMP SEE NOTE 2 2' - 0" MIN. WALKWAY WALKAY (SEE NOTE 6) NW � ISLAND CUT - THROUGH WIDTH OF CURB RAMP, � LANDI G, OR WALKWAY vXTRIr^ DETECTABLE WARNING 6 / _ SURFACE (TYP.) ^ +fi ¢¢ D ETECT DETE WARNIN NOTE 3 SEE NOTE 3 4O % 01 WAS N, B i t 1 f � — � _! MEDIAN CUT THROUGH g Ise rs 7' l �/ BACK OF CURB - IIIIII OF CURB .• ' C d - SEE NOTE 2 /� SEE NOTE 2 Cr3 ° "'G pg 11 El A � it ` g `6 IN SINGLE DIRECTION CURB RAMP DETECTABLE WARNING \ (GRADE BREAK BETWEEN CURB AND SURFACE (DWS) ••• USE PATH r I OR 1 WIDTH OF SHARED- 9 7 L '' O 4>,, 34363,0 ��' 1 LANDING > 5 F. FROM BACK OF CURB) SEE NOTES 4 & 7 i ' WLKWAY (TYP J N�, 13 TM' G (SEE NOTE 6) s/ DNA L eta €g WALKWAY WALKWAY g ! ` g ` URB RAMP CURB RAMP m ' • -� LANDING WIDTH OF CUT- THROUGH . I I I I I ■rl I_I 1 I SHARED-USE `�_— ,.,__.— 1UlH If —1 l,l I mP) WTHLI(OR DETECTABLE WARNING. 1 1 I 1 u�L��oi{Jr 11 1 ROUNDABOUT SPLITTER ISLAND PAVEMENT SURFACE • SHOULDER RAIL L, EDGE _FM STANDARD PLAN F- 45.10 -01 r Eli • �� IiiP SURFACE DWS) •• . SHEET 1 OF 1 SHEET DETECTABLE WARNING PATH OR '�� DETECTABLE WARNING APPROVED FOR PUBLICATION BACK OF CURB •-• SURFACE (Dws) -SEE NOTE 3 WALKWAY SEE NOTES 4 & 6 Pas Bakollch Ill 06/21/12 SEE NOTE 2 WIDTH OF srA�aN Exaa �� F" r PARALLEL CURB RAMP PEDESTRIAN RAILROAD CROSSING PLACEMENT GUIDELINES SHARED -USE PATH CONNECTION 7 W..n sue. o.pmrm.M.r Tron.po0*tIon (SEE NOTE 6) • • 1 - ° 1051 L bast V Ave Ch ♦V Cn[e1 Ave ' ! r, q ,„,„ z z E n 3 r 5 ‘"*.'W' o Grem /4d Dr • *4 a River Rd Ica y u • i z Eager en Q wUby CONt °A >: Nadlse YRrpr"L.EK51 Cit yv1ii d e S • s � 3 .4- 4 c 5.131 51 Yearn al w,51 ; v , FeA o Vert i M1yc C1 Eearw Rd " t q RawawW Ave • • 1'1151 at E 151 s • 2 eF n s[• e . te[ oP , al. co x z a _ IC 1 c 0 ,511 li 0 v4) S c • b ry E-. Mewl AU`a tauro st ?,' 2 ' r' Ea� .1.7 _ I r,llprovertllent.1s S M�rc � N • 2"2.'2‘. R. Fr ulwa• d e w ♦,Y �,[•d 0 .d = . • Qt 1s Z c,..,.. tl • - wpRnv It GC E ESt 5 ^ Rem Rd V i Wrl' on 51 § Wr11tM 51 Y 1 V • ¢¢ • a kp • s. sr. AVe w ` Ye +, 4- Srenlc ,3 ' G r u YtwclO Way; 5 Sran AVe Pik 51 q %( 1 ' Madera War < ,k• hrenre A.c z E. Poplar 11 E s1 a 16th Avenue 2 5 e E • Y 4F a = r z Eaireanta Ave • • • i ralroanec AVe f e 2 s; ' .12.woPe Ave Engl...3 Av. Enp{.wotA • Ave • h EnpRwcae 4ve CA•ny AVe • • G°acdn • 1 • I > Z. w wdac D. z 4.ae < .> • µAO.3,+d > 2 Q4 � DauPlat a , r. Rcea Welr AV• °s[ • t f1.e 1 , 2 g D = CAacW Way ^ Y Ave 2 M[LnI Ave . W 2 w 11M1[d e • ♦ • S1 • E Trraa Mtl�l, Wry li 3n �mry. h 'hRa . _ ��,YdA.[ P �� - q rl City of Yakima Project No. 2343 • u ° ' c: untdn Ar. •, • e • E w un[dn Are • w ur[e1r Ag aP ^ mat ' _ • • G,r•,M 9 - s, uel un[tle A v • 0 r.R•1. • 9 E Cnealnet Av. i na W:tlrtee a` ,,_� Da1m[tWa, 7 aetlraon e . • � .n ^,m.r. w,�n. • . g Federal Aid No. HSIP- 000S(318) tr Yn1, m w ar c^ .; ' [ z < • u i • •°' z _ s e4. . - + z F a z f �, s w ranm Y BN r.S w • • AMA' ,s • `- `vvnladn Rd 2 •� ry n 6 4 n Bryne Ar[ 1 • • •c "' 6 1 z z c e • • I 1 fumlaMw. ••• • • SumraNnew Ave • • z • •sum...,:. Are 'n a , - ._ ? • • • • u a 5'' • Am Rn <' i uearrst '--i. r • wP ,. ' • , P A E P[ o < £ ..< Se P C V *,'''' 5 • G ,s z Pm <SV Barpe 5 l A P B z f $ 1 i 6a z Urge St Pat R S l w z z 5 E e z z '5 9 E VN1na AVe • '1,041 a •9 � 51 n y ,1' C +e;wu1 Avr • W CNLN[I E " n 1 n' z w1 Ave 7. Y Ch.M. Ch.M. a •' 51* 1< ^ • Nccraa•Sr _ m GM1 �' „ R v M �a • ' 1 E 6 � nst • E 4 > • W WW.wtst 3 „ m . - n E it w wa:nm sr g o ? EtaRele. 6 Yl Sot • N P � • Uern ,,.es i w D ^ + ,n,,, Part PY• E lava n., Ireton D• • Ireton • ^ E • • Y •w < : •r • • £ • } T rc s = . SHEET INDEX ^ Snefly ^�' ^ . f 6 - Vi Haynes Sl u • YagYm SK i > .1 Iw• t < N1CO51 Ranut St n ^ • N • plattdl ^ °' Yan,rm S1 ^ v s - i f ^ • 9 nttr Way 3 ' AW Sth5 551 ^ nte5 al i[5t r. ~ Station Limits I WA[11n S1 WAr4npbn 5l v w 5, p ,,' . �1, Arlington 51U �i -! a R4H5 ` ^ W AnWp1m 51 • EAdinylCnSN Sheet From To Description s Cover Sheet / Vicinity Map ^ i 6 Duna Are Stewart St E Cereal Ave ^ : § 1 5 +00 22 +00 Plan Sheet • ^ N _ 2 23 +00 49 +00 Plan 16th Avenue ^ • w 7 • • • • ' • • • <R: • • 3 50 +50 63 +00 Plan 16th Avenue 1 • C•.1 R amm AVe 4 64 +00 75 +50 Plan 16th Avenue a n A ra b WPrat. Av. 5 77 +50 101 +00 Plan 16th Avenue � ° en w'ry Wilson L, 1 10M[[ ^ R cra sr w E ^ Project A reas - • Ve' d • 6 102 +00 118 +50 Plan 16th Avenue C 5 A WVe 1,Ar. • ,Are • 7 Signal Head Upgrade Plan Li R.Wall Y` ^ O aeYan A a• i (t/fP o�, -. ... n E Wl A.e < 6 c . Tennant LA A Px 13' etn [, • IV PIMP, AVC r' ^ l.lrinr'� • 1 LEGEND WRing 11 - v V NW Mead Ave ° w • OAVe N • EYead AV• Ewa ^ •� Rlasa - a 6 - - • a S. atlde loop P.1 m W Rrnp 55 n 552551 52 551 • 0 • -Intersection with Signal Head Replacement .mr r. ' E Hew Sr I [ Troma Ave w n • w W P�erc•e 1 - Area of ADA Improvements "Wa,A.,..., Are ^ Pert, St. • s eiv a, Prry 51 VICINITY MAP . r, - -t - Not to Scale �� � Sy PLAN DISCLAIMER �/ ���` °F "� F % t ` : • 1 UNDERGROUND FEATURES SHOWN HEREON REPRESENT 4, r 1•, il :� • / • r BEST AVAILABLE INFORMATION AS OBTAINED FROM LOCAL � ; �_ : i RECORDS AND VISIBLE SURFACE EVIDENCE. THE CONTRACTOR 13 "1 ., . .: • • IS CAUTIONED TO VERIFY THE LOCATION AND DEPTH OF ALL � o, 6 R 4077 . I UNDERGROUND FACILITIES. STATE LAW REQUIRES THAT ALL - Sg S 4'\ 'AA .. EXCAVATION WORK MUST BE PROCEEDED BY NOTIFICATION TO Know what's below. ZONAL , -�` I ALL OWNERS OF UNDERGROUND FACILITIES THROUGH A ONE CaII beforeyoudig. NUMBER LOCATOR SERVICE: 1 -800- 553 -4344 March 2014 1 1 1 ' " .....: .. \ 1 z Z 1 CB' F / /1 i O 0 l z o 1 __ _ Z 1 0 0 . g 0 6 7 11 12 13 . ' n J - I —I —I —I —1 —1 —1 —1 —1 Il U g © S. 16TH AVENUE S. 16TH AVENUE :w Z o ''�z ► CONSTRUCTION NOTES_ CD O 1 1 co j / 1O INSTALL SURFACE MOUNTED DETECTIBLE WARNING SURFACE YAKIMA VALLEY COMM. COLLEGE O CONSTRUCT CURB RAMP TYPE PARALLEL A — 1 THIS CORNER IS r a r _ _ YAKIMA VALLEY COMM. COLLEGE O3 CONSTRUCT CURB RAMP TYPE PARALLEL B BEING RECONFIGUREC AS PART OF A YVCC I0 CONSTRUCT CURB RAMP TYPE PERPENDICULAR A � EXPANSION PROJECT C 5O CONSTRUCT CURB RAMP TYPE SINGLE DIRECTION A • 1 v ' O Z CA ri 1 �VHQ1 _ _ ___ __ __ 1 I 17 0 18 0 19 20 21 22 —I —I -{ — - I —i —I —1 —I —I —I 0 0 S. 16TH AVENUE 0 0 1 • ;A c._, S GN � �gER S// 1 r Z �� pF Agg �� / i c�v T o �9 e a go y x <rx YAKIMA VALLEY I �� I 1 r — COMM. COLLEGE ( c U7 z v' `'1 ... i p ' ''. 45 . 39407 kz a v ♦ � � 1 Z E I SS IONAL E' of x;� • Citywide Safety Improvements p ro ect En RKT Drawin Scales PLAN 1 ! ,-�• � �. C Of Yakima J 9 9 � �a Engineering Division 16th Avenu Drawn By: RKT Horizontal = 1 " =40' Sta. 5 +00 to Federal Aid No. HSIP-000S(318) 's` C By: BHS . Vertical = NONE 7 �'F � - 129 North Second Street Sta.22+00 1 \ 72,„ Yakima. Washingto L SATE REVISION BY _ City of Yakima Proje N 2343 I E R 3 -� -t a 1 * 1 --II 1 . - ��g F "AS Sy - 1 2 LI in c �� NCT oy m z = . 0.,r 6.6 ar„ 1 — NM C I SSIONAL . °G -- c: �� -- � �� �..r. \ � � � 23 24 0 p S.16TH AVENUE 30 31 - 32 -µ° - 2S —I — I —I —I —I —I —I —I — I -; —I —I —I ..„ . . , : 0 4 4 S.1 AVENUE r % C B ®� CONSTRUCTION NOS %\ a= �- u.�� — — — 4 S`71µt F. © < 1O INSTALL SURFACE MOUNTED DETECTIB WARNING SURFACE • < z O CONSTRUCT CURB RAMP TYPE PARALLEL A N ! IN & OUT MINI MART I in r � z Z E I 1 03- - CONSTRUCT -CURB- RAMP- TYP- E- PARAL-L-EL B P1 1 m I 0 CONSTRUCT CURB RAMP TYPE PERPENDICULAR A 1 1 j 1 O5 CONSTRUCT CURB RAMP TYPE SINGLE DIRECTION A 1 I I I rn M n • r a Z CENTRAL LUTHERAN CHURCH m 4 1 p © p 37 38 45 46 47 48 0 49 1 —I —I —I — —I —I —I —I —I —I —I —I —I— S. 16TH AVENUE 0 © 0 4 S. 16TH AVENUE 0 vo 4 , ® `t ca = lam, 0 / „ � i �' , ' 1 ____ m ce- i I I /� N \ FH ®I m Z C N —I 1 H H I rn . 1 1 m 1 - — op Citywide Safety Improvements /.�° °�.� City Of Yakima Project Eng: RKT Drawing Scales PLAN 2 � s ��`; Engineering Division 1 6th Avenue Drawn B RKT �`71 (j 9 9 y Horizontal = 1 " =40' Federal Aid No. HSIP- 000S(318) Sta. 23 +00 to \---",,,":"..... :` 129NodhSemndStreel Chkd. By: BHS Vertical = NONE Sta 49 +00 7 `�� " Yakima. Washingt DATE REVISION BY _ City of Yakima Project No 2343 1 ' % I I t I I ROOSEVELT ELEMENTARY SCHOOL (J) z ROOSEVELT pc i a z m -- -- -- -- -- -- -- -- -- 0 51 © 52 53 54 N. 16TH AVENUE 55 56 I —I —I —I -I 0 —I —I -I -I —I —I —I —I 0 4 t , r , at Ca (l I co C I N+nrwn i ' rin = ! 0 I ' IN-__ n 1 — e - i ___>.____I -- -�- - -I -- -I - - - —' z ( z I 1 C m C I W pu I 1 g. I I o I , _.. Z I rrnn a r+-1 V 1 1 EMENTARY SCHOOL C CRAFTERS BOUTIQUE .. ¢ g z rr FIDDLESTICK r^ 6 rn , i / z I C I ASPIN rii 5 I ',,.�i �KWAY ��� �� �� .' qtr, !0' C . — n 57 O 8 59 60 61 © 0 N. 16TH AVENUE 1 62 63 - —I —1 1 —I —1 —1 —I —1 —I —1 —I —1 —1 0 1 0 0 ►: 1 ,. INSTALL SURFACE MOUNTED DETECTIBLE WARNING SURFACE t 1 � ' 1 0 CONSTRUCTION NOTES A W;r \gym I Qom„ — 1 o \ 0 g E R S 3 "<x) - VA ' a 4, of WASH � '� 1O g � .��. �� -o OZEKI RESTAURANT e T ° ti I 0 CONSTRUCT CURB RAMP TYPE PARALLEL A ;-1 7 -11 ;�„ cr %,. I O CONSTRUCT CURB RAMP TYPE PARALLEL B z 4O CONSTRUCT CURB RAMP TYPE PERPENDICULAR A ( "' 1 ° A Rit; O w w I • i ( 5 CONSTRUCT CURB RAMP TYPE SINGLE DIRECTION A i / . C4.' ‘ 9 6' ST �� G ti ? O 1 o;; — ;�� City Of Yakima < Citywide Safety Improvements -e� Project Eng: RKT Drawing Scales PLAN 3 ` i ineerin 9 9 y En Division 16th Avenue Drawn B : RKT �` I Federal Aid No. HSIP- 000S(318) Horizontal = 1 " =40' Sta. 50 +50 to liw - .-' 129 North Second Street Chkd. By: BHS Vertical = NONE 7 I ` DATE REVISION BY ° Yakima, Washin on City of Yakima Project No. 2343 Sta. 63 +00 1 c 1 , 0 1 , ! 1 , 1 = 1 * ALBERTSONS i j m O r 1 -- — 9 P z I I — I f C * + i IN 1111M ASP L :g ______ ------- ______ p 1 CS ' 0 Cc a ' - 64 65 0 66 0 67 68 69 111 I —I —I —I —1 —I —I —1 —I —I —I —1 • p N.16TH AVENUE - C ,� 1 CONSTRUCTION NOTES 1 1 — O INSTALL SURFACE MOUNTED DETECTIBLE WARNING SURFACE a y O2 CONSTRUCT CURB RAMP TYPE PARALLEL A I — ° MILROY PARK O CONSTRUCT CURB RAMP TYPE PARALLEL B r ( 0 CONSTRUCT CURB RAMP TYPE PERPENDICULAR A 1 I rn O CONSTRUCT CURB RAMP TYPE SINGLE DIRECTION A . 1 v z ��e R y F � SAFELITE AUTOGLASS C ( n 1 y � ° ` � � �, , ' McDONALDS 1 ® ce — — — — — — — — • "SPNU7 `e , ,;.:t! 9407 ' +t R OISTER � E�� — — — 1 v� Z \,\ MT PATHWAY — — — — — _ - -- - - __ -- C CB O rrl 0 ■ 1 N.16TH AVENUE 0 70 71 72 73 74 75 -I —I —I - —I —I —1 —I —I —1 —I —I —I —I O 0 N.16TH AVENUE 1 ___ 0 - -- \ 4.4.„ ® -- -- -- -- C g? . (IA ' • N\ -T, m r CEI t! rrl ins. 1 RONS TACOS & BURGERS M ILROY PARK m Z I p - ; Citywide Safety Improvements � City Of Yakima Project Eng: RKT Drawing Scales PLAN 4 ':,71 Engineering Di vision 16th Avenue Dra B RKT g g y Horizontal = 1' -40 Sta. 64 +00 to a� •; 729 North Second Street Federal Aid No. HSIP OOOS(318) Chkd. By: BHS Vertical = NONE 7 DATE REVISION BY 7 `. i Yakima, Washington City of Yakima Project No. 2343 Sta. 75 +50 1 1 "sPn I I I' I Z I sP N 1 A L 1 I 1 I SUNDANCE CARWASH m \ o C Z 'HALT \\ ./ i T I, 1 rn • N. 16TH AVENUE 78 79 80 8 1 84 $5 –I —I —I —I —I —I —I —I —I VI —I —I — I 10.38 1 0 N.16TH AVENUE 0 0 0 - - \ 741 CB .0 ;It _ ® ! I ® CONSTRUCTION NOTES f ` N rm "uT z 0 INSTALL SURFACE MOUNTED DETECTIBLE WARNING SURFACE o C \+ \ ril 0 O CONSTRUCT CURB RAMP TYPE PARALLEL A 1 1 1 rn —1 m _ O CONS_T_RU_C_T_CURB _RAMP TY_P_E_P_ARALLELB I_ _ _ I 1 R' \� C 1 ( 0 CONSTRUCT CURB RAMP TYPE PERPENDICULAR A 1 m 1 m , I 1 I O CONSTRUCT CURB RAMP TYPE SINGLE DIRECTION A m 1 GOOD SAMARITAN NURSING HOME < E R Si), 3 "Co��y . < 8 J I "kr rr nn `` o f �as �i( rr, r a I r � - � Z - ›- m C li I'I C r ^r__ - t Z 39407 tp C C ° .t R ZGISTE S� �w - -1 -1 m m �SS I�NAL E � � m A k. -- I rrl / It AsMUT �euT I AspR ‘, 91 0 I 92 93 98 99 0 100 101 —1 —1 -1 -I -I -I -1 -I -1 -I -1 -I -1 N. 16TH AVENUE N. 16TH AVENUE a u, cn ASP, t 1 2 1 a 1 1 = 1 I 1 I I m 1 I Z 1 I 1 C 1 1 m 1 I I I 1 C itywide Safety Improvements P LAN City Of Yakima Project Eng: RKT Drawing Scales 5 �s ' iii 16th Avenu : �`• � Engineering ,29H�hSeCOnC51raE1 g Division Drawn B Federal Aid No. HSIP- 000S(318) By: RKT Horizontal = 1"= 40 Sta. 77 +50 to %, DATE REVISION BY Project N IN -. City o Y Proeco. 2343 Chkd B BHS Vertical = NONE 7 I / us ` � -' Yakima, Washin Sta. • CONSTRUCTION NOTES —r-I 70 I 1 03 E R Sti ..."--4-0"-‘4% C � of W�y F � 1O INSTALL SURFACE MOUNTED DETECTIBLE WARNING SURFACE —I 1 � A NC % -_ 1 0 CONSTRUCT CURB RAMP TYPE PARALLEL A 7- ELEVEN yAp ' °� m 0 CONSTRUCT CURB RAMP TYPE PARALLEL B y � % , ■ Fr = BUY HERE PAY HERE m � ` � - m 1 4O CONSTRUCT CURB RAMP TYPE PERPENDICULAR A pp h z ° +� 5 R£crsrenE° G`w� 0 CONSTRUCT CURB RAMP TYPE SINGLE DIRECTION A C SIONAL E� R I \\ ASP 1 — — — — ., •LF __ SIG SIG O "A: 51 ® -__ — _ 0 1 102 103 104 105 ° 106 107 108 — — I — I —I —I —I I —I — —I I —I —1 —I —1 —1 —1— N. 16TH AVENUE 0 p I CB - -__ - -- - - --- s i \ -9C SIC - - -g /40 - - - - • A S ° HµT „. '. ` ' - ASPHALT ASon AtT FRUITVALE TIRE CENTER WHITE PASS GARAGE 1 ' 1 DEPT. OF SOCIAL & HEALTH SERVICES I FRUIT PACKERS SUPPLY v) �� Z A vo mHA L7 ASgTALI ' 1 t A ALr , r \ 1 1 1 �•/ Z rTi �/ I -nom -- -- ,, -- -- 1 111 112 113 114 115 117 118 I —1 —I —I —1 —I —I —I —1 —I —I —I —I- 1 N. 16TH AVENUE N.16TH AVENUE o� A , o o- o 1 '` / , C ASPHALT - - SPNAI i _1 / / � � C � 1 a 1 I i 1 _< ,o / i I HOWARDS MEDICAL 1 0 cn / Z m ASPHALT CHEVRON 1 i rC C I I I 1 m o p, I itywide Safety Improvements Project En RKT Drawn By: Drawing Scales Horizontal = 1 " =40' PLAN Sta.102 �� City Of Yakima 1 6th Avenue B : RKT g +00 to 6 iiii� Engneering Division 129 NoIhSecoMStreel Federal Aid No. HSIP- 000S(318) Chkd. By: BHS Vertical = NONE 7 1 DATE REVISION BY `bwa. `�'' Yakima, Washngton City of Yakima Project No. 2343 Sta. 118 +50 1 '. t .. — b E SSt E R St yr • ..g E R s 3 ^'° E L D51 1 � � [` ��, a UV), 46 -_ - • wos1= u Evs \ ,, c" • 9 1. • • LOS, LIJ I I o VI i I , - v wo c 'u ,A; • z 2 EN31 Ns d' B A • A, a G'"Y " a C u Green lntlpe Dr • O • River Rd 2 _ 98�4�07� co''' ; 44. ,_ �S � V` Q Hll / roil ha CI Par4 I. 2 Madsen Ave 1 ENSI V 2 "aep I �NAL ¢ S EI1.. 3 v t F ' C < wJ51 kA mend • W -1St t 1(,tpr' £ e ° Farl m uu A w pr fechlel RR m h .7-. Namara Pre • WISt � 151 • N _ = C`• Sce" XIII Dr a+a " °° Sop o° Ile G°°__ m = I. 4 Mnortl Rd 0 _ Mertr Acre. Fad ) O >e`� Cm� �`D 2 2 Laurel Ste = a = m ° rrwNLe Blvd ' • S H 0 k Surtry In [7 r el 41st 5 FrulNds x W ()Once S1 i Y. _ , 9. D X44 v \ � P tl = " 9 2 Carr eN • c Ee r'` 3 p' Nan Re 4 Wlll Ow 51 W,ilow 5r 1 ‘e. • Sake s p tleslo W� Suck Or e j Modesto Ways r j , Swan Ave — 2 Swan Ave £5t a 6 M 5 ?' Slatlaa x 9 g Jerome Ave 2 Poplar 5l E E ,s' N • Y S1 N � r. i Z ? 2 2 Fdtbants PVe 2 • Fairbanks AVe • • • A ve• 1 + ! ' ��i E.t.a. Are Englewood Are Englewood Ave • Englewood Ave Chary Ave • LVn` w tl • M W DouVt art4 o <' • � • : 2 Kreg 6 . i e Deupyt Dr 4 • Roosevelt Avc S u\N � c n ` ^ 0 5\ L D ada Way 2 fi W •1y°" E Terrace Na is W Nn' e Z ° < — Yctlnl Ave u d ,•"` • - - Wry m • •^a L� 5 4vs,n1W Avc 2 1. W E \ nc • Pn[An St — 1 z >. RI., Re '''.1 Rd < Wrneltl Ave L n • 1 Md Y Yna A • °S` • a - E Chetlnul Ave ® 6 E AV E. 8 WLinrcln Ave P a l , < , 1 B • ,, ,"`° S E �+ uncdn a p +t • • w uncdn Ave Are • w Lm<dn Ave ��a s .• a E q , 3� U 1 tlt lY '� • 2 J• "Mton Ave e • k J lliaton AVe a ° " `J� • • • • N 9 ' < N T. °1,. z • a Bmenpoe Av z Pa m x < • el W • 4 m _ 3 y Way < 4t Villa naren war L s„ � <"e < 5 2 e • a ` • § Folsom Aye o Z W A5` e • • •n P'• ^ • z x Q Skyline Ave x ry 2 2 • • ~ 9 vt ° u` 4 � O Ynlnn Rd 2 z z x n 2 < B rowne AV. z < • • • .` WJ"e e5` KF. " • 2 v e x • : 6 2 2: • • ; ulNlav, Ave • • Summl Nlav Ave • • • • 2 •SUmmIN1eW Ave `. N _ ' 4 • • • • • • •E J NE ce5 \ N r 2 x O g • Sp'u 2 <on • anor S < ; Q J ' ark 8 a ge5r 2 ? j ; _ = e i = Barge 5l Z Barge St Park a x W y s d,•5\ • u ' c „ ... a,Fl W Ya41ma Ave Z z = 2 S' § ', W Yakima Ave W W V, t � r Ss r E High 51 W Chestnut AV• S ' Nlew Chestnut Ave a a \ • • W Cnesmui Ave - 'dent .1 W C Ave i t E c "SV • made • • ° 'L'1 Mecmp St yr 1� 0 4 E Ja • 5 E ger P iet < 5 a — f < e • a a ; \ N < • r < 0 " 9 c e5` 'i. p'nr 5` • f Aleer Sl H m N m g WWamul St ` N r < u _ E N — W Walnut St a o 2 franklm •W Sp,e W Erdls _ lipc•5e m o, H N Q Mamoru h lei Fart P+ E E Adams 51 3 . 1,ee TrailTrailDr n < Trtton Dr • m < c • Or • St 1 Av e m vaunt Ave West i • Trion Dr E • • • E. • < a' •r• • . — 6 i • Division •am .c • Valley 2 • • • • < • N » Sheito " 't • E P W 051188 N � Mae.. N h < ^ h < rf N N • % Peach St • n — Ra,n,er St n 4 E 1 ,,et £ n • 5,,,..4 Av £ m Maelaren • St < • n < < pa It m Bntid war 5l Keens Sl " %LasIDlr St t^ W Arlington St WAnmpl°n St WAntnpton at P aLL l , 1* ` W Arlington St< np1en 51 < m WAIWpton SI • EAnington St Ei t m u _ ▪ in • n =. • nl „ Lists Oa Ba4er 4t u O o • < E 8w a Dann Ave JO Stewart St ° 86.1180150. m 4 .1 SI'n m w m • E „ • Dalton Ln • • • • • • • x • • • H • R ante Rd • H • • t • — Hamm Ave a 8wl 7. W Pvaten Ave n W Pratch Ave W P rawn Av e Wilton Ln .£. `m • • Clinton Way < i n - - E , Storm Ave < < h m „ 5 Gant St • °� m v S ; 6 d ]At'e • Cxol AVE: y, N m et • • m y dry < < Bone/ Ln <W Viola �n W V id aAre e• 5 W Ave AVe • < 5 r n 0,4 a • v N L{la Ave ,„5...„.. < < • v' — y i vi Senesce, Ln Y c\` < Gregory Ave e v £ < ' � Tennant In m R`1,1A11 Lo 5 Y < ` .z WLCpa Ave $ < — WLogan Ave _ ` < na LA £ 5 • L» to § S n - r. m y 1 r i rd Lm01 Ln 08 s - W Plata Ave N O < <' o of • 1 y1ratl.rr e • _ LEGEND y 0 N e e < < VS H,np S\ c Yl Stead Ave • 4 W Mein Ave • E laud Ave < e (red < < S • < W Ss 51 H ° 'e Kissel 1.t�. \ < fi E. ut • -Intersection with Signal Head Replacement y P .e a _ 1e ' WI{illg ,^ ., H • Y /Nln St m J ` w + tlae LOpv £° < p 2 E loop St I .nest aroma Ave m N < • • W p,nce 51 E Pler ce 5t terry Ave • Ar of ADA Improvements W W arn, n Part' SI Boa ° "y p.,,, st D ` Pm Arr • < v» 'tune Sr a • f o • < E Sao... Si a Ynla F. • $ < - Russell 1.11 J n <re ^ Manor Way W • Framon151 %'! W Washington Ar• •. .,. .. Spring Creed Re V Soure'es: Esri, DeLorme, NAVT Q;IUSGSrlrRermap, iPC,1NRCAN, Esri Japan, METI, Esri China (Honb Kong), Esridatolia,,nd1;TomTom, 2013 1 Citywide Safety Improvements Project En RKT Drawin Scales SIGNAL HEAD PLAN 7 ^>P City Of Yakima 1 9 g D rawn B RKT - �,` Engineering Division 16th Avenue y: Horizontal = N.T.S. Upgrade Locations '; 'v� Federal Aid No. HSIP- 000S(318) 7 129 North Second 5:ree _ Chkd, By: BHS Vertical - NONE DATE REVISION BY Yak,n,e Washogt City of Yakima Project No. 2343