Loading...
HomeMy WebLinkAboutR-2014-084 Safety Corridor Project - Nob Hill Blvd - 1st St. Agreement with Columbia Asphalt & Gravel, Inc.G MI Gl,E2K - oRiGMAL,s City of Yakima Engineering Division Corridor Safety Project 1st Street and Nob Hill Blvd. Construction Contract Specifications & Bid Documents City Project Number 2357 Federal Aid No. POMVIP-000S(369) 129 North Second Street Yakima, WA 98901 Phone (509) 575-6111 Fax (509) 576-6305 March 2015 NM M IMI1 N 11111 N M 1 1 M MN = N EN M BID SUMMARY Corridor Safety Project - 1st Street and Nob Hill Blvd. FEDERAL AID NO POMVIP-000S(369) CITY PROJECT NO. 2357 ENGINEERS ESTIMATE COLUMBIA ASPHALT & GRAVEL, INC. Yakima, WA MORENO & NELSON CONSTRUCTION, INC. Walla Walla, WA TRANSPORTATION SYSTEMS, INC. Sumner, WA ALLSTAR CONSTRUCTION GROUP INC. Richland, WA ITEM Bid Security _ 5% BID BOND 5% BID BOND 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 $500.00 $500.00 550.00 $50.00 $3,500.00 53,500.00 51,980.00 $1,980.00 2 MOBILIZATION 1 LS 519,124.40 $19,124.40 522,400.00 522,400.00 $30,000.00 _ $30,000.00 $33,000.00 533,000.00 $39,786.00 $39,786.00 3 PROJECT TEMPORARY TRAFFIC CONTROL 1 LS 521,000.00 $21,000.00 $21,600.00 521,600.00 $30,000.00 $30,000.00 $39,300.00 539,300.00 $22,868.00 522,868.00 4 REMOVING CEMENT CONCRETE SIDEWALK 81 SY $30.00 52,430.00 $55.00 $4,455.00 $75.00 56,075.00 $81.00 $6,561.00 $35.45 $2,871 45 5 REMOVING CEMENT CONCRETE CURB 260 LF $6.00 51,560.00 $10.00 52,600.00 $6.50 $1,690.00 $15.00 $3,900.00 $10 79 $2,805.40 6 SAWCUT 270 LF $3.00 $810.00 $7.00 51,890.00 $5.50 $1,485.00 $7.50 $2,025.00 $15.75 $4,252.50 7 ROADWAY EXCAVATION INCL. HAUL 5 CY $130.00 $650.00 5245.00 . 51,225.00 $220.00 51,100.00 $400.00 $2,000.00 $605.61 $3,028.05 8 HMA CL 1/2" PG 64-28 9 TON $400.00 $3,600.00 5800.00 $7,200.00 $690.00 56,210.00 $800.00 $7,200.00 $1,259.06 $11,331.54 9 CEMENT CONCRETE TRAFFIC CURB & GUTTER 192 LF 533.00 56,336.00 $35.00 $6,720.00 553.00 510,176.00 $40.00 57,680.00 $40.36 $7,749.12 10 EXTRUDED CURB - TYPE 6 577 LF $28.00 $16,156.00 535.00 520,195.00 $18.00 $10,386.00 $35.00 $20,195.00 519.65 $11,338.05 11 CEMENT CONCRETE PEDESTRIAN CURB 158 LF $24.00 $3,792.00 $35.00 55,530.00 530.00 $4,740.00 538.00 $6,004.00 $32.47 $5,130.26 12 RECONSTRUCT COMM. DRIVEWAY APPROACH 1 EA $5,500.00 $5,500.00 $15,000.00 $15,000.00 $4,550.00 $4,550.00 58,900.00 58,900.00 $17,542.00 $17,542.00 13 CEMENT CONCRETE SIDEWALK - 6 INCH THICK 10 SY $80.00 5800.00 $170.00 $1,700.00 590.00 5900.00 $150.00 51,500.00 $212.42 $2,124.20 14 CEMENT CONC. CURB RAMP TYPE PARALLEL A 8 EA 51,300.00 $10,400.00 51,800.00 514,400.00 $1,800.00 $14,400.00 52,100.00 $16,800.00 51,510.56 $12,08448 15 CEMENT CONC. CURB RAMP TYPE SINGLE DIRECTION A 6 EA $1,350.00 $8,100.00 $1,600.00 $9,600.00 51,700.00 $10,200.00 51,900.00 $11,400.00 $1,770.71 510,624.26 16 CEMENT CONC. CURB RAMP TYPE PERPENDICULAR 4 SF 51,300.00 $5,200.00 $1,800.00 57,200.00 52,100.00 58,400.00 $2,000.00 $8,000.00 $1,164.12 $4,656.48 17 ADJUST JUNCTION BOX 5 EA $300.00 $1,500.00 $255.00 51,275.00 5120.00 $600.00 5250.00 $1,250.00 $292.69 51,463.45 18 REMOVE AND REPLACE SIGNAL HEAD 14 EA 51,400.00 $19,600.00 51,185.00 516,590.00 51,500.00 $21,000.00 51,000.00 514,000.00 52,067.52 $28,945.28 19 LED LUMINAIRE HEAD 30 EA 5575.00 $17,250.00 5600.00 $18,000.00 $650.00 $19,500.00 5595.00 $17,850.00 $698.88 $20,966.40 20 COUNTDOWN PEDESTRIAN SIGNAL HEAD 154 EA $600.00 592,400.00 $585.00. 590,090.00 $630.00 $97,020.00 $550.00 $84,700.00 $495.04 $76,236.16 21 RADAR SPEED DISPLAY SIGN 4 EA $8,500.00 $34,000.00 $8,030.00 $32,120.00 $8,035.00 532,140.00 $7,876.00 $31,504.00 512,147.89 $48,591.56 22 REPAIR OR REPLACEMENT 1 FA $5,000.00 $5,000.00 55,000.00 $5,000.00 55,000.00 55,000.00 $5,000.00 55,000.00 55,000.00 55,000.00 TOTALS $275,708.40 $305,290.00 $315,622.00 $332,269.00 5341,374.64 CITY ENGINEERS REPORT -*"`n, CITY OF YAKIMA COMPETITIVE BIDS WERE OPENED ON APRIL 16TH, 2015.7.1" Y 4 p ALL BIDS HAVE BEEN REVIEWED BY THIS OFFICE. ' Corridor Safety Proiect I RECOMMEND THE CONTRACT BE AWARDED T0:4 ; i y •$ AWARD MADE BY CITY MANAGER 1st Street and Nob Hill Blvd. Columbia Asphalt & Gravel, Inc. 'LI. Q1 •/5 I& _ A 0 ( 0 N' ;, .+ • <<>� � 'sb FED. AID NO. CITY PROJECT NO 2357 POMVIP-0005(369) DATE. April 17th, 2015 Of ��(�� `i , FILE. 1st Nob Corr Safety BidSum.pub DATE CITY ENGINEER h-?94tAr. • DA i E CI e R '`` -' SHEET 1 of 1 DEPARTMENT OF UTILITES AND ENGINEERING Debbie Cook, PE, Director Engineering Division 129 North Second Street Yakima, Washington 98901 (509) 575-6111 • Fax (509) 576-6305 ADDENDUM NO. 1 TO THE BID DOCUMENTS AND SPECIFICATIONS FOR THE CITY OF YAKIMA, WA For: Corridor Safety Project - 1St Street and Nob Hill Blvd. City Project Number 2357 Federal Aid No. POMVIP-000S(369) Bid Opening Thursday, April 16th, 2015, 2:00 pm - City Hall Council Chambers TO THE ATTENTION OF ALL BIDDERS AND PLAN HOLDERS: The Construction Contract Specifications and Bid Documents shall be modified as follows: ITEM 1. Federal Wage Rates: Replace the Federal Wage Rates with those attached dated 04-03-2015. This ADDENDUM is to be considered as much a part of the contract provisions as if it were included I the body of the Plans and Specifications All Bidders shall acknowledge receipt of the ADDENDUM on the proposal from prior to bid opening APPROVED. iefy Brett H Sheffield, P E. - Engineer END OF ADDENDUM NO. 1 Date Addendum #1 1 Corridor Safety Project #2357 4/09/2015 1 1 City of Yakima City of Yakima Corridor Safety Project Nob Hill Boulevard & 1st Street / Main 1 Federal Aid No. POMVIP-000S(369) 1 City Project No. 2357 1 1 1 1 1 1 1 1 1 City of Yakima Corridor Safety Project # 2357 1 1 March 2015 City of Yakima Corridor Safety Project # 2357 2 CITY OF YAKIMA City of Yakima Corridor Safety Project Nob Hill Boulevard & 1st Street / Main Federal Aid No. POMVIP-000S (369) City Project No. 2357 INVITATION TO BID INTRODUCTION CONTENTS AMENDMENTS TO THE STANDARD SPECIFICATIONS 7 9 Section 1-01, Definitions and Terms 9 Section 1-02, Bid Procedures and Conditions 9 Section 1-03, Award and Execution of Contract 9 Section 1-04, Scope of the Work 10 Section 1-05, Control of Work 14 Section 1-07, Legal Relations and Responsibilities to the Public 15 Section 1-10, Temporary Traffic Control 17 Section 2-01, Clearing, Grubbing, and Roadside Cleanup 21 Section 2-02, Removal of Structures and Obstructions 21 Section 2-03, Roadway Excavation and Embankment 23 Section 3-04, Acceptance of Aggregate 23 Section 5-04, Hot Mix Asphalt 23 Section 6-02, Concrete Structures 26 Section 8-01, Erosion Control and Water Pollution Control 42 Section 8-02, Roadside Restoration 47 Section 8-04, Curbs, Gutters, and Spillways 49 Section 8-20, Illumination, Traffic Signal Systems, Intelligent Transportation Systems, and Electrical 49 Section 8-23, Temporary Pavement Markings 51 Section 9-03, Aggregates 54 Section 9-14, Erosion Control and Roadside Planting 55 Section 9-29, Illumination, Signal, Electrical 57 Section 9-34, Pavement Marking Material 59 Section 9-35, Temporary Traffic Control Materials 60 City of Yakima Corridor Safety Project # 2357 3 SPECIAL PROVISIONS DIVISION 1 GENERAL REQUIREMENTS DESCRIPTION OF WORK 62 BID PROCEDURES AND CONDITIONS 64 Preparation of Proposal 65 Delivery of Proposal 66 Public Opening of Proposals 66 CONTROL OF WORK 70 Conformity With And Deviations From Plans And Stakes 70 CONTROL OF MATERIAL 73 Buy America 73 Laws To Be Observed 74 Wages 76 Requirements For Nondiscrimination 76 Disadvantaged Business Enterprise Participation 76 Required Federal Aid Provisions 95 Utilities and Similar Facilities 95 Public Liability And Property Damage Insurance 96 Public Convenience and Safety 98 Construction Under Traffic 98 PROSECUTION AND PROGRESS 100 MEASUREMENT AND PAYMENT 105 Retainage 105 TEMPORARY TRAFFIC CONTROL 107 DIVISION 2 EARTHWORK CLEARING, GRUBBING, AND ROADSIDE CLEANUP 107 WATERING 109 DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS HOT MIX ASPHALT 110 City of Yakima Corridor Safety Project # 2357 4 DIVISION 8 MISCELLANEOUS CONSTRUCTION Construction Requirements 112 ROADSIDE RESTORATION 112 CEMENT CONCRETE SIDEWALKS 113 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, INTELLIGENT TRANSPORTATION SYSTEMS, AND ELECTRICAL 114 Materials 115 AGGREGATES DIVISION 9 MATERIALS ILLUMINATION, SIGNALS, ELECTRICAL STANDARD PLANS City of Yakima Corridor Safety Project # 2357 5 118 118 120 City of Yakima Corridor Safety Project # 2357 6 INVITATION TO B/D 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 April 16, 2015 and will then and there be opened and publicly read for the construction of CITY OF YAKIMA Corridor Safety Project — 1st Street & Nob Hill Blvd. City Project No. 2357 Federal Aid No. POMVIP-000S(369) This project provides for safety improvements along the 1st Street and Nob Hill Blvd. corridors in Yakima. Work includes installing ADA compliant ramps at some intersections, upgrading pedestrian crossing signals, upgrading traffic signals, installing curbing for traffic control, upgrading street lighting, installation of radar speed display signs and other work all to be constructed in accordance with the plans and specifications as prepared by the City Engineer of the City of Yakima. All bid proposals shall be accompanied by a bid proposal deposit in cash, certified check, cashier's check or surety bond in an amount equal to five percent (5%) of the amount of such bid proposal Should the successful bidder fail to enter into such contract and furnish satisfactory performance bond within the time stated in the specifications, the bid proposal deposit shall be forfeited to the City of Yakima Complete digital project Bidding Documents are available at www questcdn com You may download the digital plan documents for $20.00 by inputting Quest project # 3804739 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), 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 Informational copies of maps, plans, and specifications are on file for inspection in the Office of the City Engineer of Yakima in Yakima, Washington. The City of Yakima in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C. 2000d to 2000-4 and Title 49, Code of Federal Regulations, Department of Transportation, subtitle A, Office of the Secretary, Part 21, nondiscrimination in federally assisted programs of the Department of Transportation issued pursuant to such Act, hereby notifies all bidders that it will affirmatively insure that in any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color or national origin in consideration for an award. The City reserves the right to reject any or all bids and proposals. DATED this 26th day of March, 2015 PUBLISH: March 26th, 2015 April 2nd, 2015 City of Yakima Corridor Safety Project # 2357 7 City of Yakima Corridor Safety Project # 2357 8 STANDARD SPECIFICATIONS Standard Specifications Amendments to the 2014 Standard Specifications INTRODUCTION The following Amendments and Special Provisions shall be used in conjunction with the 2014 Standard Specifications for Road, Bridge, and Municipal Construction. AMENDMENTS TO THE STANDARD SPECIFICATIONS The following Amendments to the Standard Specifications are made a part of this contract and supersede any conflicting provisions of the Standard Specifications For informational purposes, the date following each Amendment title indicates the implementation date of the Amendment or the latest date of revision. Each Amendment contains all current revisions to the applicable section of the Standard Specifications and may include references which do not apply to this particular project. Section 1-01, Definitions and Terms August 4, 2014 1-01.3 Definitions The definition for "Engineer" is revised to read: The Contracting Agency's representative who directly supervises the engineering and administration of a construction Contract. The definition for "Inspector" is revised to read: The Engineer's representative who inspects Contract performance in detail. The definition for "Project Engineer" is revised to read: Same as Engineer. The definition for "Working Drawings" is revised to read: Drawings, plans, diagrams, or any other supplementary data or calculations, including a schedule of submittal dates for Working Drawings where specified, which the Contractor must submit to the Engineer. Section 1-02, Bid Procedures and Conditions April 7, 2014 1-02.8(1) Noncollusion Declaration The third paragraph is revised to read: Therefore, by including the Non -collusion Declaration as part of the signed bid Proposal, the Bidder is deemed to have certified and agreed to the requirements of the Declaration. Section 1-03, Award and Execution of Contract January 5, 2015 1-03.3 Execution of Contract The first paragraph is revised to read: City of Yakima Corridor Safety Project # 2357 9 Within 20 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, and shall be registered as a contractor in the state of Washington. 1-03.4 Contract Bond The last word of item 3 is deleted. Item 4 is renumbered to 5 The following is inserted after item 3 (after the preceding Amendments are applied) 4. Be conditioned upon the payment of taxes, increases, and penalties incurred on the project under titles 50, 51, and 82 RCW; and 1-03.5 Failure to Execute Contract The first sentence is revised to read: Failure to return the insurance certification and bond with the signed Contract as required in Section 1-03.3, or failure to provide Disadvantaged, Minority or Women's Business Enterprise information if required in the Contract, or failure or refusal to sign the Contract, or failure to register as a contractor in the state of Washington shall result in forfeiture of the proposal bond or deposit of this Bidder Section 1-04, Scope of the Work August 4, 2014 1-04.4 Changes In the third paragraph, item number 1 and 2 are revised to read: A. When the character of the Work as altered differs materially in kind or nature from that involved or included in the original proposed construction; or B. When an item of Work, as defined elsewhere in the Contract, is increased in excess of 125 percent or decreased below 75 percent of the original Contract quantity. For the purpose of this Section, an item of Work will be defined as any item that qualifies for adjustment under the provisions of Section 1-04.6. The last two paragraphs are deleted This section is supplemented with the following new subsections 1-04.4(2) Value Engineering Change Proposal (VECP) 1-04.4(2)A General A VECP is a Contractor proposed change to the Contract Provisions which will accomplish the projects functional requirements in a manner that is equal to or better than the requirements in the Contract. The VECP may be: (1) at a less cost or time, or (2) either no cost savings or a minor increase in cost with a reduction in Contract time. The net savings or added costs to the Contract Work are shared by the Contractor and Contracting Agency. The Contractor may submit a VECP for changing the Plans, Specifications, or other requirements of the Contract. The Engineer's decision to accept or reject all or part City of Yakima Corridor Safety Project # 2357 10 of the proposal is final and not subject to arbitration under the arbitration clause or otherwise subject to litigation. The VECP shall meet all of the following: 1. Not adversely affect the long term life cycle costs. 2. Not adversely impact the ability to perform maintenance. 3. Provide the required safety and appearance. 4. Provide substitution for deleted or reduced Disadvantaged Business Enterprise Condition of Award Work, Apprentice Utilization and Training. VECPs that provide a time reduction shall meet the following requirements: 1 Time saving is a direct result of the VECP. 2. Liquidated damages penalties are not used to calculate savings. 3. Administrative/overhead cost savings experienced by either the Contractor or Contracting Agency as a result of time reduction accrue to each party and are not used to calculate savings. 1-04.4(2)B VECP Savings 1-04.4(2)B1 Proposal Savings The incentive payment to the Contractor shall be one-half of the net savings of the proposal calculated as follows: 1 (gross cost of deleted work) — (gross cost of added work) = (gross savings) 2 (gross savings) — (Contractor's engineering costs) — (Contracting Agency's costs) = (net savings) 3. (net savings) / 2 = (incentive pay) The Contracting Agency's costs shall be the actual consultant costs billed to the Contracting Agency and in-house costs. Costs for personnel assigned to the Engineer's office shall not be included 1-04.4(2)62 Added Costs to Achieve Time Savings The cost to achieve the time savings shall be calculated as follows. 1. (cost of added work) + (Contractor's engineering costs - Contracting Agency's engineering costs) = (cost to achieve time savings) 2. (cost to achieve time savings) / 2 = (Contracting Agency's share of added cost) If the timesaving proposal also involves deleting work and, as a result, creates a savings for the Contracting Agency, then the Contractor shall also receive one-half of the savings realized through the deletion City of Yakima Corridor Safety Project # 2357 11 1-04.4(2)C VECP Approval 1-04.4(2)C1 Concept Approval The Contractor shall submit a written proposal to the Engineer for consideration The proposal shall contain the following information 1. An explanation outlining the benefit provided by the change(s). 2 A narrative description of the proposed change(s) If applicable, the discussion shall include a demonstration of functional equivalency or a description of how the proposal meets the original contract scope of work. 3 A cost discussion estimating any net savings Savings estimates will generally follow the outline below under the section, "Proposal Savings". 4 A statement providing the Contracting Agency with the right to use all or any part of the proposal on future projects without future obligation or compensation. 5. A statement acknowledging and agreeing that the Engineer's decision to accept or reject all or part of the proposal is final and not subject to arbitration under the arbitration clause or otherwise be subject to claims or disputes. 6. A statement giving the dates the Engineer must make a decision to accept or reject the conceptual proposal, the date that approval to proceed must be received, and the date the work must begin in order to not delay the contract. If the Contracting Agency does not approve the VECP by the date specified by the Contractor in their proposal the VECP will be deemed rejected. 7. The submittal will include an analysis on other Work that may have costs that changed as a result of the VECP Traffic control and erosion control shall both be included in addition to any other impacted Work. After review of the proposal, the Engineer will respond in writing with acceptance or rejection of the concept. This acceptance shall not be construed as authority to proceed with any change contract work. Concept approval allows the Contractor to proceed with the Work needed to develop final plans and other information to receive formal approval and to support preparation of a change order 1-04.4(2)C2 Formal Approval The Contractor's submittal to the Engineer for formal approval shall include the following: 1 Deleted Work — Include the calculated quantities of unit price Work to be deleted Include the proposed partial prices for portions of lump sum Work deleted For deletion of force account items include the time and material estimates 2 Added Work — Include the calculated quantities of unit price Work to be added, either by original unit Contract prices or by new, negotiated unit City of Yakima Corridor Safety Project # 2357 12 prices. For new items of Work include the quantities and proposed prices. 3. Contractor's Engineering Costs — Submit the labor costs for the engineering to develop the proposal; costs for Contractor employees utilized in contract operations on a regular basis shall not be included. 4. Schedule Analysis — If the VECP is related to time savings, the Contractor shall submit a partial progress schedule showing the changed Work. The submittal shall also include a discussion comparing the partial progress schedule with the approved progress schedule for the project. 5. Working Drawings — Type 3 Working Drawings shall be submitted; those drawings which require engineering shall be a Type 3E. Formal approval of the proposal will be documented by issuance of a change order The VECP change order will contain the following statements which the Contractor agrees to by signing the change order: 1. The Contractor accepts design risk of all features, both temporary and permanent, of the changed Work. 2. The Contractor accepts risk of constructability of the changed Work. 3. The Contractor provides the Contracting Agency with the right to use all or any part of the proposal on future projects without further obligation or compensation. VECP change orders will contain separate pay items for the items that are applicable to the Proposal. These are as follows: 1. Deleted Work. 2. Added Work. 3. The Contractor's engineering costs, reimbursed at 100 percent of the Contractor's cost. 4. Incentive payment to the Contractor. When added Work costs exceed Deleted Work costs, but time savings make a viable proposal, then items 3 and 4 above are replaced with the following: 3. The Contracting Agency's share of added cost to achieve time savings. 4 The Contractor's share of savings from deleted Work. 1-04.4(2)C3 Authority to Proceed with Changed Work The authority for the Contractor to proceed with the VECP Work will be provided by one of the following options: 1. Execution of the VECP change order, or City of Yakima Corridor Safety Project # 2357 13 2. At the Contractor's request the Contracting Agency may provide approval by letter from the Engineer for the Work to proceed prior to execution of a change order. All of the risk for proceeding with the VECP shall be the responsibility of the Contractor. Additionally, the following criteria are required to have been met: a) Concept approval has been granted by the Contracting Agency b) All design reviews and approvals have been completed, including plans and specifications c) The Contractor has guaranteed, in writing, the minimum savings to the Contracting Agency. Section 1-05, Control of Work August 4, 2014 1-05.1 Authority of the Engineer In this section, "Project Engineer" is revised to read "Engineer" The second paragraph (up until the colon) is revised to read: The Engineer's decisions will be final on all questions including the following: The first sentence in the third paragraph is revised to read: The Engineer represents the Contracting Agency with full authority to enforce Contract requirements. 1-05.2 Authority of Assistants and Inspectors The first paragraph is revised to read: The Engineer may appoint assistants and Inspectors to assist in determining that the Work and materials meet the Contract requirements. Assistants and Inspectors have the authority to reject defective material and suspend Work that is being done improperly, subject to the final decisions of the Engineer In the third paragraph, "Project Engineer" is revised to read "Engineer". 1-05.3 Plans and Working Drawings This section's title is revised to read Working Drawings This section is revised to read The Contract may require the Contractor to submit Working Drawings for the performance of the Work Working Drawings shall be submitted by the Contractor electronically to the Engineer in PDF format; drawing details shall be prepared in accordance with conventional detailing practices. If the PDF format is found to be unacceptable, at the request of the Engineer, the Contractor shall provide paper copies of the Working Drawings with drawings on 11 by 17 inch sheets and calculations/text on 81/2 by 11 inch sheets Working Drawings will be classified under the following categories: City of Yakima Corridor Safety Project # 2357 14 1. Type 1 — Submitted for Contracting Agency information. Submittal must be received by the Contracting Agency a minimum of 7 calendar days before work represented by the submittal begins. 2. Type 2 — Submitted for Contracting Agency review and comment. Unless otherwise stated in the Contract, the Engineer will require up to 20 calendar days from the date the Working Drawing is received until it is returned to the Contractor. The Contractor shall not proceed with the Work represented by the Working Drawing until comments from the Engineer have been addressed. 3. Type 2E — Same as a Type 2 Working Drawing with Engineering as described below 4 Type 3 — Submitted for Contracting Agency review and approval. Unless otherwise stated in the Contract, the Engineer will require up to 30 calendar days from the date the Working Drawing is received until it is returned to the Contractor. The Contractor shall obtain the Engineer's written approval before proceeding with the Work represented by the Working Drawing 5 Type 3E — Same as a Type 3 Working Drawing with Engineering as described below All Working Drawings shall be considered Type 3 Working Drawings except as specifically noted otherwise in the Contract. Unless designated otherwise by the Contractor, submittals of Working Drawings will be reviewed in the order they are received by the Engineer In the event that several Working Drawings are received simultaneously, the Contractor shall specify the sequence in which they are to be reviewed. If the Contractor does not submit a review sequence for simultaneous Working Drawing submittals, the review sequence will be at the Engineer's discretion. Working Drawings requiring Engineering, Type 2E and 3E, shall be prepared by (or under the direction of) a Professional Engineer, licensed under Title 18 RCW, State of Washington, and in accordance with WAC 196-23-020. Design calculations shall carry the Professional Engineer's signature and seal, date of signature, and registration number on the cover page. The cover page shall also include the Contract number, Contract title and sequential index to calculation page numbers. If more than the specified number of days is required for the Engineer's review of any individual Working Drawing or resubmittal, an extension of time will be considered in accordance with Section 1-08.8. Review or approval of Working Drawings shall neither confer upon the Contracting Agency nor relieve the Contractor of any responsibility for the accuracy of the drawings or their conformity with the Contract. The Contractor shall bear all risk and all costs of any Work delays caused by rejection or nonapproval of Working Drawings. Unit Bid prices shall cover all costs of Working Drawings. Section 1-07, Legal Relations and Responsibilities to the Public January 5, 2015 1-07.2 State Taxes This section is revised to read: City of Yakima Corridor Safety Project # 2357 15 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 Contracting Agency will not adjust its payment if the Contractor bases a Bid on a misunderstood tax liability The Contracting Agency may deduct from its payments to the Contractor, retainage or lien the bond, in the amount the Contractor owes the State Department of Revenue, whether the amount owed relates to the Contract in question or not. Any amount so deducted will be paid into the proper State fund on the contractor's behalf. For additional information on tax rates and application refer to applicable RCWs, WACs or the Department of Revenue's website 1-07.2(1) State Sales Tax: Work Performed on City, County, or Federally -Owned Land This section including title is revised to read. 1-07.2(1) State Sales Tax: WAC 458-20-171 — Use Tax For Work designated as Rule 171, Use Tax, the Contractor shall include for compensation the amount of any taxes paid in the various unit Bid prices or other Contract amounts Typically, these taxes are collected on materials incorporated into the project and items such as the purchase or rental of; tools, machinery, equipment, or consumable supplies not integrated into the project. The Summary of Quantities in the Contract Plans identifies those parts of the project that are subject to Use Tax under Section 1-07.2(1) 1-07.2(2) State Sales Tax: Work on State -Owned or Private Land This section including title is revised to read: 1-07.2(2) State Sales Tax: WAC 458-20-170 — Retail Sales Tax For Work designated as Rule 170, Retail Sales Tax, the Contractor shall collect from the Contracting Agency, Retail Sales Tax on the full Contract price The Contracting Agency will automatically add this Retail Sales Tax to each payment to the Contractor and for this reason, the Contractor shall not include the Retail Sales Tax in the unit Bid prices or in any other Contract amount. However, the Contracting Agency will not provide additional compensation to the Prime Contractor or Subcontractor for Retail Sales Taxes paid by the Contractor in addition to the Retail Sales Tax on the total contract amount. Typically, these taxes are collected on items such as 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 prices or in any other Contract amounts. The Summary of Quantities in the Contract Plans identifies those parts of the project that are subject to Retail Sales Tax under Section 1-07.2(2) 1-07.2(3) Services This section is revised to read Any contract wholly for professional or other applicable services is generally not subject to Retail Sales Tax and therefore the Contractor shall not collect Retail Sales Tax from the Contracting Agency on those Contracts. Any incidental taxes paid as part of providing the services shall be included in the payments under the contract. 1-07.23(1) Construction Under Traffic In the second paragraph, the following new sentence is inserted after the second sentence: City of Yakima Corridor Safety Project # 2357 16 1 1 Accessibility to existing or temporary pedestrian push buttons shall not be impaired. Section 1-09, Measurement and Payment January 5, 2015 1-09.6 Force Account In the third paragraph of item number 3, the last sentence is revised to read: In the event that prior quotations are not obtained and the vendor is not 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 1-10, Temporary Traffic Control August 4, 2014 1-10.1(1) Materials The following material reference is deleted from this section: Barrier Drums 9-35.8 1-10.1(2) Description The first paragraph is revised to read: The Contractor shall provide flaggers, and all other personnel required for labor for traffic control activities and not otherwise specified as being furnished by the Contracting Agency. 1-10.2(1) General In the third paragraph, the first two sentences are revised to read: The primary and alternate TCS shall be certified by one of the organizations listed in the Special Provisions. Possession of a current Washington State TCS card and flagging card by the primary and alternate TCS is mandatory. 1-10.2(1)B Traffic Control Supervisor The first paragraph is revised to read: A Traffic Control Supervisor (TCS) shall be present on the project whenever flagging or other traffic control labor is being utilized or less frequently, as authorized by the Engineer. The last paragraph is revised to read: The TCS may perform the Work described in Section 1-10.3(1)A Flaggers or in Section 1-10.3(1)B Other Traffic Control Labor and be compensated under those Bid items, provided that the duties of the TCS are accomplished. City of Yakima Corridor Safety Project # 2357 17 1-10.2(2) Traffic Control Plans The first paragraph is revised to read The traffic control plan or plans appearing in the Contract documents show a method of handling vehicle, bicycle, and pedestrian traffic. All construction signs, flaggers, and other traffic control devices are shown on the traffic control plan(s) except for emergency situations. If the Contractor proposes adding the use of flaggers to a plan, this will constitute a modification requiring approval by the Engineer The modified plans shall show locations for all the required advance warning signs and a safe, protected location for the flagging station If flagging is to be performed during hours of darkness, the plan shall include appropriate illumination for the flagging station. In the second paragraph, the second sentence is revised to read - Any Contractor -proposed modification, supplement or replacement shall show the necessary construction signs, flaggers, and other traffic control devices required to support the Work. 1-10.2(3) Conformance to Established Standards In the second paragraph, the second sentence is revised to read: The National Cooperative Highway Research Project (NCHRP) Report 350 and the AASHTO Manual for Assessing Safety Hardware (MASH) have established requirements for crash testing In the third paragraph, "NCHRP 350" is revised to read "NCHRP 350 or MASH" In the fourth paragraph, "NCHRP 350" is revised to read "NCHRP 350 or MASH". In the fifth paragraph, "NCHRP 350" is revised to read "NCHRP 350 or MASH" 1-10.3(1) Traffic Control Labor The first paragraph is revised to read The Contractor shall furnish all personnel for flagging, for the execution of all procedures related to temporary traffic control and for 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. 1-10.3(1)A Flaggers and Spotters This section's title is revised to read: Flaggers The first paragraph is revised to read Flaggers shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer All flaggers shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho The flagging card shall be immediately available and shown to the Contracting Agency upon request. The last paragraph is deleted. 1-10.3(1)B Other Traffic Control Labor This section is revised to read. City of Yakima Corridor Safety Project # 2357 18 1 In addition to flagging duties, the Contractor shall provide personnel for all other traffic control procedures required by the construction operations and for the labor to install, maintain and remove any traffic control devices shown on Traffic Control Plans. 1-10.3(3)B Sequential Arrow Signs This section is supplemented with the following: A sequential arrow sign is required for all lane closure tapers on a multilane facility. A separate sequential arrow sign shall be used for each closed lane. The arrow sign shall not be used to laterally shift traffic. When used in the caution mode, the four corner mode shall be used. 1-10.3(3)C Portable Changeable Message Signs This section is revised to read: Where shown on an approved traffic control plan or where ordered by the Engineer, the Contractor shall provide, operate, and maintain portable changeable message signs (PCMS). A PCMS shall be placed behind a barrier or guardrail whenever possible, but shall at a minimum provide 4 ft. of lateral clearance to edge of travelled lane and be delineated by channelization devices. The Contractor shall remove the PCMS from the clear zone when not in use unless protected by barrier or guardrail 1-10.3(3)F Barrier Drums This section including title is deleted in its entirety and replaced with the following: 1-10.3(3)F Vacant 1-10.3(3)K Portable Temporary Traffic Control Signal The fifth paragraph is revised to read: The Project Engineer or designee will inspect the signal system at initial installation/operation and approve the signal timing. Final approval will be based on the results of the operational inspection. 1-10.4(2) Item Bids With Lump Sum for Incidentals In the second paragraph, the first and second sentences are revised to read: "Flaggers" will be measured by the hour. Hours will be measured for each flagging station, shown on an approved Traffic Control Plan, when that station is staffed in accordance with Section 1-10.3(1)A. The first sentence of the last bulleted item in this section is revised to read: Installing and removing Barricades, Traffic Safety Drums, Cones, Tubular Markers and Warning Lights and Flashers to carry out approved Traffic Control Plan(s). 1-10.5(2) Item Bids With Lump Sum for Incidentals This section is deleted and replaced with the following: "Traffic Control Supervisor", lump sum. The lump sum Contract payment shall be full compensation for all costs incurred by the Contractor in performing the Work defined in Section 1-10.2(1)B. City of Yakima Corridor Safety Project # 2357 19 "Pedestrian Traffic Control", lump sum. The lump sum Contract payment shall be full compensation for all costs incurred by the Contractor in performing the Work for pedestrian traffic control defined in Section 1-10 "Flaggers", per hour. The unit Contract price, when applied to the number of units measured for this item in accordance with Section 1-10.4(2), shall be full compensation for all costs incurred by the Contractor in performing the Work defined in Section 1-10.3(1)A. "Other Traffic Control Labor", per hour. The unit Contract price, when applied to the number of units measured for this item in accordance with Section 1-10 4(2), shall be full compensation for all labor costs incurred by the Contractor in performing the Work specified for this item in Section 1-10 4(2). "Construction Signs Class A", per square foot. The unit Contract price, when applied to the number of units measured for this item in accordance with Section 1-10.4(2), shall be full compensation for all costs incurred by the Contractor in performing the Work described in Section 1-10.3(3)A. In the event that "Do Not Pass" and "Pass With Care" signs must be left in place, a change order, as described in Section 1-04 4, will be required. When the Bid Proposal contains the item "Sign Covering", then covering those signs indicated in the Contract will be measured and paid according to Section 8-21. "Sequential Arrow Sign", per hour. The unit Contract price, when applied to the number of units measured for this item in accordance with Section 1-10.4(2), shall be full compensation for all costs incurred by the Contractor in performing the Work described in Section 1-10 3(3)B. "Portable Changeable Message Sign", per hour. The unit Contract price, when applied to the number of units measured for this item in accordance with Section 1-10 4(2), shall be full compensation for all costs incurred by the Contractor in performing the Work for procuring all portable changeable message signs required for the project and for transporting these signs to and from the project. "Transportable Attenuator", per each The unit Contract price, when applied to the number of units measured for this item in accordance with Section 1-10 4(2), shall be full compensation for all costs incurred by the Contractor in performing the Work described in Section 1-10 3(3)J except for costs compensated separately under the items "Operation of Transportable Attenuator" and "Repair Transportable Attenuator". "Operation of Transportable Attenuator", per hour The unit Contract price, when applied to the number of units measured for this item in accordance with Section 1-10.4(2), shall be full compensation for all costs incurred by the Contractor in performing the Work for operating transportable attenuators on the project. City of Yakima Corridor Safety Project # 2357 20 "Repair Transportable Attenuator", by force account. All costs of repairing or replacing transportable attenuators that are damaged by the motoring public while in use as shown on an approved Traffic Control Plan will be paid for by force account as specified in Section 1-09.6 To provide a common Proposal for all Bidders, the Contracting Agency has estimated the amount of force account for "Repair Transportable Attenuator" and has entered the amount in the Proposal to become a part of the total Bid by the Contractor. Transportable attenuators damaged due to the Contractor's operation or damaged in any manner when not in use shall be repaired or replaced by the Contractor at no expense to the Contracting Agency. "Other Temporary Traffic Control", lump sum. The lump sum Contract payment shall be full compensation for all costs incurred by the Contractor in performing the Work defined in Section 1-10, and which costs are not compensated by one of the above -listed items. "Portable Temporary Traffic Control Signal", lump sum. The lump sum Contract payment shall be full compensation for all costs incurred by the Contractor in performing the Work as described in Section 1-10.3(3)K, including all costs for traffic control during manual control, adjustment, malfunction, or failure of the portable traffic control signals and during replacement of failed or malfunctioning signals. Section 2-01, Clearing, Grubbing, and Roadside Cleanup August 4, 2014 2-01.3(1) Clearing In the second paragraph, item number 3 (up until the colon) is revised to read - 3. Follow these requirements for all stumps that will be buried deeper than 5 feet from the top, side, or end surface of the embankment or any structure and are in a location that will not be terraced as described in Section 2-03.3(14) Section 2-02, Removal of Structures and Obstructions January 5, 2015 2-02.3(2) Removal of Bridges, Box Culverts, and Other Drainage Structures This section is supplemented with the following new subsections: 2-02.3(2)A Bridge Removal 2-02.3(2)A1 Bridge Demolition Plan Submittal The Contractor shall submit a Type 2E Working Drawing consisting of a bridge demolition plan, showing the method of removing the existing bridge(s), or portions of bridges, as specified. The bridge demolition plan shall show all equipment, sequence of operations, and details required to complete the work, including containment, collection, and disposal of all debris. The plan shall include a crane foundation stability analysis and crane Toad calculations for the work. The plan shall detail the containment, collection, and disposal of all debris. The plan shall show all stages of demolition. When the bridge removal work includes removal of a truss, and when the Contractor's removal method involves use of a crane or cranes to pick, lift, and City of Yakima Corridor Safety Project # 2357 21 remove the truss, the Contractor shall confirm the truss dead load weight prior to beginning the truss removal operation. The operation of confirming the truss dead load shall be performed at both ends of the truss, and shall ensure that the truss is broken free of its support bearings The Contractor's method of confirming the truss dead load, whether by hydraulic jacks or other means, shall be included in the Contractor's bridge demolition plan submittal When the bridge removal work involves removing portions of existing concrete without replacement, the methods and tools used to achieve the smooth surface and profile specified in Section 2-02.3(2)A2 shall be included in the Contractor's bridge demolition plan submittal 2-02.3(2)A2 Removing Portions of Existing Concrete Care shall be taken in removing concrete to prevent overbreakage or damage to portions of the existing Structure which are to remain. Before concrete removal begins, a saw cut shall be made into the surface of the concrete at the perimeter of the removal limits The saw cut shall be 3/4 -inch deep when the steel reinforcement is to remain, and may be deeper when the steel reinforcement is removed with the concrete Concrete shall be completely removed (exposing the deformed surface of the bar) from existing steel reinforcing bars which extend from the existing members and are specified to remain Steel reinforcing bars that are not designated to remain shall be cut a minimum of 1 -inch behind the final surface The void left by removal of the steel reinforcing bar shall be filled with mortar conforming to Section 9-20 4(2). The mortar shall match the color of the existing concrete surface as nearly as practicable The Contractor shall roughen, clean, and saturate existing concrete surfaces, against which fresh concrete will be placed, in accordance with Section 6-02.3(12)B. When a portion of existing concrete is to be removed without replacement, concrete shall be removed to a clean line with a smooth surface of less than 1/16 inch profile 2-02.3(2)A3 Use of Explosives for Bridge Demolition Explosives shall not be used for bridge demolition, except as specifically allowed by the Special Provisions. 2-02.5 Payment This section is supplemented with the following new Bid items - "Removing Existing Bridge", lump sum "Removing Existing Structure", lump sum. "Removing Portion of Existing Bridge", lump sum "Removing Portion of Existing Structure", lump sum City of Yakima Corridor Safety Project # 2357 22 Section 2-03, Roadway Excavation and Embankment August 4, 2014 2-03.3(14) Embankment Construction The third paragraph is revised to read: Hillside Terraces — The Contractor shall terrace the original ground or embankment when the slope of the surface is 2H:1V or steeper unless otherwise directed by the Engineer. The face of each terrace shall be a minimum of 1 foot and a maximum of 5 feet in height and shall be vertical or near vertical as required to remain stable during material placement and compaction. The bench of the terrace shall slope outward to drain and shall not be inclined steeper than 0.05 foot per foot. Terraces damaged during work shall be reestablished. The Engineer may order the Contractor to place gravel backfill, pipe drains or both to drain any seepage. 2-03.3(14)L Embankment Widening for Guardrail The first sentence is revised to read: Embankments widened for the installation of beam guardrail shall be terraced in accordance with the requirements for hillside terraces in Section 2-03.3(14). The second sentence is deleted Section 3-04, Acceptance of Aggregate August 4, 2014 3-04.5 Payment In Table 2, the row containing the item "HMA Aggregate" is revised to read: 9-03.8(2) HMA Aggregate 15 15 Uncompacted Void Content 15 Section 5-04, Hot Mix Asphalt January 5, 2015 5-04.3(3)A Material Transfer DeviceNehicle The first paragraph is supplemented with the following new sentence: At the Contractor's request the Engineer may approve paving without an MTD/V; the Engineer will determine if an equitable adjustment in cost or time is due. In the last sentence of the second paragraph, "Project Engineer" is revised to read "Engineer". 5-04.3(5)A Preparation of Existing Surfaces The first sentence of the last paragraph is revised to read: Unless otherwise approved by the Engineer, the tack coat shall be CSS -1 or CSS -1h emulsified asphalt. 5-04.3(7)A3 Commercial Evaluation The second sentence in the first paragraph is revised to read: City of Yakima Corridor Safety Project # 2357 23 Mix designs for HMA accepted by commercial evaluation shall be submitted to the Project Engineer on WSDOT Form 350-042 5-04.3(8)A4 Definition of Sampling and Sublot In the second sentence of the second paragraph, "800 tons" is revised to read "1,000 tons" 5-04.3(10)A General In the first paragraph, "checking" and "cracking" are deleted In the third paragraph, the following new sentence is inserted after the second sentence. Coverage with a steel wheel roller may precede pneumatic tired rolling. In the third paragraph, the following new sentence is inserted before the last sentence Regardless of mix temperature, a roller shall not be operated in a mode that results in checking or cracking of the mat. 5-04.3(10)B1 General In this section, "Project Engineer" is revised to read "Engineer" The first paragraph is revised to read: HMA mixture accepted by statistical or nonstatistical evaluation that is used in traffic lanes, including lanes for ramps, truck climbing, weaving, and speed change, and having a specified compacted course thickness greater than 0 10 -foot, shall be compacted to a specified level of relative density The specified level of relative density shall be a Composite Pay Factor (CPF) of not less than 0 75 when evaluated in accordance with Section 1-06.2, using a minimum of 91 percent of the maximum density The percent of maximum density shall be determined by WSDOT FOP for AASHTO T 729 when using the nuclear density gauge and WSDOT SOP 736 when using cores to determine density The specified level of density attained will be determined by the statistical evaluation of the density of the pavement. The following four new paragraphs are inserted after the first paragraph Tests for the determination of the pavement density will be taken in accordance the required procedures for measurement by a nuclear density gauge or roadway cores after completion of the finish rolling. If the Contracting Agency uses a nuclear density gauge to determine density the test procedures FOP for WAQTC TM 8 and WSDOT SOP T 729 will be used on the day the mix is placed Roadway cores for density may be obtained by either the Contracting Agency or the Contractor in accordance with WSDOT SOP 734. The core diameter shall be 4 -inches unless other approved by the Engineer Roadway cores will be tested by the Contracting Agency in accordance with WSDOT FOP for AASHTO T 166. If the Contract includes the Bid item "Roadway Core" the cores shall be obtained by the Contractor in the presence of the Engineer on the same day the mix is placed and at locations designated by the Engineer If the Contract does not include the Bid item "Roadway Core" the Contracting Agency will obtain the cores. City of Yakima Corridor Safety Project # 2357 24 In the sixth paragraph (after the preceding Amendments are applied), the second sentence is revised to read: Sublots will be uniform in size with a maximum of approximately 100 tons per sublot; the final sublot of the day may be increased to 150 tons 5-04.3(10)64 Test Results The first paragraph is revised to read: The results of all compaction acceptance testing and the CPF of the lot after three sublots have been tested will be available to the Contractor through WSDOT's website. Determination of the relative density of the HMA with a nuclear density gauge requires a correlation factor and may require resolution after the correlation factor is known. Acceptance of HMA compaction will be based on the statistical evaluation and CPF so determined. In the second paragraph, the first sentence is revised to read: For a sublot that has been tested with a nuclear density gauge that did not meet the minimum of 91 percent of the reference maximum density in a compaction lot with a CPF below 1.00 and thus subject to a price reduction or rejection, the Contractor may request that a core be used for determination of the relative density of the sublot. In the second sentence of the second paragraph, "moisture -density" is revised to read "density". In the second paragraph, the fourth sentence is deleted 5-04.3(20) Anti -Stripping Additive This section is revised to read: Anti -stripping additive shall be added to the liquid asphalt by the asphalt supplier prior to shipment to the hot mix asphalt mixing plant in the amount designated in the WSDOT mix design evaluation report provided by the Contracting Agency. Paving shall not begin before the anti -strip requirements have been provided to the Contractor. Anti -strip is not required for temporary work that will be removed prior to Completion 5-04.4 Measurement The following new paragraph is inserted after the first paragraph: Roadway cores will be measured per each for the number of cores taken The second to last paragraph is deleted 5-04.5 Payment The bid item "Removing Temporary Pavement Marking", per linear foot and paragraph following bid item are deleted. The following new bid item is inserted before the second to last paragraph: "Roadway Core", per each. The Contractor's costs for all other Work associated with the coring (e.g., traffic control) shall be incidental and included within the unit Bid price per each and no additional payments will be made. City of Yakima Corridor Safety Project # 2357 25 Section 6-02, Concrete Structures January 5, 2015 6-02.3(1) Classification of Structural Concrete In paragraph two, item number 1 is revised to read: Mix design and proportioning specified in Sections 6-02.3(2), 6-02.3(2)A and 6- 02.3(2)A1. Item number 3 is renumbered to 4. After the preceding Amendments are applied, the following new numbered item is inserted after item number 2: 3 Temperature and time for placement requirements specified in Section 6-02.3(4)D 6-02.3(2) Proportioning Materials In the third paragraph, the first sentence is revised to read: The use of fly ash is required for Class 4000P concrete, except that ground granulated blast furnace slag may be substituted for fly ash at a 1:1 ratio In the table titled "Cementitious Requirement for Concrete", the row beginning with "4000D" is deleted. The fourth paragraph is revised to read When both ground granulated blast furnace slag and fly ash are included in the concrete mix, the total weight of both these materials is limited to 40 percent by weight of the total cementitious material for concrete class 4000A, and 50 percent by weight of the total cementitious material for all other classes of concrete. 6-02.3(2)A Contractor Mix Design The first paragraph is revised to read The Contractor shall provide a mix design in writing to the Engineer for all classes of concrete specified in the Plans except for lean concrete and commercial concrete. No concrete shall be placed until the Engineer has reviewed the mix design The required average 28 -day compressive strength shall be selected in accordance with ACI 318, Chapter 5, Section 5.3.2 ACI 211.1 and ACI 318 shall be used to determine proportions. All proposed concrete mixes except Class 4000D shall meet the requirements in Cementitious Requirement for Concrete in Section 6-02.3(2) In the fourth paragraph, the fourth sentence is deleted. In the sixth paragraph, the first sentence is deleted. In the seventh paragraph, the last sentence is deleted. The eighth paragraph is revised to read Air content for concrete Class 4000D shall conform to Section 6-02.3(2)A1 For all other concrete, air content shall be a minimum of 4.5 percent and a maximum of 7 5 percent for all concrete placed above the finished ground line. City of Yakima Corridor Safety Project # 2357 26 The following new sub -section is added: 6-02.3(2)A1 Contractor Mix Design for Concrete Class 4000D All Class 4000D concrete shall be a project specific performance mix design conforming to the following requirements. 1 Aggregate shall use combined gradation in accordance with Section 9-03.1(5) with a nominal maximum aggregate size of 1-1/2 inches 2. Permeability shall be less than 2,000 coulombs at 56 days in accordance with AASHTO T 277. 3. Freeze -thaw durability shall be provided by one of the following methods. a. The concrete shall maintain an air content between 4.5 and 7.5 percent. b The concrete shall maintain a minimum air content that achieves a durability factor of 90 percent, minimum, after 300 cycles in accordance with AASHTO T 161, Procedure A. This air content shall not be less than 3.0 percent. Test samples shall be obtained from concrete batches of a minimum of 3 0 cubic yards. 4. Scaling shall have a visual rating less than or equal to 2 after 50 cycles in accordance with ASTM C 672. 5. Shrinkage at 28 days shall be less than 320 micro strain in accordance with AASHTO T 160. 6. Modulus of elasticity shall be measured in accordance with ASTM C 469 7 Density shall be measured in accordance with ASTM C 138. The Contractor shall submit the mix design in accordance with Section 6-02.3(2)A. The submittal shall include test reports for all tests listed above that follow the reporting requirements of the AASHTO/ASTM procedures. Samples for testing may be obtained from either laboratory or concrete plant batches. If concrete plant batches are used, the minimum batch size shall be 3.0 cubic yards The Contractor shall submit the mix design to the Engineer at least 30 calendar days prior to the placement of concrete in the bridge deck. 6-02.3(4)D Temperature and Time For Placement The first two sentences are revised to read Concrete temperatures shall remain between 55°F and 90°F while it is being placed, except that Class 4000D concrete temperatures shall remain between 55°F and 75°F during placement. Precast concrete that is heat cured in accordance with Section 6- 02.3(25)D shall remain between 50°F and 90°F while being placed. 6-02.3(5)A General The first paragraph is revised to read: Concrete for the following applications will be accepted based on a Certificate of Compliance to be provided by the supplier as described in Section 6-02.3(5)B. 1. Lean concrete. City of Yakima Corridor Safety Project # 2357 27 2 Commercial concrete 3 Class 4000P concrete for Roadside Steel Sign Support Foundations 4 Class 4000P concrete for Type II, III, and CCTV Signal Standard Foundations that are 12'-0" or less in depth. 5. Class 4000P concrete for Type IV and V Strain Pole Foundations that are 12'-0" or less in depth. 6 Class 4000P concrete for Steel Light Standard Foundations Types A & B The following new sentence is inserted at the beginning of the second paragraph: Slip -form barrier concrete will be accepted based on conformance to the requirements for temperature, air content and compressive strength at 28 days for sublots as tested and determined by the Contracting Agency. 6-02.3(5)G Sampling and Testing Frequency for Temperature, Consistency, and Air Content In the fifth sentence of the second paragraph, "five truck loads" is revised to read "ten truck loads". The second paragraph is supplemented with the following: If the remaining quantity to be placed is less than ten truck loads; then a sample shall be randomly taken from one of the remaining truck loads In the last sentence of the third paragraph, "five truck loads" is revised to read "ten truck loads". 6-02.3(5)H Sampling and Testing for Compressive Strength and Initial Curing The second paragraph is revised to read. The Contractor shall provide and maintain a sufficient number of cure boxes in accordance with WSDOT FOP for AASHTO T 23 for curing concrete cylinders The cure boxes shall be readily accessible and no more than 500 feet from the point of acceptance testing, unless otherwise approved by the Engineer. The Contractor shall also provide, maintain and operate all necessary power sources and connections needed to operate the cure boxes The cure boxes shall be in-place and functioning at the specified temperature for curing cylinders prior to concrete placement. Concrete cylinders shall be cured in the cure boxes in accordance with WSDOT FOP for AASHTO T 23 The cure boxes shall have working locks and the Contractor shall provide the Engineer with one key to each of the locks. Once concrete cylinders are placed in the cure box, the cure box shall not be disturbed until the cylinders have been removed. The Contractor shall retain the cure box Temperature Measuring Device log and provide it to the Engineer upon request. The following new paragraph is inserted after the last paragraph. All cure box costs shall be incidental to the associated item of work. 6-02.3(6)A2 Cold Weather Protection The first sentence in the first paragraph is revised to read City of Yakima Corridor Safety Project # 2357 28 This Specification applies when the weather forecast on the day of concrete placement predicts air temperatures below 35°F at any time during the 7 days following placement. The first sentence of the second paragraph is revised to read: The temperature of the concrete shall be maintained above 50°F during the entire curing period or 7 days, whichever is greater 6-02.3(10)A Preconstruction Meeting This section including title is revised to read: 6-02.3(10)A Pre -Deck Pour Meeting A pre -deck pour meeting shall be held 5 to 10 working days before placing deck concrete to discuss construction procedures, personnel, equipment to be used, concrete sampling and testing and deck finishing and curing operations. Those attending shall include, at a minimum, the superintendent, foremen in charge of placing and finishing concrete, and representatives from the concrete supplier and the concrete pump truck supplier. If the project includes more than one bridge deck, and if the Contractor's key personnel change between concreting operations, or at request of the Engineer, additional conferences shall be held before each deck placement. 6-02.3(10)D Concrete Placement, Finishing, and Texturing This section is supplemented with the following new sub -sections: 6-02.3(10)D1 Test Slab Using Bridge Deck Concrete After the Contractor receives the Engineer's approval for the Class 4000D concrete mix design, and a minimum of seven calendar days prior to the first placement of bridge deck concrete, the Contractor shall construct a test slab using concrete of the approved mix design. The test slab may be constructed on grade, shall have a minimum thickness of eight - inches, shall have minimum plan dimensions of 10 -feet along all four edges, and shall be square or rectangular. During construction of the test slab, the Contractor shall demonstrate concrete sampling and testing, use of the concrete temperature monitoring system, the concrete fogging system, concrete placement system, and the concrete finishing operation. The Contractor shall conduct the demonstration using the same type of equipment to be used for the production bridge decks, except that the Contractor may elect to finish the test slab with a hand -operated strike -board. After the construction of the test slab and the demonstration of bridge deck construction operations is complete, the Contractor shall remove and dispose of the test slab in accordance with Sections 2-02 3 and 2-03.3(7)C. 6-02.3(10)D2 Preparation for Concrete Placement Before placing bridge approach slab concrete, the subgrade shall be constructed in accordance with Sections 2-06 and 5-05.3(6). Before any concrete is placed, the finishing machine shall be operated over the entire length of the deck/slab to check screed deflection. Concrete placement may begin only if the Engineer approves after this test. City of Yakima Corridor Safety Project # 2357 29 Immediately before placing concrete, the Contractor shall check (and adjust if necessary) all falsework and wedges to minimize settlement and deflection from the added mass of the concrete deck/slab The Contractor shall also install devices, such as telltales, by which the Engineer can readily measure settlement and deflection. 6-02.3(10)D3 Concrete Placement The placement operation shall cover the full width of the bridge deck or the full width between construction joints. The Contractor shall locate any construction joint over a beam or web that can support the deck/slab on either side of the joint. The joint shall not occur over a pier unless the Plans permit. Each joint shall be formed vertically and in true alignment. The Contractor shall not release falsework or wedges supporting bridge deck placement sections on either side of a joint until each side has aged as these Specifications require Placement of concrete for bridge decks and bridge approach slabs shall comply with Section 6-02.3(6) In placing the concrete, the Contractor shall 1. Place it (without segregation) against concrete placed earlier, as near as possible to its final position, approximately to grade, and in shallow, closely spaced piles; 2. Consolidate it around reinforcing steel by using vibrators before strike -off by the finishing machine, 3. Not use vibrators to move concrete; 4. Not revibrate any concrete surface areas where workers have stopped prior to screeding; 5. Remove any concrete splashed onto reinforcing steel in adjacent segments before concreting them; 6. Maintain a slight excess of concrete in front of the screed across the entire width of the placement operation; 7. Operate the finishing machine to create a surface that is true and ready for final finish without overfinishing or bringing excessive amounts of mortar to the surface, and 8. Leave a thin, even film of mortar on the concrete surface after the last pass of the finishing machine pan. Workers shall complete all post screeding operations without walking on the concrete This may require work bridges spanning the full width of the deck/slab. After removing the screed supports, the Contractor shall fill the voids with concrete (not mortar) If the surface left by the finishing machine is porous, rough, or has minor irregularities, the Contractor shall float the surface of the concrete. Floating shall leave a smooth and even surface Float finishing shall be kept to the minimum number of passes necessary to seal the surface The floats shall be at least 4 -feet long. Each transverse pass of the float shall overlap the previous pass by at least half the length of the float. The first floating shall be at right angles to the strike -off The second floating shall be at right City of Yakima Corridor Safety Project # 2357 30 angles to the centerline of the span A smooth riding surface shall be maintained across construction joints. The edge of completed roadway slabs at expansion joints and compression seals shall have a 3/8 -inch radius. After floating, but while the concrete remains plastic, the Contractor shall test the entire deck/slab for flatness (allowing for crown, camber, and vertical curvature). The testing shall be done with a 10 -foot straightedge held on the surface. The straightedge shall be advanced in successive positions parallel to the centerline, moving not more than one half the length of the straightedge each time it advances. This procedure shall be repeated with the straightedge held perpendicular to the centerline. An acceptable surface shall be one free from deviations of more than 1/8 -inch under the 10 -foot straightedge If the test reveals depressions, the Contractor shall fill them with freshly mixed concrete, strike off, consolidate, and refinish them. High areas shall be cut down and refinished. Retesting and refinishing shall continue until a surface conforming to the requirements specified above is produced. 6-02.3(10)D4 Monitoring Bridge Deck Concrete Temperature After Placement The Contractor shall monitor and record the concrete temperature and ambient temperature hourly for seven calendar days after placement. The Contractor shall monitor and record concrete temperature by placing two maturity meter temperature monitoring devices in the bridge deck at locations specified by the Engineer. The Contractor shall monitor ambient temperature using maturity meters near the locations where concrete temperature is being monitored. When the bridge deck is being enclosed and heated to meet cold weather requirements, ambient temperature readings shall be taken within the enclosure. The Contractor shall submit the concrete temperature and ambient temperature data to the Engineer in spreadsheet format within 14 calendar days from placing the bridge deck concrete. The Contractor shall submit the type and model of maturity meter temperature monitoring device, and the associated devices responsible for recording and documenting the temperature and curing time, to the Engineer at least 14 calendar days prior to the pre -concreting conference for the first bridge deck to be cast. The placement and operation of the temperature monitoring devices and associated devices will be an agenda item at the pre -concreting conference for the first bridge deck to be cast. 6-02.3(10)D5 Bridge Deck Concrete Finishing and Texturing Except as otherwise specified for portions of bridge decks receiving an overlay or sidewalk under the same Contract, the Contractor shall texture the surface of the bridge deck as follows: The Contractor shall texture the bridge deck using diamond tipped saw blades mounted on a power driven, self-propelled machine that is designed to texture concrete surfaces. The grooving equipment shall provide grooves that are 1/8" ± 1/64" wide, 3/16" ± 1/16" deep, and spaced at 3/4" ± 1/8". The bridge deck shall not be textured with a metal tined comb. The Contractor shall submit the type of grooving equipment to be used to the Engineer for approval 30 calendar days prior to performing the work. The Contractor shall demonstrate that the method and equipment for texturing the bridge deck will not chip, spall or otherwise damage the deck. The Contractor shall not City of Yakima Corridor Safety Project # 2357 31 begin texturing the bridge deck until receiving the Engineer's approval of the Contractor's method and equipment. Unless otherwise approved by the Engineer, the Contractor shall texture the concrete bridge deck surface either in a longitudinal direction, parallel with centerline or in a transverse direction, perpendicular with centerline. The Contractor shall texture the bridge deck surface to within 3 -inches minimum and 15 -inches maximum of the edge of concrete at expansion joints, within 1 -foot minimum and 2 - feet maximum of the curb line, and within 3 -inches minimum and 9 -inches maximum of the perimeter of bridge drain assemblies The Contractor shall contain and collect all concrete dust and debris generated by the bridge deck texturing process, and shall dispose of the collected concrete dust and debris in accordance with Section 2-03.3(7)C If the Plans call for placement of a sidewalk or an HMA or concrete overlay on the bridge deck, the Contractor shall produce the final finish of these areas by dragging a strip of damp, seamless burlap lengthwise over the bridge deck or by brooming it lightly. Approximately 3 -feet of the drag shall contact the surface, with the least possible bow in its leading edge. It shall be kept wet and free of hardened lumps of concrete When the burlap drag fails to produce the required finish, the Contractor shall replace it. When not in use, it shall be lifted clear of the bridge deck. After the bridge deck has cured, the surface shall conform to the surface smoothness requirements specified in Section 6-02 3(10)D3. The surface texture on any area repaired to address out -of -tolerance surface smoothness shall match closely that of the surrounding bridge deck area at the completion of the repair. Methods used to remove high spots shall cut through the mortar and aggregate without breaking or dislodging the aggregate or causing spalls. 6-02.3(10)D6 Bridge Approach Slab Finishing and Texturing Bridge approach slabs shall be textured either in accordance with Section 6-02.3(10)D5, or using metal tined combs in the transverse direction, except bridge approach slabs receiving an overlay in the same Contract shall be finished as specified in Section 6- 02 3(10)D5 only. The comb shall be made of a single row of metal tines. It shall leave striations in the fresh concrete approximately 3/16 -inch deep by 1/8 -inch wide and spaced approximately 1/2 -inch apart. The Engineer will decide actual depths at the site. If the comb has not been approved, the Contractor shall obtain the Engineer's approval by demonstrating it on a test section. The Contractor may operate the combs manually or mechanically, either singly or with several placed end to end. The timing and method used shall produce the required texture without displacing larger particles of aggregate. Texturing shall end 2 -feet from curb lines This 2 -foot untextured strip shall be hand finished with a steel trowel. Surface smoothness, high spots, and low spots shall be addressed as specified in Section 6-02.3(10)D5. The surface texture on any area cut down or built up shall match closely that of the surrounding bridge approach slab area. The entire bridge approach slab shall provide a smooth riding surface. 6-02.3(10)F Bridge Approach Slab Orientation and Anchors In the first paragraph, the following sentence is inserted after the first sentence City of Yakima Corridor Safety Project # 2357 32 Unless otherwise shown in the Plans, the pavement end of the bridge approach slab shall be constructed normal to the Roadway centerline. The following new paragraph is inserted before the last paragraph. The compression seal shall be a 2-1/2 inch wide gland selected from the current Qualified Products List. 6-02.3(11) Curing Concrete Items number 1 through 4 are deleted and replaced with the following 5 new numbered items: 1. Bridge sidewalks, roofs of cut and cover tunnels — curing compound covered by white, reflective type sheeting or continuous wet curing. Curing by either method shall be for at least 10 days. 2. Bridge decks — See Section 6-02.3(11)B. 3. Bridge approach slabs (Class 4000A concrete) - 2 coats of curing compound and continuous wet cure for at least 10 -days. 4. Concrete barriers and rail bases – See Section 6-02.3(11)A. 5. All other concrete surfaces — continuous wet cure for at least three days. In the second paragraph, the first sentence is replaced with the following three new sentences: During the continuous wet cure, the Contractor shall keep all exposed concrete surfaces saturated with water. Formed concrete surfaces shall be kept in a continuous wet cure by leaving the forms in place. If forms are removed during the continuous wet cure period, the Contractor shall treat the concrete as an exposed concrete surface. The third paragraph is revised to read: When curing Class 4000A, two coats of curing compound that complies with Section 9- 23 2 shall be applied immediately (not to exceed 15 min.) after tining any portion of the bridge approach slab. The continuous wet cure shall be established as soon as the concrete has set enough to allow covering without damaging the finish. In the fifth paragraph, the first sentence is revised to read: If the Plans call for an asphalt overlay on the bridge approach slab, the Contractor shall use the clear curing compound (Type 1, Class B), applying at least 1 gallon per 150 square feet to the concrete surface. The eighth paragraph is deleted. 6-02.3(11)A2 Slip -Form Barrier In the fourth paragraph, item number 1, "Type 1D" is revised to read "Type 1". 6-02.3(11)B Curing Bridge Decks This new section is supplemented with the following new sub -sections: 6-02.3(11)B1 Equipment City of Yakima Corridor Safety Project # 2357 33 The Contractor shall maintain a wet sheen, without developing pooling or sheeting water, using a fogging apparatus consisting of pressure washers with a minimum nozzle output of 1,500 psi, or other means approved by the Engineer. The Contractor shall submit a bridge deck curing plan to the Engineer a minimum 14 calendar days prior to the pre -concreting conference. The Contractor's plan shall describe the sequence and timing that will be used to fog the bridge deck, apply pre- soaked burlap, install soaker hoses and cover the deck with white reflective sheeting. 6-02.3(11)62 Curing The fogging apparatus shall be in place and charged for fogging prior to beginning concrete placement for the bridge deck. The Contractor shall presoak all burlap to be used to cover the deck during curing. Immediately after the finishing machine passes over finished concrete, the Contractor shall implement the following tasks: 1. The Contractor shall fog the bridge deck while maintaining a wet sheen without developing pooling or sheeting water. 2 The Contractor shall apply the presoaked burlap to the top surface to fully cover the deck without damaging the finish, other than minor marring of the concrete surface. The Contractor shall not apply curing compound. 3. The Contractor shall continue to keep the burlap wet by fog spraying until the burlap is covered by soaker hoses and white reflective sheeting. The Contractor shall place the soaker hoses and whiter reflective sheeting after the concrete has achieved initial set. The Contractor shall charge the soaker hoses frequently so as to keep the burlap covering the entire deck wet during the course of curing. As an alternative to tasks 2 and 3 above, the Contractor may propose a curing system using proprietary curing blankets specifically manufactured for bridge deck curing Details of the proprietary curing blanket system, including product literature and details of how the system is to be installed and maintained, shall be submitted to the Engineer for approval. The wet curing regime as described shall remain in place for at least 14 consecutive calendar days 6-02.3(12)A Construction Joints in New Construction The third paragraph is deleted and replaced with the following three new paragraphs If the Plans require a roughened surface on the joint, the Contractor shall strike it off to leave grooves at right angles to the length of the member. Grooves shall be installed using one of the following options 1 Grooves shall be 1/2 to 1 inch wide, 1/4 to 1/2 inch deep, and spaced equally at twice the width of the groove. Grooves shall terminate approximately 1 %- inches from the face of concrete. 2. Grooves shall be 1 to 2 inches wide, a minimum of /2 -inch deep, and spaced a maximum of three times the width of the groove. Grooves shall terminate approximately 1 1/2 -inches from the face of concrete City of Yakima Corridor Safety Project # 2357 34 If the Engineer approves, the Contractor may use an alternate method to produce a roughened surface on the joint, provided that such an alternate method leaves a roughened surface of at least a 1/4 -inch amplitude If the first strike -off does not produce the required roughness, the Contractor shall repeat the process before the concrete reaches initial set. The final surface shall be clean and without laitance or loose material. 6-02.3(12)B Construction Joints Between Existing and New Construction The phrase "by method(s) as approved by the Engineer" is deleted from each paragraph in this section 6-02.3(13) Expansion Joints The first sentence of the second paragraph is revised to read: Joints made of a vulcanized, elastomeric compound (with neoprene as the only polymer) shall be installed with a lubricant adhesive as recommended by the manufacturer. In the third paragraph, "injuring" is revised to read "damaging". The following two new subsections are added: 6-02.3(13)A Strip Seal Expansion Joint System The Contractor shall submit Working Drawings consisting of the strip seal expansion joint shop drawings in accordance with Section 6-03 3(7). These plans shall include, at a minimum, the following: 1. Plan, elevation, and sections of the joint system and all components, with dimensions and tolerances. 2 All material designations. 3. Manufacturer's written installation procedure. 4. Corrosion protection system used on the metal components. 5. Locations of welded shear studs, lifting mechanisms, temperature setting devices, and construction adjustment devices. 6. Method of sealing the system to prevent leakage of water through the joint. The strip seal shall be removable and replaceable. The metal components shall conform to ASTM A 36, ASTM A 992, or ASTM A 572, and shall be protected against corrosion by one of the following methods: 1. Zinc metallized in accordance with Section 6-07.3(14). 2. Hot -dip galvanized in accordance with AASHTO M 111. 3. Paint in accordance with Section 6-07.3(9). The color of the top coat shall be Federal Standard 595 Color No. 26420. The surfaces embedded in concrete shall be painted only with a shop primer coat of paint conforming to Section 9- 08.1(2)C. City of Yakima Corridor Safety Project # 2357 35 The strip seal gland shall be continuous for the full length of the joint with no splices permitted, unless otherwise shown in the Plans Other than items shown in the Plans, threaded studs used for construction adjustments are the only items that may be welded to the steel shapes provided they are removed by grinding after use, and the area repaired by application of an approved corrosion protection system If the opening between the steel shapes is anticipated to be Tess than 1-1/2 inches at the time of seal installation, the seal may be installed prior to encasement of the steel shapes in concrete After the joint system is installed, the joint shall be flooded with water and inspected, from below the joint, for leakage If leakage is observed, the joint system shall be repaired by the Contractor, as recommended by the manufacturer 6-02.3(13)B Compression Seal Expansion Joint System Compression seal glands shall be selected from the current Qualified Products List and sized as shown in the Plans. The compression seal expansion joint system shall be installed in accordance with the manufacturer's written recommendations. The Contractor shall submit a Type 1 Working Drawing consisting of the manufacturer's written installation procedure and repair procedures if leakage testing fails. After the joint system is installed, the joint area shall be flooded with water and inspected, from below the joint, for leakage If leakage is observed, the joint system shall be repaired by the Contractor, as recommended by the manufacturer. 6-02.3(14) Finishing Concrete Surfaces The last sentence of the first paragraph is revised to read The Contractor shall clean and refinish any stained or discolored surfaces. The following new subsection is added 6-02.3(14)D General Requirements for Concrete Surface Finishes Produced by Form Liners Horizontal and vertical joints shall be spliced in accordance with the manufacturer's printed instructions. The Contractor shall submit a Type 1 Working Drawing consisting of the manufacturer's joint splice instructions Horizontal splicing of ABS and plastic form liners to achieve the required height is not permitted and there shall be no horizontal joints. The concrete formed with ABS and plastic form liners shall be given a light sandblast to remove the glossy finish Side forms, traffic barrier forms, and pedestrian barrier forms using these form liners may be removed after 24 hours provided the concrete mix used includes a water -reducing admixture, and the concrete reaches 1,400 psi minimum compressive strength before form removal Concrete in load supporting forms utilizing these form liners shall be cured in accordance with Section 6-02.3(17)N Once the forms are removed, the Contractor shall treat the joint areas by patching or light sandblasting as required by the Engineer to ensure that the joints are not visible. City of Yakima Corridor Safety Project # 2357 36 Form liners shall be cleaned, reconditioned, and repaired before each use. Form liners with repairs, patches, or defects which, in the opinion of the Engineer, would result in adverse effects to the concrete finish shall not be used. Care shall be taken to ensure uniformity of color throughout the textured surface. A change in form release agent will not be allowed. All surfaces formed by the form liner shall also receive a Class 2 surface finish. Form ties shall be a type that leaves a clean hole when removed. All spalls and form tie holes shall be filled as specified for a Class 2 surface finish. 6-02.3(14)C Pigmented Sealer for Concrete Surfaces The first sentence (up until the colon) is revised to read The Contractor shall submit a Type 1 Working Drawing consisting of the pigmented sealer manufacturer's written instructions covering, at a minimum, the following. The second paragraph is deleted. In the last sentence of the third paragraph, "approval" is revised to read "acceptance". 6-02.3(15) Date Numerals The third sentence in the first paragraph is revised to read: When an existing Structure is widened or when traffic barrier is placed on an existing Structure, the date shall be for the year in which the original Structure was completed. 6-02.3(16) Plans for Falsework and Formwork This section is revised to read: The Contractor shall submit all plans for falsework and formwork as Type 2E Working Drawings Submittal is not required for footing or retaining wall formwork if the wall is 4 feet or less in height (excluding pedestal height). The design of falsework and formwork shall be based on 1. Applied loads and conditions which are no less severe than those described in Section 6-02.3(17)A, Design Loads; 2. Allowable stresses and deflections which are no greater than those described in Section 6-02.3(17)B, Allowable Stresses and Deflections; 3 Special loads and requirements no less severe than those described in Section 6-02.3(17)C, Falsework and Formwork at Special Locations; 4. Conditions required by other Sections of 6-02 3(17), Falsework and Formwork. The falsework and formwork plans shall be scale drawings showing the details of proposed construction, including sizes and properties of all members and components; spacing of bents, posts, studs, wales, stringers, wedges and bracing; rates of concrete placement, placement sequence, direction of placement, and location of construction joints; identification of falsework devices and safe working loads as well as identification of any bolts or threaded rods used with the devices including their diameter, length, type, grade, and required torque. The falsework plans shall show the proximity of falsework to utilities or any nearby Structures including underground Structures. Formwork City of Yakima Corridor Safety Project # 2357 37 accessories shall be identified according to Section 6-02.3(17)H, Formwork Accessories. All assumptions, dimensions, material properties, and other data used in making the structural analysis shall be noted on the drawing The Contractor shall furnish associated design calculations to the Engineer as part of the submittal. The design calculations shall show the stresses and deflections in load supporting members Construction details which may be shown in the form of sketches on the calculation sheets shall be shown in the falsework or formwork drawings as well Falsework or formwork plans will be rejected in cases where it is necessary to refer to the calculation sheets for information needed for complete understanding of the falsework and formwork plans or how to construct the falsework and formwork. Each sheet of falsework and formwork plans shall carry the following. 1. The initials and dates of all participating design professionals. 2. Clear notation of all revisions including identification of who authorized the revision, who made the revision, and the date of the revision. 3 The Contract number, Contract title, and sequential sheet number. These shall also be on any related documents. 4. Identify where the falsework and formwork plan will be utilized by referencing Contract Plan sheet number and related item or detail. 6-02.3(16)A Nonpreapproved Falsework and Formwork Plans This section, including title, is deleted in its entirety and replaced with the following 6-02.3(16)A Vacant 6-02.3(16)B Preapproved Formwork Plans This section, including title, is revised to read 6-02.3(16)B Pre -Contract Review of Falsework and Formwork Plans The Contractor may request pre -contract review of formwork plans for abutments, wingwalls, diaphragms, retaining walls, columns, girders and beams, box culverts, railings, and bulkheads Plans for falsework supporting the bridge deck for interior spans between precast prestressed concrete girders may also be submitted for pre -contract review. To obtain pre -contract review, the Contractor shall electronically submit drawings and design calculations in PDF format directly to: BridgeConstructionSupport@wsdot.wa.gov The Bridge and Structures Office, Construction Support Engineer will return the falsework or formwork plan to the Contractor with review notes, an effective date of review, and any revisions needed prior to use. For each contract on which the pre - reviewed falsework or formwork plans will be used, the Contractor shall submit a copy to the Engineer. Construction shall not begin until the Engineer has given concurrence. If the falsework or formwork being constructed has any deviations to the preapproved falsework or formwork plan, the Contractor shall submit plan revisions for review and approval in accordance with Section 6-02.3(16). City of Yakima Corridor Safety Project # 2357 38 are adequate to prevent surface wastewater runoff from leaving the infiltration location. vii. The strategy for removing slurry wastewater from the shaft and containing the slurry wastewater once it has been removed from the shaft. viii. The strategy for monitoring infiltration activity and adapting methods to ensure compliance. ix. A contingency plan that can be implemented immediately if it becomes evident that the controls in place or methods being used are not adequate. x. The strategy for cleaning up the infiltration location after the infiltration activity is done. Cleanup shall include stabilizing any loose sediment on the surface within the infiltration area generated as a byproduct of suspended solids in the infiltrated wastewater or soil disturbance associated with BMP placement and removal. 2. Shaft drilling mineral slurry, synthetic slurry, or slurry with polymer additives not approved for infiltration shall be contained and disposed of by the Contractor at an approved disposal facility in accordance with Section 2-03.3(7)C. Spoils that have come into contact with mineral slurry shall be disposed of in accordance with Section 6-19.3(4)F 8-01.3(1)C4 Management of Off -Site Water Prior to disruption of the normal watercourse, the Contractor shall intercept the off-site surface water and pipe it either through or around the project site. This water shall not be combined with on-site stormwater. It shall be discharged at its preconstruction outfall point in such a manner that there is no increase in erosion below the site The Contractor shall submit a Type 2 Working Drawing consisting of the method for performing this Work. 8-01.3(2)A Preparation for Application This section's content is deleted and replaced with the following two new subsections: 8-01.3(2)A1 Seeding Areas to be cultivated are shown in the Plans or specified in the Special Provisions. The areas shall be cultivated to the depths specified to provide a reasonably firm but friable seedbed. Cultivation shall take place no sooner than 2 weeks prior to seeding. All areas to be seeded, including excavated slopes shall be compacted and prepared unless otherwise specified or ordered by the Engineer. A cleated roller, crawler tractor, or similar equipment that forms longitudinal depressions at least 2 inches deep shall be used for compaction and preparation of the surface to be seeded. The entire area shall be uniformly covered with longitudinal depressions formed perpendicular to the natural flow of water on the slope. The soil shall be conditioned with sufficient water so the longitudinal depressions remain in the soil surface until completion of the seeding. Prior to seeding, the finished grade of the soil shall be 1 inch below the top of all curbs, junction and valve boxes, walks, driveways, and other Structures. The soil shall be in a weed free and bare condition. City of Yakima Corridor Safety Project # 2357 45 All bags of seed shall be brought to the site in sealed bags and shall have seed labels attached showing the seed meets the Specifications Seed which has become wet, moldy, or otherwise damaged in transit or storage will not be accepted. 8-01.3(2)A2 Temporary Seeding A cleated roller, crawler tractor, or similar equipment that forms longitudinal depressions at least 2 inches deep shall be used for compaction and preparation of the surface to be seeded The entire area shall be uniformly covered with longitudinal depressions formed perpendicular to the natural flow of water on the slope. The soil shall be conditioned with sufficient water so the longitudinal depressions remain in the soil surface until completion of the seeding 8-01.3(2)B Seeding and Fertilizing In the list in the second paragraph, item numbers 1-5 are revised to read: 1. A hydro seeder that utilizes water as the carrying agent, and maintains continuous agitation through paddle blades It shall have an operating capacity sufficient to agitate, suspend, and mix into a homogeneous slurry the specified amount of seed and water or other material Distribution and discharge lines shall be large enough to prevent stoppage and shall be equipped with a set of hydraulic discharge spray nozzles that will provide a uniform distribution of the slurry. 2 Blower equipment with an adjustable disseminating device capable of maintaining a constant, measured rate of material discharge that will ensure an even distribution of seed at the rates specified. 3. Helicopters properly equipped for aerial seeding 4. Power -drawn drills or seeders 5. Areas in which the above methods are impractical may be seeded by hand methods 8-01.3(2)C Liming This section including title is deleted in its entirety and replaced with the following 8-01.3(2)C Vacant 8-01.3(2)D Mulching The first sentence of the second paragraph is revised to read: Distribution of straw mulch material shall be by means that utilizes forced air to blow mulch material on seeded areas. 8-01.3(11) Outlet Protection In the last sentence, "Section 9-13 6" is revised to read "Section 9-13 1(5)". 8-01.4 Measurement In the twelfth paragraph, "liming" is deleted 8-01.5 Payment The bid item "Liming", per acre is deleted City of Yakima Corridor Safety Project # 2357 46 Section 8-02, Roadside Restoration January 5, 2015 8-02.3(1) Responsibility During Construction The last sentence of the second paragraph is revised to read: This Work shall include keeping the planted and seeded areas free from insect infestation, weeds or unwanted vegetation, litter, and other debris along with retaining the finished grades and mulch in a neat uniform condition. 8-02.3(2) Roadside Work Plan This section's title is revised to read: Work Plans This section's content is deleted in its entirety and replaced with the following new subsections: 8-02.3(2)A Roadside Work Plan Before starting any Work that disturbs the earth and as described in Sections 8-01, 8-02 and 8-03, the Contractor shall submit a roadside work plan The roadside work plan shall be submitted as a Type 1 Working Drawing and shall define the Work necessary to provide all Contract requirements, including: wetland excavation, soil preparation, habitat structure placement, planting area preparation, seeding area preparation, bark mulch and compost placement, seeding, planting, plant replacement, irrigation, and weed control in narrative form. The Roadside Work Plan shall also include a copy of the approved progress schedule. 8-02.3(2)B Weed and Pest Control Plan The Weed and Pest Control Plan shall be submitted as a Type 1 Working Drawing. The weed and pest control plan shall include scheduling and methods of all control measures required under the Contract or proposed by the Contractor including soil preparation methods to meet the required soil surface conditions in the planting, bark mulch, and wetland areas. The weed control plan shall show general weed control including hand, mechanical and chemical methods, timing, application of herbicides including type, rate, use and timing, mowing, and noxious weed control. Target weeds and unwanted vegetation to be removed shall be identified and listed in the weed control plan. The plan shall be prepared and signed by a licensed Commercial Pest Control Operator or Consultant when chemical pesticides are proposed. The plan shall include methods of weed control, dates of weed control operations; and the name, application rate, and Material Safety Data Sheets of all proposed herbicides. In addition, the Contractor shall furnish the Engineer with a copy of the current product label for each pesticide and spray adjuvant to be used. These product labels shall be submitted with the weed control plan for approval 8-02.3(2)C Plant Establishment Plan The Plant Establishment Plan shall be prepared in accordance with the requirements of Section 8-02 3(13) and submitted as a Type 1 Working Drawing The Plan shall show the proposed scheduling of activities, materials, equipment to be utilized for the first-year plant establishment, and an emergency contact person. The Plan shall include the management of the irrigation system, when applicable. Should the plan become unworkable at any time during the first-year plant establishment, the Contractor shall submit a revised plan prior to proceeding with further Work. City of Yakima Corridor Safety Project # 2357 47 8-02.3(3) Weed and Pest Control This section is supplemented with the following new paragraph: Grass, including grass applied in accordance with Section 8-01, growing within the mulch ring of a plant shall be considered a weed and be controlled on the project in accordance with the weed and pest control plan. 8-02.3(4) Topsoil The last sentence of the first paragraph is revised to read After the topsoil has been spread, all large clods, hard lumps, and rocks 2 inches in diameter and larger, and litter shall be raked up, removed, and disposed of by the Contractor The following new paragraph is inserted after the first paragraph Topsoil stockpiled for project use shall be protected to prevent erosion and weed growth Weed growth on topsoil stockpile sites shall be immediately eliminated in accordance with the approved Weed and Pest Control Plan. 8-02.3(4)C Topsoil Type C The last sentence is revised to read Topsoil Type C shall meet the requirements of Sections 8-02 3(4), 8-02 3(4)B, and 9- 14 1(3). 8-02.3(12) Completion of Initial Planting Item number 4 in the last paragraph is deleted. 8-02.3(13) Plant Establishment The first sentence of the second paragraph is deleted. The second paragraph is supplemented with the following new sentence. The 1 calendar year shall be extended an amount equal to any periods where the Contractor does not comply with the plant establishment plan. The first sentence of the fourth paragraph is revised to read. During the first year of plant establishment under PSIPE (Plant Selection Including Plant Establishment), the Contractor shall meet monthly with the Engineer for the purpose of joint inspection of the planting material on a mutually agreed upon schedule. The last two paragraphs are deleted. 8-02.4 Measurement This section is supplemented with the following Plant selection will be measured per each. PSIPE _ (Plant Selection Including Plant Establishment) will be measured per each. 8-02.5 Payment The paragraph following the bid item "Topsoil Type City of Yakima Corridor Safety Project # 2357 48 ", per acre is revised to read. The unit Contract price per acre for "Topsoil Type " shall be full payment for all costs for the specified Work. The bid item "PSIPE ", per each and the paragraph following the bid item are revised to read: "PSIPE ", per each. The unit Contract price for "Plant Selection ", per each, and "PSIPE ", per each, shall be full pay for all Work necessary for weed control within the planting area, planting area preparation, fine grading, planting, cultivating, plant storage and protection, fertilizer and root dip, staking, cleanup, and water necessary to complete planting operations as specified to the end of first year plant establishment. The bid item "Plant Establishment - Year" is deleted. Section 8-04, Curbs, Gutters, and Spillways January 5, 2015 8-04.2 Materials The referenced section for the following item is revised to read: Hand Placed Riprap 9-13.1(4) 8-04.3(1) Cement Concrete Curbs, Gutters, and Spillways The first sentence in the fourth paragraph is revised to read: Expansion joints in the curb or curb and gutter shall be spaced as shown in the Plans, and placed at the beginning and ends of curb returns, drainage Structures, bridges, and cold joints with existing curbs and gutters. In the third sentence of the fourth paragraph, "Y4 -inch" is revised to read "%-inch". 8-04.3(1)A Extruded Cement Concrete Curb The second sentence in the second paragraph is revised to read: Cement concrete curbs shall be anchored to the existing pavement by placing steel reinforcing bars 1 foot on each side of every joint. The third paragraph is revised to read: Steel reinforcing bars shall meet the dimensions shown in the Standard Plans. Section 8-20, Illumination, Traffic Signal Systems, Intelligent Transportation Systems, and Electrical January 5, 2015 8-20.2(1) Equipment List and Drawings The fifth paragraph is revised to read: The Contractor will not be required to submit shop drawings for approval for light standards and traffic signal standards conforming to the preapproved plans listed in the Special Provisions. The Contractor may use preapproved plans posted on the WSDOT website with a more current revision date than published in the Special Provisions. City of Yakima Corridor Safety Project # 2357 49 8-20.3(1) General The following six new paragraphs are inserted after the second paragraph: If a portion of an existing communication conduit system is damaged due to the Contractor's activities, the affected system shall be restored to original condition Conduit shall be repaired. Communication cables shall be replaced and the communication system shall be made fully operational within 24 hours of being damaged Damaged communication cable shall be replaced between existing termination or splice points No additional termination or splice points will be allowed An existing termination or splice point is defined as a location where all existing fiber strands or twisted pair wires are terminated or spliced at one point. Communication cable shall be defined as either copper twisted pair or fiber optic cables The Contractor may use temporary splices to restore Contracting Agency communication systems until the permanent communication cable system is restored. When damage to an existing communication system has occurred, the Contractor shall perform the following in addition to other restoration requirements. 1. Inspect the communication raceway system including locate wire or tape to determine the extent of damage. 2. Contact the Engineer for Fiber Optic Cable and Twisted Pair (TWP) Copper Cable acceptance testing requirements and communication system restoration requirements. 3. Initially perform the acceptance tests to determine the extent of damage and also perform the acceptance tests after repairs are completed Provide written certification that the communication cable system, including the locate wire or tape, is restored to test standard requirements. Communication cables shall be restored by Contractor personnel that are WSDOT prequalified for communication installation work. Restoration shall be considered electrical work when the path of the communication system interfaces with electrical systems Electrical work of this nature shall be performed by Contractor personnel that are WSDOT prequalified for work on both electrical and communication systems. If the Contractor or Subcontractors are unable or unqualified to complete the restoration work, the Engineer may have the communication or electrical systems restored by other means and subtract the cost from the money that will be or is due the Contractor When field repair of existing conduit, innerduct or outerduct is required, the repair kits shall be installed per manufacturer's recommendations Repair kits and each connection point between the repair kit and the existing raceway system shall be sealed to prevent air leakage during future cable installation. 8-20.3(8) Wiring The second sentence in the eleventh paragraph is revised to read: Every conductor at every wire termination, connector, or device shall have an approved wire marking sleeve bearing, as its legend, the circuit number indicated in the Contract. City of Yakima Corridor Safety Project # 2357 50 8-20.3(13)A Light Standards In the third paragraph, the last sentence of item number 1 is revised to read: Conduit shall extend a maximum of 1 inch above the top of the foundation, including grounding end bushing or end bell bushing. In the fourth paragraph, the second sentence of item number 1 is revised to read: Conduits shall be cut to a maximum height of 2 inches above the foundation including grounding end bushing or end bell bushing. Section 8-22, Pavement Marking January 5, 2015 8-22.3(6) Removal of Pavement Markings The second sentence of the first paragraph is revised to read: Grinding to remove painted markings is only allowed prior to application of a Bituminous Surface Treatment. Section 8-23, Temporary Pavement Markings January 5, 2015 This section's content is deleted in its entirety and replaced with the following new sub- sections: 8-23.1 Description The Work consists of furnishing, installing, and removing temporary pavement markings. Temporary pavement markings shall be provided where noted in the Plans; for all lane shifts and detours resulting from construction activities; or when permanent markings are removed because of construction operations. 8-23.2 Materials Materials for temporary markings shall be paint, plastic, tape, raised pavement markers or flexible raised pavement markers. Materials for pavement markings shall meet the following requirements Raised Pavement Markers 9-21 Temporary Marking Paint 9-34 2(6) Plastic 9-34.3 Glass Beads for Pavement Marking Materials 9-34.4 Temporary Pavement Marking Tape 9-34 5 Temporary Flexible Raised Pavement Markers 9-34.6 8.23.3 Construction Requirements 8-23.3(1) General The Contractor shall select the type of pavement marking material in accordance with the Contract. 8-23.3(2) Preliminary Spotting All preliminary layout and marking in preparation for application or removal of temporary pavement markings shall be the responsibility of the Contractor. City of Yakima Corridor Safety Project # 2357 51 8-23.3(3) Preparation of Roadway Surface Surface preparation for temporary pavement markings shall be in accordance with the manufacturer's recommendations 8-23.3(4) Pavement Marking Application 8-23.3(4)A Temporary Pavement Markings — Short Duration Temporary pavement markings — short duration shall meet the following requirements. Temporary Center Line — A BROKEN line used to delineate adjacent lanes of traffic moving in opposite directions. The broken pattern shall be based on a 40 -foot unit, consisting of a 4 -foot line with a 36 -foot gap if paint or tape is used If temporary raised pavement markers are used, the pattern shall be based on a 40 -foot unit, consisting of a grouping of three temporary raised pavement markers, each spaced 3 feet apart, with a 34 foot gap Temporary Edge Line — A SOLID line used on the edges of Traveled Way. The line shall be continuous if paint or tape is used. If temporary raised pavement markers are used, the line shall consist of markers installed continuously at 5 -foot spacing. Temporary Lane Line — A BROKEN line used to delineate adjacent lanes with traffic traveling in the same direction. The broken pattern shall be based on a 40 -foot unit, consisting of a 4 -foot line with a 36 -foot gap, if paint or tape is used. If temporary raised pavement markers are used, the pattern shall be based on a 40 -foot unit, consisting of a grouping of three temporary raised pavement markers, each spaced 3 feet apart, with a 34 foot gap. Lane line and right edge line shall be white in color. Center line and left edge line shall be yellow in color Edge lines shall be installed only if specifically required in the Contract. All temporary pavement markings shall be retroreflective 8-23.3(4)A1 Temporary Pavement Marking Paint Paint used for short duration temporary pavement markings shall be applied in one application at a thickness of 15 mils or 108 square feet per gallon. Glass beads shall be in accordance with Section 8-22 3(3)G. 8-23.3(4)A2 Temporary Pavement Marking Tape Application of temporary pavement marking tape shall be in conformance with the manufacturer's recommendations. Black mask pavement marking tape shall mask the existing line in its entirety 8-23.3(4)A3 Temporary Raised Pavement Markers Temporary raised pavement markers are not allowed on bituminous surface treatments 8-23.3(4)A4 Temporary Flexible Raised Pavement Markers Flexible raised pavement markers are required for new applications of bituminous surface treatments Flexible raised pavement markers are not City of Yakima Corridor Safety Project # 2357 52 allowed on other pavement types unless otherwise specified or approved by the Engineer. Flexible raised pavement markers shall be installed with the protective cover in place. The cover shall be removed immediately after spraying asphaltic material. 8-23.3(4)B Temporary Pavement Markings — Long Duration Application of paint, pavement marking tape and plastic for long duration pavement markings shall meet the requirements of Section 8-22.3(3); application of raised pavement markers shall meet the requirements of Section 8-09.3, and application of flexible pavement markings shall be in conformance with the manufacturer's recommendations. 8-23.3(4)C Tolerance for Lines Tolerance for lines shall conform to Section 8-22.3(4). 8-23.3(4)D Maintenance of Pavement Markings Temporary pavement markings shall be maintained in serviceable condition throughout the project until permanent pavement markings are installed. As directed by the Engineer; temporary pavement markings that are damaged, including normal wear by traffic, shall be repaired or replaced immediately. Repaired and replaced pavement markings shall meet the requirements for the original pavement marking. 8-23.3(4)E Removal of Pavement Markings Removal of temporary paint is not required prior to paving; all other temporary pavement markings shall be removed. All temporary pavement markings that are required on the wearing course prior to construction of permanent pavement markings and are not a part of the permanent markings shall be completely removed concurrent with or immediately subsequent to the construction of the permanent pavement markings. Temporary flexible raised pavement markers on bituminous surface treatment pavements shall be cut off flush with the surface if their location conflicts with the alignment of the permanent pavement markings All other temporary pavement markings shall be removed in accordance with Section 8- 22 3(6). All damage to the permanent Work caused by removing temporary pavement markings shall be repaired by the Contractor at no additional cost to the Contracting Agency. 8-23.4 Measurement Temporary pavement markings will be measured by the linear foot of each installed line or grouping of markers, with no deduction for gaps in the line or markers and no additional measurement for the second application of paint required for long duration paint lines. Short duration and long duration temporary pavement markings will be measured for the initial installation only 8-23.5 Payment Payment will be made in accordance with Section 1-04.1, for each of the following Bid items that are included in the Proposal: "Temporary Pavement Marking — Short Duration", per linear foot. "Temporary Pavement Marking — Long Duration", per linear foot. City of Yakima Corridor Safety Project # 2357 53 The unit Contract price per linear foot for "Temporary Pavement Marking — Short Duration" and "Temporary Pavement Marking — Long Duration" shall be full pay for all Work. Section 9-03, Aggregates August 4, 2014 9-03.1(2)C Use of Substandard Gradings This section including title is deleted in its entirety and replaced with the following. Vacant 9-03.1(4)C Grading In the second paragraph, the first sentence is deleted. The third paragraph is deleted 9-03.1(5)B Grading The last paragraph is revised to read. The Contracting Agency may sample each aggregate component prior to introduction to the weigh batcher or as otherwise determined by the Engineer Each component will be sieve analyzed separately in accordance with WSDOT FOP for WAQTC/AASHTO Test Method T-27/11. All aggregate components will be mathematically re -combined by the proportions (percent of total aggregate by weight) provided by the Contractor on Concrete Mix Design Form 350-040. 9-03.8(1) General Requirements The first paragraph up until the colon is revised to read Preliminary testing of aggregates for source approval shall meet the following test requirements: The list in the first paragraph is supplemented with the following Sand Equivalent 45 min. The following new paragraph is inserted after the first paragraph: Aggregate sources that have 100 percent of the mineral material passing the No 4 sieve shall be limited to no more than 5 percent of the total weight of aggregate 9-03.14(3) Common Borrow This section is revised to read: Material for common borrow shall consist of granular or nongranular soil and/or aggregate which is free of deleterious material. Deleterious material includes wood, organic waste, coal, charcoal, or any other extraneous or objectionable material The material shall not contain more than 3 percent organic material by weight. The plasticity index shall be determined using test method AASHTO T 89 and AASHTO T 90. The material shall meet one of the options in the soil plasticity table below. City of Yakima Corridor Safety Project # 2357 54 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Soil Plasticity Table Option Sieve Percent Passing Plasticity Index 1 No. 200 0 - 12 N/A 2 No. 200 12.1 - 35 6 or Less 3 No. 200 Above 35 0 All percentages are by weight. If requested by the Contractor, the plasticity index may be increased with the approval of the Engineer. 9-03.14(4) Gravel Borrow for Structural Earth Wall In the second table, the row beginning with "pH" is revised to read: pH WSDOT Test 4.5 - 9 5 — 10 Method T 417 Section 9-14, Erosion Control and Roadside Planting January 5, 2015 9.14.1 Soil This section, including title, is revised to read 9-14.1 Topsoil Topsoil shall not contain any recycled material, foreign materials, or any listed Noxious and Nuisance weeds of any Class designated by authorized State or County officials Aggregate shall not comprise more than 10% by volume of Topsoil and shall not be greater than two inches in diameter. 9-14.1(2) Topsoil Type B The last sentence of the second paragraph is deleted. 9-14.2 Seed This section is revised to read: Seed of the type specified shall be certified in accordance with WAC 16-302. Seed mixes shall be commercially prepared and supplied in sealed containers. The labels shall show: (1) Common and botanical names of seed (2) Lot number (3) Net weight (4) Pounds of Pure live seed (PLS) in the mix (5) Origin of seed City of Yakima Corridor Safety Project # 2357 55 All seed vendors must have a business license issued by supplier's state or provincial Department of Licensing with a "seed dealer" endorsement. 9-14.4(3) Bark or Wood Chips This section's title is revised to read: Bark or Wood Chip Mulch The first paragraph is revised to read Bark or wood chip mulch shall be derived from fir, pine, or hemlock species It shall not contain resin, tannin, or other compounds in quantities that would be detrimental to plant life Sawdust shall not be used as mulch. Mulch produced from finished wood products or construction debris will not be allowed. 9-14.4(6) Gypsum The first sentence is revised to read. Gypsum shall consist of Calcium Sulfate (CaSO4 2H20) in a pelletized or granular form. 9-14.4(7) Tackifier This section is revised to read. Tackifiers are used as a tie -down for soil, compost, seed, and/or mulch. Tackifiers shall contain no growth or germination -inhibiting materials and shall not reduce infiltration rates. Tackifiers shall hydrate in water and readily blend with other slurry materials. The Contractor shall provide test results documenting the tackifier meets the requirements for Acute Toxicity, Solvents, and Heavy Metals as required in Table 1 in Section 9-14.4(2). The tests shall be performed at the manufacturer's recommended application rate. 9-14.4(8) Compost The second paragraph is revised to read. Compost production and quality shall comply with WAC 173-350 9-14.4(8)A Compost Submittal Requirements Item 2 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). 9-14.6(1) Description Item number 3 in the fourth paragraph is revised to read 3 Live pole cuttings shall have a diameter between 2 inches and 3 5 inches Live poles shall have no more than three branches which must be located at the top end of the pole and those branches shall be pruned back to the first bud from the main stem. 9-14.6(2) Quality The second and third paragraphs in this section are revised to read: City of Yakima Corridor Safety Project # 2357 56 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 All plant material shall comply with State and Federal laws with respect to inspection for plant diseases and insect infestation. Plants must meet Washington State Department of Agriculture plant quarantines and have a certificate of inspection. Plants originating in Canada must be accompanied by a phytosanitary certificate stating the plants meet USDA health requirements. All plant material shall be purchased from a nursery licensed to sell plants in their state or province. Section 9-29, Illumination, Signal, Electrical January 5, 2015 9-29.1 Conduit, Innerduct, and Outerduct This section is supplemented with the following new subsection' 9-29.1(9) Repair Manufacturer repair kits shall be used for field repair of existing conduit, innerduct and outerduct. The conduit repair kit shall be manufactured specifically for the repair of existing damaged conduit, inner duct and outer duct. The repair kit shall be prepackaged and include the split conduit and split couplings necessary to restore the damaged conduit to the original inside dimensions including a water and air tight seal. 9-29.2(1)B Heavy Duty Junction Boxes The second paragraph is revised to read: The Heavy -Duty Junction Box steel frame, lid support and lid fabricated from steel plate and shapes shall be painted with a shop applied, inorganic zinc primer in accordance with Section 6-07 3 Ductile iron and gray iron castings shall not be painted. The following new paragraph is inserted after the second paragraph: The concrete used in Heavy -Duty Junction Boxes shall have a strength of 4,000 psi. In the fourth paragraph (after the preceding Amendment is applied), read. minimum compressive the table is revised to Materials:_ ` Re`quiremerit` - u, -- Concrete Section 6-02 Reinforcing Steel Section 9-07 Lid ASTM A 786 diamond plate steel, rolled from plate complying with ASTM A 572, grade 50 or ASTM A 588, and having a min CVN toughness of 20 ft -Ib at 40 degrees F Or Ductile iron casting meeting Section 9-05 15 Frame and stiffener plates ASTM A 572 grade 50 or ASTM A 588, both with min CVN toughness of 20 ft -Ib at 40 degrees F Or Gray iron casting meeting Section 9-05 15 Anchors (studs) Section 9-06 15 Threaded Anchors for Gray Iron Frame ASTM F1554 grade 55 Headed Anchor Requirements Bolts, Studs, Nuts, Washers ASTM F 593 or A 193, Type 304 or 316, or Stainless steel grade 302, 304, or 316 in accordance with City of Yakima Corridor Safety Project # 2357 57 The last paragraph is revised to read. The bearing seat and lid perimeter 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 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(2) Standard Duty and Heavy -Duty Cable Vaults and Pull Boxes This section's title is revised to read SmaII Cable Vaults, Standard Duty Cable Vaults, Heavy -Duty Cable Vaults, Standard Duty Pull Boxes, and Heavy -Duty Pull Boxes In the first paragraph, the first sentence is revised to read Small, Standard Duty and Heavy -Duty Cable Vaults and Standard Duty and Heavy -Duty Pull Boxes shall be constructed as a concrete box and as a concrete lid. 1 1 1 1 1 1 1 1 1 9-29.2(2)A Standard Duty Cable Vaults and Pull Boxes This section's title is revised to read SmaII Cable Vaults, Standard Duty Cable Vaults, and Standard Duty Pull Boxes The first paragraph is revised to read: Small and Standard Duty Cable Vaults and Standard Duty 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. In the second paragraph, the first sentence is revised to read Concrete for Small and Standard Duty Cable Vaults and Standard Duty Pull Boxes shall have a minimum compressive strength of 4,000 psi. In the third paragraph, the first sentence is revised to read: All Small and Standard Duty Cable Vaults and Standard Duty Pull Boxes placed in sidewalks, walkways, and shared -use paths shall have slip -resistant surfaces The fourth paragraph (up until the colon) is revised to read: Materials for Small and Standard Duty Cable Vaults and Standard Duty Pull Boxes shall conform to the following City of Yakima Corridor Safety Project # 2357 58 1 1 1 1 1 1 1 1 approved shop drawings Hinges and Locking and Latching Mechanism and associated Hardware and Bolts In accordance with approved shop drawings Safety Bars In accordance with approved shop drawings The last paragraph is revised to read. The bearing seat and lid perimeter 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 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(2) Standard Duty and Heavy -Duty Cable Vaults and Pull Boxes This section's title is revised to read SmaII Cable Vaults, Standard Duty Cable Vaults, Heavy -Duty Cable Vaults, Standard Duty Pull Boxes, and Heavy -Duty Pull Boxes In the first paragraph, the first sentence is revised to read Small, Standard Duty and Heavy -Duty Cable Vaults and Standard Duty and Heavy -Duty Pull Boxes shall be constructed as a concrete box and as a concrete lid. 1 1 1 1 1 1 1 1 1 9-29.2(2)A Standard Duty Cable Vaults and Pull Boxes This section's title is revised to read SmaII Cable Vaults, Standard Duty Cable Vaults, and Standard Duty Pull Boxes The first paragraph is revised to read: Small and Standard Duty Cable Vaults and Standard Duty 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. In the second paragraph, the first sentence is revised to read Concrete for Small and Standard Duty Cable Vaults and Standard Duty Pull Boxes shall have a minimum compressive strength of 4,000 psi. In the third paragraph, the first sentence is revised to read: All Small and Standard Duty Cable Vaults and Standard Duty Pull Boxes placed in sidewalks, walkways, and shared -use paths shall have slip -resistant surfaces The fourth paragraph (up until the colon) is revised to read: Materials for Small and Standard Duty Cable Vaults and Standard Duty Pull Boxes shall conform to the following City of Yakima Corridor Safety Project # 2357 58 1 1 1 1 1 1 1 1 1 1 1 1 1 1 9-29.3 Fiber Optic Cable, Electrical Conductors, and Cable This section is supplemented with the following new subsection 9-29.3(3) Wire Marking Sleeves Wire marking sleeves shall be full -circle in design, non -adhesive, printable using an indelible ink and shall fit snugly on the wire or cable Marking sleeves shall be made from a PVC or polyolefin, and provide permanent identification for wires and cables. 9-29.3(2)A4 Location Wire This section is revised to read: Location wire shall be steel core copper clad minimum size AWG 14 insulated conductor. The insulation shall be orange High Molecular Weight High Density Polyethylene (HMHDPE). Section 9-34, Pavement Marking Material January 5, 2015 I9-34.2 Paint 1 1 1 1 1 1 1 1 1 1 1 1 The second paragraph is revised to read: Blue and black paint shall comply with the requirements of 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 ratio. 9-34.4 Glass Beads for Pavement Marking Materials In the third paragraph, the table titled "Metal Concentration Limits" is revised to read: Metal Concentration Limits Element Test Method Max. Parts Per Million (ppm) Arsenic EPA 3052 SW -846 60100 10 0 Barium EPA 3052 SW -846 6010C 100 0 Cadmium EPA 3052 SW -846 6010C 1 0 Chromium EPA 3052 SW -846 6010C 5 0 Lead EPA 3052 SW -846 6010C 50 0 Silver EPA 3052 SW -846 6010C 5 0 Mercury EPA 3052 SW -846 7471 B 4.0 9-34.5 Temporary Pavement Marking Tape This section is revised to read: Biodegradable tape with paper backing is not allowed This section is supplemented with the following new sub -sections: 9-34.5(1) Temporary Pavement Marking Tape — Short Duration Temporary pavement marking tape for short duration shall conform to ASTM D4592 Type II except that black tape, black mask tape and the black portion of the contrast removable tape, shall be non -reflective. 9-34.5(2) Temporary Pavement Marking Tape — Long Duration Temporary pavement marking tape for long duration shall conform to ASTM D4592 Type I. Temporary pavement marking tape for long duration, except for black tape, shall have a minimum initial coefficient of retroreflective luminance of 200 mcd*m-2*Ix-1 when City of Yakima Corridor Safety Project # 2357 59 measured in accordance with ASTM E 2832 or ASTM E 2177. Black tape, black mask tape and the black portion of the contrast removable tape, shall be non -reflective. 9-34.6 Temporary Raised Pavement Markers This section's title is revised to read: Temporary Flexible Raised Pavement Markers The second paragraph is deleted. Section 9-35, Temporary Traffic Control Materials August 4, 2014 9-35.0 General Requirements The following item is deleted from the list of temporary traffic control materials. Barrier Drums The last sentence of the second paragraph is revised to read: Certification for crashworthiness according to NCHRP 350 or the Manual for Assessing Safety Hardware (MASH) will be required as described in Section 1-10 2(3) 9-35.2 Construction Signs The first sentence is revised to read Construction signs shall conform to the requirements of the MUTCD and shall meet the requirements of NCHRP Report 350 for Category 2 devices or MASH. 9-35.7 Traffic Safety Drums The third paragraph is revised to read. Drums and light units shall meet the crashworthiness requirements of NCHRP 350 or MASH as described in Section 1-10.2(3). 9-35.8 Barrier Drums This section including title is deleted in its entirety and replaced with the following. 9-35.8 Vacant 9-35.12 Transportable Attenuator In the first paragraph, the fourth sentence is revised to read The Contractor shall provide certification that the transportable attenuator complies with NCHRP 350 Test level 3 or MASH Test Level 3 requirements. 9-35.13 Tall Channelizing Devices In the sixth paragraph, the last sentence is revised to read The method of attachment must ensure that the light does not separate from the device upon impact and light units shall meet the crashworthiness requirements of NCHRP 350 or MASH as described in Section 1-10.2(3) City of Yakima Corridor Safety Project # 2357 60 CONTRACT PROVISIONS Special Provisions Contract Form Performance Bond Form Informational Certificate of Insurance Informational Additional Insured Endorsement Minimum Wage Affidavit Form 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, 2014 edition, as issued by the Washington State Department of Transportation (WSDOT) and the American Public Works Association (APWA), Washington State Chapter (hereafter "Standard Specifications"). The Standard Specifications, as modified or supplemented by the Amendments to the Standard Specifications and these Special Provisions, all of which are made a part of the Contract Documents, shall govern all of the Work. These Special Provisions are made up of both General Special Provisions (GSPs) from various sources, which may have project -specific fill-ins, and project -specific Special Provisions Each Provision either supplements, modifies, or replaces the comparable Standard Specification, or is a new Provision. The deletion, amendment, alteration, or addition to any subsection or portion of the Standard Specifications is meant to pertain only to that particular portion of the section, and in no way should it be interpreted that the balance of the section does not apply The project -specific Special Provisions are not labeled as such. The GSPs are labeled under the headers of each GSP, with the 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. City of Yakima Corridor Safety Project # 2357 61 DIVISION 1 GENERAL REQUIREMENTS DESCRIPTION OF WORK (March 13, 1995) This Contract provides for the improvement of *** the 1st Street and Nob Hill corridors by constructing ADA compliant curb ramps, installing countdown pedestrian signals, upgrading signal heads, installing speed warning signs, and street lighting upgrades *** and other work, all in accordance with the attached Contract Plans, these Contract Provisions, and the Standard Specifications 1-01.3 Definitions (March 8, 2013 APWA GSP) Delete the heading Completion Dates and the three paragraphs that follow it, and replace them with the following: Dates Bid Opening Date The date on which the Contracting Agency publicly opens and reads the Bids. Award Date The date of the formal decision of the Contracting Agency to accept the lowest responsible and responsive Bidder for the Work. Contract Execution Date The date the Contracting Agency officially binds the Agency to the Contract. Notice to Proceed Date The date stated in the Notice to Proceed on which the Contract time begins. Substantial Completion Date The day the Engineer determines the Contracting Agency has full and unrestricted use and benefit of the facilities, both from the operational and safety standpoint, any remaining traffic disruptions will be rare and brief, and only minor incidental work, replacement of temporary substitute facilities, plant establishment periods, or correction or repair remains for the Physical Completion of the total Contract. Physical Completion Date The day all of the Work is physically completed on the project. All documentation required by the Contract and required by law does not necessarily need to be furnished by the Contractor by this date Completion Date The day all the Work specified in the Contract is completed and all the obligations of the Contractor under the contract are fulfilled by the Contractor. All documentation required by the Contract and required by law must be furnished by the Contractor before establishment of this date Final Acceptance Date The date on which the Contracting Agency accepts the Work as complete. Supplement this Section with the following: All references in the Standard Specifications, Amendments, or WSDOT General Special Provisions, to the terms "State", "Department of Transportation", "Washington State Transportation Commission", "Commission", "Secretary of Transportation", "Secretary", "Headquarters", and "State Treasurer" shall be revised to read "Contracting Agency" City of Yakima Corridor Safety Project # 2357 62 All references to "State Materials Laboratory" shall be revised to read "Contracting Agency designated location". All references to "final contract voucher certification" shall be interpreted to mean the final payment form established by the Contracting Agency. The venue of all causes of action arising from the advertisement, award, execution, and performance of the contract shall be in the Superior Court of the County where the Contracting Agency's headquarters are located Additive A supplemental unit of work or group of bid items, identified separately in the Bid Proposal, which may, at the discretion of the Contracting Agency, be awarded in addition to the base bid. Alternate One of two or more units of work or groups of bid items, identified separately in the Bid Proposal, from which the Contracting Agency may make a choice between different methods or material of construction for performing the same work. Business Day A business day is any day from Monday through Friday except holidays as listed in Section 1-08.5. Contract 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. City of Yakima Corridor Safety Project # 2357 63 1-02 BID PROCEDURES AND CONDITIONS 1-02.1 Prequalification of Bidders Delete this Section and replace it with the following. 1-02.1 Qualifications of Bidder (January 24, 2011 APWA GSP) Before award of a public works contract, a bidder must meet at least the minimum qualifications of RCW 39 04.350(1) to be considered a responsible bidder and qualified to be awarded a public works project. 1-02.2 Plans and Specifications (June 27, 2011 APWA GSP) Delete this section and replace it with the following: Information as to where Bid Documents can be obtained or reviewed can be found in the Call for Bids (Advertisement for Bids) for the work. After award of the contract, plans and specifications will be issued to the Contractor at no cost as detailed below: To Prime Contractor No. of Sets Basis of Distribution Reduced plans (11" x 17") 6 Furnished automatically upon award Contract Provisions 6 Furnished automatically upon award. Large plans (e g., 22" x 34") N/A Furnished only upon 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 name, address, telephone number, and signature, the bidder's D/M/WBE commitment, if applicable; a State of Washington Contractor's Registration Number; and a Business License Number, if applicable Bids shall be completed by typing or shall be printed in ink by hand, preferably in black ink. The required certifications are included as part of the Proposal Form. City of Yakima Corridor Safety Project # 2357 64 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 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 the person authorized to submit the bid should agree with the signature on the bond, and the title of the person must accompany the said signature; 6 The signature of the surety's officer empowered to sign the bond and the power of attorney If so stated in the Contract Provisions, bidder must use the bond form included in the Contract Provisions City of Yakima Corridor Safety Project # 2357 65 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: 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 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 1-02.12 Public Opening of Proposals (May 4, 2012 APWA GSP) Delete this section and replace it with the following Proposals will be opened and publicly read at the time indicated in the Call for Bids, after the deadline(s) for submitting all elements of the Bid Proposal including DBE Written Confirmation Documents and/or Good Faith Effort Documentation, unless the Bid opening has been delayed or canceled Bidders, their authorized agents, and other interested parties are invited to be present. 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 City of Yakima Corridor Safety Project # 2357 66 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; 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 I More than one proposal is submitted for the same prosect 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) 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, City of Yakima Corridor Safety Project # 2357 67 5 Attendance at a conference with the Engineer or representatives of the Engineer, 6 Obtain, and furnish a copy of, a business license to do business in the city or county where the work is located. 7 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) Revise the first paragraph to read After opening and reading proposals, the Contracting Agency will check them for correctness of extensions of the prices per unit and the total price. If a discrepancy exists between the price per unit and the extended amount of any bid item, the price per unit will control. If a minimum bid amount has been established for any item and the bidder's unit or lump sum price is less than the minimum specified amount, the Contracting Agency will unilaterally revise the unit or lump sum price, to the minimum specified amount and recalculate the extension. The total of extensions, corrected where necessary, including sales taxes where applicable and such additives and/or alternates as selected by the Contracting Agency, will be used by the Contracting Agency for award purposes and to fix the Awarded Contract Price amount and the amount of the contract bond. 1-03.3 Execution of Contract (October 1, 2005 APWA GSP) Revise this section to read Copies of the Contract Provisions, including the unsigned Form of Contract, will be available for signature by the successful bidder on the first business day following award. The number of copies to be executed by the Contractor will be determined by the Contracting Agency. Within Ten (10) calendar days after the award date, the successful bidder shall return the signed Contracting Agency -prepared contract, an insurance certification as required by Section 1-07 18, and a satisfactory bond as required by law and Section 1-03.4. Before execution of the contract by the Contracting Agency, the successful bidder shall provide any pre -award information the Contracting Agency may require under Section 1-02 15. Until the Contracting Agency executes a contract, no proposal shall bind the Contracting Agency nor shall any work begin within the project limits or within Contracting Agency - furnished sites. The Contractor shall bear all risks for any work begun outside such areas and for any materials ordered before the contract is executed by the Contracting Agency If the bidder experiences circumstances beyond their control that prevents return of the contract documents within the calendar days after the award date stated above, the Contracting Agency may grant up to a maximum of Twenty (20) additional calendar days for return of the documents, provided the Contracting Agency deems the circumstances warrant it. City of Yakima Corridor Safety Project # 2357 68 1-03.4 Contract Bond (December 8, 2014 APWA GSP) Revise the first paragraph to read: The successful bidder shall provide executed payment and performance bond(s) for the full contract amount. The bond may be a combined payment and performance bond; or be separate payment and performance bonds In the case of separate payment and performance bonds, each shall be for the full contract amount. The bond(s) shall: 1 Be on Contracting Agency -furnished form(s); 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. Guarantee that the Contractor will perform and comply with all obligations, duties, and conditions under the Contract, including but not limited to the duty and obligation to indemnify, defend, and protect the Contracting Agency against all losses and claims related directly or indirectly from any failure a Of the Contractor (or any of the employees, subcontractors, or lower tier subcontractors of the Contractor) to faithfully perform and comply with all contract obligations, conditions, and duties, or b. Of the Contractor (or the subcontractors or lower tier subcontractors of the Contractor) to pay all laborers, mechanics, subcontractors, lower tier subcontractors, material person, or any other person who provides supplies or provisions for carrying out the work; 4. Be conditioned upon the payment of taxes, increases, and penalties incurred on the project under titles 50, 51, and 82 RCW; and 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(s) must be signed by the president or vice president, unless accompanied by written proof of the authority of the individual signing the bond(s) to bind the corporation (i.e., corporate resolution, power of attorney, or a letter to such effect signed by the president or vice president). 1-04 SCOPE OF THE WORK 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda (March 13, 2012 APWA GSP) Revise the second paragraph to read: Any inconsistency in the parts of the contract shall be resolved by following this order of precedence (e g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth): 1. Addenda, 2 Proposal Form, 3. Special Provisions, 4. Contract Plans, 5. Amendments to the Standard Specifications, 6. Standard Specifications, 7. Contracting Agency's Standard Plans or Details (if any), and City of Yakima Corridor Safety Project # 2357 69 8 WSDOT Standard Plans for Road, Bridge, and Municipal Construction 1-05 CONTROL OF WORK 1-05.4 Conformity With And Deviations From Plans And Stakes This section is supplemented with the following. The Contractor shall be responsible for all surveying required for this project. A Professional Surveyor, licensed in the State of Washington, shall be employed by the Contractor to perform all horizontal and vertical control work, and to do the construction staking, including setting offset points and grades. The Contractor shall protect all existing monuments within the construction limits from being disturbed or damaged in any way during construction If any monuments are disturbed, damaged or removed during construction, the Licensed Surveyor shall replace such monuments in accordance with State Law including recording a Land Corner Record for each monument affected. All associated costs for the survey work shall be incidental to the other bid items of the project. 1-05.7 Removal of Defective and Unauthorized Work (October 1, 2005 APWA GSP) Supplement this section with the following• If the Contractor fails to remedy defective or unauthorized work within the time specified in a written notice from the Engineer, or fails to perform any part of the work required by the Contract Documents, the Engineer may correct and remedy such work as may be identified in the written notice, with Contracting Agency forces or by such other means as the Contracting Agency may deem necessary If the Contractor fails to comply with a written order to remedy what the Engineer determines to be an emergency situation, the Engineer may have the defective and unauthorized work 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 City of Yakima Corridor Safety Project # 2357 70 1-05.11 Final Inspection Delete this section and replace it with the following: 1-05.11 Final Inspections and Operational Testing (October 1, 2005 APWA GSP) 1-05.11(1) Substantial Completion Date When the Contractor considers the work to be substantially complete, the Contractor shall so notify the Engineer and request the Engineer establish the Substantial Completion Date. The Contractor's request shall list the specific items of work that remain to be completed in order to reach physical completion. The Engineer will schedule an inspection of the work with the Contractor to determine the status of completion. The Engineer may also establish the Substantial Completion Date unilaterally. If, after this inspection, the Engineer concurs with the Contractor that the work is substantially complete and ready for its intended use, the Engineer, by written notice to the Contractor, will set the Substantial Completion Date If, after this inspection the Engineer does not consider the work substantially complete and ready for its intended use, the Engineer will, by written notice, so notify the Contractor giving the reasons therefor. Upon receipt of written notice concurring in or denying substantial completion, whichever is applicable, the Contractor shall pursue vigorously, diligently and without unauthorized interruption, the work necessary to reach Substantial and Physical Completion. The Contractor shall provide the Engineer with a revised schedule indicating when the Contractor expects to reach substantial and physical completion of the work. The above process shall be repeated until the Engineer establishes the Substantial Completion Date and the Contractor considers the work physically complete and ready for final inspection 1-05.11(2) Final Inspection and Physical Completion Date When the Contractor considers the work physically complete and ready for final inspection, the Contractor by written notice, shall request the Engineer to schedule a final inspection The Engineer will set a date for final inspection. The Engineer and the Contractor will then make a final inspection and the Engineer will notify the Contractor in writing of all particulars in which the final inspection reveals the work incomplete or unacceptable. The Contractor shall immediately take such corrective measures as are necessary to remedy the listed deficiencies Corrective work shall be pursued vigorously, diligently, and without interruption until physical completion of the listed deficiencies. This process will continue until the Engineer is satisfied the listed deficiencies have been corrected. If action to correct the listed deficiencies is not initiated within 7 days after receipt of the written notice listing the deficiencies, the Engineer may, upon written notice to the Contractor, take whatever steps are necessary to correct those deficiencies pursuant to Section 1-05.7. The Contractor will not be allowed an extension of contract time because of a delay in the performance of the work attributable to the exercise of the Engineer's right hereunder. Upon correction of all deficiencies, the Engineer will notify the Contractor and the Contracting Agency, in writing, of the date upon which the work was considered physically City of Yakima Corridor Safety Project # 2357 71 complete That date shall constitute the Physical Completion Date of the contract, but shall not imply acceptance of the work or that all the obligations of the Contractor under the contract have been fulfilled. 1-05.11(3) Operational Testing It is the intent of the Contracting Agency to have at the Physical Completion Date a complete and operable system. Therefore when the work involves the installation of machinery or other mechanical equipment; street lighting, electrical distribution or signal systems, irrigation systems, buildings, or other similar work it may be desirable for the Engineer to have the Contractor operate and test the work for a period of time after final inspection but prior to the physical completion date Whenever items of work are listed in the Contract Provisions for operational testing they shall be fully tested under operating conditions for the time period specified to ensure their acceptability prior to the Physical Completion Date. During and following the test period, the Contractor shall correct any items of workmanship, materials, or equipment which prove faulty, or that are not in first class operating condition Equipment, electrical controls, meters, or other devices and equipment to be tested during this period shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which they were installed The Physical Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer The costs for power, gas, labor, material, supplies, and everything else needed to successfully complete operational testing, shall be included in the unit contract prices related to the system being tested, unless specifically set forth otherwise in the proposal Operational and test periods, when required by the Engineer, shall not affect a manufacturer's guaranties or warranties furnished under the terms of the contract. 1-05.13 Superintendents, Labor and Equipment of Contractor (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. City of Yakima Corridor Safety Project # 2357 72 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 the territories and possessions of the United States. If domestically produced steel billets or iron ingots are exported outside of the area of coverage, as defined above, for any manufacturing process then the resulting product does not conform to the Buy America requirements Additionally, products manufactured domestically from foreign source steel billets or iron ingots do not conform to the Buy America requirements because the initial melting and mixing of alloys to create the material occurred in a foreign country. Manufacturing begins with the initial melting and mixing, and continues through the coating stage. Any process which modifies the chemical content, the physical size or shape, or the final finish is considered a manufacturing process. The processes include rolling, extruding, machining, bending, grinding, drilling, welding, and coating. The action of applying a coating to steel or iron is deemed a manufacturing process. Coating includes epoxy coating, galvanizing, aluminizing, painting, and any other coating that protects or enhances the value of steel or iron Any process from the original reduction from ore to the finished product constitutes a manufacturing process for iron. Due to a nationwide waiver, Buy America does not apply to raw materials (iron ore and alloys), scrap (recycled steel or iron), and pig iron or processed, pelletized, and reduced iron ore. The following are considered to be steel manufacturing processes 1. Production of steel by any of the following processes: a. Open hearth furnace. b Basic oxygen. c. Electric furnace d Direct reduction. City of Yakima Corridor Safety Project # 2357 73 2. Rolling, heat treating, and any other similar processing. 3 Fabrication of the products a Spinning wire into cable or strand b. Corrugating and rolling into culverts. c Shop fabrication. A certification of materials origin will be required for any items comprised of, or containing, steel or iron construction materials prior to such items being incorporated into the permanent work. The certification shall be on DOT Form 350-109EF provided by the Engineer, or such other form the Contractor chooses, provided it contains the same information as DOT Form 350-109EF 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.1 Laws to be Observed (October 1, 2005 APWA GSP) Supplement this section with the following: In cases of conflict between different safety regulations, the more stringent regulation shall apply. The Washington State Department of Labor and Industries shall be the sole and paramount administrative agency responsible for the administration of the provisions of the Washington Industrial Safety and Health Act of 1973 (WISHA). The Contractor shall maintain at the project site office, or other well known place at the project site, all articles necessary for providing first aid to the injured The Contractor shall establish, publish, and make known to all employees, procedures for ensuring immediate removal to a hospital, or doctor's care, persons, including employees, who may have been injured on the project site. Employees should not be permitted to work on the project site before the Contractor has established and made known procedures for removal of injured persons to a hospital or a doctor's care The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of the Contractor's plant, appliances, and methods, and for any damage or injury resulting from their failure, or improper maintenance, use, or operation The Contractor shall be solely and completely responsible for the conditions of the project site, including safety for all persons and property in the performance of the work. This requirement shall apply continuously, and not be limited to normal working hours. The required or implied duty of the Engineer to conduct construction review of the Contractor's performance does not, and shall not, be intended to include review and adequacy of the Contractor's safety measures in, on, or near the project site 1-07.2 State Taxes Delete this section, including its sub -sections, in its entirety and replace it with the following 1-07.2 State Sales Tax (June 27, 2011 APWA GSP) City of Yakima Corridor Safety Project # 2357 74 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. The Contracting Agency will not adjust its payment if the Contractor bases a bid on a misunderstood tax liability The Contractor shall include all Contractor -paid taxes in the unit bid prices or other contract amounts. In some cases, however, state retail sales tax will not be included. Section 1-07.2(2) describes this exception. The Contracting Agency will pay the retained percentage (or release the Contract Bond if a FHWA-funded Project) only if the Contractor has obtained from the Washington State Department of Revenue a certificate showing that all contract -related taxes have been paid (RCW 60.28.051). The Contracting Agency may deduct from its payments to the Contractor any amount the Contractor may owe the Washington State Department of Revenue, whether the amount owed relates to this contract or not. Any amount so deducted will be paid into the proper State fund. 1-07.2(1) State Sales Tax — Rule 171 WAC 458-20-171, and its related rules, apply to building, repairing, or improving streets, roads, etc., which are owned by a municipal corporation, or political subdivision of the state, or by the United States, and which are used primarily for foot or vehicular traffic. This includes storm or combined sewer systems within and included as a part of the street or road drainage system and power lines when such are part of the roadway lighting system. For work performed in such cases, the Contractor shall include Washington State Retail Sales Taxes in the various unit bid item prices, or other contract amounts, including those that the Contractor pays on the purchase of the materials, equipment, or supplies used or consumed in doing the work. 1-07.2(2) State Sales Tax — Rule 170 WAC 458-20-170, and its related rules, apply to the constructing and repairing of new or existing buildings, or other structures, upon real property. This includes, but is not limited to, the construction of streets, roads, highways, etc., owned by the state of Washington; water mains and their appurtenances; sanitary sewers and sewage disposal systems unless such sewers and disposal systems are within, and a part of, a street or road drainage system, telephone, telegraph, electrical power distribution lines, or other conduits or lines in or above streets or roads, unless such power lines become a part of a street or road lighting system; and installing or attaching of any article of tangible personal property in or to real property, whether or not such personal property becomes a part of the realty by virtue of installation. For work performed in such cases, the Contractor shall collect from the Contracting Agency, retail sales tax on the full contract price. The Contracting Agency will automatically add this sales tax to each payment to the Contractor. For this reason, the Contractor shall not include the retail sales tax in the unit bid item prices, or in any other contract amount subject to Rule 170, with the following exception. Exception: The Contracting Agency will not add in sales tax for a payment the Contractor or a subcontractor makes on the purchase or rental of tools, machinery, equipment, or consumable supplies not integrated into the project. Such sales taxes shall be included in the unit bid item prices or in any other contract amount. City of Yakima Corridor Safety Project # 2357 75 1-07.2(3) Services The Contractor shall not collect retail sales tax from the Contracting Agency on any contract wholly for professional or other services (as defined in Washington State Department of Revenue Rules 138 and 244). 1-07.9 Wages (January 12, 2015) 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 WA150001. The State rates incorporated in this contract are applicable to all construction activities associated with this contract. 1-07.11 Requirements for Nondiscrimination (December 8, 2014 APWA GSP, Option B) Supplement this section with the following: 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 The Contracting Agency has established a COA Contract goal in the amount of. **6%** DBE Eligibility/Selection of DBEs A Directory of 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 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 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. City of Yakima Corridor Safety Project # 2357 76 DBE Subcontractor When a DBE firm participates as a Subcontractor only that portion of the total dollar value of the Contract equal to the distinct, clearly defined portion of the Work that the DBE performs with its own forces shall be credited • Include the cost of supplies and materials obtained by the DBE for the Work in the Contract including supplies purchased or equipment leased by the DBE. o However, you may not take credit for supplies, materials, and equipment the DBE Subcontractor purchases or leases from the Prime Contractor or its affiliate. In addition, Work performed by a DBE, utilizing resources of the Prime Contractor or its affiliates shall not be credited. • In very rare situations, a DBE firm may utilize equipment and/or personnel from a non -DBE firm other than the Prime Contractor or its affiliates. Should this situation arise the arrangement must be short- term and have prior written approval from the Office of Equal Opportunity (OEO) • 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 • 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 • 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. Trucking Use the following factors in determining DBE credit and whether a DBE trucking company is performing a commercially useful function: 1. The DBE must be responsible for the management and supervision of the entire trucking operation for which credit is being claimed 2. The DBE must itself own and, with its own workforce, operate at least one fully licensed, insured, and operational truck used on the Contract. 3. The DBE receives credit only for the value of the transportation services it provides on the Contract using trucks it owns or leases, licenses, insures, and operates with drivers it employs. For purposes of this requirement a lease must indicate that the DBE has exclusive use of and control over the truck. This does not preclude the leased City of Yakima Corridor Safety Project # 2357 77 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 less than the number of DBE trucks the firms owns or has leased/subcontracted through another DBE trucking company The DBE must control the work of the non -DBE trucks. If the non - DBE is performing the work without supervision of that work by the DBE, the DBE is not performing a Commercially Useful Function (CUF). 6 In any lease or owner -operator situation, as described in requirement #4 and #5 above, the following rules shall apply. a A written lease/rental agreement is required for all trucks leased or rented; documenting the ownership and the terms of the agreement. The agreements must be submitted and approved by the Contracting Agency prior to the beginning of the Work. The agreement must show the leaser's name, truck description and agreed upon amount and method of payment (hour, ton, or per load). 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 City of Yakima Corridor Safety Project # 2357 78 unfinished material or that purchases and substantially alters goods and materials to make them suitable for construction use before reselling them In order to receive credit as a DBE Manufacturer, the firm must be certified by OMWBE as a manufacturer in a NAICS code that falls within the 31XXXX to 33XXXX classification. Regular Dealer You may claim credit for 60 percent of the value of the materials or supplies purchased from a DBE regular dealer. Rules applicable to regular dealer status are contained in 49 CFR Part 26.55 e 2. To be considered a regular dealer you must meet the following criteria: • 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. Once the OEO has received the request, an onsite review will be set up with the firm and a review conducted to determine the firm's qualifications If it is determined that the firm qualifies as a regular dealer the OEO will list the firm on an Approved Regular Dealers List. The list may be accessed through the OEO Home website is at: www wsdot.wa gov/equalopportunity. Note. Requests to be listed as a regular dealer will only be processed if the requesting firm is certified by the Office of Minority and Women's Business Enterprises in a NAICS code that fall within the 42XXXX NAICS Wholesale code section. Materials or Supplies Purchased from a DBE With regard to materials or supplies purchased from a DBE who is neither a manufacturer nor a regular dealer you may claim credit for the following: 1. Fees or commissions charged for assistance in the procurement of the materials and supplies. 2 Fees or transportation charges for the delivery of materials or supplies. City of Yakima Corridor Safety Project # 2357 79 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 example; negotiating price, determining quality, determining quantities, ordering, installing (if applicable) and paying for the material itself. • 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 When requesting approval for use of a joint checking allowance, the Contractor must distribute a written joint check agreement among the parties (including the suppliers involved) providing full and prompt disclosure of the expected use of the joint checks. The agreement shall contain all the information concerning the parties' obligations and consequences or remedies if the agreement is not fulfilled or a breach occurs. The joint check request shall be submitted to the Contracting Agency for approval prior to signing the contract agreement. The following are some general conditions that must be met by all parties regarding joint check use a It is understood 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 (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 City of Yakima Corridor Safety Project # 2357 80 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. 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 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 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 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 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. City of Yakima Corridor Safety Project # 2357 81 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. 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; 2. By documentation that it made adequate GFE to meet the qoal The Bidder may demonstrate a GFE in whole or part through GFE documentation ONLY IN THE EVENT a Bidder's efforts to solicit sufficient DBE participation have been unsuccessful. In this case, the Bidder must supply GFE documentation in addition to the Disadvantaged Business Enterprise Utilization Certification, and supporting Disadvantaged Business Enterprise (DBE) Written Confirmation document(s) 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 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 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; 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 City of Yakima Corridor Safety Project # 2357 82 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; 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 selected subcontracting or material supply Work, in sufficient time to allow the enterprises to participate effectively; 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) 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 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 City of Yakima Corridor Safety Project # 2357 83 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 • 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 b. List of all Bid items assigned to each successful DBE firm, including unit prices and extensions 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 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 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 name and a mailing address. City of Yakima Corridor Safety Project # 2357 84 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 and average of its gross annual receipts over the past three - years. 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. 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. 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 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: City of Yakima Corridor Safety Project # 2357 85 Good cause may exist if. • The listed DBE Subcontractor fails or refuses to execute a written contract. • The listed DBE Subcontractor fails or refuses to perform the work of 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 required • A DBE owner dies or becomes disabled with the result that the listed 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 Prime can self -perform the Work. • The Prime Contractor seeks to terminate a COA DBE so the Prime Contractor can substitute another DBE or non -DBE after contract 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. City of Yakima Corridor Safety Project # 2357 86 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)). Graduation 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 Decertification When a COA DBE firm who has a signed subcontract in place with a Prime, later 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 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 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 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 City of Yakima Corridor Safety Project # 2357 87 written application within thirty days of receipt of notification. The adjudicative proceeding, if requested, will be conducted by an administrative law judge pursuant to the procedures set forth in RCW 34.05 and Chapter 10 08 of the Washington Administrative Code. (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 Timetable Goal Until further notice 6.9% Minorities - by Standard Metropolitan Statistical Area (SMSA) Spokane, WA. SMSA Counties: Spokane, WA 2.8 WA Spokane. Non -SMSA Counties 3.0 WA Adams; WA Asotin; WA Columbia, WA Ferry; WA Garfield; WA Lincoln, WA Pend Oreille; WA Stevens; WA Whitman Richland, WA SMSA Counties: Richland Kennewick, WA WA Benton; WA Franklin. Non -SMSA Counties WA Walla Walla 5.4 3.6 Yakima, WA: SMSA Counties: Yakima, WA 9.7 WA Yakima. Non -SMSA Counties 7.2 WA Chelan; WA Douglas; WA Grant; WA Kittitas; WA Okanogan. City of Yakima Corridor Safety Project # 2357 88 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 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 — 7th Street, Suite 18-300 San Francisco, CA 94103(415) 625-7800 Phone (415) 625-7799 Fax City of Yakima Corridor Safety Project # 2357 89 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 Area is as designated herein Standard Federal Equal Employment Opportunity Construction Contract Specifications (Executive Order 11246) 1. As used in these specifications. a Covered Area means the geographical area described in the solicitation from which this contract resulted; b Director means Director, Office of Federal Contract Compliance Programs, United States Department of Labor, or any person to whom the Director delegates authority; c Employer Identification Number means the Federal Social Security number used on the Employer's Quarterly Federal Tax Return, U. S Treasury Department Form 941; d Minority includes: (1) Black, a person having origins in any of the Black Racial Groups of Africa (2) Hispanic, a fluent Spanish speaking, Spanish surnamed person of Mexican, Puerto Rican, Cuban, Central American, South American, or other Spanish origin. (3) Asian or Pacific Islander, a person having origins in any of the original peoples of the Pacific rim or the Pacific Islands, the Hawaiian Islands and Samoa (4) American Indian or Alaskan Native, a person having origins in any of the original peoples of North America, and who maintain cultural identification through tribal affiliation or community recognition. 2 Whenever the Contractor, or any Subcontractor at any tier, subcontracts a portion of the work involving any construction trade, it shall physically include in each subcontract in excess of $10,000 the provisions of these specifications and the Notice which contains the applicable goals for minority and female participation and which is set forth in the solicitations from which this contract resulted 3. If the Contractor is participating (pursuant to 41 CFR 60-4.5) in a Hometown Plan approved by the U S Department of Labor in the covered area either individually or through an association, its affirmative action obligations on all work in the Plan area (including goals and timetables) shall be in accordance with that Plan for those trades which have unions participating in the Plan. Contractors must be able to demonstrate their participation in and compliance with the provisions of any such Hometown Plan Each Contractor or Subcontractor participating in an approved Plan is individually required to comply with its obligations under the EEO clause, and to make a good faith effort to achieve each goal under the Plan in each trade in City of Yakima Corridor Safety Project # 2357 90 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. 7. The Contractor shall take specific affirmative actions to ensure equal employment opportunity The evaluation of the Contractor's compliance with these specifications shall be based upon its effort to achieve maximum results from its action. The Contractor shall document these efforts fully, and shall implement affirmative action steps at least as extensive as the following a Ensure and maintain a working environment free of harassment, intimidation, and coercion at all sites, and in all facilities at which the Contractor's employees are assigned to work. The Contractor, where possible, will assign two or more women to each construction project. The Contractor shall specifically ensure that all foremen, superintendents, and other on-site supervisory personnel are aware of and carry out the Contractor's obligation to maintain such a working environment, with specific attention to minority or female individuals working at such sites or in such facilities. b. Establish and maintain a current list of minority and female recruitment sources, provide written notification to minority and female recruitment sources and to community organizations when the Contractor or its unions have employment opportunities available, and maintain a record of the organizations' responses. c. Maintain a current file of the names, addresses and telephone numbers of each minority and female off -the -street applicant and minority or female referral from a union, a recruitment source or community organization and City of Yakima Corridor Safety Project # 2357 91 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 to organizations such as the above, describing the openings, screening procedures, and tests to be used in the selection process. City of Yakima Corridor Safety Project # 2357 92 Encourage present minority and female employees to recruit other minority persons and women and where reasonable, provide after school, summer and vacation employment to minority and female youth both on the site and in other areas of a Contractor's work force. k. Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR Part 60-3. I. Conduct, at least annually, an inventory and evaluation of all minority and female personnel for promotional opportunities and encourage these employees to seek or to prepare for, through appropriate training, etc., such opportunities. m. Ensure that seniority practices, job classifications, work assignments and other personnel practices, do not have a discriminatory effect by continually monitoring all personnel and employment related activities to ensure that the EEO policy and the Contractor's obligations under these specifications are being carried out. n. Ensure that all facilities and company activities are nonsegregated except that separate or single -user toilet and necessary changing facilities shall be provided to assure privacy between the sexes. o. Document and maintain a record of all solicitations of offers for subcontracts from minority and female construction contractors and suppliers, including circulation of solicitations to minority and female contractor associations and other business associations. p. Conduct a review, at least annually, of all supervisors' adherence to and performance under the Contractor's EEO policies and affirmative action obligations. 8. Contractors are encouraged to participate in voluntary associations which assist in fulfilling one or more of their affirmative action obligations (7a through 7p) The efforts of a contractor association, joint contractor -union, contractor -community, or other similar group of which the Contractor is a member and participant, may be asserted as fulfilling any one or more of the obligations under 7a through 7p of this Special Provision provided that the Contractor actively participates in the group, makes every effort to assure that the group has a positive impact on the employment of minorities and women in the industry, ensure that the concrete benefits of the program are reflected in the Contractor's minority and female work- force participation, makes a good faith effort to meet its individual goals and timetables, and can provide access to documentation which demonstrate the effectiveness of actions taken on behalf of the Contractor. The obligation to comply, however, is the Contractor's and failure of such a group to fulfill an obligation shall not be a defense for the Contractor's noncompliance. 9. A single goal for minorities and a separate single goal for women have been established. The Contractor, however, is required to provide equal employment opportunity and to take affirmative action for all minority groups, both male and female, and all women, both minority and non -minority. Consequently, the Contractor may be in violation of the Executive Order if a particular group is employed in substantially disparate manner (for example, even though the Contractor has achieved its goals for women generally, the Contractor may be in City of Yakima Corridor Safety Project # 2357 93 violation of the Executive Order if a specific minority group of women is underutilized) 10 The Contractor shall not use the goals and timetables or affirmative action standards to discriminate against any person because of race, color, religion, sex, or national origin. 11 The Contractor shall not enter into any subcontract with any person or firm debarred from Government contracts pursuant to Executive Order 11246. 12. The Contractor shall carry out such sanctions and penalties for violation of these specifications and of the Equal Opportunity Clause, including suspensions, terminations and cancellations of existing subcontracts as may be imposed or ordered pursuant to Executive Order 11246, as amended, and its implementing regulations by the Office of Federal Contract Compliance Programs. Any Contractor who fails to carry out such sanctions and penalties shall be in violation of these specifications and Executive Order 11246, as amended. 13 The Contractor, in fulfilling its obligations under these specifications, shall implement specific affirmative action steps, at least as extensive as those standards prescribed in paragraph 7 of this Special Provision, so as to achieve maximum results from its efforts to ensure equal employment opportunity. If the Contractor fails to comply with the requirements of the Executive Order, the implementing regulations, or these specifications, the Director shall proceed in accordance with 41 CFR 60-4.8. 14. The Contractor shall designate a responsible official to monitor all employment related activity to ensure that the company EEO policy is being carried out, to submit reports relating to the provisions hereof as may be required by the government and to keep records. Records shall at least include, for each employee, their name, address, telephone numbers, construction trade, union affiliation if any, employee identification number when assigned, social security number, race, sex, status (e.g , mechanic, apprentice, trainee, helper, or laborer), dates of changes in status, hours worked per week in the indicated trade, rate of pay, and locations at which the work was performed. Records shall be maintained in an easily understandable and retrievable form; however, to the degree that existing records satisfy this requirement, the Contractors will not be required to maintain separate records 15 Nothing herein provided shall be construed as a limitation upon the application of other laws which establish different standards of compliance or upon the application of requirements for the hiring of local or other area residents (e.g , those under the Public Works Employment Act of 1977 and the Community Development Block Grant Program) 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 PO Box 47314 310 Maple Park Ave SE Olympia WA 98504-7314 Ph 360-705-7090 City of Yakima Corridor Safety Project # 2357 94 Fax: 360-705-6801 http.//www.wsdotwa.gov/equalopportunity/default.htm 1-07.12 Federal Agency Inspection Section 1-07.12 is supplemented with the following (July 30, 2012) Required Federal Aid Provisions The Required Contract Provisions Federal Aid Construction Contracts (FHWA 1273) Revised May 1, 2012 supersede any conflicting provisions of the Standard Specifications and are made a part of this Contract; provided, however, that if any of the provisions of FHWA 1273 are less restrictive than Washington State Law, then the Washington State Law shall prevail The provisions of FHWA 1273 included in this Contract require that the Contractor insert the FHWA 1273 in each Subcontract, together with the wage rates which are part of the FHWA 1273. Also, a clause shall be included in each Subcontract requiring the Subcontractors to insert the FHWA 1273 thereto in any lower tier Subcontracts, together with the wage rates. The Contractor shall also ensure that this section, REQUIRED FEDERAL AID PROVISIONS, is inserted in each Subcontract for Subcontractors and lower tier Subcontractors. For this purpose, upon request to the Project Engineer, the Contractor will be provided with extra copies of the FHWA 1273, the applicable wage rates, and this Special Provision. 1-07.17 Utilities and Similar Facilities Section 1-07.17 is supplemented with the following: (April 2, 2007) Locations and dimensions shown in the Plans for existing facilities are in accordance with available information obtained without uncovering, measuring, or other verification. The following addresses and telephone numbers of utility companies known or suspected of having facilities within the project limits are supplied for the Contractor's convenience. City of Yakima Water & Irrigation City of Yakima Wastewater Div Centurylink Pacific Power Charter Communications Cascade Natural Gas Corp *** 2301 Fruitvale Blvd. 2220 E. Viola 8 W 2nd Ave. Room 304 P 0 Box 1729 1005 N. 16th Ave 401 N. 1St St. City of Yakima Corridor Safety Project # 2357 95 Yakima, WA 98902 Yakima, WA 98901 Yakima, WA 98902 Yakima, WA 98907 Yakima, WA 98902 Yakima, WA 98901 509-575-6154 509-575-6077 509-575-7183 509-575-3146 509-575-1697 509-457-5905 1-07.18 Public Liability and Property Damage Insurance Delete this section in its entirety, and replace it with the following: 1-07.18 Insurance (January 24, 2011 APWA GSP) 1-07.18(1) General Requirements A. The Contractor shall obtain the insurance described in this section from insurers approved by the State Insurance Commissioner pursuant to RCW Title 48. The insurance must be provided by an insurer with a rating of A- VII or higher in the A.M. Best's Key Rating Guide, which is licensed to do business in the state of Washington (or issued as a surplus line by a Washington Surplus lines broker) The Contracting Agency reserves the right to approve or reject the insurance provided, based on the insurer (including financial condition), terms and coverage, the Certificate of Insurance, and/or endorsements B. The Contractor shall keep this insurance in force during the term of the Contract and for thirty (30) days after the Physical Completion date, unless otherwise indicated (see C below). C. If any insurance policy is written on a claims made form, its retroactive date, and that of all subsequent renewals, shall be no later than the effective date of this Contract. The policy shall state that coverage is claims made, and state the retroactive date. Claims - made form coverage shall be maintained by the Contractor for a minimum of 36 months following the Final Completion or earlier termination of this Contract, and the Contractor shall annually provide the Contracting Agency with proof of renewal. If renewal of the claims made form of coverage becomes unavailable, or economically prohibitive, the Contractor shall purchase an extended reporting period ("tail") or execute another form of guarantee acceptable to the Contracting Agency to assure financial responsibility for liability for services performed D. The insurance policies shall contain a "cross liability" provision. E The Contractor's and all subContractors' insurance coverage shall be primary and non- contributory insurance as respects the Contracting Agency's insurance, self-insurance, or insurance pool coverage F The Contractor shall provide the Contracting Agency and all Additional Insureds with written notice of any policy cancellation, within two business days of their receipt of such notice. G. Upon request, the Contractor shall forward to the Contracting Agency a full and certified copy of the insurance policy(s) H. The Contractor shall not begin work under the Contract until the required insurance has been obtained and approved by the Contracting Agency. I Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract, upon which the Contracting Agency may, after giving five business days notice to the Contractor to correct the breach, immediately terminate the Contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the Contracting Agency on demand, or at the sole discretion of the Contracting Agency, offset against funds due the Contractor from the Contracting Agency. City of Yakima Corridor Safety Project # 2357 96 J. All costs for insurance shall be incidental to and included in the unit or lump sum prices of the contract and no additional payment will be made. 1-07.18(2) Additional Insured All insurance policies, with the exception of Professional Liability and Workers Compensation, shall name the following listed entities as additional insured(s): • the Contracting Agency and its officers, elected officials, employees, agents, and volunteers • appointed officials The above -listed entities shall be additional insured(s) for the full available limits of liability maintained by the Contractor, whether primary, excess, contingent or otherwise, irrespective of whether such limits maintained by the Contractor are greater than those required by this Contract, and irrespective of whether the Certificate of Insurance provided by the Contractor pursuant to 1-07.18(3) describes limits lower than those maintained by the Contractor. 1-07.18(3) Subcontractors Contractor shall ensure that each subcontractor of every tier obtains and maintains at a minimum the insurance coverages listed in 1-07.18(5)A and 1-07.18(5)B. Upon request of the Contracting Agency, the Contractor shall provide evidence of such insurance. 1-07.18(4) Evidence of Insurance The Contractor shall deliver to the Contracting Agency a Certificate(s) of Insurance and endorsements for each policy of insurance meeting the requirements set forth herein when the Contractor delivers the signed Contract for the work. The certificate and endorsements must conform to the following requirements: 1 An ACORD certificate or a form determined by the Contracting Agency to be equivalent. 2 Copies of all endorsements naming Contracting Agency and all other entities listed in 1- 07.18(2) as Additional Insured(s), showing the policy number. The Contractor may submit a copy of any blanket additional insured clause from its policies instead of a separate endorsement. A statement of additional insured status on an ACORD Certificate of Insurance shall not satisfy this requirement. 3. Any other amendatory endorsements to show the coverage required herein. 1-07.18(5) Coverages and Limits The insurance shall provide the minimum coverages and limits set forth below. Providing coverage in these stated minimum limits shall not be construed to relieve the Contractor from liability in excess of such limits. All deductibles and self-insured retentions must be disclosed and are subject to 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 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 Independent Contractors Liability City of Yakima Corridor Safety Project # 2357 97 1 Stop Gap / Employers' Liability Explosion, Collapse, or Underground Property Damage (XCU) 1 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 ' $1,000,000 Products & Completed Operations Aggregate $1,000,000 Personal & Advertising Injury, each offence Stop Gap / Employers' Liability ' $1,000,000 Each Accident $1,000,000 Disease - Policy Limit $1,000,000 Disease - Each Employee 1-07.18(5)B Automobile Liability Automobile Liability for owned, non -owned, hired, and leased vehicles, with an MCS 90 endorsement and a CA 9948 endorsement attached if "pollutants" are to be transported. Such policy(ies) must provide the following minimum limit. $1,000,000 combined single limit 1-07.18(5)C Workers' Compensation The Contractor shall comply with Workers' Compensation coverage as required by the Industrial Insurance laws of the state of Washington. 1-07.23 Public Convenience and Safety 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. 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 1 During actual hours of work, unless protected as described above, only materials absolutely necessary to construction shall be within the WZCZ and only construction vehicles absolutely necessary to construction shall be allowed within the WZCZ or allowed to stop or park on the shoulder of the roadway. The Contractor's nonessential vehicles and employees private vehicles shall not be permitted to park within the WZCZ at any time unless protected as described above. 1 City of Yakima Corridor Safety Project # 2357 98 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 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: d 'Regulatory, _ Posted Speed , :.' .: . ;.; s.,l,."y .µ, Distance From::: '1 Tt Traveled;.Way r: ,'r i.::, Feet ,,.,:,.., 35 mph or less 10 40 mph 15 45 to 55 mph 20 60 mph or greater 30 * or 2 -feet beyond the outside edge of sidewalk Minimum Work Zone Clear Zone Distance 1-07.24 Rights of Way (October 1, 2005 APWA GSP) Delete this section in its entirety, and replace it with the following - Street right of way lines, limits of easements, and limits of construction permits are indicated in the Plans. The Contractor's construction activities shall be confined within these limits, unless arrangements for use of private property are made Generally, the Contracting Agency will have obtained, prior to bid opening, all rights of way and easements, both permanent and temporary, necessary for carrying out the work. Exceptions to this are noted in the Bid Documents or will be brought to the Contractor's attention by a duly issued Addendum. Whenever any of the work is accomplished on or through property other than public right of way, the Contractor shall meet and fulfill all covenants and stipulations of any easement agreement obtained by the Contracting Agency from the owner of the private property. Copies of the easement agreements may be included in the Contract Provisions or made available to the Contractor as soon as practical after they have been obtained by the Engineer. Whenever easements or rights of entry have not been acquired prior to advertising, these areas are so noted in the Plans. The Contractor shall not proceed with any portion of the work in areas where right of way, easements or rights of entry have not been acquired until the Engineer certifies to the Contractor that the right of way or easement is available or that the right of entry has been received. If the Contractor is delayed due to acts of omission on the part of the Contracting Agency in obtaining easements, rights of entry or right of way, the Contractor will be entitled to an extension of time The Contractor agrees that such delay shall not be a breach of contract. Each property owner shall be given 48 hours notice prior to entry by the Contractor. This includes entry onto easements and private property where private improvements must be adjusted. The Contractor shall be responsible for providing, without expense or liability to the Contracting Agency, any additional land and access thereto that the Contractor may desire for temporary construction facilities, storage of materials, or other Contractor City of Yakima Corridor Safety Project # 2357 99 needs. However, before using any private property, whether adjoining the work or not, the Contractor shall file with the Engineer a written permission of the private property owner, and, upon vacating the premises, a written release from the property owner of each property disturbed or otherwise interfered with by reasons of construction pursued under this contract. The statement shall be signed by the private property owner, or proper authority acting for the owner of the private property affected, stating that permission has been granted to use the property and all necessary permits have been obtained or, in the case of a release, that the restoration of the property has been satisfactorily accomplished. The statement shall include the parcel number, address, and date of signature Written releases must be filed with the Engineer before the Completion Date will be established. 1-08 PROSECUTION AND PROGRESS Add the following new section: 1-08.0 Preliminary Matters (May 25, 2006 APWA GSP) Add the following new section 1-08.0(1) Preconstruction Conference (October 10, 2008 APWA GSP) Prior to the Contractor beginning the work, a preconstruction conference will be held between the Contractor, the Engineer and such other interested parties as may be invited The purpose of the preconstruction conference will be: 1 To review the initial progress schedule, 2 To establish a working understanding among the various parties associated or affected by the work; 3. To establish and review procedures for progress payment, notifications, approvals, submittals, etc., 4. To establish normal working hours for the work; 5 To review safety standards and traffic control; and 6. To discuss such other related items as may be pertinent to the work. The Contractor shall prepare and submit at the preconstruction conference the following 1. A breakdown of all lump sum items; 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 (December 8, 2014 APWA GSP) Except in the case of emergency or unless otherwise approved by the Engineer, the normal working hours for the Contract shall be any consecutive 8 -hour period between 7.00 a m. and 6.00 p.m. Monday through Friday, exclusive of a lunch break. If the Contractor desires different than the normal working hours stated above, the request must be submitted in writing prior to the preconstruction conference, subject to the City of Yakima Corridor Safety Project # 2357 100 provisions below. The working hours for the Contract shall be established at or prior to the preconstruction conference. All working hours and days are also subject to local permit and ordinance conditions (such as noise ordinances). If the Contractor wishes to deviate from the established working hours, the Contractor shall submit a written request to the Engineer for consideration. This request shall state what hours are being requested, and why. Requests shall be submitted for review no later than **5 days** prior to the day(s) the Contractor is requesting to change the hours If the Contracting Agency approves such a deviation, such approval may be subject to certain other conditions, which will be detailed in writing. For example: 1. 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. (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 or third party consultants when, in the opinion of the Engineer, such work necessitates their presence.) 2 Considering the work performed on Saturdays, Sundays, and holidays as working days with regard to the contract time. 3. 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. 4. If a 4-10 work schedule is requested and approved the non working day for the week will be charged as a working day. 5. If Davis Bacon wage rates apply to this Contract, all requirements must be met and recorded properly on certified payroll 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 -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 City of Yakima Corridor Safety Project # 2357 101 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 Subcontracting (December 8, 2014 APWA GSP) Revise the eighth paragraph to read - On all projects funded with federal assistance the Contractor shall submit "Quarterly Report of Amounts Credited as DBE Participation" (form 422-102 EF) on a quarterly basis, in which DBE Work is accomplished, for every quarter in which the Contract is active or upon completion of the project, as appropriate. The quarterly reports are due on the 20th of April, July, October, and January for the four respective quarters. 1-08.1(1) Subcontract Completion and Return of Retainage Withheld Section 1-08.1(1) is revised to read: (August 4, 2014) The following procedures shall apply to all subcontracts entered into as a part of this Contract: Requirements 1. The Prime Contractor or Subcontractor shall make payment to the Subcontractor not later than ten days after receipt of payment from the Contracting Agency for work satisfactorily completed by the Subcontractor, to the extent of each Subcontractor's interest therein. 2. Prompt and full payment of retainage from the Prime Contractor to the Subcontractor shall be made within 30 days after Subcontractor's Work is satisfactorily completed 3. For purposes of this Section, a Subcontractor's work is satisfactorily completed when all task and requirements of the Subcontract have been accomplished and including any required documentation and material testing. 4 Failure by a Prime Contractor or Subcontractor to comply with these requirements may result in one or more of the following a. Withholding of payments until the Prime Contractor or Subcontractor complies b Failure to comply shall be reflected in the Prime Contractor's Performance Evaluation c. Cancellation, Termination, or Suspension of the Contract, in whole or in part d. Other sanctions as provided by the subcontract or by law under applicable prompt pay statutes Conditions This clause does not create a contractual relationship between the Contracting Agency and any Subcontractor as stated in Section 1-081 Also, it is not City of Yakima Corridor Safety Project # 2357 102 intended to bestow upon any Subcontractor, the status of a third -party beneficiary to the Contract between the Contracting Agency and the Contractor. Payment The Contractor will be solely responsible for any additional costs involved in paying retainage to the Subcontractors. Those costs shall be incidental to the respective Bid Items. 1-08.3 Progress Schedule This section is supplemented with the following. The Contractor shall prepare and submit to the Engineer a Construction Progress and Completion Schedule using the Bar Graph or Critical Path Method. Items in the Schedule shall be arranged in the order and sequence in which they will be performed. The Schedule shall conform to the working 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, immediately upon preparation. The Contractor shall submit a weekly activity schedule to the Construction Engineer before 9:00 a.m. on the Friday prior to the week indicated on the schedule. If the Contractor proceeds with work not indicated on his weekly activity schedule, or in a sequence differing from that which he has shown on his schedule, the Engineer may order the Contractor to delay unscheduled activities until they are included on a subsequent weekly activity schedule 1-08.4 Prosecution of Work Delete this section in its entirety, and replace it with the following: 1-08.4 Notice to Proceed and Prosecution of Work (June 27, 2011 APWA GSP) Notice to Proceed will be given after the Contract has been executed and the contract bond and evidence of insurance have been approved and filed by the Contracting Agency. The Contractor shall not commence with the work until the Notice to Proceed has been given by the Engineer. The Contractor shall commence construction activities on the project site within ten days of the Notice to Proceed Date, unless otherwise approved in writing. The Contractor shall diligently pursue the work to the physical completion date within the time specified in the Contract. Voluntary shutdown or slowing of operations by the Contractor shall not relieve the Contractor of the responsibility to complete the work within the time(s) specified in the Contract. When shown in the Plans, the first order of work shall be the installation of high visibility fencing to delineate all areas for protection or restoration, as described in the Contract. Installation of high visibility fencing adjacent to the roadway shall occur after the placement of all necessary signs and traffic control devices in accordance with 1-10.1(2). Upon construction of the fencing, the Contractor shall request the Engineer to inspect the City of Yakima Corridor Safety Project # 2357 103 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 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 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. d Final Contract Voucher Certification e. Copies of the approved "Affidavit of Prevailing Wages Paid" for the Contractor and all Subcontractors f Property owner releases per Section 1-07.24 (March 13, 1995) This project shall be physically completed within *** 50 *** working days City of Yakima Corridor Safety Project # 2357 104 1-08.9 Liquidated Damages (August 14, 2013 APWA GSP) Revise the fourth paragraph to read: 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 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. 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. 1-09 MEASUREMENT AND PAYMENT 1-09.6 Force Account (October 10, 2008 APWA GSP) Supplement this section with the following The Contracting Agency has estimated and included in the Proposal, dollar amounts for all items to be paid per force account, only to provide a common proposal for Bidders. All such dollar amounts are to become a part of Contractor's total bid. However, the Contracting Agency does not warrant expressly or by implication, that the actual amount of work will correspond with those estimates. Payment will be made on the basis of the amount of work actually authorized by Engineer. 1-09.9(1) Retainage 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) Delete the first four paragraphs and replace them with the following The basis of payment will be the actual quantities of Work performed according to the Contract and as specified for payment. The Contractor shall submit a breakdown of the cost of lump sum bid items at the Preconstruction Conference, to enable the Project Engineer to determine the Work performed on a monthly basis A breakdown is not required for lump sum items that include a basis for incremental payments as part of the respective Specification. Absent a lump sum breakdown, the Project Engineer will make a determination based on information available The Project Engineer's determination of the cost of work shall be final. City of Yakima Corridor Safety Project # 2357 105 Progress payments for completed work and material on hand will be based upon progress estimates prepared by the Engineer. A progress estimate cutoff date will be established at the preconstruction conference. The initial progress estimate will be made not later than 30 days after the Contractor commences the work, and successive progress estimates will be made every month thereafter until the Completion Date Progress estimates made during progress of the work are tentative, and made only for the purpose of determining progress payments. The progress estimates are subject to change at any time prior to the calculation of the final payment. The value of the progress estimate will be the sum of the following: 1 Unit Price Items in the Bid Form — the approximate quantity of acceptable units of work completed multiplied by the unit price. 2. Lump Sum Items in the Bid Form — based on the approved Contractor's lump sum breakdown for that item, or absent such a breakdown, based on the Engineer's determination 3 Materials on Hand — 100 percent of invoiced cost of material delivered to Job site or other storage area approved by the Engineer. 4. Change Orders — entitlement for approved extra cost or completed extra work as determined by the Engineer. Progress payments will be made in accordance with the progress estimate less 1 Retainage per Section 1-09.9(1), on non FHWA-funded projects; 2. The amount of progress payments previously made; and 3. Funds withheld by the Contracting Agency for disbursement in accordance with the Contract Documents Progress payments for work performed shall not be evidence of acceptable performance or an admission by the Contracting Agency that any work has been satisfactorily completed. The determination of payments under the contract will be final in accordance with Section 1-05.1 1-09.13(3) Claims $250,000 or Less (October 1, 2005 APWA GSP) Delete this Section and replace it with the following: The Contractor and the Contracting Agency mutually agree that those claims that total $250,000 or less, submitted in accordance with Section 1-09.11 and not resolved by nonbinding ADR processes, shall be resolved through litigation unless the parties mutually agree in writing to resolve the claim through binding arbitration. 1-09.13(3)A Administration of Arbitration (October 1, 2005 APWA GSP) Revise the third paragraph to read: The Contracting Agency and the Contractor mutually agree to be bound by the decision of the arbitrator, and judgment upon the award rendered by the arbitrator may be entered in the Superior Court of the county in which the Contracting Agency's headquarters are located The decision of the arbitrator and the specific basis for the decision shall be in writing The arbitrator shall use the contract as a basis for decisions. City of Yakima Corridor Safety Project # 2357 106 1-10 TEMPORARY TRAFFIC CONTROL 1-10.2 Traffic Control Management 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 The Northwest Laborers -Employers Training Trust 27055 Ohio Ave. Kingston, WA 98346 (360) 297-3035 Evergreen Safety Council 401 Pontius Ave. N. Seattle, WA 98109 1-800-521-0778 or (206) 382-4090 The American Traffic Safety Services Association 15 Riverside Parkway, Suite 100 Fredericksburg, Virginia 22406-1022 Training Dept. Toll Free (877) 642-4637 Phone. (540) 368-1701 1-10.4 Measurement 1-10.4(1) Lump Sum Bid for Project (No Unit Items) Section 1-10 4(1) is supplemented with the following: (August 2, 2004) The proposal contains the item "Project Temporary Traffic Control", lump sum. The provisions of Section 1-10.4(1) shall apply. Division 2 EARTHWORK 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 2-02.3 Construction Requirements 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. City of Yakima Corridor Safety Project # 2357 107 Concrete curb, gutter and sidewalks shall be removed to the nearest convenient joint if practical. If not practical to remove to the nearest joint, the Contractor shall saw cut these structures in neat vertical and straight transverse horizontal 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 Haul all broken pieces to an off -project site to be obtained by the Contractor Item 3 is revised by adding the following to the end of the first sentence: "or remove to the nearest joint as directed " 2-02.4 Measurement This section is supplemented with the following Where saw cutting is necessary, the Contractor shall be paid by the linear foot, regardless of depth of cut, which includes all labor and equipment required to do the cut. (October 25, 1999) Sidewalk removal will be measured by the square yard. (September 8, 1997) Curb removal will be measured by the linear foot. Sawcutting for sidewalk or curb removal shall be incidental to "Removing Cement Conc. Sidewalk", and "Removing Cement Concrete Curb." 2-02.5 Payment This section is supplemented by adding the following pay item: "Saw Cut", per linear foot. (November 3, 1999) "Removing Cement Conc. Sidewalk", per square yard. (September 8, 1997) "Removing Cement Conc Curb", per linear foot. The Contractor shall make all excavations including haul and disposal, regardless of depth, required for constructing curb, sidewalks, curb ramps, and driveways that includes 2 inches of crushed surfacing top course underneath, according to the plans and City of Yakima Corridor Safety Project # 2357 108 standard details. All costs thereof shall be included in the Contract price "Removing Cement Conc. ". 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 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 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. 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 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: All costs to provide and apply water shall be incidental to construction. All costs shall be included in other contract pay items. City of Yakima Corridor Safety Project # 2357 109 DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS 5-04 Hot Mix Asphalt 5-04.3(7)A2 Statistical or Nonstatistical Evaluation Delete this section and replace it with the following. 5-04.3(7)A2 Nonstatistical Evaluation (January 16, 2014 APWA GSP) Mix designs for HMA accepted by Nonstatistical 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; • 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. 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. City of Yakima Corridor Safety Project # 2357 110 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) 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. 5-04.3(8)A4 Definition of Sampling Lot and Sublot (January 16, 2014 APWA GSP) Section 5-04.3(8)A4 is supplemented with the following: For HMA in a structural application, sampling and testing for total project quantities less than 400 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: 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 Payment 5-04.5(1)B Price Adjustments for Quality of HMA Compaction (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 City of Yakima Corridor Safety Project # 2357 111 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. DIVISION 8 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 July 1 through September 30 30 days October 1 through June 30 15 days 8-01.3(2) Seeding, Fertilizing and Mulching 8-01.3(2)B Seeding and Fertilizing Section 8-01 3(2)B is supplemented with the following. (January 3, 2006) Grass seed shall be a commercially prepared mix, made up of low growing species which will grow without irrigation at the project location, and approved by the Engineer The application rate shall be two pounds per 1000 square feet. (January 3, 2006) Fertilizer shall be a commercially prepared mix of 10-20-20 and shall be applied at the rate of 10 pounds per 1000 square feet. 8-02 Roadside Restoration 8-02.1 Description Section 8-02.1 is supplemented with the following: (August 4, 2014) This work shall consist of removing and disposing of buried man-made debris that may be encountered during soil amendment incorporation or excavation for irrigation systems. 8-04 CURBS, GUTTERS, AND SPILLWAYS 8-04.3 Construction Requirements Supplement this section with the following City of Yakima Corridor Safety Project # 2357 112 Where existing curbing is to be removed and replaced with new curbing, and where new curbing for new roadway lanes is to be constructed, and in performing the removal of the existing curbing for such work the adjacent existing pavement is disturbed, the contractor shall trim the existing pavement in a neat line in preparation for HMA pavement construction. 8-06 CEMENT CONCRETE DRIVEWAY ENTRANCES 8-06.1 Description This section is supplemented with the following: This work shall include removing and reconstructing a portion of cement concrete commercial driveway approach to install the appropriate valley gutter section in the driveway. 8-06.3 Construction Requirements This section is supplemented with the following: Reconstruct Commercial Driveway Approach: Commercial driveway approach shall be removed to the limits shown and reconstructed with the appropriate valley gutter as shown on the City of Yakima Standard Detail for Commercial Approach. The sidewalks and the ramps shown on each side of the approach shall not be part of this item. 8-06.4 Measurement Add the following items Reconstruct Commercial Driveway Approach will be measured per each installed at the location shown on the plans It shall include the removal and replacement of the driveway within the limits as shown on the plans to reconstruct the approach curbing. 8-06.5 Payment Add the following items "Reconstruct Commercial Driveway Approach", per each. The unit contract price per each for "Commercial Driveway Approach" shall be full payment for all work, materials and all other items necessary for the removal and reconstruction of the approach to the limits shown on the plans and in accordance with the City of Yakima standard detail. 8-14 CEMENT CONCRETE SIDEWALKS 8-14.3 Construction Requirements Section 8-14.3 is supplemented with the following (April 4, 2011) The Contractor shall request a pre -meeting with the Engineer to be held 2 to 5 working days before any work can start on cement concrete sidewalks, curb ramps or other pedestrian access routes to discuss construction requirements. Those attending shall include 1. The Prime Contractor and Subcontractor in charge of constructing forms, and placing, and finishing the cement concrete. City of Yakima Corridor Safety Project # 2357 113 2. Project Engineer (or representative) and Project Inspectors for the cement concrete sidewalk, curb ramp or pedestrian access route Work. Items to be discussed in this meeting shall include, at a minimum, the following 1 Slopes shown on the Plans. 2. Inspection 3. Traffic control 4 Pedestrian control, access routes and delineation 5. Accommodating utilities 6. Form work 7. Installation of detectable warning surfaces This section is also supplemented with the following: AH sidewalks not located within driveway approach areas shall be four (4) inch thick cement concrete with 2 inch CSTC base. All sidewalks located within or a part of a driveway approach area shall be six (6) inch thick cement concrete with 2 inch CSTC base. See City of Yakima Standard Detail R5 Existing sidewalks at match existing locations shall be removed to the nearest convenient existing joint or saw cut in a neat vertical, straight transverse line at locations approved by the Engineer. Joint filler material to form a new expansion joint shall be placed as indicated on the Standard Detail for Sidewalk. 8-14.5 Payment 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, INTELLIGENT TRANSPORTATION SYSTEMS, & ELECTRICAL 8-20.1 Description This section is supplemented with the following This work shall include adjusting junction boxes to the finished grade of the cement concrete sidewalk, replacing existing pedestrian signal heads with countdown timer pedestrian signal heads and will also include replacing existing signal heads City of Yakima Corridor Safety Project # 2357 114 8-20.2 Materials 8-20.2(1) Equipment List And Drawings Section 8-20.2(1) is supplemented with the following: (March 13, 1995) If traffic signal standards, strain pole standards, or combination traffic signal and lighting standards are required, final verified dimensions including pole base to signal mast arm connection point, pole base to light source distances (H1), mast arm length, offset distances to mast arm mounted appurtenances, and orientations of pole mounted appurtenances will be furnished by the Engineer as part of the final approved shop drawings prior to fabrication. 8-20.3 Construction Requirements 8-20.3(8) Wiring Section 8-20 3(8) is supplemented with the following: (March 13, 1995) Field Wiring Chart 501 AC+ Input 502 AC- Input 503-510 Control -Display 511-515 Sign Lights Movement Number 1 2 Vehicle Head Red Yellow Green Spare Spare AC - Red Auxiliary Yellow Auxiliary Green Auxiliary Pedestrian Heads & Dets. Hand Man AC - Detection Common -Detection Spare Spare Spare Spare Detection AC+ AC - Common -Detection Detection A Detection B 611 612 613 614 615 616 617 618 619 711 712 713 714 715 716 717 718 719 811 812 813 814 815 621 622 623 624 625 626 627 628 629 721 722 723 724 725 726 727 728 729 821 822 823 824 825 City of Yakima Corridor Safety Project # 2357 115 516-520 Railroad Pre-empt 5A1 -5D5 Emergency Pre-empt 541-580 Coordination 581-599 Spare 3 4 5 6 7 8 9 631 632 633 634 635 636 637 638 639 731 732 733 734 735 736 737 738 739 831 832 833 834 835 641 642 643 644 645 646 647 648 649 741 742 743 744 745 746 747 748 749 841 842 843 844 845 651 652 653 654 655 656 657 658 659 751 752 753 754 755 756 757 758 759 851 852 853 854 855 661 662 663 664 665 666 667 668 669 761 762 763 764 765 766 767 768 769 861 862 863 864 865 671 672 673 674 675 676 677 678 679 771 772 773 774 775 776 777 778 779 871 872 873 874 875 681 682 683 684 685 686 687 688 689 781 782 783 784 785 786 787 788 789 881 882 883 884 885 691 692 693 694 695 696 697 698 699 791 792 793 794 795 796 797 798 799 891 892 893 894 895 Loop 1 Out Loop 1 In Loop 2 Out Loop 2 In Supplemental Detection Loop 3 Out Loop 3 In Loop 4 Out Loop 4 In Loop 5 Out Loop 5 In Loop 6 Out Loop 6 In Spare 816 826 836 846 856 866 876 886 896 817 827 837 847 857 867 877 887 897 818 828 838 848 858 868 878 888 898 819 829 839 849 859 869 879 889 899 911 921 912 922 913 923 914 924 915 925 916 926 917 927 918 928 919 929 931 941 951 961 971 981 991 932 942 952 962 972 982 992 933 943 953 963 973 983 993 934 944 954 964 974 984 994 935 945 955 965 975 985 995 936 946 956 966 976 986 996 937 947 957 967 977 987 997 938 948 958 968 978 988 998 939 949 959 969 979 989 999 8-20.3(6) Junction Boxes, Cable Vaults and Pull Boxes 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. 8-20.3(13)B Radar Speed Display Signs Section 8-20 3(13)B is replaced with the following - Radar Speed Display Signs shall be installed in the locations shown on the plans. The Radar Speed Display Signs shall be permanently mounted and feature 12" full matrix amber LED characters They shall meet the specifications of 9-29 22 It shall include all wiring, conduit as necessary and junction boxes to complete the installation as shown on the plans. Existing conduit runs shall be utilized where possible. 8-20.3(13)C Luminaires Supplement this section with the following: All new luminaries shall be installed as shown on the plans All new luminaires (fixtures) shall be LED -type with the following specifications: CREE XSP2 SERIES LED STREET LIGHT, Part No BXSPA022A-USFN. Equivalents and/or alternate wattage LED's shall be pre -approved by the City and Traffic Engineers 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), 5" black aluminum surrounds with reflectorized edging (not poly or plastic) Wire span mounted signals should have appropriate span wire hanger assemblies City of Yakima Corridor Safety Project # 2357 116 Where signal heads are replaced, verify that all mounting hardware 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. Countdown Pedestrian Signal Heads will be measured per each unit. Remove and Replace Signal Head will be measured per each, per head regardless of configuration. No specific unit of measurement will apply to the force account item of "Repair Signal Wiring" Radar Speed Display Signs will be measured per each unit installed. 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. "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. "Countdown Pedestrian Signal Head", per each The unit contract price per each for "Countdown Pedestrian Signal Head" shall be full pay for all labor, equipment and material required to remove the existing pedestrian signal and replace the pedestrian signal head. "Radar Speed Display Sign", per each. The unit contract price per each for "Radar Speed Display Sign", shall be full pay for all labor, equipment and material required to install including the sign unit, pole, pole base, necessary wiring, trenching, necessary junction boxes and other necessary appurtenances. "Replace Luminaire Heads" City of Yakima Corridor Safety Project # 2357 117 The unit contract price per each for "Replace Luminaire Heads", shall be full pay for all labor, equipment and material required to remove the existing luminaires, and install the new LED luminaire heads in place. 8-30 REPAIR OR REPLACEMENT (New Section) 8-30.1 Description The work shall consist of repair of any incidental damages to landscaping, fencing, private irrigation, top soil, turf or other miscellaneous items within or adjacent to the project area This includes complete replacement of items that are beyond repair as determined by the Engineer. 8-30.5 Payment Payment will be made for the following bid items: "Repair or Replacement", by force account. For the purpose of providing a common proposal for all bidders, and for that purpose only, the City has estimated the force account for "Repair or Replacement", and has arbitrarily entered the amount for the pay item in the proposal to become a part of the total bid by the Contractor DIVISION 9 MATERIALS 9-03 AGGREGATES 9-03.8 Aggregates for Hot Mix Asphalt 9-03.8(3)C Gradation -- Recycled Asphalt Pavement and Mineral Aggregate Revise the second paragraph as follows: Delete the reference to Section 9-03 8(6)A 9-03.8(6)A Basis of Acceptance Delete this section. 9-29 ILLUMINATION, SIGNALS, ELECTRICAL 9-29.1 Conduit, Innerduct, and Outerduct Supplement this section with the following: Any new underground conduit shown on the plans shall be schedule 40 PVC (electrical grade - gray color), with pull rope Additional materials to be installed on this project include, but are not limited to, junction boxes cables and electrical conductors. The pull rope shall be a 1/8 -inch braided nylon rope, 450 pound breaking strength (similar to King Cotton Products #5051-4-1/8), and shall be installed in each conduit run with two (2) feet doubled back at each termination. When cable is pulled, this rope shall be re - pulled along with the cable City of Yakima Corridor Safety Project # 2357 118 9-29.2 Junction Boxes Supplement this section with the following: Junction boxes shall be Quazite- PG Style, or approved equivalent, called out on the Plans as Junction Boxes: Type -1 (13" x 24"), Type -2 (17" x 30") and Type -3 (24" x 36"). They shall be constructed of polymer concrete and reinforced by a heavy -weave fiberglass, and they shall have a design Toad of 22,500 lbs. and a test load of 33,700 lbs.- in compliance with 2005 NEC, and meet SCTE 77/ANSI Tier 22 test provisions. The enclosures shall be stackable with finished depths of 12" to 48". Enclosures and covers shall be concrete gray color and designed and tested to temperatures of –50° F The covers shall be "lockable", and shall be marked with a "Traffic Signal" logo. See Quazite Details for all technical data for each of the three enclosure sizes specified. 9-29.6(1) Steel Light and Signal Standards 9-29.10 Luminaires Supplement this section with the following Luminaires shall be installed as shown on the plans All new luminaires (fixtures) shall be LED -type with the following specifications: CREE XSP2 SERIES LED STREET LIGHT, Part No. BXSPA022A-USFN. They shall be installed on the existing arms as shown on the plans. 9-29.12(1) Illumination Circuit Splices This section is revised to read The Contractor shall use only 3M Scotchcast watertight and non re -enterable splice kits for all light circuit wiring splices 9-29.16 Vehicle Signal Heads Supplement this section with the following: The contractor shall install new vehicle signal heads (3 -section G/Y/R balls, 4 -section G/Y/R balls with bottom G/Y 4, and 4 -section F/F/F/F, as shown on plans and Signal Poles- Hardware Chart. They shall all have "12 inch" sections"- to house 12 Inch LED (All 12" Dialight, or approved equivalent—Standard Specifications apply) signal indications. (NO 8" sections are allowed). The signal housings, tunnel visors and standard 5" louvered back -plates, shall be aluminum, with a flat black, fully -powder coated finish (NO GREEN). All signal displays shall be Dialight or approved equivalent, standard 12" LED modules (Standard Specification 9-29.16(2)A Optical Units, shall apply for all LED's) All new vehicle signals shall be installed vertically or horizontally as is existing, using Type -N PELCO mounting and Type -D (top of pole) mounting assemblies, as per WSDOT Standard Plan J-75.20-00. 9-29.20 Pedestrian Signals Supplement this section with the following The contractor shall install new "Countdown" Pedestrian signals- (IE: Dialight- No. 430-6479-001, or approved equivalent, with standard 16" x 18" housing, Portland Orange LED "Countdown Numerals" and HAND symbol, and Lunar White WALKING PERSON symbol. The pedestrian signals shall be MUTCD compliant (Specifically, the "Countdown" features.) The contractor shall install the pedestrian signals at the City of Yakima Corridor Safety Project # 2357 119 locations shown on the plans, with Type E ("clamshell") side -of -pole mounting. (See WSDOT Standard Plan J-75 10-00 ) 9-29.22 Radar Speed Signs Replace with the following: Contractor shall install Radar Speed Signs as shown on the plans. Radar Speed Signs shall be the RU2 Systems Inc., RU2 Fast 250 Radar Speed Display Sign or approved equivalent. Installation shall include the sign and all necessary appurtenances, wiring, conduit as necessary, junction boxes and the sign post in place. (January 5, 2015) Standard Plans The State of Washington Standard Plans for Road, Bridge and Municipal Construction M21- 01 transmitted under Publications Transmittal No. PT 14-046, effective August 4, 2014 is made a part of this contract. The Standard Plans are revised as follows. A-40.20 Plan Title, Bridge Transverse Joint Seals is revised to read: Bridge Paving Joint Seals Note 3, replace the phrase "sawing out" with "saw cutting" Add Note 4 For Details 1, 2, 3, and 4 the item "HMA Sawcut and Seal" shall be used for payment. For Details 5 and 6, the item "Paved Panel Joint Seal" shall be used for payment. For Detail 7, the item "Sealing Existing Longitudinal and Transverse Joint" shall be used for payment. Details 5 and 6, callout "Waterproofing Membrane (Deck Seal)" delete "(Deck Seal)" A-50.10 Sheet 2 of 2, Plan, with Single Slope Barrier, reference C -14a is revised to C-70.10 A-50.20 Sheet 2 of 2, Plan, with Anchored Barrier, reference C -14a is revised to C-70 10 A-50.30 Sheet 2 of 2, Plan (top), reference C -14a is revised to C-70.10 A-60.10 Sheet 2, Section B, callout, WAS -"New Tie Bar #5 x 30" (IN) Epoxy Coated Reinforcing Bar" is revised to read "New Tie Bar - #5 x 30" (IN)" B-10.20 and B-10.40 Substitute "step" in lieu of "handhold" on plan B-15.60 Table, Maximum Knockout Size column, 120" Diam., 42" is revised to read, 96" B-25.20 Add Note 7 See Standard Specification Section 8-04 for Curb and Gutter requirements City of Yakima Corridor Safety Project # 2357 120 B-55.20 Metal Pipe elevation, title is revised to read, "Metal Pipe and Steel Rib Reinforced Polyethylene Pipe" 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 F-10.12 Section Title, was - "Depressed Curb Section" is revised to read: "Depressed Curb and Gutter Section" G-50.10 Delete - Plan View (bottom center of sheet) Delete - Mounting Bracket and Steel Strap Detail G-60.10 Sheet 4, Screen Detail, callout - "drill and Tap for '/4" diameter Cap Screw - Spacing approx. 9" o.c. ASTM F593, w/S.S washer Liberally coat the threads with Anti -seize compound (TYP.)" is revised to read: "*Drill and Tap 1/4" (IN) Diam x 1" (IN) Cap Screw with washer space approx. 9" o c. Liberally coat threads with Anti -seize compound (TYP )" Add Boxed note: * Bolts, Nuts, and washers -- ASTM F593 or A193 Type 304 or Type 316 Stainless Steel (S S.) G-60.20 Side View, callout, "Anchor Rod Washers & 4 Heavy Hex Nuts revised to read; "Anchor Rod - Washers & 6 Heavy Hex Nuts -- 1-3/4" Diam. x 4'-4" Threaded 8" Min. Each End; W/ 2 - Galvanize Exposed Anchor Rod End for 1'-0" Min." is 1-3/4" Diam. x 4'-4" Threaded 8" Min. Each End; W/ 2 Galvanize Exposed Anchor Rod End for 1'-0" Min." G-60.30 End View, callout, "Anchor Rod Washers & 4 Heavy Hex Nuts revised to read; "Anchor Rod - Washers & 6 Heavy Hex Nuts - 1-3/4" Diam. x 4'-4" Threaded 8" Min. Each End; W/ 2 - Galvanize Exposed Anchor Rod End for 1'-0" Min " is 1-3/4" Diam. x 4'-4" Threaded 8" Min Each End; W/ 2 Galvanize Exposed Anchor Rod End for 1'-0" Min." G-70.10 Sheet 4, Screen Detail, callout - "drill and Tap for 1/4" diameter Cap Screw - Spacing approx. 9" o.c. ASTM F593, w/S.S. washer Liberally coat the threads with Anti -seize compound (TYP.)" is revised to read: "*Drill and Tap 1/4" (IN) Diam. x 1" (IN) Cap Screw with washer - space approx.. 9" o.c. - Liberally coat threads with Anti -seize compound (TYP. )" Add Boxed note: * Bolts, Nuts, and washers - ASTM F593 or A193 Type 304 or Type 316 Stainless Steel (S.S ) City of Yakima Corridor Safety Project # 2357 121 H-70.20 Sheet 2, Spacing Detail, Mailbox Support Type 1, reference to Standard Plan 1-70.10 is revised to H-70 10 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). Sheet 2 of 2, "Right Side of Service Cabinet" detail, callout, "1 5/8" x 2 7/16" 12 GA. SLOTTED STEEL CHANNEL BRACKETS (3 REQ'D), EMBED 12"MIN. IN FOUNDATION." Is revised to read "1-5/8" x 3-1/4", 12 GA. BACK TO BACK SLOTTED STEEL CHANNEL BRACKETS (3 REQ'D), EMBED 12" MIN. IN FOUNDATION" J-10.22 Key Note 4, "Test with (SPDT Snap Action, Positive close 15 Amp - 120/277 volt "T" rated) Is revised to read. "Test Switch (SPDT snap action, positive close 15 amp - 120/277 volt "T" rated)." J-20.11 Sheet 2, Foundation Detail, Elevation, callout - "Type 1 Signal Pole" is revised to read: "Type PS or Type 1 Signal Pole" Sheet 2, Foundation Detail, Elevation, add note below Title, "(Type 1 Signal Pole Shown)" J-22.15 Ramp Meter Signal Standard, elevation, dimension 4' - 6" is revised to read; 6'-0" J-28.50 Section D, callout, was - Backup Strip (ref to key note 3) is revised to read; "Continuous Backup Strip (ref. to key note 3)" Key Note 3, was - '/4" Thick, or No thinner than pole wall thickness Tack weld or seal weld to Base plate Is revised to read; "1/4" Thick, or No thinner than Pole wall thickness. Tack weld in root or continuous seal weld to Base plate or Pole wall." J-28.70 Detail C, dimension, 2" MAX. is revised to read. 1" MAX Detail D, dimension, 2" MAX is revised to read: 1" MAX. J-29.10 Galvanized Welded Wire Mesh detail, callout - "Drill and Tap for 1/4" Diam. Cap Screw, 3 Places, @ 9" center, all 4 edges S S Screw, ASTM F593 and washer" Is revised to read; ""Drill and Tap 1/4" (IN) Diam x 1" (IN) Cap Screw with washer - space approx. 9" o.c. - Liberally coat threads with Anti -seize compound (TYP.)" Add Boxed note: * Bolts, Nuts, and washers - ASTM F593 or A193 Type 304 or Type 316 Stainless Steel (S.S ) J-29.15 Title, "Camera Pole Standard" is revised to read; "Camera Pole Standard Details" J-29-16 City of Yakima Corridor Safety Project # 2357 122 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-90.10 Section B, callout, "Hardware Mounting Rack - S. S. 1-5/8" Slotted Channel" is revised to read. "Hardware Mounting Rack (Typ.) - Type 304 S S 1-5/8" Slotted Channel" J-90.20 Section B, callout, "Hardware Mounting Rack (Typ.) - S. S. 1-5/8" Slotted Channel" is revised to read: "Hardware Mounting Rack (Typ.) - Type 304 S. S. 1-5/8" Slotted Channel" K-80.10 Sign Installation (Fill Section), dimension, 6' TO 12' MIN. is revised to read: 12' MIN. Sign Installation (Sidewalk and Curb Section), dimension, 6' TO 12' MIN. is revised to read: 12' MIN. Sign Installation (Behind Traffic Barrier Section), Delete dimensions - 6' TO 12' MIN and 6' MIN. Sign with Supplemental Plaque Installation (Fill Section), dimension, 6' TO 12' MIN. is revised to read: 12' MIN. Sign Installation (Ditch Section), dimension, 6' TO 12' MIN is revised to read: 12' MIN. Delete dimension - 6' MIN. K-80.30 In the NARROW BASE, END view, the reference to Std. Plan C -8e is revised to Std Plan K-80.35 L-20.10 Sheet 1, Type 3 elevation view, callout, was "Knuckled Selvage (Typ.)" located at the top of the fence elevation, is revised to read, "Twisted and Braided (Typ.)" Sheet 2, Type 3, elevation view, callout, was "End or Corner (Brace) Post" is revised to read; "End or Corner Post" Sheet 2, Type 4, elevation view, callout, was "End or Corner (Brace) Post" is revised to read, "End or Corner Post" The following are the Standard Plan numbers applicable at the time this project was advertised. The date shown with each plan number is the publication approval date shown in the lower right-hand corner of that plan. Standard Plans showing different dates shall not be used in this contract. A-10.10-00 . . 8/7/07 A-30.35-00 ..10/ 12/07 A-50.20-01 9/22/09 A-10.20-00 10/5/07 A-40.00-00 8/11/09 A-50 30-00 11/17/08 A-10.30-00.. 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-60.10-02 6/17/14 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 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 City of Yakima Corridor Safety Project # 2357 123 B-10.60-00 6/8/06 B-35.40-00. .. .6/8/06 B-15 20-01 2/7/12 B-40.20-00 6/1/06 B-15 40-01 2/7/12 B-40.40-01 6/16/10 B-15 60-01 2/7/12 B-45.20-00 6/1/06 B-20.20-02 .3/16/12 B-45.40-00. . 6/1/06 B-20.40-03 3/16/12 B-50 20-00 6/1/06 B-20 60-03 3/15/12 B-55 20-00 6/1/06 B-25.20-01.. ...3/15/12 B-60 20-00 6/8/06 B-25.60-00 6/1/06 B-60.40-00 6/1/06 B-30 10-01 .4/26/12 B-65.20-01 4/26/12 B-30.20-02.. .4/26/12 B-65.40-00 6/1/06 B-30.30-01. .4/26/12 B-70.20-00.... . B-70.20-00......6/1/06 B-30 40-01 4/26/12 B-70.60-00 6/1/06 B-82.20-00 6/1/06 B-85.10-01. .6/10/08 B-85.20-00. . . 6/1/06 B-85.30-00. ...6/1 /06 B-85 40-00 6/8/06 B-85.50-01 ...6/10/08 B-90.10-00 . . 6/8/06 B-90 20-00 6/8/06 B-90 30-00 . 6/8/06 B-90.40-00 6/8/06 B-90 50-00 6/8/06 B-95.20-01 2/3/09 B-95.40-00 . 6/8/06 C-1 . ...6/16/11 C-6...... 5/30/97 C -la 10/14/09 C -6a 10/14/09 C -lb .. 6/16/11 C -6c. 1/6/00 C -lc . 5/30/97 C -6d . 5/30/97 C-1 d 10/31/03 C -6f 7/25/97 C-2 . 1/6/00 C-7....... 6/16/11 C -2a . ..6/21/06 C -7a 6/16/11 C -2b 6/21/06 C-8. .. 2/10/09 C -2c . 6/21/06 C -8a . 7/25/97 C -2d 6/21/06 C -8b . 6/27/11 C -2e. 6/21/06 C -8e ... 2/21/07 C -2f 3/14/97 C -8f 6/30/04 C -2g ..7/27/01 C-10.... 6/3/10 C -2h ..3/28/97 C -16a... ..6/3/10 C -2i 3/28/97 C -16b 6/3/10 C -2j.. .6/12/98 C-20.10-02 ... . 6/11/14 C -2k... 7/27/01 C-20.14-03 . 6/11/14 C -2n 7/27/01 0-20.15-02 . 6/11/14 C -2o 7/13/01 0-20.18-02. 6/11/14 C -2p 10/31/03 0-20.19-02. 6/11/14 0-3 .7/2/12 0-20 40-04 .6/11/14 C-20.41-00 ...6/30/14 C -3a .. 10/4/05 0-20 42-04 6/11/14 C -3b 6/27/11 0-20 45 01 7/2/12 C -3c 6/27/11 0-22.14-03. 6/11/14 C -4b . 6/8/06 C-22.16-04. ...6/11/14 C -4e . 10/23/14 0-22.40-04 10/23/14 C-22.41-01... 10/23/14 C -4f 7/2/12 0-22.45-01 . 10/23/14 0-2.04-00 . 11/10/05 D-2 06-01 .. 1/6/09 D-2 08-00 .11/10/05 D-2 14-00 11/10/05 D-2 16-00 11/10/05 D-2 18-00.. 11/10/05 D-2.20-00 .....11 /10/05 D-2.32-00 . ..11/10/05 D-2.34-01... _1/6/09 D-2 36-03... 6/11/14 D-2 42-00.. ..... 11/10/05 D-2.48-00. 11/10/05 D-2.64-011/6/09 0-2.66-00. .. 11/10/05 D-2.68-00 ... 11/10/05 D-2.80-00 . .. 11/10/05 D-2.82-00 . 11/10/05 D-2 84-00 11/10/05 D-2.86-00 11/10/05 D-2.88-00 11/10/05 D-2.92-00 ... 11/10/05 D-3.09-00 5/17/12 City of Yakima Corridor Safety Project # 2357 124 C-23.60-03 .... 6/11/14 C 24 10-01... .6/11/14 C-25.18-04.. 6/11/14 C-25.20-05.... 7/2/12 C-25.22-04.... 7/2/12 C-25.26-02 7/2/12 C-25.80-03 6/11/14 C-40.14-02 7/2/12 C-40.16-02 7/2/12 C-40.18-02 7/2/12 C-70.10-01 6/17/14 C-75.10-01 6/11/14 C-75.20-01 .. 6/11/14 C-75.30-01. 6/11/14 C-80 10-01 6/11/14 C-80.20-01. ...6/11/14 C-80 30-01.. . . .6/11/14 C-80.40-01 .6/11/14 C-80 50-00 4/8/12 C-85 10-00 4/8/12 C-85 11-00 4/8/12 C-85.14-01 6/11/14 C-85 15-01 6/30/14 C-85.16-01 6/17/14 C-85-18-01 6/11/14 C-85 20-01 6/11/14 C-90 10-00 7/3/08 D-3 17-01 5/17/12 D-4 . 12/11/98 D-6.. 6/19/98 D-10.10-01 12/2/08 D-10.15-01 12/2/08 D-10 20-00 7/8/08 D-10.25-00. ..7/8/08 D-10 30-00 7/8/08 D-10 35-00 7/8/08 D-10.40-01.. ..12/2/08 D-10 45-01 12/2/08 D-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-3.11-03 6/11/14 D-15.20-02 6/2/11 D-2.62-00.......11/10/05 D-3.15-02 6/10/13 D-15.30-01 12/02/08 D-2.46-01 6/11/14 D-3.16-02 5/29/13 E-1 2/21/07 E-4 ..8/27/03 E-2 ..5/29/98 E -4a.. . ... ..8/27/03 F-10.12-03 6/11/14 F-10.62-02 . .4/22/14 F-40.15-02.......6/20/13 F-10.16-00 ...12/20/06 F-10.64-03 4/22/14 F-40.16-02 6/20/13 F-10 18-00. ... .6/27/11 F-30.10-03 6/11/14 F-45.10-01.......6/21/12 F-10.40-02. .. ...6/21/12 F-40.12-02 6/20/13 F-80.10-03.. ...6/11/14 F-10.42-00 .... .1/23/07 F-40.14-02 ... 6/20/13 G-10.10-00 9/20/07 G-24.60-03....6/17/14 G-70.20-02....6/10/13 G-20.10-01 .. 6/11/14 G-25.10-04.. .6/10/13 G-70.30-02 6/10/13 G-22.10-02 6/17/14 G-30.10-03 6/17/14 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 G-24.20-01 2/7/12 G-60.10-02 6/10/13 G-90.30-02 3/22/13 G-24.30-01 2/7/12 G-60.20-01 6/27/11 G-90 40-01.... 10/14/09 G-24.40-04... 6/17/14 G-60 30-01 .....6/27/11 G-95.10-01 6/2/11 G-24 50-03 ....6/17/14 G-70.10-02 6/10/13 G-95.20-02 6/2/11 G-95.30-02 6/2/11 H-10.10-00 7/3/08 H-32.10-00 9/20/07 H-7010-01...2/7/12 H-10.15-00 ... . 7/3/08 H-60 10-01 . 7/3/08 H-70.20-01.....2/16/12 H-30.10-00 10/12/07 H-60.20-01 7/3/08 H-70.30-02 2/7/12 1-10.10-01 8/11/09 1-30.20-00 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 6/10/13 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-26.20-00 6/11/14 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-10.10-02 6/11/14 J-28.22-00 ...8/07/07 J-50.15-00. .6/3/11 J-10.15-01 6/11/14 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-1510-016/11/14 J-28.30-03 6/11/14 J-50.25-00 6/3/11 J-1515-01.. 6/11/14 J-28.40-02.....6/11/14 J-50.30-00 6/3/11 J-28.42-01 6/11/14 J-60.05-00.. .. 6/16/11 J-28.43-00 6/11/14 J-28.45-026/11/14 J-60.11-00 5/20/13 J-20.10-03 6/30/14 J-28.50-02.. .6/2/11 J-60.12-00 5/20/13 J-20.11-02 6/30/14 J-28.60-01.....6/2/11 J-60.13-00 6/16/10 J-20.15-03 . .6/30/14 J-28.70-01 5/11/11 J-60.14-00.. 6/16/10 J-20.16-02 6/30/14 J-2910-00.....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 10-04 . 6/30/14 J-40 10-03 ...5/20/13 J-75.40-01 6/11/14 J-75.41-00.. 6/11/14 City of Yakima Corridor Safety Project # 2357 125 J-21.15-01 . .6/10/13 J-40 20-02 6/11/14 J-75.45-01.. 6/11/14 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-90 21-00 ...6/30/14 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 L-10.10-02 6/21/12 L-40.10-02 . .6/21/12 L-7010-01.....5/21/08 L-20.10-02 6/21/12 L-40 15-01 6/16/11 L-70.20-01 .5/21/08 L-30.10-02.. 6/11/14 L-40 20-02 6/21/12 M-1 20-03.... 6/24/14 M-9.60-00 2/10/09 M-40.10-03.. 6/24/14 M-1 40-02 ...6/3/11 M-11.10-01 1/30/07 M-40 20-00...10/12/07 M-1.60-02 6/3/11 M-15 10-01 2/6/07 M-40 30-00 9/20/07 M-1.80-03. 6/3/11 M-17.10-02. . 7/3/08 M-40 40-00 9/20/07 M-2 20-02. .....6/3/11 M-20.10-02 .. 6/3/11 M-40.50-00 .. 9/20/07 M-3 10-03 6/3/11 M-20.20-01 1/30/07 M-40.60-00. 9/20/07 M-3.20-02..... 6/3/11 M-20 30-02 10/14/09 M-60 10-01 6/3/11 M-3.30-03 6/3/11 M-20.40-03 ..6/24/14 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-9.50-02 . 6/24/14 M-24.60-04 6/24/14 City of Yakima Corridor Safety Project # 2357 126 Required Contract Provisions Federal -Aid Construction Contracts Follow this Page City of Yakima Corridor Safety Project # 2357 127 City of Yakima Corridor Safety Project # 2357 128 VI VII VIII IX. X. XI REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS General Nondiscrimination Nonsegregated Facilities Davis -Bacon and Related Act Provisions Contract Work Hours and Safety Standards Act Provisions Subletting or Assigning the Contract Safety Accident Prevention False Statements Concerning Highway Projects Implementation of Clean Air Act and Federal Water Pollution Control Act Compliance with Governmentwide Suspension and Debarment Requirements Certification Regarding Use of Contract Funds for Lobbying ATTACHMENTS A. Employment and Materials Preference for Appalachian Development Highway System or Appalachian Local Access Road Contracts (included in Appalachian contracts only) I. GENERAL 1 Form FHWA-1273 must be physically incorporated in each construction contract funded under Title 23 (excluding emergency contracts solely intended for debris removal). The contractor (or subcontractor) must insert this form in each subcontract and further require its inclusion in all lower tier subcontracts (excluding purchase orders, rental agreements and other agreements for supplies or services). The applicable requirements of Form FHWA-1273 are incorporated by reference for work done under any purchase order, rental agreement or agreement for other services. The prime contractor shall be responsible for compliance by any subcontractor, lower -tier subcontractor or service provider Form FHWA-1273 must be included in all Federal -aid design - build contracts, in all subcontracts and in lower tier subcontracts (excluding subcontracts for design services, purchase orders, rental agreements and other agreements for supplies or services). The design -builder shall be responsible for compliance by any subcontractor, lower -tier subcontractor or service provider Contracting agencies may reference Form FHWA-1273 in bid proposal or request for proposal documents, however, the Form FHWA-1273 must be physically incorporated (not referenced) in all contracts, subcontracts and lower -tier subcontracts (excluding purchase orders, rental agreements and other agreements for supplies or services related to a construction contract). 2. Subject to the applicability criteria noted in the following sections, these contract provisions shall apply to all work performed on the contract by the contractor's own organization and with the assistance of workers under the contractor's immediate superintendence and to all work performed on the contract by piecework, station work, or by subcontract. City of Yakima Corridor Safety Project # 2357 129 FHWA-1273 -- Revised May 1, 2012 3. A breach of any of the stipulations contained in these Required Contract Provisions may be sufficient grounds for withholding of progress payments, withholding of final payment, termination of the contract, suspension / debarment or any other action determined to be appropriate by the contracting agency and FHWA. 4 Selection of Labor During the performance of this contract, the contractor shall not use convict labor for any purpose within the limits of a construction project on a Federal -aid highway unless it is labor performed by convicts who are on parole, supervised release, or probation. The term Federal -aid highway does not include roadways functionally classified as local roads or rural minor collectors. II. NONDISCRIMINATION The provisions of this section related to 23 CFR Part 230 are applicable to all Federal -aid construction contracts and to all related construction subcontracts of $10,000 or more. The provisions of 23 CFR Part 230 are not applicable to material supply, engineering, or architectural service contracts. In addition, the contractor and all subcontractors must comply with the following policies: Executive Order 11246, 41 CFR 60, 29 CFR 1625-1627, Title 23 USC Section 140, the Rehabilitation Act of 1973, as amended (29 USC 794), Title VI of the Civil Rights Act of 1964, as amended, and related regulations including 49 CFR Parts 21, 26 and 27, and 23 CFR Parts 200, 230, and 633. The contractor and all subcontractors must comply with: the requirements of the Equal Opportunity Clause in 41 CFR 60- 1 4(b) and, for all construction contracts exceeding $10,000, the Standard Federal Equal Employment Opportunity Construction Contract Specifications in 41 CFR 60-4 3. Note: The U S. Department of Labor has exclusive authority to determine compliance with Executive Order 11246 and the policies of the Secretary of Labor including 41 CFR 60, and 29 CFR 1625-1627 The contracting agency and the FHWA have the authority and the responsibility to ensure compliance with Title 23 USC Section 140, the Rehabilitation Act of 1973, as amended (29 USC 794), and Title VI of the Civil Rights Act of 1964, as amended, and related regulations including 49 CFR Parts 21, 26 and 27, and 23 CFR Parts 200, 230, and 633. The following provision is adopted from 23 CFR 230, Appendix A, with appropriate revisions to conform to the U S. Department of Labor (US DOL) and FHWA requirements. 1. Equal Employment Opportunity: Equal employment opportunity (EEO) requirements not to discriminate and to take affirmative action to assure equal opportunity as set forth under laws, executive orders, rules, regulations (28 CFR 35, 29 CFR 1630, 29 CFR 1625-1627, 41 CFR 60 and 49 CFR 27) and orders of the Secretary of Labor as modified by the provisions prescribed herein, and imposed pursuant to 23 U S C 140 shall constitute the EEO and specific affirmative action standards for the contractor's project activities under this contract. The provisions of the Americans with Disabilities Act of 1990 (42 U S.0 12101 et seq.) set forth under 28 CFR 35 and 29 CFR 1630 are incorporated by reference in this contract. In the execution of this contract, the contractor agrees to comply with the following minimum specific requirement activities of EEO a. The contractor will work with the contracting agency and the Federal Government to ensure that it has made every good faith effort to provide equal opportunity with respect to all of its terms and conditions of employment and in their review of activities under the contract. b The contractor will accept as its operating policy the following statement: "It is the policy of this Company to assure that applicants are employed, and that employees are treated during employment, without regard to their race, religion, sex, color, national origin, age or disability Such action shall include: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship, pre -apprenticeship, and/or on-the- job training." 2. EEO Officer The contractor will designate and make known to the contracting officers an EEO Officer who will have the responsibility for and must be capable of effectively administering and promoting an active EEO program and who must be assigned adequate authority and responsibility to do so 3. Dissemination of Policy: All members of the contractor's staff who are authorized to hire, supervise, promote, and discharge employees, or who recommend such action, or who are substantially involved in such action, will be made fully cognizant of, and will implement, the contractors EEO policy and contractual responsibilities to provide EEO in each grade and classification of employment. To ensure that the above agreement will be met, the following actions will be taken as a minimum: a. Periodic meetings of supervisory and personnel office employees will be conducted before the start of work and then not less often than once every six months, at which time the contractor's EEO policy and its implementation will be reviewed and explained. The meetings will be conducted by the EEO Officer b All new supervisory or personnel office employees will be given a thorough indoctrination by the EEO Officer, covering all major aspects of the contractor's EEO obligations within thirty days following their reporting for duty with the contractor c. All personnel who are engaged in direct recruitment for the project will be instructed by the EEO Officer in the contractors procedures for locating and hiring minorities and women. d. Notices and posters setting forth the contractor's EEO policy wit be placed in areas readily accessible to employees, applicants for employment and potential employees. e. The contractor's EEO policy and the procedures to implement such policy will be brought to the attention of employees by means of meetings, employee handbooks, or other appropriate means. City of Yakima Corridor Safety Project # 2357 130 4 Recruitment: When advertising for employees, the contractor will include in all advertisements for employees the notation. "An Equal Opportunity Employer" All such advertisements will be placed in publications having a large circulation among minorities and women in the area from which the project work force would normally be derived. a. The contractor will, unless precluded by a valid bargaining agreement, conduct systematic and direct recruitment through public and private employee referral sources likely to yield qualified minorities and women. To meet this requirement, the contractor will identify sources of potential minority group employees, and establish with such identified sources procedures whereby minority and women applicants may be referred to the contractor for employment consideration. b. In the event the contractor has a valid bargaining agreement providing for exclusive hiring hall referrals, the contractor is expected to observe the provisions of that agreement to the extent that the system meets the contractor's compliance with EEO contract provisions. Where implementation of such an agreement has the effect of discriminating against minorities or women, or obligates the contractor to do the same, such implementation violates Federal nondiscrimination provisions. c. The contractor will encourage its present employees to refer minorities and women as applicants for employment. Information and procedures with regard to referring such applicants will be discussed with employees. 5. Personnel Actions: Wages, working conditions, and employee benefits shall be established and administered, and personnel actions of every type, including hiring, upgrading, promotion, transfer, demotion, layoff, and termination, shall be taken without regard to race, color, religion, sex, national origin, age or disability The following procedures shall be followed: a. The contractor will conduct periodic inspections of project sites to insure that working conditions and employee facilities do not indicate discriminatory treatment of project site personnel. b The contractor will periodically evaluate the spread of wages paid within each classification to determine any evidence of discriminatory wage practices. c. The contractor will periodically review selected personnel actions in depth to determine whether there is evidence of discrimination. Where evidence is found, the contractor will promptly take corrective action. If the review indicates that the discrimination may extend beyond the actions reviewed, such corrective action shall include all affected persons. d. The contractor will promptly investigate all complaints of alleged discrimination made to the contractor in connection with its obligations under this contract, will attempt to resolve such complaints, and will take appropriate corrective action within a reasonable time. If the investigation indicates that the discrimination may affect persons other than the complainant, such corrective action shall include such other persons. Upon completion of each investigation, the contractor will inform every complainant of all of their avenues of appeal. 6. Training and Promotion: a. The contractor will assist in locating, qualifying, and increasing the skills of minorities and women who are applicants for employment or current employees. Such efforts should be aimed at developing full journey level status employees in the type of trade or job classification involved. b Consistent with the contractor's work force requirements and as permissible under Federal and State regulations, the contractor shall make full use of training programs, i.e., apprenticeship, and on-the-job training programs for the geographical area of contract performance. In the event a special provision for training is provided under this contract, this subparagraph will be superseded as indicated in the special provision. The contracting agency may reserve training positions for persons who receive welfare assistance in accordance with 23 U S.0 140(a). c. The contractor will advise employees and applicants for employment of available training programs and entrance requirements for each. d. The contractor will periodically review the training and promotion potential of employees who are minorities and women and will encourage eligible employees to apply for such training and promotion. 7. Unions: If the contractor relies in whole or in part upon unions as a source of employees, the contractor will use good faith efforts to obtain the cooperation of such unions to increase opportunities for minorities and women. Actions by the contractor, either directly or through a contractor's association acting as agent, will include the procedures set forth below. a. The contractor will use good faith efforts to develop, in cooperation with the unions, joint training programs aimed toward qualifying more minorities and women for membership in the unions and increasing the skills of minorities and women so that they may qualify for higher paying employment. b The contractor will use good faith efforts to incorporate an EEO clause into each union agreement to the end that such union will be contractually bound to refer applicants without regard to their race, color, religion, sex, national origin, age or disability c. The contractor is to obtain information as to the referral practices and policies of the labor union except that to the extent such information is within the exclusive possession of the labor union and such labor union refuses to furnish such information to the contractor, the contractor shall so certify to the contracting agency and shall set forth what efforts have been made to obtain such information. d. In the event the union is unable to provide the contractor with a reasonable flow of referrals within the time limit set forth in the collective bargaining agreement, the contractor will, through independent recruitment efforts, fill the employment vacancies without regard to race, color, religion, sex, national origin, age or disability; making full efforts to obtain qualified and/or qualifiable minorities and women. The failure of a union to provide sufficient referrals (even though it is obligated to provide exclusive referrals under the terms of a collective bargaining agreement) does not relieve the contractor from the requirements of this paragraph. In the event the union referral practice prevents the contractor from meeting the obligations pursuant to Executive Order 11246, as amended, and these special provisions, such contractor shall immediately notify the contracting agency 8. Reasonable Accommodation for Applicants / Employees with Disabilities: The contractor must be familiar City of Yakima Corridor Safety Project # 2357 131 with the requirements for and comply with the Americans with Disabilities Act and all rules and regulations established there under Employers must provide reasonable accommodation in all employment activities unless to do so would cause an undue hardship 9. Selection of Subcontractors, Procurement of Materials and Leasing of Equipment: The contractor shall not discriminate on the grounds of race, color, religion, sex, national origin, age or disability in the selection and retention of subcontractors, including procurement of materials and leases of equipment. The contractor shall take all necessary and reasonable steps to ensure nondiscrimination in the administration of this contract. a. The contractor shall notify all potential subcontractors and suppliers and lessors of their EEO obligations under this contract. b The contractor will use good faith efforts to ensure subcontractor compliance with their EEO obligations. 10. Assurance Required by 49 CFR 26.13(b): a. The requirements of 49 CFR Part 26 and the State DOT's U S DOT -approved DBE program are incorporated by reference. b. The contractor or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of DOT -assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the contracting agency deems appropriate. 11. Records and Reports: The contractor shall keep such records as necessary to document compliance with the EEO requirements. Such records shall be retained for a period of three years following the date of the final payment to the contractor for all contract work and shall be available at reasonable times and places for inspection by authorized representatives of the contracting agency and the FHWA. a. The records kept by the contractor shall document the following: (1) The number and work hours of minority and non - minority group members and women employed in each work classification on the project; (2) The progress and efforts being made in cooperation with unions, when applicable, to increase employment opportunities for minorities and women; and (3) The progress and efforts being made in locating, hiring, training, qualifying, and upgrading minorities and women; b. The contractors and subcontractors will submit an annual report to the contracting agency each July for the duration of the project, indicating the number of minority, women, and non -minority group employees currently engaged in each work classification required by the contract work. This information is to be reported on Form FHWA-1391 The staffing data should represent the project work force on board in all or any part of the last payroll period preceding the end of July If on-the-job training is being required by special provision, the contractor will be required to collect and report training data. The employment data should reflect the work force on board during all or any part of the last payroll period preceding the end of July III. NONSEGREGATED FACILITIES This provision is applicable to all Federal -aid construction contracts and to all related construction subcontracts of $10,000 or more. The contractor must ensure that facilities provided for employees are provided in such a manner that segregation on the basis of race, color, religion, sex, or national origin cannot result. The contractor may neither require such segregated use by written or oral policies nor tolerate such use by employee custom. The contractors obligation extends further to ensure that its employees are not assigned to perform their services at any location, under the contractor's control, where the facilities are segregated. The term "facilities" includes waiting rooms, work areas, restaurants and other eating areas, time clocks, restrooms, washrooms, locker rooms, and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing provided for employees. The contractor shall provide separate or single -user restrooms and necessary dressing or sleeping areas to assure privacy between sexes. IV DAVIS-BACON AND RELATED ACT PROVISIONS This section is applicable to all Federal -aid construction projects exceeding $2,000 and to all related subcontracts and lower -tier subcontracts (regardless of subcontract size). The requirements apply to all projects located within the right-of- way of a roadway that is functionally classified as Federal -aid highway This excludes roadways functionally classified as local roads or rural minor collectors, which are exempt. Contracting agencies may elect to apply these requirements to other projects. The following provisions are from the U S Department of Labor regulations in 29 CFR 5.5 "Contract provisions and related matters" with minor revisions to conform to the FHWA- 1273 format and FHWA program requirements. 1. Minimum wages a. All laborers and mechanics employed or working upon the site of the work, will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR part 3)), the full amount of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits under section 1(b)(2) of the Davis -Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions City of Yakima Corridor Safety Project # 2357 132 of paragraph 1 d. of this section; also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in 29 CFR 5 5(a)(4). Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein. Provided, That the employer's payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classification and wage rates conformed under paragraph 1.b of this section) and the Davis -Bacon poster (WH -1321) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers. b.(1) The contracting officer shall require that any class of laborers or mechanics, including helpers, which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. The contracting officer shall approve an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met: (i) The work to be performed by the classification requested is not performed by a classification in the wage determination; and (ii) The classification is utilized in the area by the construction industry; and (iii) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. (2) If the contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and the contracting officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the Administrator of the Wage and Hour Division, Employment Standards Administration, U S Department of Labor, Washington, DC 20210 The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30 -day period that additional time is necessary (3) In the event the contractor, the laborers or mechanics to be employed in the classification or their representatives, and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the contracting officer, to the Wage and Hour Administrator for determination. The Wage and Hour Administrator, or an authorized representative, will issue a determination within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30 -day period that additional time is necessary (4) The wage rate (including fringe benefits where appropriate) determined pursuant to paragraphs 1.b.(2) or 1.b.(3) of this section, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. c. Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof d. If the contractor does not make payments to a trustee or other third person, the contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, Provided, That the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis -Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. 2. Withholding The contracting agency shall upon its own action or upon written request of an authorized representative of the Department of Labor, withhold or cause to be withheld from the contractor under this contract, or any other Federal contract with the same prime contractor, or any other federally - assisted contract subject to Davis -Bacon prevailing wage requirements, which is held by the same prime contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of the work, all or part of the wages required by the contract, the contracting agency may, after written notice to the contractor, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. 3. Payrolls and basic records a. Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work. Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in section 1(b)(2)(B) of the Davis -Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section 1(b)(2)(B) of the Davis - City of Yakima Corridor Safety Project # 2357 133 Bacon Act, the contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. b.(1) The contractor shall submit weekly for each week in which any contract work is performed a copy of at payrolls to the contracting agency The payrolls submitted shall set out accurately and completely all of the information required to be maintained under 29 CFR 5 5(a)(3)(i), except that full social security numbers and home addresses shall not be included on weekly transmittals. Instead the payrolls shall only need to include an individually identifying number for each employee e.g. , the last four digits of the employee's social security number). The required weekly payroll information may be submitted in any form desired. Optional Form WH -347 is available for this purpose from the Wage and Hour Division Web site at http://www dol.gov/esa/whd/forms/wh347instr.htm or its successor site. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. Contractors and subcontractors shall maintain the full social security number and current address of each covered worker, and shall provide them upon request to the contracting agency for transmission to the State DOT, the FHWA or the Wage and Hour Division of the Department of Labor for purposes of an investigation or audit of compliance with prevailing wage requirements. It is not a violation of this section for a prime contractor to require a subcontractor to provide addresses and social security numbers to the prime contractor for its own records, without weekly submission to the contracting agency (2) Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: (i) That the payroll for the payroll period contains the information required to be provided under §5.5 (a)(3)(ii) of Regulations, 29 CFR part 5, the appropriate information is being maintained under §5 5 (a)(3)(i) of Regulations, 29 CFR part 5, and that such information is correct and complete; (ii) That each laborer or mechanic (including each helper, apprentice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in Regulations, 29 CFR part 3; (iii) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract. (3) The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH -347 shall satisfy the requirement for submission of the "Statement of Compliance" required by paragraph 3 b (2) of this section. (4) The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under section 1001 of title 18 and section 231 of title 31 of the United States Code. c. The contractor or subcontractor shall make the records required under paragraph 3.a. of this section available for inspection, copying, or transcription by authorized representatives of the contracting agency, the State DOT, the FHWA, or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job If the contractor or subcontractor fails to submit the required records or to make them available, the FHWA may, after written notice to the contractor, the contracting agency or the State DOT, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5 12. 4. Apprentices and trainees a. Apprentices (programs of the USDOL). Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U S. Department of Labor, Employment and Training Administration, Office of Apprenticeship Training, Employer and Labor Services, or with a State Apprenticeship Agency recognized by the Office, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Office of Apprenticeship Training, Employer and Labor Services or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the contractor's or subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly City of Yakima Corridor Safety Project # 2357 134 rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. In the event the Office of Apprenticeship Training, Employer and Labor Services, or a State Apprenticeship Agency recognized by the Office, withdraws approval of an apprenticeship program, the contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. b Trainees (programs of the USDOL). Except as provided in 29 CFR 516, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the U S Department of Labor, Employment and Training Administration. The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In the event the Employment and Training Administration withdraws approval of a training program, the contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. c. Equal employment opportunity The utilization of apprentices, trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR part 30 d. Apprentices and Trainees (programs of the U S DOT). Apprentices and trainees working under apprenticeship and skill training programs which have been certified by the Secretary of Transportation as promoting EEO in connection with Federal -aid highway construction programs are not subject to the requirements of paragraph 4 of this Section IV The straight time hourly wage rates for apprentices and trainees under such programs will be established by the particular programs. The ratio of apprentices and trainees to journeymen shall not be greater than permitted by the terms of the particular program. 5. Compliance with Copeland Act requirements. The contractor shall comply with the requirements of 29 CFR part 3, which are incorporated by reference in this contract. 6. Subcontracts. The contractor or subcontractor shall insert Form FHWA-1273 in any subcontracts and also require the subcontractors to include Form FHWA-1273 in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR 5 5. 7. Contract termination: debarment. A breach of the contract clauses in 29 CFR 5.5 may be grounds for termination of the contract, and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12. 8. Compliance with Davis -Bacon and Related Act requirements. All rulings and interpretations of the Davis - Bacon and Related Acts contained in 29 CFR parts 1, 3, and 5 are herein incorporated by reference in this contract. 9. Disputes concerning labor standards. Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR parts 5, 6, and 7 Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and the contracting agency, the U S Department of Labor, or the employees or their representatives. 10. Certification of eligibility. a. By entering into this contract, the contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1). b. No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1). c. The penalty for making false statements is prescribed in the U S Criminal Code, 18 U S C 1001 City of Yakima Corridor Safety Project # 2357 135 V. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT The following clauses apply to any Federal -aid construction contract in an amount in excess of $100,000 and subject to the overtime provisions of the Contract Work Hours and Safety Standards Act. These clauses shall be inserted in addition to the clauses required by 29 CFR 5.5(a) or 29 CFR 4.6. As used in this paragraph, the terms laborers and mechanics include watchmen and guards. 1 Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. 2. Violation; liability for unpaid wages; liquidated damages In the event of any violation of the clause set forth in paragraph (1 ) of this section, the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (1 ) of this section, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (1 ) of this section. 3. Withholding for unpaid wages and liquidated damages. The FHWA or the contacting agency shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally -assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2.) of this section. 4. Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (1 ) through (4 ) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (1 ) through (4 ) of this section. VI. SUBLETTING OR ASSIGNING THE CONTRACT This provision is applicable to all Federal -aid construction contracts on the National Highway System 1 The contractor shall perform with its own organization contract work amounting to not less than 30 percent (or a greater percentage if specified elsewhere in the contract) of the total original contract price, excluding any specialty items designated by the contracting agency Specialty items may be performed by subcontract and the amount of any such specialty items performed may be deducted from the total original contract price before computing the amount of work required to be performed by the contractors own organization (23 CFR 635 116). a. The term "perform work with its own organization" refers to workers employed or leased by the prime contractor, and equipment owned or rented by the prime contractor, with or without operators. Such term does not include employees or equipment of a subcontractor or lower tier subcontractor, agents of the prime contractor, or any other assignees. The term may include payments for the costs of hiring leased employees from an employee leasing firm meeting all relevant Federal and State regulatory requirements Leased employees may only be included in this term if the prime contractor meets all of the following conditions: (1) the prime contractor maintains control over the supervision of the day-to-day activities of the leased employees; (2) the prime contractor remains responsible for the quality of the work of the leased employees; (3) the prime contractor retains all power to accept or exclude individual employees from work on the project; and (4) the prime contractor remains ultimately responsible for the payment of predetermined minimum wages, the submission of payrolls, statements of compliance and all other Federal regulatory requirements. b "Specialty Items" shall be construed to be limited to work that requires highly specialized knowledge, abilities, or equipment not ordinarily available in the type of contracting organizations qualified and expected to bid or propose on the contract as a whole and in general are to be limited to minor components of the overall contract. 2. The contract amount upon which the requirements set forth in paragraph (1) of Section VI is computed includes the cost of material and manufactured products which are to be purchased or produced by the contractor under the contract provisions. 3 The contractor shall furnish (a) a competent superintendent or supervisor who is employed by the firm, has full authority to direct performance of the work in accordance with the contract requirements, and is in charge of all construction operations (regardless of who performs the work) and (b) such other of its own organizational resources (supervision, management, and engineering services) as the contracting officer determines is necessary to assure the performance of the contract. 4 No portion of the contract shall be sublet, assigned or otherwise disposed of except with the written consent of the contracting officer, or authorized representative, and such consent when given shall not be construed to relieve the contractor of any responsibility for the fulfillment of the contract. Written consent will be given only after the contracting agency has assured that each subcontract is City of Yakima Corridor Safety Project # 2357 136 evidenced in writing and that it contains all pertinent provisions and requirements of the prime contract. 5 The 30% self -performance requirement of paragraph (1) is not applicable to design -build contracts, however, contracting agencies may establish their own self -performance requirements. VII. SAFETY ACCIDENT PREVENTION T hi s pr o vi si o n i s applicable to all Federal - aid construction contracts and to all related subcontracts. 1 In the performance of this contract the contractor shall comply with all applicable Federal, State, and local laws governing safety, health, and sanitation (23 CFR 635). The contractor shall provide all safeguards, safety devices and protective equipment and take any other needed actions as it determines, or as the contracting officer may determine, to be reasonably necessary to protect the life and health of employees on the job and the safety of the public and to protect property in connection with the performance of the work covered by the contract. 2. It is a condition of this contract, and shall be made a condition of each subcontract, which the contractor enters into pursuant to this contract, that the contractor and any subcontractor shall not permit any employee, in performance of the contract, to work in surroundings or under conditions which are unsanitary, hazardous or dangerous to his/her health or safety, as determined under construction safety and health standards (29 CFR 1926) promulgated by the Secretary of Labor, in accordance with Section 107 of the Contract Work Hours and Safety Standards Act (40 U S C 3704). 3 Pursuant to 29 CFR 1926.3, it is a condition of this contract that the Secretary of Labor or authorized representative thereof, shall have right of entry to any site of contract performance to inspect or investigate the matter of compliance with the construction safety and health standards and to carry out the duties of the Secretary under Section 107 of the Contract Work Hours and Safety Standards Act (40 U S C 3704). VIII. FALSE STATEMENTS CONCERNING HIGHWAY PROJECTS T hi s pr o vi si o n i s applicable to all Federal - aid construction contracts and to all related subcontracts. In order to assure high quality and durable construction in conformity with approved plans and specifications and a high degree of reliability on statements and representations made by engineers, contractors, suppliers, and workers on Federal - aid highway projects, it is essential that all persons concerned with the project perform their functions as carefully, thoroughly, and honestly as possible. Willful falsification, distortion, or misrepresentation with respect to any facts related to the project is a violation of Federal law To prevent any misunderstanding regarding the seriousness of these and similar acts, Form FHWA-1022 shall be posted on each Federal -aid highway project (23 CFR 635) in one or more places where it is readily available to all persons concerned with the project: 18 U S C 1020 reads as follows: "Whoever, being an officer, agent, or employee of the United States, or of any State or Territory, or whoever, whether a person, association, firm, or corporation, knowingly makes any false statement, false representation, or false report as to the character, quality, quantity, or cost of the material used or to be used, or the quantity or quality of the work performed or to be performed, or the cost thereof in connection with the submission of plans, maps, specifications, contracts, or costs of construction on any highway or related project submitted for approval to the Secretary of Transportation; or Whoever knowingly makes any false statement, false representation, false report or false claim with respect to the character, quality, quantity, or cost of any work performed or to be performed, or materials furnished or to be furnished, in connection with the construction of any highway or related project approved by the Secretary of Transportation; or Whoever knowingly makes any false statement or false representation as to material fact in any statement, certificate, or report submitted pursuant to provisions of the Federal -aid Roads Act approved July 1, 1916, (39 Stat. 355), as amended and supplemented; Shall be fined under this title or imprisoned not more than 5 years or both:' IX. IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT This provision is applicable to all Federal -aid construction contracts and to all related subcontracts. By submission of this bid/proposal or the execution of this contract, or subcontract, as appropriate, the bidder, proposer, Federal -aid construction contractor, or subcontractor, as appropriate, will be deemed to have stipulated as follows. 1 That any person who is or will be utilized in the performance of this contract is not prohibited from receiving an award due to a violation of Section 508 of the Clean Water Act or Section 306 of the Clean Air Act. 2. That the contractor agrees to include or cause to be included the requirements of paragraph (1) of this Section X in every subcontract, and further agrees to take such action as the contracting agency may direct as a means of enforcing such requirements. X. CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION This provision is applicable to all Federal -aid construction contracts, design -build contracts, subcontracts, lower -tier subcontracts, purchase orders, lease agreements, consultant contracts or any other covered transaction requiring FHWA approval or that is estimated to cost $25,000 or more — as defined in 2 CFR Parts 180 and 1200 1 Instructions for Certification — First Tier Participants: a. By signing and submitting this proposal, the prospective first tier participant is providing the certification set out below b. The inability of a person to provide the certification set out below will not necessarily result in denial of participation in this City of Yakima Corridor Safety Project # 2357 137 covered transaction. The prospective first tier participant shall submit an explanation of why it cannot provide the certification set out below The certification or explanation will be considered in connection with the department or agency's determination whether to enter into this transaction. However, failure of the prospective first tier participant to furnish a certification or an explanation shall disqualify such a person from participation in this transaction. c. The certification in this clause is a material representation of fact upon which reliance was placed when the contracting agency determined to enter into this transaction. If it is later determined that the prospective participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the contracting agency may terminate this transaction for cause of default. d. The prospective first tier participant shall provide immediate written notice to the contracting agency to whom this proposal is submitted if any time the prospective first tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. e. The terms "covered transaction," "debarred," "suspended," "ineligible," "participant," "person," "principal," and "voluntarily excluded," as used in this clause, are defined in 2 CFR Parts 180 and 1200. "First Tier Covered Transactions" refers to any covered transaction between a grantee or subgrantee of Federal funds and a participant (such as the prime or general contract). "Lower Tier Covered Transactions" refers to any covered transaction under a First Tier Covered Transaction (such as subcontracts). "First Tier Participant" refers to the participant who has entered into a covered transaction with a grantee or subgrantee of Federal funds (such as the prime or general contractor). "Lower Tier Participant" refers any participant who has entered into a covered transaction with a First Tier Participant or other Lower Tier Participants (such as subcontractors and suppliers). f The prospective first tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency entering into this transaction. g. The prospective first tier participant further agrees by submitting this proposal that it will include the clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion -Lower Tier Covered Transactions," provided by the department or contracting agency, entering into this covered transaction, without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions exceeding the $25,000 threshold. h. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant is responsible for ensuring that its principals are not suspended, debarred, or otherwise ineligible to participate in covered transactions. To verify the eligibility of its principals, as well as the eligibility of any lower tier prospective participants, each participant may, but is not required to, check the Excluded Parties List System website (https://www.epls.gov/), which is compiled by the General Services Administration. i. Nothing contained in the foregoing shall be construed to require the establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of the prospective participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. j. Except for transactions authorized under paragraph (f) of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause or default. 2. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion — First Tier Participants: a. The prospective first tier participant certifies to the best of its knowledge and belief, that it and its principals. (1) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participating in covered transactions by any Federal department or agency; (2) Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction, violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (3) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph (a)(2) of this certification, and (4) Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State or local) terminated for cause or default. b Where the prospective participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. 2 Instructions for Certification - Lower Tier Participants: (Applicable to all subcontracts, purchase orders and other lower tier transactions requiring prior FHWA approval or estimated to cost $25,000 or more - 2 CFR Parts 180 and 1200) a. By signing and submitting this proposal, the prospective lower tier is providing the certification set out below b. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department, or agency with which City of Yakima Corridor Safety Project # 2357 138 this transaction originated may pursue available remedies, including suspension and/or debarment. c. The prospective lower tier participant shall provide immediate written notice to the person to which this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous by reason of changed circumstances. d. The terms "covered transaction," "debarred," "suspended," "ineligible," "participant," "person," "principal," and "voluntarily excluded," as used in this clause, are defined in 2 CFR Parts 180 and 1200 You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations. "First Tier Covered Transactions" refers to any covered transaction between a grantee or subgrantee of Federal funds and a participant (such as the prime or general contract). "Lower Tier Covered Transactions" refers to any covered transaction under a First Tier Covered Transaction (such as subcontracts). "First Tier Participant" refers to the participant who has entered into a covered transaction with a grantee or subgrantee of Federal funds (such as the prime or general contractor). "Lower Tier Participant" refers any participant who has entered into a covered transaction with a First Tier Participant or other Lower Tier Participants (such as subcontractors and suppliers). e. The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated. f The prospective lower tier participant further agrees by submitting this proposal that it will include this clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion -Lower Tier Covered Transaction," without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions exceeding the $25,000 threshold. g. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant is responsible for ensuring that its principals are not suspended, debarred, or otherwise ineligible to participate in covered transactions. To verify the eligibility of its principals, as well as the eligibility of any lower tier prospective participants, each participant may, but is not required to, check the Excluded Parties List System website (https.//www.epls.gov/), which is compiled by the General Services Administration. h. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. i. Except for transactions authorized under paragraph e of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion --Lower Tier Participants: 1 The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participating in covered transactions by any Federal department or agency 2. Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. XI. CERTIFICATION REGARDING USE OF CONTRACT FUNDS FOR LOBBYING This provision is applicable to all Federal -aid construction contracts and to all related subcontracts which exceed $100,000 (49 CFR 20). 1 The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: a. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. b. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form -LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 2. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31 U S C 1352. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. 3. The prospective participant also agrees by submitting its bid or proposal that the participant shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such recipients shall certify and disclose accordingly City of Yakima Corridor Safety Project # 2357 139 ATTACHMENT A - EMPLOYMENT AND MATERIALS 6. The contractor shall include the provisions of Sections 1 PREFERENCE FOR APPALACHIAN DEVELOPMENT through 4 of this Attachment A in every subcontract for work HIGHWAY SYSTEM OR APPALACHIAN LOCAL which is, or reasonably may be, done as on-site work. 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. b For the reasonable needs of the contractor to employ supervisory or specially experienced personnel necessary to assure an efficient execution of the contract work. c. For the obligation of the contractor to offer employment to present or former employees as the result of a lawful collective bargaining contract, provided that the number of nonresident persons employed under this subparagraph (1c) shall not exceed 20 percent of the total number of employees employed by the contractor on the contract work, except as provided in subparagraph (4) below 2. The contractor shall place a job order with the State Employment Service indicating (a) the classifications of the laborers, mechanics and other employees required to perform the contract work, (b) the number of employees required in each classification, (c) the date on which the participant estimates such employees will be required, and (d) any other pertinent information required by the State Employment Service to complete the job order form. The job order may be placed with the State Employment Service in writing or by telephone If during the course of the contract work, the information submitted by the contractor in the original job order is substantially modified, the participant shall promptly notify the State Employment Service. 3 The contractor shall give full consideration to all qualified job applicants referred to him by the State Employment Service. The contractor is not required to grant employment to any job applicants who, in his opinion, are not qualified to perform the classification of work required. 4 If, within one week following the placing of a job order by the contractor with the State Employment Service, the State Employment Service is unable to refer any qualified job applicants to the contractor, or 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 contractors permanent project records. Upon receipt of this certificate, the contractor may employ persons who do not normally reside in the labor area to fill positions covered by the certificate, notwithstanding the provisions of subparagraph (1c) above 5 The provisions of 23 CFR 633.207(e) allow the contracting agency to provide a contractual preference for the use of mineral resource materials native to the Appalachian region. City of Yakima Corridor Safety Project # 2357 140 CONTRACT THIS AGREEMENT, made and entered into in triplicate, this day of 712 , 2015, by and between the City of Yakima, hereinafter called the Owner, and Columbia Asphalt & Gravel, Inc., a Washington Corporation, hereinafter called the Contractor WITNESSETH: That in consideration of the terms and conditions contained herein and attached and made a part of this agreement, the parties hereto covenant and agree as follows I The Contractor shall do all work and furnish all tools, materials, labor and equipment for THE BID AMOUNT OF $ 305,290.00, for City of Yakima Safety Corridor Project — Nob Hill Blvd. — 1st Street, City Project No. 2357, all in accordance with, and as described in the attached plans and specifications and the 2014 Standard Specifications for Road, Bridge, and Municipal Construction which are by this reference incorporated herein and made a part hereof, and shall perform any alterations in or additions to the work provided under this contract and every part thereof Work shall start within ten (10) days after the Notice to Proceed and shall be completed in 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 11th day after the date on which the City issues the Notice to Proceed If said work is not completed within the time specified, the Contractor agrees to pay to the Owner the sum specified in the Standard Specifications for each and every day said work remains uncompleted after expiration of the specified time, as liquidated damages. The Contractors shall provide and bear the expense of all equipment, work and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in this contract and every part thereof, except such as are mentioned in the specifications to be furnished by the City of Yakima II The City of Yakima hereby promises and agrees with the Contractor to employ, and does employ the Contractor to provide the materials and to do and cause to be done the above described work and to complete and finish the same according to the attached plans and specifications and the terms and conditions herein contained and hereby contracts to pay for the same according to the attached specifications and the schedule of unit or itemized prices hereto attached, at the time and in the manner and upon the conditions provided for in this contract. III INDEMNIFICATION The Contractor shall defend, indemnify, and hold harmless the City, its officers, elected officials, employees and agents from and against any and all claims, causes of action, damages, losses, and expenses of any kind or nature whatsoever, including but not limited to, attorney's fees and court costs, arising out of, relating to, or resulting from the Contractor's performance or non-performance of the services, duties and obligations required of it under this Agreement. IV The Contractor for himself, and for his heirs, executors, administrators, successors, and assigns, does hereby agree to the full performance of all the covenants herein contained upon the part of the Contractor V It is further provided that no liability shall attach to the City of Yakima by reason of entering into this contract, except as expressly provided herein IN WITNESS WHEREOF the parties hereto have caused this agreement to be executed the day and year first herein above written Countersigned CITY OF YAKIMA this u day of J• 2 1. 5 At esr. C y Manager C)f�y Clerk CITY CONTRAC r NO -20/5" Y 6 RESOLUTION N0: 8-3014 - 0 61/ .4 fel oil 1 44.44, 1 CONTRACTOR 1 I a B ontr Corporation 1) 1 r (Print Name) A ,f dress. (President, Owner, etc.) o-aox G337 �ra,irna,wegyo9 PERFORMANCE BOND BOND TO CITY OF YAKIMA KNOW ALL MEN BY THESE PRESENTS. Bond No. 2190443 That whereas the City of Yakima, Washington has awarded to Columbia Asphalt & Gravel, Inc. (Contractor) hereinafter designated as the "Principal" a contract for the construction of the project designated City of Yakima Safety Corridor Project — Nob Hill Blvd. —1st Street/Main, City Project No. 2357, all as hereto attached and made a part hereof and whereas, said principal is required under the terms of said contract to furnish a bond for the faithful performance of said contract: NOW, THEREFORE, we, the principal, and North American Specialty Insurance Company (Surety), a corporation, organized and existing under and by virtue of the laws of the State of NH , 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 $ 305, 290.00 (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 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 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 i. IN W TNESS WHEREOF, the said principal and the said surety have caused this bond to be signed and sealed by their duly authorized officers this a6 ay of May , 2015 Approved as to form: Title) 1 ity Attorney) J Columbia Asphalt & Gravel, Inc. (Signature) C . (Print Name) North American Specialty Insurance Company l ) `(Suretyin�t By lAk4 IMM/t. (Signature) Lori McKimmy (Print Name) Attorney—in—Fact (Title) NAS SURETY GROUP NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, THAT North American Specialty Insurance Company, a corporation duly organized and existing under laws of the State of New Hampshire, and having its principal office in the City of Manchester, New Hampshire, and Washington International Insurance Company, a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of Schaumburg, Illinois, each does hereby make, constitute and appoint: KENNETH J FRICK, LORI McKIMMY and DONNA MARTINEZ JOINTLY OR SEVERALLY Its true and lawful Attorney(s)-in-Fact, to make, execute. seal and deliver. for and on its behalf and as its act and deed. bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of. FIFTY MILLION ($50,000,000 00) DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on the 24th of March, 2000: "RESOLVED, that any two of the Presidents, any Managing Director, any Senior Vice President, any Vice President, any Assistant Vice President, the Secretary or any Assistant Secretary be, and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached." Otitimitiott c Zc W SEAL :: O Steven P Anderson, Senior Vice President of ashington International Insurance Company By WjZ 1973 rv:n ` & Senior Vice President of North American Specialty Insurance Company JYA MPS �dON 1110�\L\\\C� By David M. Layman, Vice President of of Wa ternational Insurance Company & Vice President of North American Specialty Insurance Company IN WITNESS WHEREOF. North American Specialty Insurance Company and Washington International Insurance Company have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this 17th day of May , 20 12 State of Illinois County of Cook SS: North American Specialty Insurance Company Washington International Insurance Company On this I 7th day of May , 20 12, before me, a Notary Public personally appeared Steven P. Anderson , Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and David M Layman Vice President of Washington International Insurance Company and Vice President of North American Specialty Insurance Company, personally known to me, who being by me duly sworn, acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. "OFFICIAL SEAL" ,DONNA D. SKLENS ► Notary Public, State of Illinois ► My Commission Expires 10/06/2015 ► I, Jeffrey Goldberg , the duly elected Assistant Secretary of North American Specialty Insurance Company and Washington International Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company and Washington International Insurance Company, which is still in full force and effect. IN WITNESS WHEREOF. 1 have set my hand and affixed the seals of the Companies thisZv day of May . 20 15 . Donna D Sklens, Notary Public Jeffrey Goldberg, Vice President & Assistant Secretary of Washington International Insurance Company & North American Specialty Insurance Company RETAINAGE BOND (RCW 60.28.011) Bond No. 2190445 KNOW ALL MEN BY THESE PRESENTS, that Columbia Asphalt & Gravel, Inc. a corporation existing under and by virtue of the laws of the State of Washington and authorized to do business in the State of Washington as Principal, and North American Specialty Insurance Company, a corporation organized and existing under the laws of the State of New Hampshire and authorized to transact business in the State of Washington as Surety, are jointly and severally held and bound unto City of Yakima as Obligee in the penal sum of Fifteen Thousand Two Hundred Sixty Four and 50/100 Dollars ($15,264.50), which is 5% of the Principal's contract with Obligee for City of Yakima Safety Corridor Project —Nob Hill Blvd. — 1" Street/Main, City Project No. 2357 WHEREAS, on the day of May, 2015 the said Principal, herein, executed a contract with the Obligee as described above. WHEREAS, said contract and RCW 60.28 require Obligee to withhold from the Principal the sum of 5% from monies earned on estimates during the progress of the construction, hereinafter referred to as earned retained funds. AND NOW WHEREAS, Principal, pursuant to RCW 60.28.011, has requested that the Obligee not retain any earned retained funds as allowed under RCW 60.28. NOW, THEREFORE, the condition of this obligation is such that the Surety is held and bound unto the Obligee in the penal sum of 5% of the final contract cost which shall include any increases due to change orders, increases in quantities of work or the addition of any new item of work. if the Principal shall use the earned retained funds, which will not be retained, for the purposes of RCW 60.28, then this obligation shall be null and void; otherwise, it shall remain in full force and effect. PROVIDED, HOWEVER that any suit under this bond must be instituted within the time period provided by applicableJWashington State law. WITNESS our hands this id, day of May, 2015. Columb' As halt & G vel, Inc. North American Specialty Insurance Company L10Mwityl 11144 ori McKimmy, Attorn0-in-Fact NAS SURETY GROUP NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, THAT North American Specialty Insurance Company, a corporation duly organized and existing under laws of the State of New Hampshire, and having its principal office in the City of Manchester, New Hampshire, and Washington International Insurance Company, a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of Schaumburg, Illinois, each does hereby make, constitute and appoint: KENNETH J FRICK, LORI McKIMMY and DONNA MARTINEZ JOINTLY OR SEVERALLY Its true and lawful Attorney(s)-in-Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of FIFTY MILLION ($50.000,000 00) DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on the 24th of March, 2000: "RESOLVED, that any two of the Presidents, any Managing Director, any Senior Vice President, any Vice President, any Assistant Vice President, the Secretary or any Assistant Secretary be, and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is FURTHER RESOLVED. that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached." 001111110,/, oPPOR:i''�.�9 __a' SEAL cr•, ma W,z 1973 w��a NxtnlUnwurngg4i .0 1\oNAj,. S,. By �.'��^`-_".. �.� otkPORa ' ' Nit Steven P. Anderson, Senior Vice President of Washington International Insurance Company & Senior Vice President of North American Specialty Insurance Company By David M. Layman, Vice President of Washington International Insurance Company & Vice President of North American Specialty Insurance Company SEAL 0 A 0: :m mmia ttnaca0 IN WITNESS WHEREOF, North American Specialty Insurance Company and Washington International Insurance Company have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this 17th day of May , 20 12 State of Illinois County of Cook ss: North American Specialty Insurance Company Washington International Insurance Company On this 17th day of May , 20 12, before me, a Notary Public personally appeared Steven P. Anderson , Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and David M Layman Vice President of Washington International Insurance Company and Vice President of North American Specialty Insurance Company, personally known to me, who being by me duly sworn, acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. DONNA D. SKLENS A.4,001,0 Ajd,„.6 Notary Public, State of Illinois I Donna D Sklens, Notary Public 1 My Commission Expires 10/06/2015 1, Jeffrey Goldberg . the duly elected Assistant Secretary of North American Specialty Insurance Company and Washington International Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company and Washington International Insurance Company, which is still in full force and effect. IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies th j day of May , 20 15 . t /`l7 -' Jeffrey Goldberg, Vice President & Assistant Secretary of Washington International Insurance Company & North American Specialty Insurance Company •4W 'CERTIFICATE 'the ' 'P.O. R o CERTIFICATE OF LIABILITY INSURANCE 5A E(MWDD 5 Y) THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT' If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to 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 Conover Insurance 125 N. 50th Ave. P.O. BOX 10088 Yakima WA 98909-1088 CONT NAMEACT Traci Sullivan PHO No. EXn: (509) 965-2090 FAX No): (509) 966-3454 E-MAIL tracis@conoverinsurance com ADDRESS. INSURER(S) AFFORDING COVERAGE NAIC # INSURER A• Continental Western INSURED Columbia Asphalt & Gravel, Inc. Columbia Ready Mix, Inc. BOX 9337 Yakima WA 98909 INSURER B . �f 11/1/2014 INSURER C . EACH OCCURRENCE INSURERD. DAMAGE TO RENTED PREMISES (Ea occurrence) INSURER E . INSURER F. CLAIMS -MADE 1 1 1 1 1 1 1 1 1 1 1 1 CERTIFICATE NUMBER:14 - 15 • THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSR SUBR WVD POLICY NUMBER POLICY EFF MM/DD/YYYYuMM/DD/YYYY) POLICY EXP LIMITS A GENERAL X LIABILITY COMMERCIAL GENERAL LIABILITY CWP6016619 �f 11/1/2014 11/1/2015 EACH OCCURRENCE $ 1,000,000 DAMAGE TO RENTED PREMISES (Ea occurrence) $ 300,000 CLAIMS -MADE X OCCUR MED EXP (Any one person) $ 10,000 PERSONAL & ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE 7 POLICY X LIMIT APPLIES PET -LOC PER: PRODUCTS - COMP/OP AGG $ 2,000,000 $ A AUTOMOBILE X LIABILITY ANY AUTO ALL OWNED AUTOS HIRED AUTOS — _ SCHEDULED AUTOS NON -OWNED AUTOS CWP6016619 11/1/2014 11/1/2015 CO accident) SINGLE LIMIT(Ea $ 1,000,000 BODILY INJURY (Per person) $ BODILY INJURY Per accident ( ) $ PROPERTY DAMAGE (Per accident) $ Medical payments $ 5,000 A X UMBRELLA LIAB EXCESS LIAB — OCCUR CLAIMS -MADE CU6016620 11/1/2014 11/1/2015 EACH OCCURRENCE $ 5,000,000 AGGREGATE $ 5,000,000 DED X RETENTION$ 10,000 $ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED'? (Mandatory in NH) If yes, describeunder DESCRIPTIONOF OPERATIONS below Y / N N / A Work Comp – Statutory CWP6016619 Employers ers Liab (Stop Gap) 11/1/2014 11 /1/2015 WC STATU- TORY LIMITS OTH- ER E L EACH ACCIDENT $ 1,000,000 E L DISEASE - EA EMPLOYEE $ 1,000,000 E L DISEASE -POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) Re: Corridor Safety Project - 1st St & Nob Hill Blvd - City Project No. 2357 - City of Yakima, their agents, employees, and elected and appointed officials are named as Additional Insured per form CL CG 00 13 08 13 attached. Per Project Aggregate per form CL CG 00 20 01 12 attached CERTIFICATE HOLDER CANCELLATION City of Yakima 129 North Second Street Yakima, WA 98901 ' ACORD 25 (2010/05) 1NS025 (201005) 01 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE Traci Sullivan/TRACIS •C GZ © 1988-2010 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD COMMERCIAL GENERAL LIABILITY CL CG 00 13 08 13 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 Pa rt: 1. The Medical Expense Limit provided by this policy, subject to the terms of SECTION III - LIMITS OF INSURANCE, shall be the greater of. a. $10,000; or b. The Medical Expense Limit shown in the Declarations of this Coverage Part. 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 you or temporarily occupied by you with permission of the owner. A separate limit of insurance applies to this coverage as described in SECTION 111 - 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"; CL CG 00 13 08 13 Includes copyrighted material of Insurance Services Page 1 of 6 Office, Inc. with its permission 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 b. Not used to carry persons or property for a charge 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 insureds 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 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; 2. Any express warranty unauthorized by you; 3. Any physical or chemical change in the product made intentionally by the vendor; CL CG 00 13 08 13 Includes copyrighted materia( of Insurance Services Page 2 of 6 Office, Inc. with ifs permission 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; 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; 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 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 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 10 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 insured's policy F. BROADENED NAMED INSURED - NEWLY ACQUIRED 180 DAYS 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 insurance available 10 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 1I1 - LIMITS OF INSURANCE applies separately to each of your CL CG 00 13 08 13 Includes copyrighted material of Insurance Services Page 3 of 6 Office, Inc. with its permission 1. Projects away from premises owned by or rented to you. 2. "Locations" owned by or rented to you. "Location" means premises involving the same or connecting Pots, or premises whose connection is interrupted only by a street, roadway, waterway or right-of-way of a railroad. When paragraph B. Construction Project General Aggregate Limit on form CL CG 00 20 is a part of this policy, then paragraph G. Aggregate Limits of Insurance of this endorsement does not apply 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: e. A report of an "occurrence", offense, claim or "suit" to: (1) You, if you are an individual, (2) A partner, if you are a partnership, (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. 1. UNINTENTIONAL OMISSIONS The following is added to paragraph 6. Representations of SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS: d. If you unintentionally fail lo 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. This provision does not apply to any known injury or damage which is excluded under any other provision of this policy. J. MENTAL ANGUISH 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 - 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 CL CG 00 13 08 13 Includes copyrighted material of Insurance Services Page 4 of 6 Office, Inc with its permission Paragraph K. WAIVER OF TRANSFER OF RiGHTS OF RECOVERY AGAINST OTHERS does not apply if another waiver of transfer of rights of recovery against others is endorsed separately to this policy. 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 M. NON -EMPLOYMENT 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. 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 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 Such person or organization is an additional insured only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused by your ongoing operations for the additional insured and only to the extent that such "bodily injury", "property damage" or "personal and advertising injury" is caused by your negligence or the negligence of those performing operations on your behalf This insurance does not apply to "bodily injury", "property damage", "personal and advertising injury" included within the "products -completed operations hazard" 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. CL CG 00 13 08 13 Includes copyrighted materia! of Insurance Services Page 5 of 6 Office, Inc. with its permission 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 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 insureds policy. CL CG 00 13 08 13 Includes copyrighted material of Insurance Services Page 6 of 6 Office, Inc with its permission 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 — UMITS 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: 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) Insureds; (2) Claims made or "suits" brought; or (3) Persons or organizations 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 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 lo 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. 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 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 (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 govemmental 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. b. Paragraph 7. of Limits Of Insurance (Section til) does not apply c. Paragraph 1. of Section ID — 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 Ip — 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 ansing out of the actual, alteged 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 appty 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 ID — LIMITS OF INSURANCE is replaced by the following: 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. 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 515,000 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 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: 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 shalt, if requested by us, replace the property or fumish 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. 6. 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 MINIMUM WAGE AFFIDAVIT STATE OF WASHINGTON ) ) ss COUNTY OF YAKIMA ) I, the undersigned, having been duly sworn, depose, say and certify that in connection with the performance of the work, payment for which this voucher is submitted, I have paid the following rate per hour to each classification of laborers, workmen, or mechanics, as indicated upon the attached list, now referred to and by such reference incorporated in and made an integral part hereof, for all such employed in the performance of such work; and no laborer, workman or mechanic so employed upon such work has been paid less than the prevailing rate of wage or less than the minimum rate of wages as specified in the principal contract; that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief Contractor Subscribed and sworn to before me on this day of , 201 Notary Public in and for the State of Washington residing at City of Yakima Corridor Safety Project # 2357 149 City of Yakima Corridor Safety Project # 2357 150 PREVAILING WAGE RATES Federal Wage Rates Prevailing Wage Rates for Yakima County Benefit Code Key Department of Labor & Industries Statement 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 alt contractors familiarize themselves with the current wage rates, as determined by the Industrial Statistician of the Department of Labor and Industries, before submitting bids based on these specifications In case any dispute arises as to what are the prevailing rates of wages for work of a similar nature and such dispute cannot be adjusted by the parties in interest, including labor and management representatives, the matter shall be referred for arbitration to the Director of the Department of Labor and Industries of the State and his decision therein shall be final and conclusive and biding on all parties involved in the dispute as provided for by RCW 39 12.060 as amended. Current prevailing wage rules and data can be furnished by the Industrial Statistician upon request. You may submit your request to Department of Labor and Industries ESAC Division PO Box 44540 Olympia, Washington 98504-4540 Telephone 360-902-5335 City of Yakima Corridor Safety Project # 2357 151 City of Yakima Corridor Safety Project # 2357 152 General Decision Number: WA150001 04/03/2015 WA1 Superseded General Decision Number: WA20140001 State: Washington Construction Type: Highway Counties: Washington Statewide. HIGHWAY (Excludes D.O.E. Hanford Site in Benton and Franklin Counties) Note: Executive Order (EO) 13658 establishes an hourly minimum wage of $10.10 for 2015 that applies to all contracts subject to the Davis -Bacon Act for which the solicitation is issued on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.10 (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/02/2015 1 01/09/2015 2 01/23/2015 3 02/27/2015 4 03/20/2015 5 04/03/2015 CARP0001-008 06/01/2013 Rates Fringes Page 11 CARPENTER COLUMBIA RIVER AREA - ADAMS, BENTON, COLUMBIA, DOUGLAS (EAST OF THE 120TH MERIDIAN), FERRY, FRANKLIN, GRANT, OKANOGAN (EAST OF THE 120TH MERIDIAN) AND WALLA WALLA COUNTIES GROUP 1• $ 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 WA150001 Modification 5 Federal Wage Determinations for Highway Construction ADDENDUM #1 Page 12 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). WA150001 Modification 5 Federal Wage Determinations for Highway Construction ADDENDUM #1 Page 13 DEPTH PAY FOR DIVERS BELOW WATER SURFACE: 50-100 feet $2.00 per foot 101-150 feet $3.00 per foot 151-220 feet $4.00 per foot 221 feet and deeper $5.00 per foot PREMIUM PAY FOR DIVING IN ENCLOSURES WITH NO VERTICAL ASCENT: 0-25 feet Free 26-300 feet $1.00 per Foot SATURATION DIVING: The standby rate applies until saturation starts. The saturation diving rate applies when divers are under pressure continuously until work task and decompression are complete. the diver rate shall be paid for all saturation hours. WORK IN COMBINATION OF CLASSIFICATIONS: Employees working in any combination of classifications within the diving crew (except dive supervisor) in a shift are paid in the classification with the highest rate for that shift. HAZMAT PROJECTS: Anyone working on a HAZMAT job (task), where HAZMAT certification is required, shall be compensated at a premium, in addition to the classification working in as follows: LEVEL D + $.25 per hour - This is the lowest level of protection. No respirator is used and skin protection is minimal. LEVEL C + $.50 per hour - This level uses an air purifying respirator or additional protective clothing. LEVEL B + $.75 per hour - Uses same respirator protection as Level A. Supplied air line is provided in conjunction with a chemical "splash suit". LEVEL A +$1.00 per hour - This level utilizes a fully encapsulated suit with a self-contained breathing apparatus or a supplied air line. WA150001 Modification 5 Federal Wage Determinations for Highway Construction ADDENDUM #1 Page 14 CARP0003-006 10/01/2011 SOUTHWEST WASHINGTON: CLARK, COWLITZ, KLICKITAT, LEWIS(Piledriver only), PACIFIC (South of a straight line made by extending the north boundary line of Wahkiakum County west to Willapa Bay to the Pacific Ocean), SKAMANIA AND WAHKIAKUM COUNTIES and INCLUDES THE ENTIRE PENINSULA WEST OF WILLAPA BAY SEE ZONE DESCRIPTION FOR CITIES BASE POINTS ZONE 1: Rates Fringes Carpenters: CARPENTERS $ 32.04 14.18 DIVERS TENDERS $ 36.34 14.18 DIVERS $ 77.08 14.18 DRYWALL $ 27.56 14.18 MILLWRIGHTS $ 32.19 14.18 PILEDRIVERS $ 33.04 14.18 DEPTH PAY: 50 TO 100 FEET $1.00 PER FOOT OVER 50 FEET 101 TO 150 FEET $1.50 PER FOOT OVER 101 FEET 151 TO 200 FEET $2.00 PER FOOT OVER 151 FEET Zone Differential (Add up Zone 1 rates): Zone 2 - $0.85 Zone 3 - 1.25 Zone 4 - 1.70 Zone 5 - 2.00 Zone 6 - 3.00 BASEPOINTS. ASTORIA, LONGVIEW, PORTLAND, THE DALLES, AND VANCOUVER, (NOTE: All dispatches for Washington State Counties: Cowlitz, Wahkiakum and Pacific shall be from Longview Local #1707 and mileage shall be computed from that point.) ZONE 1: Projects located within 30 miles of the respective city hall of the above mentioned cities ZONE 2: Projects located more than 30 miles and less than 40 miles of the respective city of the above mentioned cities ZONE 3: Projects located more than 40 miles and less than 50 miles of the respective city of the above mentioned cities ZONE 4: Projects located more than 50 miles and less than 60 miles of the respective city of the above mentioned cities. ZONE 5: Projects located more than 60 miles and less than 70 miles of the respective city of the above mentioned cities ZONE 6: Projects located more than 70 miles of the respected city of the above mentioned cities WA150001 Modification 5 Federal Wage Determinations for Highway Construction ADDENDUM #1 CARP0770-003 07/01/2014 Rates Fringes CARPENTER CENTRAL WASHINGTON: CHELAN, DOUGLAS (WEST OF THE 120TH MERIDIAN), KITTITAS, OKANOGAN (WEST OE THE 120TH MERIDIAN) AND YAKIMA COUNTIES CARPENTERS ON CREOSOTE MATERIAL $ 38.78 13.64 CARPENTERS $ 38.68 13.64 DIVERS TENDER $ 39.15 13.64 DIVERS $ 87.20 13.64 MILLWRIGHT AND MACHINE ERECTORS $ 39.78 13.64 PILEDRIVER, DRIVING, PULLING, CUTTING, PLACING COLLARS, SETTING, WELDING OR CRESOTE TREATED MATERIAL, ALL PILING $ 38.93 13.64 (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - ALL CLASSIFICATIONS EXCEPT MILLWRIGHTS AND PILEDRIVERS Hourly Zone Pay shall be paid on jobs located outside of the free zone computed from the city center of the following listed cities: Seattle Auburn Renton Aberdeen-Hoquiam Ellensburg Centralia Chelan Zone Pay: 0 -25 radius 26-35 radius 36-45 radius 46-55 radius miles miles miles miles Olympia Bremerton Shelton Tacoma Everett Mount Vernon Pt. Townsend Over 55 radius miles Free $1.00/hour $1.15/hour $1.35/hour $1.55/hour Bellingham Anacortes Yakima Wenatchee Port Angeles Sunnyside (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - MILLWRIGHT AND PILEDRIVER ONLY) Hourly Zone Pay shall be computed from Seattle Union Hall, Tacoma City center, and Everett City center Zone Pay: 0 -25 radius miles 26-45 radius miles Over 45 radius miles Free $ .70/hour $1.50/hour Page WA150001 Modification 5 Federal Wage Determinations for Highway Construction ADDENDUM #1 CARP0770-006 06/01/2014 Rates Fringes Page 16 CARPENTER WESTERN WASHINGTON: CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS (excludes piledrivers only), MASON, PACIFIC (North of a straight line made by extending the north boundary line of Wahkiakum County west to the Pacific Ocean), PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM COUNTIES BRIDGE CARPENTERS $ 38.68 13.64 CARPENTERS ON CREOSOTE MATERIAL $ 38.78 13.64 CARPENTERS $ 38.68 13.64 DIVERS TENDER $ 39.15 13.64 DIVERS $ 87.20 13.64 MILLWRIGHT AND MACHINE ERECTORS $ 39.78 13.64 PILEDRIVER, DRIVING, PULLING, CUTTING, PLACING COLLARS, SETTING, WELDING OR CRESOTE TREATED MATERIAL, ALL PILING $ 38.93 13.64 (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - ALL CLASSIFICATIONS EXCEPT MILLWRIGHTS AND PILEDRIVERS Hourly Zone Pay shall be paid on jobs located outside of the free zone computed from the city center of the following listed cities: Seattle Auburn Renton Aberdeen-Hoquiam Ellensburg Centralia Chelan Olympia Bremerton Shelton Tacoma Everett Mount Vernon Pt. Townsend Zone Pay: 0 -25 radius miles 26-35 radius miles 36-45 radius miles 46-55 radius miles Over 55 radius miles Free $1.00/hour $1.15/hour $1.35/hour $1.55/hour Bellingham Anacortes Yakima Wenatchee Port Angeles Sunnyside (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - MILLWRIGHT AND PILEDRIVER ONLY) Hourly Zone Pay shall be computed from Seattle Union Hall, Tacoma City center, and Everett City center Zone Pay: 0 -25 radius miles 26-45 radius miles Over 45 radius miles Free $ .70/hour $1 50/hour WA150001 Modification 5 Federal Wage Determinations for Highway Construction ADDENDUM #1 Page 17 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 ELEC0048-003 01/01/2015 CLARK, KLICKITAT AND SKAMANIA COUNTIES Rates Fringes CABLE SPLICER $ 44.22 21.50 ELECTRICIAN $ 40.20 21.50 HOURLY ZONE PAY: Hourly Zone Pay shall be paid on jobs located outside of the free zone computed from the city center of the following listed cities: Portland, The Dalles, Hood River, Tillamook, Seaside and Astoria Zone Pay: Zone 1: 31-50 miles $1.50/hour Zone 2: 51-70 miles $3.50/hour Zone 3: 71-90 miles $5.50/hour Zone 4: Beyond 90 miles $9.00/hour *These are not miles driven. Zones are based on Delorrne Street Atlas USA 2006 plus. ELEC0048-029 01/01/2015 COWLITZ AND WAHKIAKUM COUNTY Rates Fringes CABLE SPLICER $ 44.22 21.50 ELECTRICIAN $ 40.20 21.50 ELEC0073-001 08/02/2014 ADAMS, FERRY, LINCOLN, PEND OREILLE, SPOKANE, STEVENS, WHITMAN COUNTIES Rates Fringes CABLE SPLICER $ 33.00 16.25 ELECTRICIAN $ 30.00 16.25 WA150001 Modification 5 Federal Wage Determinations for Highway Construction ADDENDUM #1 Page 18 ELEC0076-002 09/01/2014 GRAYS HARBOR, LEWIS, MASON, PACIFIC, PIERCE, AND THURSTON COUNTIES Rates Fringes CABLE SPLICER $ 37.94 23.36 ELECTRICIAN $ 34.49 23.36 ELEC0112-005 06/01/2014 ASOTIN, BENTON, COLUMBIA, FRANKLIN, GARFIELD, KITTITAS, WALLA WALLA, YAKIMA COUNTIES Rates Fringes CABLE SPLICER $ 39.95 17.88 ELECTRICIAN $ 38.05 17.82 ELEC0191-003 06/01/2014 ISLAND, SAN JUAN, SNOHOMISH, SKAGIT AND WHATCOM COUNTIES Rates Fringes CABLE SPLICER $ 44.23 ELECTRICIAN $ 40.21 17.73 17.73 ELEC0191-004 06/01/2014 CHELAN, DOUGLAS, GRANT AND OKANOGAN COUNTIES Rates Fringes CABLE SPLICER $ 40.82 17.63 ELECTRICIAN $ 37.11 17.63 WA150001 Modification 5 Federal Wage Determinations for Highway Construction ADDENDUM #1 Page 19 ENG10302-003 06/01/2014 CHELAN (WEST OF THE 120TH MERIDIAN), CLALLAM, DOUGLAS (WEST OF THE 120TH MERIDIAN), GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, KITTITAS, MASON, OKANOGAN (WEST OF THE 120TH MERIDIAN), SAN JUNA, SKAGIT, SNOHOMISH, WHATCOM AND YAKIMA (WEST OF THE 120TH MERIDIAN) COUNTIES PROJECTS: CATEGORY A PROJECTS (EXCLUDES CATEGORY B PROJECTS, AS SHOWN BELOW) Zone 1 (0-25 radius miles): Rates Fringes Power equipment operators: Group lA $ 38.39 17.39 Group IAA $ 38.96 17.39 Group lAAA $ 39.52 17.39 Group 1 $ 37.84 17.39 Group 2 $ 37.35 17.39 Group 3 $ 36.93 17.39 Group 4 $ 34.57 17.39 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 'AAA - Cranes -over 300 tons, or 300 ft of boom (including jib with attachments) GROUP IAA - Cranes 200 to 300 tons, or 250 ft of boom (including jib with attachments); Tower crane over 175 ft in height, base to boom GROUP lA - Cranes, 100 tons thru 199 tons, or 150 ft of boom (including jib with attachments); Crane -overhead, bridge type, 100 tons and over; Tower crane up to 175 ft in height base to boom; Loaders -overhead, 8 yards and over; Shovels, excavator, backhoes-6 yards and over with attachments GROUP 1 - Cableway; Cranes 45 tons thru 99 tons, under 150 ft of boom (including jib with attachments); Crane -overhead, bridge type, 45 tons thru 99 tons; Derricks on building work; Excavator, shovel, backhoes over 3 yards and under 6 yards; Hard tail end dump articulating off-road equipment 45 yards and over; Loader- overhead 6 yards to, but not including 8 yards; Mucking machine, mole, tunnel, drill and/or shield; Quad 9, HD 41, D-10; Remote control operator on rubber tired earth moving equipment; Rollagon; Scrapers -self propelled 45 yards and over; Slipform pavers; Transporters, all truck or track type WA150001 Modification 5 Federal Wage Determinations for Highway Construction ADDENDUM #1 Page 110 GROUP 2 - Barrier machine (zipper); Batch Plant Operaor- Concrete; Bump Cutter; Cranes, 20 tons thru 44 tons with attachments; Crane -overhead, bridge type -20 tons through 44 tons; Chipper; Concrete Pump -truck mount with boom attachment; Crusher; Deck Engineer/Deck Winches (power); Drilling machine; Excavator, shovel, backhoe-3yards and under; Finishing Machine, Bidwell, Gamaco and similar equipment; Guardrail punch; Horizontal/directional drill operator; Loaders -overhead under 6 yards; Loaders -plant feed; Locomotives -all; Mechanics -all; Mixers -asphalt plant; Motor patrol graders -finishing; Piledriver (other than crane mount); Roto-mill,roto-grinder; Screedman, spreader, topside operator-Blaw Knox, Cedar Rapids, Jaeger, Caterpillar, Barbar Green; Scraper -self propelled, hard tail end dump, articulating off-road equipment -under 45 yards; Subgrade trimmer; Tractors, backhoes-over 75 hp; Transfer material service machine -shuttle buggy, blaw knox-roadtec; Truck crane oiler/driver-100 tons and over; Truck Mount portable conveyor; Yo Yo Pay dozer GROUP 3 - Conveyors; Cranes-thru 19 tons with attachments; A -frame crane over 10 tons; Drill oilers -auger type, truck or crane mount; Dozers -D-9 and under; Forklift -3000 lbs. and over with attachments; Horizontal/directional drill locator; Outside hoists -(elevators and manlifts), air tuggers, strato tower bucket elevators; Hydralifts/boom trucks over 10 tons; Loader -elevating type, belt; Motor patrol grader-nonfinishing; Plant oiler- asphalt, crusher; Pumps -concrete; Roller, plant mix or multi -lift materials; Saws -concrete; Scrpers-concrete and carry -all; Service engineer -equipment; Trenching machines; Truck Crane Oiler/Driver under 100 tons; Tractors, backhoe 75 hp and under GROUP 4 - Assistant Engineer; Bobcat; Brooms; Compressor; Concrete finish mahine-laser screed; Cranes -A frame -10 tons and under; Elevator and Manlift-permanent or shaft type; Gradechecker, Stakehop; Forklifts under 3000 lbs. with attachments; Hydralifts/boom trucks, 10 tons and under; Oil distributors, blower distribution and mulch seeding operator; Pavement breaker; Posthole digger, mechanical; Power plant; Pumps, water; Rigger and Bellman; Roller -other than plant mix; Wheel Tractors, farmall type; Shotcrete/gunite equipment operator WA150001 Modification 5 Federal Wage Determinations for Highway Construction ADDENDUM #1 Page 111 Category B Projects: 95% of the basic hourly reate for each group plus full fringe benefits applicable to category A projects shall apply to the following projects. A Reduced rates may be paid on the following: 1. Projects involving work on structures such as buildings and bridges whose total value is less than $1.5 million excluding mechanical, electrical, and utility portions of the contract. 2. Projects of less than $1 million where no building is involved. Surfacing and paving included, but utilities excluded. 3. Marine projects (docks, wharfs, etc.) less than $150,000. HANDLING OF HAZARDOUS WASTE MATERIALS: Personnel in all craft classifications subject to working inside a federally designated hazardous perimeter shall be elgible for compensation in accordance with the following group schedule relative to the level of hazardous waste as outlined in the specific hazardous waste project site safety plan. H-1 Base wage rate when on a hazardous waste site when not outfitted with protective clothing H-2 Class "C" Suit - Base wage rate plus $ .25 per hour. H-3 Class "B" Suit - Base wage rate plus $ .50 per hour. H-4 Class "A" Suit - Base wage rate plus $ .75 per hour. Zone Differential (Add to Zone 1 rates): Zone 2 (26-45 radius miles) - $ .70 Zone 3 (Over 45 radius miles) - $1.00 BASEPOINTS: Aberdeen, Bellingham, Bremerton, Everett, Kent, Mount Vernon, Port Angeles, Port Townsend, Seattle, Shelton, Wenatchee, Yakima WA150001 Modification 5 Federal Wage Determinations for Highway Construction ADDENDUM #1 Page 112 POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP lAAA - Cranes -over 300 tons, or 300 ft of boom (including jib with attachments) GROUP IAA - Cranes 200 to 300 tons, or 250 ft of boom (including jib with attachments); Tower crane over 175 ft in height, base to boom GROUP lA - Cranes, 100 tons thru 199 tons, or 150 ft of boom (including jib with attachments); Crane -overhead, bridge type, 100 tons and over; Tower crane up to 175 ft in height base to boom; Loaders -overhead, 8 yards and over; Shovels, excavator, backhoes-6 yards and over with attachments GROUP 1 - Cableway; Cranes 45 tons thru 99 tons, under 150 ft of boom (including jib with attachments); Crane -overhead, bridge type, 45 tons thru 99 tons; Derricks on building work; Excavator, shovel, backhoes over 3 yards and under 6 yards; Hard tail end dump articulating off-road equipment 45 yards and over; Loader- overhead 6 yards to, but not including 8 yards; Mucking machine, mole, tunnel, drill and/or shield; Quad 9, HD 41, D-10; Remote control operator on rubber tired earth moving equipment; Rollagon; Scrapers -self propelled 45 yards and over; Slipform pavers; Transporters, all truck or track type GROUP 2 - Barrier machine (zipper); Batch Plant Operaor- Concrete; Bump Cutter; Cranes, 20 tons thru 44 tons with attachments; Crane -overhead, bridge type -20 tons through 44 tons; Chipper; Concrete Pump -truck mount with boom attachment; Crusher; Deck Engineer/Deck Winches (power); Drilling machine; Excavator, shovel, backhoe -3 yards and under; Finishing Machine, Bidwell, Gamaco and similar equipment; Guardrail punch; Horizontal/directional drill operator; Loaders -overhead under 6 yards; Loaders -plant feed; Locomotives -all; Mechanics -all; Mixers -asphalt plant; Motor patrol graders -finishing; Piledriver (other than crane mount); Roto-mill,roto-grinder; Screedman, spreader, topside operator-Blaw Knox, Cedar Rapids, Jaeger, Caterpillar, Barbar Green; Scraper -self propelled, hard tail end dump, articulating off-road equipment -under 45 yards; Subgrade trimmer; Tractors, backhoes-over 75 hp; Transfer material service machine -shuttle buggy, blaw knox-roadtec; Truck crane oiler/driver-100 tons and over; Truck Mount portable conveyor; Yo Yo Pay dozer WA150001 Modification 5 Federal Wage Determinations for Highway Construction ADDENDUM #1 Page 113 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 and bridges whose million excluding of the contract. 2. Projects of less involved. Surfacing utilities excluded. 3. Marine projects involving work on structures such as buildings total value is less than $1.5 mechanical, electrical, and utility portions than $1 million where no building is and paving including, but (docks, wharfs, ect.) less than $150,000. HANDLING OF HAZARDOUS WASTE MATERIALS: Personnel in all craft classifications subject to working inside a federally designed hazardous perimeter shall be elgible for compensation in accordance with the following group schedule relative to the level of hazardous waste as outlined in the specific hazardous waste project site safety plan. H-1 Base wage rate when on a hazardous waste site when not outfitted with protective clothing. H-2 Class H-3 Class H-4 Class C "B" "A„ Suit Suit Suit - Base - Base - Base wage wage wage rate plus $.25 per rate plus $.50 per rate plus $.75 per hour. hour. hour. WA150001 Modification 5 Federal Wage Determinations for Highway Construction ADDENDUM #1 Page 114 ENGI0370-002 06/01/2014 ADAMS, ASOTIN, BENTON, CHELAN (EAST OF THE 120TH MERIDIAN), COLUMBIA, DOUGLAS (EAST OF THE 120TH MERIDIAN), FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN (EAST OF THE 120TH MERIDIAN), PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMA (EAST OF THE 120TH MERIDIAN) COUNTIES ZONE 1: Rates Fringes POWER EQUIPMENT OPERATOR GROUP 1 $ 25.86 13.15 GROUP 2 $ 26.18 13.15 GROUP 3 $ 26.79 13.15 GROUP 4 $ 26.95 13.15 GROUP 5 $ 27.11 13.15 GROUP 6 $ 27.39 13.15 GROUP 7 $ 27.66 13.15 GROUP 8 $ 28.76 13.15 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 WA150001 Modification 5 Federal Wage Determinations for Highway Construction ADDENDUM #1 Page 115 GROUP 2: A -frame Truck (single drum); Assistant Refrigeration Plant (under 1000 ton); Assistant Plant Operator, Fireman or Pugmixer (asphalt); Bagley or Stationary Scraper; Belt Finishing Machine; Blower Operator (cement); Cement Hog; Compressor (2000 CFM or over, 2 or more, gas diesel or electric power); Concrete Saw (multiple cut); Distributor Leverman; Ditch Witch or similar; Elevator Hoisting Materials; Dope Pots (power agitated); Fork Lift or Lumber Stacker, hydra -lift & similar; Gin Trucks (pipeline); Hoist, single drum; Loaders (bucket elevators and conveyors); Longitudinal Float; Mixer (portable -concrete); Pavement Breaker, Hydra -Hammer & similar; Power Broom; Railroad Ballast Regulation Operator (self-propelled); Railroad Power Tamper Operator (self-propelled); Railroad Tamper Jack Operator (self-propelled; Spray Curing Machine (concrete); Spreader Box (self-propelled); Straddle Buggy (Ross & similar on construction job only); Tractor (Farm type R/T with attachment, except Backhoe); Tugger Operator GROUP 3: A -frame Truck (2 or more drums); Assistant Refrigeration Plant & Chiller Operator (over 1000 ton); Backfillers (Cleveland & similar); Batch Plant & Wet Mix Operator, single unit (concrete); Belt -Crete Conveyors with power pack or similar; Belt Loader (Kocal or similar); Bending Machine; Bob Cat (Skid Steer); Boring Machine (earth); Boring Machine (rock under 8 inch bit) (Quarry Master, Joy or similar); Bump Cutter (Wayne, Saginau or similar); Canal Lining Machine (concrete); Chipper (without crane); Cleaning & Doping Machine (pipeline); Deck Engineer; Elevating Belt -type Loader (Euclid, Barber Green & similar); Elevating Grader -type Loader (Dumor, Adams or similar); Generator Plant Engineers (diesel or electric); Gunnite Combination Mixer & Compressor; Locomotive Engineer; Mixermobile; Mucking Machine; Posthole Auger or Punch; Pump (grout or jet); Soil Stabilizer (P & H or similar); Spreader Machine; Dozer/Tractor (up to D-6 or equivalent) and Traxcavator; Traverse Finish Machine; Turnhead Operator GROUP 4: Concrete Pumps (squeeze-crete, flow-crete, pump- crete, Whitman & similar); Curb Extruder (asphalt or concrete); Drills (churn, core, calyx or diamond); Equipment Serviceman; Greaser & Oiler; Hoist (2 or more drums or Tower Hoist); Loaders (overhead & front-end, under 4 yds. R/T); Refrigeration Plant Engineer (under 1000 ton); Rubber -tired Skidders (R/T with or without attachments); Surface Heater & Plant Machine; Trenching Machines (under 7 ft. depth capacity); Turnhead (with re -screening); Vacuum Drill (reverse circulation drill under 8 inch bit) WA150001 Modification 5 Federal Wage Determinations for Highway Construction ADDENDUM #1 Page 116 GROUP 5: Backhoe (under 45,000 gw); Backhoe & Hoe Ram (under 3/4 yd.); Carrydeck & Boom Truck (under 25 tons); Cranes (25 tons & under), all attachments including clamshell, dragline; Derricks & Stifflegs (under 65 tons); Drilling Equipment(8 inch bit & over) (Robbins, reverse circulation & similar); Hoe Ram; Piledriving Engineers; Paving (dual drum); Railroad Track Liner Operaotr (self-propelled); Refrigeration Plant Engineer (1000 tons & over); Signalman (Whirleys, Highline Hammerheads or similar); Grade Checker GROUP 6: Asphalt Plant Operator; Automatic Subgrader (Ditches & Trimmers) (Autograde, ABC, R.A. Hansen & similar on grade wire); Backhoe (45,000 gw and over to 110,000 gw); Backhoes & Hoe Ram (3/4 yd. to 3 yd.); Batch Plant (over 4 units); Batch & Wet Mix Operator (multiple units, 2 & incl. 4); Blade Operator (motor patrol & attachments); Cable Controller (dispatcher); Compactor (self-propelled with blade); Concrete Pump Boom Truck; Concrete Slip Form Paver; Cranes (over 25 tons, to and including 45 tons), all attachments including clamshell, dragline; Crusher, Grizzle & Screening Plant Operator; Dozer, 834 R/T & similar; Drill Doctor; Loader Operator (front-end & overhead, 4 yds. incl. 8 yds.); Multiple Dozer Units with single blade; Paving Machine (asphalt and concrete); Quad -Track or similar equipment; Rollerman (finishing asphalt pavement); Roto Mill (pavement grinder); Scrapers, all, rubber -tired; Screed Operator; Shovel(under 3 yds.); Trenching Machines (7 ft. depth & over); Tug Boat Operator Vactor guzzler, super sucker; Lime Batch Tank Operator (REcycle Train); Lime Brain Operator (Recycle Train); Mobile Crusher Operator (Recycle Train) GROUP 7: Backhoe (over 110,000 gw); Backhoes & Hoe Ram (3 yds & over); Blade (finish & bluetop) Automatic, CMI, ABC, Finish Athey & Huber & similar when used as automatic; Cableway Operators; Concrete Cleaning/Decontamination machine operator; Cranes (over 45 tons to but not including 85 tons), all attachments including clamshell and dragine; Derricks & Stiffleys (65 tons & over); Elevating Belt (Holland type); Heavy equipment robotics operator; Loader (360 degrees revolving Koehring Scooper or similar); Loaders (overhead & front-end, over 8 yds. to 10 yds.); Rubber -tired Scrapers (multiple engine with three or more scrapers); Shovels (3 yds. & over); Whirleys & Hammerheads, ALL; H.D. Mechanic; H.D. Welder; Hydraulic Platform Trailers (Goldhofer, Shaurerly andSimilar); Ultra High Pressure Wateriet Cutting Tool System Operator (30,000 psi); Vacuum Blasting Machine Operator WA150001 Modification 5 Federal Wage Determinations for Highway Construction ADDENDUM #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 BOOM PAY: (All Cranes, Including Tower) 180 ft to 250 ft $ .50 over scale Over 250 ft $ .80 over scale NOTE: In computing the length of the boom on Tower Cranes, they shall be measured from the base of the Tower to the point of the boom. HAZMAT: Anyone working on HAZMAT jobs, working with supplied air shall receive $1.00 an hour above classification. ENG10612-012 06/01/2014 LEWIS,PIERCE, PACIFIC (portion lying north of a parallel line extending west from the northern boundary of Wahkaikum County to the sea) AND THURSTON COUNTIES ON PROJECTS DESCRIBED IN FOOTNOTE A BELOW, THE RATE FOR EACH GROUP SHALL BE 90% OF THE BASE RATE PLUS FULL FRINGE BENEFITS. ON ALL OTHER WORK, THE FOLLOWING RATES APPLY. Zone 1 (0-25 radius miles): Rates POWER EQUIPMENT OPERATOR GROUP lA $ 38.39 GROUP IAA $ 38.96 GROUP IAAA $ 39.52 GROUP 1 $ 37.84 GROUP 2 $ 37.35 GROUP 3 $ 36.93 GROUP 4 $ 34.57 Zone Differential (Add to Zone 1 rates): Zone 2 (26-45 radius miles) = $1.00 Zone 3 (Over 45 radius miles) - $1.30 BASEPOINTS: CENTRALIA, OLYMPIA, TACOMA Fringes 17.40 17.40 17.40 17.40 17.40 17.40 17.40 Page 117 WA150001 Modification 5 Federal Wage Determinations for Highway Construction ADDENDUM #1 Page 118 POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1 AAA - Cranes -over 300 tons or 300 ft of boom (including jib with attachments) GROUP IAA - Cranes- 200 tonsto 300 tons, or 250 ft of boom (including jib with attachments; Tower crane over 175 ft in height, bas to boom GROUP 1A - Cranes, 100 tons thru 199 tons, or 150 ft of boom (including jib with attachments); Crane -overhead, bridge type, 100 tons and over; Tower crane up to 175 ft in height base to boom; Loaders -overhead, 8 yards and over; Shovels, excavator, backhoes-6 yards and over with attachments GROUP 1 - Cableway; Cranes 45 tons thru 99 tons under 150 ft of boom (including jib with attachments); Crane -overhead, bridge type, 45 tons thru 99 tons; Derricks on building work; Excavator, shovel, backhoes over 3 yards and under 6 yards; Hard tail end dump articulating off-road equipment 45 yards and over; Loader- overhead, 6 yards to, but not including, 8 yards; Mucking machine, mole, tunnel, drill and/or shield; Quad 9 HD 41, D-10; Remote control operator on rubber tired earth moving equipment; Rollagon; Scrapers - self -propelled 45 yards and over; Slipform pavers; Transporters, all track or truck type GROUP 2 - Barrier machine (zipper); Batch Plant Operator - concrete; Bump Cutter; Cranes, 20 tons thru 44 tons with attachments; Crane -Overhead, bridge type, 20 tons through 44 tons; Chipper; Concrete pump -truck mount with boom attachment; Crusher; Deck engineer/deck winches (power); Drilling machine; Excavator, shovel, backhoe -3 yards and under; Finishing machine, Bidwell, Gamaco and similar equipment; Guardrail punch; Loaders, overhead under 6 yards; Loaders -plant feed; Locomotives -all; Mechanics- all; Mixers, asphalt plant; Motor patrol graders, finishing; Piledriver (other than crane mount); Roto -mill, roto - grinder; Screedman, spreader, topside operator-Blaw Knox, Cedar Rapids, Jaeger, Caterpillar, Barbar Green; Scraper -self- propelled, hard tail end dump, articulating off-road equipment- under 45 yards; Subgrader trimmer; Tractors, backhoe over 75 hp; Transfer material service machine -shuttle buggy, Blaw Knox- Roadtec; Truck Crane oiler/driver-100 tons and over; Truck Mount Portable Conveyor; Yo Yo pay WA150001 Modification 5 Federal Wage Determinations for Highway Construction ADDENDUM #1 Page 119 GROUP 3 - Conveyors; Cranes through 19 tons with attachments; Crane -A -frame over 10 tons; Drill oilers -auger type, truck or crane mount; Dozer -D-9 and under; Forklift -3000 lbs. and over with attachments, Horizontal/directional drill locator; Outside Hoists -(elevators and manlifts), air tuggers, strato tower bucket elevators; Hydralifts/boom trucks over 10 tons; Loaders -elevating type, belt; Motor patrol grader-nonfinishing; Plant oiler- asphalt, crusher; Pump -Concrete; Roller, plant mix or multi-lfit materials; Saws -concrete; Scrapers, concrete and carry all; Service engineers -equipment; Trenching machines; Truck crane oiler/driver under 100 tons; Tractors, backhoe under 75 hp GROUP 4 - Assistant Engineer; Bobcat; Brooms; Compressor; Concrete Finish Machine -laser screed; Cranes A -frame 10 tons and under; Elevator and manlift (permanent and shaft type); Forklifts -under 3000 lbs. with attachments; Gradechecker, stakehop; Hydralifts/boom trucks, 10 tons and under; Oil distributors, blower distribution and mulch seeding operator; Pavement breaker; Posthole digger -mechanical; Power plant; Pumps -water; Rigger and Bellman; Roller -other than plant mix; Wheel Tractors, farmall type; Shotcrete/gunite equipment operator FOOTNOTE A- Reduced rates may be paid on the following: 1. Projects involving work on structures such as buildings and bridges whose total value is less than $1.5 million excluding mechanical, electrical, and utility portions of the contract. 2. Projects of less than $1 million where no building is involved. Surfacing and paving included, but utilities excluded. 3. Marine projects (docks, wharfs, etc.) less than $150,000. HANDLING OF HAZARDOUS WASTE MATERIALS: Personnel in all craft classifications subject to working inside a federally designated hazardous perimeter shall be elgible for compensation in accordance with the following group schedule relative to the level of hazardous waste as outlined in the specific hazardous waste project site safety plan. H-1 Base wage rate when on a hazardous waste site when not outfitted with protective clothing, Class "D" Suit - Base wage rate plus $ .50 per hour. H-2 Class "C" Suit - Base wage rate plus $1.00 per hour. H-3 Class "B" Suit - Base wage rate plus $1.50 per hour. H-4 Class "A" Suit - Base wage rate plus $2.00 per hour. WA150001 Modification 5 Federal Wage Determinations for Highway Construction ADDENDUM #1 Page 120 ENGI0701-002 01/01/2014 CLARK, COWLITZ, KLICKKITAT, PACIFIC (SOUTH), SKAMANIA, AND WAHKIAKUM COUNTIES POWER RQUIPMENT OPERATORS: ZONE 1 Rates Fringes Power equipment operators: (See Footnote A) GROUP 1 $ 38.25 13.70 GROUP lA $ 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): Zone 2 - $3.00 Zone 3 - $6.00 WA150001 Modification 5 Federal Wage Determinations for Highway Construction ADDENDUM #1 Page 121 For the following metropolitan counties: MULTNOMAH; CLACKAMAS; MARION; WASHINGTON; YAMHILL; AND COLUMBIA; CLARK; AND COWLITZ COUNTY, WASHINGTON WITH MODIFICATIONS AS INDICATED: All jobs or projects located in Multnomah, Clackamas and Marion Counties, West of the western boundary of Mt. Hood National Forest and West of Mile Post 30 on Interstate 84 and West of Mile Post 30 on State Highway 26 and West of Mile Post 30 on Highway 22 and all jobs or projects located in Yamhill County, Washington County and Columbia County and all jobs or porjects located in Clark & Cowlitz County, Washington except that portion of Cowlitz County in the Mt. St. Helens "Blast Zone" shall receive Zone I pay for all classifications. All jobs or projects located in the area outside the identified boundary above, but less than 50 miles from the Portland City Hall shall receive Zone II pay for all classifications. All jobs or projects located more than 50 miles from the Portland City Hall, but outside the identified border above, shall receive Zone III pay for all classifications. For the following cities: ALBANY; BEND; COOS BAY; EUGENE; GRANTS PASS; KLAMATH FALLS; MEDFORD; ROSEBURG All jobs or projects located within 30 miles of the respective city hall of the above mentioned cities shall receive Zone I pay for all classifications. All jobs or projects located more than 30 miles and less than 50 miles from the respective city hall of the above mentioned cities shall receive Zone II pay for all classifications. All jobs or projects located more than 50 miles from the respective city hall of the above mentioned cities shall receive Zone III pay for all classifications. WA150001 Modification 5 Federal Wage Determinations for Highway Construction ADDENDUM #1 Page 122 POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1: CONCRETE: Batch Plant and/or Wet Mix Operator, three units or more; CRANE: Helicopter Operator, when used in erecting work; Whirley Operator, 90 ton and over; LATTICE BOOM CRANE: Operator 200 tons through 299 tons, and/or over 200 feet boom; HYDRAULIC CRANE: Hydraulic Crane Operator 90 tons through 199 tons with luffing or tower attachments; FLOATING EQUIPMENT: Floating Crane, 150 ton but less than 250 ton GROUP 1A: HYDRAULIC CRANE: Hydraulic Operator, 200 tons and over (with luffing or tower attachment); LATTICE BOOM CRANE: Operator, 200 tons through 299 tons, with over 200 feet boom; FLOATING EQUIPMENT: Floating Crane 250 ton and over GROUP 1B: LATTICE BOOM CRANE: Operator, 300 tons through 399 tons with over 200 feet boom; Operator 400 tons and over; FLOATING EQUIPMENT: Floating Crane 350 ton and over GROUP 2: ASPHALT: Asphalt Plant Operator (any type); Roto Mill, pavement profiler, operator, 6 foot lateral cut and over, BLADE: Auto Grader or "Trimmer" (Grade Checker required); Blade Operator, Robotic; BULLDOZERS: Bulldozer operator over 120,000 lbs and above; Bulldozer operator, twin engine; Bulldozer Operator,tandem, quadnine, D10, Dil, and similar type; Bulldozere Robotic Equipment (any type; CONCRETE: Batch Plant and/or Wet Mix Operator, one and two drum; Automatic Concrete Slip Form Paver Operator; Concrete Canal Line Operator; Concrete Profiler, Diamond Head; CRANE: Cableway Operator, 25 tons and over; HYDRAULIC CRANE: Hydraulic crane operator 90 tons through 199 tons (without luffing or tower attachment); TOWER/WHIRLEY OPERATOR: Tower Crane Operator; Whirley Operator, under 90 tons; LATTICE BOOM CRANE: 90 through 199 tons and/or 150 to 200 feet boom; CRUSHER: Crusher Plant Operator; FLOATING EQUIPMENT: Floating Clamshell, etc.operator, 3 cu. yds. and over; Floating Crane (derrick barge) Operator, 30 tons but less than 150 tons; LOADERS: Loader operator, 120,000 lbs. and above; REMOTE CONTROL: Remote controlled earth -moving equipment; RUBBER -TIRED SCRAPERS: Rubber - tired scraper operator, with tandem scrapers, multi -engine; SHOVEL, DRAGLINE, CLAMSHELL, SKOOPER OPERATOR: Shovel, Dragline, Clamshell, operator 5 cu. yds and over; TRENCHING MACHINE: Wheel Excavator, under 750 cu. yds. per hour (Grade Oiler required); Canal Trimmer (Grade Oiler required); Wheel Excavator, over 750 cu. yds. per hour; Band Wagon (in conjunction with wheel excavator); UNDERWATER EQUIPMENT: Underwater Equipment Operator, remote or otherwise; HYDRAULIC HOES -EXCAVATOR: Excavator over 130,000 lbs.; HYDRAULIC CRANE: Hydraulic crane operator, 50 tons through 89 tons (with luffing or tower attachment); WA150001 Modification 5 Federal Wage Determinations for Highway Construction ADDENDUM #1 Page 123 GROUP 3: BULLDOZERS: Bulldozer operator, over 70,000 lbs. up to and including 120,000 lbs.; HYDRAULIC CRANE: Hydraulic crane operator, 50 tons through 89 tons (without luffing or tower attachment); LATTICE BOOM CRANES: Lattice Boom Crane -50 through 89 tons (and less than 150 feet boom); FORKLIFT: Rock Hound Operator; HYDRAULIC HOES -EXCAVATOR: excavator over 80,000 lbs. through 130,000 lbs.; LOADERS: Loader operator 60,000 and less than 120,000; RUBBER -TIRED SCRAPERS: Scraper Operator, with tandem scrapers; Self -loading, paddle wheel, auger type, finish and/or 2 or more units; SHOVEL, DRAGLINE, CLAMSHELL,SKOOPER OPERATOR: Shovel, Dragline, Clamshell operators 3 cu. yds. but less than 5 cu yds. GROUP 4: ASPHALT: Screed Operator; Asphalt Paver operator (screeman required); BLADE: Blade operator; Blade operator, finish; Blade operator, externally controlled by electronic, mechanical hydraulic means; Blade operator, multi -engine; BULLDOZERS: Bulldozer Operator over 20,000 lbs and more than 100 horse up to 70,000 lbs; Drill Cat Operator; Side -boom Operator; Cable -Plow Operator (any type); CLEARING: Log Skidders; Chippers; Incinerator; Stump Splitter (loader mounted or similar type); Stump Grinder (loader mounted or similar type; Tub Grinder; Land Clearing Machine (Track mounted forestry mowing & grinding machine); Hydro Axe (loader mounted or similar type); COMPACTORS SELF-PROPELLED: Compactor Operator, with blade; Compactor Operator, multi -engine; Compactor Operator, robotic; CONCRETE: Mixer Mobile Operator; Screed Operator; Concrete Cooling Machine Operator; Concrete Paving Road Mixer; Concrete Breaker; Reinforced Tank Banding Machine (K-17 or similar types); Laser Screed; CRANE: Chicago boom and similar types; Lift Slab Machine Operator; Boom type lifting device, 5 ton capacity or less; Hoist Operator, two (2) drum; Hoist Operator, three (3) or more drums; Derrick Operator, under 100 ton; Hoist Operator, stiff leg, guy derrick or similar type, 50 ton and over; Cableway Operator up to twenty (25) ton; Bridge Crane Operator, Locomotive, Gantry, Overhead; Cherry Picker or similar type crane; Carry Deck Operator; Hydraulic Crane Operator, under 50 tons; LATTICE BOOM CRANE OPERATOR: Lattice Boom Crane Operator, under 50 tons; CRUSHER: Generator Operator; Diesel -Electric Engineer; Grizzley Operator; Drill Doctor; Boring Machine Operator; Driller -Percussion, Diamond, Core, Cable, Rotary and similar type; Cat Drill (John Henry); Directional Drill Operator over 20,000 lbs pullback; FLOATING EQUIPMENT: Diesel-electric Engineer; Jack Operator, elevating barges, Barge Operator, self - unloading; Piledriver Operator (not crane type) (Deckhand required); Floating Clamshelll, etc. Operator, under 3 cu. yds. (Fireman or Diesel -Electric Engineer required); Floating Crane (derrick barge) Operator, less than 30 tons; GENERATORS: Generator Operator; Diesel-electric Engineer; GUARDRAIL EQUIPMENT: Guardrail Punch Operator (all types); Guardrail Auger Operator (a11 types); Combination Guardrail machines, i.e., punch auger, etc.; HEATING PLANT: Surface WA150001 Modification 5 Federal Wage Determinations for Highway Construction ADDENDUM #1 Page 124 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- uil 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 WA150001 Modification 5 Federal Wage Determinations for Highway Construction ADDENDUM #1 Page 125 GROUP 5: ASPHALT: Extrusion Machine Operator; Roller Operator (any asphalt mix); Asphalt Burner and Reconditioner Operator (any type); Roto -Mill, pavement profiler, ground man; BULLDOZERS: Bulldozer operator, 20,000 lbs. or less or 100 horse or less; COMPRESSORS: Compressor Operator (any power), over 1,250 cu. ft. total capacity; COMPACTORS: Compactor Operator, including vibratory; Wagner Pactor Operator or similar type (without blade); CONCRETE: Combination mixer and Compressor Operator, gunite work; Concrete Batch Plant Quality Control Operator; Beltcrete Operator; Pumperete Operator (any type); Pavement Grinder and/or Grooving Machine Operator (riding type); Cement Pump Operator, Fuller -Kenyon and similar; Concrete Pump Operator; Grouting Machine Operator; Concrete mixer operator, single drum, under (5) bag capacity; Cast in place pipe laying machine; maginnis Internal Full slab vibrator operator; Concrete finishing mahine operator, Clary, Johnson, Bidwell, Burgess Bridge deck or similar type; Curb Machine Operator, mechanical Berm, Curb and/or Curb and Gutter; Concrete Joint Machine Operator; Concrete Planer Operator; Tower Mobile Operator; Power Jumbo Operator setting slip forms in tunnels; Slip Form Pumps, power driven hydraulic lifting device for concrete forms; Concrete Paving Machine Operator; Concrete Finishing Machine Operator; Concrete Spreader Operator; CRANE: Helicopter Hoist Operator; Hoist Operator, single drum; Elevator Operator; A -frame Truck Operator, Double drum; Boom Truck Operator; HYDRAULIC CRANE OPERATOR: Hydraulic Boom Truck, Pittman; DRILLING: Churm Drill and Earth Boring Machine Operator; Vacuum Truck; Directional Drill Operator over 20,000 lbs pullback; FLOATING EQUIPMENT: Fireman; FORKLIFT: Fork Lift, over 10 ton and/or robotic; HYDRAULIC HOES EXCAVATORS: Hydraulic Backhoe Operator, wheel type (Ford, John Deere, Case type); Hydraulic Backhoe Operator track type up to and including 20,000 lbs.; LOADERS: Loaders, rubber- tired type, less than 25,000 lbs; Elevating Grader Operator, Tractor Towed requiring Operator or Grader; Elevating loader operator, Athey and similar types; OILERS: Service oiler (Greaser); PIPELINE -SEWER WATER: Hydra hammer or simialr types; Pavement Breaker Operator; PUMPS: Pump Operator, more than 5 (any size); Pot Rammer Operator; RAILROAD EQUIPMENT: Locomotive Operator, under 40 tons; Ballast Regulator Operator; Ballast Tamper Multi -Purpose Operator; Track Liner Operator; Tie Spacer Operator; Shuttle Car Operator; Locomotive Operator, 40 tons and over; MATERIAL HAULRS: Cat wagon DJBs Volvo similar types; Conveyored material hauler; SURFACING (BASE) MATERIAL: Rock Spreaders, self-propelled; Pulva-mixer or similar types; Chiip Spreading machine operator; Lime spreading operator, construction job siter; SWEEPERS: Sweeper operator (Wayne type) self-propelled construction job site; TRACTOR -RUBBER TIRED: Tractor operator, rubber -tired, 50 hp flywheel and under; Trenching machine operator, maximum digging capacity 3 ft depth; TUNNEL: Dinkey WA150001 Modification 5 Federal Wage Determinations for Highway Construction ADDENDUM #1 Page 126 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 WA150001 Modification 5 Federal Wage Determinations for Highway Construction ADDENDUM #1 Page 127 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 IRONWORKER $ 31.60 Fringes 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 WA150001 Modification 5 Federal Wage Determinations for Highway Construction ADDENDUM #1 LAB00001-002 06/01/2014 ZONE 1: Rates Fringes Page 128 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 $ 22.49 10.30 GROUP 2 $ 25.79 10.30 GROUP 3 $ 32.29 10.30 GROUP 4 $ 33.08 10.30 GROUP 5 $ 33.62 10.30 CHELAN, DOUGLAS (WEST OF THE 120TH MERIDIAN), KITTITAS AND YAKIMA COUNTIES GROUP 1 $ 18.95 10.30 GROUP 2 $ 21.76 10.30 GROUP 3 $ 23.85 10.30 GROUP 4 $ 24.43 10.30 GROUP 5 $ 24.85 10.30 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 WA150001 Modification 5 Federal Wage Determinations for Highway Construction ADDENDUM #1 Page 129 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 Pifer; Stake Hopper; Toolroom Man (at job site); Topper-Tailer; Track Laborer; Truck Spotter; Vinyl Seamer GROUP 4: Cement Dumper -Paving; Chipping Gun (over 30 lbs.); Clary Power Spreader; Concrete Dumper/Chute Operator; Concrete Saw Operator; Drill Operator (hydraulic, diamond, aiartrac); Faller and Bucker Chain Saw; Grade Checker and Transit Person; Groutmen (pressure) including post tension beams; Hazardous Waste Worker (Level B: uses same respirator protection as Level A. A supplied air line is provided in conjunction with a chemical "splash suit"); High Scaler; Jackhammer; Laserbeam Operator; Manhole Builder-Mudman; Nozzleman (concrete pump, green cutter when using combination of high pressure air and water on concrete and rock, sandblast, gunite, shotcrete, water blaster, vacuum blaster); Pavement Breaker; Pipe Layer and Caulker; Pipe Pot Tender; Pipe Reliner (not insert type); Pipe Wrapper; Power Jacks; Railroad Spike Puller -Power; Raker -Asphalt; Rivet Buster; Rodder; Sloper (over 20 ft); Spreader (concrete); Tamper and Similar electric, air and glas operated tool; Timber Person -sewer (lagger shorer and cribber); Track Liner Power; Tugger Operator; Vibrator; Well Point Laborer GROUP 5: Caisson Worker; Miner; Mortarman and Hodcarrier; Powderman; Re-Timberman; Hazardous Waste Worker (Level A: utilizes a fully encapsulated suit with a self-contained breathing apparatus or a supplied air line). WA150001 Modification 5 Federal Wage Determinations for Highway Construction ADDENDUM #1 Page 130 LAB00238-004 06/01/2014 PASCO AREA: ADAMS, BENTON, COLUMBIA,DOUGLAS (East of 120th Meridian), FERRY, FRANKLIN, GRANT, OKANOGAN, WALLA WALLA SPOKANE AREA: ASOTIN, GARFIELD, LINCOLN, PEND OREILLE, SPOKANE, STEVENS & WHITMAN COUNTIES Rates Fringes LABORER (PASCO) GROUP 1 $ 22.25 10.95 GROUP 2 $ 24.35 10.95 GROUP 3 $ 24.62 10.95 GROUP 4 $ 24.89 10.95 GROUP 5 $ 25.17 10.95 LABORER (SPOKANE) GROUP 1 $ 21.95 10.95 GROUP 2 $ 24.05 10.95 GROUP 3 $ 24.32 10.95 GROUP 4 $ 24.59 10.95 GROUP 5 $ 24.87 10.95 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. WA150001 Modification 5 Federal Wage Determinations for Highway Construction ADDENDUM #1 Page 131 LABORERS CLASSIFICATIONS GROUP 1: Flagman; Landscape Laborer; Scaleman; Traffic Control Maintenance Laborer (to include erection and maintenance of barricades, signs and relief of flagperson); Window Washer/Cleaner (detail cleanup, such as, but not limited to cleaning floors, ceilings, walls, windows, etc. prior to final acceptance by the owner) GROUP 2: Asbestos Abatement Worker; Brush Hog Feeder; Carpenter Tender; Cement Handler; Clean-up Laborer; Concrete Crewman (to include stripping of forms, hand operating jacks on slip form construction, application of concrete curing compounds, pumperete machine, signaling, handling the nozzle of squeezcrete or similar machine,6 inches and smaller); Confined Space Attendant; Concrete Signalman; Crusher Feeder; Demolition (to include clean-up, burning, loading, wrecking and salvage of all material); Dumpman; Fence Erector; Firewatch; Form Cleaning Machine Feeder, Stacker; General Laborer; Grout Machine Header Tender; Guard Rail (to include guard rails, guide and reference posts, sign posts, and right-of-way markers); Hazardous Waste Worker, Level D (no respirator is used and skin protection is minimal); Miner, Class "A" (to include all bull gang, concrete crewman, dumpman and pumperete crewman, including distributing pipe, assembly & dismantle, and nipper); Nipper; Riprap Man; Sandblast Tailhoseman; Scaffold Erector (wood or steel); Stake Jumper; Structural Mover (to include separating foundation, preparation, cribbing, shoring, jacking and unloading of structures); Tailhoseman (water nozzle); Timber Bucker and Faller (by hand); Track Laborer (RR); Truck Loader; Well -Point Man; All Other Work Classifications Not Specially Listed Shall Be Classified As General Laborer GROUP 3: Asphalt Roller, walking; Cement Finisher Tender; Concrete Saw, walking; Demolition Torch; Dope Pot Firemen, non-mechanical; Driller Tender (when required to move and position machine); Form Setter, Paving; Grade Checker using level; Hazardous Waste Worker, Level C (uses a chemical "splash suit" and air purifying respirator); Jackhammer Operator; Miner, Class "B" (to include brakeman, finisher, vibrator, form setter); Nozzleman (to include squeeze and flo-crete nozzle); Nozzleman, water, air or steam; Pavement Breaker (under 90 lbs.); Pipelayer, corrugated metal culvert; Pipelayer, multi- plate; Pot Tender; Power Buggy Operator; Power Tool Operator, gas, electric, pneumatic; Railroad Equipment, power driven, except dual mobile power spiker or puller; Railroad Power Spiker or Puller, dual mobile; Rodder and Spreader; Tamper (to include operation of Barco, Essex and similar tampers); Trencher, Shawnee; Tugger Operator; Wagon Drills; Water Pipe Liner; Wheelbarrow (power driven) WA150001 Modification 5 Federal Wage Determinations for Highway Construction ADDENDUM #1 Page 132 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) LAB00238-006 06/01/2014 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 $ 24.32 10.95 LAB00335-001 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 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 WA150001 Modification 5 Federal Wage Determinations for Highway Construction ADDENDUM #1 Page 133 Zone Zone Zone Zone Zone Differential 2 $ 0.65 3 - 1.15 4 - 1.70 5 - 2.75 (Add to Zone 1 rates): BASE POINTS: GOLDENDALE, LONGVIEW, AND VANCOUVER ZONE 1: Projects within 30 miles of the respective city all. ZONE 2: More than 30 respective city hall. ZONE 3: More than 40 respective city hall. ZONE 4: More than 50 respective city hall. ZONE 5: More than 80 LABORERS CLASSIFICATIONS miles but less than 40 miles from the miles but less than 50 miles from the miles but less than 80 miles from the miles from the respective city hall. 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, Right of Way Marker; Fine Graders; Fire Watch; Form Strippers (not swinging stages); General Laborers; Hazardous Waste Worker; Leverman or Aggregate Spreader (Flaherty and similar types); Loading Spotters; Material Yard Man (including electrical); Pittsburgh Chipper Operator or Similar Types; Railroad Track Laborers; Ribbon Setters (including steel forms); Rip Rap Man (hand placed); Road Pump Tender; Sewer Labor; Signalman; Skipman; Slopers; Spraymen; Stake Chaser; Stockpiler; Tie Back Shoring; Timber Faller and Bucker (hand labor); Toolroom Man (at job site); Tunnel Bullgang (above ground); Weight -Man- Crusher (aggregate when used) GROUP 2: Applicator (including pot power tender for same) applying protective material by hand or nozzle on utility lines or storage tanks on project; Brush Cutters (power saw); Burners; Choker Splicer; Clary Power Spreader and similar types; Clean- up Nozzleman-Green Cutter (concrete, rock, etc.); Concrete Power Buggyman; Concrete Laborer; Crusher Feeder; Demolition and Wrecking Charred Materials; Gunite Nozzleman Tender; Gunite or Sand Blasting Pot Tender; Handlers or Mixers of all Materials of an irritating nature (including cement and lime); Tool Operators (includes but not limited to: Dry Pack Machine; Jackhammer; Chipping Guns; Paving Breakers); Pipe Doping and Wrapping; Post Hole Digger, air, gas or electric; Vibrating Screed; Tampers; Sand Blasting (Wet); Stake -Setter; Tunnel-Muckers, Brakemen, Concrete Crew, Bullgang (underground) WA150001 Modification 5 Federal Wage Determinations for Highway Construction ADDENDUM #1 Page 134 GROUP 3: Asbestos Removal; Bit Grinder; Drill Doctor; Drill Operators, air tracks, cat drills, wagon drills, rubber -mounted drills, and other similar types including at crusher plants; Gunite Nozzleman; High Scalers, Strippers and Drillers (covers work in swinging stages, chairs or belts, under extreme conditions unusual to normal drilling, blasting, barring -down, or sloping and stripping); Manhole Builder; Powdermen; Concrete Saw Operator; Pwdermen; Power Saw Operators (Bucking and Falling); Pumperete Nozzlemen; Sand Blasting (Dry); Sewer Timberman; Track Liners, Anchor Machines, Ballast Regulators, Multiple Tampers, Power Jacks, Tugger Operator; Tunnel -Chuck Tenders, Nippers and Timbermen; Vibrator; Water Blaster GROUP 4: Asphalt Raker; Concrete Saw Operator (walls); Concrete Nozzelman; Grade Checker; Pipelayer; Laser Beam (pipelaying) -applicable when employee assigned to move, set up, align; Laser Beam; Tunnel Miners; Motorman -Dinky Locomotive -Tunnel; Powderman-Tunnel; Shield Operator -Tunnel GROUP 5: Traffic Flaggers GROUP 6: Fence Builders GROUP 7: Landscaping or Planting Laborers LAB00335-019 09/01/2013 Rates Fringes Hod Carrier $ 30.47 10.05 PAIN0005-002 07/01/2014 STATEWIDE EXCEPT CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH), SKAMANIA, AND WAHKIAKUM COUNTIES Rates Painters: STRIPERS $ 28.50 Fringes 14.61 PAIN0005-004 03/01/2009 CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM COUNTIES Rates Fringes PAINTER $ 20.82 7.44 WA150001 Modification 5 Federal Wage Determinations for Highway Construction ADDENDUM #1 Page 135 PAIN0005-006 07/01/2014 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 PAINTER Application of Cold Tar Products, Epoxies, Polyure thanes, Acids, Radiation Resistant Material, Water and Sandblasting $ 26.65 10.48 Over 30'/Swing Stage Work$ 22.20 7.98 Brush, Roller, Striping, Steam -cleaning and Spray$ 21.55 10.48 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. * PAIN0055-003 04/01/2015 CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA, AND WAHKIAKUM COUNTIES Rates Fringes PAINTER Brush & Roller $ 22.47 9.60 High work - All work 60 ft. or higher $ 23.22 9.60 Spray and Sandblasting $ 23.07 9.60 PAIN0055-006 11/01/2014 CLARK, COWLITZ, KLICKITAT, SKAMANIA and WAHKIAKUM COUNTIES Rates Fringes Painters: HIGHWAY & PARKING LOT STRIPER $ 33.43 11.08 WA150001 Modification 5 Federal Wage Determinations for Highway Construction ADDENDUM #1 Page 136 PLAS0072-004 06/01/2014 ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, KITTITAS, LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN, AND YAKIMA COUNTIES Rates CEMENT MASON/CONCRETE FINISHER ZONE 1 $ 26.41 Fringes 12.44 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 06/01/2014 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 $ 37.43 14.95 COMPOSITION, TROWEL MACHINE, GRINDER, POWER TOOLS, GUNNITE NOZZLE $ 37.43 14.95 TROWLING MACHINE OPERATOR ON COMPOSITION $ 37.93 14.95 PLAS0555-002 06/01/2014 CLARK, KLICKITAT AND SKAMANIA COUNTIES ZONE 1: Rates Fringes Cement Masons: CEMENT MASONS DOING BOTH COMPOSITION/POWER MACHINERY AND SUSPENDED/HANGING SCAFFOLD$ 30.58 17.76 CEMENT MASONS ON SUSPENDED, SWINGING AND/OR HANGING SCAFFOLD $ 30.58 17.76 CEMENT MASONS $ 29.98 17.76 COMPOSITION WORKERS AND POWER MACHINERY OPERATORS$ 31.18 17.76 WA150001 Modification 5 Federal Wage Determinations for Highway Construction ADDENDUM #1 Page 137 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 06/01/2014 CLARK, COWLITZ, KLICKITAT, PACIFIC (South of a straight line made by extending the north boundary line of Wahkiakum County west to the Pacific Ocean), SKAMANIA, AND WAHKIAKUM COUNTIES Rates Fringes Truck drivers: ZONE 1 GROUP 1 $ 26.90 14.37 GROUP 2 $ 27.02 14.37 GROUP 3 $ 27.15 14.37 GROUP 4 $ 27.41 14.37 GROUP 5 $ 27.63 14.37 GROUP 6 $ 27.79 14.37 GROUP 7 $ 27.99 14.37 Zone Differential (Add to Zone 1 Rates): Zone 2 - $0.65 Zone 3 - 1.15 Zone 4 - 1.70 Zone 5 - 2.75 BASE POINTS: ASTORIA, THE DALLES, LONGVIEW AND VANCOUVER ZONE 1: Projects within 30 miles of the respective city hall. ZONE 2: More than 30 miles but less than 40 miles from the respective city hall. ZONE 3: More than 40 miles but less than 50 miles from the respective city hall. ZONE 4: More than 50 miles but less than 80 miles from the respective city hall. ZONE 5: More than 80 miles from the respective city hall. WA150001 Modification 5 Federal Wage Determinations for Highway Construction ADDENDUM #1 Page 138 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 WA150001 Modification 5 Federal Wage Determinations for Highway Construction ADDENDUM #1 Page 139 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 WA150001 Modification 5 Federal Wage Determinations for Highway Construction ADDENDUM #1 Page 140 GROUP 2 - Bulllifts, or similar equipment used in loading or unloading trucks, transporting materials on job site; Dumpsters, and similar equipment, Tournorockers, Tournowagon, Turnotrailer, Cat. D.W. Series, Terra Cobra, Le Tourneau, Westinghouse, Athye wagon, Euclid two and four -wheeled power tractor with trailer and similar top -loaded equipment transporting material: Dump trucks, side, end and bottom dump, including semi -trucks and trains or combinations thereof with less than 16 yards capacity; Flatbed (Dual Rear Axle); Grease Truck, Fuel Truck, Greaser, Battery Service Man and/or Tire Service Man; Leverman and loader at bunkers and batch plants; Oil tank transport; Scissor truck; Slurry Truck; Sno-Go and similar equipment; Swampers; Straddler Carrier (Ross, Hyster) and similar equipment; Team Driver; Tractor (small, rubber -tired) (when used within Teamster jurisdiction); Vacuum truck; Water Wagon and Tank trucks -less than 3,000 gallons capacity; Winch Truck; Wrecker, Tow truck and similar equipment GROUP 3 - Flatbed (single rear axle); Pickup Sweeper; Pickup Truck. (Adjust Group 3 upward by $2.00 per hour for onsite work only) GROUP 4 - Escort or Pilot Car GROUP 5 - Mechanic HAZMAT PROJECTS Anyone working on a HAZMAT job, where HAZMAT certification is required, shall be compensated as a premium, in addition to the classification working in as follows: LEVEL C: +$.25 per hour - This level uses an air purifying respirator or additional protective clothing. LEVEL B: +$.50 per hour - Uses same respirator protection as Level A. Supplied air line is provided in conjunction with a chemical "splash suit." LEVEL A: +$.75 per hour - This level utilizes a fully - encapsulated suit with a self-contained breathing apparatus or a supplied air line. WA150001 Modification 5 Federal Wage Determinations for Highway Construction ADDENDUM #1 TEAM0690-004 01/01/2014 Page 141 ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT KITTITAS, LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMA COUNTIES Rates Fringes Truck drivers: (AREA 1: SPOKANE ZONE CENTER: Adams,Chelan, Douglas, Ferry, Grant, Kittitas, Lincoln, Okanogan, Pen Oreille, Spokane, Stevens, and Whitman Counties AREA 1: LEWISTON ZONE CENTER: Asotin, Columbia, and Garfield Counties AREA 2: PASCO ZONE CENTER: Benton, Franklin, Walla Walla and Yakima Counties) AREA 1: GROUP 1 $ 20.17 15.19 GROUP 2 $ 22.44 15.19 GROUP 3 $ 22.94 15.19 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 AREA 2 GROUP 1 $ 21.77 15.19 GROUP 2 $ 24.31 15.19 GROUP 3 $ 24.42 15.19 GROUP 4 $ 24.75 15.19 GROUP 5 $ 24.86 15.19 GROUP 6 $ 25.02 15.19 GROUP 7 $ 25.56 15.19 GROUP 8 $ 25.88 15.19 Zone Differential (Add to Zone 1 rate: Zone 1 + $2.00) BASE POINTS: Spokane, Pasco, Lewiston Zone 1: 0-45 radius miles from the main post office. Zone 2: Outside 45 radius miles from the main post office TRUCK DRIVERS CLASSIFICATIONS GROUP 1: Escort Driver or Pilot Car; Employee Haul; Power Boat Hauling Employees or Material GROUP 2: Fish Truck; Flat Bed Truck; Fork Lift (3000 lbs. and under); Leverperson (loading trucks at bunkers); Trailer Mounted Hydro Seeder and Mulcher; Seeder & Mulcher; Stationary Fuel Operator; Tractor (small, rubber -tired, pulling trailer or similar equipment) WA150001 Modification 5 Federal Wage Determinations for Highway Construction ADDENDUM #1 Page 142 GROUP 3: Auto Crane (2000 lbs. capacity); Buggy Mobile & Similar; Bulk Cement Tanks & Spreader; Dumptor (6 vds. & 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; Plowboys; 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. WA150001 Modification 5 Federal Wage Determinations for Highway Construction ADDENDUM #1 Page 143 LEVEL A -B: - $1.00 PER HOUR (Uses supplied air is conjunction with a chemical spash suit or fully encapsulated suit with a self-contained breathing apparatus. Employees shall be paid Hazmat pay in increments of four(4) and eight(8) hours. NOTE: Trucks Pulling Equipment Trailers: shall receive $.15/hour over applicable truck rate WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 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. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. WA150001 Modification 5 Federal Wage Determinations for Highway Construction ADDENDUM #1 Page 144 Survey Rate Identifiers Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. WA150001 Modification 5 Federal Wage Determinations for Highway Construction ADDENDUM #1 Page 145 WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 WA150001 Modification 5 Federal Wage Determinations for Highway Construction ADDENDUM #1 Page 146 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION WA150001 Modification 5 Federal Wage Determinations for Highway Construction ADDENDUM #1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 State of Washington Department of Labor & Industries Prevailing Wage Section - Telephone 360-902-5335 PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, worker's wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements are provided on the Benefit Code Key. Journey Level Prevailing Wage Rates for the Effective Date: 3/18/2015 County Trade Job Classification Wage Holiday Overtime Note Yakima Asbestos Abatement Workers Journey Level $17.83 1 _ Yakima Boilermakers Journey Level $64.29 5N 1C _ Yakima Brick Mason Journey Level $43.34 5A 1M _ Yakima Building Service Employees Janitor $9.47 1 _ Yakima Building Service Employees Shampooer $11.14 1 _ Yakima Building Service Employees Waxer $9 47 1 _ Yakima Building Service Employees Window Cleaner $9 47 1 _ Yakima Cabinet Makers (In Shop) Journey Level $16.35 1 _ Yakima Carpenters Journey Level $29 72 1 _ Yakima Cement Masons Journey Level $38.85 7B 1N _ Yakima Divers & Tenders Diver $105.37 5D 4C 8A Yakima Divers & Tenders Diver On Standby $59.50 5D 4C _ Yakima Divers & Tenders Diver Tender $54.82 5D 4C _ Yakima Divers & Tenders Surface Rcv & Rov Operator $54.82 5D 4C _ Yakima Divers & Tenders Surface Rcv & Rov Operator Tender $51 07 5A 4C _ Yakima Dredge Workers Assistant Engineer $54.75 5D 3F _ Yakima Dredqe Workers Assistant Mate (Deckhand) $54.33 5D 3F _ Yakima Dredge Workers Boatmen $54 75 5D 3F _ Yakima Dredge Workers Engineer Welder $55.79 5D 3F _ Yakima Dredge Workers Leverman, Hydraulic $56.92 5D 3F _ Yakima Dredge Workers Mates $54 75 5D 3F _ Yakima Dredge Workers Oiler $54.33 5D 3F _ Yakima Drywall Applicator Journey Level $40 13 5D 4C _ Yakima Drywall Tapers Journey Level $35 00 7E 1P _ Yakima Electrical Fixture Maintenance Workers Journey Level $43.32 1 _ Yakima Electricians - Inside Cable Splicer $57.94 5A 1E _ Yakima Electricians - Inside Journey Level $55.98 5A 1 E _ Yakima Electricians - Inside Welder $59.91 5A 1E Yakima Electricians - Motor Shop Craftsman $15.37 1 _ Yakima Electricians - Motor Shop Journey Level $14.69 1 _ Yakima Electricians - Powerline Construction Cable Splicer $69.95 5A 4D _ Yakima Electricians - Powerline Construction Certified Line Welder $63.97 5A 4D _ City of Yakima Corridor Safety Project # 2357 199 ' Yakima Electricians - Powerline Construction Groundperson $43 62 5A 4D _ Yakima Electricians - Powerline Construction Heavy Line Equipment Operator $63.97 5A 4D _ Yakima Electricians - Powerline Construction Journey Level Lineperson $63.97 5A 4D _ Yakima Electricians - Powerline Construction Line Equipment Operator $53 81 5A 4D _ Yakima Electricians - Powerline Construction Pole Sprayer $63 97 5A 4D _ Yakima Electricians - Powerline Construction Powderperson $47.55 5A 4D _ Yakima Electronic Technicians Journey Level $23 40 1 _ Yakima Elevator Constructors Mechanic $82.67 7D 4A _ Yakima Elevator Constructors Mechanic In Charge $89 40 7D 4A _ Yakima Fabricated Precast Concrete Products Craftsman - In -Factory Work Only $9 47 1 _ Yakima Fabricated Precast Concrete Products Journey Level - In -Factory Work Only $9 47 1 _ Yakima Fence Erectors Fence Erector $13 79 1 Yakima Flaggers Journey Level $24 62 1 _ Yakima Glaziers Journey Level $22.43 61 1B _ Yakima Heat & Frost Insulators And Asbestos Journey Level $25 32 1 _ Workers Yakima Heating Equipment Mechanics Journey Level $34 85 1 _ Yakima Hod Carriers & Mason Tenders Journey Level $35.23 7A 31 _ Yakima Industrial Power Vacuum Cleaner Journey Level $9 47 1 _ Yakima Inland Boatmen Journey Level $9 47 1 _ Yakima Inspection/Cleaning/Sealing Of Sewer & Cleaner Operator, Foamer Operator $9 73 1 _ Water Systems By Remote Control Yakima Inspection/Cleaninq/Sealinq Of Sewer & Grout Truck Operator $11 48 1 _ Water Systems By Remote Control Yakima Inspection/Cleaninq/Sealinq Of Sewer & Head Operator $12.78 1 _ Water Systems By Remote Control Yakima Inspection/Cleaning/Sealing Of Sewer & Technician $9 47 1 _ Water Systems By Remote Control Yakima Inspection/Cleaning/Sealing Of Sewer & Tv Truck Operator $10.53 1 _ Water Systems By Remote Control Yakima Insulation Applicators Journey Level $40 13 5D 4C _ Yakima Ironworkers Journeyman $54 69 7N 10 _ Yakima Laborers Air, Gas Or Electric Vibrating Screed $34 07 7A 31 _ Yakima Laborers Airtrac Drill Operator $35.23 7A 31 _ Yakima Laborers Ballast Regular Machine $34 07 7A 31 _ f Yakima Laborers Batch Weighman $32.14 7A 31 _ Yakima Laborers Brick Pavers $34 07 7A 31 _ Yakima Laborers Brush Cutter $34 07 7A 31 Yakima Laborers Brush Hog Feeder $34 07 7A 31 _ Yakima Laborers Burner $34 07 7A 31 Yakima Laborers Caisson Worker $35.23 7A 31 Yakima Laborers Carpenter Tender $34 07 7A 31 _ Yakima Laborers Cement Dumper -paving $34.81 7A 31 _ Yakima Laborers Cement Finisher Tender $34 07 7A 31 City of Yakima Corridor Safety Project # 2357 200 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Yakima Laborers Change House Or Dry Shack $34.07 7A 31 _ Yakima Laborers Chipping Gun (under 30 Lbs.) $34.07 7A 31 _ Yakima Laborers Chipping Gun(30 Lbs. And Over) $34.81 7A 31 _ Yakima Laborers Choker Setter $34.07 7A 31 Yakima Laborers Chuck Tender $34 07 7A 31 _ Yakima Laborers Clary Power Spreader $34.81 7A 31 _ Yakima Laborers Clean-up Laborer $34 07 7A 31 _ Yakima Laborers Concrete Dumper/chute Operator $34.81 7A 31 _ Yakima Laborers Concrete Form Stripper $34.07 7A 31 _ Yakima Laborers Concrete Placement Crew $34.81 7A 31 _ Yakima Laborers Concrete Saw Operator/core Driller $34.81 7A 31 _ Yakima Laborers Crusher Feeder $32.14 7A 31 _ Yakima Laborers Curing Laborer $34.07 7A 31 _ Yakima Laborers Demolition: Wrecking & Moving (incl. Charred Material) $34 07 7A 31 _ Yakima Laborers Ditch Digger $34.07 7A 31 _ Yakima Laborers Diver $35.23 7A 31 Yakima Laborers Drill Operator (hydraulic,diamond) $34.81 7A 31 _ Yakima Laborers Dry Stack Walls $34.07 7A 31 _ Yakima Laborers Dump Person $34 07 7A 31 _ Yakima Laborers Epoxy Technician $34 07 7A 31 _ Yakima Laborers Erosion Control Worker $34.07 7A 31 Yakima Laborers Faller & Bucker Chain Saw $34.81 7A 31 _ Yakima Laborers Fine Graders $34.07 7A 31 Yakima Laborers Firewatch $32.14 7A 31 _ Yakima Laborers Form Setter $34.07 7A 31 Yakima Laborers Gabian Basket Builders $34.07 7A 31 Yakima Laborers General Laborer $34.07 7A 31 _ Yakima Laborers Grade Checker & Transit Person $35.23 7A 31 Yakima Laborers Grinders $34.07 7A 31 _ Yakima Laborers Grout Machine Tender $34.07 7A 31 Yakima Laborers Groutmen (pressure)including Post Tension Beams $34.81 7A 31 _ Yakima Laborers Guage and Lock Tender $35.33 7A 31 8Q Yakima Laborers Guardrail Erector $34 07 7A 31 Yakima Laborers Hazardous Waste Worker (level A) $35.23 7A 31 _ Yakima Laborers Hazardous Waste Worker (level B) $34.81 7A 31 _ Yakima Laborers Hazardous Waste Worker (level C) $34.07 7A 31 _ Yakima Laborers High Scaler $35.23 7A 31 _ Yakima Laborers Jackhammer $34.81 7A 31 Yakima Laborers Laserbeam Operator $34.81 7A 31 _ Yakima Laborers Maintenance Person $34 07 7A 31 Yakima Laborers Manhole Builder-mudman $34.81 7A 31 _ City of Yakima Corridor Safety Project # 2357 201 Yakima Laborers Material Yard Person $34 07 7A 31 ' Yakima Laborers Motorman -dinky Locomotive $34 81 7A 31 _ ' Yakima Laborers Nozzleman (concrete Pump, Green Cutter When Using Combination Of High Pressure Air & Water On Concrete & Rock, Sandblast, Gunite, Shotcrete, Water Bla $34.81 7A 31 _ 1 Yakima Laborers Pavement Breaker $34.81 7A 31 Yakima Laborers Pilot Car $32.14 7A 31 - Yakima Laborers Pipe Layer(lead) $35.23 7A 31 - { Yakima Laborers Pipe Layer/tailor $34 81 7A 31 - Yakima Laborers Pipe Pot Tender $34 81 7A 31 - Yakima Laborers Pipe Reliner $34 81 7A 31 - Yakima Laborers Pipe Wrapper $34 81 7A 31 - Yakima Laborers Pot Tender $34 07 7A 31 ° Yakima Laborers Powderman $35.23 7A 31 Yakima Laborers Powderman's Helper $34 07 7A 31 - Yakima Laborers Power Jacks $34 81 7A 31 - Yakima Laborers Railroad Spike Puller - Power $34 81 7A 31 - Yakima Laborers Raker - Asphalt $35.23 7A 31 - Yakima Laborers Re-timberman $35.23 7A 31 Yakima Laborers Remote Equipment Operator $34 81 7A 31 - Yakima Laborers Rigger/signal Person $34 81 7A 31 - Yakima Laborers Rip Rap Person $34 07 7A 31 - Yakima Laborers Rivet Buster $34 81 7A 31 Yakima Laborers Rodder $34.81 7A 31 - Yakima Laborers Scaffold Erector $34 07 7A 31 -= Yakima Laborers Scale Person $34 07 7A 31 Yakima Laborers Sloper (over 20") $34.81 7A 31 - Yakima Laborers Sloper Sprayer $34 07 7A 31 - Yakima Laborers Spreader (concrete) $34 81 7A 31 - Yakima Laborers Stake Hopper $34 07 7A 31 - Yakima Laborers Stock Piler $34 07 7A 31 Yakima Laborers Tamper & Similar Electric, Air & Gas Operated Tools $34.81 7A 31 - Yakima Laborers Tamper (multiple & Self-propelled) $34.81 7A 31 _ Yakima Laborers Timber Person - Sewer (tagger, Shorer & Cribber) $34 81 7A 31 _ Yakima Laborers Toolroom Person (at Jobsite) $34 07 7A 31 _ Yakima Laborers Topper $34 07 7A 31 _ Yakima Laborers Track Laborer $34 07 7A 31 _ Yakima Laborers Track Liner (power) $34.81 7A 31 _ Yakima Laborers Traffic Control Laborer $34 07 7A 31 8R Yakima Laborers Traffic Control Supervisor $34 07 7A 31 8R Yakima Laborers Truck Spotter $34 07 7A 31 _ City of Yakima Corridor Safety Project # 2357 202 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Yakima Laborers Tugger Operator $34.81 7A 31 _ Yakima Laborers Tunnel Work -Miner $35.33 7A 31 8Q Yakima Laborers Vibrator $34.81 7A 31 Yakima Laborers Vinyl Seamer $34 07 7A 31 _ Yakima Laborers Watchman $29.33 7A 31 _ Yakima Laborers Welder $34.81 7A 31 Yakima Laborers Well Point Laborer $34.81 7A 31 Yakima Laborers Window Washer/cleaner $29.33 7A 31 Yakima Laborers - Underground Sewer & Water General Laborer & Topman $34 07 7A 31 _ Yakima Laborers - Underground Sewer & Water Pipe Layer $34.81 7A 31 _ Yakima Landscape Construction Irrigation Or Lawn Sprinkler Installers $9.47 1 _ Yakima Landscape Construction Landscape Equipment Operators Or Truck Drivers $15 45 1 _ Yakima Landscape Construction Landscaping Or Planting Laborers $9 47 1 _ Yakima Lathers Journey Level $40.13 5D 4C _ Yakima Marble Setters Journey Level $43.34 5A 1M _ Yakima Metal Fabrication (In Shop) Fitter $12.00 1 Yakima Metal Fabrication (In Shop) Laborer $10.31 1 _ Yakima Metal Fabrication (In Shop) Machine Operator $11.32 1 _ Yakima Metal Fabrication (In Shop) Painter $12.00 1 _ Yakima Metal Fabrication (In Shop) Welder $11.32 1 Yakima Millwright Journey Level $26.05 1 _ Yakima Modular Buildings Journey Level $14 11 1 _ Yakima Painters Journey Level $29.97 6Z 1W _ Yakima Pile Driver Journey Level $52.03 5D 4C _ Yakima Plasterers Journey Level $50 42 7Q 1R _ Yakima Playground & Park Equipment Installers Journey Level $9 47 1 _ Yakima Plumbers & Pipefitters Journey Level $76.31 6Z 1Q _ Yakima Power Equipment Operators Asphalt Plant Operators $55.24 7A 3C 8P Yakima Power Equipment Operators Assistant Engineer $51.97 7A 3C 8P Yakima Power Equipment Operators Barrier Machine (zipper) $54 75 7A 3C 8P Yakima Power Equipment Operators Batch Plant Operator, Concrete $54 75 7A 3C 8P Yakima Power Equipment Operators Bobcat $51.97 7A 3C 8P Yakima Power Equipment Operators Brokk - Remote Demolition Equipment $51.97 7A 3C 8P Yakima Power Equipment Operators Brooms $51.97 7A 3C 8P Yakima Power Equipment Operators Bump Cutter $54 75 7A 3C 8P Yakima Power Equipment Operators Cableways $55.24 7A 3C 8P Yakima Power Equipment Operators Chipper $54.75 7A 3C 8P Yakima Power Equipment Operators Compressor $51.97 7A 3C 8P Yakima Power Equipment Operators Concrete Pump: Truck Mount With Boom Attachment Over 42 M $55.24 7A 3C 8P Yakima Power Equipment Operators Concrete Finish Machine -laser Screed $51.97 7A 3C 8P City of Yakima Corridor Safety Project # 2357 203 Yakima Power Equipment Operators Concrete Pump - Mounted Or Trailer High Pressure Line Pump, Pump High Pressure $54.33 7A 3C 8P Yakima Power Equipment Operators Concrete Pump Truck Mount With Boom Attachment Up To 42m $54 75 7A 3C 8P Yakima Power Equipment Operators Conveyors $54.33 7A 3C 8P ! Yakima Power Equipment Operators Cranes: 20 Tons Through 44 Tons With Attachments $54.75 7A 3C 8P ' Yakima Power Equipment Operators Cranes: 100 Tons Through 199 Tons, Or 150' Of Boom (Including Jib With Attachments) $55 79 7A 3C 8P Yakima Power Equipment Operators Cranes: 200 Tons To 300 Tons, Or 250' Of Boom (including Jib With Attachments) $56.36 7A 3C 8P Yakima Power Equipment Operators Cranes: 45 Tons Through 99 Tons, Under 150' Of Boom (including Jib With Attachments) $55.24 7A 3C 8P Yakima Power Equipment Operators Cranes: A -frame - 10 Tons And Under $51.97 7A 3C 8P Yakima Power Equipment Operators Cranes: Friction 100 Tons Through 199 Tons $56.36 7A 3C 8P ' Yakima Power Equipment Operators Cranes: Friction Over 200 Tons $56.92 7A 3C 8P Yakima Power Equipment Operators Cranes: Over 300 Tons Or 300' Of Boom (including Jib With Attachments) $56.92 7A 3C 8P Yakima Power Equipment Operators Cranes: Through 19 Tons With Attachments A -frame Over 10 Tons $54 33 7A 3C 8P t Yakima Power Equipment Operators Crusher $54 75 7A 3C 8P Yakima Power Equipment Operators Deck Engineer/deck Winches (power) $54 75 7A 3C 8P Yakima Power Equipment Operators Derricks, On Building Work $55.24 7A 3C 8P Yakima Power Equipment Operators Dozers D-9 & Under $54.33 7A 3C 8P Yakima Power Equipment Operators Drill Oilers: Auger Type, Truck Or Crane Mount $54.33 7A 3C 8P Yakima Power Equipment Operators Drilling Machine $54 75 7A 3C 8P Yakima Power Equipment Operators Elevator And Man -lift: Permanent And Shaft Type $51.97 7A 3C 8P Yakima Power Equipment Operators Finishing Machine, Bidwell And Gamaco & Similar Equipment $54 75 7A 3C 8P Yakima Power Equipment Operators Forklift: 3000 Lbs And Over With Attachments $54.33 7A 3C 8P Yakima ` Power Equipment Operators Forklifts: Under 3000 Lbs. With Attachments $51.97 7A 3C 8P ' Yakima Power Equipment Operators Grade Engineer Using Blue Prints, Cut Sheets, Etc $54 75 7A 3C 8P Yakima Power Equipment Operators Gradechecker/stakeman $51.97 7A 3C 8P ' Yakima Power Equipment Operators Guardrail Punch $54 75 7A 3C 8P Yakima Power Equipment Operators Hard Tail End Dump Articulating Off- Road Equipment 45 Yards. & Over $55.24 7A 3C 8P Yakima Power Equipment Operators Hard Tail End Dump Articulating Off- road Equipment Under 45 Yards $54 75 7A 3C 8P Yakima Power Equipment Operators Horizontal/directional Drill Locator $54.33 7A 3C 8P , Yakima Power Equipment Operators Horizontal/directional Drill Operator $54 75 7A 3C 8P City of Yakima Corridor Safety Project # 2357 204 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Yakima Power Equipment Operators Hydralifts/boom Trucks Over 10 Tons $54.33 7A 3C 8P Yakima Power Equipment Operators Hydralifts/boom Trucks, 10 Tons And Under $51.97 7A 3C 8P Yakima Power Equipment Operators Loader, Overhead 8 Yards. & Over $55 79 7A 3C 8P Yakima Power Equipment Operators Loader, Overhead, 6 Yards. But Not Including 8 Yards $55.24 7A 3C 8P Yakima Power Equipment Operators Loaders, Overhead Under 6 Yards $54.75 7A 3C 8P Yakima Power Equipment Operators Loaders, Plant Feed $54.75 7A 3C 8P Yakima Power Equipment Operators Loaders: Elevating Type Belt $54.33 7A 3C 8P Yakima Power Equipment Operators Locomotives, All $54 75 7A 3C 8P Yakima Power Equipment Operators Material Transfer Device $54 75 7A 3C 8P Yakima Power Equipment Operators Mechanics, All (leadmen - $0 50 Per Hour Over Mechanic) $55 79 7A 3C 8P Yakima Power Equipment Operators Motor Patrol Grader - Non -finishing $54.33 7A 3C 8P Yakima Power Equipment Operators Motor Patrol Graders, Finishing $55.24 7A 3C 8P Yakima Power Equipment Operators Mucking Machine, Mole, Tunnel Drill, Boring, Road Header And/or Shield $55.24 7A 3C 8P Yakima Power Equipment Operators Oil Distributors, Blower Distribution & Mulch Seeding Operator $51.97 7A 3C 8P Yakima Power Equipment Operators Outside Hoists (elevators And Manlifts), Air Tuggers,strato $54.33 7A 3C 8P Yakima Power Equipment Operators Overhead, Bridge Type Crane. 20 Tons Through 44 Tons $54.75 7A 3C 8P Yakima Power Equipment Operators Overhead, Bridge Type' 100 Tons And Over $55.79 7A 3C 8P Yakima Power Equipment Operators Overhead, Bridge Type 45 Tons Through 99 Tons $55.24 7A 3C 8P Yakima Power Equipment Operators Pavement Breaker $51.97 7A 3C 8P Yakima Power Equipment Operators Pile Driver (other Than Crane Mount) $54 75 7A 3C 8P Yakima Power Equipment Operators Plant Oiler - Asphalt, Crusher $54.33 7A 3C 8P Yakima Power Equipment Operators Posthole Digger, Mechanical $51.97 7A 3C 8P Yakima Power Equipment Operators Power Plant $51.97 7A 3C 8P Yakima Power Equipment Operators Pumps - Water $51.97 7A 3C 8P Yakima Power Equipment Operators Quad 9, Hd 41, D10 And Over $55.24 7A 3C 8P Yakima Power Equipment Operators Quick Tower - No Cab, Under 100 Feet In Height Based To Boom $51.97 7A 3C 8P Yakima Power Equipment Operators Remote Control Operator On Rubber Tired Earth Moving Equipment $55.24 7A 3C 8P Yakima Power Equipment Operators Rigger And Bellman $51.97 7A 3C 8P Yakima Power Equipment Operators Rollagon $55.24 7A 3C 8P Yakima Power Equipment Operators Roller, Other Than Plant Mix $51.97 7A 3C 8P Yakima Power Equipment Operators Roller, Plant Mix Or Multi -lift Materials $54.33 7A 3C 8P Yakima Power Equipment Operators Roto -mill, Roto -grinder $54.75 7A 3C 8P Yakima Power Equipment Operators Saws - Concrete $54.33 7A 3C 8P Yakima Power Equipment Operators Scraper, Self Propelled Under 45 Yards $54 75 7A 3C 8P Yakima Power Equipment Operators Scrapers - Concrete & Carry All $54.33 7A 3C 8P City of Yakima Corridor Safety Project # 2357 205 Yakima Power Equipment Operators Scrapers, Self-propelled: 45 Yards And Over $55.24 7A 3C 8P Yakima Power Equipment Operators Service Engineers - Equipment $54.33 7A 3C 8P Yakima Power Equipment Operators Shotcrete/gunite Equipment $51 97 7A 3C 8P Yakima Power Equipment Operators Shovel , Excavator, Backhoe, Tractors Under 15 Metric Tons. $54.33 7A 3C 8P Yakima Power Equipment Operators Shovel, Excavator, Backhoe Over 30 Metric Tons To 50 Metric Tons $55.24 7A 3C 8P Yakima Power Equipment Operators Shovel, Excavator, Backhoes, Tractors. 15 To 30 Metric Tons $54 75 7A 3C 8P Yakima Power Equipment Operators Shovel, Excavator, Backhoes: Over 50 Metric Tons To 90 Metric Tons $55 79 7A 3C 8P Yakima Power Equipment Operators Shovel, Excavator, Backhoes: Over 90 Metric Tons $56 36 7A 3C 8P Yakima Power Equipment Operators Slipform Pavers $55.24 7A 3C 8P Yakima Power Equipment Operators Spreader, Topsider & Screedman $55.24 7A 3C 8P Yakima Power Equipment Operators Subgrader Trimmer $54 75 7A 3C 8P ' Yakima Power Equipment Operators Tower Bucket Elevators $54.33 7A 3C 8P ' Yakima Power Equipment Operators Tower Crane Over 175'in Height, Base To Boom $56.36 7A 3C 8P ' Yakima Power Equipment Operators Tower Crane Up To 175' In Height Base To Boom $55 79 7A 3C 8P Yakima Power Equipment Operators Transporters, All Track Or Truck Type $55.24 7A 3C 8P Yakima Power Equipment Operators Trenching Machines $54.33 7A 3C 8P Yakima Power Equipment Operators Truck Crane Oiler/driver - 100 Tons And Over $54 75 7A 3C 8P Yakima Power Equipment Operators Truck Crane Oiler/driver Under 100 Tons $54 33 7A 3C 8P i Yakima Power Equipment Operators Truck Mount Portable Conveyor $54 75 7A 3C 8P Yakima Power Equipment Operators Welder $55.24 7A 3C 8P I Yakima Power Equipment Operators Wheel Tractors, Farmall Type $51.97 7A 3C 8P Yakima Power Equipment Operators Yo Yo Pay Dozer $54 75 7A 3C 8P Yakima Power Equipment Operators- Asphalt Plant Operators $55.24 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Assistant Engineer $51 97 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Barrier Machine (zipper) $54 75 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Batch Plant Operator, Concrete $54 75 7A 3C 8P Underground Sewer & Water ± Yakima Power Equipment Operators- Bobcat $51 97 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Brokk - Remote Demolition Equipment $51 97 7A 3C 8P Underground Sewer & Water ' Yakima Power Equipment Operators- Brooms $51.97 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Bump Cutter $54 75 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Cableways $55.24 7A 3C 8P Underground Sewer & Water City of Yakima Corridor Safety Project # 2357 206 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Yakima Power Equipment Operators- Chipper $54 75 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Compressor $51.97 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Concrete Pump. Truck Mount With Boom Attachment Over 42 M $55.24 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Concrete Finish Machine -laser Screed $51 97 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Concrete Pump - Mounted Or Trailer High Pressure Line Pump, Pump High Pressure $54.33 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Concrete Pump Truck Mount With Boom Attachment Up To 42m $54 75 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Conveyors $54 33 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Cranes: 20 Tons Through 44 Tons With Attachments $54 75 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Cranes. 100 Tons Through 199 Tons, Or 150' Of Boom (Including Jib With Attachments) $55.79 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Cranes: 200 Tons To 300 Tons, Or 250' Of Boom (including Jib With Attachments) $56 36 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Cranes: 45 Tons Through 99 Tons, Under 150' Of Boom (including Jib With Attachments) $55.24 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Cranes: A -frame -10 Tons And Under $51.97 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Cranes: Friction 100 Tons Through 199 Tons $56.36 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Cranes: Friction Over 200 Tons $56.92 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Cranes: Over 300 Tons Or 300' Of Boom (including Jib With Attachments) $56.92 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Cranes: Through 19 Tons With Attachments A -frame Over 10 Tons $54.33 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Crusher $54 75 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Deck Engineer/deck Winches (power) $54 75 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Derricks, On Building Work $55.24 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Dozers D-9 & Under $54.33 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Drill Oilers: Auger Type, Truck Or Crane Mount $54.33 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Drilling Machine $54 75 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Elevator And Man -lift: Permanent And Shaft Type $51.97 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Finishing Machine, Bidwell And Gamaco & Similar Equipment $54.75 7A 3C 8P Underground Sewer & Water City of Yakima Corridor Safety Project # 2357 207 Yakima Power Equipment Operators- Forklift: 3000 Lbs And Over With Attachments $54.33 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Forklifts: Under 3000 Lbs. With Attachments $51.97 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Grade Engineer Using Blue Prints, Cut Sheets, Etc $54 75 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Gradechecker/stakeman $51 97 7A 3C 8P Underground Sewer & Water ' Yakima Power Equipment Operators- Guardrail Punch $54 75 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Hard Tail End Dump Articulating Off- Road Equipment 45 Yards. & Over $55.24 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Hard Tail End Dump Articulating Off- road Equipment Under 45 Yards $54 75 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Horizontal/directional Drill Locator $54.33 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Horizontal/directional Drill Operator $54 75 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Hydralifts/boom Trucks Over 10 Tons $54.33 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Hydralifts/boom Trucks, 10 Tons And Under $51.97 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Loader, Overhead 8 Yards. & Over $55.79 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Loader, Overhead, 6 Yards. But Not Including 8 Yards $55.24 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Loaders, Overhead Under 6 Yards $54 75 7A 3C 8P Underground Sewer & Water - Yakima Power Equipment Operators- Loaders, Plant Feed $54 75 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Loaders: Elevating Type Belt $54.33 7A 3C 8P Underground Sewer & Water • Yakima Power Equipment Operators- Locomotives, All $54 75 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Material Transfer Device $54 75 7A 3C 8P Underground Sewer & Water ` Yakima Power Equipment Operators- Mechanics, All (leadmen - $0.50 Per Hour Over Mechanic) $55 79 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Motor Patrol Grader - Non -finishing $54 33 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Motor Patrol Graders, Finishing $55.24 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Mucking Machine, Mole, Tunnel Drill, Boring, Road Header And/or Shield $55.24 7A 3C 8P Underground Sewer & Water ' Yakima Power Equipment Operators- Oil Distributors, Blower Distribution & Mulch Seeding Operator $51.97 7A 3C 8P Underground Sewer & Water r Yakima Power Equipment Operators- Outside Hoists (elevators And Manlifts), Air Tuggers,strato $54 33 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Overhead, Bridge Type Crane. 20 Tons Through 44 Tons $54 75 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Overhead, Bridge Type 100 Tons And Over $55 79 7A 3C 8P Underground Sewer & Water City of Yakima Corridor Safety Project # 2357 208 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Yakima Power Equipment Operators- Overhead, Bridge Type: 45 Tons Through 99 Tons $55.24 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Pavement Breaker $51.97 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Pile Driver (other Than Crane Mount) $54 75 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Plant Oiler - Asphalt, Crusher $54.33 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Posthole Digger, Mechanical $51 97 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Power Plant $51.97 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Pumps - Water $51.97 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Quad 9, Hd 41, D10 And Over $55.24 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Quick Tower - No Cab, Under 100 Feet In Height Based To Boom $51.97 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Remote Control Operator On Rubber Tired Earth Moving Equipment $55.24 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Rigger And Bellman $51.97 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Rollagon $55.24 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Roller, Other Than Plant Mix $51.97 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Roller, Plant Mix Or Multi -lift Materials $54.33 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Roto -mill, Roto -grinder $54 75 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Saws - Concrete $54 33 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Scraper, Self Propelled Under 45 Yards $54 75 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Scrapers - Concrete & Carry All $54.33 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Scrapers, Self-propelled: 45 Yards And Over $55.24 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Service Engineers - Equipment $54.33 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Shotcrete/gunite Equipment $51.97 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Shovel , Excavator, Backhoe, Tractors Under 15 Metric Tons. $54.33 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Shovel, Excavator, Backhoe Over 30 Metric Tons To 50 Metric Tons $55.24 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Shovel, Excavator, Backhoes, Tractors: 15 To 30 Metric Tons $54 75 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Shovel, Excavator, Backhoes: Over 50 Metric Tons To 90 Metric Tons $55.79 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Shovel, Excavator, Backhoes: Over 90 Metric Tons $56.36 7A 3C 8P Underground Sewer & Water City of Yakima Corridor Safety Project # 2357 209 Yakima Power Equipment Operators- Slipform Pavers $55.24 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Spreader, Topsider & Screedman $55.24 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Subgrader Trimmer $54 75 7A 3C 8P Underground Sewer & Water Yakima ,Tower Power Equipment Operators - Bucket Elevators $54.33 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Tower Crane Over 175'in Height, Base To Boom $56.36 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Tower Crane Up To 175' In Height Base To Boom $55 79 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Transporters, At Track Or Truck Type $55.24 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Trenching Machines $54.33 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Truck Crane Oiler/driver - 100 Tons And Over $54 75 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Truck Crane Oiler/driver Under 100 Tons $54.33 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Truck Mount Portable Conveyor $54 75 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Welder $55.24 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Wheel Tractors, Farmall Type $51.97 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Yo Yo Pay Dozer $54 75 7A 3C 8P Underground Sewer & Water Yakima Power Line Clearance Tree Trimmers Journey Level In Charge $45 75 5A 4A - Yakima Power Line Clearance Tree Trimmers Spray Person $43.38 5A 4A - Yakima Power Line Clearance Tree Trimmers Tree Equipment Operator $45 75 5A 4A - Yakima Power Line Clearance Tree Trimmers Tree Trimmer $40 84 5A 4A - Yakima Power Line Clearance Tree Trimmers Tree Trimmer Groundperson $30 74 5A 4A - Yakima Refrigeration & Air Conditioning Journey Level $28 11 1 - Mechanics Yakima Residential Brick Mason Journey Level $29 00 1 _ Yakima Residential Carpenters Journey Level $17 14 1 _ Yakima Residential Cement Masons Journey Level $11 86 1 _ Yakima Residential Drywall Applicators Journey Level $18 00 1 _ Yakima Residential Drywall Tapers Journey Level $17 00 1 Yakima Residential Electricians Journey Level $21.98 1 Yakima Residential Glaziers Journey Level $22.43 61 1B _ Yakima Residential Insulation Applicators Journey Level $14 38 1 _ Yakima Residential Laborers Journey Level $11 02 1 _ Yakima Residential Marble Setters Journey Level $29 00 1 _ Yakima Residential Painters Journey Level $16.32 1 € Yakima Residential Plumbers & Pipefitters Journey Level $20.55 1 _ City of Yakima Corridor Safety Project # 2357 210 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Yakima Residential Refrigeration & Air Journey Level $28 11 1 _ Conditioning Mechanics Yakima Residential Sheet Metal Workers Journey Level (Field or Shop) $38.97 5A 1X - Yakima Residential Soft Floor Lavers Journey Level $17.55 1 - Yakima Residential Sprinkler Fitters (Fire Journey Level $9 47 1 - Protection) Yakima Residential Stone Masons Journey Level $16.00 1 _ Yakima Residential Terrazzo Workers Journey Level $9 47 1 Yakima Residential Terrazzo/Tile Finishers Journey Level $17.00 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) $53.31 5A 1X _ Yakima Sign Makers & Installers (Electrical) Journey Level $14 65 1 _ Yakima Sign Makers & Installers (Non -Electrical) Journey Level $14.65 1 _ Yakima Soft Floor Lavers Journey Level $23.11 5A 1N _ Yakima Solar Controls For Windows Journey Level $9 47 1 _ Yakima Sprinkler Fitters (Fire Protection) Journey Level $26.36 1 _ Yakima Stage Rigginq Mechanics (Non Structural) Journey Level $13.23 1 _ Yakima Stone Masons Journey Level $43.34 5A 1M _ Yakima Street And Parking Lot Sweeper Workers Journey Level $9 47 1 _ Yakima Surveyors Assistant Construction Site Surveyor $54.33 7A 3C 8P Yakima Surveyors Chainman $53.81 7A 3C 8P Yakima Surveyors Construction Site Surveyor $55.24 7A 3C 8P Yakima Telecommunication Technicians Journey Level $20.00 1 _ Yakima Telephone Line Construction - Outside Cable Splicer $36.96 5A 26 _ Yakima Telephone Line Construction - Outside Hole Digger/Ground Person $20 49 5A 2B _ Yakima Telephone Line Construction - Outside Installer (Repairer) $35 40 5A 2B _ Yakima Telephone Line Construction - Outside Special Aparatus Installer 1 $36.96 5A 26 _ Yakima Telephone Line Construction - Outside Special Apparatus Installer II $36.19 5A 2B _ Yakima Telephone Line Construction - Outside Telephone Equipment Operator (Heavy) $36.96 5A 26 _ Yakima Telephone Line Construction - Outside Telephone Equipment Operator (Light) $34.34 5A 2B _ Yakima Telephone Line Construction - Outside Telephone Lineperson $34.34 5A 2B _ Yakima Telephone Line Construction - Outside Television Groundperson $19.45 5A 2B _ Yakima Telephone Line Construction - Outside Television Lineperson/Installer $25.89 5A 26 _ Yakima Telephone Line Construction - Outside Television System Technician $30.97 5A 26 _ Yakima Telephone Line Construction - Outside Television Technician $27.77 5A 2B _ Yakima Telephone Line Construction - Outside Tree Trimmer $34.34 5A 2B Yakima Terrazzo Workers Journey Level $33.85 5A 1M _ Yakima Tile Setters Journey Level $33.85 5A 1M _ Yakima Tile, Marble & Terrazzo Finishers Journey Level $29.85 5A 1M _ Yakima Traffic Control Stripers Journey Level $43 11 7A 1K _ Yakima Truck Drivers Asphalt Mix $14.19 1 _ Yakima Truck Drivers Dump Truck & Trailer(c.wa-760) $38 40 61 2G _ City of Yakima Corridor Safety Project # 2357 211 Yakima Truck Drivers Dump Truck(c.wa-760) $38 40 61 2G _ Yakima Truck Drivers Other Trucks(c.wa-760) $38 40 61 2G _ 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 47 1 _ Yakima Well Drillers & Irrigation Pump Installers Well Driller $18 00 1 City of Yakima Corridor Safety Project # 2357 212 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Benefit Code Key — Effective 3-4-2015 thru 9-1-2015 ************************************************************************************************************ Overtime Codes Overtime calculations are based on the hourly rate actually paid to the worker. On public works projects, the hourly rate must be not less than the prevailing rate of wage minus the hourly rate of the cost of fringe benefits actually provided for the worker 1 ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. C. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage D The first two (2) hours before or after a five -eight (8) hour workweek day or a four -ten (10) hour workweek day and the first eight (8) hours worked the next day after either workweek shall be paid at one and one-half times the hourly rate of wage. All additional hours worked and all worked on Sundays and holidays shall be paid at double the hourly rate of wage. E. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. F. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours worked, except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. G. The first ten (10) hours worked on Saturdays and the first ten (10) hours worked on a fifth calendar weekday in a four -ten hour schedule, shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten (10) hours per day Monday through Saturday and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage H. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions or equipment breakdown) shall be paid at one and one-half times the hourly rate of wage. All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. 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. 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 Benefit Code Key — Effective 3-4-2015 thru 9-1-2015 1 N All hours worked on Saturdays (except makeup days) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. O The first ten (10) hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays, holidays and after twelve (12) hours, Monday through Friday and after ten (10) hours on Saturday shall be paid at double the hourly rate of wage. P All hours worked on Saturdays (except makeup days if circumstances warrant) and Sundays shall be paid at one and one-half times the hourly rate of wage All hours worked on holidays shall be paid at double the hourly rate of wage. 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. ✓ 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. 2 Benefit Code Key — Effective 3-4-2015 thru 9-1-2015 2 ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. C All hours worked on Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at two times the hourly rate of wage. F. The first eight (8) hours worked on holidays shall be paid at the straight hourly rate of wage in addition to the holiday pay. All hours worked in excess of eight (8) hours on holidays shall be paid at double the hourly rate of wage. G All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on paid holidays shall be paid at two and one-half times the hourly rate of wage including holiday pay. H. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. O. All hours worked on Sundays and holidays shall be paid at one and one-half times the hourly rate of wage. R. All hours worked on Sundays and holidays and all hours worked over sixty (60) in one week shall be paid at double the hourly rate of wage. U All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked over 12 hours 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. 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. 3 Benefit Code Key — Effective 3-4-2015 thru 9-1-2015 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. All work performed after 6:00 pm Saturday to 5.00 am Monday and Holidays shall be paid at double the hourly rate of wage. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more. D. All hours worked between 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 hourly rate of wage. E. All hours worked Sundays and holidays shall be paid at double the hourly rate of wage. Each week, once 40 hours of straight time work is achieved, then any hours worked over 10 hours per day Monday through Saturday shall be paid at double the hourly wage rate. F All hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. 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 work performed on Sundays between March 16th and October 14th and all Holidays shall be compensated for at 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 All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. In the event the fob is 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 hourly rate of wage. 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. A All hours worked in excess of eight (8) hours per day or forty (40) hours per week shall be paid at double the hourly rate of wage. All hours worked on Saturdays, Sundays and holidays shall be paid at double the hourly rate of wage. B All hours worked over twelve (12) hours per day and all hours worked on holidays shall be paid at double the hourly rate of wage. C On Monday through Friday, the first four (4) hours of overtime after eight (8) hours of straight time work shall be paid at one and one half (1-1/2) times the straight time rate of pay, unless a four (4) day ten (10) hour workweek has been established. On a four (4) day ten (10) hour workweek scheduled Monday through Thursday, or Tuesday through Friday, the first two (2) hours of overtime after ten (10) hours of straight time work shall be paid at one and one half (1-1/2) times the straight time rate of pay On Saturday, the first twelve (12) hours of work shall be paid at one and one half (1-1/2) times the straight time rate of pay, except that if the fob is down on Monday through Friday due to weather conditions or other conditions outside the control of the employer, the first ten (10) hours on Saturday may be worked at the straight time rate of pay. All hours worked over twelve (12) hours in a day and all hours worked on Sunday and Holidays shall be paid at two (2) times the straight time rate of pay 4 Benefit Code Key — Effective 3-4-2015 thru 9-1-2015 4 D 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 Saturday, Sundays and holidays shall be paid at double the hourly rate of pay Rates include all members of the assigned crew. EXCEPTION. On all multipole structures and steel transmission lines, switching stations, regulating, capacitor stations, generating plants, industrial plants, associated installations and substations, except those substations whose primary function is to feed a distribution system, will be paid overtime under the following rates. The first two (2) hours after eight (8) regular hours Monday through Friday of overtime on a regular workday, shall be paid at one and one-half times the hourly rate of wage. All hours in excess of ten (10) hours will be at two (2) times the hourly rate of wage. The first eight (8) hours worked on Saturday will be paid at one and one-half (l-1/2) times the hourly rate of wage. All hours worked in excess of eight (8) hours on Saturday, and all hours worked on Sundays and holidays will be at the double the hourly rate of wage. All overtime eligible hours performed on the above described work that is energized, shall be paid at the 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. 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 Monday or Friday not utilized in the normal four-day, ten hour work week, and Saturday shall be paid at one and one half (11/2) times the regular shift rate for the first eight (8) hours. 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. 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 20% over the hourly rate of wage. 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 double the hourly rate of wage. Holiday Codes 5 A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, and Christmas Day (7). B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, the day before Christmas, and Christmas Day (8). C. Holidays. New Year's Day, Presidents' Day, 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). H. Holidays• New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Day after Thanksgiving Day, And Christmas (6). 1 Holidays. New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). J Holidays. New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Eve Day, And Christmas Day (7) 5 Benefit Code Key — Effective 3-4-2015 thru 9-1-2015 5 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 (11). 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) 1. 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). 6 Benefit Code Key — Effective 3-4-2015 thru 9-1-2015 6. Z. Holidays. New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (7). If a holiday falls on Saturday, the preceding Friday shall be considered as the holiday If a holiday falls on Sunday, the following Monday shall be considered as the holiday. 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. 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 7 Benefit Code Key — Effective 3-4-2015 thru 9-1-2015 7 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 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 T. 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 falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday 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 8 Benefit Code Key — Effective 3-4-2015 thru 9-1-2015 8 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. 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. 9 Washington State Department of Labor and Industries Policy Statement (Regarding the Production of "Standard" or "Non-standard" Items) Below is the department's (State L&I's) list of criteria to be used in determining whether a prefabricated item is "standard" or "non-standard". For items not appearing on WSDOT's predetermined list, these criteria shall be used by the Contractor (and the Contractor's subcontractors, agents to subcontractors, suppliers, manufacturers, and fabricators) to determine coverage under RCW 39.12. The production, in the State of Washington, of non-standard items is covered by RCW 39.12, and the production of standard items is not. The production of any item outside the State of Washington is not covered by RCW 39.12. 1. Is the item fabricated for a public works project? If not, it is not subject to RCW 39 12. If it is, go to question 2. 2. Is the item fabricated on the public works jobsite? If it is, the work is covered under RCW 39.12. If not, go to question 3. 3. Is the item fabricated in an assembly/fabrication plant set up for, and dedicated primarily to, the public works project? If it is, the work is covered by RCW 39.12. If not, go to question 4 4 Does the item require any assembly, cutting, modification or other fabrication by the supplier? If not, the work is not covered by RCW 39 12. If yes, go to question 5. 5 Is the prefabricated item intended for the public works project typically an inventory item which could reasonably be sold on the general market? If not, the work is covered by RCW 39.12 If yes, go to question 6. 6. Does the specific prefabricated item, generally defined as standard, have any unusual characteristics such as shape, type of material, strength requirements, finish, etc? If yes, the work is covered under RCW 39.12. Any firm with questions regarding the policy, WSDOT's Predetermined List, or for determinations of covered and non -covered workers shall be directed to State L&I at (360) 902-5330. Supplemental to Wage Rates 1 03/04/2015 Edition, Published February 2"d, 2015 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator Below is a list of potentially prefabricated items, originally furnished by WSDOT to Washington State Department of Labor and Industries, that may be considered non- standard and therefore covered by the prevailing wage law, RCW 39.12. Items marked with an X in the "YES" column should be considered to be non-standard and therefore covered by RCW 39.12. Items marked with an X in the "NO" column should be considered to be standard and therefore not covered. Of course, exceptions to this general list may occur, and in that case shall be evaluated according to the criteria described in State and L&I's policy statement. ITEM DESCRIPTION YES NO 1 Metal rectangular frames, solid metal covers, herringbone grates, and bi-directional vaned grates for Catch Basin Types 1, 1 L, 1P, and 2 and Concrete Inlets. See Std Plans X 2 Metal circular frames (rings) and covers, circular grates, and prefabricated ladders for Manhole Types 1, 2, and 3, Drywell Types 1, 2, and 3 and Catch Basin Type 2 See Std Plans 3 Prefabricated steel grate supports and welded grates, metal frames and dual vaned grates, and Type 1, 2, and 3 structural tubing grates for Drop Inlets. See Std Plans. 4. Concrete Pipe - Plain Concrete pipe and reinforced concrete pipe Class 2 to 5 sizes smaller than 60 inch diameter X 5. Concrete Pipe - Plain Concrete pipe and reinforced concrete pipe Class 2 to 5 sizes larger than 60 inch diameter X 6 Corrugated Steel Pipe - Steel lock seam corrugated pipe for culverts and storm sewers, sizes 30 inch to 120 inches in diameter May also be treated, 1 thru 5 X 7 Corrugated Aluminum Pipe - Aluminum lock seam corrugated pipe for culverts and storm sewers, sizes 30 inch to 120 inches in diameter May also be treated, #5 X Supplemental to Wage Rates 03/04/2015 Edition, Published February 2"d, 2015 2 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ITEM DESCRIPTION YES NO 8. Anchor Bolts & Nuts - Anchor Bolts and Nuts, for mounting sign structures, luminaries and other items, shall be made from commercial bolt stock. See Contract Plans and Std. Plans for size and material type X 9. Aluminum Pedestrian Handrail - Pedestrian handrail conforming to the type and material specifications set forth in the contract plans. Welding of aluminum shall be in accordance with Section 9-28 14(3) X 10. Major Structural Steel Fabrication - Fabrication of major steel items such as trusses, beams, girders, etc., for bridges X 11. Minor Structural Steel Fabrication - Fabrication of minor steel Items such as special hangers, brackets, access doors for structures, access ladders for irrigation boxes, bridge expansion joint systems, etc., involving welding, cutting, punching and/or boring of holes. See Contact Plans for item description and shop drawings. X 12. Aluminum Bridge Railing Type BP - Metal bridge railing conforming to the type and material specifications set forth in the Contract Plans Welding of aluminum shall be in accordance with Section 9-28.14(3). X 13. Concrete Piling--Precast-Prestressed concrete piling for use as 55 and 70 ton concrete piling. Concrete to conform to Section 9-19.1 of Std. Spec. X 14. Precast Manhole Types 1, 2, and 3 with cones, adjustment sections and flat top slabs. See Std Plans. X 15. Precast Drywell Types 1, 2, and with cones and adjustment Sections. See Std. Plans X 16. Precast Catch Basin - Catch Basin type 1, 1 L, 1P, and 2 With adjustment sections. See Std. Plans. X Supplemental to Wage Rates 03/04/2015 Edition, Published February 2"d, 2015 3 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 and 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 requirements. Shop drawings are to be provided for approval prior to casting X 22 Vault Risers - For use with Valve Vaults and Utilities Vaults X 23. Valve Vault - For use with underground utilities. See Contract Plans for details X 24 Precast Concrete Barrier - Precast Concrete Barrier for use as new barrier or may also be used as Temporary Concrete Barrier Only new state approved barrier may be used as permanent barrier X 25 Reinforced Earth Wall Panels — Reinforced Earth Wall Panels in size and shape as shown in the Plans. Fabrication plant has annual approval for methods and materials to be used. See Shop Drawing. Fabrication at other locations may be approved, after facilities inspection, contact HQ Lab. X 26 Precast Concrete Walls - Precast Concrete Walls - tilt -up wall panel in size and shape as shown in Plans. Fabrication plant has annual approval for methods and materials to be used X Supplemental to Wage Rates 03/04/2015 Edition, Published February 2nd, 2015 4 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ITEM DESCRIPTION YES NO 27 Precast Railroad Crossings - Concrete Crossing Structure Slabs. X 28. 12, 18 and 26 inch Standard Precast Prestressed Girder — Standard Precast Prestressed Girder for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)A X 29. Prestressed Concrete Girder Series 4-14 - Prestressed Concrete Girders for use in structures Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders See Std Spec. Section 6-02.3(25)A X 30. Prestressed Tri -Beam Girder - Prestressed Tri -Beam Girders for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6-02 3(25)A X 31 Prestressed Precast Hollow -Core Slab — Precast Prestressed Hollow -core slab for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders See Std. Spec. Section 6-02.3(25)A. X 32. Prestressed -Bulb Tee Girder - Bulb Tee Prestressed Girder for use in structures. Fabricator plant has annual approval of methods and materials to be used Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)A X 33. Monument Case and Cover See Std. Plan. X Supplemental to Wage Rates 03/04/2015 Edition, Published February 2nd, 2015 5 ITEM DESCRIPTION YES NO 34. Cantilever Sign Structure - Cantilever Sign Structure fabricated from steel tubing meeting AASHTO-M-183. See Std. Plans, and Contract Plans for details. The steel structure shall be galvanized after fabrication in accordance with AASHTO-M-111 35. Mono -tube Sign Structures - Mono -tube Sign Bridge fabricated to details shown in the Plans. Shop drawings for approval are required prior to fabrication. X 36 Steel Sign Bridges - Steel Sign Bridges fabricated from steel tubing meeting AASHTO-M-138 for Aluminum Alloys. See Std. Plans, and Contract Plans for details The steel structure shall be galvanized after fabrication in accordance with AASHTO-M-111. X 37. Steel Sign Post - Fabricated Steel Sign Posts as detailed in Std Plans Shop drawings for approval are to be provided prior to fabrication X 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 Provisions for pre -approved drawings X 40. Traffic Signal Standards - Traffic Signal Standards for use on highway and/or street signal systems. Standards to be fabricated to conform with methods and material as specified on Std. Plans. See Special Provisions for pre -approved drawings X X 41 Precast Concrete Sloped Mountable Curb (Single and DualFaced) See Std. Plans Supplemental to Wage Rates 03/04/2015 Edition, Published February 2nd, 2015 6 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ITEM DESCRIPTION YES NO 42 Traffic Signs - Prior to approval of a Fabricator of Traffic Signs, the sources of the following materials must be submitted and approved for reflective sheeting, legend material, and aluminum sheeting NOTE: *** Fabrication inspection required. Only signs tagged "Fabrication Approved" by WSDOT Sign Fabrication Inspector to be installed X X Custom Message Std Signing Message 43. Cutting & bending reinforcing steel X 44. Guardrail components X X Custom End Sec Standard Sec 45. Aggregates/Concrete mixes Covered by WAC 296-127-018 46. Asphalt Covered by WAC 296-127-018 47. Fiber fabrics X 48. Electrical wiring/components X 49. treated or untreated timber pile X 50. Girder pads (elastomeric bearing) X 51. Standard Dimension lumber X 52. Irrigation components X Supplemental to Wage Rates 03/04/2015 Edition, Published February 2nd, 2015 7 ITEM DESCRIPTION YES NO 53 Fencing materials X 54 Guide Posts X 55 Traffic Buttons X 56. Epoxy X 57. Cribbing X 58 Water distribution materials X 59. Steel "H" piles X 60 Steel pipe for concrete pile casings X 61 Steel pile tips, standard X 62. Steel pile tips, custom X 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. Supplemental to Wage Rates 8 03/04/2015 Edition, Published February 2"d, 2015 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 WSDOT's List of State Occupations not applicable to Heavy and Highway Construction Projects This project is subject to the state hourly minimum rates for wages and fringe benefits in the contract provisions, as provided by the state Department of Labor and Industries. The following list of occupations, is comprised of those occupations that are not normally used in the construction of heavy and highway projects. When considering job classifications for use and / or payment when bidding on, or building heavy and highway construction projects for, or administered by WSDOT, these Occupations will be excepted from the included "Washington State Prevailing Wage Rates For Public Work Contracts" documents. • 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) • Sign Makers and Installers (Electrical) • Stage Rigging Mechanics (Non Structural) The following occupations may be used only as outlined in the preceding text concerning "WSDOT's list for Suppliers - Manufacturers - Fabricators" • Fabricated Precast Concrete Products • Metal Fabrication (In Shop) Definitions for the Scope of Work for prevailing wages may be found at the Washington State Department of Labor and Industries web site and in WAC Chapter 296-127 Supplemental to Wage Rates 9 03/04/2015 Edition, Published February 2"d, 2015 Washington State Department of Labor and Industries Policy Statements (Regarding Production and Delivery of Gravel, Concrete, Asphalt, etc.) WAC 296-127-018 Agency filings affecting this section Coverage and exemptions of workers involved in the production and delivery of gravel, concrete, asphalt, or similar materials. (1) The materials covered under this section include but are not limited to: Sand, gravel, crushed rock, concrete, asphalt, or other similar materials. (2) All workers, regardless of by whom employed, are subject to the provisions of chapter 39.12 RCW when they perform any or all of the following functions. (a) They deliver or discharge any of the above -listed materials to a public works project site. (i) At one or more point(s) directly upon the location where the material will be incorporated into the project; or (ii) At multiple points at the project; or (iii) Adjacent to the location and coordinated with the incorporation of those materials. (b) They wait at or near a public works project site to perform any tasks subject to this section of the rule (c) They remove any materials from a public works construction site pursuant to contract requirements or specifications (e g., excavated materials, materials from demolished structures, clean-up materials, etc.) (d) They work in a materials production facility (e.g., batch plant, borrow pit, rock quarry, etc.,) which is established for a public works project for the specific, but not necessarily exclusive, purpose of supplying materials for the project. (e) They deliver concrete to a public works site regardless of the method of incorporation. (f) They assist or participate in the incorporation of any materials into the public works project. Supplemental to Wage Rates 10 03/04/2015 Edition, Published February 2nd, 2015 (3) All travel time that relates to the work covered under subsection (2) of this section requires the payment of prevailing wages. Travel time includes time spent waiting to load, loading, transporting, waiting to unload, and delivering materials Travel time would include all time spent in travel in support of a public works project whether the vehicle is empty or full. For example, travel time spent returning to a supply source to obtain another Toad of material for use on a public works site or returning to the public works site to obtain another load of excavated material is time spent in travel that is subject to prevailing wage. Travel to a supply source, including travel from a public works site, to obtain materials for use on a private project would not be travel subject to the prevailing wage (4) Workers are not subject to the provisions of chapter 39.12 RCW when they deliver materials to a stockpile (a) A "stockpile" is defined as materials delivered to a pile located away from the site of incorporation such that the stockpiled materials must be physically moved from the stockpile and transported to another location on the project site in order to be incorporated into the project. (b) A stockpile does not include any of the functions described in subsection (2)(a) through (f) of this section, nor does a stockpile include materials delivered or distributed to multiple locations upon the project site; nor does a stockpile include materials dumped at the place of incorporation, or adjacent to the location and coordinated with the incorporation. (5) The applicable prevailing wage rate shall be determined by the locality in which the work is performed. Workers subject to subsection (2)(d) of this section, who produce such materials at an off-site facility shall be paid the applicable prevailing wage rates for the county in which the off-site facility is located. Workers subject to subsection (2) of this section, who deliver such materials to a public works project site shall be paid the applicable prevailing wage rates for the county in which the public works project is located. [Statutory Authority: Chapter 39.12 RCW, RCW 43.22.051 and 43.22.270. 08-24-101, § 296-127-018, filed 12/2/08, effective 1/2/09. Statutory Authority: Chapters 39 04 and 39.12 RCW and RCW 43.22.270. 92-01-104 and 92-08-101, § 296-127-018, filed 12/18/91 and 4/1/92, effective 8/31/92.] Supplemental to Wage Rates 11 03/04/2015 Edition, Published February 2"d, 2015 PROPOSAL Proposal Form Item Proposal Bid Sheet Bid Bond Form Non -Collusion Declaration Non -Discrimination Provision Subcontractor List Women and Minority Business Enterprise Policy Council Resolution Affirmative Action Plan Bidders Certification Subcontractors Certification Proposal Signature Sheet Bidders Check List PROPOSAL To the City Clerk Yakima, Washington This certifies that the undersigned has examined the location of. City of Yakima City of Yakima Safety Corridor Project Nob Hill Blvd. & 1st Street / Main St. City of Yakima Project No. 2357 Federal Aid No. POMVIP-00S(369) and that the plans, specifications and contract governing the work embraced in this improvement, and the method by which payment will be made for said work, is understood The undersigned hereby proposes to undertake and complete the work embraced in this improvement, or as much thereof as can be completed with the money available in accordance with the said plans, specifications and contract, and the following schedule of rates and prices NOTE: Unit prices for all items, all extensions, and total amount of bid, shall be shown, and be written in ink or typed Show unit prices in figures only Figures written to the right of the dot (decimal) in the dollars column shall be considered as cents City of Yakima Corridor Safety Project # 2357 213 City of Yakima Corridor Safety Project # 2357 214 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ITEM PROPOSAL BID SHEET CITYWIDE SAFETY IMPROVEMENTS City of Yakima Project No. 2357 — Fed. Aid No. POMVIP-000S(369) ITEM NO. PROPOSAL ITEM PAYMENT SECTION QTY UNIT UNIT PRICE DOLLARS AMOUNT DOLLARS 1 SPCC PLAN 1-07.15 1 LS 500 Wv la v -1 (b0.� C. LN., 2 MOBILIZATION 1-09.7 1 LS V‘.100.0/),•0� /`�l`-�-�'Ct 3 iRO0J5CTTEMPORARY TRAFFIC CONTROL 1 LS �J i, / ��'if/�., �`I 1.6mcc (! ,z 4 REMOVING CEMENT CONCRETE SIDEWALK 2-02 5 81 SY . DO j cg // ��`�' . �� 5 REMOVING CEMENT CONCRETE CURB 2-02.5 260 LF _ (0. 00 , l _ /r/1�-� � (Q�-�J' 6 SAWCUT 2-02.5 270 LF 7 00 1! CJ 9o. (.� 7 ROADWAY EXCAVATION INCL. HAUL 2-03 5 5 CY n . UO / /� l/ R�''�1. 8 HMA CL 1/2" PG 64-28 5-04.5 9 TON 3\ ?f,0 La 7l Qw-ey� 9 CEMENT CONCRETE TRAFFIC CURB & GUTTER 8-04.5 192 LF 3`, ��, 6/1 10 EXTRUDED CURB - TYPE 6 8-04.5 577 LF 357 O6 Z`1 11 CEMENT CONCRETE PEDESTRIAN CURB 8-04.5 158 LF (�� 12 RECONSTRUCT COMM. DRIVEWAY APPROACH CURB 8-06.5 1 EA 1t� l�j �7-jj L 13 CEMENT CONCRETE SIDEWALK - 6 INCH THICK 8-14.5 10 SY ��Q. Ll�� ( //""``��' cc ` �`�-" 14 CEMENT CONC. CURB RAMP TYPE PARALLEL A 8-14.5 8 EA Zj�� f)-CJ�-�' 1(�/` y� I \�"TIJ�=R-�- 15 CEMENT CONC. CURB RAMP TYPE SINGLE DIRECTION A 8-14.5 6 EA j 6) �� - cc �y-� q( (pe .1..b 16 CEMENT CONC. CURB RAMP TYPE PERPENDICULAR 8-14.5 4 EA l Q� l SIJ� .tO. /� / 20). Ce 17 ADJUST JUNCTION BOX 8-20 5 5 EA i2�s( A.0\ 18 REMOVE AND REPLACE SIGNAL HEAD 8-20.5 14 EA (I. iic )(5�7i.( City of Yakima Corridor Safety Project # 2357 215 ) 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ITEM PROPOSAL BID SHEET CITYWIDE SAFETY IMPROVEMENTS City of Yakima Project No. 2357 — Fed. Aid No. POMVIP-000S(369) ITEM NO PROPOSAL ITEM PAYMENT SECTION QTY UNIT UNIT PRICE DOLLARS AMOUNT DOLLARS 19 LED LUMINAIRE HEAD 8-20.5 30 EA i DO. CO ry �c K3 t ,60 20 COUNTDOWN PEDESTRIAN SIGNAL HEAD 8-20.5 154 EA �� �� ,}l [j ��( /� .6---- 21 RADAR SPEED DISPLAY SIGN 8-20.5ts'i 4 EA czis05,60 �,`4 I 22 REPAIR OR REPLACEMENT 8-30.5 1 FA $5,000.00 $5,000.00 TOTAL 315AO.c City of Yakima Corridor Safety Project # 2357 217 BID BOND FORM Herewith find deposit in the form of a certified check, cashier's check, or cash in the amount of $ which amount is not less than five percent of the total bid Sign Here BID BOND KNOW ALL MEN BY THESE PRESENTS. That we, Columbia Asphalt & Gravel, Inc. North American Specialty Insurance Company as principal, and as Surety, are held and firmly bound unto the City of Yakima, as Obligee, in the penal sum of Five percent of total amount bid Dollars, for the payment of which the Principal and -the Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, by these presents. The condition of this obligation is such that if the Obligee shall make any award to the Principal for Safety Corridor Project , according to the terms of the proposal or bid made by the Principal therefor, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure so to do, pay and forfeit to the Obligee the penal amount of the deposit specified in the call for bids, then this obligation shall be null and void, otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages, the amount of this bond. SIGNED, SEALED AND DATED THIS 15th DAY OF Columbia .Asphalt April 20 15 North American Specialty Principal Insurance Company �\ i �y1Qk<10"mti4/ Surety Lori) McKimmy, Attorney -in -Fact , 20 Received return of deposit in the sum of $ City of Yakima Corridor Safety Project # 2357 219 NAS SURETY GROUP NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, THAT North American Specialty Insurance Company, a corporation duly organized and existing under Taws of the State of New Hampshire, and having its principal office in the City of Manchester. New Hampshire, and Washington International Insurance Company, a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of Schaumburg, Illinois. each does hereby make. constitute and appoint: KENNETH J FRICK, LORI McKIMMY and DONNA MARTINEZ JOINTLY OR SEVERALLY Its true and lawful Attorney(s)-in-Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by law, regulation, contract or otherwise. provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of FIFTY MILLION ($50,000,000 00) DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on the 24th of March, 2000• "RESOLVED, that any two of the Presidents, any Managing Director, any Senior Vice President, any Vice President, any Assistant Vice President, the Secretary or any Assistant Secretary be, and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of -Attorney to execute on behalf of the Company bonds. undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached." y�"PPG G d? Go F''� By a ai SEAL ) Steven P Anderson, Senior Vice President of Washington International Insurance Company - W •.21973 X41 .n & Senior Vice President of North American Specialty Insurance Company 10 By David M. Layman, Vice President of Washington International Insurance Company & Vice President of North American Specialty Insurance Company IN WITNESS WHEREOF, North American Specialty Insurance Company and Washington International Insurance Company have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this 17th day of May , 20 12 State of Illinois County of Cook SS: North American Specialty Insurance Company Washington International Insurance Company On this 17th day of May , 20 12• before me. a Notary Public personally appeared Steven P. Anderson , Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and David M Layman Vice President of Washington International Insurance Company and Vice President of North American Specialty Insurance Company, personally known to me, who being by me duly sworn, acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. i"OFFICIAL SEAL" — — DONNA D. SKLENS Notary Public, State of Illinois My Commission Expires 10106/2015 Donna D Sklens, Notary Public 1, Jeffrey Goldberg , the duly elected Assistant Secretary of North American Specialty Insurance Company and Washington International Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company and Washington International Insurance Company, which is still in full force and effect. IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this 15th day of April , 20 15 Jeffrey Goldberg, Vice President & Assistant Secretary of Washington International Insurance Company & North American Specialty Insurance Company PROPOSAL City of Yakima Corridor Safety Project Nob Hill Boulevard & 1St Street / Main St. City Project No. 2357 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 CASHIER'S CHECK CERTIFIED CHECK PROPOSAL BOND O IN THE AMOUNT OF ❑ DOLLARS O ($ ) PAYABLE TO THE CITY TREASURER N THE AMOUNT OF 5% OF THE BID ** Receipt is hereby acknowledged of addendum(s) No.(s) PHONE NUMBER S 1 STATE OF WASHINGTON CONTRACTORS LICENSE NUMBER (DU.A..l Y �n -r SIGNATU OF AUTHORIZ OFFICIAL(s) FIRM NAME (trY2) (v ,d1v C (ADDRESS) 'PQ C; q�)( Cr,?)—t 1'56 -" I rJ ✓ r�-b t1�ya--t (VIO. (U0 0- ci,ViDef FEDERAL ID No. ig ti 1 / 14iit) WA STATE EMPLOYMENT SECURITY REFERENCE NO. 414/.--b9)91-0!) I 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. City of Yakima Corridor Safety Project # 2357 221 COMPLIANCE WITH IMMIGRATION AND NATURALIZATION ACT The City of Yakima supports the Federal Immigration, Reform and Control Act of 1986, as amended. The City requires that all contractors or business entities that contract with the City for the award of any City contract for public works in excess of Five Thousand Dollars ($5,000), or any other city contract in excess of Two Thousand Five Hundred Dollars ($2,500), enroll in the E -Verify program or its successor, and thereafter to verify its employees' proof of citizenship and authorization to work in the United States. E -Verify will be used for newly hired employees during the term of the contract ONLY it is NOT to be used for existing employees. The Contractor must remain enrolled in the program for the duration of the contract and be responsible for verification of every applicable subcontractor. The contractor shall sign and return with their bid response the E -Verify Declaration below. Failure to do so may be cause for rejection of bid. E -Verify Compliance Declaration The undersigned declares, under penalty of perjury under the laws of Washington State that: 1. By submitting this Declaration, I certify that I do not and will not, during the performance of this contract, employ illegal alien workers, or otherwise violate the provisions of the Federal Immigration Reform and Control Act of 1986. 2 I agree to enroll in E -Verify prior to the start date of any contract issued by the City of Yakima to ensure that my workforce is legal to work in the United States of America. I agree to use E -Verify for all newly hired employees during the length of the contract. 3. I certify that I am duly authorized to sign this declaration on behalf of my company. 4 I acknowledge that the City of Yakima reserves the right to require evidence of enrollment of the E - Verify program at any time and that non-compliance could lead to suspension of this contract. Firm Name > /� ` t� o i�.L Inc' Dated this 1 day of�/t ( , 20 IS— Signature: S— Signature: Printed Name Phone #. '609 LI 2r/2-0 3 Email Address / i I I \riO SI C City of Yakima Corridor Safety Project # 2357 223 • NON -COLLUSION DECLARATION I, by signing the proposal, hereby declare, under penalty of perjury under the laws of the United States that the following statements are true and correct: 1. That the aforesigned person(s), firm, association or corporation has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the project for which this proposal is submitted. 2. That by signing the signature page of this proposal, I am deemed to have signed and have agreed to the provisions of this declaration. NOTICE TO ALL BIDDERS To report bid rigging activities call: 1 -800-424-9071 The U.S Department of Transportation (USDOT) operates the above toll-free "hotline" Monday through Friday, 8:00 a.m. to 5:00 p m., Eastern time. Anyone with knowledge of possible bid rigging, bidder collusion, or other fraudulent activities should use the "hotline" to report such activities The "hotline" is part of USDOT's continuing effort to identify and investigate highway construction contract fraud and abuse and is operated under the direction of the USDOT Inspector General All information will be treated confidentially and caller anonymity will be respected. City of Yakima Corridor Safety Project # 2357 225 City of Yakima Corridor Safety Project # 2357 226 Local Agency Certification for Federal-Aid Contracts DOT Form 272-040A EF Follows this page City of Yakima Corridor Safety Project # 2357 227 Local Agency Certification for Federal -Aid Contracts The prospective participant certifies by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: (1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form -LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. This certification is material representation of the fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each failure. The prospective participant also agrees by submitting his or her bid or proposal that he or she shall require that the language of this certification be included in all lower tier subcontracts which exceed $100,000 and that all such subrecipients shall certify and disclose accordingly. SR DOT Form 272-040A EF 07/2011 City of Yakima Corridor Safety Project # 2357 228 NON-DISCRIMINATION PROVISION During the performance of this contract, the contractor agrees as follows (1) The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex or national origin Such action shall include, but not be limited to the following• employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation, and selection for training, including apprenticeship The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. *(2) The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex or national origin. *(3) The contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice, to be provided by the agency contracting officer, advising the labor union or workers' representative of the contractor's commitments under Section 202 of Executive Order No 11246 of September 24, 1965, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. "(4) The contractor will comply with all provisions of Executive Order No 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor *(5) The contractor will furnish all information and reports required by Executive Order No. 11246 of September 24, 1965, and by the rules regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the contracting agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders "(6) In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any such rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts in accordance with procedures authorized in Executive Order No 11246 of September 24, 1965, and such other sanctions may be imposed and remedies involved as provided in Executive Order No 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law "(7) The contractor will include the provisions of Paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or orders 01 the Secretary of Labor issued pursuant to Section 204 of Executive Order No. 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor The contractor will take such action with respect to any subcontract or purchase order as the contracting agency may direct as a means of enforcing such provisions including sanctions for noncompliance: Provided however, that in the event the contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the contracting agency, the contractor may request the United States to enter into such litigation to protect the interests of the United States " City of Yakima Corridor Safety Project # 2357 229 WOMEN AND MINORITY BUSINESS ENTERPRISE POLICY It is the policy of the City of Yakima that women and minority business enterprises shall have the maximum opportunity to participate in the performance of work relating to the City's activities To this end, the City is committed to take all necessary and reasonable steps in accordance with state and federal rules and regulations to ensure women and minority business enterprises the maximum opportunity to compete for and to perform contracts In order to enhance opportunities for women and minority businesses to participate in certain contractor opportunities with the City of Yakima, and as a recipient of federal and state financial assistance, the City is committed to a women and minority business enterprise utilization program The City is determined to maximize women and minority business opportunities through participation in the competitive bidding process through women and minority business enterprise affirmative action programs administratively established by the City Manager and monitored and implemented in accordance with state and federal rules and regulations All women and minority business enterprise programs shall include specific goals for participation of women and minority businesses in City projects of at least ten percent (10%) of the total dollar value of City contract over $10,000 Goals shall be reviewed and updated annually by the City Manager for applicability and to ensure that the intent of this policy is accomplished This statement of policy will be widely disseminated to all managers, supervisors, minorities and women employed by the City of Yakima as well as to contractors, vendors, suppliers, minorities and women who may seek the City's procurement and construction contracts related to the women and minority business enterprise programs Contractors associations will be made aware of construction projects affected by this policy through all available avenues to assure that plans/specifications, bid forms, and invitations to bid are as widely distributed as possible City of Yakima Corridor Safety Project # 2357 230 RESOLUTION NO. D- 4 8 1 6 A RESOLUTION adopting a "Women And Minority Business Enterprise Policy" for the City of Yakima. WHEREAS, the City of Yakima is the recipient of federal and state assistance which assistance carries with it the obli- gation of contracting with Women And Minority Business Enter- prises for the performance of public works, and WHEREAS, it is the intention of the City of Yakima that Women And Minority Business Enterprises shall have the maximum practicable opportunity to participate in the performance of such public works, and WHEREAS, the City of Yakima is determined to maximize Women And Minority Business Enterprise opportunities for parti- cipation in its competitive bidding process through the adoption of the "Women And Minority Business Enterprise Policy" statement attached hereto, now, therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The City Council hereby adopts the "Women And Minority Business Enterprise Policy", a copy of which is attached hereto and by reference made a part hereof. �/DJ ADOPTED BY THE CITY COUNCIL this . 3 �fi day of 1983. ATTEST: City Clerk City of Yakima Corridor Safety Project # 2357 231 Mayor AFFIRMATIVE ACTION PLAN The bidders, contractors and subcontractors will not be eligible for award of a contract under this Advertisement for Bids unless it certifies as prescribed, that it adopts the minimum goals and timetable of minority and women workforce utilization and specific affirmative action steps as set forth by the City of Yakima, This is directed at increasing minority and women workforce utilization by means of applying good faith efforts to carrying out such steps However, no contractor or subcontractor shall be found to be in noncompliance solely on account of its failure to meet its goals within its timetables, but such contractor shall be given the opportunity to demonstrate that it has instituted all of the specific affirmative action steps specified by the City of Yakima, and has made every good faith effort to make these steps work toward the attainment of its goals, all to the purpose of expanding minority and women workforce utilization on all of its projects in the City of Yakima, Washington In all cases, the compliance of a bidder, contractor or subcontractor will be determined in accordance with its respective obligations under the terms of these Bid Conditions All bidders and all contractors and subcontractors performing or to perform work on projects subject to these Bid Conditions hereby agree to inform their subcontractors of their respective obligations under the terms and requirements of these Bid Conditions, including the provisions relating to goals of minority and women employment and training Specific Affirmative Action Steps Bidders, contractors and subcontractors subject to this contract must engage in affirmative action directed at increasing minority and women workforce utilization, which is at least as extensive and as specific as the following steps a The contractor shall notify community organizations that the contractor has employment opportunities available and shall maintain records of the organizations' response. b. The contractor shall maintain a file of the names and addresses of each minority and women worker referred to him and what action was taken with respect to each such referred worker, and if the worker was not employed, the reasons therefore If such worker was not sent to the union hiring hall for referral or if such worker was not employed by the contractor, the contractor's file shall document this and the reasons therefore c The contractor shall promptly notify the City of Yakima Engineering Division an Contract Compliance Officer when the union or unions with whom the contractor has collective bargaining agreement has not referred to the contractor a minority or woman worker sent by the contractor or the contractor has other information that the union referral process has impeded him in his efforts to meet his goal. d. The contractor shall participate in training programs in the area, especially those funded by the Department of Labor e. The contractor shall disseminate his EEO policy within his own organization by including it in any policy manual; by publicizing it in company newspapers, annual reports, etc., by conducting staff, employee and union representatives' meetings to explain and discuss the policy; by posting of the policy; and by specific review of the policy with minority employees. f The contractor shall disseminate his EEO policy externally by informing and discussing it with all recruitment sources; by advertising in news media, specifically including minority news media, and by notifying and discussing it with all subcontractors and suppliers g. The contractor shall make specific efforts and constant personal (both written and oral) recruitment efforts directed at all minority or women organizations, schools with minority students, minority recruitment organizations and minority training organizations, within the contractor's recruitment areas. h The contractor shall make specific efforts to encourage present minority employees to recruit their friends and relatives i. The contractor shall validate all man specifications; selection requirements, tests, etc. j. The contractor shall make every effort to promote after school, summer and vacation employment to minority youth City of Yakima Corridor Safety Project # 2357 232 k. The contractor shall develop on-the-job training opportunities and participate and assist in any association or employer group training programs relevant to the contractor's employee needs consistent with its obligations under this bid. I. The contractor shall continually inventory and evaluate all minority and women personnel for promotion opportunities and encourage minority and women employees to seek such opportunities. m. The contractor shall make sure that seniority practices, job classifications, etc., do not have a discriminatory effect. n. The contractor shall make certain that all facilities and company activities are non -segregated o. The contractor shall continually monitor all personnel activities to ensure that his EEO policy is being carried out. p. The contractor shall solicit bids for subcontracts from available minority and women subcontractors, engaged in the trades covered by these Bid Conditions, including circulation of minority and women contractor associations. q. Non cooperation: In the event the union is unable to provide the contractor with a reasonable flow of minority and women referrals within the time limit set forth in the collective bargaining agreements, the contractor shall, through independent recruitment efforts, fill the employment vacancies without regard to race, color, religion, sex or national origin, making full efforts to obtain qualified and/or qualifiable minorities and women. (The U.S Department of Labor has held that it shall be no excuse that the union with which the contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority or women employees) In the event the union referral practice prevents the contractor from meeting the obligations pursuant to Executive Order 11246 and 23 CFR Part 230 as amended, and the Standard Specifications, such contractor shall immediately notify the City of Yakima Engineering Department or the City of Yakima Compliance Officer. City of Yakima Corridor Safety Project # 2357 233 City of Yakima Corridor Safety Project # 2357 234 Local Agency Disadvantaged Business Enterprise Utilization Certification DOT Form 272-056A EF Follows this Sheet City of Yakima Corridor Safety Project # 2357 235 City of Yakima Corridor Safety Project # 2357 236 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Local Agency Disadvantaged Business Enterprise Utilization Certification To be eligible for award of this contract the bidder must fill out and submit, as part of its bid proposal, the following Disadvantaged Business Enterprise Utilization Certification relating to Disadvantaged Business Enterprise (DBE) requirements. The Contracting Agency shall consider as non-responsive and shall reject any bid proposal that does not contain a DBE Certification which properly demonstrates that the bidder will meet the DBE participation requirements in one of the manners provided for in the proposed contract. The Bidder must submit good faith effort documentation only in the event the bidder's efforts to solicit sufficient DBE participation has been unsuccessful. The successful bidder's Disadvantage Business Enterprise Utilization Certification shall be deemed a part of the resulting contract. Information nonryce�rtified firms is availablefromOMWBE, telephone 360-664-9750 or Toll Free 1-866-208-1064 (1,4)(afr 1 1/4 1 ' `�JY tel/{ \i''`` (-ry-(. , /V�[„ certifies that the Disadvantaged Business Enterprise (DBE) (Box f1) Name of BiddAr 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 Towards Goal" is listed. (If necessary, use additional sheet.) Column 1 Name of DBE Certificate Number Column 2 * Project Role (Prime, Joint Venture, Subcontractor, Manufacturer, Regular Dealer) Column 3 Description of Work Column 4 ** Amount to be Applied Towards Goal bQ��t� b. (��^ o /a f J� � f Y,^ c r1Q� �� krt ./v r 1. `'? (� (� I 2. 3 4. 5 6. 7 8. 9 10 1 Disadvantaged Business Enterprise Subcontracting Goal: [� DBE Total $ Q 7) ZTD, B6x 2 11' ! Box 3 Regular Dealer status must be approved prior to bid submittal by the Office of Equal Opportunity. Wash. State Dept. of Transportation, on each contract. ** See the section "Crediting DBE Participation Toward Meeting the Goal" in the Contract Document. *'* The Contracting Agency will utilize this amount to determine whether or not the bidder has met the goal. In the event of an arithmetic difference between this total and the sum of the individual amounts listed above, then the sum of the amounts listed shall prevail and the total will be revised accordingly Participation in excess of the goal amount will be considered voluntary or race -neutral participation. SR City of Yakima Corridor Safety Project # 2357 237 DOT Form 272-056A EF 07/2011 Local Agency Disadvantaged Business Enterprise (DBE) Written Confirmation Document DOT Form 422-031A EF Follows this Sheet City of Yakima Corridor Safety Project # 2357 239 City of Yakima Corridor Safety Project # 2357 240 tpr 16 15 12:48p Alicia Patterson 04/16/2015 TE -ID 13:16 FAX 15048776963 columbia asphalt: 411116 VWWashingt ors State Department of Transportation 5098776677 Disadvantaged Business Enterprise (DBE) Written Confirmation Document p.1 iaoo1/001 As an authorized representative of the Disadvantaged Business Enterprise (DBE), I confirm that we have been contacted by the referenced bidder with regard to the referenced project and if the bidder is awarded the contract we will enter Into an agreement with the bidder to parliclpate in the project consistent with the information provided in the bidder's plsadvantaged-UGines4 Enterprise Utilization Certification. Contract Yrita• k 1 •9.4- k' Odd Bidder's Business Name: CIA Loiy1da. \ai' &cup -el, I oc,.. -. OBE's Business Nam: �i el� V/� Pifyck, irK�� DBE Signature: OBE's Tltis: Dale: Gi}Na;lS The entries must be consistent with what is shown on the bidder's Disadvantaged Business Enterprise Utilization Certification. Failure to do so will result in bid rejection. See contract provision; Disavantaged Business Enterprise Condition of Award Participation. Description of Werk; Amount to be Applied Towards Goal: totc( oo DOT Revised o 2011 City of Vaklrne Canldor Safety Prolect 06 2257 241 1 1 Cokoiro)a BIDDER 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: ( -r0,1)(,(, 06. IDDER) t 1 certifies that: 1 It intends to use the following listed construction trades in the work under the contract XON)ok; ()W W A-, and; as to those trades for which it is required by these Bid Conditions to comply with these Bid Conditions, it adopts the minimum minority and women workforce utilization goals and the specific affirmative action steps for all construction work (both federal and non-federal) in the Yakima, Washington area subject to these Bid Conditions, those trades being: and, 2 It will obtain from each of its subcontractors and submit to the contracting or administering agency prior to the award of any sub -contract under this contract the Subcontractor Certification required by these Bid Conditions (Signature of Authorized Representative of Bidder) City of Yakima Corridor Safety Project # 2357 243 SUBCONTRACTOR CERTIFICATION Subcontractors' Certification is not required at the time of bid. This Certification must be completed by each subcontractor prior to award of any subcontract. certifies that: (SUBCONTRACTOR) 1 It intends to use the following listed construction trades in the work under the subcontract and, As to those trades for which it is required by these Bid Conditions to comply with these Bid Conditions, it adopts the minimum minority and women workforce utilization goals and the specific affirmative action steps for all construction work (both federal and non-federal) in Yakima, Washington, subject to these Bid Condition, those trades being: and, 2 It will obtain from each of its subcontractors prior to the award of any subcontract under this subcontract the Subcontractor Certification required by these Bid conditions (Signature of Authorized Representative of Subcontractor) City of Yakima Corridor Safety Project # 2357 245 City of Yakima Corridor Safety Project # 2357 246 Contractor and Subcontractor or Lower Tier Subcontractor Certification for Federal -Aid Projects DOT Form 420-004 EF Follows this Sheet City of Yakima Corridor Safety Project # 2357 247 City of Yakima Corridor Safety Project # 2357 248 Washington State �� Department of Transportation Contractor and Subcontractor or Lower Tier Subcontractor Certification for Federal -Aid Projects (Required for each Subcontractor or Lower Tier Subcontractor on all Federal -Aid projects) Contract Number Federal -Aid Number State Route Number Subcontractor or Lower Tier Subcontractor To be signed by proposed subcontractor or lower tier subcontractor The contract documents for this subcontract include as part of the subcontract a special provision entitled "Required Federal -Aid Provisions", the "Required Contract Provisions Federal -Aid Construction Contracts (FHWA 12731, and the minimum wage rates. I certify the above statement to be true and correct. Company Signature Title Date Contractor Certification To be completed and signed by the contractor 1 A written agreement has been executed between my firm and the above subcontractor 2. 1 1 A written agreement has been executed between (the subcontractor) and the above lower tier subcontractor All documents required by the special provision entitled "Required Federal -Aid Provisions" are included in the agreement for (1) or (2) marked above. I certify the above statements under Contractor Certification to be true and correct. Company Signature Title Date DOT Form 420-004 EF Revised 03/2008 City of Yakima Corridor Safety Project # 2357 249 City of Yakima Corridor Safety Project # 2357 250 MATERIALLY AND RESPONSIVENESS The certification required to be made by the bidder pursuant to these Bid Conditions is material, and will govern the bidder's performance on the project and will be made a part of his bid. Failure to submit the certification will render the bid non responsive Compliance and Enforcement Contractors are responsible for informing their subcontractor (regardless of tier) as to their respective obligations under the conditions of the contract here (as applicable) Bidders, contractors and subcontractors hereby agree to refrain from entering into any contract or contract modification subject to Executive Order 11246, as amended on September 24, 1965, with a contractor debarred from, or who is determined not to be a responsible' bidder for, government contracts and federally assisted construction contracts pursuant to Executive Order The bidder, contractor or subcontractor shall carry out such sanctions and penalties for violation of the equal opportunity clause including suspension, termination and cancellation of existing subcontracts as may be imposed or ordered by the administering agency, the contracting agency or the Office of Federal Contract Compliance pursuant to the Executive Order Any bidder, or contractor or subcontractor who shall fail to carry out such sanctions and penalties shall be deemed to be in non-compliance with these Bid Conditions and Executive Order 11246, as amended. Nothing herein is intended to relieve any contractor or subcontractor during the term of its contract on this project from compliance with Executive Order 11246, as amended, and the Equal Opportunity Clause of its contract. Violation of any substantial requirement in the affirmative action plan by a contractor or subcontractor covered by these Bid Conditions including the failure of such contractor or subcontractor to make a good faith effort to meet it fair share of the trade's goals of minority and women workforce utilization, and shall be grounds for imposition of the sanctions and penalties provided at Section 209 (a) of Executive Order 11246, as amended. Each agency shall review its contractors' and subcontractors' employment practices during the performance of the contract. If the agency determines that the affirmative action plan no longer represents effective affirmative action, it shall so notify the Office of Federal Contract Compliance which shall be solely responsible for any final determination of that question and the Consequences thereof In regard to these conditions, if the contractor or subcontractor meets its goals or if the contractor or subcontractor can demonstrate that it has made every good faith effort to meet those goals, the contractor of the subcontractor shall be presumed to be in compliance with Executive Order 11246, as amended, the implementing regulations and its obligations under these Bid Conditions and no formal sanctions or proceedings leading toward sanctions shall be instituted unless the agency otherwise determines that the contractor or subcontractor is not providing equal employment opportunities. In judging whether a contractor or subcontractor has met its goals, the agency will consider each contractors or subcontractor's minority and women workforce utilization and will not take into consideration the minority and women workforce utilization of its subcontractors. Where the agency finds that the contractor or subcontractor has failed to comply with the requirement of Executive Order 11246, as amended, the implementing regulations and its obligations under these Bid Conditions, the agency shall take such action and impose such sanctions as may be appropriate under Executive Order and the regulations. When the agency proceeds with such formal action, it has the burden of proving that the contractor has not met the requirements of these Bid Conditions, but the contractor's failure to meet his goals shall shift to him the requirement to come forward with evidence to show that he has met the "good faith" requirements of these Bid Conditions by instituting at least the Specific Affirmative Action steps listed above and by making every good faith effort to make those steps work toward the attainment of its goals within its timetables. The pendency of such formal proceedings shall be taken into consideration by Federal agencies in determining whether such contractor or Subcontractor can comply with the requirements of Executive Order 11246, as amended, and is therefore a "responsible prospective contractor" within the meaning of the Federal Procurement Regulations. It shall be no excuse that the union with which the contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority and women employees. 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. City of Yakima Corridor Safety Project # 2357 251 Requests for exemptions from these Bid Conditions must be made in writing, with justification, to the Director Office of Federal Contractor Compliance U S Department of Labor Washington, D C 20210 and shall be forwarded through and with the endorsement of the agency head Contractors and subcontractors must keep such records and file such reports relating to the provisions of these Bid Conditions as shall be required by the contracting or administering agency or the Office of Federal Contractor Compliance City of Yakima Corridor Safety Project # 2357 252 BIDDER'S CHECK LIST The bidder's attention is especially called to the following forms, which must be executed, as required, and submitted on the form purchased from the City and bound in the Contract Documents: A. PROPOSAL The unit prices, extensions and total amounts bid must be shown in the spaces provided. B. BID BOND ACCOMPANYING BID This Bid Bond form is to be executed by the bidder and the surety company unless bid is accompanied by a certified check, cashier's check or cash. The amount shall be not less than 5% of the total amount bid and may be shown in dollars or on a percentage basis. C. BIDDER'S CERTIFICATION D. PROPOSAL SIGNATURE SHEET Must be filled in and signed by the bidder. 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 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) Refer to Required Contract Provisions Federal -Aid Construction Contracts FHWA-1273. City of Yakima Corridor Safety Project # 2357 253 City of Yakima Corridor Safety Project # 2357 254 CONSTRUCTION DETAILS Construction Details Plans 23 7" (601 mm) 26 2' [665mm] 1II ■ 4 6" [117mm] RESIDENTIAL LUMINAIRE CREE XSP1 SERIES LED STREET LIGHT HORIZONTAL TENON - TYPE III BXSPA031A-USFN J -BOX 3' MAX. ARTERIAL LUMINAIRE CREE XSP2 SERIES LED STREET LIGHT HORIZONTAL TENON - TYPE II BXSPA022A-USFN HANDHOLE BOND QUICK DISCONNECTS (STD. SPEC. 9-29.7) 1" MAX. 1" CHAMFER #4 HOOPS AT 1'-0" ELIMINATE ALL SLACK 2" NPS,SCH. 40, 2 3/8" O.D. TENON 8' (TYP.) DAVIT ARM 6063-T6 ALUM. TAPERED 6" X 3 1/2" X 188" WALL, SATIN GROUND FINISH, 80 GRIT RADIUS = 5-9" SLIPOVER JOINT, -SHAFT INSERTED 12" INTO DAVIT ARM, (2) 5/8" X 7" LG. S/S HEX HEAD BOLTS, -NUTS, FLATS & LOCK WASHERS LOCK THE ASSEMBLY INSULATED GROUNDING BUSHING INSTALL COMPLETE WITH BOLT COVERS 2" NOM. GROUT PAD WITH 1/2" DRAIN HOLE .11=11=11,11=1 =11; '11=11=11 CENTERS 2" SCHD 40 PVC CONDUIT EIGHT #7 BARS EVENLY SPACED PORTLAND CEMENT CONCRETE CL. 3000 (SEE POLE FOUNDATION DETAIL) 5/8" x 10'-0" COPPER -CLAD GROUND WIRE 3' SQUARE OR ROUND FLUSH w/ SIDEWALK 6063-T6 ALUM SHAFT TAPERED 8" X 6" X .250 WALL SATIN GROUND FINISH, 80 GRIT 4" X 6" FLUSH HANDHOLE C/W S/S HARDWARE & GROUND WIRING CAST ALUM. SHOEBASE (COMPLETE) STREET LIGHT BASE SHALL BE FLUSH WITH SIDEWALK AND/OR CURB SIDEWALK CURB POLE PLACEMENT ADJACENT TO ►—SIDEWALK OR AS APPROVED BY CITY ENGINEER NOTE. 1 All WORK AND MATERIALS SHALL CONFORM TO THE NATIONAL ELECTRICAL CODE (NEC). 2. JUNCTION BOX, CONDUIT AND CONSTRUCTION METHODS SHALL BE PER WSDOT - TYPE 1 UNLESS OTHERWISE SPECIFIED AND APPROVED BY THE CITY ENGINEER. 3 ALL ELECTRICAL CONDUIT SHALL BE A MINIMUM OF 2" DIAM. AND MAINTAIN 24" MINIMUM COVER. SWEEPS AND PLAN LOCATION SHALL BE PER POWER COMPANY AND SHALL BE DETAILED ON THE PLANS PRIOR TO APPROVAL. 4 ALL SERVICE CONNECTIONS WHETHER INDIVIDUAL OR MULTIPLE POLES SHALL BE PEDESTAL MOUNT ONLY SERVICE CONNECTIONS SHALL NOT BE ALLOWED TO BE ATTACHED TO THE POLE. 5. SERVICE PEDESTALS SHALL BE METERED 6. LUMINAIRE SHALL BE LEVELED IN BOTH DIRECTIONS AFTER POLE IS PLUMBED City Of Yakima Engineering Division 129 North Second Street Yakima, Washington City of Yakima - Standard Detail STREET LIGHT NOT TO SCALE Revision 2-2014 El io 6" /\ CD 46 - •oho • >i FINISHED GRADE BACKFILL AND CONDUIT BEDDING MATERIAL SHALL BE COMPACTED CRUSHED SURFACING TOP COURSE. 2" SCHEDULE 40 CONDUIT SHOWN ON THE PLANS CONDUIT TRENCH SECTION NOTE: 1 All WORK AND MATERIALS SHALL CONFORM TO THE NATIONAL ELECTRICAL CODE (NEC). 2. JUNCTION BOX, CONDUIT AND CONSTRUCTION METHODS SHALL BE PER WSDOT - TYPE 1 UNLESS OTHERWISE SPECIFIED AND APPROVED BY THE CITY ENGINEER. 3 ALL ELECTRICAL CONDUIT SHAL BE A MINIMUM OF 2" DIA. AND MAINTAIN 24" MINIMUM COVER. SWEEPS AND PLAN LOCATION SHALL BE PER POWER COMPANY AND SHALL BE DETAILED ON THE PLANS PRIOR TO APPROVAL. 4. ALL SERVICE CONNECTIONS WETHER INDIVIDUAL OR MULTIPLE POLES SHALL BE PEDESTAL MOUNT ONLY. 5 SERVICE CONNECTIONS SHALL NOT BE ALLOWED TO BE ATTACHED TO THE POLE. City Of Yakima Engineering Division 129 North Second Street Yakima, Washington City of Yakima - Standard Detail CONDUIT TRENCH SECTION E5 NOT TO SCALE Revision 7-2011 The Leader in Speed Display Technology RU2 Fast -250 Pole Mount Radar Speed Display Signs RU2 Systems has your pole mount traffic calming needs covered with our unique pole mount radar speed display signs. Mounted permanently or semi -permanently, these high intensity LED displays get the attention of oncoming drivers. The signs can be directly connected to your local AC power or one of our optional Solar Power packages. Each of these designs feature a full matrix high intensity LED display with 12" characters. The 12" character is appropriate for slower speeds (35 MPH posted and lower) and is legible to 750 feet. The Fast -250 is most appropriate for residential and school zone applications, lending itself well for use with flashing blinkers. (see photo reverse side). In addition, RU2 "Traffic Count" Data Collection package and several Violator Alerts are available including an embedded "SLOW" message and our flashing Red/Blue bars, particularly effective at night. RU2 Systems: The Industry Leader in Speed Display Technology 2631 North Ogden Road, Mesa, AZ 85215 [P] 480-982-2107 [F] 480-982-5237 Toll Free 877-982-2107 e-mail: info@ru2systems.com www.ru2systems.com RU2 Fast 250 Pole Mount Radar Speed Display Sign Specifications Casework: • 1/8" thick welded aluminum NEMA 4 construction, front access panel to critical components • White powder coat paint inside and out - custom colors available ,,• All stainless steel hardware .r • "YOUR SPEED" sign included (MUTCD compliant) ,• GE Lexan® shielding with a smoked, non -glare finish for easy reading even in direct sunlight • Universal mounting brackets included; U -bolt, band or wall mount = '• Weight: 35 lbs. incl. mounting hardware Electronics: • K -band single directional radar unit :• Latest generation AIInGaP high intensity LED's • 12" Full Matrix (rounded) Characters for quick recognition :• Minimum Speed Display, High Speed Blanking & Flashing Digit Violator Alert ,• Automatic intensity adjustment to ambient light conditions '• 12 VDC operation, 12 VDC or 100-277 VAC, 50/60 Hz input •• Power consumption: 5.76W Nominal, 14 88W Peak Sign defaults to last settings upon power up • Keyed On/Off switch • Single cycle ON/OFF clock • Built in on-screen diagnostics • On -board Options & Diagnostics • Radar sensitivity LED Operation Diagnostics > LED Intensity Diagnostics > MPH / KPH operation > Battery test > And more... Options: • Solar Panels, 50 to 80W typical, with mounting bracket • Data Collection "SLOW" • Various Timing Options are available '• Violator alerts* > "SLOW" > Red -Blue Flashing Bars > White LED Hashing Strobe * Violator alerts may be set in 1 MPH increments in any order of hierarchy or individually disabled. Red/Blues YOUR S Pallet Mount Hitch Mount 9„-. Technical specifications are subject to change without notice. WARRANTY: RU2 Systems warrants their LED Displays for Five Years. The Radar Gun is warranted for Two years. On-site labor is not included. However, parts are repaired within five business days of receipt, and include ground - shipping expenses, Warranty does not include physical damage from misuse or vandalism. RU2 Systems, Inc. 2631 N. Ogden Road Mesa, AZ 85215 [P] 480-982-2107 [F] 480-982-5237 Toll Free 877-982-2107 www.ru2systems.com RU2 Systems, Inc. 44840 E. Jasmine St., #102, Mesa, AZ 85205 [P] 480-982-2107 [F] 4809-982-5237 Toll Free 877-982-2107 SPECIFICATION FOR RU2 FAST -250 RADAR SPEED SIGN The RU2 Fast 250 is a permanent or semi-permanent mounted radar speed sign featuring 12" full matrix amber LED characters. This unit is ideal for community streets where speeding is a problem All signs include our exclusive 2 piece variable angle pole -mounting bracket. • Units feature sealed case with easy access to critical components through rear access panel, 1/8" thick welded aluminum construction • Casework: 26" wide, 8" thick, 20.5" high • Finished size (includes MUTCD compliant "YOUR SPEED" aluminum sign, white retro -reflective material, black Highway Gothic characters): 26" wide, 8" thick, 24" high • Units have White polyester powder coat paint inside and out • Units have all stainless steel hardware (mounting brackets aluminum) • Units have 3/16" GE Lexan® shielding with a smoked, non -glare finish • Units have Single directional, K -band radar unit • Units have user programmable radar sensitivity, 5 levels • Units must have user selectable MPH/KPH setting • Units radar device has X -Y axial position adjustability independent of sign housing • Units have 12" Full matrix characters made of Amber AIInGaP high intensity LED's • Unit(s) display must not be of seven -segment variety • Unit(s) display must not employ moving parts (i e shuttered LEDs) • Each pixel is comprised of four LEDs • Units Display speeds from 1 to 99 MPH • Units have Automatic intensity adjustment to ambient light conditions • Units must accept 110v power input (90 to 277 VAC, 10, 50-60 Hz.) • Units must not exceed 6W nominal power consumption, 15W peak. • Units be capable of reliable solar power operation (Option — see below) • Units must have on-screen voltage check • Units must have LED operation diagnostics • Units have Keyed On/Off switch • Display equipped with High Speed Blanking settable in 1 MPH increments standard • Display equipped with amber LED Flashing Speed Violator alert settable in 1 MPH increments standard • Display equipped with Minimum Speed Display settable in 1 MPH increments standard • Violator Alerts can be set in any order of hierarchy • Units default to last settings on power up • Built in on-screen diagnostics OPTIONALLY • Display is equipped with embedded red LED "SLOW" Violator alert settable in 1 MPH increments And/or • Display is equipped with embedded "Red/Blue" Flashing Bars Violator alert settable in 1 MPH increments And/or • Display is equipped with data collection capabilities, capturing each free flow vehicle and time/date stamping each event with speed And/or • Solar power option includes 75 -watt panel (minimum), group 27 AGM battery (one), cabling and mounting hardware. Solar panel may be upsized at supplier's discretion to ensure proper function under installed environmental variables at no additional charge NOTE JOINTS MAY BE FORMED DURING INSTALLATION USING A RIGID DIVIDER OR 10 - SAW CUT AFTER CONCRETE CURES TO MINIMUM STRENGTH. 12" 12" # 3 BARS (TYP) EXTRUDED C13 10" 2 1/2" —N.-- 1/2" R 1" R #3 REBAR @ 1000 2 1/2" 1/2" R 1"R z 2 0 >- 1— t CEMENT CONCRETE EXTRUDED CURB NOTES. 25" CURB TERMINAL END FLOW LINE 11" 1/2" R 1/2" R 9/16" op. •• •• • .• . • CEMENT CONCRETE VALLEY GUTTER 1. WSDOT CLASS 3000 CONCRETE WITH COARSE AGGREGATE GRADING NO. 5 2 EXCAVATION LIMITS ARE 6" BEHIND AND 6" IN FRONT FOR REMOVING AND REPLACING EXISTING CURB & GUTTER. City Of Yakima Engineering Division 129 North Second Street Yakima, Washington City of Yakima - Standard Detail CEMENT CONCRETE CURB R1 NOT TO SCALE Revision 9-2014 NS N E NM M MN 111111 EN E UN N 1 NE N NM N EN NE NE RAMP RUNNING SLOPES SHALL BE 1 12 (8.3%) MAX. RP lr WIDTH PER YMC 8.64.070 SEE PLANS PAY LIMITS A 11 CONCRETE APRON 7' MIN. OR TO R/W LINE (WHICHEVER IS GREATER) r 15' (MINI SEE PIJ>N 7S- SF� PREFERRED RAMP CONFIGURATION -- r RP • ALTERNATE RAMP • _ CONFIGURATION �2.0°J'MAX, CONCRETE A ! VALLEY GUTTER r COMMERCIAL APPROACH - TYPE 1 RAISED CURBING MAY VALLEY GUTTER CONTINUE INTO SITE. FLOW LINE _0.5' CEMENT CONCRETE 1' -.- 3' 3' VALLEY GUTTER NOTES MIN. 0.33' CSTC (COMPACTED DEPTH) SECTION A 1 USE OF COMMERCIAL APPROACH - TYPE 2 BY APPROVAL OF CITY ENGINEER ONLY 0 41 - ti COLD JOINT (TYP) MIN. 0.33' CSTC (COMPACTED DEPTF (INCLUDING APRON) 0.5' CEMENT CONCRETE (INCLUDING APRON) COMMERCIAL APPROACH - TYPE 2 2. CURB & GUTTER, VALLEY GUTTER, & CONCRETE APPROACH SHALL BE SEPARATED BY 3/8" THICK EXPANSION JOINT MATERIAL. 3. THIS DETAIL INDICATES GENERAL CONFIGURATION REQUIREMENTS FOR COMMERCIAL DRIVEWAY APPROACHES. STYLE AND LOCATION OF HANDICAP RAMPS WILL DEPEND UPON SITE CONDITIONS AND SHALL BE CONSTRUCTED ACCORDING TO THE SPECIFIC PROJECT SITE PLAN APPROVED BY THE CITY ENGINEER. 4 WSDOT CLASS 3000 CONCRETE WITH COARSE AGGREGATE GRADING NO 5. 5. DUE TO THE MINIMUM SIZE RADIUS OF 15', SPECIAL CONSIDERATIONS NEED TO BE MADE TO ALLOW FOR ADA REQUIREMENTS ON THE RAMPS. 15' RADIUS DESIGNS MUST BE SUBMITTED AND APPROVED BY THE CITY ENGINEER PRIOR TO CONSTRUCTION. 6. ALL SIDEWALK WITHIN COMMERCIAL APPROACH LIMITS, FROM RADIUS POINT TO RADIUS POINT, SHALL BE 0.5' CEMENT CONCRETE ON 0.33' CSTC 7 EACH COMMERCIAL DRIVEWAY PAY ITEM SHALL INCLUDE ALL ASSOCIATED RAMPS, CURBING, TRUNCATED DOMES, APRON, AND SIDEWALK. SEE PAY LIMITS ABOVE. 12 COLD JOINT (TYP) o/S tC•)- ��y 0�RF� •sv % COLD JOINT (TYP) MIN. 0.17' CSTC (COMPACTED DEPTF 0.5' CEMENT CONCRETE RESIDENTIAL APPROACH City Of Yakima Engineering Division 129 North Second Street Yakima, Washington City of Yakima - Standard Detail DRIVEWAY APPROACHES NOT TO SCALE Revision 02-2014 R4 1 THROUGH JOINTS ON EACH SIDE OF AND AROUND EACH UTILITY APPURTENANCE. FOR HANDICAP RAMP SIZE AND POSITION, SEE APPLICABLE STANDARD DETAILS. SIDEWALK JOINTING SEE PLANS S= 0.02 ft/ft COLD JOINT 0.5' CEMENT CONCRETE COMPACTED SUBGRADE 0.17' MIN. CSTC (COMPACTED DEPTH) 6" SIDEWALK SECTION 0.33' CEMENT CONCRETE COMPACTED SUBGRADE 0 17' MIN. CSTC (COMPACTED DEPTH) 4" STANDARD SECTION NOTES 1. THROUGH JOINTS WITH 3/8" JOINT MATERIAL SHALL BE PLACED AT 20' INTERVALS OR MATCH EXISTING CURB JOINTS 2. 1 1/2" DEEP DUMMY JOINTS SHALL BE SCORED INTO THE CONCRETE AT ALTERNATING 10' INTERVALS. 3. "V" GROOVES SHALL BE PLACED AT 5' INTERVALS. 4. ALL JOINTS, "V" GROOVES, AND EDGES SHALL BE FINISHED WITH AN EDGER HAVING A 1/4" RADIUS. 5. SEE PLANS FOR WIDTH AND POSITION OF SIDEWALK. 6. WSDOT CLASS 3000 CONCRETE WITH COARSE AGGREGATE GRADING NO. 5. City Of Yakima Engineering Division 129 North Second Street Yakima, Washington City of Yakima - Standard Detail CEMENT CONCRETE SIDEWALK R5 NOT TO SCALE Revision 03-2011 EXISTING PAVEMENT - DEPTH VARIES ASPHALT CONCRETE PATCH 1.0' LIMITS EXCAVATION LINE 1.0'_ 1 0' (MIN) APPLY CSS -1 & SAND TO SEAL THE SURFACE JOINTS. APPLY CSS -1 TO EDGES OF REPAIR SECTION AND TO SURFACE OF CONCRETE, IF OVERLAYED ALTERNATE BACK SLOPE AT CONTRACTORS OPTION AND AT NO ADDITIONAL COST TO THE CITY OF YAKIMA HMA CL. 1/2" PG 64-28 @ 1.5 TIMES DEPTH OF EXISTING ASPHALT. 0.25' MIN. (COMPACTED DEPTH in 2 EQUAL LIFTS) 0.5' CSBC (COMPACTED DEPTH) ASPHALT CONCRETE SURFACING EXISTING SURFACE - DEPTH VARIES GRAVEL SURFACE 1 0' PATCH LIMITS EXCAVATION LINE Q 1.0' 1.0' (MIN) a�F ALTERNATE BACK SLOPE AT CONTRACTORS OPTION AND AT NO ADDITIONAL COST TO THE CITY OF YAKIMA 0 17' CSTC (COMPACTED DEPTH) GRAVEL SURFACING UNSURFACED AREAS 1.0' PATCH LIMITS EXCAVATION LINE Q 1 0' EXISTING GROUND 1.0' (MIN) ,4e4z ,00 ALTERNATE BACK SLOPE AT CONTRACTORS OPTION AND AT NO ADDITIONAL COST TO THE CITY OF YAKIMA 1.0' MIN. (COMPACTED DEPTH) NATIVE MATERIAL FREE FROM ROCKS OVER 2 INCH. STORE IN STOCKPILE WHEN REMOVED DURING TRENCHING. UNSURFACED AREAS NOTES 1. CONTRACTOR SHALL BE RESPONSIBLE FOR ALL SURFACE RESTORATION INCLUDING WIDER REPAIR SECTIONS RESULTING FROM ALTERNATE BACK SLOPE AT TRENCH SIDES. 2. CONTRACTOR SHALL BE AWARE THAT GEO-TEXTILE-FABRIC MAYBE REQUIRED BY THE ENGINEER IN CERTAIN APPLICATIONS. City Of Yakima Engineering Division 129 North Second Street Yakima, Washington City of Yakima - Standard Detail TYPICAL SURFACING NOT TO SCALE Revision 11-2008 R7 TYPE 1 (HOT MIX ASPHALT) TYPE 2 (HOT MIX ASPHALT) TYPE (HOT MIX ASPHALT) b c TYPE 4 (CEMENT CONCRETE) TYPE 5 (CEMENT CONCRETE) 10' 2112. r 21? TYPE 6 (CEMENT CONCRETE) ? 1a_p BETWEEN - 1" MIN. (TYP.) CEMENT CONCRETE EXTRUDED CURB tl 9 BARS (TYP.) SPACING OF ANCHOR BARS (FOR TYPES 4, S, AND 8) NOTE JOINTS MAY BE FORMED DURING INSTALLATION USING A RIGID DMDER OR SAWCUT AFTER CONCRETE CURES TO MINIMUM STRENGTH. ADDENDUM #3 1-9-2015 !EMPIRES AUGUST 26,20071 EXTRUDED CURB Diu lop STANDARD PLAN F-10.42-00 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Ken L. Smith 01-23-07 TWWhu,pR., RW. D.peAmWtl d TrmpW. TYPE 1 (HOT MIX ASPHALT) TYPE 2 (HOT MIX ASPHALT) 10" 2 1/2" 5" 2 1/2" TYPE 3 (HOT MIX ASPHALT) io 8" 1" 6" 1" io CV Fi I I I I I I I I ih # 3 BAR TYPE 4 (CEMENT CONCRETE) 1" 6" 1,'„ N ii # 3 BAR TYPE 5 (CEMENT CONCRETE) 10" N 2 1/2" 5" 2 1/2" TYPE 6 (CEMENT CONCRETE) to ► 12 12„ 10'-0" BETWEEN JOINTS (TYP ) 12" 12" I I 1" MIN. (TYP) - CEMENT CONCRETE EXTRUDED CURB -' NOTE SPACING OF ANCHOR BARS (FOR TYPES 4, 5, AND 6) # 3 BARS (TYP ) JOINTS MAY BE FORMED DURING INSTALLATION USING A RIGID DIVIDER OR SAWCUT AFTER CONCRETE CURES TO MINIMUM STRENGTH. ADDENDUM #3 1-9-2015 EXPIRES AUGUST 26, 2007 EXTRUDED CURB STANDARD PLAN F-10.42-00 SHEET 1 OF 1 SHEET T APPROVED FOR PUBLICATION Ken L. Smith 01-23-07 STATE DESIGN ENGINEER DATE Washington State Department of Transportation 1 4'-0" MIN. SEE CONTRACT PLANS '3/8" EXPANSION JOINT (TYP.) - SEE STANDARD PLAN F-30.10 ICURB AND GUTTER 1 1 1 1 1 1 1 1 1 1 1 LANDING PEDESTRIAN CURB - SEE NOTE 9 4'-0" MIN. (TYP )- SEE CONTRACT PLANS CURB RAMP FACE OF CURB CROSSWALK CURB RAMP DETECTABLE WARNING SURFACE - SEE STANDARD PLAN F-45.10 DEPRESSED CURB & GUTTER SIDEWALK PLAN VIEW TYPE PARALLEL A 4' - 0" MIN. - SEE CONTRACT PLANS 3/8" EXPANSION JOINT (TYP) - SEE STANDARD PLAN F-30.10 SIDEWALK LANDING PEDESTRIAN CURB - SEE NOTE 9 CURB & GUTTER DETECTABLE WARNING SURFACE - SEE STANDARD PLAN F-45.10 4'-0"MIN. SEE CONTRACT PLANS CURB RAMP 4' - 0" MIN. (TYP) - SEE CONTRACT PLANS FACE OF CURB 2.0% MAX. M 0) w CEMENT CONCRETE PEDESTRIAN EE CURB - SEE NOTE 9 LANDING SECTION 3/8" EXPANSION JOINT (TYP) - SEE STANDARD PLAN F-30.10 SECTION OB "CEMENT CONCRETE CURB RAMP TYPE PARALLEL A" PAY LIMIT - SEE NOTE 6 ISOMETRIC VIEW TYPE PARALLEL A PAY LIMIT GRADE BREAK COUNTER SLOPE 5.0% ?ANC CROSSWALK DETECTABLE WARNING SURFACE - SEE STANDARD PLAN F-45.10 DEPRESSED CURB & GUTTER PLAN VIEW TYPE PARALLEL B TOP OF ROADWAY DEPRESSED CURB & GUTTER - SEE STANDARD PLAN F-10.12 AND NOTE 6 SIDEWALK 15' - 0" MAX. 4'-0"MIN. NOTES 1. Provide a separate Curb Ramp for each marked or unmarked crosswalk. Curb Ramp location shall be placed within the width of the associated crosswalk, or as shown in the Contract Plans. 2. Where "GRADE BREAK" is called out, the entire length of the grade break between the two adjacent surface planes shall be flush. 3. Do not place Gratings, Junction Boxes, Access Covers, or other appurte- nances in front of the Curb Ramp or on any part of the Curb Ramp or Landing. 4 See Contract Plans for the curb design specified. See Standard Plan F-10.12 for Curb, Curb and Gutter, Depressed Curb and Gutter, and Pedestrian Curb details. 5. See Standard Plan F-30.10 for Cement Concrete Sidewalk Details. See Contract Plans for width and placement of sidewalk. 6 The Bid Item "Cement Concrete Curb Ramp Type _" does not include the adjacent Curb, Curb and Gutter, Depressed Curb and Gutter, Pedestrian Curb, or Sidewalks. 7. The Curb Ramp maximum running slope shall not require the ramp length to exceed 15 feet to avoid chasing the slope indefinitely when connecting to steep grades. When applying the 15 -foot max. length, the running slope of the curb ramp shall be as flat as feasible. 8. Curb Ramp, Landing, and Flares shall receive broom finish. See Standard Specifications 8-14. 9. 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 or Landing and there will be no material to retain. SEE NOTE 7 GRADE BREAK 8.3% MAX. Min ging.. mu ismaminummi CURB RAMP 3/8" EXPANSION JOINT (TYP.) - SEE STANDARD PLAN F-30.10 "CEMENT CONCRETE CURB RAMP TYPE PARALLEL B" PAY LIMIT - SEE NOTE 6 SEE CONTRACT PLANS GRADE BREAK 2.0% MAX. LANDING SECTION O ISOMETRIC VIEW TYPE PARALLEL B PAY LIMIT LEGEND PEDESTRIAN CURB - SEE NOTE 9 SLOPE IN EITHER DIRECTION PARALLEL CURB RAMP STANDARD PLAN F-40.12-02 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Pasco Bakotich 111 6/20/13 •Ti STATE DESIGN ENGINEER DATE Washington State Department of Transportation M I MIR DRAWN BY: LISA CYFORD 1 1 CEMENT CONCRETE PEDESTRIAN CURB - SEE NOTE 9 CURB RAMP CEMENT CONCRETE PEDESTRIAN CURB - SEE NOTE 9 CEMENT CONCRETE CURB & GUTTER - SEE NOTES 4 & 6 1 0 -�_, ���►� 3/8" EXPANSION JOINT (TYP) - SEE STANDARD PLAN F-30.10 4' - 0" MIN. - SEE CONTRACT PLANS LANDING CURB RAMP MATCH SIDEWALK (4' - 0" MIN.) - SEE CONTRACT PLANS IDETECTABLE WARNING SURFACE - SEE STANDARD PLAN F-45.10 1 1 1 1 1 1 1 1 1 1 1 1 1 CEMENT CONCRETE PEDESTRIAN CURB - SEE NOTE 9 PLAN VIEW TYPE COMBINATION WITH BUFFER BUFFER STRIP (TYP) - SEE CONTRACT PLANS DEPRESSED CURB & GUTTER - SEE NOTES 4 & 6 CEMENT CONCRETE PEDESTRIAN CURB - SEE NOTE 9 DETECTABLE WARNING SURFACE - SEE STANDARD PLAN F-45.10 DEPRESSED CURB AND GUTTER - SEE NOTES 4 & 6 CEMENT CONCRETE CURB AND GUTTER - SEE NOTES 4 & 6 DETECTABLE WARNING SURFACE - SEE STANDARD PLAN F-45.10 CURB RAMP 4' - 0" MIN. SECTION C) ) 3' - 0" MIN. - SEE SEE CONTRACT PLANS 2.0% MAX. CONTRACT PLANS BUFFER STRIP TOP OF ROADWAY DEPRESSED CURB AND GUTTER - SEE STANDARD PLAN F-10.12 AND NOTE 6 CEMENT CONCRETE PEDESTRIAN CURB (TYP) -- SEE NOTE 9 SECTION Ei B TOP OF ROADWAY CEMENT CONCRETE CURB AND GUTTER - SEE NOTES 4 & 6 DETAIL CURB RADIUS DETAIL 15' - 0" MAX. SEE NOTE 7 GRADE BREAK 8.3% MAX. 3" R. (TYP ) NOTES 1. Provide a separate Curb Ramp for each marked or unmarked crosswalk. Curb Ramp location shall be placed within the width of the associated crosswalk or as shown in the Contract Plans. 2. Where "GRADE BREAK' is called out, the entire length of the grade break between the two adjacent surface planes shall be flush 3 Do not place Gratings, Junction Boxes, Access Covers, or other appurtenances in front of the Curb Ramp or on any part of the Curb Ramp or Landing. 4. See Contract Plans for the curb design specified. See Standard Plan F-10.12 for Curb, Curb and Gutter, Depressed Curb, Gutter and Pedestrian Curb details. 5 See Standard Plan F-30.10 for Cement Concrete Sidewalk Details. See Contract Plans for width and placement of sidewalk. 6. The Bid Item "Cement Concrete Curb Ramp Type _" does not include the adjacent Curb, Curb and Gutter, Depressed Curb and Gutter, Pedestrian Curb, or Sidewalks. 7. The Curb Ramp maximum running slope shall not require the ramp length to exceed 15 feet to avoid chasing the slope indefinitely when connecting to steep grades. When applying the 15 -foot max. length, the running slope of the Curb Ramp shall be as flat as feasible. 8. Curb Ramp, Landing and Flares shall receive broom finish. See Standard Specifications 8-14. 9. 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 or Landing and there will not be material to retain. LEGEND SLOPE IN EITHER DIRECTION 4' - 0" MIN. SEE CONTRACT PLANS 2.0% MAX. 0- 15'-0" MAX. SEE NOTE 7 GRADE BREAK 8.3% MAX. CURB RAMP LANDING CURB RAMP 3/8" EXPANSION JOINT (TYP) - SEE STANDARD PLAN F-30.10 SECTION OC "CEMENT CONCRETE CURB RAMP TYPE COMBINATION" PAY LIMIT - SEE NOTE 6 ISOMETRIC VIEW TYPE COMBINATION PAY LIMIT o Z>� m N ";61 geP gaa 3a o5��g COMBINATION CURB RAMP STANDARD PLAN F-40.14-02 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Pasco Bakotich 111 6/20/13 STATE DESIGN ENGINEER DATE Ink T Washington State Department of Transportation DRAWN BY. FERN LIDDELL 1 3/8" EXPANSION "STANDARD PLAN F-30.10 JOINT (TYP) - SEE GRADE BREAK 1 1 1 1 1 1 1 1 1 1 LANDING GRADE BREAK SEE CONTRACT PLANS - 4' - 0" MIN. CEMENT CONCRETE SIDEWALK - SEE NOTE 5 FLARE (TYP ) CURB RAMP WIDTH 4' - 0" MIN. LANDING TO MATCH CURB RAMP WIDTH - SEE CONTRACT PLANS GRADE BREAK LANDING SEE CONTRACT PLANS - CURB RAMP 4' - 0" MIN. CEMENT CONCRETE SIDEWALK - SEE NOTE 5 PROVIDE SMOOTH TRANSITION TO SIDEWALK WIDTH (TYP ) CURB RAMP CURB, OR CURB AND GUTTER - SEE NOTE 4 GRADE BREAK CURB RAMP WIDTH 4' - 0" MIN. LANDING TO MATCH CURB RAMP WIDTH - SEE CONTRACT PLANS GRADE BREAK SEE CONTRACT PLANS - 4' - 0" MIN. 3/8" EXPANSION JOINT (TYP.) - SEE STANDARD PLAN F-30.10 SEE CONTRACT PLANS - 4'-0"MIN. BUFFER WIDTH - MATCH TO CURB RAMP DEPTH (TYP ) TRANSITION TO SIDEWALK BUFFER, IF PRESENT, OR TO BACK OF CURB (TYP) - SEE CONTRACT PLANS - _ ` CURB, OR CURB AND GUTTER - DETECTABLE WARNING SURFACE - SEE NOTE 4 SEE STANDARD PLAN F-45.10 FACE OF CURB MEASURED PARALLEL TO CURB (TYP ) SLOPE TREATMENT - SEE STANDARD PLAN F-30.10 CROSSWALK DEPRESSED CURB AND GUTTER - SEE NOTE 4 PLAN VIEW TYPE PERPENDICULAR A LANDING DETECTABLE WARNING SURFACE - SEE STANDARD PLAN F-45.10 4'-0"MIN. 15-0"MAX. SEE CONTRACT PLANS 2.0% MAX. SEE NOTE 7 GRADE BREAK 8.3% MAX. CURB RAMP FACE OF CURB CROSSWALK CEMENT CONCRETE PEDESTRIAN CURB - SEE NOTE 4 DETECTABLE WARNING SURFACE - SEE STANDARD PLAN F-45.10 DEPRESSED CURB AND GUTTER PLAN VIEW TYPE PERPENDICULAR B (SHOWN WITH BUFFER) GRADE BREAK COUNTER SLOPE - 5.0% MAX. SECTIONAO TOP OF ROADWAY DEPRESSED CURB AND GUTTER - SEE STANDARD PLAN F-10.12 CEMENT CONCRETE PEDESTRIAN CURB - SEE NOTE 4 CEMENT CONCRETE CURB RAMP "TYPE .;414111w ERPENDICULAR B" PAY LIMIT - SEE NOTE 6'` \,11 ISOMETRIC VIEW TYPE PERPENDICULAR A PAY LIMIT NOTES 1. Provide a separate Curb Ramp for each marked or unmarked crosswalk. Curb Ramp location shall be placed within the width of the associated crosswalk or as shown in the Contract Plans. 2. Where "GRADE BREAK' is called out, the entire length of the grade break between the two adjacent surface planes shall be flush. 3. Do not place Gratings, Junction Boxes, Access Covers, or other appurte- nances in front of the Curb Ramp or on any part of the Curb Ramp or Landing. 4. See the Contract Plans for the curb design specified. See Standard Plan F-10.12 for Curb, Curb and Gutter, Depressed Curb and Gutter, and Pedestrian Curb details. 5. See Standard Plan F-30.10 for Cement Concrete Sidewalk details. See Contract Plans for width and placement of sidewalk. 6. The Bid Item "Cement Concrete Curb Ramp Type " does not include the adjacent Curb, Curb and Gutter, Depressed Curb and Gutter, Pedestrian Curb, or Sidewalk. 7. The Curb Ramp maximum running slope shall not require the ramp length to exceed 15 -feet to avoid chasing the slope indefinitely when connecting to steep grades. When applying the 15 -foot maximum length, the running slope of the Curb Ramp shall as flat as feasible. 8. Curb Ramp, Landing, and Flares shall receive broom finish. See Standard Specifications 8-14. LEGEND SLOPE IN EITHER DIRECTION DETECTABLE WARNING SURFACE - SEE STANDARD PLAN F-45.10 DEPRESSED CURB AND GUTTER - SEE NOTE 4 CEMENT CONCRETE CURB AND GUTTER - SEE NOTE 4 CURB RADIUS DETAIL O ISOMETRIC VIEW TYPE PERPENDICULAR B PAY LIMIT PERPENDICULAR CURB RAMP STANDARD PLAN F-40.15-02 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Pasco Bakotich 111 6/20/13 DATE STATE DESIGN ENGINEER T Washington State Department of Transportation 1 1 I3/8" EXPANSION JOINT (TYP) - SEE STANDARD PLAN F-30.10 SIDEWALK _ - SEE NOTE 6 MATCH SIDEWALK WIDTH - 4' 0" MIN. - SEE CONTRACT PLANS 1 1 PEDESTRIAN CURB - SEE NOTE 10 5' - 0" MIN. LANDING 3" R. PEDESTRIAN CURB - SEE NOTE 10 MATCH SIDEWALK WIDTH - 4' 0" MIN. SEE CONTRACT PLANS 3/8" EXPANSION JOINT - SEE STANDARD PLAN F-30.10 0 Ji BUFFER STRIP - SEE CONTRACT PLANS 1 1 1 1 1 1 1 PEDESTRIAN CROSSING CLOSURE SIGN GRADE BREAK SIDEWALK SEE NOTE 6 _ CURB & GUTTER - SEE NOTE 5 CURB RAMP Y Q • to SIDEWALK - 0 SEE NOTE 6 MATCH SIDEWALK WIDTH - 4' 0" MIN. SEE CONTRACT PLANS CURB RAMP LANDING DETECTABLE WARNING SURFACE BUFFER SEE STANDARD PLAN F-45.10 STRIP FACE OF CURB PLAN VIEW TYPE SINGLE DIRECTION A 15' - 0" MAX SEE NOTE 8 8.3% MAX. GRADE BREAK 2.0% MAX. PEDESTRIAN CROSSING CLOSURE SIGN DETECTABLE WARNING SURFACE - SEE STANDARD PLAN F-45.10 CURB RAMP SECTION OA LANDING GRADE BREAK COUNTER SLOPE 5.0% MAX. ___„6/- TOP OF ROADWAY DEPRESSED CURB & GUTTER - SEE STANDARD PLAN F-10.12 "CEMENT CONCRETE CURB RAMP TYPE SINGLE DIRECTION A" PAY LIMIT - SEE NOTE 7 ISOMETRIC VIEW TYPE SINGLE DIRECTION A PAY LIMIT 1" RADIUS CORNER PEDESTRIAN CURB 90° ANGLE RADIUS MAY VARY GRADE BREAK FACE OF CURB PLAN VIEW TYPE SINGLE DIRECTION B BUFFER STRIP PEDESTRIAN CURB - SEE NOTE 10 DETECTABLE WARNING SURFACE SEE STANDARD PLAN F-45.10 CURB & GUTTER - SEE NOTE 5 CURB RAMP 15' - 0" MAX SEE NOTE 8 15'-0"MAX SEE NOTE 8 NOTES 1. This plan is to be used where pedestrian crossing in one direction is not permitted. 2. Curb ramp location shall be placed within the width of the associated crosswalk, or as shown in the Contract Plans. 3. Where "GRADE BREAK' is called out, the entire length of the grade break between the two adjacent surface planes shall be flush. 4. Do not place gratings, junction boxes, access covers or other appurtan- ences in front of the curb ramp or on any part of the curb ramp or landing. 5. See the Contract Documents for the curb design specified. See Standard Plan F-10.12 for Curb, Curb and Gutter, Depressed Curb and Gutter and Pedestrian Curb details. 6. See Standard Plan F-30.10 for Cement Concrete Sidewalk Details. See contract plans for width and placement of sidewalk. 7 The bid item "Cement Concrete Curb Ramp Type " does not include the adjacent Curb or (Curb and Gutter), Depressed Curb and Gutter, Pedestrian Curb or Sidewalk, or the pedestrian crossing closure sign. 8. The curb ramp maximum running slope shall not require the ramp length to exceed 15 feet to avoid chasing the slope indefinitely when connecting to steep grades. When applying the 15 foot maximum length, the running slope of the curb ramp shall be as flat as feasible. 9 Curb ramps and landings shall receive broom finish. See Standard Specifications 8-14. 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 or Landing and there will be no material to retain. SIDEWALK - SEE NOTE 6 GRADE BREAK 8.3% MAX. 2.0% MAX. 8.3% MAX. 1'-0" DETAIL OD CURB RAMP a F LANDING SECTION O "CEMENT CONCRETE CURB RAMP TYPE SINGLE DIRECTION B" PAY LIMIT - SEE NOTE 7 DETECTABLE WARNING SURFACE - SEE STANDARD PLAN F-45.10 DEPRESSED CURB AND GUTTER - SEE NOTE 5 CURB RAMP GRADE BREAK SIDEWALK - SEE NOTE 6 ISOMETRIC VIEW TYPE SINGLE DIRECTION B PAY LIMIT LEGEND SLOPE IN EITHER DIRECTION . y3 uln gdAv �y (z�W oDitk m LL R Z8 SINGLE DIRECTION CURB RAMP STANDARD PLAN F-40.16-02 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Pasco Bakotich 111 6/20/13 STATE DESIGN ENGINEER DATE T Washington State Department of Transportation 1 1 1 1 1 1 On an Mil DRAWN BY FERN LIDDELL 1 1 1 1 1 1 1 1 A WALKWAY TRUNCATED DOME SPACING SEE NOTE 3 CURB RAMP LANDING W 0 c0 D i TRUNCATED DOME SECTION C SEE STANDARD SPECIFICATIONS FOR CURB RAMP, LANDING, CUT - THROUGH OR WALKWAY COLOR OF SURFACE TRUNCATED DOME DETAILS OFFSET WIDTH OF /— WALKWAY DETECTABLE WARNING SURFACE (DWS) — SEE NOTE 4 BACK OF CURB SINGLE DIRECTION CURB RAMP (GRADE BREAK BETWEEN CURB AND LANDING 5 5 FT. FROM BACK OF CURB) (SEE NOTE 6) CURB RAMP WALKWAY W 0 LANDING DIRECTION OF TRAVEL BACK OF CURB — SEE NOTE 2 SINGLE DIRECTION CURB RAMP (GRADE BREAK BETWEEN CURB AND LANDING > 5 FT FROM BACK OF CURB) (SEE NOTE 6) CURB RAMP WALKWAY LANDING WALKWAY LANDING BACK OF CURB — SEE NOTE 2 N DETECTABLE WARNING SURFACE (DWS) — SEE NOTE 3 CURB AND GUTTER 2'-0"MIN. — TYP OF ALL APPLICATIONS "-nMATCH TO WIDTH OF CURB RAMP, LANDING, CUT -THROUGH OR WALKWAY DETECTABLE WARNING SURFACE DETAIL WALKWAY BACK OF CURB — SEE NOTE 2 WIDTH OF WALKWAY DETECTABLE WARNING SURFACE (DWS) — SEE NOTE 3 CURB RAMP DETECTABLE WARNING SURFACE (DWS) — SEE NOTE 3 WIDTH OF CURB RAMP PERPENDICULAR CURB RAMP (SEE NOTE 6) DETECTABLE WARNING SURFACE (DWS) — SEE NOTES 4 & 7 WALKWAY BACK OF CURB — SEE NOTE 2 WIDTH OF LANDING DETECTABLE WARNING SURFACE (DWS) — SEE NOTE 3 PARALLEL CURB RAMP (SEE NOTE 6) 1 WIDTH OF CURB RAMP, LANDING, OR WALKWAY 4 -I IMIER �I�I�I�I�If�1 clal@I�I�I��� I RAIL WIDTH OF CUT -THROUGH (TYP) DETECTABLE WARNING SURFACE (TYP.) — SEE NOTE 3 PATH OR WALKWAY PEDESTRIAN RAILROAD CROSSING DETECTABLE WARNING SURFACE (TYP) — SEE NOTE 3 BACK OF CURB — SEE NOTE 2 ISLAND CUT -THROUGH NOTES 1. The Detectable Waming Surface (DWS) shall extend the full width of the curb ramp (exclusive of flares) or the landing. 2. The Detectable Waming Surface shall be placed at the back of curb, and need not follow the radius. 3. The rows of truncated domes shall be aligned to be perpendicular to the grade break at the back of curb. 4. The rows of truncated domes shall be aligned to be parallel to the direction of travel. 5. If curb and gutter are not present, such as a shared -use path connection, the Detectable Warning Surface shall be placed at the pavement edge. 6. See Standard Plans for sidewalk and curb ramp details. 7. If a curb ramp is required, the location of the Detectable Waming Surface must be at the bottom of the ramp and within the required distance from the rail. 8 When the grade break between the curb ramp and the landing is less than or equal to 5 ft. from the back of curb at all points, place the Detectable Waming Surface on the bottom of the curb ramp. WIDTH OF CUT -THROUGH (TYP ) BACK OF CURB — SEE NOTE 2 2'-0"MIN. BACK OF CURB — SEE NOTE 2 MEDIAN CUT -THROUGH WIDTH OF SHARED - USE PATH OR WALKWAY (TYP ) WIDTH OF CUT -THROUGH (TYP ) ROUNDABOUT SPLITTER ISLAND PAVEMENT EDGE DETECTABLE WARNING SURFACE (DWS) — SEE NOTES 4 & 5 PLACEMENT GUIDELINES SHARED -USE PATH OR WALKWAY SHOULDER SHARED -USE PATH CONNECTION 2'-0"MIN. DETECTABLE WARNING SURFACE STANDARD PLAN F-45.10-01 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Pasco Bakotich Ill 06/21/12 STATE DESIGN ENGINEER DATE T Washington State Department of Transportation MIN. MAX. A 1.60" 2.40" B 0.65" — C 0.45" 0.90" D 0.9" 1 40" E 0.2" 0.2" COLOR OF SURFACE TRUNCATED DOME DETAILS OFFSET WIDTH OF /— WALKWAY DETECTABLE WARNING SURFACE (DWS) — SEE NOTE 4 BACK OF CURB SINGLE DIRECTION CURB RAMP (GRADE BREAK BETWEEN CURB AND LANDING 5 5 FT. FROM BACK OF CURB) (SEE NOTE 6) CURB RAMP WALKWAY W 0 LANDING DIRECTION OF TRAVEL BACK OF CURB — SEE NOTE 2 SINGLE DIRECTION CURB RAMP (GRADE BREAK BETWEEN CURB AND LANDING > 5 FT FROM BACK OF CURB) (SEE NOTE 6) CURB RAMP WALKWAY LANDING WALKWAY LANDING BACK OF CURB — SEE NOTE 2 N DETECTABLE WARNING SURFACE (DWS) — SEE NOTE 3 CURB AND GUTTER 2'-0"MIN. — TYP OF ALL APPLICATIONS "-nMATCH TO WIDTH OF CURB RAMP, LANDING, CUT -THROUGH OR WALKWAY DETECTABLE WARNING SURFACE DETAIL WALKWAY BACK OF CURB — SEE NOTE 2 WIDTH OF WALKWAY DETECTABLE WARNING SURFACE (DWS) — SEE NOTE 3 CURB RAMP DETECTABLE WARNING SURFACE (DWS) — SEE NOTE 3 WIDTH OF CURB RAMP PERPENDICULAR CURB RAMP (SEE NOTE 6) DETECTABLE WARNING SURFACE (DWS) — SEE NOTES 4 & 7 WALKWAY BACK OF CURB — SEE NOTE 2 WIDTH OF LANDING DETECTABLE WARNING SURFACE (DWS) — SEE NOTE 3 PARALLEL CURB RAMP (SEE NOTE 6) 1 WIDTH OF CURB RAMP, LANDING, OR WALKWAY 4 -I IMIER �I�I�I�I�If�1 clal@I�I�I��� I RAIL WIDTH OF CUT -THROUGH (TYP) DETECTABLE WARNING SURFACE (TYP.) — SEE NOTE 3 PATH OR WALKWAY PEDESTRIAN RAILROAD CROSSING DETECTABLE WARNING SURFACE (TYP) — SEE NOTE 3 BACK OF CURB — SEE NOTE 2 ISLAND CUT -THROUGH NOTES 1. The Detectable Waming Surface (DWS) shall extend the full width of the curb ramp (exclusive of flares) or the landing. 2. The Detectable Waming Surface shall be placed at the back of curb, and need not follow the radius. 3. The rows of truncated domes shall be aligned to be perpendicular to the grade break at the back of curb. 4. The rows of truncated domes shall be aligned to be parallel to the direction of travel. 5. If curb and gutter are not present, such as a shared -use path connection, the Detectable Warning Surface shall be placed at the pavement edge. 6. See Standard Plans for sidewalk and curb ramp details. 7. If a curb ramp is required, the location of the Detectable Waming Surface must be at the bottom of the ramp and within the required distance from the rail. 8 When the grade break between the curb ramp and the landing is less than or equal to 5 ft. from the back of curb at all points, place the Detectable Waming Surface on the bottom of the curb ramp. WIDTH OF CUT -THROUGH (TYP ) BACK OF CURB — SEE NOTE 2 2'-0"MIN. BACK OF CURB — SEE NOTE 2 MEDIAN CUT -THROUGH WIDTH OF SHARED - USE PATH OR WALKWAY (TYP ) WIDTH OF CUT -THROUGH (TYP ) ROUNDABOUT SPLITTER ISLAND PAVEMENT EDGE DETECTABLE WARNING SURFACE (DWS) — SEE NOTES 4 & 5 PLACEMENT GUIDELINES SHARED -USE PATH OR WALKWAY SHOULDER SHARED -USE PATH CONNECTION 2'-0"MIN. DETECTABLE WARNING SURFACE STANDARD PLAN F-45.10-01 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Pasco Bakotich Ill 06/21/12 STATE DESIGN ENGINEER DATE T Washington State Department of Transportation 1 1 1 1 GUY WRAP (TYP ) (SEE NOTE 4) STRAIN INSULATOR (SEE DETAIL) 5/8" (IN) STRAIGHT STRAND EYE BOLT WITH 2 1/2" (IN) SQUARE CURVED WASHER AND (2) HEX NUTS Zit H POLE RAKE POLE AND INSTALL DOWN GUY ASSEMBLY BEFORE LOADING (SEE RAKE TABLE) 0J 17 - POLE POLE RAKE POLE BEFORE LOADING (SEE RAKE TABLE) WEATHERHEAD ENTRANCE ELBOW 5/8" (IN) ANGLE STRAND EYE BOLT WITH TWO -HOLE LIFT PLATE, 1/2" (IN) LAG BOLT, 2 1/2" (IN) SQUARE CURVED WASHER AND DOUBLE HEX NUTS (DOUBLE EYE BOLT FOR MULTIPLE GUYS) (TYP ) 4'-0"MIN. 6' - 0" MAX. 18" MIN. BONDING LUG = CABLE TIES BOND WIRE AT 1'-0"OC m SAG = 5% OF SPAN LAG LENGTH ± 1% GROUND CLAMP STRAIN INSULATOR (SEE DETAIL) GROUND CLAMP BOND WIRE SADDLE CASTING GUY STANDOFF GALVANIZED STEEL BAR - 2" (IN) DIAM., 12 -GAGE SEE TIMBER STRAIN POLE FOR DETAILS NOT SHOWN GROUND CLAMP 10' (FT) SPARE CONDUCTOR (TYP ) 8' - 0" YELLOW REFLECTIVE PLASTIC GUY GUARD AERIAL TERMINAL COMPARTMENT ASSEMBLY - ON SPANS NOTED IN THE CONTRACT 8' - 0" YELLOW REFLECTIVE PLASTIC GUY GUARD STRANDVISE (TYP ) (SEE NOTE 4) I ;c2 1 1 1 1 1 c� 1 1 DOWN GUY DETAIL 40' (FT) CLASS 2 TIMBER POLE, MIN. - UNLESS NOTED OTHERWISE IN THE CONTRACT WIRE ROPE THIMBLE (TYP.) FINISHED GRADE 10' - 0" MIN. 15' - 0" MAX. SEE SIGNAL DISPLAY VERTICAL CLEARANCE CHART FINISHED GRADE %\%\% %/ / // %/ ALTERNATE DOWN GUY DETAIL (WITH GUY WRAPS SHOWN) POWER INSTALLED HELICAL SCREW ANCHOR (SEE NOTES) ANCHOR ASSEMBLIES (SEE STANDARD SPECIFICATION 9-29.4) POWER INSTALLED HELICAL SCREW ANCHOR (SEE NOTES) PLAN ELEVATION SIDE VIEW TIMBER STRAIN POLE (WITH STRANDVISE SHOWN) STRAIN INSULATOR DETAIL GROUND CLAMP TOP OF ALL SIGNAL HEADS IN LEVEL LINE BACKPLATE WITH RETROREFLECTIVE TAPE SEE STD. PLAN J-75.20 FOR DETAILS TOP OF ROADWAY COMPACTED PIT RUN ROCK - 6" (IN) TO 12" (IN) IN ACCORDANCE WITH STANDARD SPECIFICATION 2.09-3(1)E NOTES 1. An eight -way expanding anchor may be used as an acceptable alternate to power installed helical screw anchor 2. If anchor hole diameter is greater than nominal diameter of folded anchors, a 5' (ft) cover of 6" (in) to 12" (in) size rock shall be tamped in to replace the disturbed soil immediately above the anchor. 3. See Standard Plans J-27.10 and -t- J-27.15 for Type IV or Type V Strain Pole details not shown. DETERMINED BY VEHICLE CLEARANCE REQUIREMENTS: 29' - 0" MAX. TYPE IV OR TYPE V STRAIN POLE STANDARD (SEE NOTE 3) SIGNAL DISPLAY VERTICAL CLEARANCE TO ROADWAY HORIZONTAL DISTANCE FROM STOP LINE 40' 45 50' 53' - 180' MIN. MAX. MIN. MAX. MIN. MAX. MIN. MAX. 3 SECTION 5 SECTION DOGHOUSE 16.5' 17.5' 16.5' 19.2' 16.5' 20.9' 16.5' 22.0' 4 SECTION 16.5' 17.0' 16.5' 18.0' 16.5' 19.7' 16.5' 20.8' 5 SECTION 16.5' 17 0' 16.5' 17.5" 16.5' 18.5' 16.5' 19.6' MEASURED FROM BOTTOM OF SIGNAL HEAD HOUSING TO ROADWAY 4. Strandvise or Guy Wrap may be used. RAKE TABLE POLE CLASS RAKE 1900# 7" 2700# 6" 3700# 5" 4800# 5" 5400# 4" 4300# 4" 7200# 4" ALL TIMBER 6" SPAN WIRE INSTALLATION STANDARD PLAN J-15.15-01 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION STATE DESIGN ENGINEER WIWashington State Department of Transportation 1 1 1 1 1 1 1 LISA CYFORD ' KEY 0 END CAP ARM MOUNT TYPE L O2 1 1/2" DIAM. CONDUIT LOCKNUT I 1 1/2" DIAM. LOCKNIPPLE ®O3 STEEL WASHER 0 NEOPRENE GASKET I © BRONZE SERRATED ELL FITTING WITH: • 3/8" STAINLESS STEEL THROUGH BOLT AND NUTS • THREE STAINLESS STEEL SET SCREWS AT SLIPFITTER CONNECTION • THREE ALLEN HEAD STAINLESS STEEL SET SCREWS IAT CONDUIT NIPPLE CONNECTION O7 SERRATED RING WITH PINS ® HEX LOCKNUT WITH: • TWO ALLEN HEAD STAINLESS STEEL SET SCREWS I • PIN RECEPTACLES O9 1 1/2" DIAM. CONDUIT NIPPLE 10 1 1/2" DIAM. HEX LOCKNUT 'MOUN11 TING ASSEMBLY 12 BRONZE ELEVATOR PLUMBIZER WITH 3/8" STAINLESS STEEL THROUGH BOLT, WASHERS, AND TWO NUTS 13 ALUMINUM ARM WITH SET SCREW 14 SLOTTED TUBE WITH CLOSURE STRIP 15 2 1/2" I.D MIN. TUBE CLAMP 16 INTERNALLY THREADED CLAMP ASSEMBLY WITH: • TWO SET SCREWS • 1/2" x 0.045" STAINLESS STEEL BANDS • 7/16" SCREW BUCKLES, WITH SWIVELS, NUTS, AND WASHERS • BAND CLIPS WITH ALLEN HEAD STAINLESS STEEL SET SCREWS BRONZE MESSENGER HANGER WITH: • 1/2" DIAM. J -BOLTS • CABLE LOCK BAR • RIVET • COTTER KEY BRONZE INTERNALLY THREADED WIRE ENTRANCE WITH: • BUSHING INSERT • ALLEN HEAD STAINLESS STEEL SET SCREW BRONZE BALANCE ADJUSTER MULTI -HEAD MOUNTING ASSEMBLY SPIDER ASSEMBLY SERRATED RING WITH NO PINS SERRATED WASHER ARM MOUNT TYPE LE (TYPE L WITH EXTENSION FITTINGS) ARM MOUNT TYPE M 1 Type M mounting shall have "0" ring groove and seal top and bottom of signal attachment. 2. Type M mounting for conventional heads shall have a 2" diameter opening at the signal attachment. 3. Type M mounting for optically programmed heads shall have a 3 1/2" diameter opening at the signal attachment. Type N mounting with optically programmed heads shall be installed with 14" nominal arms. See Standard Plan J-75.30 for tether wire, and backplate requirements. Apply bead of silicone around the perimeter of all top end cap openings prior to installation of the end cap assembly. SPAN WIRE TYPE P (1 HEAD) ARM MOUNT TYPE N SPAN WIRE TYPE Q (2 HEADS) TYPE R (3 HEADS) TYPE S (4 HEADS) SIGNAL HEAD MOUNTING DETAILS MAST ARM AND SPAN WIRE MOUNTINGS STANDARD PLAN J-75.20-00 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Pasco Bakotich 111 02-10-09 STATE DESIGN ENGINEER DATE Washington State Department of Transportation DRAWN BY LISA CYFORD KEY 10 METAL OR TIMBER POLE 2O 2" x 3/16" STAINLESS STEEL BAND WITH 2 EACH: • 3/8-16 NC x 3/4" S. S. HEX HEAD BOLT LOCK WASHERS AND NUTS 03 5/16" EYE AND EYE TURNBUCKLE ® 3/8" MILD STEEL S -HOOK O5 1/8" S. S. WIRE ROPE CLAMP (U -BOLT TYPE) © 1/8" STAINLESS STEEL TETHER WIRE O WIRE CLAMP WITH LEAD WIRE WRAP ® SIGNAL HEAD O9 6 x 8.2 LB/FT CHANNEL 10 2 EACH: • 1/2-13 NC x 2 1/2" HEX HEAD BOLT LOCK WASHERS (DRILL AND TAP POLE TO ACCEPT) 0 WIREWAY (SEE DETAIL THIS SHEET) 12 METAL POLE 13 CABINET 14 END BUSHING 15 SEALING LOCKNUT 16 12-13 NC x 2 1/2" S. S. HEX HEAD BOLT 17 CABINET WALL DRILLED 1/8" OVERSIZE OF NIPPLE 18 CHANNEL DRILLED 1/8" OVERSIZE OF NIPPLE 19 2" DIAM. x 4" NIPPLE (UNLESS OTHERWISE NOTED) 20 POLE DRILLED SO BUSHING WILL PASS THROUGH 21 6063 EXTRUDED ALUMINUM FRAME 22 F24T12/CW FLUORESCENT TUBES (4 EACH) 23 TRANSLUCENT PLEXIGLASS SIGN FACE 24 1 1/2" CAST IRON HUB WITH 5/16" PIN AND COTTER KEY 25 SPAN WIRE MOUNT ASSEMBLY WITH: SPAN WIRE MOUNT • 1 1/2" DIAM. CONDUIT LOCKNUT • 1 1/2" DIAM. CONDUIT NIPPLE • BRONZE MESSENGER HANGER WITH: —1/2" DIAM. J -BOLTS — CABLE LOCK BAR — RIVET —COTTER KEY • BRONZE INTERNALLY THREADED WIRE ENTRANCE WITH: —BUSHING INSERT —ALLEN HEAD STAINLESS STEEL SET SCREW 26 ARM MOUNT ASSEMBLY WITH: • 1 1/2" DIAM. CONDUIT LOCKNUT • BRONZE SERRATED ELL FITTING WITH: —3/8" STAINLESS STEEL THROUGH BOLT AND NUTS — THREE STAINLESS STEEL SET SCREWS AT SLIPFITTER CONNECTION —THREE ALLEN HEAD STAINLESS STEEL SET SCREWS AT CONDUIT NIPPLE CONNECTION • 1 1/2" DIAM. CONDUIT NIPPLE • SERRATED RING WITH NO PINS 27 SIDE POLE MOUNT ASSEMBLY WITH: • 1 1/2" DIAM. CONDUIT LOCKNUT • 1 1/2" DIAM. CONDUIT NIPPLE • SERRATED RING WITH NO PINS 28 1 1/2" SERRATED ELBOW 29 1 1/2" DIAM. NIPPLE (DRILL AND TAP POLE TO ACCEPT) 30 2 EACH: • 1/2-20 NF x 3/4" STAINLESS STEEL HEX HEAD BOLT • LOCK WASHERS (DRILL AND TAP POLE TO ACCEPT) 31 MOUNTING BRACKET MAST ARM MOUNT PLAN VIEW SCOOP ELEVATION VIEW TETHER WIRE DETAIL ISOMETRIC VIEW SIDE POLE MOUNT ISOMETRIC VIEW INTERNALLY ILLUMINATED SIGN DETAILS FULL CIRCLE TUNNEL PERSPECTIVE VIEWS VISORS CAP OR CUTOFF ANGLE 45° SHOWN — SEE CONTRACT PLANS FOR ANGLE AND LENGTH "L" WIREWAY DETAIL ISOMETRIC VIEW 1/8" DRAIN HOLE SECTION ELEVATION VIEW CABINET MOUNTING DETAILS NOTES 1 Backplates shall be installed with 6 stainless steel screws and washers. 2. Silicone top of channel and around nipples at openings into pole. RETRO -REFLECTIVE YELLOW TAPE BACKPLATE DETAIL 8" OR 12" SECTIONS 8" SECTION X = 8" ± 1/2" 12" SECTION X = 5 1/2" ± 1/2" MISCELLANEOUS SIGNAL DETAILS STANDARD PLAN J-75.30-01 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Pasco Bakotich 111 05-11-11 STATE DESIGN ENGINEER DATE Washington State Department of Transportation MINIMUM LANE CLOSURE TAPER LENGTH = L (feet) LANE WIDTH (feet) Posted Speed (mph) 25 30 35 40 45 50 55 60 65 70 10 105 150 205 270 450 500 550 - - - 11 115 165 225 295 495 550 605 660 - - 12 125 180 245 320 540 600 660 720 780 840 MINIMUM SHOULDER TAPER LENGTH = L/3 (feet) SHOULDER WIDTH (feet) Posted Speed (mph) 25 30 35 40 45 50 55 60 65 70 8' 40 40 60 90 120 130 150 160 170 190 10' 40 60 90 90 150 170 190 200 220 240 USE A MINIMUM 3 DEVICES TAPER FOR SHOULDER LESS THEN 8' LEGEND SIGN SPACING = X (1) MPH TAPER FREEWAYS & EXPRESSWAYS 55 /70 MPH 1500'± 40 RURAL HIGHWAYS 60 /65 MPH 800'± 30 RURAL ROADS 45 / 55 MPH 500'± 20 RURAL ROADS & URBAN ARTERIALS 35/40 MPH 350'± 155 RURAL ROADS & URBAN ARTERIALS 25 / 30 MPH RESIDENTIAL & BUSINESS DISTRICTS 200'± (2) URBAN STREETS 25 MPH OR LESS 100'± (2) (1) ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE INTERCHANGE RAMPS, AT -GRADE INTERSECTIONS AND DRIVEWAYS. (2) THIS SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROADWAY CONDITIONS. CHANNELIZATION DEVICE SPACING (feet) MPH TAPER TANGENT 50/70 40 80 35/45 30 60 25/30 20 40 N TEMPORARY SIGN LOCATION 0 TRAFFIC SAFETY DRUM SEQUENTIAL ARROW SIGN TRANSPORTABLE ATTENUATOR PORTABLE CHANGEABLE MESSAGE SIGN Alen PCMS W20 -5R R WORK AREA/ ® BUFFER DATA LONGITUDINAL BUFFER SPACE = B 2 25 30 35 40 45 50 55 60 65 70 LENGTH (feet) 155 200 250 305 360 425 495 570 645 730 BUFFER VEHICLE ROLL AHEAD DISTANCE = R TRANSPORTABLE ATTENUATOR MINIMUM HOST VEHICLE WEIGHT 15,000 LBS. THE MAXIMUM WEIGHT SHALL BE IN ACCORDANCE WITH THE MANUFACTURERS RECOMMENDATION. 30 FEET MIN. TO 100 FEET MAX. 100' t SINGLE -LANE CLOSURE FOR MULTI -LANE ROADWAYS NOT TO SCALE PCMS 1 2 RIGHT 1 MILE LANE CLOSURE AHEAD 2.0 SEC 2.0 SEC FIELD LOCATE 1 MILE t IN ADVANCE OF LANE CLOSURE SIGNING. NOTES: 1 SEE SPECIAL PROVISIONS FOR WORK HOUR RESTRICTIONS. 2. EXTEND DEVICE TAPER AT U3 ACROSS SHOULDER. 3. DEVICES SHALL NOT ENCROACH INTO THE ADJACENT LANE. 4. USE TRANSVERSE DEVICES IN CLOSED LANE EVERY 1000' (FT) (RECOMMENDED). 5. DEVICE SPACING FOR THE DOWNSTREAM TAPER SHALL BE 20' (FT). 6. ALL SIGNS ARE BLACK ON ORANGE. FILE NAME S:1Design R P8 S44-Standards12-Plan Sheet Library101-Published PSLI(TC) Work Zone Traffic ControllW(TC-3) Single -Lane Closure for Multi -Lane Ro TIME 1.18:08 PM DATE 9118/2014 PLOTTED BY FletcCo REGION STATE WASH DESIGNED BY ENTERED BY JOB NUMBER FED.AID PROJ.NO. CHECKED BY PROJ. ENGR. REGIONAL ADM. REVISION DATE BY CONTRACT NO. LOCATION NO. dwaystTC-3.dgn P.E. STAMP BOX DATE P.E. STAMP BOX DATE cri Washington State Department of Transportation Plot 1 PLAN REF NO TC3 TRAFFIC CONTROL PLAN SHEET OF SHEETS 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 MINIMUM LANE CLOSURE TAPER LENGTH = L (feet) LANE WIDTH (feet) Posted Speed (mph) 25 30 35 40 45 50 55 60 65 70 10 105 150 205 270 450 500 550 - - - 11 115 165 225 295 495 550 605 660 - - 12 125 180 245 320 540 600 660 720 780 840 MINIMUM SHOULDER TAPER LENGTH = L13 (feet) SHOULDER WIDTH (feet) Posted Speed (mph) 25 30 35 40 45 50 55 60 65 70 8' 40 40 60 90 120 130 150 160 170 190 10' 40 60 90 90 150 170 190 200 220 240 USE A MINIMUM 3 DEVICES TAPER FOR SHOULDER LESS THEN 8' 1>{>D ElMU PCMS oge C) SIGN SPACING = X (1) MPH TAPER FREEWAYS & EXPRESSWAYS 55 / 70 MPH 1500'± 40 RURAL HIGHWAYS 60 /65 MPH 800'± 30 RURAL ROADS 45 / 55 MPH 500'± 20 RURAL ROADS & URBAN ARTERIALS 35 /40 MPH 350'± 155 RURAL ROADS & URBAN ARTERIALS 25 / 30 MPH RESIDENTAL & BUSINESS DISTREICTS 200'± (2) URBAN STREETS 25 MPH OR LESS 100'± (2) (1) ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE INTERCHANGE RAMPS, AT -GRADE INTERSECTIONS AND DRIVEWAYS. (2) THIS SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROADWAY CONDITIONS. W4 -2(L) 1000' or X CHANNELIZATION DEVICE SPACING (feet) MPH TAPER TANGENT 50/70 40 80 35/45 30 60 25/30 20 40 PCMS 1 2 2 LANES WATCH CLOSED FOR SLOW AHEAD TRAFFIC 2.0 SEC 2.0 SEC FIELD LOCATE 1 MILE ± IN ADVANCE OF LANE CLOSURE SIGNING. BUFFER DATA LONGITUDINAL BUFFER SPACE = B SPEED (MPH) 25 30 35 40 45 50 55 60 65 70 LENGTH (feet) 155 200 250 305 360 425 495 570 645 730 BUFFER VEHICLE ROLL AHEAD DISTANCE = R TRANSPORTABLE ATTENUATOR MINIMUM HOST VEHICLE WEIGHT 15,000 LBS. THE MAXIMUM WEIGHT SHALL BE IN ACCORDANCE WITH THE MANUFACTURERS RECOMMENDATION. 30 FEET MIN. TO 100 FEET MAX. 48" a 48" LEGEND TRAFFIC SAFETY DRUM TEMPORARY SIGN LOCATION SEQUENTIAL ARROW SIGN TRANSPORTABLE ATTENUATOR PORTABLE CHANGEABLE MESSAGE SIGN TEMPORARY SIGN LOCATION (5' (FT) MOUNTING HEIGHT) W20-501 0 0 0 N 0 ® t -r AMU DOUBLE -LANE CLOSURE FOR MULTI -LANE ROADWAYS NOT TO SCALE SEE NOTE 4 KRK 0- 200' NOTES: 1 SEE SPECIAL PROVISIONS FOR WORK HOUR RESTRICTIONS. 2. EXTEND DEVICE TAPER AT L13 ACROSS SHOULDER. 3. DEVICES SHALL NOT ENCROACH INTO THE ADJACENT LANES. 4. USE TRANSVERSE DEVICES IN CLOSED LANE EVERY 1000'(FT) (RECOMMENDED). 5. DEVICE SPACING FOR THE DOWNSTREAM TAPER SHALL BE 20' (FT). 6. ALL SIGNS ARE BLACK ON ORANGE. FILE NAME S:VDesign R P8 S44-Standards12-Plan Sheet Library101-Published PSL1(TC) Work Zone Traffic Control%W(TC-4) Double - Lan Closure for Multi -Lane Rol TIME 1.19:26 PM REGION STATE NO. DATE 9/18/2014 PLOTTED BY FletcCo DESIGNED BY WASH ENTERED BY JOB NUMBER FED.AID PROJ.NO. CHECKED BY PROJ. ENGR. REGIONAL ADM. REVISION DATE BY CONTRACT NO. LOCATION NO. dways%TC-4.dgn P.E. STAMP BOX DATE P.E. STAMP BOX DATE Washington State Department of Transportation Plot 1 PLAN REF NO TC4 TRAFFIC CONTROL PLAN SHEET OF SHEETS 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SIGN SPACING = X (1) SHOULDER WIDTH (feet) Posted Speed (mph) RURAL ROADS & URBAN ARTERIALS 35 /40 MPH 350't 35 RURAL ROADS, URBAN ARTERIALS, 25 / 30 MPH RESIDENTIAL & BUSINESS DISTRICTS 200't (2) URBAN STREETS 25 MPH OR LESS 100't (2) (1) ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE INTERSECTIONS AND DRIVEWAYS. (2) THIS SPACING MAY BE REDUCED IN URBAN AREAS TO ROADWAY CONDITIONS. FIT 40 LEGEND KI TEMPORARY SIGN LOCATION ® CHANNELIZING DEVICES PROTECTIVE VEHICLE MINIMUM SHOULDER TAPER LENGTH = U3 (feet) SHOULDER WIDTH (feet) Posted Speed (mph) 25 30 35 40 45 50 55 60 65 70 8' 40 40 60 90 - - - - - 10' 40 60 90 90 - _ - _ PROTECTIVE VEHICLE _ USE A 3 DEVICES TAPER FOR SHOULDERS LESS THEN 8' CHANNELIZATION DEVICE SPACING (feet) MPH TAPER TANGENT 35/40 30 60 25/30 20 40 — — — — — — — — — — — — — — — T Z 2 0 Z_ 0 L13 W20-1 W21-5 R BUFFER DATA LONGITUDINAL BUFFER SPACE = B SPEED (MPH) 25 30 35 40 45 50 55 60 65 70 LENGTH (feet) 155 200 250 305 BUFFER VEHICLE ROLL AHEAD DISTANCE = R TRANSPORTABLE ATTENUATOR 30 FEET MIN. MINIMUM HOST VEHICLE WEIGHT 15,000 LBS. THE MAXIMUM TO WEIGHT SHALL BE IN ACCORDANCE WITH THE MANUFACTURERS 100 FEET MAX. RECOMMENDATION. PROTECTIVE VEHICLE NO SPECIFIED MAY BE A WORK VEHICLE STRATEGICALLY LOCATED TO SHIELD DISTANCE THE WORK AREA. REQUIRED rW'ORK AREA, SHOULDER CLOSURE - LOW SPEED (40 MPH OR LESS) NOT TO SCALE 0 0 0 50' NOTES: 1 DEVICE SPACING FOR THE DOWNSTREAM TAPER SHALL BE 20' (FT). 2. ALL SIGNS ARE BLACK ON ORANGE. FILE NAME S:1Design R P& S14 -Standards 2 -Plan Sheet Library101-Published PSLI(TC) Work Zone Traffic ControllW(TC-5) Shoulder Closure - Low Speed (40 MP TIME 1:20:14 PM DATE 9/18/2014 PLOTTED BY FletcCo REGION STATE WASH DESIGNED BY ENTERED BY JOB NUMBER FED.AID PROJ.NO. CHECKED BY PROJ. ENGR. REGIONAL ADM. REVISION DATE BY CONTRACT NO. LOCATION NO. H or Less)1TC-5.dgn P.E. STAMP BOX DATE P.E. STAMP BOX DATE Washington State Department of Transportation Plot 1 PUN REF NO TC5 TRAFFIC CONTROL PLAN SHEET OF SHEETS SIGN SPACING = X (1) LANE WIDTH (feet) RURAL ROADS 45 /55 MPH 500'± RURAL ROADS & URBAN ARTERIALS 35 /40 MPH 350'± RURAL ROADS & URBAN ARTERIALS 25 / 30 MPH 200'± (2) RESIDENTAL & BUSINESS DISTREICTS 55 URBAN STREETS 25 MPH OR LESS 100'± (2) (1) ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE INTERCHANGE RAMPS, AT -GRADE INTERSECTIONS AND DRIVEWAYS. (2) THIS SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROADWAY CONDITIONS. U2 TAPER MINIMUM TAPER LENGTH = L (feet) LANE WIDTH (feet) Posted Speed (mph) 25 30 35 40 45 50 55 60 65 70 10 105 150 205 270 450 500 - - - - 11 115 165 225 295 495 550 - - - - 12 125 180 245 320 540 600 - - - - DEVICE SPACING 1/2 DISTANCE FOR OPPOSING 24" KEEP RIGHT R4 -7B B/W 30" CHANNELIZATION DEVICE SPACING (feet) MPH TAPER TANGENT 50 40 80 35/45 30 60 25/30 20 40 LJ2 TAPER 48" W20-1 48" 48" 48" W20 -5C ea — D— ® -0 0 0- 0— 0 — 0 —0 tip O-®00000000 OM 00 -0O0 -0O ®- ®.\ 0 —0 -0 4:1-1:7 = W20 -5R LEGEND K TEMPORARY SIGN LOCATION • CHANNELIZING DEVICES SEQUENTIAL ARROW SIGN PROTECTIVE VEHICLE PORTABLE CHANGEABLE MESSAGE SIGN • TEMPORARY SIGN LOCATION (5' MOUNTING HEIGHT) CMS PCMS U2 BUFFER DATA LONGITUDINAL BUFFER SPACE = B SPEED (MPH) 25 30 ®— CI —0 1-17F. 45 50 1 — - - AREA/ - - - - - - - - 70 LENGTH (feet) ®®® ISI a a b ®®0. 425 - - - W20 -5R LEGEND K TEMPORARY SIGN LOCATION • CHANNELIZING DEVICES SEQUENTIAL ARROW SIGN PROTECTIVE VEHICLE PORTABLE CHANGEABLE MESSAGE SIGN • TEMPORARY SIGN LOCATION (5' MOUNTING HEIGHT) CMS PCMS U2 BUFFER DATA LONGITUDINAL BUFFER SPACE = B SPEED (MPH) 25 30 35 40 45 50 55 60 65 70 LENGTH (feet) 155 200 250 305 360 425 - - - - BUFFER VEHICLE ROLL AHEAD DISTANCE = R TRANSPORTABLE ATTENUATOR 30 FEET MIN. MINIMUM HOST VEHICLE WEIGHT 15,000 LBS. THE MAXIMUM TO WEIGHT SHALL BE IN ACCORDANCE WITH THE MANUFACTURERS 100 FEET MAX. RECOMMENDATION. PROTECTIVE VEHICLE NO SPECIFIED MAY BE A WORK VEHICLE STRATEGICALLY LOCATED TO SHIELD DISTANCE THE WORK AREA. REQUIRED RIGHT LANE CLOSURE WITH SHIFT - 5 LANE ROADWAY NOT TO SCALE PCMS #1 1 2 RIGHT 1 MILE LANE CLOSURE AHEAD 2.0 SEC 2.0 SEC F ELD LOCATE IN ADVANCE OF TEMPORARY SIGNS. PCMS #2 1 2 NNO CENTER LEFT LANE CLOSED TURNING 2.0 SEC 2.0 SEC F ELD LOCATE IN ADVANCE OF TEMPORARY SIGNS. NOTES: 1 SEE SPECIAL PROVISIONS FOR WORK HOUR RESTRICTIONS. 2. RECOMMEND EXTENDING DEVICE TAPER (U3) ACROSS SHOULDER. 3. FOR POSTED SPEED LIMITS OF 30 MPH OR LESS, USE SIGN W1-3 IN LIEU OF SIGN W1-4. 4. ALL SIGNS ARE BLACK ON ORANGE UNSLESS OTHERWISE DESIGNATED. FILE NAME S:1Design R P8 SWStandards12-Plan Sheet Library101-Published PSLI(TC) Work Zone Traffic Control W(TC-10) Right Lane Closure with Shift - 5 Lara TIME 1:24:51 PM DATE 9/18/2014 REGION STATE FED.AID PROJ.NO. NO. PLOTTED BY FletcCo WASH DESIGNED BY ENTERED BY JOB NUMBER CHECKED BY PROJ. ENGR. REGIONAL ADM. REVISION DATE BY CONTRACT NO. LOCAnoN No. Roadway1TC-10.dgn P.E. STAMP BOX DATE P.E. STAMP BOX DATE Washington State Department of Transportation Plot 1 PLAN REF NO TC10 TRAFFIC CONTROL PLAN SHEET OF SHEETS BUFFER DATA LONGITUDINAL BUFFER SPACE = B SPEED (MPH) 25 30 35 40 45 50 55 60 65 70 LENGTH (feet) 155 200 250 305 360 425 - - - - BUFFER VEHICLE ROLL AHEAD DISTANCE = R TRANSPORTABLE ATTENUATOR 30 FEET MIN. MINIMUM HOST VEHICLE WEIGHT 15,000 LBS. THE MAXIMUM TO WEIGHT SHALL BE IN ACCORDANCE WITH THE MANUFACTURERS 100 FEET MAX. RECOMMENDATION. - PROTECTIVE VEHICLE NO SPECIFIED MAY BE A WORK VEHICLE STRATEGICALLY LOCATED TO SHIELD DISTANCE THE WORK AREA. REQUIRED LEGEND SIGN SPACING = X (1) LANE WIDTH (feet) RURAL ROADS 45 / 55 MPH 500'± RURAL ROADS & URBAN ARTERIALS 35 /40 MPH 350'± RURAL ROADS & URBAN ARTERIALS 25 / 30 MPH 200'± (2) RESIDENTAL & BUSINESS DISTREICTS 55 URBAN STREETS 25 MPH OR LESS 100'± (2) (1) ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE INTERCHANGE RAMPS, AT -GRADE INTERSECTIONS AND DRIVEWAYS, (2) THIS SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROADWAY CONDITIONS. L/2 TAPER R MINIMUM TAPER LENGTH = L (feet) LANE WIDTH (feet) Posted Speed (mph) 25 30 35 40 45 50 55 60 65 70 10 105 150 205 270 450 500 - - - - 11 115 165 225 295 495 550 - - - - 12 125 180 245 320 540 600 - - - - 2 U CHANNELIZATION DEVICE SPACING (feet) MPH TAPER TANGENT 50 40 80 35/45 30 60 25/30 20 40 N N N CL ®•: = 4 B • v • WORK AREA v0 iv a TEMPORARY SIGN LOCATION DDD EEO PCMS 0 (1) CHANNELIZING DEVICES SEQUENTIAL ARROW SIGN PROTECTIVE VEHICLE PORTABLE CHANGEABLE MESSAGE SIGN W20 -5L R LEFT LANE AND CENTER TURN LANE CLOSURE - 5 LANE ROADWAY NOT TO SCALE PCMS 1 2 NNO CENTER LEFT LANE CLOSED TURNING 2.0 SEC 2.0 SEC N N N CL ®•: — ® ® ® -0 ®— ® — — — — — — — — — — — — — — — — — //////�j/�j/A. &'nM ® = 4 B • v • WORK AREA v0 iv a TEMPORARY SIGN LOCATION DDD EEO PCMS 0 (1) CHANNELIZING DEVICES SEQUENTIAL ARROW SIGN PROTECTIVE VEHICLE PORTABLE CHANGEABLE MESSAGE SIGN W20 -5L R LEFT LANE AND CENTER TURN LANE CLOSURE - 5 LANE ROADWAY NOT TO SCALE PCMS 1 2 NNO CENTER LEFT LANE CLOSED TURNING 2.0 SEC 2.0 SEC F ELD LOCATE IN ADVANCE OF TEMPORARY SIGNS. NOTES 1 SEE SPECIAL PROVISIONS FOR WORK HOUR RESTRICTIONS. 2. ALL SIGNS ARE BLACK ON ORANGE. FILE NAME S:1Design R P& SM-Standards12-Plan Sheet Library101-Published PSLI(TC) Work Zone Traffic ControllW(TC-11) Left Lane and Center Tum Lane Cloa TIME DATE 1:25:25 PM 9/18/2014 REGION STATE FED.AID PROJ.NO. NO. PLOTTED BY FletcCo WASH DESIGNED BY ENTERED BY JOB NUMBER CHECKED BY PROJ. ENGR. REGIONAL ADM. REVISION DATE BY CONTRACT NO. LOCATION NO. ure - Five Lane Roadway1TC-11. P.E. STAMP BOX DATE Jgn P.E. STAMP BOX DATE er; Washington State Department of Transportation Plot 1 PLAN REF NO TC11 TRAFFIC CONTROL PLAN SHEET OF SHEETS NO PARKING R8-3 INSTALL ON TYPE 2 BARRICADES THROUGHOUT THE WORK AREA 24" x 30" 24 HOURS PRIOR TO IMPLEMENTING TRAFFIC CONTROL. RMI PRIOR NOTIFICATION OF LOCAL LAW ENFORCEMENT REQUIRED. NOTES 1 CONTROLS SHOWN ARE FOR PEDESTRIAN TRAFFIC ONLY 2. A 60" PATH WIDTH SHOULD BE MAINTAINED (48" IS THE MINIMUM). 3. CONTACT AND COORDINATE IMPACTED TRANSIT AGENCIES PRIOR TO IMPLEMENTING ANY CLOSURES. 4. SEE SHEET TC -52 FOR TEMPORARY PEDESTRIAN RAMP DETAILS. 5. ADA PEDESTRIAN FACILITIES MUST BE MAINTAINED SEE STANDARD SPECIFICATION 1-10.2(1)B. 6. TEMPORARY PEDESTRIAN PUSH BUTTONS SHALL BE PLACED ON THE DIVERTED PATH WHEN EXISTING BUTTONS ARE NOT ACCESSIBLE TO PEDESTRIANS. LEGEND TEMPORARY SIGN LOCATION 0 CHANNELIZING DEVICES ® PEDESTRIAN CHANNELIZING DEVICES TEMPORARY PEDESTRIAN RAMP FOR SIDEWALKS 30° x SIDEWALK DIVERSION 24° R9-10 24" x 12" BIW SIDEWALK CLOSED USE OMR SIDE SIDEWALK CLOSED CROSS SIRE R9-11 24" x 12" B/W R9-9 24" x 12" B/W SIDEWALK CLOSED SIDEWALK DETOUR INTERSECTION PEDESTRIAN TRAFFIC CONTROL NOT TO SCALE R9-11 24" x 12" B/W SIDEWALK CLOSED AIF -AD 4 -- CROSS HERE / / SIDEWALK CLOSED 41111mm USE onmt SIDE R9-10 24" x 12" B/W FILE NAME S:1Design R P& S14-Standards12-Plan Sheet Library101-Published PSL1(TC) Work Zone Traffic ControllW(TC-16) Intersection Pedestrian Traffic Contrc REGION STATE NO. WASH TIME 1:28:42 PM DATE 9/18/2014 PLOTTED BY FleteCo DESIGNED BY ENTERED BY JOB NUMBER FED.AID PROJ.NO. CHECKED BY PROJ. ENGR. REGIONAL ADM. REVISION DATE BY CONTRACT NO. LOCATION NO. I1TC-16.dgn P.E. STAMP BOX DATE P.E. STAMP BOX DATE fri Washington State Department of Transportation Plot 1 PLAN REF NO TC16 PEDESTRIAN CONTROL AND PROTECTION SHEET OF SHEETS BUFFER DATA LONGITUDINAL BUFFER SPACE = B SPEED (MPH) 25 30 35 40 45 50 55 60 65 70 LENGTH (feet) 155 200 250 305 360 425 495 570 645 730 BUFFER VEHICLE ROLL AHEAD DISTANCE = R TRANSPORTABLE ATTENUATOR MINIMUM HOST VEHICLE WEIGHT 15,000 LBS. THE MAXIMUM WEIGHT SHALL BE IN ACCORDANCE WITH THE MANUFACTURERS RECOMMENDATION. 30 FEET MIN. TO 100 FEET MAX. MINIMUM LANE CLOSURE TAPER LENGTH = L (feet) LANE WIDTH (feet) Posted Speed (mph) 25 30 35 40 45 50 55 60 65 70 10 105 150 205 270 450 500 550 - - - 11 115 165 225 295 495 550 605 660 - - 12 125 180 245 320 540 600 660 720 780 840 MINIMUM SHOULDER TAPER LENGTH = L/3 (feet) SHOULDER WIDTH (feet) Posted Speed (mph) 25 30 35 40 45 50 55 60 65 70 8' 40 40 60 90 120 130 150 160 170 190 10' 40 60 90 90 150 170 190 200 220 240 USE A MINIMUM 3 DEVICES TAPER FOR SHOULDER LESS THEN 8' CHANNELIZATION DEVICE SPACING (feet) MPH TAPER TANGENT 50/70 40 80 35/45 30 60 25/30 20 40 ANN PCMS LEGEND TEMPORARY SIGN LOCATION CHANNELIZING DEVICES TRAFFIC SAFETY DRUM SEQUENTIAL ARROW SIGN TRANSPORTABLE ATTENUATOR PORTABLE CHANGEABLE MESSAGE SIGN PCMS 1 2 RIGHT 1 MILE LANE CLOSURE AHEAD 2.0 SEC 2.0 SEC FIELD LOCATE 1 MILE ± IN ADVANCE OF LANE CLOSURE SIGNING. 12' MINIMUM TRAFFIC SPACE V BUFFER SPACE 4' EXISTING LANE WORK AREA EXISTING SHOULDER TYPICAL SECTION A -A V W5-1 SIGN SPACING = X (1) FREEWAYS & EXPRESSWAYS 55 /70 MPH 1500'± RURAL HIGHWAYS 60 /65 MPH 800'± RURAL ROADS 45 /55 MPH 500'± RURAL ROADS & URBAN ARTERIALS 35 /40 MPH 350'± RURAL ROADS & URBAN ARTERIALS 25 / 30 MPH RESIDENTAL & BUSINESS DISTRICTS 200'± (2) URBAN STREETS 25 MPH OR LESS 100'± (2) (1) ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE INTERCHANGE RAMPS, AT -GRADE INTERSECTIONS AND DRIVEWAYS. (2) THIS SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROADWAY CONDITIONS. n -A K a K] ® fD 13 iD Et K71 ISILa X X �L/3.- X W20 -5R 0 0 L SINGLE -LANE CLOSURE WITH SHIFT NOT TO SCALE NOTES R MN - /iii WORK ARE/ ///// A 0 0 100' ± 0 1 SEE SPECIAL PROVISIONS FOR WORK HOUR RESTRICTIONS. 2. RECOMMEND EXTENDING DEVICE TAPER (L/3) ACROSS SHOULDER. 3. USE TRANSVERSE DEVICES IN CLOSED LANE EVERY 1000'± (RECOMMENDED). 4. ALL SIGNS ARE BLACK ON ORANGE. 5. RECOMMEND ADVANCE NOTICE FOR ANY OVER WIDTH LOADS PRIOR TO LANE CLOSURE FOR ALTERNATE ROUTES IF APPLICABLE. FILE NAME S:1Design R P& S14-Standards12-Plan Sheet Library101-Published PSL1(TC) Work Zone Traffic ControI1W(TC-17) Single Lane Closure with Shift6TC-17 TIME 1:29:17 PM DATE 9/18/2014 REGION STATE FED.AID PROJ.NO. NO. PLOTTED BY FletcCo WASH DESIGNED BY ENTERED BY JOB NUMBER CHECKED BY PROJ. ENGR. REGIONAL ADM. REVISION DATE BY CONTRACT NO. LOCATION NO. dgn PE.STAMP BOX DATE PE. STAMP BOX DATE Washington State Department of Transportation Plot 1 PIAN REF NO TC17 TRAFFIC CONTROL PLAN SHEET OF SHEETS Aril -NA firlik Er Imilviriliiki�„�:��t��;,�� i' 111_I i a-� lli �jii�CC=IIII1I'' _ -„`,1t” ■_. um �� ��rrr� I■im■- n11�I; ��f.1v� km so 01�" �1�••� lini urejir-p-11411-11. OlielgilliZg 00 — 00'111111'�1I'I'LIi _ ___ A _ g;�eo�•:'Pito:..�•m,,�,,;���` 111-1 re41419111F111111% a =111 a ��`'' .®�4111t11!iiiimhCt'11111� LI �I ���� - 1'�i���-__=_ 'ot IllL15-�� 00 nim 1111i1iFi■ '.= ="ge s, o ac�'111111,�; -11113f�■l !� 1t "[PAU' ..11; ,,,,��� `� �i�'�m� i �,.. L■r11M_`1!u1I11 L IJ t'•�. •'71 ',,, --011 ��,ommmll l' 1- �� ——. L. �_, ,,,.1� , \\\Ilmmmll,ll.■■ kiffilttom1 3 i, ; ■�"■—X1111 1 u.� �. �umu=_ F 1 i �z116{IIIY11,11 ttk t _ i1:==�II■ ��yoHiadi ��6'�' �� Yllatilplmffllnl 1_ ILII IIS •�CCIIII[ ` IIIII 11=i I1'iun ill 111111111 lfl f I��� i IIIII O11' Ili,. !11111 11j� �i1 ■ii l liLniUI11S1111„. ■!I!! .■Illliul,,,,, _Alii i— - .. 111 NEFEFIfill11�, . ■'1' 1 !IIIILIII111!111� lai 11�01114111111111111 111�iIuii'i11111111111111 ■1�r�1,11�� I , �� , �1 n_ �,� ,� N ,��'1 1[i j LiII, .Mk.UOM _, blin 1 1_ , f_ 1111111"11 Mil lit ■I'nueimm 1 ilionmiso 1 IIw nu I ■o mum111: i � I�a..�1111Y1_ - -► VICINITY MAP SCALE 1"=1500' PLAN DISCLAIMER UNDERGROUND FEATURES SHOWN HEREON REPRESENT BEST AVAILABLE INFORMATION AS OBTAINED FROM LOCAL RECORDS AND VISIBLE SURFACE EVIDENCE. THE CONTRACTOR IS CAUTIONED TO VERIFY THE LOCATION AND DEPTH OF ALL UNDERGROUND FACILITIES. STATE LAW REQUIRES THAT ALL EXCAVATION WORK MUST BE PROCEEDED BY NOTIFICATION TO ALL OWNERS OF UNDERGROUND FACILITIES THROUGH A ONE NUMBER LOCATOR SERVICE: 1-800-553-4344 Corridor Safety Project 1st Street and Nob Hill Blvd. City of Yakima Project No. 2357 Federal Aid No. POMVIP-000S(369) SHEET INDEX SHEET FROM TO DESCRIPTION 1 2 3 4 5 6 3+00 108+00 151+00 165+00 7 8 9 10 Know what's below. CaII before you dig. 85+00 137+00 165+00 244+50 Cover Sheet Nob Hill Blvd. - Radar Sign Loc. Nob Hill Blvd. Nob Hill Blvd. Nob Hill Blvd. Nob Hill Blvd. S. 1st Street Wash Ave/Russell S. 1st St. - Mead thru Nob Hill S. 1st St. - Arlington St. 1st St. - Walnut thru 'D' St. N. 1st St. - I St. & Radar Sign Loc. March 2015 1 CONSTRUCTION NOTES: 1O INSTALL PARALLEL CURB RAMP O INSTALL COUNT DOWN PEDESTRIAN SIGNAL HEADS O INSTALL DWY. RAMP & DETECTIBLE WARNING SURFACE ® INSTALL PERPENDICULAR CURB RAMP O INSTALL DUAL -FACED CEMENT CONC. TRAFFIC CURB © INSTALL NEW LED LUMINARE HEAD O INSTALL SINGLE DIRECTION CURB RAMP ® UPGRADE SIGNAL HEADS ® INSTALL SPEED RADAR SIGN DATE REVISION BY City Of Yakima Engineering Division Corridor Safety Program 1st Street / Main St. & Nob Hill Blvd. Fed. Aid Proj. No. POMVIP-000S(369) City of Yakima Project No. 2357 Project Eng: RKT Drawn By: RKT Chkd. By: BHS Drawing Scales Horizontal =1" = 50' Vertical = none Plan Nob Hill Blvd 1 10 J i CONSTRUCTION NOTES: O INSTALL PARALLEL CURB RAMP O INSTALL COUNT DOWN PEDESTRIAN SIGNAL HEADS ICI INSTALL DWY. RAMP & DETECTIBLE WARNING SURFACE ® INSTALL PERPENDICULAR CURB RAMP O INSTALL DUAL -FACED CEMENT CONC. TRAFFIC CURB © INSTALL NEW LED LUMINARE HEAD 0 INSTALL SINGLE DIRECTION CURB RAMP ® UPGRADE SIGNAL HEADS O INSTALL SPEED RADAR SIGN DATE REVISION BY City Of Yakima Engineering Division 129 Narin Second Street Yakima Wasningtor Corridor Safety Program 1st Street / Main St. & Nob Hill Blvd. Fed. Aid Proj. No. POMVIP-000S(369) City of Yakima Project No. 2357 Project Eng: RKT Drawn By: RKT Chkd. By: BHS Drawing Scales Horizontal =1" = 50' Vertical = none Plan Nob Hill Blvd 2 10 :10 3-"S -VS- 3-23-15 VS CONSTRUCTION NOTES: O INSTALL PARALLEL CURB RAMP I2 INSTALL COUNT DOWN PEDESTRIAN SIGNAL HEADS 3 INSTALL DWY. RAMP & DETECTIBLE WARNING SURFACE ® INSTALL PERPENDICULAR CURB RAMP I5 INSTALL DUAL -FACED CEMENT CONC. TRAFFIC CURB 6 INSTALL NEW LED LUMINARE HEAD O7 INSTALL SINGLE DIRECTION CURB RAMP ® UPGRADE SIGNAL HEADS O9 INSTALL SPEED RADAR SIGN 3-23-15 DATE Ramp Reductions RKT REVISION BY City Of Yakima Engineering Division 129 North Second Street Yakima, Washington Corridor Safety Program 1st Street / Main St. & Nob Hill Blvd. Fed. Aid Proj. No. POMVIP-000S(369) City of Yakima Project No. 2357 Project Eng: RKT Drawn By RKT Chkd. By: BHS Drawing Scales Horizontal =1" = 50' Vertical = none Plan Nob Hill Blvd 3 10 I 1• co w 1 51 Ilmr 3-z.s—% S Ery 1 ee. • rt a W NOB HILL_BLVD CONSTRUCTION NOTES: O INSTALL PARALLEL CURB RAMP INSTALL COUNT DOWN PEDESTRIAN SIGNAL HEADS INSTALL DWY. RAMP & DETECTIBLE WARNING SURFACE ® INSTALL PERPENDICULAR CURB RAMP O INSTALL DUAL -FACED CEMENT CONC. TRAFFIC CURB a` 2 © INSTALL NEW LED LUMINARE HEAD 07 INSTALL SINGLE DIRECTION CURB RAMP ® UPGRADE SIGNAL HEADS INSTALL SPEED RADAR SIGN 3-23-15 N. DATE Ramp Reductions REVISION RKT BY City Of Yakima Engineering Division 129 North Second Street Yakima. Washington Corridor Safety Program 1st Street / Main St. & Nob Hill Blvd. Fed. Aid Proj. No. POMVIP-000S(369) City of Yakima Project No. 2357 Project Eng: RKT Drawn By: RKT Chkd. By: BHS Drawing Scales Horizontal =1" = 50' Vertical = none Plan Nob Hill Blvd 4 10 r W NOB HILL BLVD CONSTRUCTION NOTES: O INSTALL PARALLEL CURB RAMP 02 INSTALL COUNT DOWN PEDESTRIAN SIGNAL HEADS 03 INSTALL DWY. RAMP & DETECTIBLE WARNING SURFACE ® INSTALL PERPENDICULAR CURB RAMP O INSTALL DUAL -FACED CEMENT CONC. TRAFFIC CURB © INSTALL NEW LED LUMINARE HEAD O7 INSTALL SINGLE DIRECTION CURB RAMP ® UPGRADE SIGNAL HEADS O INSTALL SPEED RADAR SIGN 3-23-15 DATE Ramp Reductions REVISION RKT BY City Of Yakima Engineering Division 129 North Second Street Yakima, Washington Corridor Safety Program 1st Street / Main St. & Nob Hill Blvd. Fed. Aid Proj. No. POMVIP-000S(369) City of Yakima Project No. 2357 Project Eng. RKT Drawn By: RKT Chkd. By: BHS Drawing Scales Horizontal =1" = 50' Vertical = none Plan Nob Hill Blvd 5 10 REMOVE & REPLACE RAMP BASE ONLY REMOVE & REPLACE EX. CONC. GUTTER & CONC TO CONSTRUCT 3' VALLEY GUTTER REMOVE & REPLACE RAMP BASE ONLY CONSTRUCTION NOTES: O INSTALL PARALLEL CURB RAMP ® INSTALL COUNT DOWN PEDESTRIAN SIGNAL HEADS 03 INSTALL DWY. RAMP & DETECTIBLE WARNING SURFACE ® INSTALL PERPENDICULAR CURB RAMP O INSTALL DUAL -FACED CEMENT CONC. TRAFFIC CURB © INSTALL NEW LED LUMINARE HEAD O7 INSTALL SINGLE DIRECTION CURB RAMP ® UPGRADE SIGNAL HEADS O INSTALL SPEED RADAR SIGN 3-23-15 Ramp Reductions RKT DATE REVISION BY City Of Yakima Engineering Division 129 North Second Street Yakima, Washington Corridor Safety Program 1st Street / Main St. & Nob Hill Blvd. Fed. Aid Proj. No POMVIP-000S(369) City of Yakima Project No. 2357 Project Eng. RKT Drawn By: RKT Chkd. By: BHS Drawing Scales Honzontal =1" = 50' Vertical = none Plan S 1st Street 6 10 J CONSTRUCTION NOTES O INSTALL PARALLEL CURB RAMP O INSTALL COUNT DOWN PEDESTRIAN SIGNAL HEADS O3 INSTALL DWY RAMP & DETECTIBLE WARNING SURFACE ® INSTALL PERPENDICULAR CURB RAMP O INSTALL DUAL -FACED CEMENT CONC TRAFFIC CURB © INSTALL NEW LED LUMINARE HEAD O7 INSTALL SINGLE DIRECTION CURB RAMP ® UPGRADE SIGNAL HEADS O INSTALL SPEED RADAR SIGN 3-23-15 Ramp Reductions DATE REVISION RKT BY City Of Yakima Engineering Division 129 North Second Street Yakima, Washington Corridor Safety Program 1st Street / Main St. & Nob Hill Blvd. Fed. Aid Proj. No. POMVIP-000S(369) City of Yakima Project No. 2357 Project Eng: RKT Drawn By: RKT Chkd. By: BHS Drawing Scales Horizontal =1" = 50' Vertical = none Plan S. 1st Street 7 10 l s 4,1) CONSTRUCTION NOTES O INSTALL PARALLEL CURB RAMP ® INSTALL COUNT DOWN PEDESTRIAN SIGNAL HEADS O3 INSTALL DVVY RAMP & DETECTIBLE WARNING SURFACE ® INSTALL PERPENDICULAR CURB RAMP O INSTALL DUAL -FACED CEMENT CONC TRAFFIC CURB © INSTALL NEW LED LUMINARE HEAD O7 INSTALL SINGLE DIRECTION CURB RAMP ® UPGRADE SIGNAL HEADS O9 INSTALL SPEED RADAR SIGN 1 DATE REVISION BY City Of Yakima Engineering Division 129 North Second Street Yakima, Washington Corridor Safety Program 1st Street / Main St. & Nob Hill Blvd. Fed. Aid Proj. No. POMVIP-000S(369) City of Yakima Project No. 2357 Project Eng RKT Drawn By: RKT Chkd. By. BHS Drawing Scales Horizontal =1" = 50' Vertical = none Plan S. 1st Street 8 10 1 CONSTRUCTION NOTES: O INSTALL O INSTALL ® INSTALL ® INSTALL PARALLEL CURB RAMP COUNT DOWN PEDESTRIAN SIGNAL HEADS DWY. RAMP & DETECTIBLE WARNING SURFACE PERPENDICULAR CURB RAMP 0 INSTALL DUAL -FACED CEMENT CONC. TRAFFIC CURB ® INSTALL NEW LED LUMINARE HEAD ICI INSTALL SINGLE DIRECTION CURB RAMP ® UPGRADE SIGNAL HEADS ® INSTALL SPEED RADAR SIGN DATE REVISION BY City Of Yakima Engineering Division 129 North Second Street Yakima, Washington Corridor Safety Program 1st Street / Main St. & Nob Hill Blvd. Fed. Aid Proj No. POMVIP-000S(369) City of Yakima Project No. 2357 Project Eng: RKT Drawn By: RKT Chkd. By: BHS Drawing Scales Horizontal =1" = 50' Vertical = none Plan N. 1st Street 9 10 I CONSTRUCTION NOTES: O INSTALL PARALLEL CURB RAMP O INSTALL COUNT DOWN PEDESTRIAN SIGNAL HEADS 0 INSTALL DWY. RAMP & DETECTIBLE WARNING SURFACE ® INSTALL PERPENDICULAR CURB RAMP O INSTALL DUAL -FACED CEMENT CONC. TRAFFIC CURB © INSTALL NEW LED LUMINARE HEAD 0 INSTALL SINGLE DIRECTION CURB RAMP ® UPGRADE SIGNAL HEADS INSTALL SPEED RADAR SIGN AIM -66 411 .41 4 um UTILIZE EX. CONDUIT RUNS ACROSS AND ALONG N. 1ST INT. SIDEWALK & CURB AP. SIDEWALK EX. POWER" SERVICE i 6 s DATE REVISION BY City Of Yakima Engineering Division 29 North Second Street aK ma Washmgion Corridor Safety Program 1st Street / Main St. & Nob Hill Blvd. Fed. Aid Proj. No. POMVIP-000S(369) City of Yakima Project No. 2357 Project Eng: RKT Drawn By: RKT Chkd. By: BHS Drawing Scales Horizontal =1" = 50' Vertical = none Plan N. 1st Street 10 10 Project: (Name) (Address) To: (Contractor) City of Yakima Corridor Safety Project 1st Street and Nob Hill Blvd. I—Columbia Asphalt & Gravel, —I Inc. L 1 Change Order Change Order Number 1 Change Order Date December 7, 2015 Contract Number 2357 Contract Date June 29, 2015 You are directed to make the following changes in this Contract: • Paint Extruded Curb at First Street and Nob Hill Blvd, Nob Hill Blvd and 3rd Avenue and at Nob Hill Blvd and 10th Avenue with two coats of traffic yellow paint. • Same area's above place yellow tubular markers at each end and in between extruded curb break points, a total of 30 candles • All labor, equipment, traffic control, and materials are included in this Lump Sum price of $7,800 00 Total this change order +$7,800 00 Add 3 working days to project. This is to be considered as much a part of the contract documents as if it was included in the original contract. Not valid until signed by both the Approving Authority and Contractor. Signature of the Contractor indicated agreement herewith, including any adjustment on the Contract Sum or Contract Time. The original Contract Sum was Net change by previous Change Orders The Contract Sum prior to this Change Order The Contract Sum will be: Vl Increased 0 The New Contract Sum including this Change The Contract Time will be: 17(Increased The New Contract Time will be 53 . . .. . . . ......... ... Decreased 0 Unchanged by this Change Order Order will be . .. 0 Decreased 0 Unchanged by 3 $ 305,290.00 $ 0.00 $ 305,290.00 $ 7,800.00 . $ 313,090.00 working days working days /40) /me n r or Appr.val Reco 7:df;V\ Approv d By(1 / truction Supervisor Title _.._ /� ./t _ _,. Date / 2- r -%-. y--- _------..._ Title City Manager \ By' rY ' . 1 -\ Director Date /C)//1 l -S Date 1.12,L LS, .' C I3 Engineering and Utilities Based on DOT Form 570-001 EF Original to: 0 Contractor Copies to. 0 Region 0 Construction Administrator 0 OSC Accounting 0 City Engineering Columbia December 4, 2015 City of Yakima, Engineering Division 129 North Second Street Yakima, WA 98901 Attn: Bruce Floyd Project Manager Re: Safety Corridor Project Nob Hill Blvd. & 1st Street/Main Street Project No. 2357 Columbia Asphalt & Gravel, Inc. is providing a price for the painting of the Extruded Curb Type 6 and the installation of Tubular Markers on the curb. Painting of the curb will be with 2 coats of yellow paint. Traffic Control will also be included to perform the work Mobilization Curb Painting (Yellow) Tubular Markers (30 each) Traffic Control Sub Total 12 % Mark Up Total $500.00 $577 00 $4,425.00 $1.462.30 $6,964.30 $835.70 $7,800.00 If you have any questions regarding this; please call me at 453-2063 or 728-0551 Sincerely, Raymond G. Opiela Estimator PO Box 9337, Yakima, WA 98909 * ph (509) 453-2063 fax (509) 877-6963 Change Order No. 1 Estimated Cost Install Tubular Markers and Paint Extruded Curbing Equipment and Material Description Unit QTY $/Unit Cost Tubular Markers EA 30 13.00 390 00 Paint GAL 5 100.00 500.00 Traffic Control Devises LS 1 500.00 500.00 Truck HR 48 28.00 1,344.00 Subtotal: 2,734.00 21% Markup: 574.14 Total: 3,308.14 Labor Description Unit QTY $/Unit Cost Foreman HR 24 40.00 960.00 Laborer HR 48 34.07 1,635.36 Traffic Control Labor HR 24 36.01 864.24 Traffic Control Supervisor LS 1 200.00 200 00 Subtotal: 3,659.60 29% Markup: 1,061.28 Total: 4,720.88 Total: $ 8,029.02