Loading...
HomeMy WebLinkAboutR-2012-081 Lincoln Avenue Corridor Safety Project Agreement with KRCI, LLC CONTRACT THIS AGREEMENT, made and entered into in triplicate, this 18 day of Fe A , 2016, by and between the City of Yakima, hereinafter called the Owner, and KRCI, LLC, a Limited Liability Company, 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 $225,484.00, for Lincoln Avenue Corridor Safety Project, City Project No. 2344, 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 11 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 Counte rsigned CITY OF YAKIMA CONTRACTOR this t 8 day of P-- • 2016. ,a W Corporation Contractor { � . By• - PAT r 0E'JT 0 7 City Manager At -s: t rin am lerk Its (President, Owner, etc.) CITY CONTRACT Nap 26 -032 Address. 25 SE Ir RESOLUTION NO: fi -20 2 - Q 4 ` ; r 'e r (A1t 87) PERFORMANCE BOND Bond No. 1044549 BOND TO CITY OF YAKIMA KNOW ALL MEN BY THESE PRESENTS That whereas the City of Yakima, Washington has awarded to KRCI, LLC (Contractor) hereinafter designated as the "Principal" a contract for the construction of the project designated Lincoln Avenue Corridor Safety Project, City Project No. 2344, 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,i C !rittCrbg, and The Hanover Insurance Company (Surety), a corporation, organized and existing under and by virtue of the laws of the State of New Hampshire , 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 $ 22 484 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 al 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 he void; but otherwise it shall be and remain in full force and effect. This obligation is entered into in pursuance of the statutes of the State of Washington. and the Ordinances of the City of Yakima, Washington. IN WITNESS WHEREOF, the said principal and the said surety have caused this bond to be signed and sealed by their duly authorized officers this day of ._ , 201 _6. KRCI LLC ncipa( By" (Signature) Pet-t k r, (Print Name) Approved as to form. , ¢e0 ' 1, c;.4 % rifle ( dyAttorney) The Hanover Insurance Company rY BY /L� /11 ( Si g nature) Theresa A. Lamb (Print Name) Attorney -in -Fact (Title) THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY CITIZENS INSURANCE COMPANY OF AMERICA POWERS OF ATTORNEY CERTIFIED COPY KNOW ALL MEN BY THESE PRESENTS. That THE HANOVER INSURANCE COMPANY and MASSACHUSETTS BAY INSURANCE COMPANY, both being corporations organized and existing under the laws of the State of New Hampshire, and CITIZENS INSURANCE COMPANY OF AMERICA, a corporation organized and existing under the laws of the State of Michigan, do hereby constitute and appoint S.M. Scott, Darlene Jakielski, Julie M. Glover, Jim W. Doyle, Michael A. Murphy, Jim S. Kuich, Chad M. Epple, Andy D. PriII, Theresa A. Lamb, Ted Baran, Carol Lowell and /or Steve Wagner of Hub International Northwest, LLC, in Bothell, WA and each is a true and lawful Attomey(s) -in -fact to sign, execute, seal, knowledge and deliver for, and on its behalf, and as its act and deed any place within the United States, or, if the following line be filled in, only within the area therein designated any and all bonds, recognizances, undertakings, contracts of indemnity or other writings obligatory in the nature thereof, as follows: Any such obligations in the United States, not to exceed Seventy Five Million and No /100 ($75,000,000) in any single instance and said companies hereby ratify and confirm all and whatsoever said Attorney(s) -in -fact may lawfully do in the premises by virtue of these presents. These appointments are made under and by authority of the following Resolution passed by the Board of Directors of said Companies which resolutions are still in effect: "RESOLVED, That the President or any Vice President, in conjunction with any Vice President, be and they are hereby authorized and empowered to appoint Attorneys -in -fact of the Company, in its name and as its acts, to execute and acknowledge for and on its behalf as Surety any and all bonds, recognizances, contracts of indemnity, waivers of citation and all other writings obligatory in the nature thereof, with power to attach thereto the seal of the Company Any such writings so executed by such Attorneys -in -fact shall be as binding upon the Company as if they had been duly executed and acknowledged by the regularly elected officers of the Company in their own proper persons." (Adopted October 7, 1981 - The Hanover Insurance Company; Adopted April 14, 1982 - Massachusetts Bay Insurance Company; Adopted September 7, 2001 - Citizens Insurance Company of America) IN WITNESS WHEREOF, THE HANOVER INSURANCE COMPANY, MASSACHUSETTS BAY INSURANCE COMPANY and CITIZENS INSURANCE COMPANY OF AMERICA have caused these presents to be sealed with their respective corporate seals, duly attested by two Vice Presidents, this 22nd day of March 2015. THE HANOVER INSURANCE COMPANY Jy„kuuXfl MASSACHUSETTS BAY INSURANCE COMPANY . I , 4,7 :, c li Pa N, C17lZENS SURANCE OMPANY OF AMERICA Robert Thomas, Vic e President T •t `� �,. THE COMMONWEALTH OF MASSACHUSETTS ) COUNTY OF WORCESTER ) ss. toe $3renstrom, tee President On this 22nd day of March 2015 before me came the above named Vice Presidents of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America, to me personally known to be the individuals and officers described herein, and acknowledged that the seals affixed to the preceding instrument are the corporate seals of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America, respectively, and that the said corporate seals and their signatures as officers were duly affixed and subscribed to said instrument by the authority and direction of said Corporations. KATHLEEN M. SIRARD Notary Public • r Commonwealth of Massachusetts al My Commission Expires ' September 4, 2020 Katlleen M. Sirard. Notary •u lie t My .nnlnfis itin Expires September 1)4. I, the undersigned Vice President of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America, hereby certify that the above and foregoing is a full, true and correct copy of the Original Power of Attorney issued by said Companies, and do hereby further certify that the said Powers of Attorney are still in force and effect. This Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America. "RESOLVED, That any and all Powers of Attorney and Certified Copies of such Powers of Attorney and certification in respect thereto, granted and executed by the President or any Vice President in conjunction with any Vice President of the Company, shall be binding on the Company to the same extent as if all signatures therein were manually affixed, even though one or more of any such signatures thereon may be facsimile." (Adopted October 7, 1981 - The Hanover Insurance Company; Adopted April 14, 1982 - Massachusetts Bay Insurance Company; Adopted September 7, 2001 - Citizens Insurance Company of America) GIVEN under my hand and the seals of said Companies, at Worcester, Massachusetts, this day of 20 THE HANOVER INSURANCE COMPANY MA SA HUSETT BAY I - RA CE COMPANY CIT' EN . I SUR/ CE /' I • • / OF AMERICA l d, J. " -► I 'ete, Vice - es Tent 111111w' I CLEg -- 0 f2J6-/ ni A ( S I City of Yakima 1 Engineering Division 1 $1111111111111111111■1111111111111■1 11111•111111r 1111111111111iiiiiiiiii, I Iliiolii Avenue Corridor 1 tafety Project �_ - _ • 3 Ill t. 4.!H - .... c. • MM �- _ - A t �� �',� k Xre ce �� e tNe .ter S , i t �.�� �' - '. -� . - I or 111111FI 1111* -11111 . _ , fi 1 1 1 11.111111111 .. 1 J ib "";... {: . ! 1 "`- .r a' �i --- A v r , te Yx L$ t t � +" , ' 44* - ttilliftill i . Construction Contract Specifications & Bid Documents I City Project Number 2344 I Fed. Aid No HSIP- 4648(002) I -` .K r 1 129 North Second Street - Phone (509) 575-6111 Yakima, WA 98901 __---- Fax (509) 576 -6305 I January 2016 '' DEPARTMENT OF UTILITES AND ENGINEERING �� Debbie Cook, PE, Director ~ J �� Engineering Division k 129 North Second Street J Yakima, Washington 98901 I 1 �' = (509) 575 -6111 • Fax (509) 576 -6305 I ADDENDUM NO. 1 TO THE BID DOCUMENTS AND SPECIFICATIONS I FOR THE CITY OF YAKIMA, WA For: I Lincoln Avenue Corridor Safety Project City Project Number 2344 I BID OPENING: Tuesday, February 2nd, 2016 - 2:00 p.m., City Hall Council Chambers I TO THE ATTENTION OF ALL BIDDERS AND PLAN HOLDERS: The Construction Contract Specifications and Bid Documents shall be modified as follows ' ITEM 1. Standard Specifications; Special Provisions Section 1 -08.5: I Add this paragraph to the bottom of section 1 -08.5 in the special provisions (March 13, 1995) I This project shall be physically completed within * ** 50 * ** working days. ITEM 2. Standard Specifications; Special Provisions Section 8 -06: I Add this paragraph to section 8 -06.3 of the special provisions: Cement Conc. Driveway Apron: The cement concrete residential driveway apron shall be I constructed where shown on the plans and in accordance with the City of Yakima Standard Detail R -4 I Add this paragraph to section 8 -06.5 of the special provisions: "Cement Conc. Driveway Apron ", per square yard I The unit contract price per square yard for "Cement Conc. Driveway Apron" shall be full compensation for all labor, equipment, and material required to place the cement concrete driveway apron as shown in the plans. I ITEM 3. Standard Specifications; Special Provisions Section 8 -12: I 8 -12 CHAIN LINK FENCE AND WIRE FENCE 8 -12.3 Construction Requirements This section is supplemented with the following. I Addendum #1 — Lincoln Ave Corridor Safety Project Page 1 of 4 January 26, 2016 .1 This fencing shall be placed from Station 12 +35 to Station 13 +03 as shown on the attached plans and as shown on project detail P1 Delete Section 8- 12.3(1)B and replace it with the following 8- 12.3(1)B Top Rail Top rails shall pass through the ornamental tops of the line posts, forming a continuous brace from end to end of each stretch of fence Lengths of tubular top rail shall be joined by sleeve couplings Top rails shall be securely fastened to terminal posts by pressed steel fittings or other appropriate means 8 -12.5 Payment This section is supplemented by adding the following items: "Chain Link Fence Type 6, 4 Foot Height ", per linear foot. ' The unit contract price per linear foot for "Chain Link Fence Type 6, 4 Foot Height" shall be full payment for all labor, equipment and material required for the specified work including brace post installation. ITEM 4. Standard Specifications; Special Provisions Section 8 -26: 8 -26 MODULAR BLOCK WALL (NEW SECTION) Add the following new sections: ' 8 -26.1 Description This work includes furnishing and installing cement concrete modular block retaining wall units as indicated on the plans and as specified herein The face of the wall shall offer a rock -face type appearance. Modular block units shall be similar to "KeyStone ", "Mesa Wall ", "Allen Block" or equivalent. This work includes excavation for leveling pad, preparing foundation soil, furnishing and installing leveling pad, unit fill and backfill and furnishing and installing all appurtenant materials required for construction of the retaining wall as shown on the plans. ' Submit sample of each different unit for approval Submit shop drawings of the wall layout for approval prior to beginning work on the wall ' Shop drawings of walls over six feet in height shall bear the stamp of an engineer registered to practice in the State of Washington showing appropriate wall stability calculations 8 -26.2 Materials Materials for the modular block wall shall meet the requirements of ASTM C1372, Standard Specifications for Segmental Retaining Wall Units The blocks for the modular block wall shall be preformed blocks of concrete with maximum dimensions of 18 inches wide by 8 inches high by 16 inches deep All dimensions shall be ± 1 /2 inch Modular blocks shall have a straight textured face, natural color, and features to interlock the blocks together The top row of blocks (cap) shall be placed together so that no gaps are wider than 1 /2 inch Addendum #1 — Lincoln Ave Corridor Safety Project Page 2 of 4 January 26, 2016 All backfill material used for the gravity block wall shall be free draining, free from organic or otherwise deleterious material and shall conform to the specifications for gravel borrow for wall specified in Section 9 -03 14(1), except that the maximum particle size shall be one inch. ' 8 -26.3 Construction Requirements Since a majority of this work shall be performed immediately adjacent to improved private property, the Contractor shall complete the work in a timely fashion and shall grade and clean up the areas disturbed by such work at the completion of the backfilling even though subsequent work may be performed in these areas later in the project. ' Anti - graffiti coating shall be applied per manufacture's recommendations on all exposed wall surfaces. The modular block wall shall be constructed per manufacturer's recommendations to dimensions as detailed in the Plans. ' Submittals The Contractor shall submit working drawings of the modular block wall to the Engineer ' for approval in accordance with Section 6 -01.9. The working drawings shall include, but not be limited to the following: ' Plan, elevation and section views of the wall showing the layout, batter and orientation of the blocks. Dimensions and details of the cap block in relation to the sidewalk. Installation shall conform to the manufacturer's recommendations for the type of unit furnished. t The Contractor shall submit catalog cuts of the modular blocks and shop drawings of the wall layout for approval prior to beginning the work. ' Provide copies of the manufacturer's installation instructions at least two weeks prior to beginning the work. Should a conflict arise between these specifications and manufacturer's instructions, the more rigorous specification shall apply. Modular Block Wall Erection The Contractor shall prepare a base for the wall per the manufacturer's recommendations. The base shall be graded to the base elevations shown in the plans ' and working drawings as approved by the Engineer, and shall accommodated the batter of the bottom row of blocks. ' The Contractor shall erect the modular block wall and place the backfill in accordance with the manufacturer's recommendations and as approved by the Engineer. The top of the modular block wall shall be within one inch of the line and grade shown in the Plans ' The backfill shall be compacted in accordance with Section 2- 03.3(14)C, Method C. Cap Installation Provide permanent mechanical connections to wall units with construction adhesive or ' epoxy Apply adhesive or epoxy to bottom surface of cap units and install on units below. 8 -26.4 Measurement ' Measurement of modular block wall will be per square foot of retaining wall surface using the full wall height (top of base leveling pad to the top of the wall). 8 -26.5 Payment Payment will be made in accordance with Section 1 -04.1 for the following bid item: Addendum #1 — Lincoln Ave Corridor Safety Project Page 3 of 4 January 26, 2016 "Modular Block Wall ", per square foot. t The unit contract price per square foot for "Modular Block Wall" shall be full compensation for furnishing all material, labor, tools and equipment necessary to construct the modular block wall including excavation, haul and disposal of excavated materials, leveling for base, compaction; gravel backfill for walls, bricks and shear system, anti - graffiti coating, block fill, geotextile fabric; concrete base or crushed surfacing top course leveling pad, and, other miscellaneous supplies ITEM 5. Replace FHWA Standard Specifications; Replace the FHWA 1273 Required Contract Provisions, page 116 to page 127 with those attached to this addendum ITEM 6. Replace the Federal Wage Rates: ' Replace the Federal Wage Rates with those attached to this addendum. ITEM 7. Replace Proposal Sheet: Replace the proposal sheets with those attached to this addendum. ' ITEM 8. Remove pages 163 - 169: Remove the pages 163 to 169, including the Local Agency DBE Utilization Certification ' and the Local Agency DBE Written Confirmation Document from the bid documents They are no longer relevant to this project. ITEM 9. Add Detail Sheets Add the attached detail sheet P2 and the attached fencing detail to the project details ' This ADDENDUM is to be considered as much a part of the contract provisions as if it were included in the body of the Plans and Specifications All Bidders shall acknowledge receipt of the ADDENDUM on the proposal form prior to bid opening. APPROVED Brett H Sheffield, P Date Chief Engineer END OF ADDENDUM NO. 1 Addendum #1 — Lincoln Ave Corridor Safety Project Page 4 of 4 January 26, 2016 .u,., . DEPARTMENT OF UTILITES AND ENGINEERING Debbie Cook, PE, Director • .41 Engineering Division a 129 North Second Street ' , I r's, Yakima, Washington 98901 (509) 575 -6111 • Fax (509) 576 -6305 ' 40j w0 �. a aaaana...� ADDENDUM NO. 2 TO THE BID DOCUMENTS AND SPECIFICATIONS FOR THE CITY OF YAKIMA, WA For: ' Lincoln Avenue Corridor Safety Project City Project Number 2344 ' BID OPENING: Tuesday, February 2nd, 2016 - 2:00 p.m., 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. Replace Proposal Sheet: Replace the proposal sheets with those attached to this addendum. ' This ADDENDUM is to be considered as much a part of the contract provisions as if it were included in the body of the Plans and Specifications ' All Bidders shall acknowledge receipt of the ADDENDUM on the proposal form prior to bid opening. APPROVED 31Att —1.1 Ck -vv.4 ' " Co ' Brett H Sheffield, P.E. Date Chief Engineer END OF ADDENDUM NO. 2 1 Addendum #2 — Lincoln Ave Corridor Safety Project Page 1 of 1 January 29, 2016 I ITEM PROPOSAL BID SHEET I LINCOLN AVENUE CORRIDOR SAFETY PROJECT City of Yakima Project No. 2344 — Fed. Aid No. HSIP- 4648(002) I ITEM PROPOSAL ITEM UNIT PRICE AMOUNT NO. PAYMENT SECTION QTY UNIT DOLLARS DOLLARS SPCC PLAN I 1 1 LS 1 -07.15 MOBILIZATION 2 1 LS I 3 1 -09.7 PROJECT TEMPORARY TRAFFIC CONTROL 1 LS 1 -10.5 I 4 CLEARING AND GRUBBING 1 LS 2 -01.5 5 REMOVAL OF STRUCTURE AND OBSTRUCTION 1 LS I 2 -02.5 6 REMOVAL OF CEMENT CONC. SIDEWALK 14 SY 2 -02.5 I 7 REMOVAL OF CEMENT CONC. CURB 490 LF 2 -02.5 I 8 SAWCUT 300 LF 2 -02 5 9 ROADWAY EXCAVATION INCL. HAUL 150 CY I 2 -03.5 10 STRUCTURE EXCAVATION CLASS B INCL. HAUL 11 CY 2 -09.5 I 11 CRUSHED SURFACING BASE COURSE 71 TON 4 -04.5 HMA CL 1/2" PG 64 -28 I 12 10 TON 5 -04.5 13 HMA CL 1/2" PG 64 -28 FOR DRIVEWAY APPROACH 5 TON I 5 -04.5 14 CANAL SIDEWALK STRUCTURE AND RAILING 1 EA 8 -03.5 I 15 CEMENT CONC. TRAFFIC CURB AND GUTTER 3 8 -04 5 300 LF 16 COMMERCIAL DRIVEWAY APPROACH 3 EA I 8 -06.5 17 CEMENT CONC. DRIVEWAY APRON 28 SY I 8 -06.5 18 CHAIN LINK FENCE TYPE 6, 4 FOOT HEIGHT 67 LF 8 -14.5 I 19 CEMENT CONCRETE SIDEWALK — 4 INCH THICK 615 SY 8 -14.5 20 CEMENT CONCRETE SIDEWALK — 6 INCH THICK 105 SY I 8 -14.5 L incoln Ave Corridor Safety Project No. 2343 143 ADDENDUM #2 1 ' ITEM PROPOSAL BID SHEET LINCOLN AVENUE CORRIDOR SAFETY PROJECT City of Yakima Project No. 2344 — Fed. Aid No. HSIP- 4648(002) ITEM PROPOSAL ITEM UNIT PRICE AMOUNT QTY UNIT NO PAYMENT SECTION DOLLARS DOLLARS 21 CEMENT CONC. CURB RAMP TYPE PARALLEL A 1 EA 8 -14.5 22 CEMENT CONC. CURB RAMP TYPE SINGLE DIRECTION 6 EA 8 -14.5 23 REMOVE & REPLACE SIGNAL HEAD 18 EA ' 8 -20 5 24 PEDESTRIAN CROSSING SYSTEM COMPLETE 1 LS 8 -20.5 25 PERMANENT SIGNING 1 LS 8 -21.5 MODULAR BLOCK WALL 170 SF ' 26 8 -26.5 27 REPAIR OR REPLACEMENT EST DOL $10,000.00 $10,000 00 8 -30.5 PROJECT TOTAL 1 Lincoln Ave Corridor Safety Project No. 2343 145 ADDENDUM 442 MI E Min iiii M iii. MMI MIE 111. MI M MIE MIN 1.11 Miiil EM BID SUMMARY KRCI, LLC MORENO & NELSON GRANITE CONSTRUCTION ALL STAR ENGINEERS CONSTRUCTION CORP. COMPANY CONSTRUCTION Lincoln Avenue Corridor Safety Project ESTIMATE Wenatchee, WA Federal Aid No. HSIP -4648 (002) Walla Walla, WA Yakima, WA Richland, WA CITY PROJECT NO. 2344 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 $100.00 $100.00 $500.00 $500.00 $3,945.00 $3,945.00 2 MOBILIZATION 1 LS $17,500.00 $17,500.00 $14,000.00 $14,000.00 $25,000.00 $25,000.00 $19,403.00 $19,403.00 $9,034.00 $9,034.00 3 PROJECT TEMPORARY TRAFFIC CONTROL 1 LS $19,000.00 $19,000.00 $24,000.00 $24,000.00 $30,000.00 $30,000.00 $40,000.00 $40,000.00 $7,772.00 $7,772.00 4 CLEARING AND GRUBBING 1 LS $25,000.00 $25,000.00 $16,000.00 $16,000.00 $16,000.00 $16,000.00 $20,000.00 $20,000.00 $25,200.00 $25,200.00 5 REMOVAL OF STRUCTURE AND OBSTRUCTION 1 LS $500.00 $500.00 $2,500.00 $2,500.00 $8,000.00 $8,000.00 $1,500.00 $1,500.00 $8,376.00 $8,376.00 6 REMOVAL OF CEMENT CONC. SIDEWALK 14 SY $60.00 $840.00 $175.00 $2,450.00 $150.00 $2,100.00 $75.00 $1,050.00 $37.00 $518.00 7 REMOVAL OF CEMENT CONC. CURB 490 LF $25.00 $12,250.00 $6.00 $2,940.00 $15.00 $7,350.00 $10.00 $4,900.00 $5.90 $2,891.00 8 SAWCUT 300 LF $5.00 $1,500.00 $1.15 $345.00 $5.50 $1,650.00 $6.00 $1,800.00 $4 48 $1,344.00 9 ROADWAY EXCAVATION INCL. HAUL 150 CY $25.00 $3,750.00 $45.00 $6,750.00 $50.00 $7,500.00 $105.00 $15,750.00 $36.00 $5,400.00 10 STRUCTURE EXCAVATION CLASS B INCL. HAUL 11 CY $100.00 $1,100.00 $75.00 $825.00 $75.00 $825.00 $1.00 $11.00 $54.57 $600.27 11 CRUSHED SURFACING BASE COURSE 71 TON $35.00 $2,485.00 $50.00 $3,550.00 $100.00 $7,100.00 $56.00 $3,976.00 $43.66 $3,099.86 12 HMA CL 1/2" PG 64 -28 10 TON $250.00 $2,500.00 $400.00 $4,000.00 $435.00 $4,350.00 $380.00 $3,800.00 $224.00 $2,240.00 13 HMA CL 1/2" PG 64 -28 FOR DRIVEWAY APPROACH 5 TON $300.00 $1,500.00 $700.00 $3,500.00 $465.00 $2,325.00 $560.00 $2,800.00 $224.00 $1,120.00 14 CANAL SIDEWALK STRUCTURE AND RAILING 1 EA $3,000.00 $3,000.00 $3,550.00 $3,550.00 $3,650.00 $3,650.00 $1,500.00 $1,500.00 $8,834.00 $8,834.00 15 CEMENT CONC. TRAFFIC CURB AND GUTTER 300 LF $25.00 $7,500.00 $38.00 $11,400.00 $32.00 $9,600.00 $41.00 $12,300.00 $38.70 $11,610.00 16 COMMERCIAL DRIVEWAY APPROACH 3 EA $5,000.00 $15,000.00 $5,800.00 $17,400.00 $4,800.00 $14,400.00 $5,300.00 $15,900.00 $6,933.00 $20,799.00 17 CEMENT CONC. DRIVEWAY APRON 28 SY $100.00 $2,800.00 $88.00 $2,464.00 $65.00 $1,820.00 $110.00 $3,080.00 $209 44 $5,864.32 18 CHAIN LINK FENCE TYPE 6, 4 FOOT HEIGHT 67 LF $50.00 $3,350.00 $60.00 $4,020.00 $34.00 $2,278.00 $60.00 $4,020.00 $44.80 $3,001.60 19 CEMENT CONCRETE SIDEWALK -4 INCH THICK 615 SY $40.00 $24,600.00 $70.00 $43,050.00 $36.00 $22,140.00 $60.00 $36,900.00 $99 43 $61,149 45 20 CEMENT CONCRETE SIDEWALK -6 INCH THICK 105 SY $50.00 $5,250.00 $78.00 $8,190.00 $65.00 $6,825.00 $80.00 $8,400.00 $124.51 $13,073.55 21 CEMENT CONC. CURB RAMP TYPE PARALLEL A 1 EA $1,500.00 $1,500.00 $2,400.00 $2,400.00 $1,350.00 $1,350.00 $2,000.00 $2,000.00 $1,157.00 $1,157.00 22 CEMENT CONC. CURB RAMP TYPE SINGLE DIRECTION 6 EA $1,500.00 $9,000.00 $1,650.00 $9,900.00 $1,350.00 $8,100.00 $1,300.00 $7,800.00 $1,241.00 $7,446.00 23 REMOVE & REPLACE SIGNAL HEAD 18 EA $1,200.00 $21,600.00 $1,000.00 $18,000.00 $1,280.00 $23,040.00 $1,000.00 $18,000.00 $1,218.00 $21,924.00 24 PEDESTRIAN CROSSING SYSTEM COMPLETE 1 LS $65,000.00 $65,000.00 $8,000.00 $8,000.00 $13,500.00 $13,500.00 $7,000.00 $7,000.00 $14,099.00 $14,099.00 25 PERMANENT SIGNING 1 LS $1,000.00 $1,000.00 $1,500.00 $1,500.00 $2,300.00 $2,300.00 $2,750.00 $2,750.00 $2,848.00 $2,848.00 26 MODULAR BLOCK WALL 170 SF $50.00 $8,500.00 $25.00 $4,250.00 $50.00 $8,500.00 $45.00 $7,650.00 $34.00 $5,780.00 27 REPAIR OR REPLACEMENT EST DOL $10,000.00 $10,000.00 $10,000.00 $10,000.00 $10,000.00 $10,000.00 $10,000.00 $10,000.00 $10,000.00 $10,000.00 TOTALS $266,525.00 $225,484.00 $239,803.00 $252,790.00 $259,126.05 CITY ENGINEERS REPORT .yam ° v, CITY OF YAKIMA COMPETITIVE BIDS WERE OPENED ON FEBRUARY 2ND, 2016. . 1 Y `i 4 y : ALL BIDS HAVE BEEN REVIEWED BY THIS OFFICE. ',,4 ,.I' •: f'- 44 Lincoln o Avenue Corridor I RECOMMEND THE CONTRACT BE AWARDED TO' \ .r;' i � l } P AWARD MADE BY CITY MANAGER Safety Project KRCI, LLC c ;,-, CITY PROJECT NO 2344 Fed Aid No HSIP- 4648(002) all ` I Cp D, bi )( WW1 " y C; e� : 4 / o A/ FILE. Lincoln Corr Safety Bid Summary.pub DATE. February 3, 2016 �h 'krr oRn•rFP . � r � f � r� DATE CITY ENGINEER t�`tiv....�� - - DA E CIT�NuS1�lAGER SHEET 1 of 1 1 1 1 City of Yakima 1 Lincoln Avenue Corridor 1 Safety Project 1 City Project No. 2344 Federal Aid No. HSIP- 4648(002) 1 1 January 2016 1 1 g E R wA.s74, r' 39407 i 1 1 1 1 Lincoln Ave Corridor Safety Proj. # 2344 1 i ' INVITATION TO BID NOTICE IS HEREBY GIVEN that sealed bids will be received by the City Clerk of the City of Yakima, ' 129 North 2nd Street, Yakima, Washington, 98901 until 2:00 pm on February 2, 2016 and will then and there be opened and publicly read for the construction of CITY OF YAKIMA ' Lincoln Avenue Corridor Safety Project City of Yakima Project No. 2344 Federal Aid No. HSIP- 4648(002) ' This Contract provides for the improvement of Lincoln Avenue by constructing sidewalk north of Lincoln in various locations from 16 Avenue to 32 Avenue, constructing ADA compliant curb ramps, repairing areas of damaged sidewalk, replacing signal heads at Lincoln Ave & 5th Ave and Lincoln Ave ' and 16 Ave, constructing a pedestrian crossing signal near Robertson Elementary School, and improving the signage for the Pierce Avenue couplet 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 corn You may download the digital plan documents for $20.00 by inputting Quest project #4214328 on the website's Project Search page. Please contact QuestCDN corn at 952 - 233 -1632 or info @questcdn corn 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. t 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 12th day of January, 2016 ' PUBLISH: January 12, 2016 January 19, 2016 Lincoln Ave Corridor Safety Proj. # 2344 3 I I INTRODUCTION The following Amendments and Special Provisions shall be used in conjunction with the 2014 I Standard Specifications for Road, Bridge, and Municipal Construction. AMENDMENTS TO THE STANDARD SPECIFICATIONS I 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 I Amendment or the latest date of revision. Each Amendment contains all current revisions to the applicable section of the Standard I Specifications and may include references which do not apply to this particular project. Section 1 -01, Definitions and Terms I August 3, 2015 1 -01.3 Definitions The definition for "Engineer" is revised to read: I The Contracting Agency's representative who directly supervises the engineering and administration of a construction Contract. I The definition for "Inspector" is revised to read: I The Engineer's representative who inspects Contract performance in detail. The definition for "Project Engineer" is revised to read I Same as Engineer. The following new term and definition is inserted after the definition for "Proposal Form ": I Reference Information — Information provided to the Contractor by the Contracting Agency that is not part of the Contract. I The definition for "Working Drawings" is revised to read: I 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. I Section 1 -02, Bid Procedures and Conditions August 3, 2015 I 1- 02.8(1) Noncollusion Declaration The third paragraph is revised to read: I 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. I I Lincoln Ave Corridor Safety Proj. # 2344 5 1 -02.13 Irregular Proposals This section is revised to read 1. A Proposal will be considered irregular and may be rejected if ' a The Bidder is not prequalified; b The Bidder adds provisions reserving the right to reject or accept the Award, or enter into the Contract; c A price per unit cannot be determined from the Bid Proposal, t d The Proposal form is not properly executed; e The Bidder fails to submit or properly complete a Subcontractor list, if applicable, as required in Section 1 -02.6; f The Bidder fails to submit or properly complete a Disadvantaged Business ' Enterprise Utilization Certification, if applicable, as required in Section 1 -02.6; g The Bidder fails to submit written confirmation from each DBE firm listed on the Bidder's completed Disadvantaged Business Enterprise Utilization Certification that they are in agreement with the Bidder's 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, h. The Bidder fails to submit Disadvantaged Business Enterprise 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, or i The Bid Proposal does not constitute a definite and unqualified offer to meet the material terms of the Bid invitation. 2. A Proposal may be considered irregular and may be rejected if• a The Proposal does not include a unit price for every Bid item, ' b. Any of the unit prices are excessively unbalanced (either above or below the amount of a reasonable Bid) to the potential detriment of the Contracting Agency; c. The authorized Proposal Form furnished by the Contracting Agency is not used or is altered; t d. The completed Proposal form contains any unauthorized additions, deletions, alternate Bids, or conditions; I e. Receipt of Addenda is not acknowledged, f. A member of a joint venture or partnership and the joint venture or partnership 1 submit Proposals for the same project (in such an instance, both Bids may be rejected), or g. If Proposal form entries are not made in ink. Lincoln Ave Corridor Safety Proj. # 2344 6 I Section 1 -03, Award and Execution of Contract January 5, 2015 I 1 -03.3 Execution of Contract The first paragraph is revised to read I 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 I shall be registered as a contractor in the state of Washington. 1 -03.4 Contract Bond I The last word of item 3 is deleted. Item 4 is renumbered to 5. I The following is inserted after item 3 (after the preceding Amendments are applied): I 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 I The first sentence is revised to read: Failure to return the insurance certification and bond with the signed Contract as I 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 I in forfeiture of the proposal bond or deposit of this Bidder. Section 1 -04, Scope of the Work I August 3, 2015 1 -04.3 Vacant This section, including title, is revised to read. I 1 -04.3 Reference Information Reference Information provided to the Contractor is not part of the Contract. The I Contracting Agency does not guarantee the accuracy of the Reference Information and is not responsible for the content of the Reference Information in any manner. Any use of Reference Information by the Contractor is done solely at the Contractor's risk. I 1 -04.4 Changes In the third paragraph, item number 1 and 2 are revised to read. U 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 I 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 I for adjustment under the provisions of Section 1 -04.6. The following two new sentences are inserted at the beginning of the eighth paragraph: I Lincoln Ave Corridor Safety Proj. # 2344 7 Within 14 calendar days of delivery of the change order the contractor shall endorse and return the change order, request an extension of time for endorsement or respond in accordance with Section 1 -04.5 The Contracting Agency may unilaterally process the change order if the Contractor fails to comply with these requirements. 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 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 i 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 I savings) 2 (gross savings) — (Contractor's engineering costs) — (Contracting t Agency's costs) = (net savings) Lincoln Ave Corridor Safety Proj. # 2344 8 3. (net savings) / 2 = (incentive pay) t 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)B2 Added Costs to Achieve Time Savings The cost to achieve the time savings shall be calculated as follows: I 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. 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. Lincoln Ave Corridor Safety Proj. # 2344 9 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: I 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 prices. For new items of Work include the quantities and proposed prices I 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. , Lincoln Ave Corridor Safety Proj. # 2344 10 r 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: r 1. Execution of the VECP change order, or 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. r 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 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 Lincoln Ave Corridor Safety Proj. # 2344 11 I 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 I 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 8 by 11 inch sheets. Working Drawings will be classified under the following categories: I 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. t 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 Lincoln Ave Corridor Safety Proj. # 2344 12 I I 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 August 3, 2015 I I -07.2 State Taxes This section is revised to read: 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 Lincoln Ave Corridor Safety Proj. # 2344 13 1 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 ' Accessibility to existing or temporary pedestrian push buttons shall not be impaired Section 1 -08, Prosecution and Progress 1 August 3, 2015 1 -08.1 Subcontracting , The eighth paragraph is revised to read On all projects, the Contractor shall certify to the actual amounts paid to Disadvantaged, t Minority, Women's, or Small Business Enterprise firms that were used as Subcontractors, lower tier subcontractors, manufacturers, regular dealers, or service providers on the Contract. This Certification shall be submitted to the Project Engineer on a monthly basis each month between Execution of the Contract and Physical Completion of the Contract using the application available at: https. / /remoteapps wsdot.wa.gov /mapsdata /tools /dbeparticipation The monthly report is due 20 calendar days following the end of the month A monthly report shall be submitted for every month between Execution of the Contract and Physical Completion regardless of whether payments were made or work occurred. The ninth paragraph is deleted and replaced with the following new paragraph: The Contractor shall comply with the requirements of RCW 39 04.250, 39.76.011, , 39.76 020, and 39 76.040, in particular regarding prompt payment to Subcontractors Whenever the Contractor withholds payment to a Subcontractor for any reason including disputed amounts, the Contractor shall provide notice to the Subcontractor with a copy to the Contracting Agency identifying the reason for the withholding and a clear description of what the Subcontractor must do to have the withholding released Following receipt of a progress payment from the Contracting Agency, a Monthly Payment Summary form shall be submitted to the Engineer in PDF format within 20 calendar days. The Monthly Payment Summary shall include all Subcontractors that completed Work that was paid on the progress estimate by the Contracting Agency Retainage withheld by the Contractor prior to completion of the Subcontractors work is exempt from reporting as a payment withheld and is not included in the withheld amount. The Monthly Payment Lincoln Ave Corridor Safety Proj. # 2344 14 I I Summary form is available from the Engineer The Contracting Agency's copy of the notice to Subcontractor for deferred payments shall be submitted with the Monthly Payment Summary I Section 1 -09, Measurement and Payment January 5, 2015 I 1 - 09.6 Force Account In the third paragraph of item number 3, the last sentence is revised to read: I 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 I quotation may be used in place of submitted invoice. Section 1 -10, Temporary Traffic Control I August 4, 2014 1- 10.1(1) Materials I The following material reference is deleted from this section: Barrier Drums 9 -35 8 1 1 10.1(2) Description The first paragraph is revised to read. I 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 I 1 - 10.2(1) General In the third paragraph, the first two sentences are revised to read: I 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. I 1 - 10.2(1)B Traffic Control Supervisor The first paragraph is revised to read. I 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 I Engineer. The last paragraph is revised to read I 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. I 1 - 10.2(2) Traffic Control Plans The first paragraph is revised to read: I 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 I Lincoln Ave Corridor Safety Proj. # 2344 15 1 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: r 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" I 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 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 Lincoln Ave Corridor Safety Proj. # 2344 16 I I 1- 10.3(3)B Sequential Arrow Signs This section is supplemented with the following: I 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 I shall be used. 1 10.3(3)C Portable Changeable Message Signs This section is revised to read: I 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 I (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 I 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: I 1- 10.3(3)F Vacant I 1- 10.3(3)K Portable Temporary Traffic Control Signal The fifth paragraph is revised to read: I 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 I 1 - 10.4(2) Item Bids With Lump Sum for Incidentals In the second paragraph, the first and second sentences are revised to read: I "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. I The first sentence of the last bulleted item in this section is revised to read: I 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 I This section is deleted and replaced with the following: "Traffic Control Supervisor ", lump sum. I 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. I "Pedestrian Traffic Control ", lump sum. The lump sum Contract payment shall be full compensation for all costs incurred by the I Contractor in performing the Work for pedestrian traffic control defined in Section 1 -10. I Lincoln Ave Corridor Safety Proj. # 2344 17 1 "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). I "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. "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 Lincoln Ave Corridor Safety Proj. # 2344 18 ' 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. t "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 3, 2015 2 -01.2 Disposal of Usable Materials and Debris ' This section is revised to read: The Contractor shall meet all requirements of state, county, and municipal regulations regarding health, safety, and public welfare in the disposal of all usable material and debris The Contractor shall dispose of debris by one or more of the disposal methods described below. 2- 01.2(1) Disposal Method No. 1 —Open Burning ' The first paragraph is supplemented with the following: All burning operations shall be strictly in accordance with these authorizations. ' The second paragraph is deleted. ' 2- 01.2(3) Disposal Method No. 3 — Chipping This section is revised to read: ' Wood chips may be disposed of on -site in accordance with the following: 1 Chips shall be no larger than 6 square inches and no thicker than 1 /2 inch. ' 2. Chips shall be disposed outside of environmentally sensitive areas, and in areas that aren't in conflict with permanent Work. ' 3. Chips shall not be incorporated into the embankment but may be spread on slopes where feasible at depths no greater than 2 inches. 4 Chips shall be tractor - walked into the ground. Lincoln Ave Corridor Safety Proj. # 2344 19 I 2- 01.3(1) Clearing t 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 I 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 I January 5, 2015 2- 02.3(2) Removal of Bridges, Box Culverts, and Other Drainage Structures I This section is supplemented with the following new subsections 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 I 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 I mortar shall match the color of the existing concrete surface as nearly as practicable. The Contractor shall roughen, clean, and saturate existing concrete surfaces, I 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. I 2 -02.5 Payment This section is supplemented with the following new Bid items. I "Removing Portion of Existing Structure ", lump sum. Section 2 -03, Roadway Excavation and Embankment I August 3, 2015 2 -03.1 Description I The first paragraph is supplemented with the following The Work includes the removal of pavement, sidewalks, curbs and gutters as described in Section 2 -02 when these items lie within an excavation area. 2 -03.3 Construction Requirements I This section is supplemented with the following new sub - section 2- 03.3(19) Removal of Pavement, Sidewalks, Curbs, and Gutters I The requirements of Section 2- 02.3(3) shall also apply when pavements, sidewalks, curbs, and gutters lie within an excavation. Lincoln Ave Corridor Safety Proj. # 2344 20 I I I Section 2 -09, Structure Excavation I August 3, 2015 2- 09.3(2) Classification of Structure Excavation I The first sentence of item number 1 is revised to read Class A — Structure excavation required for bridge and retaining wall footings, precast reinforced concrete three sided structure footings, geosynthetic retaining walls, structural I earth walls, sign structure footings, pile or drilled shaft caps, seals, wingwall footings, precast reinforced concrete box culverts, precast reinforced concrete split box culverts, detention vaults, and noise barrier wall footings shall be classified as Structure I excavation Class A. 2 - 09.4 Measurement I The second paragraph is revised to read: Horizontal Limits — The Contracting Agency will use the sides of the trench or pit as I horizontal limits in measuring excavation. No payment for Structure excavation will be made for material removed (1) more than 1 foot outside the perimeter of any pile cap, footing, or seal; (2) more than 3 feet beyond the Roadway side of a wing wall; (3) more than 1 foot beyond the other sides and end of a wing wall; (4) more than 1 foot outside I the perimeter of the soil reinforcement area for geosynthetic and structural earth walls; and (5) more than 4 -feet beyond the inside opening of precast reinforced concrete box culverts and precast reinforced concrete split box culverts. For precast reinforced I concrete three sided structures, no payment for Structure excavation will be made for material removed more than 1 foot outside the perimeter of the footing or more than 4 feet beyond the inside opening, whichever is greater. I The seventh paragraph is revised to read For pipelines the lower limit in measuring structure excavation will be the foundation I level as shown in the Plans or as directed by the Engineer. Section 3 -04, Acceptance of Aggregate I April 6, 2015 3 -04.5 Payment I In Table 1, the "Maximum Sublot Size (Tons)" value for the item HMA Aggregate is revised to read "2000 ". I In Table 2, the row containing the item "HMA Aggregate" is revised to read: 9 -03 8(2) HMA Aggregate 15 15 Uncompacte d Void I Content 15 I I I Lincoln Ave Corridor Safety Proj. # 2344 21 t Section 5 -04, Hot Mix Asphalt August 3, 2015 ' 5 -04.2 Materials The third through eighth paragraphs are deleted and replaced with the following The Contractor may choose to utilize recycled asphalt pavement (RAP) or reclaimed asphalt shingles (RAS) in the production of HMA. The RAP may be from pavements removed under the Contract, if any, or pavement material from an existing stockpile. The RAS may be from reclaimed shingles The Contractor may use up to 20 percent RAP by total weight of HMA with no additional sampling or testing of the RAP. If greater than 20 percent RAP by total weight of HMA or any amount of RAS is utilized in the production of HMA, the Contractor shall sample and test the RAP and RAS during stockpile construction in accordance with WSDOT FOP for AASHTO T 308 for determination of asphalt binder content and WSDOT FOP for WAQTC /AASHTO T 27/T 11 for gradation of the aggregates. The RAP shall be sampled and tested at a frequency of one sample for every 1,000 tons produced and not less than ten samples per project. The RAS shall be sampled and tested at a frequency of one sample for every 100 tons produced and not less than ten samples per project. The asphalt content and gradation test data shall be reported to the Contracting Agency when submitting the mix design for approval on the QPL. If utilized, the amount of RAS shall not exceed 5- percent of the total weight of the HMA. The Contractor shall include the RAP and RAS as part of the mix design as defined in these Specifications The grade of asphalt binder shall be as required by the Contract. Blending of asphalt binder from different sources is not permitted. The Contractor may only use warm mix asphalt (WMA) processes in the production of HMA with 20 percent or less RAP by total weight of HMA and no RAS. The Contractor shall submit to the Engineer for approval the process that is proposed and how it will be used in the manufacture of HMA. When the Contracting Agency provides aggregates or provides a source for the production of aggregates, the Contract Provisions will establish the approximate percentage of asphalt binder required in the mixture for each class of HMA. Production of aggregates shall comply with the requirements of Section 3 -01 1 Preparation of stockpile site, the stockpiling of aggregates, and the removal of aggregates from stockpiles shall comply with the requirements of Section 3 -02. 5- 04.3(1) Hot Mix Asphalt Mixing Plant In the first paragraph, the last sentence of item number 4 is revised to read: The Contractor shall provide for the setup and operation of the field testing facilities of the Contracting Agency as provided for in Section 3 -01 2(2). The first paragraph is supplemented with the following: 6. Equipment for Processing RAP and RAS. When producing HMA for mix designs with greater than 20 percent RAP by total weight of HMA or any amount of RAS the Lincoln Ave Corridor Safety Proj. # 2344 22 ' ' HMA plant shall be equipped with screens or a lump breaker to eliminate oversize RAP /RAS particles from entering the pug mill or drum mixer. 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 MTDN; 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 -1 h ' emulsified asphalt. 5- 04.3(7) Preparation of Aggregates ' This section is revised to read: The aggregates, RAP and RAS shall be stockpiled according to the requirements of Section 3 -02 Sufficient storage space shall be provided for each size of aggregate, RAP ' and RAS. The Contractor may uniformly blend fine aggregate or RAP with the RAS as a method of preventing the agglomeration of RAS particles. The aggregates, RAP and RAS shall be removed from stockpile(s) in a manner to ensure minimal segregation ' when being moved to the HMA plant for processing into the final mixture. Different aggregate sizes shall be kept separated until they have been delivered to the HMA plant. ' 5- 04.3(7)A1 General This section is revised to read: An approved mix design, listed on the Qualified Products List (QPL), is required for all ' HMA paving The Contractor shall develop a mix design prior to the initial production of HMA and no more than 3 months prior to submitting for QPL evaluation. The mix design shall be developed in accordance with WSDOT Standard Operating Procedure 732 and ' meet the requirements of Sections 9- 03.8(2) and 9- 03.8(6). Mix designs shall be submitted by the Contractor to the WSDOT State Materials ' Laboratory on WSDOT Form 350- 042EF. If the mix design is approved it will be listed on the QPL for up to 24 consecutive months. Mix designs not listed on the QPL or past the 24 month approved period shall not be used. After a mix design has been on the QPL ' for 12 months the listing will be extended provided the Contractor submits a certification letter to the Qualified Products Engineer verifying that the aggregate and asphalt binder have not changed. The Contractor may submit the certification one month prior to expiration of the mix design approval. Within 7 calendar days of receipt of the ' Contractor's certification the QPL will be updated The maximum duration for approval of a mix design and listing on the QPL will be 24 months from the date of initial approval or as approved by the Engineer. ' Changes to the job mix formula of a mix design may require the development of a new mix design and resubmittal for QPL approval. ' Changes to aggregate that may require a new mix design include the source of material or a change in the percentage of material from a stockpile greater than 5 percent. Lincoln Ave Corridor Safety Proj. # 2344 23 I Changes to the percentage of material from a stockpile will be calculated exclusive of the RAP content for mix designs with 20 percent RAP or less by total weight of HMA. Changes to asphalt binder that may require a new mix design include the source of the crude petroleum supplied to the refinery, the refining process, and additives or modifiers in the asphalt binder The Contractor shall include the brand and type of anti - stripping additive in the mix design submittal and provide certification from the asphalt binder manufacture that the anti - stripping additive is compatible with the crude source and formulation of asphalt binder proposed in the mix design All changes to anti -strip require the submittal of a new mix design for approval Mix designs with 20 percent RAP or less by total weight of HMA and no RAS will be completed without the inclusion of the RAP. For HMA mix designs with greater than 20 percent RAP by total weight of HMA or any amount of RAS the Contractor shall develop a mix design including RAP, RAS, recycling agent and new asphalt binder Asphalt binder contributed from RAS shall be determined in accordance with AASHTO PP 78. The total quantity of asphalt binder from the RAP and RAS shall not exceed 40 percent of the total asphalt binder content of the HMA. Once the RAP and RAS stockpiles have been constructed the Contractor shall extract, recover and test the asphalt residue from the RAP and RAS stockpiles to determine the percent of recycling agent and /or grade of new asphalt binder needed to meet the grade of asphalt binder required by the contract. The asphalt extraction testing shall be performed in accordance with AASHTO T 164 or ASTM D 2172 using reagent grade trichloroethylene The asphalt recovery shall be performed in accordance with AASHTO R 59 orASTM D 1856 The recovered asphalt residue shall be tested in accordance with AASHTO R 29 to determine the asphalt binder grade in accordance with Section 9- 02.1(4) Once the recovered asphalt binder grade is determined the percent of recycling agent and /or grade of new asphalt binder shall be determined in accordance with ASTM D 4887 The final blend of recycling agent, recovered and new asphalt shall be tested in accordance with AASHTO R 29 The final blended asphalt binder shall be the grade as required by the Contract and comply with the requirements of in accordance with Section 9 -02 1(4). 5- 04.3(7)A2 Statistical or Nonstatistical Evaluation This section is revised to read: The Contractor shall submit WSDOT Form 350 -041 EF to the Engineer for approval to use a mix design from the QPL. The Contractor may include changes to the job mix formula that have been approved on other contracts The request to use a mix design from the QPL may be rejected if production of the HMA from another contract is not in compliance with Section 5- 04.3(11)D The Contractor shall submit representative samples of the materials that are to be used in the HMA production to the State Materials Laboratory in Tumwater For HMA mix designs with 20 percent RAP or less by total weight of HMA and no RAS, the Contractor shall submit representative samples of the mineral materials that are to be used in the HMA production; the submittal of RAP samples is not required for these mix designs For HMA mix designs with greater than 20 percent RAP by total weight of HMA or any amount of RAS the Contractor shall submit representative samples of the mineral materials, RAP, RAS and 100 grams of recovered asphalt residue from the RAP and RAS that are to be used in the HMA production. The Contracting Agency will use these Lincoln Ave Corridor Safety Proj. # 2344 24 I I samples to evaluate the mix design for approval on the QPL in accordance with WSDOT Standard Practice QC -8. I 5- 04.3(7)A3 Commercial Evaluation This section is revised to read: I Approval of a Commercial Evaluation mix design for listing on the QPL will be based on a review of the Contractor's submittal of WSDOT Form 350 -042EF for conformance to the requirements of Section 9 -03 8(2). Testing of the HMA by the Contracting Agency for mix design approval is not required. Mix designs for HMA with greater than 20 percent I RAP by total weight of HMA or any amount of RAS may be evaluated in accordance with Section 5- 04.3(7)A2. I For the Bid item Commercial HMA, the Contractor shall select a class of HMA and design level of Equivalent Single Axle Loads (ESAL's) appropriate for the required use. I 5- 04.3(8) Mixing The first sentence of the second paragraph is revised to read: When discharged, the temperature of the HMA shall not exceed the optimum mixing I temperature by more than 25 °F as shown on the reference mix design report or as approved by the Engineer. I The last paragraph is supplemented with the following new sentence: After the required amount of mineral materials, RAP, RAS, new asphalt binder and I asphalt rejuvenator have been introduced into the mixer the HMA shall be mixed until complete and uniform coating of the particles and thorough distribution of the asphalt binder throughout the mineral materials, RAP and RAS is ensured. I 5- 04.3(8)A4 Definition of Sampling and Sublot The second sentence of the second paragraph is revised to read I The sublots shall be approximately uniform in size with a maximum sublot size based on original Plan quantity tons as specified in the following table. I This section is supplemented with the following new table I HMA Original Plan Quantity (tons) <20,000 Sublot Size (tons) 1,000 20,000 to 30,000 1,500 >30,000 2,000 I 5- 04.3(8)A7 Test Section — HMA Mixtures This section is revised to read: I For each class of HMA accepted by statistical evaluation with 20 percent RAP or less by total weight of HMA and no RAS, the Contractor may request a single test section to I determine whether the mixture meets the requirements of Section 9- 03.8(2) and 9- 03.8(6). For each HMA mix design accepted by statistical evaluation with greater than 20 percent RAP by weight of HMA or any amount of RAS, the Contractor shall construct a test section to determine whether the mixture meets the requirements of Sections 9- I 03.8(2) and 9- 03.8(6). Test sections shall be constructed at the beginning of paving and will be at least 600 tons and a maximum of 1,000 tons or as approved by the Engineer. For a test section to be acceptable the pay factor (PF) for gradation, asphalt binder and I Lincoln Ave Corridor Safety Proj. # 2344 25 Va shall be 0 95 or greater for each constituent and the remaining test requirements in Section 9 -03 8(2) (fracture, uncompacted void, sand equivalent, dust/asphalt ratio, Hamburg and IDT) shall conform to the requirements of that section. No further wearing or leveling HMA will be paved on any of the four calendar days following construction of the test section. The mixture in the test section will be evaluated as a lot with a minimum of three sublots required If more than one test section is required, each test section shall be a separate lot. 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 specified level of density attained will be determined by the statistical evaluation of the density of the pavement. The density of the pavement shall be determined in accordance with WSDOT FOP for WAQTC TM 8 when using the nuclear density gauge and WSDOT SOP 736 when using cores to determine density 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 otherwise 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 Lincoln Ave Corridor Safety Proj. # 2344 26 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 sublot size based on original Plan quantity tons of HMA as specified in the table below. ' The following new table is inserted before the second to last paragraph HMA Original Plan Quantity (tons) Sublot Size (tons) ' <20,000 100 20,000 to 30,000 150 >30,000 200 Section 8 -01, Erosion Control and Water Pollution Control ' August 3, 2015 8 -01.2 Materials ' This section is supplemented with the following new paragraph For all seed the Contractor shall furnish the Engineer with the following documentation: 1. The state or provincial seed dealer license and endorsements. 2. Copies of Washington State Department of Agriculture (WSDA) test results on ' each lot of seed. Test results must be within six months prior to the date of application ' 8 01.3(1)A Submittals The first sentence in the second paragraph is revised to read Modified TESC Plans shall meet all requirements of the current edition of the WSDOT Temporary Erosion and Sediment Control Manual M 3109 8 01.3(1)C Water Management ' Items number 1 through 3 are deleted. This section is supplemented with the following new subsections: ' 8 01.3(1)C1 Disposal of Dewatering Water When uncontaminated groundwater with a pH range of 6.5 — 8 5 is encountered in an excavation on a project covered by a NPDES Construction Stormwater General Permit, it may be disposed of as follows: 1. When the turbidity of the groundwater is 25 NTU or less, it may bypass t detention and treatment facilities and be discharged into the stormwater conveyance system at a rate that will not cause erosion or flooding in the receiving surface water body. ' 2. When the turbidity of the groundwater is not more than 25 NTU above or 125% of the turbidity of the site stormwater runoff, whichever is greater, the same detention and treatment facilities as used to treat the site runoff may be used. Lincoln Ave Corridor Safety Proj. # 2344 27 3. When the turbidity of the groundwater is more than 25 NTU above or 125% of the turbidity of the site stormwater runoff, whichever is greater, the groundwater shall be treated separately from the site stormwater Alternatively, the Contractor may pursue independent disposal and treatment alternatives ' that do not use the stormwater conveyance system 8- 01.3(1)C2 Process Wastewater Wastewater generated on -site as a byproduct of a construction process shall not be discharged to surface waters of the State Some sources of process wastewater may be infiltrated in accordance with the NPDES Construction Stormwater General Permit. 8- 01.3(1)C3 Shaft Drilling Slurry Wastewater Wastewater generated on -site during shaft drilling activity shall be managed and disposed of in accordance with the requirements below. No shaft drilling slurry wastewater shall be discharged to surface waters of the State. Neither the sediment nor liquid portions of the shaft drilling slurry wastewater shall be contaminated, as detectable by visible or olfactory indication (e g., chemical sheen or smell) 1 Water -only shaft drilling slurry or water slurry with approved flocculants may be infiltrated on -site Flocculants used shall meet the requirements of Section 9- 14.5(1) or shall be chitosan products listed as General Use Level Designation (GULD) on the Department of Ecology's stormwater treatment technologies webpage for construction treatment. Infiltration is permitted if the following requirements are met: a. Wastewater shall have a pH of 6 5 — 8.5 prior to discharge ' b The source water meets drinking water standards or the Groundwater Quality Criteria listed in WAC 173 - 200 -040 c. The amount of flocculant added to the slurry shall be kept to the minimum needed to adequately settle out solids The flocculant shall be thoroughly mixed into the slurry. , d Infiltration locations shall be at least 100 feet away from surface waters, wells, on -site sewage systems, aquifer- sensitive recharge areas, sole source aquifers, and well -head protection areas. Before infiltration begins, there shall be a minimum of 5 feet of unsaturated soil between the soil surface receiving the wastewater for infiltration and the groundwater surface (i e , saturated soil) e The slurry removed from the shaft shall be contained in a leak proof cell or tank for a minimum of 3 hours f. Within a 24 hour period, a maximum of 21,000 gallons of slurry wastewater may be infiltrated in an infiltration location. The infiltration rate shall be reduced if needed to prevent wastewater from leaving the infiltration location The infiltration site shall be monitored regularly during infiltration activity All wastewater discharged to the ground must fully infiltrate and discharges must stop before the end of each work day. g After infiltration activity is complete, loose sediment in the infiltration location that may have resulted from the infiltration activity or the removal of BMPs Lincoln Ave Corridor Safety Proj. # 2344 28 ' ' used to manage infiltration activity shall be stabilized to prevent mobilization by stormwater runoff. h Drilling spoils and settled sediments remaining in the containment cell or tank shall be disposed of in accordance with Section 6 -19 3(4)F. ' i. Infiltration locations shall be marked on the on -site temporary erosion and sediment control (TESC) plan sheets before the infiltration activity begins. j. Prior to infiltrating water -only shaft drilling slurry or water slurry with ' approved flocculants, the Contractor shall submit a Shaft Drilling Slurry Wastewater Management and Infiltration Plan as a Type 2 Working Drawing. This Plan shall be kept on -site, adapted if needed to meet the construction requirements, and updated to reflect what is being done in the field. The Working Drawing shall include, at a minimum, the following information: ' i. Plan sheet showing the proposed infiltration location and all surface waters, wells, on -site sewage systems, aquifer- sensitive recharge areas, sole source aquifers, and well -head protection areas within 150 1 feet. ii. The proposed elevation of soil surface receiving the wastewater for ' infiltration and the anticipated phreatic surface (i e , saturated soil). iii. The source of the water used to produce the slurry ' iv The estimated total volume of wastewater to be infiltrated. ' v. The approved flocculant to be used (if any). vi The controls or methods (e.g., trenches, traps, berms, silt fence, dispersion, or discharge metering devices) that will be used to prevent surface wastewater runoff from leaving the infiltration location. The Working Drawing shall include all pertinent design details (e.g., sizing of trenches or traps, placement or height of berms, application techniques) needed to demonstrate the proposed controls or methods 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 Lincoln Ave Corridor Safety Proj. # 2344 29 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 to prevent it from coming into contact with construction activity or mixing with construction stormwater. It shall be discharged at its preconstruction outfall point in such a manner that there is no increase in erosion downstream of 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 1 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 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. Lincoln Ave Corridor Safety Proj. # 2344 30 ' 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. 1 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. ' 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: Lincoln Ave Corridor Safety Proj. # 2344 31 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. , 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: Lincoln Ave Corridor Safety Proj. # 2344 32 ' 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: t 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 ", 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. Lincoln Ave Corridor Safety Proj. # 2344 33 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, " 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 -18, Mailbox Support August 4, 2014 8- 18.3(1) Type 3 Mailbox Support ' In the third paragraph, the first sentence is revised to read With the Engineer's consent, a Type 3 Mailbox Support design, made of steel or other I durable material, that meets the NCHRP 350 or the Manual for Assessing Safety Hardware (MASH) crash test criteria may be used in place of the design shown in the Standard Plans. Section 8 -20, Illumination, Traffic Signal Systems, Intelligent Transportation Systems, and Electrical ' August 3, 2015 8 - 20.2(1) Equipment List and Drawings The second sentence of the second paragraph is revised to read: Supplemental data would include such items as catalog cuts, product Specifications, shop drawings, wiring diagrams, etc The third paragraph (up until the colon) is revised to read: If the luminaires are not listed in the Qualified Products List, the Contractor shall submit the following information for each different type of luminaire required on the Contract: The fourth paragraph (up until the colon) is revised to read Lincoln Ave Corridor Safety Proj. # 2344 34 ' The Contractor shall submit for approval Type 3E Working Drawings in accordance with Section 1 -05.3 for each of the following types of standards called for on this project: ' 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. ' 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 I nspect 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 Lincoln Ave Corridor Safety Proj. # 2344 35 point between the repair kit and the existing raceway system shall be sealed to prevent air leakage during future cable installation 8- 20.3(5)B Conduit Type This section is revised to read Conduit shall be rigid polyvinyl chloride (PVC), high density polyethylene (HDPE), rigid metal or flexible metal depending on the application. Rigid metal conduit shall be installed at the following locations 1 Within railroad right of way 2. All surface- mounted conduit, with the exception of pole risers. 3 All runs within slip form placed concrete. Unless otherwise required by the owning utility: ' 1 Service lateral runs shall be Schedule 80 PVC or Schedule 80 HDPE. 2 Pole risers shall be Schedule 80 PVC Conduit runs, including outer -duct, that enter the traveled way or shoulders shall be Schedule 80 HDPE, Schedule 80 PVC, or rigid metal. Conduit runs, including outer -duct, that do not enter the traveled way or shoulders shall be Schedule 80 HDPE, Schedule 40 PVC or rigid metal. Flexible metal conduit is allowed only at locations called for in the Plans Except as described under Non - Metallic Conduit, unless otherwise indicated in the Plans or Standard Plans, the same type of conduit shall be used for the entire length of the run, from outlet to outlet. Innerduct shall have a smooth wall non ribbed interior surface, with factory pre - lubricated coating. Innerduct within the Traveled Way or Shoulders and innerduct which is not factory installed shall be Schedule 40 HDPE. The innerduct shall be continuous with no splices Innerduct which is pulled into the outer duct in the field shall be installed with an extra 2 feet of conduit beyond each end of the outer -duct and shall be allowed to finish contracting for 21 calendar days before it is terminated Innerduct shall be terminated with end bells flush to 1 /4 -inch out of the outer -duct and the space between the outer -duct and innerduct shall be sealed with rodent and moisture resistant foam designed for this application and installed per manufacturer's recommendations. 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. 8- 20.3(13)A Light Standards ' In the third paragraph, the last sentence of item number 1 is revised to read: Lincoln Ave Corridor Safety Proj. # 2344 36 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 ' April 6, 2015 8- 22.3(6) Removal of Pavement Markings ' The second and third sentences of the first paragraph are revised to read: Grinding to remove pavement markings is allowed prior to application of a Bituminous ' Surface Treatment. Grinding to remove pavement marking from hot mix asphalt and cement concrete pavements is allowed to a depth just above the pavement surface, then water blasting or shot blasting shall be required to remove the remaining markings. 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 Lincoln Ave Corridor Safety Proj. # 2344 37 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 Lincoln Ave Corridor Safety Proj. # 2344 38 I I 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 I spraying asphaltic material. 8- 23.3(4)B Temporary Pavement Markings — Long Duration I 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 I with the manufacturer's recommendations. 8- 23.3(4)C Tolerance for Lines I Tolerance for lines shall conform to Section 8 -22 3(4). 8- 23.3(4)D Maintenance of Pavement Markings I 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. I Repaired and replaced pavement markings shall meet the requirements for the original pavement marking I 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. I 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 I 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 I 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). I All damage to the permanent Work caused by removing temporary pavement markings shall be repaired by the Contractor at no additional cost to the I Contracting Agency. 8 -23.4 Measurement Temporary pavement markings will be measured by the linear foot of each installed line I 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 I measured for the initial installation only. 8 -23.5 Payment I 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. I "Temporary Pavement Marking — Long Duration ", per linear foot. I Lincoln Ave Corridor Safety Proj. # 2344 39 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 -01, Portland Cement August 3, 2015 ' 9- 01.2(3) Low Alkali Cement This section is revised to read: When low alkali portland cement is required, the percentage of alkalies in the cement shall not exceed 0.60 percent by weight calculated as Na plus 0 658 K This limitation shall apply to all types of portland cement. 9- 01.2(4) Blended Hydraulic Cement The first paragraph is revised to read: 1 Blended hydraulic cement shall be either Type IP(X)(MS), Type IS(X)(MS), Type IT(PX)(LY), Type IT(PX)(LY), or Type IL(X) cement conforming to AASHTO M 240 or ASTM C 595, except that the portland cement used to produce blended hydraulic cement shall not contain more than 0 75 percent alkalies by weight calculated as Na plus 0 658 K and shall meet the following additional requirements: 1 Type IP(X)(MS) - Portland - Pozzolan Cement where (X) equals the targeted percentage of fly ash, the fly ash is limited to a maximum of 35 percent by weight of the cementitious material, (MS) indicates moderate sulfate resistance I 2. Type IS(X)(MS) - Portland Blast- Furnace Slag Cement, where (X) equals the targeted percentage of ground granulated blast- furnace slag, the ground granulated blast furnace slag is limited to a maximum of 50 percent by weight of the cementitious material; (MS) indicates moderate sulfate resistance 3 Type IT(PX)(LY), where (PX) equals the targeted percentage of pozzolan, and t (LY) equals the targeted percentage of limestone The pozzolan (PX) shall be Class F fly ash and shall be a minimum of 25% and a maximum of 35% (LY) shall be a minimum of 5% and a maximum of 15% Separate testing of each source of fly ash at each proposed replacement level shall be conducted in accordance with ASTM C 1012 at the storage temperature prescribed in Section 9.3 of the test procedure, as well as at a storage temperature of 5.0 ± 2 0 °C. Expansion at 1 year shall be 0.10% or less for each test temperature. 4 Type IT(SX)(LY), where (SX) equals the targeted percentage of slag cement, and (LY) equals the targeted percentage of limestone. (SX) shall be a minimum of 30% and a maximum of 50% (LY) shall be a minimum of 5% and a maximum of 15 %. Separate testing of each source of slag at each proposed replacement level shall be conducted in accordance with ASTM C 1012 at the storage temperature prescribed in Section 9.3 of the test procedure, as well as at a storage temperature of 5.0 ± 2 0 °C. Expansion at 1 year shall be 0 10% or less for each test temperature. 5 Type IL(X), where (X) equals the targeted percentage of limestone, and shall be a minimum of 5% and a maximum of 15 %. Type IL(X) shall only be used with either 25% to 35% replacement with Class F fly ash, or with 30% to 50% replacement with slag cement. Separate testing of each source of fly ash or Lincoln Ave Corridor Safety Proj. # 2344 40 I ' slag at each proposed replacement level shall be conducted in accordance with ASTM C 1012 at the storage temperature prescribed in Section 9.3 of the test procedure, as well as at a storage temperature of 5 0 ± 2 0 °C. Expansion at 1 year shall be 0.10% or less for each test temperature. The first sentence of the second paragraph is revised to read: 1 The source and weight of the fly ash or ground granulated blast- furnace slag shall be certified on the cement mill test report or cement certificate of analysis and shall be reported as a percent by weight of the total cementitious material. ' This section is supplemented with the following new paragraph ' Limestone shall meet the requirements of AASHTO M 240 or ASTM C 595 9 - 01.3 Tests and Acceptance The first paragraph is revised to read. Cement may be accepted by the Engineer based on the cement mill test report number or cement certificate of analysis number indicating full conformance to the Specifications All shipments of the cement to the Contractor or concrete supplier shall identify the applicable cement mill test report number or cement certificate of analysis number and shall be provided by the Contractor or concrete supplier with all concrete deliveries. r The second paragraph is revised to read Cement producers /suppliers that certify portland cement or blended cement shall participate in the Cement Acceptance Program as described in WSDOT Standard Practice QC 1. 9 - 01.4 Storage on the Work Site This section is revised to read ' At the request of the Engineer, the Contractor shall provide test data to show that cement stored on site for longer than 60 days meets the requirements of 9 -01. Tests shall be conducted on samples taken from the site in the presence of the Engineer. Test ' results that meet the requirements of 9 -01 shall be valid for 60 days from the date of sampling, after which the Engineer may require further testing. ' Section 9 -03, Aggregates August 3, 2015 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: Lincoln Ave Corridor Safety Proj. # 2344 41 I 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 1 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: t Sand Equivalent 45 min The following new paragraph is inserted after the first paragraph: r 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 I 9- 03.8(2) HMA Test Requirements The second paragraph (up until the colon) is revised to read I The mix design shall produce HMA mixtures when combined with RAP, RAS, coarse and fine aggregate within the limits set forth in Section 9- 03.8(6) and mixed in the laboratory with the designated grade of asphalt binder, using the Superpave gyratory compactor in accordance with WSDOT FOP for AASHTO T 312, and at the required gyrations for N initial, N design, and N maximum with the following properties The third paragraph is revised to read The mix criteria for Hamburg Wheel -Track Testing and Indirect Tensile Strength do not apply to HMA accepted by commercial evaluation 9- 03.8(3)B Gradation — Recycled Asphalt Pavement and Mineral Aggregate This section is supplemented with the following: For HMA with greater than 20 percent RAP by total weight of HMA the RAP shall be ' processed to ensure that 100 percent of the material passes a sieve twice the size of the maximum aggregate size for the class of mix to be produced When any amount of RAS is used in the production of HMA the RAS shall be milled, I crushed or processed to ensure that 100 percent of the material passes the 1 /2 inch sieve. Extraneous materials in RAS such as metals, glass, rubber, soil, brick, tars, paper, wood and plastic shall not exceed 2.0 percent by mass as determined on material retained on the No. 4 sieve. 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 Lincoln Ave Corridor Safety Proj. # 2344 42 I I 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. I The material shall meet one of the options in the soil plasticity table below Soil Plasticity Table I Plasticity Option Sieve Percent Passing Index No. Ii 200 0 - 12 N/A No. 2 200 12.1 - 35 6 or Less I 3 No. 200 Above 35 0 All percentages are by weight. I If requested by the Contractor, the plasticity index may be increased with the approval of the Engineer I 9- 03.14(4) Gravel Borrow for Structural Earth Wall In the second table, the row beginning with "pH" is revised to read: I pH WSDOT Test 4.5 -9 5 -10 Method T 417 I 9- 03.21(1) General Requirements The following new paragraph is inserted after the second paragraph: I Reclaimed asphalt shingles samples shall contain less than the maximum percentage of asbestos fibers based on testing procedures and frequencies established in conjunction with the specifying jurisdiction and state or federal environmental regulatory agencies. I 9- 03.21(1)B Vacant This section, including title, is revised to read: I 9- 03.21(1)B Concrete Rubble Concrete rubble shall not be placed below the ordinary high water mark of any water of the State. I 9- 03.21(1)D Recycled Steel Furnace Slag This section is supplemented with the following new sentence. I Recycled steel furnace slag shall not be placed below the ordinary high water mark of any water of the State. I 9- 03.21(1)E Table on Maximum Allowable Percent (By Weight) of Recycled Material In the table, the "Concrete Rubble" value for the item "Gravel Backfill for Drains" is revised to I read "0" In the table, the "Concrete Rubble" value for the item "Backfill for Sand Drains" is revised to read "0 ". I In the table, the "Concrete Rubble" value for the item "Sand Drainage Blanket" is revised to read "0 ". I Lincoln Ave Corridor Safety Proj. # 2344 43 I Section 9 -04, Joint and Crack Sealing Materials August 3, 2015 9 - 04.1(4) Elastomeric Expansion Joint Seals I In this section, "AASHTO M 220" is revised to read "ASTM D 2628" 9 -04.2 Joint Sealants I In the first paragraph, " AASHTO M 324" is revised to read "ASTM D 6690" 9- 04.2(2) Poured Rubber Joint Sealer I In item number 9, "WSDOT Test Method No. 412" is revised to read "ASTM D 5329 ". 9- 04.2(3) Polyurethane Sealant The first paragraph is revised to read Polyurethane sealant shall conform to ASTM C 920 Type S Grade NS Class 25 Use M or t ASTM C 920 Type S Grade NS Class 35 Use M. Section 9 -05, Drainage Structures and Culverts April 7, 2014 III 9 -05.13 Ductile Iron Sewer Pipe The first paragraph is deleted. I Section 9 -06, Structural Steel and Related Materials January 5, 2015 I 9- 06.5(4) Anchor Bolts The third sentence of the second paragraph is revised to read I Nuts for ASTM F 1554 Grade 36 or 55 black or galvanized anchor bolts shall conform to ASTM A 563, Grade A or DH. I Section 9 -07, Reinforcing Steel August 3, 2015 9 - 07.2 Deformed Steel Bars The first sentence is revised to read Deformed steel bars for concrete reinforcement shall conform to either AASHTO M 31 I Grade 60 or ASTM A 706 Grade 60, except as otherwise noted in this Section or as shown in the Plans I This section is supplemented with the following new sub - section 9- 07.2(1) Headed Steel Reinforcing Bar I Headed steel reinforcing bars shall conform to Section 9 -07 2 and ASTM A 970, including Annex Al requirements for Class HA head dimensions. Headed steel reinforcing bars shall be forged headed bars or threaded headed bars I 9- 07.5(1) Epoxy- Coated Dowel Bars (for Cement Concrete Pavement Rehabilitation) This section is revised to read: Lincoln Ave Corridor Safety Proj. # 2344 44 r ' Epoxy- coated dowel bars shall be round plain steel bars of the dimensions shown in the Standard Plans. They shall conform to AASHTO M 31, Grade 60 or ASTM A 615, Grade 60 and shall be coated in accordance with ASTM A 1078 Type 2 coating, except that the bars may be cut to length after being coated. Cut ends shall be coated in accordance with ASTM A 1078 with a patching material that is compatible with the coating, inert in concrete and recommended by the coating manufacturer. The thickness of the epoxy coating shall be 10 mils plus or minus 2 mils The Contractor shall furnish a written certification that properly identifies the coating material, the number of each batch of coating material used, quantity represented, date of manufacture, name and address of manufacturer, and a statement that the supplied coating material meets the requirements of ASTM A 1078 Type 2 coating. Patching material, compatible with the coating material and inert in concrete and recommended by the manufacturer shall be supplied with each shipment for field repairs by the Contractor r 9- 07.5(2) Corrosion Resistant Dowel Bars (for Cement Concrete Pavement) This section's title is revised to read. 9- 07.5(2) Corrosion Resistant Dowel Bars (for Cement Concrete Pavement and Cement Concrete Pavement Rehabilitation) ' Section 9 -08, Paints and Related Materials January 5, 2015 9- 08.1(2)H Top Coat, Single Component, Moisture -Cured Polyurethane The second paragraph is revised to read 1 Color and Gloss: As specified in the Plans or Special Provisions The last item in the requirements list is revised to read r The top coat shall be a gloss or semi -gloss 9- 08.1(8) Standard Colors ' The second paragraph is deleted. The third paragraph is revised to read: i Unless otherwise specified, all top or finish coats shall be gloss or semi - gloss, with the paint falling within the range of greater than 70 for gloss and 35 to 70 for semi -gloss on the 60- degree gloss meter Section 9 -09, Timber and Lumber January 6, 2014 9- 09.3(1) General Requirements The fourth paragraph is revised to read: ' All orders of treated timber and lumber shall be accompanied by a Certificate of Treatment record. The Certificate of Treatment showing conformance to this specification and AWPA standards shall include the following information: Name and location of the wood preserving company, t Customer identification, Lincoln Ave Corridor Safety Proj. # 2344 45 r Date of treatment and charge number, ' Type of chemical used and amount of retention, Treating process and identification of the Specification used, Boring records verifying treatment penetration for timber and lumber with a nominal dimension of 6" x 6" or larger, Description of material that was treated, and Signature of a responsible plant official. The fifth paragraph is deleted. I The first sentence in the last paragraph is revised to read. All timber and lumber to be used in aquatic environments, unless specified otherwise in the Contract, shall be chemically treated using Western Wood Preservers Institute Best Management Practices (BMPs). Section 9 -13, Riprap, Quarry Spalls, Slope Protection, and Rock for Erosion and Scour Protection and Rock Walls January 5, 2015 This section's content is deleted. I 9 -13.1 Loose Riprap This section's content, including title and subsections, is revised to read the following: I 9 -13.1 Riprap and Quarry Spalls 9- 13.1(1) General ' Riprap and quarry spalls shall consist of broken stone or broken concrete rubble and shall be free of rock fines, soil, or other extraneous material. Concrete rubble shall not be contaminated by foreign materials such as fibers, wood, steel, asphalt, sealant, soil, plastic and other contaminants or deleterious material. Concrete rubble that is imported to the job site will require testing and certification for toxicity characteristics per Section 9 -03 21(1). 1 The grading of the riprap shall be determined by the Engineer by visual inspection of the load before it is dumped into place, or, if so ordered by the Engineer, by dumping individual loads on a flat surface and sorting and measuring the individual rocks contained in the load. Should the riprap contain insufficient spalls, as defined in Section 9 -13 1(5), the Contractor shall furnish and place supplementary spall material ' Riprap and quarry spalls shall be free from segregation, seams, cracks, and other defects tending to destroy its resistance to weather and shall conform to the following requirements for quality Aggregate Property Test Method Requirement Degradation Factor WSDOT T 113 15 minimum Los Angeles Wear, 500 Rev AASHTO T 96 50% maximum Lincoln Ave Corridor Safety Proj. # 2344 46 r ' Specific Gravity, SSD AASHTO T 85 2.55 minimum 9- 13.1(2) Heavy Loose Riprap Heavy loose riprap shall meet the following requirements for grading: Minimum Size Maximum Size 40% to 90% 1 ton ( cubic yd.) 70% to 90% 300 lbs (2 Cu. ft.) 10% to 30% 3 inch 50 lbs. (spalls) 9- 13.1(3) Light Loose Riprap Light loose riprap shall meet the following requirements for grading: ' Size Range Maximum Size 20% to 90% 300 lbs to 1 ton (2 cu ft. to 1 /2 cu yd.) 15% to 80% 50 lbs. to 1 ton ('A cu ft to 1/2 Cu. yd ) 10% to 20% 3 inch 50 lbs (spalls) 9- 13.1(4) Hand Placed Riprap Hand placed riprap shall be as nearly rectangular as possible, 60 percent shall have a volume of not less than 1 cubic foot. No stone shall be used which is less than 6 inches thick, nor which does not extend through the wall 9- 13.1(5) Quarry Spalls ' Quarry spalls shall meet the following requirements for grading: Sieve Size Percent Passing 8" 100 3" 40 max. 3 /" 10 max. ' 9 -13.2 Hand Placed Riprap This section, including title, is deleted in its entirety and replaced with the following: 9 -13.2 Vacant 9 -13.4 Rock for Erosion Control and Scour Protection The last sentence is revised to read The use of recycled materials and concrete rubble is not permitted for this application r 9 -13.6 Quarry Spalls This section, including title, is deleted in its entirety and replaced with the following: ' 9 -13.6 Vacant Section 9 -14, Erosion Control and Roadside Planting August 3, 2015 9.14.1 Soil 111 This section, including title, is revised to read Lincoln Ave Corridor Safety Proj. # 2344 47 I 9 -14.1 Topsoil t 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 r (3) Net weight (4) Pounds of Pure live seed (PLS) in the mix (5) Origin of seed I 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 Erosion Control and Roadside Planting This section is supplemented with the following new sub - section. 9- 14.4(9) Horticultural Grade Perlite Horticultural grade perlite shall be in a pelletized or granular form Horticultural grade perlite shall meet the following requirements for quality and grading: Quality Requirements Property Test Method Note Requirement pH (of water slurry) PI 202 6 5 — 8 0 Bulk Density, lb/ft PI 200 2 - 10 Note 1 — PI, abbreviation for the Perlite Institute Gradation Requirements Sieve Size Percent Passing I No 4 99 — 100 No 18 30 max No 30 10 max All percentages are by weight. 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 Lincoln Ave Corridor Safety Proj. # 2344 48 I ' 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(5) Lime ' This section, including title, is revised to read: 9- 14.4(5) Agricultural Grade Dolomite Lime Agricultural grade dolomite lime shall be in a pelletized or granular form, meeting the grading requirements of ASTM C 602 for Class E. 9- 14.4(6) Gypsum ' This section, including title, is revised to read 9- 14.4(6) Agricultural Grade Gypsum Agricultural grade gypsum shall consist of Calcium Sulfate (CaSO in a pelletized or granular form and shall meet the following grading requirements: 1 Sieve Size Percent Passing 99 — 100 No 20 20 max All percentages are by weight. 1 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: I 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. Lincoln Ave Corridor Safety Proj. # 2344 49 1 9- 14.6(2) Quality The second and third paragraphs in this section are revised to read: 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 -15, Irrigation System August 4, 2014 I 9 -15.18 Detectable Marking Tape In the second paragraph, the table is supplemented with the following new row: I Non - Potable Water Purple Section 9 -16, Fence and Guardrail August 4, 2014 9- 16.2(1)B Wood Fence Posts and Braces In the table, the row beginning with "ACA" is deleted. Section 9 -29, Illumination, Signal, Electrical August 3, 2015 9 -29.1 Conduit, Innerduct, and Outerduct r 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 r The second paragraph is revised to read. The Heavy -Duty Junction Box steel frame, lid support and lid fabricated from steel plate I 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 minimum compressive strength of 4,000 psi. In the fourth paragraph (after the preceding Amendment is applied), the table is revised to read: Lincoln Ave Corridor Safety Proj. # 2344 50 t I I Materials Concrete Requirement Section 6 -02 Reinforcing Steel Section 9 -07 I 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-lb at 40 degrees F. I 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-lb at 40 degrees F I Or Gray iron casting meeting Section 9 -05.15 Anchors (studs) Section 9 -06 15 I Threaded Anchors for Gray Iron ASTM F1554 grade 55 Headed Anchor Requirements Frame I 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 approved shop drawings Hinges and Locking and Latching In accordance with approved shop drawings I Mechanism and associated Hardware and Bolts Safety Bars In accordance with approved shop drawings I The last paragraph is revised to read: I 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 I 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. I 9 - 29.2(2) Standard Duty and Heavy - Duty Cable Vaults and Pull Boxes This section's title is revised to read: I Small Cable Vaults, Standard Duty Cable Vaults, Heavy -Duty Cable Vaults, Standard Duty Pull Boxes, and Heavy -Duty Pull Boxes I 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 I Pull Boxes shall be constructed as a concrete box and as a concrete lid. 9 29.2(2)A Standard Duty Cable Vaults and Pull Boxes I This section's title is revised to read Small Cable Vaults, Standard Duty Cable Vaults, and Standard Duty Pull Boxes I The first paragraph is revised to read: Small and Standard Duty Cable Vaults and Standard Duty Pull boxes shall be concrete I 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. I Lincoln Ave Corridor Safety Proj. # 2344 51 1 In the second paragraph, the first sentence is revised to read. I 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 I Materials for Small and Standard Duty Cable Vaults and Standard Duty Pull Boxes shall conform to the following ' 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) 9- 29.13(2) Manufacturing Quality ' This section, including title, is revised to read 9- 29.13(2) Traffic Signal Controller Assembly Testing t Each traffic signal controller assembly shall be tested as follows. The Contractor shall: 1. Prior to shipping, arrange appointment for testing at the WSDOT Materials Laboratory. 2. Assembly shall be defined as tightening all screws, nuts and bolts, verifying that all wiring is clear of moving parts and properly secured, installing all pluggables, connecting all cables and ensure that all Contract required documents are present, proper documentation is provided, and all equipment required by the Contract is installed 3 The Contractor shall demonstrate that all of the functions required by the Contract perform as intended Demonstration shall include energizing the cabinet and verifying that all 8 phases, 4 pedestrian movements and 4 overlaps (as required by the Contract Provisions) operate per Section 9 -29 13. The Contractor shall place the controller in minimum recall with interval timing set at convenient value for testing purposes Upon a satisfactory demonstration the controller assembly will then be accepted by WSDOT for testing Lincoln Ave Corridor Safety Proj. # 2344 52 I ' 4 If the assembly and acceptance for testing is not complete within 7 calendar days of delivery, the Project Engineer may authorize the return of the assembly to the Contractor, with collect freight charges to the Contractor. 5. WSDOT will test each traffic signal control assembly in accordance with the following test methods, WSDOT T 421, T 422, T 423, T 424, T 425, T 427, and ' T 428. 6. If the traffic signal control assembly passes all testing, the Contractor will be notified where the assembly is to be picked -up for delivery to the project. The ' Contractor shall pick -up the assembly within 7 calendar days of notification. 7. If the traffic signal control assembly fails testing, the Contractor has 7 calendar ' days to repair or replace any components that fail during the testing process at no cost to the Contracting Agency. All repairs shall be completed during normal business hours for the State Materials Lab. A failure shall be defined as a component that no longer functions as intended under the conditions required or does not meet the requirements of the Contract and is at the sole discretion of WSDOT. Once all repairs and replacement of components is complete ' WSDOT will retest the traffic controller as specified in step 6 and all costs for retesting will be deducted from monies due or that may become due the Contractor. ' 9 29.13(2)A Traffic Signal Controller Assembly Testing This section is deleted ' 9 - 29.16 Vehicular Signal Heads, Displays, and Housing The last sentence of the last paragraph is revised to read: A 1- inch -wide strip of yellow retro - reflective, type IV prismatic sheeting, conforming to the requirements of Section 9- 28.12, shall be applied around the perimeter of each backplate with the exception of installations where all sections of the display will be dark as part of normal operation such as ramp meters, hawk signals and tunnels. ' Section 9 -32, Mailbox Support August 4, 2014 ' 9 -32.7 Type 2 Mailbox Support The first sentence is revised to read: ' Type 2 mailbox supports shall be 2 -inch 14 -gage steel tube and shall meet the NCHRP 350 or the Manual for Assessing Safety Hardware (MASH) crash test criteria r Section 9 -34, Pavement Marking Material January 5, 2015 ' 9 -34.2 Paint 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: Lincoln Ave Corridor Safety Proj. # 2344 53 1 Metal Concentration Limits Element Test Method Max. Parts Per Million (ppm) Arsenic EPA 3052 SW -846 6010C 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 60100 5 0 Mercury EPA 3052 SW -846 7471B 4 0 1 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: 1 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 when 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 1 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 Lincoln Ave Corridor Safety Proj. # 2344 54 ' I 9 -35.7 Traffic Safety Drums The third paragraph is revised to read: I Drums and light units shall meet the crashworthiness requirements of NCHRP 350 or MASH as described in Section 1 -10 2(3) 1 9 -35.8 Barrier Drums This section including title is deleted in its entirety and replaced with the following: 1 9 -35.8 Vacant 9 -35.12 Transportable Attenuator I In the first paragraph, the fourth sentence is revised to read: The Contractor shall provide certification that the transportable attenuator complies with I 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. I 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 I or MASH as described in Section 1- 10.2(3). 1 I I I I I I I I I Lincoln Ave Corridor Safety Proj. # 2344 55 r 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 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. 1 I I 1 1 Lincoln Ave Corridor Safety Proj. # 2344 56 ' I I Division 1 General Requirements I DESCRIPTION OF WORK (March 13, 1995) I This Contract provides for the improvement of * ** Lincoln Avenue from 5 Avenue to 32 Avenue by constructing sidewalk north of Lincoln in various locations from 16 Avenue to 32 Avenue, constructing ADA compliant curb ramps, repairing areas of damaged sidewalk, replacing signal heads at Lincoln Ave & 5 Ave and Lincoln Ave and 16 Ave, constructing a I pedestrian crossing signal at Robertson Elementary School, and improving the signage for the Pierce Avenue couplet * ** and other work, all in accordance with the attached Contract Plans, these Contract Provisions, and the Standard Specifications. I 1 -01.3 Definitions (July 23, 2015 APWA GSP) I Delete the heading Completion Dates and the three paragraphs that follow it, and replace them with the following: I Dates Bid Opening Date I 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 I responsible and responsive Bidder for the Work. Contract Execution Date The date the Contracting Agency officially binds the Agency to the Contract. I Notice to Proceed Date The date stated in the Notice to Proceed on which the Contract time begins. Substantial Completion Date I 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, I replacement of temporary substitute facilities, plant establishment periods, or correction or repair remains for the Physical Completion of the total Contract. Physical Completion Date I 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. I 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 I required by the Contract and required by law must be furnished by the Contractor before establishment of this date. Final Acceptance Date I The date on which the Contracting Agency accepts the Work as complete. Supplement this Section with the following I All references in the Standard Specifications, Amendments, or WSDOT General Special Provisions, to the terms "State ", "Department of Transportation ", "Washington State I Lincoln Ave Corridor Safety Proj. # 2344 57 Transportation Commission ", "Commission ", "Secretary of Transportation ", "Secretary", ' "Headquarters ", and "State Treasurer" shall be revised to read "Contracting Agency" All references to "State Materials Laboratory" shall be revised to read "Contracting Agency designated location ". All references to "final contract voucher certification" shall be interpreted to mean the final payment form established by the Contracting Agency. 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. ' t Lincoln Ave Corridor Safety Proj. # 2344 58 ' 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 Basis of Distribution Sets 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. ' Examination of Plans, Specifications and Site of Work 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 Lincoln Ave Corridor Safety Proj. # 2344 59 typing or shall be printed in ink by hand, preferably in black ink. The required certifications are included as part of the Proposal Form The Contracting Agency reserves the right to arrange the proposal forms with alternates and additives, if such be to the advantage of the Contracting Agency The bidder shall bid on all alternates and additives set forth in the Proposal Form unless otherwise specified 1 -02.6 Preparation of Proposal ' (June 27, 2011 APWA GSP) Supplement the second paragraph with the following: , 4. If a minimum bid amount has been established for any item, the unit or lump sum price must equal or exceed the minimum amount stated. ' 5 Any correction to a bid made by interlineation, alteration, or erasure, shall be initialed by the signer of the bid Delete the last paragraph, and replace it with the following: The Bidder shall make no stipulation on the Bid Form, nor qualify the bid in any manner. ' A bid by a corporation shall be executed in the corporate name, by the president or a vice president (or other corporate officer accompanied by evidence of authority to sign) I 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 1 D /M/WBE requirements are to be satisfied through such an agreement. A bid by a joint venture shall be executed in the joint venture name and signed by a member of the joint venture A copy of the joint venture agreement shall be submitted with the Bid Form if any D/W /MBE requirements are to be satisfied through such an agreement. 1 -02.7 Bid Deposit ' (March 8, 2013 APWA GSP) Supplement this section with the following. t 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. Lincoln Ave Corridor Safety Proj. # 2344 60 ' I I If so stated in the Contract Provisions, cash will not be accepted for a bid deposit. 1 -02.9 Delivery of Proposal 1 (August 15, 2012 APWA GSP, Option A) Delete this section and replace it with the following: I 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 I delivery. If the project has FHWA funding and requires DBE Written Confirmation Documents or I 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 I 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 I other than that specified in the Call for Bids. 1 -02.10 Withdrawing, Revising, or Supplementing Proposal I (July 23, 2015 APWA GSP) Delete this section, and replace it with the following I After submitting a physical Bid Proposal to the Contracting Agency, the Bidder may withdraw, revise, or supplement it if: I 1. The Bidder submits a written request signed by an authorized person and physically delivers it to the place designated for receipt of Bid Proposals, and 2 The Contracting Agency receives the request before the time set for receipt of I Bid Proposals, and 3 The revised or supplemented Bid Proposal (if any) is received by the Contracting Agency before the time set for receipt of Bid Proposals. I If the Bidder's request to withdraw, revise, or supplement its Bid Proposal is received before the time set for receipt of Bid Proposals, the Contracting Agency will return the I unopened Proposal package to the Bidder. The Bidder must then submit the revised or supplemented package in its entirety If the Bidder does not submit a revised or supplemented package, then its bid shall be considered withdrawn. I Late revised or supplemented Bid Proposals or late withdrawal requests will be date recorded by the Contracting Agency and returned unopened. Mailed, emailed, or faxed requests to withdraw, revise, or supplement a Bid Proposal are not acceptable. I 1 -02.12 Public Opening of Proposals (May 4, 2012 APWA GSP) I 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 I 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 1 Lincoln Ave Corridor Safety Proj. # 2344 61 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 111 or is altered; c. The completed proposal form contains any unauthorized additions, deletions, alternate Bids, or conditions; d. The Bidder adds provisions reserving the right to reject or accept the award, or enter into the Contract; e. A price per unit cannot be determined from the Bid Proposal, f. The Proposal form is not properly executed, g. The Bidder fails to submit or properly complete a Subcontractor list, if applicable, as required in Section 1 -02.6; h. The Bidder fails to submit or properly complete a Disadvantaged Business Enterprise Certification, if applicable, as required in Section 1 -02 6, The Bidder fails to submit written confirmation from each DBE firm listed on the Bidder's completed DBE Utilization Certification that they are in agreement with the bidders DBE participation commitment, if applicable, as required in Section 1 -02.6, or if the written confirmation that is submitted fails to meet the requirements of the Special Provisions, The Bidder fails to submit DBE Good Faith Effort documentation, if applicable, as required in Section 1 -02 6, or if the documentation that is submitted fails to demonstrate that a Good Faith Effort to meet the Condition of Award was made, k. The Bid Proposal does not constitute a definite and unqualified offer to meet the material terms of the Bid invitation, or More than one proposal is submitted for the same protect from a Bidder under t 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: 1 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 Lincoln Ave Corridor Safety Proj. # 2344 62 I t 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, 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. Section 1 -02 is supplemented with the following 9 (April 5, 2004) Protest Procedures Form and Substance All protests regarding any contents or portion of the bid proposal must be submitted to the Contracting Agency as soon as possible after the protestant becomes aware of the reason(s) for the protest. All protests must be in writing and signed by the ' protestant or an authorized agent. Such writing must state all facts and arguments on which the protestant is relying as the basis for its action. Such protestant shall also attach, or supply on demand by the Contracting Agency, any relevant exhibits ' referenced in the writing. Copies of all protests and exhibits shall be mailed or delivered by the protestant to the bidder against whom the protest is made (if any) at the same time such protest and exhibits are submitted to the Contracting Agency. All protests shall be directed to. Washington State Department of Transportation Attn: Manager, Contract Ad & Award ' PO Box 47360 Olympia, Washington 98504 -7360 Phone: (360) 705 -7017 ' Fax: (360) 705 -6810 Lincoln Ave Corridor Safety Proj. # 2344 63 I Pre -award Protests To allow sufficient response time, all pre -award protests must be received by the contracting agency no later than 5.00 p.m of the second business day after the bid opening date. If the protest is mailed after the bid opening date and before the pre- award protest deadline, the protestant shall immediately notify WSDOT's Manager, Contract Ad & Award by telephone, or some other means of rapid communication, that a protest has been made. The Contracting Agency shall consider all the facts available to it, and issue a decision in writing within five (5) business days after receipt of the protest, unless, in the Contracting Agency's sole discretion, more time is needed The protestant and the bidder(s) against whom the protest is made will be notified if additional time is necessary; and if the additional time required affects the bid opening date or the award date, all bidders shall be notified t The Contracting Agency's decision shall be final and conclusive. Selection of the successful bidder, if one is to be made, will be postponed until after the Contracting Agency has issued its decision. The Contracting Agency shall provide the protestant with written notice of this decision no later than two full working days prior to execution of the contract. Post award Protests The Contracting Agency shall immediately notify all unsuccessful bidders of the Contracting Agency's award decision. Any decision made by the Contracting Agency regarding the award and execution of the contract or bid rejection shall be conclusive subject to the scope of the judicial review permitted under Washington Law. Such review, if any, shall be timely filed in the Superior Court of Thurston County, Washington Protests which do not comply with the above - specified procedures will not be considered General Section 1- 02.4(1) is supplemented with the following: (January 5, 2015) The Contracting Agency has included a partially filled in Washington State Department of Ecology (Ecology) Transfer of Coverage (Ecology form ECY 020 - 87a) for the Construction Stormwater General Permit (CSWGP) as part of the Bid Documents. As a condition of Section 1 -03.3, Execution of Contract, the Contractor is required to complete sections I, Ill, and VIII of the Transfer of Coverage and return the form to the Contracting Agency The Contracting Agency is responsible for compliance with the CSWGP until the end of day that the contract is executed. Beginning on the day after the Contract is executed the Contractor shall assume complete legal responsibility for compliance with the CSWGP and full implementation of all conditions of the CSWGP as they apply to the contract Work. 1 Lincoln Ave Corridor Safety Proj. # 2344 64 ' 1 1 -03 Award and Execution of Contract 1 -03.1 Consideration of Bids (January 23, 2006 APWA GSP) Revise the first paragraph to read: ' After opening and reading proposals, the Contracting Agency will check them for correctness of extensions of the prices per unit and the total price. If a discrepancy exists between the price per unit and the extended amount of any bid item, the price per unit will ' control. If a minimum bid amount has been established for any item and the bidder's unit or lump sum price is 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 1 (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 r 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. ' 1 -03.4 Contract Bond (July 23, 2015 APWA GSP) ' Delete the first paragraph and replace it with the following: 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: Lincoln Ave Corridor Safety Proj. # 2344 65 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 -04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda (March 13, 2012 APWA GSP) ' Revise the second paragraph to read. Any inconsistency in the parts of the contract shall be resolved by following this order of precedence (e.g , 1 presiding over 2, 2 over 3, 3 over 4, and so forth): 1 Addenda, 2. Proposal Form, 3 Special Provisions, 4. Contract Plans, 5. Amendments to the Standard Specifications, 6 Standard Specifications, 7. Contracting Agency's Standard Plans or Details (if any), and 8. WSDOT Standard Plans for Road, Bridge, and Municipal Construction. 1 -05 Control of Work ' 1 -05.4 Conformity With And Deviations From Plans And Stakes This section is supplemented with the following: The Contractor shall be responsible for all surveying required for this project. A Professional Surveyor, licensed in the State of Washington, shall be employed by the Contractor to perform all horizontal and vertical control work, and to do the construction staking, including setting offset points and grades The Contractor shall protect all Lincoln Ave Corridor Safety Proj. # 2344 66 ' ' 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: 1 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. 1 Direct or indirect costs incurred by the Contracting Agency attributable to correcting and remedying defective or unauthorized work, or work the Contractor failed or refused to ' perform, shall be paid by the Contractor. Payment will be deducted by the Engineer from monies due, or to become due, the Contractor. Such direct and indirect costs shall include in particular, but without limitation, compensation for additional professional services required, and costs for repair and replacement of work of others destroyed or ' damaged by correction, removal, or replacement of the Contractor's unauthorized work. No adjustment in contract time or compensation will be allowed because of the delay in ' the performance of the work attributable to the exercise of the Contracting Agency's rights provided by this Section. ' The rights exercised under the provisions of this section shall not diminish the Contracting Agency's right to pursue any other avenue for additional remedy or damages with respect to the Contractor's failure to perform the work as required. ' 1 -05.11 Final Inspection Delete this section and replace it with the following: 1 -05.11 Final Inspections and Operational Testing ' (October 1, 2005 APWA GSP) 1- 05.11(1) Substantial Completion Date ' When the Contractor considers the work to be substantially complete, the Contractor shall so notify the Engineer and request the Engineer establish the Substantial Completion Lincoln Ave Corridor Safety Proj. # 2344 67 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 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 Lincoln Ave Corridor Safety Proj. # 2344 68 ' ' 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 1 (August 14, 2013 APWA GSP) Delete the sixth and seventh paragraphs of this section 1 -05.14 Cooperation With Other Contractors ' Section 1 -05.14 is supplemented with the following: (March 13, 1995) Other Contracts Or Other Work It is anticipated that the following work adjacent to or within the limits of this project will be performed by others during the course of this project and will require coordination of the work: ' * ** City of Yakima Water Division will coordinate with the contractor and move or adjust city water meters and 1 hydrant as necessary * ** ' 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 Proiect 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) Lincoln Ave Corridor Safety Proj. # 2344 69 The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the work, unless the contract includes power and water as a pay item 1 -06 Control of Material Section 1 -06 is supplemented with the following Buy America (August 6, 2012) ' In accordance with Buy America requirements contained in 23 CFR 635 410, the major quantities of steel and iron construction material that is permanently incorporated into the project shall consist of American -made materials only Buy America does not apply to temporary steel items, e g , temporary sheet piling, temporary bridges, steel scaffolding and falsework. Minor amounts of foreign steel and iron may be utilized in this project provided the cost ' of the foreign material used does not exceed one -tenth of one percent of the total contract cost or $2,500.00, whichever is greater. American -made material is defined as material having all manufacturing processes occurring domestically To further define the coverage, a domestic product is a manufactured steel material that was produced in one of the 50 States, the District of Columbia, Puerto Rico, or in 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. Lincoln Ave Corridor Safety Proj. # 2344 70 ' 2. Rolling, heat treating, and any other similar processing 3. Fabrication of the products a. Spinning wire into cable or strand. b Corrugating and rolling into culverts. c. Shop fabrication. A certification of materials origin will be required for any items comprised of, or containing, steel or iron construction materials prior to such items being incorporated into the permanent work. The certification shall be on DOT Form 350 -109EF provided by the Engineer, or such other form the Contractor chooses, provided it contains the same information as DOT Form 350- 109EF. ' 1 -06.1 Approval of Materials Prior to Use Section 1 -06 1 is supplemented with the following: (January 5, 2015) For each proposed material that is required to be submitted for approval using either the QPL or RAM process the Contractor will be allowed to submit for approval two materials per material type at no cost. Additional materials may be submitted for approval and will be processed at a cost of $100.00 per material submitted by QPL submittal and $300.00 ' per material submitted by RAM. All costs for the processing additional materials will be deducted from monies due or that may come due to the Contractor. Subject to a request by the Contractor and a determination by the Engineer the costs for processing may be waived. 1 -07 Legal Relations and Responsibilities to the Public ' Section 1 -07 is supplemented with the following: 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 Lincoln Ave Corridor Safety Proj. # 2344 71 solely and completely responsible for the conditions of the project site, including safety for all persons and property in the performance of the work This requirement shall apply continuously, and not be limited to normal working hours The required or implied duty of the Engineer to conduct construction review of the Contractor's performance does not, and shall not, be intended to include review and adequacy of the Contractor's safety measures in, on, or near the project site 1 -07.2 State Taxes ' Delete this section, including its sub - sections, in its entirety and replace it with the following: ' 1 -07.2 State Sales Tax (June 27, 2011 APWA GSP) ' The Washington State Department of Revenue has issued special rules on the State sales tax. Sections 1 -07 2(1) through 1- 07.2(3) are meant to clarify those rules. The Contractor should contact the Washington State Department of Revenue for answers to questions in this 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 Lincoln Ave Corridor Safety Proj. # 2344 72 ' property in or to real property, whether or not such personal property becomes a part of the realty by virtue of installation ' For work performed in such cases, the Contractor shall collect from the Contracting Agency, retail sales tax on the full contract price. The Contracting Agency will automatically add this sales tax to each payment to the Contractor. For this reason, the ' Contractor shall not include the retail sales tax in the unit bid item prices, or in any other contract amount subject to Rule 170, with the following exception Exception: The Contracting Agency will not add in sales tax for a payment the Contractor or a subcontractor makes on the purchase or rental of tools, machinery, equipment, or consumable supplies not integrated into the project. Such sales taxes shall be included in the unit bid item prices or in any other contract amount. 1- 07.2(3) Services t 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 1- 07.9(1) General Section 1- 07.9(1) is supplemented with the following. ' (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 A) ' Supplement this section with the following: t Disadvantaged Business Enterprise Participation The Disadvantaged Business Enterprise (DBE) requirements of 49 CFR Part 26 apply to this Contract. As such, the requirements of this Contract are to make affirmative efforts to solicit DBEs, provide information on who submitted a Bid or quote and to report DBE participation quarterly as described elsewhere in these Contract Provisions. No preference will be included in the evaluation of Bids /Proposals, no minimum level of DBE participation shall be required as a Condition of Award and Bids /Proposals may not be t rejected or considered non - responsive on that basis. DBE Goals ' No DBE goals have been assigned as part of this Contract. Affirmative Efforts to Solicit DBE Participation ' DBE firms shall have an equal opportunity to compete for subcontracts in which the Contractor enters into pursuant to this Contract. Lincoln Ave Corridor Safety Proj. # 2344 73 Contractors are encouraged to 1. Advertise opportunities for Subcontractors or suppliers in a timely and reasonably designed manner to provide notice of the opportunity to DBEs capable of performing the Work. All advertisements should include a Contract Provision encouraging participation by DBE firms. This may be accomplished through general advertisements (e g newspapers, journals, etc.) or by soliciting Bids /Proposals directly from DBEs Note A Directory of Certified DBE Firms denoting the Description of Work the DBE Contractors are certified to perform is available at: ' www omwbe wa goy/certification/index shtml. The directory provides a plain language on the Description of Work that the listed DBE's have been certified by the Office of Minority and Women's Business Enterprises (OMWBE) to perform. 2 Establish delivery schedules that encourage participation by DBEs and other small businesses 3. Participate with a DBE as a joint venture DBE Eligibility /Selection of DBEs for Reporting Purposes Only Contractors may take credit for DBEs utilized on this Contract only if the firm is certified for the Work being performed. ' Absent a mandatory goal, all DBE participation that is attained on this project will be considered as "race neutral" participation and shall be reported as such. Crediting DBE Participation for Reporting Purposes Joint Venture When a DBE performs as a participant in a joint venture, only that portion of the total dollar value of the Contract equal to the distinct, clearly defined portion of the Work that the DBE performs with its own forces shall be credited. DBE Prime Contractor A DBE Prime Contractor may only take credit for that portion of the total dollar value of the Contract equal to the distinct, clearly defined portion of the Work that the DBE Prime Contractor performs with its own forces. DBE Subcontractor When a DBE firm participates as a Subcontractor, only that portion of the total dollar value of the Contract equal to the distinct, clearly defined portion of the Work that the DBE performs with its own forces shall be credited. • Include the cost of supplies and materials obtained by the DBE for the Work in the Contract including supplies purchased or equipment leased by the DBE However, you may not take credit supplies, materials, and equipment the DBE Subcontractor purchases or leases from the Prime Contractor or its affiliate. In addition, Work performed by a DBE, utilizing resources of the Prime Contractor or its affiliates shall not be credited Lincoln Ave Corridor Safety Proj. # 2344 74 I ' • In very rare situations, a DBE firm may utilize equipment and /or personnel from a non -DBE firm other than the Prime Contractor or its affiliates. Should this situation arise the arrangement must be short- term and have prior written approval from the Office of Equal Opportunity (OEO). The arrangement must not impact a DBE firm's ability to perform a Commercially Useful Function (CUF) • Count the entire value of fees or commissions charged by a DBE firm for providing a bona fide service, such as professional, technical, consultant, managerial services, or for providing bonds or insurance. • When a DBE subcontracts to another firm, the value of the subcontracted Work may be counted as participation only if the DBE's ' lower tier Subcontractor is also a DBE • When non -DBE Subcontractor further subcontracts to a lower -tier ' Subcontractor or supplier who is a certified DBE, then that portion of the Work further subcontracted may be credited as DBE participation, so long as it is a distinct clearly defined portion of the Work that the ' DBE is performing with its own forces. • If a firm is not certified as a DBE at the time of the execution of the contract, their participation cannot be counted toward any DBE goals ' Trucking Use the following factors in determining DBE credit and whether a DBE trucking company is performing a Commercially Useful Function (CUF): ' 1. The DBE must be responsible for the management and supervision of the entire trucking operation for which credit is being claimed 2. The DBE must itself own and, with its own workforce, operate at least one fully licensed, insured, and operational truck used on the Contract. 3. The DBE receives credit only for the value of the transportation services it provides on the Contract using trucks it owns or leases, licenses, insures, and operates with drivers it employs. For purposes ' of this requirement a lease must indicate that the DBE has exclusive use of and control over the truck. This does not preclude the leased truck from working for others provided it is with the consent of the DBE ' and the lease provides the DBE first priority for use of the leased truck. Leased trucks must display the name and identification number of the DBE. 4. The DBE may lease trucks from another DBE firm including an owner - operator provided they are certified as a DBE for trucking The DBE who leases trucks from another DBE may claim participation for the total value of the transportation services the lessee DBE provides on the Contract. ' 5. The DBE may also lease trucks from a non -DBE firm and may enter into an agreement with an owner - operator who is a non -DBE. The DBE shall only receive credit for the number of additional non -DBE ' trucks equal or 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- Lincoln Ave Corridor Safety Proj. # 2344 75 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 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. ' 1. WSDOT considers and recognizes a regular dealer, as a firm that owns, operates, or maintains a store, warehouse, or other establishment in which the materials or supplies required for the Lincoln Ave Corridor Safety Proj. # 2344 76 U 1 performance of the Contract and described by the specifications of the Contract are bought, kept in stock and regularly sold or leased to the public in the usual course of business. 2 Sixty percent (60 %) of the cost of materials or supplies purchased from an approved regular dealer may be credited as DBE ' participation. Regular dealer status is granted on a contract -by- contract basis. A firm wishing to be approved as a regular dealer for WSDOT contracted projects ' or Highways & Local Program administered projects must submit a request in writing to the OEO no later than seven days prior to bid opening. Once the OEO has received the request, an onsite review will be set up ' with the firm and a review conducted to determine the firm's qualifications. If it is determined that the firm qualifies as a regular dealer the OEO will list the firm on an approved regular dealers List. The list may be accessed ' through the OEO Home website is at: www.wsdot.wa gov /equalopportunity Note: Requests to be listed as a regular dealer will only be processed if the requesting firm is certified by the Office of Minority and Women's Business Enterprises in a NAICS code that fall within ' the 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. In either case, you may not take credit for any part of the cost of the ' materials and supplies. • Joint Checking Allowance ' Prime Contractors and DBEs must receive pre - approval by the OEO before using a joint check. Joint check requests shall be submitted, by the Prime Contractor to the Contracting Agency for approval. When requesting approval for use of a joint checking allowance, the Contractor must distribute a written joint check agreement among the parties (including the suppliers involved) providing full and prompt disclosure of the expected use of the joint checks. The agreement shall contain all the information concerning the parties' obligations and consequences or remedies if the agreement is not fulfilled or a breach occurs. The joint check request shall be submitted to the ' Contracting Agency for approval prior to signing the Contract agreement. The following are some general conditions that must be met by all parties regarding joint check use: Lincoln Ave Corridor Safety Proj. # 2344 77 a It is understood the Prime Contractor acts as the guarantor of a joint I check b The DBE's own funds are used to pay supplier of materials. The Prime Contractor does not make direct payment to supplier In order to be performing a Commercially Useful Function (CUF), the DBE must release the check to the supplier (paying for the materials it -self and not be an extra participant in a transaction). c. If the Prime Contractor makes joint checks available to one DBE Subcontractor, the service must be made available to all Subcontractors (DBE and non -DBE). d The relationship between the DBE and its suppliers should be established independently of and without interference by the Prime Contractor The DBE has final decision - making responsibility concerning the procurement of materials and supplies, including which supplier to use e. The Prime Contractor and DBE shall be able to provide receipts, invoices, cancelled checks and /or certification statements of payment if requested by the Contracting Agency f. The DBE remains responsible for all other elements of 49 CFR 26 55(c) (1) Failure by the Prime Contractor to request and to receive prior approval of a joint check arrangement will result in the joint check amount not counting towards the Prime Contractor's DBE goal Commercially Useful Function (CUF) t In any case, you may only take credit when the associated DBE that is determined to be performing a Commercially Useful Function (CUF) • A DBE performs a CUF when it is responsible for execution of a distinct element of Work and is carrying out its responsibilities by performing, managing and supervising the Work involved The DBE must also be responsible with respect to materials and supplies used on the Contract. For example, negotiating price, determining quality, determining quantities, ordering, installing (if applicable) and paying for the material itself • A DBE does not perform a CUF if its role is limited to that of an extra participant in a transaction, Contract, or project through which funds are passed Procedures Between Award and Execution After award and prior to Execution of the Contract, the successful Bidder shall provide additional information as described below. Failure to comply may result in the forfeiture of the Bidder's Proposal bond or deposit. A list of all firms who submitted a Bid or quote in an attempt to participate in this project whether they were successful or not. 111 Lincoln Ave Corridor Safety Proj. # 2344 78 U i ' Include the correct business name, federal employer identification number (optional) and a mailing address. The firms identified by the Prime Contractor may be contacted by Contracting Agency to solicit general information as follows: ' 1. Age of the firm. 2. Average of its gross annual receipts over the past three years. ' Procedures after Execution Reporting Quarterly Report of Amounts Credited as DBE Participation Form #422 -102 The Prime Contractor shall submit a Quarterly Report of Amounts Credited as DBE Participation form (422 -102 EF) on a quarterly basis for any calendar quarter in which DBE Work is accomplished or upon completion of the project, as appropriate. This is a record of payments to the DBE that the Prime Contractor is taking credit for as DBE ' participation. The dollars reported as specified in Crediting DBE Participation for Reporting Purposes section of this contract provision. In the event that the payments to a DBE have been made by an entity ' other than the Prime Contractor (as in the case of a lower -tier Subcontractor or supplier), then the Prime Contractor shall obtain the quarterly report, including the signed affidavit, from the paying entity and submit the report to the Contracting Agency. Payment Compensation for all costs associated with complying with the conditions of this specification shall be included in payment for the associated Contract items of Work. ' Prompt Payment Prompt payment to all Subcontractors shall be in accordance with Section 1- 08.1(1) of the Contract Provisions. ' Damages for Noncompliance The Prime Contractor shall not discriminate on the basis of race, color, ' national origin, or sex in the performance of this Contract. The Prime Contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of Contracts, which contain funding assistance ' from the United States Department of Transportation. Failure by the Prime Contractor to carry out these requirements is a material breach of this Contract, which may result in the termination of this Contract or such other remedy as the Contracting Agency deems appropriate. (July 1, 2013) Small Business Enterprise Participation ' The Small Business Enterprise (SBE) Program is an element of the Disadvantaged Business Enterprise (DBE) Program in accordance with the requirements of 49 CFR Part 26 39. As such, the requirements of this contract establish affirmative efforts to utilize ' SBE certified firms on construction projects No preference will be included in the evaluation of Bids /Proposals. No minimum level of SBE participation shall be required as Lincoln Ave Corridor Safety Proj. # 2344 79 1 a Condition of Award and Bids /Proposals may not be rejected or considered non- ' responsive on that basis Voluntary SBE Goals A voluntary goal amount of ten percent of the Contract bid amount is established The goal is voluntary, but achievement of the goal is encouraged No preference will be included in the evaluation of bids /proposals. Bidders may contact the Washington State Office of Minority and Women's Business Enterprises (OMWBE) at 360- 664 -9750 or visit www.omwbe wa.gov to obtain information on certified SBE firms. Required SBE Participation Plan The Contractor shall submit a SBE Participation Plan prior to commencing contract work. Although the goal is voluntary, the outreach efforts to provide SBE maximum practicable opportunities are not. For SBE Participation Plan Drafting Guidelines, please visit: , www.wsdot.wa gov /equalopportunity. Definitions Regardless of race or gender, a SBE is one certified by OMWBE as such, where the firm's: ' • Three year averaged gross receipts are less than $22.41 million dollars, with smaller industry standards applicable I • Is at least 51% owned and controlled by an individual or individuals with a personal net worth less than $1.32 million dollars • A Micro Small Business Enterprise is a firm certified as an SBE with average gross receipts for three years less than one million dollars 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 Lincoln Ave Corridor Safety Proj. # 2344 80 , 1 -07.13 Contractor's Responsibility for Work ' 1- 07.13(4) Repair of Damage Section 1- 07.13(4) is revised to read: ' (August 6, 2001) The Contractor shall promptly repair all damage to either temporary or permanent II 07.13(1), as directed by the Engineer. For damage qualifying for relief under Sections 1 07.13(1), 1- 07.13(2) or 1-07 13(3), payment will be made in accordance with Section 1-04.4. Payment will be limited to repair of damaged work only. No payment will be made for delay or disruption of work. 1 -07.17 Utilities and Similar Facilities ' Section 1 -07 17 is supplemented with the following: ' (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 2301 Fruitvale Blvd. Yakima, WA 98902 509 - 575 -6154 ' City of Yakima Wastewater Div 2220 E. Viola Yakima, WA 98901 509 - 575 -6077 Centurylink 8 W. 2 Ave. Room 304 Yakima, WA 98902 509 - 575 -7183 ' Pacific Power PO Box 1729 1005 N. 16th Ave Yakima, WA 98907 509-575-3146 Charter Communications Yakima, WA 98902 509 - 575 -1697 Cascade Natural Gas Corp. 401 N 1st St. Yakima, WA 98901 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. Lincoln Ave Corridor Safety Proj. # 2344 81 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 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 Lincoln Ave Corridor Safety Proj. # 2344 82 t ' 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 U Products /Completed Operations — for a period of one year following final acceptance of the work. Personal /Advertising Injury Contractual Liability Independent Contractors Liability Stop Gap / Employers' Liability Explosion, Collapse, or Underground Property Damage (XCU) ' Blasting (only required when the Contractor's work under this Contract includes exposures to which this specified coverage responds) ' Such policy must provide the following minimum limits: $1,000,000 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 Lincoln Ave Corridor Safety Proj. # 2344 83 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 During actual hours of work, unless protected as described above, only materials absolutely necessary to construction shall be within the WZCZ and only construction vehicles absolutely necessary to construction shall be allowed within the WZCZ or allowed to stop or park on the shoulder of the roadway The Contractor's nonessential vehicles and employees private vehicles shall not be permitted to park within the WZCZ at any time unless protected as described above Deviation from the above requirements shall not occur unless the Contractor has requested the deviation in writing and the Engineer has provided written approval Minimum WZCZ distances are measured from the edge of traveled way and will be determined as follows Regulatory Distance From Posted Speed Traveled Way (Feet) 35 mph or less 10* 40 mph 15 45 to 55 mph 20 60 mph or greater 30 * or 2 - feet beyond the outside edge of sidewalk Minimum Work Zone Clear Zone Distance Lincoln Ave Corridor Safety Proj. # 2344 84 t 1 1 -07.24 Rights of Way (July 23, 2015 APWA GSP) ' Delete this section 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 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 I 1 -08 PROSECUTION AND PROGRESS Add the following new section: Lincoln Ave Corridor Safety Proj. # 2344 85 r 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) I 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. I 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 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 noon 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 Lincoln Ave Corridor Safety Proj. # 2344 86 I I 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 I 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. I 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 I 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 I (July 23, 2015 APWA GSP) Delete the eighth paragraph and replace it with the following: I 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 I 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. I 1- 08.1(1) Subcontract Completion and Return of Retainage Withheld Section 1- 08.1(1) is revised to read: I (August 4, 2014) The following procedures shall apply to all subcontracts entered into as a part of this I Contract: Requirements 1. The Prime Contractor or Subcontractor shall make payment to the I 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. I 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 I satisfactorily completed. 3. For purposes of this Section, a Subcontractor's work is satisfactorily I completed when all task and requirements of the Subcontract have been accomplished and including any required documentation and material testing. I 4. Failure by a Prime Contractor or Subcontractor to comply with these requirements may result in one or more of the following: I a. Withholding of payments until the Prime Contractor or Subcontractor complies I Lincoln Ave Corridor Safety Proj. # 2344 87 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 -08.1. Also, it is not intended to bestow upon any Subcontractor, the status of a third -party beneficiary to the Contract between the Contracting Agency and the Contractor. I 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 I 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 and replace it with the following: I 1 -08.4 Notice to Proceed and Prosecution of Work (July 23, 2015 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 Lincoln Ave Corridor Safety Proj. # 2344 88 I I ' 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 ' 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 Lincoln Ave Corridor Safety Proj. # 2344 89 I e Copies of the approved "Affidavit of Prevailing Wages Paid" for the Contractor and I all Subcontractors f Property owner releases per Section 1 -07.24 1 -08.7 Maintenance During Suspension (October 1, 2005 APWA GSP) Revise the second paragraph to read , At no expense to the Contracting Agency, the Contractor shall provide through the construction area a safe, smooth, and unobstructed roadway, sidewalk, and path for public use during suspension (as required in Section 1 -07 23 or the Special Provisions). This may include a temporary road or detour. 1 -08.9 Liquidated Damages (August 14, 2013 APWA GSP) Revise the fourth paragraph to read: r 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. I 1 -09 Measurement and Payment 1 -09.6 Force Account I (October 10, 2008 APWA GSP) Supplement this section with the following: t The Contracting Agency has estimated and included in the Proposal, dollar amounts for all items to be paid per force account, only to provide a common proposal for Bidders All such dollar amounts are to become a part of Contractor's total bid. However, the Contracting Agency does not warrant expressly or by implication, that the actual amount of work will correspond with those estimates Payment will be made on the basis of the amount of work actually authorized by Engineer. 1 -09.9 Payments (March 13, 2012 APWA GSP) I 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. Lincoln Ave Corridor Safety Proj. # 2344 90 I ' 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. 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 1 with Section 1 -05 1. 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- 09.13(3) Claims $250,000 or Less (October 1, 2005 APWA GSP) ' Delete this Section and replace it with the following: Lincoln Ave Corridor Safety Proj. # 2344 91 r 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 (July 23, 2015 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 is located, provided that where claims subject to arbitration are asserted against a county, RCW 36.01.05 shall control venue and jurisdiction of the Superior Court. 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. ' 1 -10 Temporary Traffic Control 1 -10.2 Traffic Control Management 1 1- 10.2(1) General Section 1 -10 2(1) is supplemented with the following: (December 1, 2008) Only training with WSDOT TCS card and WSDOT training curriculum is recognized in the State of Washington. The Traffic Control Supervisor shall be certified by one of the following: 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 I 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. Lincoln Ave Corridor Safety Proj. # 2344 92 1 Division 2 Earthwork ' 2 -01 Clearing, Grubbing, and Roadside Cleanup 2 -01.1 Description Section 2 -01.1 is supplemented with the following (March 13, 1995) Clearing and grubbing on this project shall be performed within the following areas & limits: ' Parcel 181323 -22450 - cut and remove large fir tree, grind stump 2' to ground and replace and blend top soil. Parcel 181323 -22416 - cut and remove large fir tree, grind stump 2' to ground and replace and blend top soil. Parcel 181323 -22413 - cut and remove large birch tree, grind stump 2' to ground and replace and blend top soil. ' Parcel 181323 -22444 - cut and remove large birch tree, grind stump 2' to ground and replace and blend top soil. Parcel 181323 -22442 - cut and remove large maple tree, grind stump 2' to ground and replace and blend top soil. Removing hedges as needed on parcels 181323 -22420 & 22443. ' All other minor removal as necessary within the right of way in the project limits. 2 -02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 2 -02.3 Construction Requirements 1 Section 2 -02.3 is supplemented with the following: Prior to removal, the Contractor shall use a vertical saw cut to delineate the areas of ' pavement removal from those areas that pavement is to remain. Concrete curb, gutter and sidewalks shall be removed to the nearest convenient joint if 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 existing railing at the canal ditch shall be removed. 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. Lincoln Ave Corridor Safety Proj. # 2344 93 1 2- 02.3(3) Removal of Pavements, Sidewalks, Curbs and Gutters This section is supplemented with the following: Rem 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." 1 2 -02.4 Measurement This section is supplemented with the following 1 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 1 This section is supplemented by adding the following pay item. "Saw Cut ", per linear foot. 1 (November 3, 1999) "Removing Cement Conc. Sidewalk ", per square yard. 1 (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 standard details. All costs thereof shall be included in the Contract price "Removing Cement Conc. All costs to remove and dispose of the canal railing shall be paid as "Removal of Structures and Obstructions ". 2 -07 WATERING 2 -07.3 Construction Requirements Add the following new section: 2- 07.3(A) Water Supplied From Hydrants Lincoln Ave Corridor Safety Proj. # 2344 94 1 I 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 1 obtained. The contractor shall only use hydrant wrenches to operate hydrants. The hydrant valve I 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 1 directions. If a hydrant or metered connection is damaged, the Contractor shall immediately notify I the City of Yakima Water /Irrigation Division so that the damage can be repaired as quickly as possible. I 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. I 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 I shall be responsible for all costs associated with the use of the hydrant, including rental fees and metered water use. I 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. 1 2 -07.4 Measurement This section is supplemented with the following: There will be no measurement for water. I 2 -07.5 Payment This section is supplemented with the following: I All costs to provide and apply water shall be incidental to construction. All costs shall be included in other contract pay items. 1 1 1 1 1 I Lincoln Ave Corridor Safety Proj. # 2344 95 Division 5 1 Surface Treatments and Pavements 5 -04 Hot Mix Asphalt 1 5- 04.3(7)A2 Statistical or Nonstatistical Evaluation Delete this section and replace it with the following 1 5- 04.3(7)A2 Nonstatistical Evaluation (January 16, 2014 APWA GSP) 1 Mix designs for HMA accepted by Nonstatistical evaluation shall; • Be submitted to the Project Engineer on WSDOT Form 350 -042 1 • 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 1 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 1 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 Nonstatistical evaluation will be used for all HMA not designated as Commercial HMA in the contract documents Lincoln Ave Corridor Safety Proj. # 2344 96 1 1 ' 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). 1 Commercial evaluation may be used for Commercial HMA and for other classes of HMA in the following applications sidewalks, road approaches, ditches, slopes, paths, trails, gores, ' prelevel, and pavement repair. Other nonstructural applications of HMA accepted by commercial evaluation shall be as approved by the Project Engineer. Sampling and testing of HMA accepted by commercial evaluation will be at the option of the Project Engineer. Commercial HMA can be accepted by a contractor certificate of compliance letter stating 1 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. 1 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. 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(12) Joints 1 Section 5- 04.3(12) is supplemented with the following: (January 5, 2004) The HMA overlay shall be feathered to produce a smooth riding connection to the existing pavement. ' HMA utilized in the construction of the feathered connections shall be modified by eliminating the coarse aggregate from the mix at the Contractor's plant or the commercial source or by raking the joint on the roadway, to the satisfaction of the ' Engineer. 5- 04.3(8)A6 Test Methods (January 16, 2014 APWA GSP) 1 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. Lincoln Ave Corridor Safety Proj. # 2344 97 1 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 1 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 1 Compaction Factor (NCCF) will be determined. THE NCCF equals the algebraic difference of CPF minus 1.00 multiplied by 40 percent. The Compaction Price Adjustment will be calculated as the product of the NCCF, the quantity of HMA in the lot in tons and the unit contract price per ton of the mix. DIVISION 8 1 MISCELLANEOUS CONSTRUCTION 1 8 -01 EROSION CONTROL AND WATER POLLUTION CONTROL 8 -01.3 Construction Requirements 1 General 1 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 1 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. Lincoln Ave Corridor Safety Proj. # 2344 98 1 ' (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 1 systems. 8 -03 IRRIGATION SYSTEMS 1 8 -03.1 Description This section is supplemented with the following: ' This work consists of constructing a new concrete sidewalk structure to span the Naches - Cowiche Canal on the north side of Lincoln Avenue at the intersection with the canal. 1 8 -03.2 Materials This section is supplemented with the following. 1 Concrete for the sidewalk shall be cast in place with Class 3000 reinforced concrete and constructed as shown the project detail. The new railing will be placed into 3 sleeves ' cast into the new canal crossing sidewalk section. Crushed surfacing top course necessary to fill the void between the concrete canal top cover and the bottom of sidewalk shall be incidental to this item. The steel railing and posts shall be similar to what is shown on the Canal Sidewalk Plan 8 -03.3 Construction Requirements This section is supplemented with the following: r See the Canal Sidewalk Plan for details on the construction of the Canal Sidewalk Structure and railing. 8 -03.4 Measurement The following item is added to this section: ' Canal Sidewalk Structure and Railing will be measured per each. ' 8 -03.5 Payment The following item is added to this section: ' "Canal Sidewalk Structure and Railing ", per each The unit contract price per each for "Canal Sidewalk Structure and Railing" shall be full ' compensation for all labor, equipment and material required to provide a completed section of sidewalk with new railing in the Naches - Cowiche Canal crossing area on Lincoln Avenue. 1 8 -04 CURBS, GUTTERS, AND SPILLWAYS 8 -04.3 Construction Requirements 1 Supplement this section with the following 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. Lincoln Ave Corridor Safety Proj. # 2344 99 1 8 -06 CEMENT CONCRETE DRIVEWAY ENTRANCES 8 -06.1 Description This section is supplemented with the following: This work shall include the installation of commercial driveway approaches. 8 -06.3 Construction Requirements This section is supplemented with the following Commercial Driveway Approach: Commercial driveway approach shall be constructed 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 be paid for under Section 8 -14 of the Standard Specifications 8 -06.4 Measurement Add the following items. Commercial driveway approach will be measured per each installed at the locations 1 shown on the plans. 8 -06.5 Payment Add the following items "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 construction 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) 1 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 1 placing, and finishing the cement concrete 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 Lincoln Ave Corridor Safety Proj. # 2344 100 1 I 5 Accommodating utilities 6 Form work 7 Installation of detectable warning surfaces 111 This section is also supplemented with the following I All 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. I 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 I 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. I 8 -14.5 Payment This section is also supplemented with the following: 1 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 1 the per each unit contract prices for "Cement Concrete Curb Ramp Type ". I 8 -20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, INTELLIGENT TRANSPORTATION SYSTEMS, & ELECTRICAL 1 8 -20.1 Description This section is supplemented with the following: This work shall include constructing a lighted school pedestrian signal crossing for 1 Robertson Elementary and will also include replacing existing signal heads. 8 -20.2 Materials I 8- 20.2(1) Equipment List And Drawings i Section 8 -20 2(1) is supplemented with the following: Poles and mast arms for the pedestrian crossing will be supplied by the City of 1 Yakima. The controller, signals, solar panels and signage will be reused from the existing installations. 8 -20.3 Construction Requirements 1 8- 20.3(8) Wiring I Section 8 -20 3(8) is supplemented with the following: (March 13, 1995) I Field Wiring Chart 501 AC+ Input 516 -520 Railroad Pre -empt 502 AC- Input 5A1 -5D5 Emergency Pre -empt I Lincoln Ave Corridor Safety Proj. # 2344 101 1 503 -510 Control - Display 541 -580 Coordination I 511 -515 Sign Lights 581 -599 Spare Movement Number 1 2 3 4 5 6 7 8 9 I Vehicle Head Red 611 621 631 641 651 661 671 681 691 I Yellow 612 622 632 642 652 662 672 682 692 Green 613 623 633 643 653 663 673 683 693 Spare 614 624 634 644 654 664 674 684 694 I Spare 615 625 635 645 655 665 675 685 695 AC- 616 626 636 646 656 666 676 686 696 Red Auxiliary 617 627 637 647 657 667 677 687 697 Yellow Auxiliary 618 628 638 648 658 668 678 688 698 I Green Auxiliary 619 629 639 649 659 669 679 689 699 Pedestrian Heads & Dets. Hand 711 721 731 741 751 761 771 781 791 t Man 712 722 732 742 752 762 772 782 792 AC- 713 723 733 743 753 763 773 783 793 Detection 714 724 734 744 754 764 774 784 794 I Common - Detection 715 725 735 745 755 765 775 785 795 Spare 716 726 736 746 756 766 776 786 796 Spare 717 727 737 747 757 767 777 787 797 Spare 718 728 738 748 758 768 778 788 798 I Spare 719 729 739 749 759 769 779 789 799 Detection AC+ 811 821 831 841 851 861 871 881 891 t AC- 812 822 832 842 852 862 872 882 892 Common - Detection 813 823 833 843 853 863 873 883 893 Detection A 814 824 834 844 854 864 874 884 894 I Detection B 815 825 835 845 855 865 875 885 895 Loop 1 Out 816 826 836 846 856 866 876 886 896 Loop 1 In 817 827 837 847 857 867 877 887 897 Loop 2 Out 818 828 838 848 858 868 878 888 898 1 Loop 2 I 819 829 839 849 859 869 879 889 899 Supplemental Detection Loop 3 Out 911 921 931 941 951 961 971 981 991 I Loop 3 In 912 922 932 942 952 962 972 982 992 Loop 4 Out 913 923 933 943 953 963 973 983 993 Loop 4 I 914 924 934 944 954 964 974 984 994 I Loop 5 Out 915 925 935 945 955 965 975 985 995 Loop 5 I 916 926 936 946 956 966 976 986 996 Loop 6 Out 917 927 937 947 957 967 977 987 997 I Loop 6 I 918 928 938 948 958 968 978 988 998 Spare 919 929 939 949 959 969 979 989 999 8- 20.3(6) Junction Boxes, Cable Vaults and Pull Boxes 1 This section is supplemented with the following: Where existing junction boxes are located in the proposed sidewalk or ADA ramp, they shall 1 be adjusted to finish grade prior to placing the concrete. 8- 20.3(14)B Signal Heads 1 This section is supplemented with the following: Lincoln Ave Corridor Safety Proj. # 2344 102 1 1 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. 1 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 1 shall meet MOT, MUTCD, NEC, NEMA and NESC requirements 8 -20.4 Measurement 1 This section is supplement with the following: Add the following items: 1 Remove and Replace Signal Head will be measured per each, per head regardless of configuration. 1 8 -20.5 Payment This section is supplement with the following 1 Add the following items: "Remove and Replace Signal Head ", per each. 1 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 I head. "Pedestrian Crossing System, Complete ", lump sum. ' The unit contract price per each for "Pedestrian Crossing System, Complete" shall be full pay for all labor, equipment and material (minus the poles and mast arms supplied by the City of Yakima) required to install the reworked pedestrian crossing system. 1 8 -30 REPAIR OR REPLACEMENT (New Section) 1 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. 1 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 Lincoln Ave Corridor Safety Proj. # 2344 103 1 DIVISION 9 1 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 1 9 -29 ILLUMINATION, SIGNALS, ELECTRICAL 1 9 -29.1 Conduit, Innerduct, and Outerduct Supplement this section with the following 1 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 9 -29.2 Junction Boxes 1 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 load of 22,500 Ibs and a test Toad of 33,700 Ibs - 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° 1 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 1 9- 29.6(1) Steel Light and Signal Standards 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 1 kits for all light circuit wiring splices. Lincoln Ave Corridor Safety Proj. # 2344 104 ' 1 1 9 -29.16 Vehicle Signal Heads Supplement this section with the following I 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 / as shown on plans and Signal I 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 I 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 I is existing, using Type -N PELCO mounting and Type -D (top of pole) mounting assemblies, as per WSDOT Standard Plan J -75 20 -00 1 1 1 1 1 1 1 1 1 1 1 1 Lincoln Ave Corridor Safety Proj. # 2344 105 1 (August 3, 2015) 1 Standard Plans The State of Washington Standard Plans for Road, Bridge and Municipal Construction M21- 01 transmitted under Publications Transmittal No PT 15 -048, effective August 3, 2015 is made a part of this contract. The Standard Plans are revised as follows: 1 A -30.15 DELETED 1 A -50.10 Sheet 2 of 2, Plan, with Single Slope Barrier, reference C -14a is revised to C -70.10 1 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 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 1 Add Note 7. See Standard Specification Section 8 -04 for Curb and Gutter requirements B -55.20 1 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 -8b Sheet 2, Anchor Plate detail, callout, was — 1" DIAM. HOLE (TYP )" IS REVISED TO READ; "1 1/8" (IN) DIAM HOLE (TYP )" 1 C -1 Assembly Detail, Steel Post, (post) callout — was - "W6 x 9 or W6 x 15" is revised to read, "W6 x 8.5 or W6 x 9 or W6 x 15" C -10 General Note 1, first sentence, was — "Length of W8 x 35 and W6 x 9 shall be determined by measurement from top of ground to top of grout pad." Is revised to read; "Length of W8 x 35 and W6 x 8 5 or W6 x 9 shall be determined by measurement from top of ground to top of grout pad " Sheet 1, Post Base Plate Detail, callout, was — "W6 x 9" is revised to read, "W6 x 8 5 or W6 x 9" Sheet 1, Box Culvert Guardrail Steel Post Type 2 detail, callout, was — "W6 x 9 Steel Post" is revised to read;" "W6 x 8 5 or W6 x 9 Steel Post" Lincoln Ave Corridor Safety Proj. # 2344 106 1 1 I Sheet 1, Post Anchor Attachment Detail, callout, was - "W6 x 9 -- See Note 1" is revised to read; "W6 x 8.5 or W6 x 9 - See Note 1" Sheet 1, Detail A, callout, was - "W6 x 9 Steel Post -- See Note 1" is revised to read; I "W6 x 8.5 or W6 x 9 Steel Post - See Note 1" Sheet 2, Box Culvert Guardrail Steel Post Type 1, callout, was - "W6 x 9 x 27.5" Steel Post" is revised to read; "W6 x 8.5 x 27.5" (IN) or W6 x 9 x 27.5" (IN) Steel Post" 1 Sheet 2, Detail B, callout, was - "W6 x 9 x 27.5" Steel Post" is revised to read; "W6 x 8.5 x 27.5" (IN) or W6 x 9 x 27 5" (IN) Steel Post" C -16a I Note 1, reference C -28.40 is revised to C -20.10 C -16b 1 Note 3, reference C -28.40 is revised to C -20.10 C -22.14 I Plan, callout, was - "Location of Post (Without Block) - W6 x 9 Steel Post Only" is revised to read; "Location of Post (Without Block) - W6 x 8.5 or W6 x 9 Steel Post Only" Elevation, callout, was - "Location of Post (Without Block) - W6 x 9 Steel Post Only" is revised to read; "Location of Post (Without Block) - W6 x 8.5 or W6 x 9 Steel Post Only" I F -10.12 Section Title, was - "Depressed Curb Section" is revised to read: "Depressed Curb and 1 Gutter Section" F -10.40 I "EXTRUDED CURB AT CUT SLOPE ", Section detail - Deleted H -70.20 1 Sheet 2, Spacing Detail, Mailbox Support Type 1, reference to Standard Plan 1 -70.10 is revised to H -70.10 I JJ =3 DELETED I J -3b DELETED I J -3C DELETED J -10.22 1 Key Note 1, was - "Meter base per serving utility requirements- as a minimum, the meter base shall be safety socket box with factory installed test bypass facility that meets the requirements of EUSERC drawing 305." Is revised to read; "Meter base per I serving utility requirements- as a minimum, the meter base shall be safety socket box with factory- installed test bypass facility that meets the requirements of EUSERC drawing 305. When the utility requires meter base to be mounted on the side or back of I the service cabinet, the meter base enclosure shall be fabricated from type 304 stainless steel." Key Note 4, "Test with (SPDT Snap Action, Positive close 15 Amp - 120/277 volt `T" I rated). Is revised to read: "Test Switch (SPDT snap action, positive close 15 amp - 120/277 volt "T" rated) " I Lincoln Ave Corridor Safety Proj. # 2344 107 1 Key Note 14, was - "Hinged dead front with 1 /4 turn fasteners or slide latch " Is revised to 1 read, "Hinged dead front with 1 /4 turn fasteners or slide latch. - Dead front panel bolts shall not extend into the vertical limits of the breaker array(s) " Key Note 15, was - "Cabinet Main Bonding Jumper. Buss shall be 4 lug tinned copper. See Cabinet Main bonding Jumper detail, Standard Plan J -3b." is revised to read, "Cabinet Main Bonding Jumper Assembly - Buss shall be 4 lug tinned copper - See Standard Plan J -10.20 for Cabinet Main Bonding Jumper Assembly details " 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 -20.16 1 View A, callout, was - LOCK NIPPLE, is revised to read; CHASE NIPPLE J -21.10 1 Sheet 1 of 2, Elevation view (Round), add dimension depicting the distance from the top of the foundation to find 2 #4 reinforcing bar shown, to read; 3" CLR. Delete "(TYP )" from the 2 ' /2" CLR. dimension, depicting the distance from the bottom of the foundation to find 2 # 4 reinf. Bar. Sheet 1 of 2, Elevation view (Square), add dimension depicting the distance from the top of the foundation to find 1 #4 reinforcing bar shown, to read; 3" CLR. Delete "(TYP.)" from the 2 '/2" CLR. dimension, depicting the distance from the bottom of the foundation to find 1 # 4 reinf. Bar. Sheet 2 of 2, Elevation view (Round), add dimension depicting the distance from the top of the foundation to find 2 #4 reinforcing bar shown, to read; 3" CLR. Delete "(TYP.)" from the 2 '/2" CLR dimension, depicting the distance from the bottom of the foundation to find 2 # 4 reinf. Bar. Sheet 2 of 2, Elevation view (Square), add dimension depicting the distance from the top of the foundation to find 1 #4 reinforcing bar shown, to read, 3" CLR. Delete "(TYP )" from the 2 '/2" CLR. dimension, depicting the distance from the bottom of the foundation to find 1 # 4 reinf. Bar. 1 J -21.15 Partial View, callout, was - LOCK NIPPLE - 1 '/2" DIAM , is revised to read, CHASE NIPPLE - 1 1 /2" (IN) DIAM. J -21.16 111 Detail A, callout, was - LOCKNIPPLE, is revised to read, CHASE NIPPLE J -22.15 Ramp Meter Signal Standard, elevation, dimension 4' - 6" is revised to read; 6' -0" (2x) Detail A, callout, was - LOCK NIPPLE - 1 '/2" DIAM. is revised to read, CHASE NIPPLE - 1 '/2" (IN) DIAM 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 - 1 /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 Lincoln Ave Corridor Safety Proj. # 2344 108 1 ' 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 IA" (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 Title, "Camera Pole Standard Details" is revised to read; "Camera Pole Details" J -40.10 1 Sheet 2 of 2, Detail F, callout, "12 - 13 x 1 'A" S.S. PENTA HEAD BOLT AND 12" S. S. FLAT WASHER" is revised to read; "12 - 13 x 1 IA" S.S. PENTA HEAD BOLT AND 1/2" (IN) S. S. FLAT WASHER" 1 J -60.14 All references to J -16b (6x) are revised to read; J -60.11 1 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. 1 K -80.30 In the NARROW BASE, END view, the reference to Std. Plan C -8e is revised to Std. 1 Plan K -80.35 M -11.10 1 Layout, dimension (from stop bar to "X "), was - 23' is revised to read, 24' Lincoln Ave Corridor Safety Proj. # 2344 109 1 The following are the Standard Plan numbers applicable at the time this project was I 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. I 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 I A -10 30 -00... 10/5/07 A -40 10- A -50 40 -00. . .11/17/08 03 . 12/23/14 A- 20.10 -00 ....8/31/07 A -40 15 -00 8/11 /09 A- 60.10 -03 ... 12/23/14 A- 30.10 -00 _11/8/07 A- 40.20- A- 60.20- 1 03... . .12/23/14 03 12/23/14 A -40 50- A -60 30- 00.... 11/8/07 02.. 12/23/14 II 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 I B -5 40 -01 .. 6/16/11 B- 30.70 -03 4/26/12 B- 75.50 -01 . . 6/10/08 B -5 60 -01. . 6/16/11 B- 30.80 -00 ....6/8/06 B- 75.60 -00 . 6/8/06 B- 10.20 -01 2/7/12 B -30 90 -01.. 9/20/07 B -80 20 -00 . ....6/8/06 B- 10.40- 00.... 6/1/06 B -35 20 -00 . 6/8/06 B- 80.40 -00 6/1/06 B- 10.60 -00 6/8/06 B -35 40 -00. . 6/8/06 B -82 20 -00 6/1/06 B- 15.20 -01 2/7/12 B -40 20 -00. 6/1/06 B -85 10 -01. . 6/10/08 B- 15.40 -01 2/7/12 B -40 40 -01.. .6/16/10 B- 85.20 -00 6/1/06 I B- 15.60 -01 . ....2/7/12 B -45 20- 00.... 6/1/06 B- 85.30 -00 6/1/06 B- 20.20 -02 . . 3/16/12 B -45 40 -00 6/1/06 B- 85.40 -00 6/8/06 B -20 40- 03.... 3/16/12 B -50 20 -00 . 6/1/06 B- 85.50 -01 .. 6/10/08 I B -20 60 -03 3/15/12 B -55 20 -00 6/1/06 B -90 10 -00. . . 6/8/06 B -25 20- 01.... 3/15/12 B- 60.20 -00 6/8/06 B- 90.20 -00 . . 6/8/06 B -25 60 -00 ... .6/1/06 B -60 40 -00 6/1/06 B -90 30 -00 6/8/06 B -30 10 -01 .4/26/12 B- 65.20 -01 . ...4/26/12 B- 90.40 -00 .. 6/8/06 B -30 20 -02 4/26/12 B -65 40 -00 6/1/06 B -90 50 -00. 6/8/06 B -30 30 -01 ... ...4/26/12 B -70 20- 00..... 6/1/06 B -95 20 -01 2/3/09 B -30 40 -01 . ..4/26/12 B- 70.60 -00 6/1/06 B -95 40 -00 6/8/06 1 C -1. 6/16/11 C -6... 5/30/97 C -23 60 -03 ....6/11/14 C -la . .7/14/15 C -6a. 10/14/09 C 24.10 - 01....6/11/14 I C -lb .. 7/14/15 C -6c. . 1/6/00 C-25 18-05 .7/14/15 C -1 c... 5/30/97 C -6d 5/30/97 C- 25.20 -06 7/14/15 C -1d... . 10/31/03 C -6f.. 7/25/97 C- 25.22 -05. 7/14/15 I C -2 1/6/00 C -7 . . .....6/16/11 C- 25.26 -03 . ..7/14/15 C -2a.. 6/21/06 C -7a . .. 6/16/11 C- 25.80 -03 6/11/14 C -2b .6/21/06 C -8 .. . 2/10/09 C- 40.14 -02. 7/2/12 C -2c .6/21/06 C -8a 7/25/97 C- 40.16 -02 . . 7/2/12 I C- 2d.... .....6/21/06 C -8b... 6/27/11 C-40 18-02 7/2/12 C -2e .6/21/06 C -8e .. 2/21/07 C- 70.10 -01 . ..6/17/14 C -2f 3/14/97 C -8f . .6/30/04 C -75 10 -01 . ..6/11/14 I C- 2g.... ........7/27/01 C -10. 6/3/10 C -75 20 -01... .6/11/14 C- 2h ..............3/28/97 C- 16a... . ....6/3/10 C -75 30 -01. 6/11/14 C -2i. . 3/28/97 C -16b 6/3/10 C-80 10-01. . 6/11/14 I C -2j. ..6/12/98 C- 20.10 -03. . . 7/14/15 C- 80.20 -01. ....6/11 /14 C -2k. 7/27/01 0-20 14 -03 6/11/14 0-80 30 -01... ..6/11/14 C -2n 7/27/01 0- 20.15 -02 .6/11/14 0-80 40 -01 6/11/14 t C -2o 7/13/01 0- 20.18 -02. . 6/11/14 0- 80.50 -00 4/8/12 C -2 p.. 10/31/03 C- 20.19 -02. . 6/11/14 C- 85.10 -00. . .4/8/12 Lincoln Ave Corridor Safety Proj. # 2344 110 1 ' C- 3 ................7 /2/12 C -20 40- 05 7/14/15 C- 85.11 -00 4/8/12 C- 20.41 -01 7/14/15 C -3a 10/4/05 0- 20.42- C- 8514 -01. 6/11/14 05 7/14/15 C -3b. 6/27/11 C- 20.45.01.. 7/2/12 C- 85.15 -01... ..6/30/14 C -3c 6/27/11 C- 22.14 -03. ....6/11/14 C- 85.16 -01. 6/17/14 C -4b 6/8/06 C- 22.16 -05. ....7/14/15 C- 85 -18 -01 6/11/14 C -4e 10/23/14 C- 22.40 -04. .. 10/23/14 C- 85.20 -01 6/11/14 C- 22.41 -01. ....10/23/14 C -4f 7/2/12 C- 22.45 -01. ...10/23/14 C- 90.10 -00 7/3/08 D- 2.04 -00 11/10/05 D- 2.48 -00 . ..11/10/05 D- 3.17 -01 5/17/12 D- 2.06 -01 1/6/09 D- 2.64 -01 1/6/09 D -4 12/11/98 D- 2.08 -00... . 11 / 10/05 D- 2.66 -00 11/10/05 D -6 .. .... ....6/ 19/98 D -2 14 -00 11/10/05 D- 2.68 -00 11/10/05 D- 10.10 -01 12/2/08 D-2 16-00 11/10/05 D- 2.80 -00 11/10/05 D- 10.15 -01 12/2/08 D- 2.18 - 00.....11/10/05 D- 2.82 -00 11/10/05 D -10 20 -00 7/8/08 D -2 20 -00 11/10/05 D- 2.84 -00 11/10/05 D- 10.25 -00 7/8/08 D- 2.32- 00.......11/10/05 D- 2.86 -00 11/10/05 D- 10.30- 00.......7/8/08 D- 2.34 -01 1/6/09 D- 2.88 -00 11/10/05 D- 10.35 -00 7/8/08 D- 2.36 -03 6/11/14 D- 2.92- 00......11/10/05 D- 10.40 -01 12/2/08 D- 2.42 -00 11/10/05 D- 3.09 -00 5/17/12 D- 10.45 -01 12/2/08 ' D- 2.44 -00. .11/10/05 D- 3.10 -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 -04 6/23/15 G- 70.20- 02....6/10/13 G-20 10-02 6/23/15 G- 25.10 -04 6/10/13 G- 70.30 -02 6/10/13 G- 22.10 -03... 7/10/15 G- 30.10 -04 6/23/15 G- 9010 -01.. 5/11/11 G- 24.10 -00 ...11/8/07 G- 50.10- 02...6/23/15 G- 90.20 -03 7/10/15 G- 24.20 -01 ...2/7/12 G- 60.10 -03 6/18/15 G- 90.30 -02... 3/22/13 G -24 30 -01 2/7/12 G -60 20 -02 6/18/15 G- 90.40 -01 10/14/09 G -24 40 -05 6/23/15 G -60 30 -02 6/18/15 G- 95.10 -01 6/2/11 G -24 50 -03 6/17/14 G- 70.10 -03. ..6/18/15 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- 70.10- 01....2/7/12 H-10 15-00 7/3/08 H- 60.10- 01..... 7/3/08 H- 70.20 -01 2/16/12 ' H- 30.10 -00 10/12/07 H- 60.20 -01 7/3/08 H- 70.30 -02 2/7/12 1- 10.10- 01....... 8/11/09 1- 30.20 -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 Lincoln Ave Corridor Safety Proj. # 2344 111 1 1- 30.17 -00 ..3/22/13 1- 40.10 -00 9/20/07 1- 80.10 -01. ..8/11/09 1 J -26 15- 01.... 5/17/12 J- 40.40 -00 ....5/20/13 J -26 20 -00 6/11/14 J -27 10 -00 3/15/12 J -50 10 -00. 6/3/11 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 I J -10 10 -03.. 6/3/15 J- 28.22 -00 ....8/07/07 J- 50.15 -00 . 6/3/11 J- 10.15 -01. .. 6/11/14 J- 28.24 -01 .....6/3/15 J- 50.16 -01 3/22/13 J -10 16 -00... .6/3/15 J- 10.17 -00 6/3/15 1 J- 10.18 -00 6/3/15 J- 10.20 -00. . 6/3/15 J- 10.21 -00 ....6/3/15 I J- 10.22 -00 5/29/13 J- 28.26 -01. 12/02/08 J- 50.20 -00.. 6/3/11 J -15 10- 01.... . 6/11 /14 J- 28.30 -03 ..6/11/14 J- 50.25 -00.. .6/3/11 J- 15.15 -02 .7/10/15 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 -02. ..6/11/14 J- 60.11- 00....5/20/13 I 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- 29.10 -00 .6/27/11 J-75 10-02 7/10/15 J- 20.20 -02 . ..5/20/13 J- 29.15 -00 ..6/27/11 J- 75.20 -01 7/10/15 J- 20.26 -01 . ..7/12/12 J -29 16 -01. ..6/20/13 J- 75.30 -02 ..7/10/15 J- 30.10 -00 6/18/15 I 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 J -21 15 -01. . 6/10/13 J- 40.20 -02... 6/11/14 J -75 45 -01. 6/11/14 I 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 -02 ..7/10/15 J- 40.37 -01 . 5/20/13 1 J- 22.16 -03 ....7/10/15 J- 40.38 -01 5/20/13 J- 26.10 -02 3/15/12 J -40 39- 00.... 5/20/13 1 K -70 20- 00..... 2/15/07 K -80 10 -00 2/21/07 I K- 80.20 -00 12/20/06 K -80 30 -00. . 2/21/07 K-80.35-00 ..... 2/21/07 K -80 37 -00. . 2/21/07 1 L- 1010 -02. ...6/21/12 L- 4010 -02... 6/21/12 L- 70.10 -01 ...5/21/08 1 L -20 10 -03.. 7/14/15 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 I M -1 20- 03.... 6/24/14 M- 9.60 -00. 2/10/09 M- 40.10 -03. ..6/24/14 Lincoln Ave Corridor Safety Proj. # 2344 112 1 1 I 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 I M- 2.20 -03 7/10/15 M- 20.10 -02 6/3/11 M- 40.50 -00 9/20/07 M -2 21 -00 7/10/15 M- 3.10 -03 .6/3/11 M- 20.20 -02. 4/20/15 M- 40.60 -00 9/20/07 I M- 3.20 -02 6/3/11 M- 20.30 -03 4/20/15 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 - 02......4/20/15 M- 80.10 - 01.....6/3/11 I M -5 10 -02 6/3/11 M -24 40 -02 4/20/15 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 1 1 1 1 1 1 1 1 1 1 1 1 1 t Lincoln Ave Corridor Safety Proj. # 2344 113 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Lincoln Ave Corridor Safety Proj. # 2344 114 1 1 1 1 1 Required Contract Provisions 1 Federal -Aid Construction Contracts 1 Follow this Page 1 1 1 1 1 1 1 1 1 1 1 1 1 Lincoln Ave Corridor Safety Proj. # 2344 115 1 FHWA -1273 -- Revised May 1, 2012 1 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS I General 3 A breach of any of the stipulations contained in these II Nondiscrimination Required Contract Provisions may be sufficient grounds for III Nonsegregated Facilities withholding of progress payments, withholding of final IV Davis -Bacon and Related Act Provisions payment, termination of the contract, suspension / debarment V Contract Work Hours and Safety Standards Act or any other action determined to be appropriate by the Provisions contracting agency and FHWA. VI Subletting or Assigning the Contract VII. Safety Accident Prevention 4 Selection of Labor During the performance of this contract, VIII False Statements Concerning Highway Projects the contractor shall not use convict labor for any purpose IX. Implementation of Clean Air Act and Federal Water within the limits of a construction project on a Federal -aid Pollution Control Act highway unless it is labor performed by convicts who are on X. Compliance with Governmentwide Suspension and parole, supervised release, or probation. The term Federal -aid Debarment Requirements highway does not include roadways functionally classified as XI Certification Regarding Use of Contract Funds for local roads or rural minor collectors. Lobbying ATTACHMENTS II. NONDISCRIMINATION A. Employment and Materials Preference for Appalachian The provisions of this section related to 23 CFR Part 230 are Development Highway System or Appalachian Local Access applicable to all Federal -aid construction contracts and to all Road Contracts (included in Appalachian contracts only) related construction subcontracts of $10,000 or more. The provisions of 23 CFR Part 230 are not applicable to material supply, engineering, or architectural service contracts. 111 I. GENERAL In addition, the contractor and all subcontractors must comply 1 Form FHWA -1273 must be physically incorporated in each with the following policies: Executive Order 11246, 41 CFR 60, construction contract funded under Title 23 (excluding 29 CFR 1625 -1627, Title 23 USC Section 140, the emergency contracts solely intended for debris removal). The Rehabilitation Act of 1973, as amended (29 USC 794), Title VI contractor (or subcontractor) must insert this form in each . of the Civil Rights Act of 1964, as amended, and related subcontract and further require its inclusion in all lower tier regulations including 49 CFR Parts 21, 26 and 27, and 23 CFR subcontracts (excluding purchase orders, rental agreements Parts 200, 230, and 633 and other agreements for supplies or services). The contractor and all subcontractors must comply with: the The applicable requirements of Form FHWA -1273 are requirements.of the Equal Opportunity Clause in 41 CFR 60- incorporated by reference for work done under any purchase 1 4(b) and, for all construction contracts exceeding $10,000, order, rental agreement or agreement for other services. The the Standard Federal Equal Employment Opportunity prime contractor shall be responsible for' compliance by any Construction Contract Specifications in 41 CFR 60 -4 3. subcontractor, lower -tier subcontractor or service provider Note The U S Department of Labor has exclusive authority to Form FHWA -1273 must be included in all Federal -aid design- determine compliance with Executive Order 11246 and the build contracts, in all subcontracts and in lower tier policies of the Secretary of;Labor including 41 CFR 60, and 29 subcontracts (excluding subcontracts for design services, CFR 1625 -1627 The contracting agency and the FHWA have purchase orders, rental agreements and other agreements for the authority and the responsibility to ensure compliance with supplies or services). The design - builder shall be responsible Title 23 USC Section 140, the Rehabilitation Act of 1973, as for compliance by any subcontractor, lower -tier subcontractor amended (29 USC 794), and Title VI of the Civil Rights Act of or service provider 1964, as amended, and related regulations including 49 CFR Parts 21, 26 and 27, and 23 CFR Parts 200, 230, and 633. Contracting agencies may reference Form FHWA -1273 in bid proposal or request for proposal documents, however, the The following provision is adopted from 23 CFR 230, Appendix Form FHWA -1273 must be physically incorporated (not A, with appropriate revisions to conform to the U S. referenced) in all contracts, subcontracts and lower -tier Department of Labor (US DOL) and FHWA requirements. subcontracts (excluding purchase orders, rental agreements and other agreements for supplies or services related to a 1 Equal Employment Opportunity: Equal employment construction contract). opportunity (EEO) requirements not to discriminate and to take affirmative action to assure equal opportunity as set forth 2. Subject to the applicability criteria noted in the following under laws, executive orders, rules, regulations (28 CFR 35, sections, these contract provisions shall apply to all work 29 CFR 1630, 29 CFR 1625 -1627, 41 CFR 60 and 49 CFR 27) performed on the contract by the contractor's own organization and orders of the Secretary of Labor as modified by the and with the assistance of workers under the contractor's provisions prescribed herein, and imposed pursuant to 23 immediate superintendence and to all work performed on the U S C 140 shall constitute the EEO and specific affirmative contract by piecework, station work, or by subcontract. action standards for the contractor's project activities under Lincoln Ave Corridor Safety Proj. # 2344 116 1 1 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS FHWA -1273 -- Revised May 1, 2012 1 I. General ' II Nondiscrimination III. Nonsegregated Facilities IV. Davis -Bacon and Related Act Provisions ' V. Contract Work Hours and Safety Standards Act Provisions VI. Subletting or Assigning the Contract VII. Safety: Accident Prevention VIII. False Statements Concerning Highway Projects ' IX. Implementation of Clean Air Act and Federal Water Pollution Control Act X. Compliance with Governmentwide Suspension and Debarment Requirements XI Certification Regarding Use of Contract Funds for Lobbying 1 ATTACHMENTS A. Employment and Materials Preference for Appalachian Development Highway System or Appalachian Local Access Road Contracts (included in Appalachian contracts only) 1 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 1 ADDENDUM #1 1 1 the assistance of workers under the contractor's immediate superintendence and to all work performed on the contract by piecework, station work, or by subcontract. 3. A breach of any of the stipulations contained in these Required Contract Provisions may be 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 1 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 1 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 111 Americans with Disabilities Act of 1990 (42 U S C 12101 et seq.) set forth under 28 CFR 35 and 29 CFR 1630 are incorporated by reference in this contract. In the execution of this ADDENDUM #1 2 1 1 1 contract, the contractor agrees to comply with the following minimum specific requirement I 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 1 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: 1 "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, I 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." I 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 I 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, I supervise, promote, and discharge employees, or who recommend such action, or who are substantially involved in such action, will be made fully cognizant of, and will implement, the contractor's EEO policy and contractual responsibilities to provide EEO in each grade and I classification of employment. To ensure that the above agreement will be met, the following actions will be taken as a minimum: I 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. I 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 1 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 I EEO Officer in the contractor's procedures for locating and hiring minorities and women d. Notices and posters setting forth the contractor's EEO policy will be placed in areas readily accessible to employees, applicants for employment and potential employees I 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 1 means. 4. Recruitment: When advertising for employees, the contractor will include in all I 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. 1 ADDENDUM #1 1 3 1 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 1 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, 1 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 1 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. ADDENDUM #1 1 4 • 1 1 b. Consistent with the contractors 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.C. 140(a) ' c. The contractor will advise employees and applicants for employment of available training programs and entrance requirements for each. d The contractor will periodically review the training and promotion potential of employees who are minorities and women and will encourage eligible employees 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. 1 c. The contractor is to obtain information as to the referral practices and policies of the labor union except that to the extent such information is within the exclusive possession of the labor ' union and such labor union refuses to furnish such information to the contractor, the contractor shall so certify to the contracting agency and shall set forth what efforts have been made to obtain such information. ' d. In the event the union is unable to provide the contractor with a reasonable flow of referrals within the time limit set forth in the collective bargaining agreement, the contractor will, through independent recruitment efforts, fill the employment vacancies without regard to race, color, ' religion, sex, national origin, age or disability; making full efforts to obtain qualified and /or qualifiable minorities and women The failure of a union to provide sufficient referrals (even though it is obligated to provide exclusive referrals under the terms of a collective bargaining ' agreement) does not relieve the contractor from the requirements of this paragraph. In the event the union referral practice prevents the contractor from meeting the obligations pursuant to Executive Order 11246, as amended, and these special provisions, such contractor shall immediately notify the contracting agency 8. Reasonable Accommodation for Applicants / Employees with Disabilities: The contractor must be familiar with the requirements for and comply with the Americans with ' Disabilities Act and all rules and regulations established there under. Employers must provide reasonable accommodation in all employment activities unless to do so would cause an undue hardship. 1 ADDENDUM #1 1 5 1 1 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. 1 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 1 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 (1) The number and work hours of minority and non - minority group members and women employed in each work classification on the project, 1 (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. ADDENDUM #1 6 1 1 1 1 III. NONSEGREGATED FACILITIES This provision is applicable to all Federal -aid construction contracts and to all related construction subcontracts of $10,000 or more The contractor must ensure that facilities provided for employees are provided in such a manner that segregation on the basis of race, color, religion, sex, or national origin cannot result. The contractor may neither require such segregated use by written or oral policies nor tolerate such use by employee custom. The contractor's obligation extends further to ensure that its ' employees are not assigned to perform their services at any location, under the contractor's control, where the facilities are segregated. The term "facilities" includes waiting rooms, work areas, restaurants and other eating areas, time clocks, restrooms, washrooms, locker rooms, and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing provided for employees. The contractor shall provide separate or single -user restrooms and necessary dressing or sleeping areas to assure privacy between sexes. 1 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 1 a. All laborers and mechanics employed or working upon the site of the work, will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued ' by the Secretary of Labor under the Copeland Act (29 CFR part 3)), the full amount of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is ' attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics. ' Contributions made or costs reasonably anticipated for bona fide fringe benefits under section 1(b)(2) of the Davis -Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of paragraph 1.d of this section; also, regular contributions made or costs incurred for more than a weekly period (but not Tess 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 ' ADDENDUM #1 1 7 1 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. 1 (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 1 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 1 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 1 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 ADDENDUM #1 8 ' 1 1 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 1 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 1 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. 1 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 1 wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in section 1(b)(2)(B) of the Davis -Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) that the wages of any laborer or ' mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section 1(b)(2)(B) of the Davis -Bacon Act, the contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing 1 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. 1 ADDENDUM #1 1 9 1 b. (1) The contractor shall submit weekly for each week in which any contract work is performed a copy of all payrolls to the contracting agency The payrolls submitted shall set out accurately and completely all of the information required to be maintained under 29 CFR 5 5(a)(3)(i), except that full social security numbers and home addresses shall not be included on weekly transmittals. Instead the payrolls shall only need to include an individually identifying number for each employee (e.g , the last four digits of the employee's social security number). The required weekly payroll information may be submitted in any form desired Optional Form WH -347 is available for this purpose from the Wage and Hour Division Web site at http. / /www dol gov /esa /whd /forms /wh347instr htm or its successor site The prime contractor is responsible for the submission of copies of payrolls by all subcontractors Contractors and subcontractors shall maintain the full social security number and current address of each covered worker, and shall provide them upon request to the contracting agency for transmission to the State DOT, the FHWA or the Wage and Hour Division of the Department of Labor for purposes of an investigation or audit of compliance with prevailing wage requirements It is not a violation of this section for a prime contractor to require a subcontractor to provide addresses and social security numbers to the prime contractor for its own records, without weekly submission to the contracting agency (2) Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following. (i) That the payroll for the payroll period contains the information required to be provided 1 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, 1 (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 1 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 1 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, ADDENDUM #1 io ' 1 1 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. 1 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 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 1 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. 1 b. Trainees (programs of the USDOL) 1 Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and ' ADDENDUM #1 11 1 1 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 1 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 ADDENDUM #1 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 1 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. WORK HOURS AND V. CONTRACT WO OU S SAFETY STANDARDS ACT S 1 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 1 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 ADDENDUM #1 13 1 1 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. 1 VI. SUBLETTING OR ASSIGNING THE CONTRACT This provision is applicable to all Federal -aid construction contracts on the National Highway System 1. The contractor shall perform with its own organization contract work amounting to not less than 30 percent (or a greater percentage if specified elsewhere in the contract) of the total original contract price, excluding any specialty items designated by the contracting agency. Specialty items may be performed by subcontract and the amount of any such specialty items performed may be deducted from the total original contract price before computing the amount of work required to be performed by the contractor's own organization (23 CFR 635 116) a. The term "perform work with its own organization" refers to workers employed or leased by the prime contractor, and equipment owned or rented by the prime contractor, with or without operators. Such term does not include employees or equipment of a subcontractor or lower tier subcontractor, agents of the prime contractor, or any other assignees The term may include payments for the costs of hiring leased employees from an employee leasing firm meeting all relevant Federal and State regulatory requirements Leased employees may only be included in this term if the prime contractor meets all of the following conditions (1) the prime contractor maintains control over the supervision of the day -to -day activities of the leased employees, (2) the prime contractor remains responsible for the quality of the work of the leased employees; (3) the prime contractor retains all power to accept or exclude individual employees from work on the project; and ADDENDUM #1 14 (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 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. 1 VII. SAFETY: ACCIDENT PREVENTION This provision is applicable to all Federal -aid construction contracts and to all related ' subcontracts. 1 In the performance of this contract the contractor shall comply with all applicable Federal, ' State, and local laws governing safety, health, and sanitation (23 CFR 635) The contractor shall provide all safeguards, safety devices and protective equipment and take any other needed actions as it determines, or as the contracting officer may determine, to be reasonably ' necessary to protect the life and health of employees on the job and the safety of the public and to protect property in connection with the performance of the work covered by the contract. 2. It is a condition of this contract, and shall be made a condition of each subcontract, which the ' contractor enters into pursuant to this contract, that the contractor and any subcontractor shall not permit any employee, in performance of the contract, to work in surroundings or under conditions which are unsanitary, hazardous or dangerous to his /her health or safety, as ' determined under construction safety and health standards (29 CFR 1926) promulgated by the Secretary of Labor, in accordance with Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 3704). ADDENDUM #1 15 3 Pursuant to 29 CFR 1926 3, it is a condition of this contract that the Secretary of Labor or authorized representative thereof, shall have right of entry to any site of contract performance to inspect or investigate the matter of compliance with the construction safety and health standards and to carry out the duties of the Secretary under Section 107 of the Contract Work Hours and Safety Standards Act (40 U S C 3704) ' VIII. FALSE STATEMENTS CONCERNING HIGHWAY PROJECTS This provision is applicable to all Federal -aid construction contracts and to all related subcontracts In order to assure high quality and durable construction in conformity with approved plans and specifications and a high degree of reliability on statements and representations made by engineers, contractors, suppliers, and workers on Federal -aid highway projects, it is essential that all persons concerned with the project perform their functions as carefully, thoroughly, and honestly as possible Willful falsification, distortion, or misrepresentation with respect to any facts related to the project is a violation of Federal law. To prevent any misunderstanding regarding 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 1 CONTROL ACT This provision is applicable to all Federal -aid construction contracts and to all related ' subcontracts. ADDENDUM #1 16 1 ' 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 U This provision is applicable to all Federal -aid construction contracts, design -build contracts, subcontracts, lower -tier subcontracts, purchase orders, lease agreements, consultant contracts ' or any other covered transaction requiring FHWA approval or that is estimated to cost $25,000 or more — as defined in 2 CFR Parts 180 and 1200 1. Instructions for Certification — First Tier Participants: a By signing and submitting this proposal, the prospective first tier participant is providing the certification set out below. ' b The inability of a person to provide the certification set out below will not necessarily result in denial of participation in this covered transaction The prospective first tier participant shall submit an explanation of why it cannot provide the certification set out below. The certification or explanation will be considered in connection with the department or agency's determination whether to enter into this transaction. However, failure of the prospective first tier participant to furnish a certification or an explanation shall disqualify such a person from participation in this transaction ' c. The certification in this clause is a material representation of fact upon which reliance was placed when the contracting agency determined to enter into this transaction If it is later ' determined that the prospective participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the contracting agency may terminate this transaction for cause of default. ' d. The prospective first tier participant shall provide immediate written notice to the contracting agency to whom this proposal is submitted if any time the prospective first tier participant learns that its certification was erroneous when submitted or has become erroneous ' by reason of changed circumstances. e The terms "covered transaction," "debarred," "suspended," "ineligible," "participant," ' "person," "principal," and "voluntarily excluded," as used in this clause, are defined in 2 CFR Parts 180 and 1200. "First Tier Covered Transactions" refers to any covered transaction between a grantee or subgrantee of Federal funds and a participant (such as the prime or ' ADDENDUM #1 17 1 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) 1 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 1 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. 1 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; ADDENDUM #1 1 18 1 I (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 I commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; I (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 1 (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. I 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 I 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) II a By signing and submitting this proposal, the prospective lower tier is providing the certification set out below. I 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 I tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department, or agency with which this transaction originated may pursue available remedies, including suspension and /or debarment. 1 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. I d. The terms "covered transaction," "debarred," "suspended," "ineligible," "participant," "person," "principal," and "voluntarily excluded," as used in this clause, are defined in 2 CFR I 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 1 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 I 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). I 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 1 ADDENDUM #1 I 19 1 1 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 1 ADDENDUM #1 20 1 1 XI. CERTIFICATION REGARDING USE OF CONTRACT FUNDS FOR LOBBYING 1 This provision is applicable to all Federal -aid construction contracts and to all related subcontracts which exceed $100,000 (49 CFR 20). 1 1. The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: I 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 I 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. I 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 I 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 I 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 I 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. I 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, I which exceed $100,000 and that all such recipients shall certify and disclose accordingly. 1 1 1 1 1 I ADDENDUM #1 ll 21 1 1 ATTACHMENT A - EMPLOYMENT AND MATERIALS PREFERENCE FOR APPALACHIAN DEVELOPMENT HIGHWAY SYSTEM OR APPALACHIAN LOCAL ACCESS ROAD CONTRACTS This provision is applicable to all Federal -aid projects funded under the Appalachian Regional Development Act of 1965. 1 During the performance of this contract, the contractor undertaking to do work which is, or reasonably may be, done as on -site work, shall give preference to qualified persons who regularly reside in the labor area as designated by the DOL wherein the contract work is situated, or the subregion, or the Appalachian counties of the State wherein the contract work is situated, except: a To the extent that qualified persons regularly residing in the area are not available ' b For the reasonable needs of the contractor to employ supervisory or specially experienced personnel necessary to assure an efficient execution of the contract work. c For the obligation of the contractor to offer employment to present or former employees as the result of a lawful collective bargaining contract, provided that the number of nonresident persons employed under this subparagraph (1 c) shall not exceed 20 percent of the total number of employees employed by the contractor on the contract work, except as provided in subparagraph (4) below 2 The contractor shall place a job order with the State Employment Service indicating (a) the classifications of the laborers, mechanics and other employees required to perform the contract work, (b) the number of employees required in each classification, (c) the date on which 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 1 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 contractor's permanent project records. Upon receipt of this certificate, the contractor may employ persons who do not normally reside in the labor area to fill positions covered by the certificate, notwithstanding the provisions of subparagraph (1 c) above. 5 The provisions of 23 CFR 633 207(e) allow the contracting agency to provide a contractual preference for the use of mineral resource materials native to the Appalachian region 6. The contractor shall include the provisions of Sections 1 through 4 of this Attachment A in every subcontract for work which is, or reasonably may be, done as on -site work. ADDENDUM #1 1 22 ' 1 1 AMENDMENT I REQUIRED CONTRACT PROVISIONS (Exclusive of Appalachian Contracts) I FEDERAL -AID CONSTRUCTION CONTRACTS The Federal —Aid provisions are supplemented with the following: I XII. Cargo Preference Act I 1 U S. Department of Transportation Federal Highway Administration memorandum dated December 11, 2015 requires that all federal -aid highway programs awarded after February 15, 2016 must comply with the Cargo Preference Act and its regulation of 46 CFR 381.7 1 (a) -(b). 1 1 1 1 1 1 1 1 1 1 Amendment to Form FHWA 1273 I Revised January 25, 2016 ADDENDUM #1 1 1 CONTRACT I THIS AGREEMENT, made and entered into in triplicate, this 18 day of � b , 2016, by and between the City of Yakima, hereinafter called the Owner, and KRCI, LLC, a Limited Liability ompany, hereinafter called the Contractor WITNESSETH: I 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 I $225,484.00, for Lincoln Avenue Corridor Safety Project, City Project No. 2344, 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 I Work shall start within ten (10) days after the Notice to Proceed and shall be completed in Fifty (50) working days If work has not commenced within the ten (10) days after the Notice to Proceed, the first chargeable working day shall be the 11 day after the date on which the City issues the Notice to Proceed I 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. I 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. I 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 I 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, I 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. I 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 I 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 I Countersigned CITY OF YAKIMA CONTRACTOR this l O day of � " ---10 • 2016. ��// I I I -V2G LL C' a W �" Corporation I Coontractor By ?a.+ 16 r - 1 , r S / C�c >` I 4 t City Manager At ! r I ' ) arbi ( Cit Clerk • - ?Its ' '. • � • - A. (President, Owner, etc.) ° . r. „, - .: '.d 2� dress. 1 SE. I' c f Eiisf Oa. g eg 2 1 1 PERFORMANCE BOND ' BOND TO CITY OF YAKIMA Bond No. 1044549 KNOW ALL MEN BY THESE PRESENTS. That whereas the City of Yakima, Washington has awarded to KRCI, LLC (Contractor) hereinafter designated as the "Principal" a contract for the construction of the project designated Lincoln Avenue Corridor Safety Project, City Project No. 2344, 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, i C 4t'r5c, and The Hanover Insurance Company (Surety), a corporation, organized and existing under and by virtue of the laws of the State of New Hampshire , 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 $ 225,4R4 (10 (Total Contract Amount) lawful money of the United States, the payment of which we Jointly and severally bind ourselves, our heirs, executors, adrninistrators 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 al. 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. ' IN WITNESS WHEREOF, the said principal and the said surely have caused this bond to be signed and sealed by their duly authorized officers this day of , 201 _6. KRCI LLCM Ariv By (Signature) ?& I r (Print Name) Approved as to form: (ni Atd ' City Attorney) The Hanover Insurance Company p //� (Sure• ) By \� /4Ay 4: l if . 24//kir._ ' (Signature) Theresa A. Lamb (Print Narne) ' Attorney -in -Fact (Title) 1 I THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY CITIZENS INSURANCE COMPANY OF AMERICA I POWERS OF ATTORNEY CERTIFIED COPY I KNOW ALL MEN BY THESE PRESENTS That THE HANOVER INSURANCE COMPANY and MASSACHUSETTS BAY INSURANCE COMPANY, both being corporations organized and existing under the laws of the State of New Hampshire, and CITIZENS INSURANCE COMPANY OF AMERICA, a corporation organized and existing under the laws of the State of Michigan, do hereby constitute and appoint I S.M. Scott, Darlene Jakielski, Julie M. Glover, Jim W. Doyle, Michael A. Murphy, Jim S. Kuich, Chad M. Epple, Andy D. Prill, Theresa A. Lamb, Ted Baran, Carol Lowell and /or Steve Wagner of Hub International Northwest, LLC, in Bothell, WA and each is a true and lawful Attorney(s) -in -fact to sign, execute, seal, knowledge and deliver I for, and on its behalf, and as its act and deed any place within the United States, or, if the following line be filled in, only within the area therein designated any and all bonds, recognizances, undertakings, contracts of indemnity or other writings obligatory in the nature thereof, as follows: Any such obligations in the United States, not to exceed Seventy Five Million and No /100 ($75,000,000) in any single instance I and said companies hereby ratify and confirm all and whatsoever said Attorney(s) -in -fact may lawfully do in the premises by virtue of these presents. These appointments are made under and by authority of the following Resolution passed by the Board of Directors of said Companies which resolutions are still in effect: "RESOLVED, That the President or any Vice President, in conjunction with any Vice President, be and they are hereby authorized and empowered to appoint I Attorneys -in -fact of the Company, in its name and as its acts, to execute and acknowledge for and on its behalf as Surety any and all bonds, recognizances, contracts of indemnity, waivers of citation and all other writings obligatory in the nature thereof, with power to attach thereto the seal of the Company Any such writings so executed by such Attorneys -in -fact shall be as binding upon the Company as if they had been duly executed and acknowledged by the regularly elected officers of the Company in their own proper persons." (Adopted October 7, 1981 - The Hanover Insurance Company; Adopted April 14, 1982 - Massachusetts Bay Insurance Company; Adopted September 7, 2001 - Citizens Insurance Company of America) I IN WITNESS WHEREOF, THE HANOVER INSURANCE COMPANY, MASSACHUSETTS BAY INSURANCE COMPANY and CITIZENS INSURANCE COMPANY OF AMERICA have caused these presents to be sealed with their respective corporate seals, duly attested by two Vice Presidents, this 22nd day of March 2015. , THE HANOVER INSURANCE COMPANY ' �.,,,a"ua, +, ,,. " "" MASSACCITIZENS HUSETTS SURANCE BAY INSURANCE COMPANY ' «" .�., ' MPA NY OF AMERICA g � � Ili (Co. 74 Ili I Robert Thomas, Vice President I THE COMMONWEALTH OF MASSACHUSETTS ) " { --' COUNTY OF WORCESTER ) ss. Joe renstrom. ici+ President On this 22nd day of March 2015 before me came the above named Vice Presidents of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America, to me personally known to be the individuals and officers described herein, and acknowledged that the I seals affixed to the preceding instrument are the corporate seals of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America, respectively, and that the said corporate seals and their signatures as officers were duly affixed and subscribed to said instrument by the authority and direction of said Corporations. KATHLEEN M. SIRARD ) 1 y S ` Notary Public ° r Cammonweoitlt of Massachusetts ^r ,_, My Commission Expire ''' t . - ../ September 4, 2020 K f ilo,,,_., \t. Sir rr rl. Vcxary a t ir ? ? II \1nission Expires 4eptenibcr 04, _0 0 1, the undersigned Vice President of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America, hereby certify that the above and foregoing is a full, true and correct copy of the Original Power of Attorney issued by said Companies, and do hereby further I certify that the said Powers of Attorney are still in force and effect. This Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America. I "RESOLVED, That any and all Powers of Attorney and Certified Copies of such Powers of Attorney and certification in respect thereto, granted and executed by the President or any Vice President in conjunction with any Vice President of the Company, shall be binding on the Company to the same extent as if all signatures therein were manually affixed, even though one or more of any such signatures thereon may be facsimile." (Adopted October 7, 1981 - The Hanover Insurance Company; Adopted April 14, 1982 - Massachusetts Bay Insurance Company; Adopted September 7, 2001 - Citizens Insurance Company of America) I GIVEN under my hand and the seals of said Companies, at Worcester, Massachusetts, this day of 20 I THE HANOVER INSURANCE COMPANY MA SA HUSETT BAY I - RA CE COMPANY CIT • EN . I SUR • CE • 1 • • / OF AMERICA , �' 1 ii.. 1 J. .'h - '-1 - ete, Vice - es'ent _P' I KRCILLC -01 KASMITH ACORO` DATE (MM /DD/YYYY) `„�, CERTIFICATE OF LIABILITY INSURANCE 2/9/2016 I THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED I REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). I 12100 N E 195th St. PRODUCER CONTACT - NAME: Hub International Northwest LLC PHONE 425 489 - 4500 FAX , A/c, No); (425) 485-8489 (A/C, No, Ext): ( ) Suite 200 ADDRESS. now.info @hubinternational.com Bothell, WA 98011 INSURER(S) AFFORDING COVERAGE NAIC # I INSURER A: Continental Western Insurance Company 10804 INSURED INSURER B KRCI LLC INSURER C I 125 McGee St. SE INSURER D East Wenatchee, WA 98802 INSURER E : INSURER F COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: I 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 TYPE OF INSURANCE POLICY NUMBER ADt O STJBR POLICY EFF POLICY EXP LIMITS ' LTR INSD WVD (MMIDD/YYYY) (MM /DD/YYYY) A X COMMERCIAL. GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 _ CLAIMS -MADE X OCCUR X X CWP 2970815 -24 03/09/2015 03/09/2016 DAMKGE TO RENTED 100,000 PREMISES (Ea occurrence) $ _ MED EXP (Any one person) $ 5,000 I PERSONAL & ADV INJURY $ 1,000,000 GEM. AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY X MI: LOC _ PRODUCTS- COMP /OPAGG $ 2 OTHER WA STOP GAP EL $ 1,000,000 t I AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,000,000 _ _( Ea ac ddent) A X ANY AUTO X X CWP 2970815 -24 03/09/2015 03/09/2016 BODILY INJURY (Per person) $ ALL OWNED SCHEDULED BODILY INJURY (Per accident) $ _ AUTOS AUTOS X NON- -OWNED PROPERTY DAMAGE $ 1 I HIRED AUTOS AUTOS (Per accident) H UMBRELLA LIAB OCCUR EACH OCCURRENCE I $ EXCESS LIAB CLAIMS -MADE AGGREGATE $ I I DED RETENTION $ $ WORKERS COMPENSATION PER OT H- AND EMPLOYERS' LIABILITY STATUTE X ER H- ANY PROPRIETOR /PARTNER /EXECUTIVE YIN CWP 2970815 -24 03/09/2015 03/09/2016 E L. EACH ACCIDENT $ 1,000,000 OFFICER /MEMBER EXCLUDED? N I A - I (Mandatory in NH) E.L DISEASE - EA EMPLOYEE $ _ 1,000,000 It yes, describe under --— DESCRIPTION OF OPERATIONS below E.L DISEASE - POLICY LIMIT $ 1,000,000 I I I DESCRIPTION OF OPERATIONS 1 LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space Is required) RE. LINCOLN AVENUE CORRIDOR SAFETY PROJECT; CITY PROJECT #2344 ADDITIONAL INSURED AS REQUIRED BY WRITTEN CONTRACT: CITY OF YAKIMA, THEIR AGENTS, EMPLOYEES, AND ELECTED AND APPOINTED ' OFFICIALS. PER PROJECT AGGREGATE APPLIES PER ATTACHED ENDORSEMENT(S). I CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE I CITY OF YAKIMA ENGINEERING DIVISION THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 129 NORTH SECOND STREET Yakima, WA 98901 AUTHORIZED REPRESENTATIVE ate -. G..) . j, SE .�,� _ © 1988-2014 ACORD CORPORATION. All rights reserved. I ACORD 25 (2014/01) The ACORD name and logo are registered marks of ACORD THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. POLICY NO. CWP 2970815 -24 ADDITIONAL INSURED - OWNERS, LESSEES, CONTRACTORS OR OTHERS - COMPLETED OPERATIONS - AUTOMATIC, INCLUDING PRIMARY NON - CONTRIBUTORY This endorsement modifies insurance provided under the following COMMERCIAL GENERAL LIABILITY COVERAGE PART A. SECTION 11 - WHO IS AN INSURED is amended to include as an additional insured any person(s) or organization(s) when you are obligated by virtue of a written contract or agreement that such person be added as an additional insured to your policy, but only with respect to "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by' 1. Your acts or omissions, or 2. The acts or omissions of those acting on your behalf; 1 for that additional insured and included in the "products- completed operations hazard" B. 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. C. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply to "bodily injury", "property damage" or "personal and advertising injury" arising out of; 1. The rendering of or failure to render any professional services by you or on your behalf, but only with respect to either or both of the following operations. a. Providing engineering, architectural or surveying services to others in your capacity as an engineer, architect or surveyor; and b. Providing, or hiring independent professionals to provide, engineering, architectural or surveying services in connection with construction work you perform. 2. Subject to paragraph 3. below, professional services include 1 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 1 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 products - completed operations. D. 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 — COMPLETED OPERATIONS — AUTOMATIC, INCLUDING PRIMARY NON - CONTRIBUTORY will be on a primary basis and will not seek contribution from the additional insured's policy 1 CL CG 20 48 01 12 Includes Copyrighted material of Insurance Services Page 1 of 1 Office, Inc with its permission 1 E 11111111 1.1111 M ME I= ME M I NM 1111111 1.111 r r THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. b. Not used to carry persons or property for a charge. POLICY NO CWP 2970815 -24 D. SUPPLEMENTARY PAYMENTS GENERAL LIABILITY PLATINUM ENDORSEMENT 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 This endorsement modifies insurance provided under the following: 2. The limit of insurance in paragraph 1.d. is increased from $250 to $500. E. AUTOMATIC ADDITIONAL INSURED — SPECIFIED RELATIONSHIPS — PRIMARY COMMERCIAL GENERAL LIABILITY COVERAGE PART NON - CONTRIBUTORY A. MEDICAL PAYMENTS The following is added to Paragraph 2. of SECTION 11- WHO IS AN INSURED: If SECTION I — COVERAGE C MEDICAL PAYMENTS is not otherwise excluded from this Coverage e. Any person or organization described below, when you are obligated by virtue of a written Part: contract or agreement that such person be added as an additional insured on your policy 1 The Medical Expense Limit provided by this policy, subject to the terns of SECTION III - LIMITS When required by virtue of a written contract or agreement, coverage provided to any OF INSURANCE. shall be the greater of additional insured will be on a primary basis and will not seek contribution from the additional insureds policy a. $10,000; or Only the following persons or organizations are additional insureds under this endorsement: b. The Medical Expense Limit shown in the Declarations of this Coverage Part. B. FIRE, LIGHTNING, EXPLOSION, SMOKE AND SPRINKLER LEAKAGE DAMAGE TO PREMISES (1) Managers h Lessors Ii Premises. Themanager the nr lessor maintenance i tenance or of that but only with respect to liability arising from the ownership, maintenance or use of that t YOU RENT part of the premises leased to you and subject to the following additional exclusions: If damage to premises rented to you under Coverage A. is not otherwise excluded from this policy, This insurance does not apply to: the following applies: (a) Any "occurrence" which takes place after you cease to be a tenant of that premises. 1. The last paragraph of SECTION I — COVERAGE A.2. Exclusions is deleted and replaced by the following: (b) Structural alterations, new construction or demolition operations performed by or on behalf of the manager or lessor. Exclusions c. through n. do not apply to damage by fire, lightning, explosion, smoke or sprinkler leakage to premises while rented to your or temporarily occupied by you with permission of the (2) Lessor Of Leased Equipment. Any person or organization from whom you lease owner A separate limit of insurance applies to this coverage as described in SECTION III — equipment, but only with respect to liability for "bodily injury", "property damage" or LIMITS OF INSURANCE. "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). 2. Paragraph 6. of SECTION III — LIMITS OF INSURANCE is deleted and replaced by the following: However, this insurance does not apply to any "occurrence which takes place after the 6. Subject to Paragraph 5. above, the greater of: equipment lease expires. a. $300,000; or (3) Vendors. Any person or organization, but only with respect to "bodily injury" or "property b. the Damage To Premises Rented To You Limit shown in the Declarations; damage" arising out of your produds" shown in the Schedule which are distributed or sold in the regular course of the vendor's business, subject to the following additional is the most we will pay under COVERAGE A for damages because of 'property damage' exclusions: to any one premises, while rented to you or temporarily occupied by you with the permission of the owner a. The insurance afforded the vendor does not apply to: 3. Paragraph 4.b.(1)(a)(ii) Other Insurance of SECTION IV — COMMERCIAL GENERAL 1. "Bodily injury" or "property damage" for which the vendor is obligated to pay LIABILITY CONDITIONS is deleted and replaced by the following: damages by reason of the assumption of liability in a contract or agreement. This exclusion does not apply to Iiabdity for damages that the vendor would have in (ii) That is Fire, Lightning, Explosion, Smoke or Sprinkler Leakage insurance for the absence of the contract or agreement; premises rented to you or temporarily occupied by you with the permission of the • owner; 2. Any express warranty unauthorized by you; 4. Paragraph 9.a. of SECTION V — DEFINITIONS is deleted and replaced by the following: 3. Any physical or chemical change in the product made intentionally by the vendor; a. A contract for a lease of premises. However, that portion of the contract for a lease of 4. Repackaging, unless unpacked solely for the purpose of inspection, premises that indemnifies any person or organization for damage by fire, lightning, explosion, demonstration, testing, or the substitution of parts under instructions from the smoke or sprinkler leakage to premises while rented to you or temporarily occupied by you manufadurer, and then repackaged in the original container; with permission of the owner is not an "insured contract"; 5. Any failure to make such inspections, adjustments, tests or servicing as the C. LIMITED NON -OWNED WATERCRAFT 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 produds; 1. Paragraph g.(2) of SECTION I — COVERAGE A.2. Exclusions is deleted and replaced by the following: 6. Demonstration, installation, servicing or repair operations, except such operations performed at the vendor's premises in connedion with the sale of the A watercraft you do not own that is: product; a. Less than 51 feet long; and CL CG 00 13 01 12 Includes copyrighted material of Insurance Services Page 1 of 6 CL CG 00 13 01 12 Includes copyrighted material of Insurance Services Page 2 of 6 Office, Inc with its permission Office, Inc with its permission 7 Products which, after distribution or sale by you, have been labeled or relabeled (3) An executive officer, if you are a corporation, or or used as a container, part or ingredient of any other thing or substance by or for (4) A manager, iF you are a limited liability company; the vendor b. This insurance does not apply to any insured person or organization, from whom you is considered knowledge and requires you to notify us of the `occurrence ", offense, claim, have acquired such products, or any ingredient, part or container, entering into, or "suit" as soon as practicable. accompanying or containing such products. f. We are considered on notice of an "occurrence', offense, claim or "suit" that is reported to (4) State Or Political Subdivision — Permits Or Authorizations Relating To Premises. your Workers' Compensation insurer for an event which later develops into an °occurrence", Any state or political subdivision, subject to the following additional provision: offense, claim or "suit' for which there is coverage under this policy However, we will only be considered on notice ff you notify us as soon as you know the claim should be addressed by This insurance apples only with respect to the following hazards for which the state or this policy rather than your Workers' Compensation policy political subdivision has issued a permit in connection with premises you own, rent, or I. UNINTENTIONAL OMISSIONS control and to which this insurance applies (a) The existence, maintenance, repair construction, erection, or removal of advertising The following is added to paragraph 6. Representations of SECTION IV - COMMERCIAL signs, awnings, canopies, cellar entrances, coal holes, driveways, manholes, GENERAL LIABILITY CONDITIONS. marquees, hoist away openings. sidewalk vaults. street banners, or decorations and d. If you unintentionally fail to disclose any exposures existing at the inception date of your similar exposures; or policy, we will not deny coverage under this Coverage Part solely because of such failure to (b) The construction, erection, or removal of elevators; or disclose. However, this provision does not affect our right to collect additional premium or exercise our right of cancellation or non - renewal. (c) The ownership, maintenance, or use of any elevators covered by this insurance. This provision does not apply to any known injury or damage which is excluded under any Limits of insurance for such additional insured are the limits in this coverage form or the limits you other provision of this policy and such additional insured agreed to by virtue of a contract or agreement, whichever is less. These J. MENTAL ANGUISH limits are inclusive of and are not in addition to the Limits Of Insurance shown in the Declarations. When required by virtue of a written contract or agreement, coverage provided to any additional Paragraph 3. of SECTION V — DEFINITIONS is deleted and replaced by the following: insured AUTOMATIC ADDITIONAL INSURED — SPECIFIED RELATIONSHIPS — PRIMARY 3. "Bodily injury" means bodily injury, sickness or disease sustained by a person, including mental NON - CONTRIBUTORY will be on a primary basis and will not seek contribution from the additional anguish or death resulting from any of these at any time. insured's policy K. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS F BROADENED NAMED INSURED — NEWLY ACQUIRED 180 DAYS Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of SECTION IV — Paragraph 3. of SECTION II - WHO IS AN INSURED is deleted and replaced by the following: COMMERCIAL GENERAL LIABILITY CONDITIONS is amended by the addition of the following: Any organization you newly acquire or form, other than a joint venture, and over which you maintain We waive any right of recovery we may have because of payments we make for "bodily injury" or ownership or majority interest of more than 50% will be a Named Insured if there is no other similar "property damage" arising out of your ongoing operations or "your work" done under a contract insurance available to that organization. However requiring such waiver with that person or organization and included in the 'products-completed a. Coverage under this provision is afforded only until the 180th day after you acquire or form operations hazard" the organization or the end of the policy period. whichever is earlier However, our rights may only be waived prior to the "occurrence" giving rise to the injury or damage b. COVERAGE A does not a to "both in u or " roe damage" that occurred before for which we make payment under this Coverage Part. The insured must do nothing after a loss to p ty jury" p p g impair our rights. At our request, the insured will bring "suit" or transfer those rights to us and help us you acquired or formed the orgrig anization. enforce those rights. c. COVERAGE B does not apply to "personal and advertising injury" arising out of an offense L. OTHER INSURANCE committed before you acquired or formed the organization. G. AGGREGATE LIMITS OF 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. The General Aggregate Limit under SECTION III — LIMITS OF INSURANCE applies separately to M. NON- EMPLOYMENT DISCRIMINATION LIABILITY (DEFENSE WITHIN LIMITS) of your ( ) 1 Projects away from premises owned by or rented to you. The following is added to paragraph 14. "Personal and advertising injury" SECTION V — DEFINITIONS of COMMERCIAL GENERAL LIABILITY COVERAGE FORM: 2. "Locations" owned by or rented to you. h. Non-employment discrimination. "Location" means premises involving the same or connecting lots, or premises whose connection Non - employment discrimination means violation of a person's civil rights with respect to such is interrupted only by a street, roadway waterway or right of-way of a railroad. person's race, color, national origin, religion, gender, marital status, age, sexual orientation or H. KNOWLEDGE OF OCCURRENCE preference, physical or mental condition, or any other protected class or characteristic established by The following is added to paragraph 2. Duties In The Event Of Occurrence, Offense, Claim Or Suit any federal, state or local statutes, rules or regulations. Non employment discrimination does not of SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS. fndude violation of civil rights arising out of past, present or prospective employment. e. A report of an "occurrence ", offense, claim or "suit" to: 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 (1) You, if you are an individual, excess of $5,000 deductible as the result of any one offense regardless of the number of persons or (2) A partner, it you are a partnership, organizations who sustain damages because of the offense. CL CG 00 13 01 12 Includes copynghted matenal of Insurance Services Page 3 of 6 CL CG 00 13 01 12 Includes copyrighted material of Insurance Services Page 4 of 6 Office, Inc with its permission Office, Inc with as permission _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ E 11111111 NM IIIIII M 11= IIIIIII MI ME ME ME ME The most we will pay for all damages for non - employment discrimination is $15,000 annual 2. That portion of your work" out of which the injury or damage arises has been put to its aggregate. No other liability to pay sums or perform acts or services is covered. intended use by any person or organization other than another contractor or Supplemental Payments — Coverages A and 6 do not apply to non - employment discrimination subcontractor engaged in performing operations for a principal as a part of the same coverage. project. N. ADDITIONAL INSURED — OWNERS, LESSEES OR CONTRACTORS OR OTHERS— AUTOMATIC, 4. Primary Non Contributory INCLUDING PRIMARY NON - CONTRIBUTORY Men required by virtue of a written contract or agreement, coverage provided to any additional 1. SECTION II — WHO IS AN INSURED is amended to include as an additional insured any person insured by ADDITIONAL INSURED — OWNERS, LESSEES, CONTRACTORS OR OTHERS — or organization for whom you are performing operations when you are obligated by virtue of a ONGOING OPERATIONS — AUTOMATIC, INCLUDING PRIMARY NON CONTRIBUTORY win be N the written contract or agreement that such person or organization be added as an additional insured on a primary basis and will not seek contribution from the additional insureds policy on your policy, but only with respect to "bodily injury", "property damage" or "personal and advertising injury" is caused, in whole or in part, by' a. Your acts or omissions; or b. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured. This insurance does not apply to "bodily injury", "property damage ", "personal and advertising injury" included within the 'products-completed operations hazard" 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. Wdh respect to the insurance afforded to these additional insureds, the following additional exclusions apply to "bodily injury", "property damage" or "personal and advertising injury" arising out of: 1. The rendering of or failure to render any professional services by you or on your behalf, but only with respect to either or both of the following operations: a. Providing engineering, architectural or surveying services to others in your capacity as an engineer, architect or surveyor; and b. Providing, or hiring independent professionals to provide, engineering, architectural or surveying services in connection with construction work you perform. 2. Subject to Paragraph 3. below, professional services include: a. Preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders, or drawings and specifications; and b. Supervisory or inspection activdies 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 constniction manager, its employees or its subcontractors in connection with your ongoing operations. B. "Bodily injury" or "property damage" occumng 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) al the location of the covered operations has been completed; or CL CG 00 13 01 12 Includes copynghted material of Insurance Services Page 5 of 6 CL CG 0013 01 12 Includes copyrighted matenal of Insurance Services Page 6 of 6 Office, Inc with its permission Office, Inc with its permission THIS ENDORSEMENT CHANGES THE POLICY PLEASE READ IT CAREFULLY E. EXTENDED COVERAGE - LOSS OF EARN- J. LEASED OR FINANCED "AUTOS" - PHYSI- ING CAL DAMAGE COVERAGE COMMERCIAL AUTOMOBILE EXPANSION ENDORSEMENT - PLATINUM Section II - Liability Coverage, Paragraph The following is added to Section III - Physical A.2.a.(4) is deleted and replaced by the follow- Damage Coverage, Paragraph C. POLICY NO CWP 2970815 - ing: 4. In the event of a total "loss" to a covered This endorsement modifies insurance provided under the following: (4) All reasonable expenses inured by 'auto ", we wit pay any unpaid amount due the "insured" at our request, indud- on the lease or loan for a covered 'auto ", BUSINESS AUTO COVERAGE FORM ing actual loss of earning up to $500 less: a day because of time off from work. a. The amount under the Physical Damage The following provides a broad range of coverage in addition to that provided by the bask policy In F. FELLOW EMPLOYEE COVERAGE Coverage some Instances, a higher limit or broader coverage is available. Should the policy Indicate broader section of the policy and coverage or higher limits than provided by this endorsement, the higher limits or broader coverage shall The Fellow Employee Exclusion contained lo b. Any. apply. Section II - Liability Coverage does not apply (1) Overdue lease/loan payments at the This coverage Is excess over any other collect- A. BROADENED NAMED INSURED (2) A person's or organization's status able assurance. time of the loss "; as an additional insured exists only (2) Financial penalties imposed under a The Named Insured shown in the Declarations is while you are performing operations G. AUTO MEDICAL PAYMENTS COVERAGE - lease for excessive use, abnormal amended to include: for that additional insured. INCREASED LIMB wear and tear or high mileage; Any organization, other than a joint venture, over , If the 'insured is wearing a seat belt at the time which you maintain ownership or majority inter- (3) Section ill Paragraph C. Limits of an t (3) Security deposits not returned by 'accident" occurs, the LIMIT OF INSUR- est of more than 50%, unless that organization Insurance for person or organization the lessor, ANCE for AUTOMOBILE MEDICAL PAYMENTS added as additional insured are COVERAGE shown in the Declarations will be (4) Costs for extended warranties, is an 'insured' under any other automobile poi those specified in the written con- ( ) icy or would be an "insured under such a policy double the limit shown. All other terms and con- Credit Life Insurance, Health, Acci- trail or agreement, or in this cover- dltions a licable to MEDICAL PAYMENTS re- dent or Disability Insurance but for the exhaustion of its Limit of Insurance, age form, whichever is less. These PP P h limits of insurance are inclusive of main unchanged. chased with the ban or lease; and 1. Coverage under this provision is afforded and are not in addition to the Limits H. COVERAGE EXTENSION AS A CONSE- (5) Cary- over balances from previous only until the 180th day after you acquire or of Insurance shown in the Declare- QUENCE OF THEFT OF AN "AUTO" bans or leases. form the organization or the end of the policy tions. 1. Transportation Expense K. GLASS DEDUCTIBLE period, whichever is earlier (4) This insurance applies on a primary 2. Coverage does not apply to 'bodily injury" or and non con trttutory basis if that is Section III - Physical Damage Coverage, Section HI - Physical Damage Coverage, Para - "property damage" that occurred before you required by the written contract or Paragraph A4.3. is deleted and replaced by graph D is deleted and replaced by the follow- acquired or formed the organization. agreement. the following: hg: a. We will also pay up to $75 per day to a D. DEDUCTIBLE B. ADDITIONAL INSURED BY CONTRACT OR (5) This insurance does not apply maximum of $2,500 for temporary AGREEMENT unless the written contract or transportation expense incurred by you For each covered 'auto" our obligation to agreement has been executed prior pay for, repair, retum or replace damaged or The following is added to Section II - Liability because of the total theft of a covered to the "bodily injury' or ' 'auto" of the ' stolen property wit be reduced by the appt Coverage, Paragraph A1., damage" Private passenger type "• cable deductible shown in the Declarations. We will pay Doty for those covered d. Any person or organization for whom you C. ADDITIONAL INSURED - EMPLOYEES 'autos" for which you carry either Com- Any Comprehensive Coverage deductible are performing operations if you and such shown in the Declarations does not apply to: person or organization have agreed in writ- The following is added to the Section on II - Liability . or Specified Causes oLoss Coveraggee. We will pay for tempporary 1 "Loss' caused b fire or lightning; or ing in a contract or agreement that such Coverage, Paragraph A.1. Who Is An Insured y g 9: Provision: transportation expenses incurred during person or organization be added as an adds the period beginning 48 hours after the 2. "Loss' when you elect to patch or repair tional insured on your policy. Any "employee" of yours is an insured' while us- theft and ending, regardless of the pot glass rather than replace. (1) Such person or organization is an ing a covered "auto' you don't own, hire or borrow icy's expiration, when the covered 'auto" L. EXTENDED COVERAGE - ELECTRONIC additional insured only with respect in your business or your personal affairs. is returned to use or we pay for its EQUIPMENT to liability for "bodily injury' or "prop- D. EXTENDED COVERAGE - BAIL BONDS loss ". erty damage"- Paragraph C2.a. Limits of Insurance of Section Section II - Liability Coverage, Paragraph pay 111 - Physical Damage Coverage is deleted. (a) Caused by an "accident", and A.2.a.(2). is deleted and replaced by the follow- sary expenses to facilitate the retum of the stolen 'auto' to you. We will pay with respects to a covered "auto" for (b) Resulting from the ownership, loss" to antennas and other accessories neces- maintenance or use of a cov- (2) Up to $5,000 for cost of bail bonds L EXTENDED COVERAGE - AIRBAGS sary for use of the electronic equipment. Hoov- ered "auto' (including bonds for related traffic Section III - Physical Damage Coverage, Para- ever, this does not include tapes, records or law violations) required because of graph B.3.a. does not apply to the unintended discs. an "accident" we cover We do not discharge of an airbag. Coverage is excess have to furnish these bonds. over any other collectible insurance or warranty specifically designed to provide coverage. CW 34 68 01 12 Includes Copyrighted material of Insurance Services Page 1 of 5 CW 34 68 01 12 Includes Copyrighted material of Insurance Services Page 2 of 5 Office, Inc.. with its permission Office, Inc., with its permission IIIIIII ME Mil III.1 11111111 IMMI .1111 IIIIIII 101.1 IIMI IIIIIII MEI .1011 NMI 11.11 ME MI EMI IIIIIII MN I MI MI N M MI MI = MI N NM - ' NM MI I I M. EXTENDED COVERAGE - PERSONAL EF- P. PHYSICAL DAMAGE COVERAGE - HIRED a. When the covered "auto' has been re- (b) Any "auto" used by that individual FECTS "AUTOS paired or replaced, or or his or her spouse while working in a business of selling, servicing, The following is added to Section III — Physical You may extend the Comprehensive, Specified b. When the total amount paid under this repairing or parking 'autos' Damage Coverage, Paragraph A4.. Causes of Loss and Collision coverages pro- coverage extension reaches $2,500. vided on your owned 'autos" to any "auto" you 2. Changes In Auto Medical Payments And d. Physical Damage Coverage on a coves rent, hire or borrow from someone other 4. Our payment is limited to the lesser of the Uninsured And Underinsured Motorists ered 'auto" maybe extended to loss' to following amounts: Coverages your personal property or, if you are an than your employees o partners or members of individual, the personal property of a their households subject to the following: a. Necessary and actual expenses in- The following is added to Who Is An Insured: family member, that is in the covered 1. The most we will pay in any one loss' is the ate Any individual named in R.1.a and his or her "auto' at the time of loss' least of $100,000, the actual cash value of b. Not more than $75 per day. "family members' are 'insured' while 'occupy- the 'auto" or the cost to repair or replace the ing" or while a pedestrian when being struck The most we will pay for any one loss" 'auto°, except that such amount will be re 5. We will pay up o an additional $300 for the by any "auto' you don't own except under this coverage extension is $500. reasonable and necessary expenses you in- duced by a deductble to be determined as N. TOWING AND LABOR COVERAGE follows: cur to remove your materials and equipment Any 'auto" owned by that individual or by any from the covered 'auto" and replace such "family member Section 111— Physical Damage Coverage, Para- a. The deductible shall be equal to the materials and equipment on the rental 3. Changes In Physical Damage Coverage graph A.2. is deleted and replaced by the follow- amount of the highest deductible shown 'auto" ing: for any owned 'auto" of the same dassi- Any private passenger type 'auto' you don't tication for that coverage. In the event 6. This coverage does not apply while there own, hire or borrow is a covered 'auto' while in If a private passenger type "auto" or light truck are spare or reserve 'autos" available to you the care, custody or control of any individual there is no owned 'auto" of the same "auto" (0- 10,000 Lbs. GVW) is provided both for your operations. named in R.1.a or his or her spouse while a Comprehensive and Collision Coverage, we will classification, the highest deductible for resident of the same household except pay up to $150 for towing and labor costs in- any owned `auto' will apply for that cov- 7. If "oss" results from the total theft of a cov- curred each time such 'auto" is disabled. If a erege. ered 'auto" of the "private passenger type', a. Any 'auto" owned by that individual or by medium, heavy or extra -heavy truck or extra- b. No deductible v�nr apply to loss" caused we will pay under this coverage only that any member his or her household. amount of your rental reimbursement ex- heavy Truck - tractor 'auto" (greater than 10,000 by fire or lightning. b. Any 'auto" used by that Individual or his or Lids. GVW) is pr penes which is not already provided for un- her while working it } provided both Comprehensive and spouse ng a business of 2. Coverage provided under this extension wit. der the Physical Damage Coverage Exten- Collision Cover age, we will pay 'autos'. a up to $250 for , servici ng repairing or pang lion. t towing and labor costs incurred each time such a. Be excess over any other collectible 'auto° is disabled. However, the labor must be insurance; R. DRIVE OTHER CAR COVERAGE 4. The most we will pay for the total of at dam - perfomied at the place of disablement. b. Pay, in addition to the limit set forth in 1. Changes In Liability Coverage ages under LIABILITY COVERAGE, AUTO 0. EXTENDED COVERAGE - CUSTOMIZED P 1 above, up to $500 per day, not to MEDICAL PAYMENTS, UNINSURED MO- FURNISHINGS exceed $3,500 per loss" for a. Any 'auto' you don't own, hire or borrow is TORISTS COVERAGE and UNDERIN- a covered "auto' for Liability Coverage SURED MOTORISTS COVERAGE is the The following is added to Section III — Physical (1) Any costs or fees associated with while being used by LIMIT OF INSURANCE shown in the Decla- Damage Coverage, Paragraph A.4.. the loss' to a hired 'auto'; and rations as applicable (1) You, if you are designated in the ppl'cabie to owned "autos". 9. Physical Damage Coverage on a cov- (2) Loss of use, provided it is the am- Declarations as an individual; 5. Our obligation to pay for, repair, retum or ered `auto" may be extended to "loss" to sequence of an `accident" for which (2) Your partners or members if you replace damaged or stolen property under custom furnishings including, but not you are legally liable, and as a result PHYSICAL DAMAGE COVERAGE, will be are designated in the Declarations limited to special carpeting and insula- of which a monetary loss is sus- as a partnership or joint venture; reduced by a deductible equal to the amount lion, freight- extending roofs, and custom tained by the leasing or rental con- of the largest deductible shown for any murals, paintings, or other decals or tern. (3) Your members or managers, if you owned private passenger type 'auto" appti- graphics, custom signage and custom are designated in the Declaration cable to that coverage. If there are no non - factory paint. Q. RENTAL REIMBURSEMENT COVERAGE as a limited iabifdy company; owned private passenger type 'autos ", the We will pay for rental reimbursement expenses deductible shall be $50 for Comprehensive Our limit of liability for loss to custom *executive officers incurred by you for the rental of an "auto' be- (4) Your , if you are furnishings shat be the least of: designed in the Declaration as an Coverage and $ 100 for Collision Coverage. cause of loss' to a covered 'auto'. No deductible will apply to loss' caused (1) Actual cash value of the stolen or organization other than an individ- PPIY by damaged property; 1. Payment applies in addition to the otherwise ual, partnership, joint venture or lim- fire or lightning. applicable amount of each coverage you ited liability company; and E. Additional Definition (2) Amount necessary to repair or re- have on the covered 'auto ". place the property or (5) The spouse of any person married in As used in this section R. DRIVE OTHER 2. No deductible applies to this coverage. R.1.a.1. through R.1.a.(4) while a CAR COVERAGE: (3) $1,000 t pay on for those expenses resident of the same household. 3. We will y ty xpenses incurred 'Family member' means a person related to This coverage extension does not apply during the policy period beginning 24 hours except the individual named in R.1.a by blood, mar - to electronic equipment. after the loss" and ending, regardless of the (a) Any "auto" owned by that ir nage or adoption who is a resident of the indi- his viduafs household, induding a ward or foster expiration date of the policy, with the lesser rat or by any member of his or of the following: her household. child CW 34 68 01 12 Includes Copyrighted material of Insurance Services Page 3 of 5 CW 34 68 01 12 Includes Copyrighted material of Insurance Services Page 4 of 5 Office, Inc., with its pemiisiion Offices, Inc., with its permission S. KNOWLEDGE OF OCCURRENCE T WAIVER OF SUBROGATION BY CONTRACT The following is added to Section IV - Business OR AGREEMENT Auto Conditions, Paragraph A.2.. The following Is added to Section IV - Business d. Notice of an "accident' or loss" wit be Auto Conditions, Paragraph A.5.. considered knowledge of yours only If We waive any right of recovery we may have reported to you, if you are an individual, against any 'insured' provided coverage under a partner, an executive officer or an em- this endorsement under B., ADDITIONAL IN- ployee designated by you to give us SURED BY CONTRACT OR AGREEMENT, but such notice. only as respects loss' arising out of the opera- s. Notice of an 'accident' or loss" to your tion, maintenance or use of a covered 'auto" Workers Compensation insurer, for an pursuant to the provisions or conditions of the event which later develops into a clam written contract or agreement. for which there is coverage under this U. UNINTENTIONAL OMISSIONS policy, shall be considered notice to us, The following is added Section IV - Business but only if we are notified as soon as you know that the claim should be ad- Auto Conditions, Paragraph 6.2.. dressed by this policy, rather than your We wilt not deny coverage under this policy if Workers Compensation policy. you fail to disclose al hazards existing as of the f. Your rights under this policy shall not be inception date of the policy, provided such fail- prejudiced if you fail to give us notice of ure is not intentional. an 'accident' or loss ", solely due to V LIBERALIZATION your reasonable and documented belief If we revise this endorsement to provide greater that the event is not covered by this pol- icy coverage without additional premium charge, we will automatically provide the additional cover - The following is added to Section IV - Busi- age to all endorsement holders as of the day the ness Auto Conditions, Paragraph 2.b.: revision is effective in your state. (6) Knowledge of the receipt of docu- ments concerning a claim or 'suit" will be considered knowledge of yours only if receipt of such docu- ments is known to you, if you are an individual, a partner, an executive officer or an employee designated by you to forward such documents to us. CW 34 68 01 12 Includes Copyrighted material of Insurance Services Page 5 of 5 Office, Inc., with Its permission ME OMNI 111.111 NMI 111111 11.1 111.11 IMO IIIIII EMI Mil EMI 111.11 1 1 1 ' CITY OF YAKIMA LIABILITY CERTIFICATE CHECKLIST 1 Contractor KRCI, LLC Job Description Lincoln Avenue Corridor Safety Project 1 City Project No 2344 1 Carriers admitted in the State of Washington an A -VII or better in X Best's Guide 1 2 Commercial General Liability on an occurrence basis subject to a $1,000,000 limit per occurrence. X 1 3, Automobile includes "Any Auto" and is subject to a $1,000,000 limit occurrence limit. X 1 4 Employers liability is shown at a $1,000,000 limit per occurrence X 5, City of Yakima, their agents, employees, and elected and appointed officials are listed as an additional insured. X 6 Copy of additional insured endorsement included which is signed by X ' the agent. 7 Per job aggregate endorsement shown If not, is a $2,000,000 umbrella X ' limit shown over $1,000,000 underlying? _, _ 8 Is the general liability policy subject to a deductible of $5,000 or less? X If higher, approval is required by the City 1 1 1 1 1 I MINIMUM WAGE AFFIDAVIT 1 STATE OF WASHINGTON ) I ss COUNTY OF YAKIMA ) I 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 I 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 I foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief 1 Contractor 1 Subscribed and sworn to before me on this day of , 201 1 1 Notary Public in and for the State of Washington residing at 1 1 1 1 1 1 1 I Lincoln Ave Corridor Safety Proj. # 2344 137 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Lincoln Ave Corridor Safety Proj. # 2344 138 1 1 1 PREVAILING WAGE RATES The prevailing rate of wages to be paid to all workmen, laborers, or mechanics employed in the performance of any part of this contract shall be in accordance with the provisions of Chapter 39 12 RCW, as amended. The rules and regulations of the Department of Labor and Industries are by reference made a part of this contract as though fully set forth herein The current schedule of prevailing wage rates for the locality or localities where this contract will be performed, as determined by the Industrial Statistician of the Department of Labor ' and Industries, are included in these contract documents Inasmuch as the contractor will be held responsible for paying the prevailing wages, it is imperative that all contractors familiarize themselves with the current wage rates, as determined by the Industrial Statistician of the Department of Labor and Industries, before ' submitting bids based on these specifications. In case any dispute arises as to what are the prevailing rates of wages for work of a similar nature and such dispute cannot be adjusted by the parties in interest, including labor and ' management representatives, the matter shall be referred for arbitration to the Director of the Department of Labor and Industries of the State and his decision therein shall be final and conclusive and biding on all parties involved in the dispute as provided for by RCW 39.12 060 as amended Current prevailing wage rules and data can be furnished by the Industrial Statistician upon request. You may submit your request to Department of Labor and Industries ' ESAC Division PO Box 44540 Olympia, Washington 98504 -4540 Telephone 360- 902 -5335 1 1 1 1 1 1 1 1 1 Lincoln Ave Corridor Safety Proj. # 2344 139 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Lincoln Ave Corridor Safety Proj. # 2344 140 I Page 11 i General Decision Number: WA160001 01/08/2016 WA1 II Superseded General Decision Number: WA20150001 State: Washington II Construction Type: Highway Counties: Washington Statewide. I HIGHWAY (Excludes D.O.E. Hanford Site in Benton and Franklin Counties) I Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.15 for calendar year 2016 applies to all contracts subject to the Davis -Bacon Act for which the solicitation was I 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 $10.15 (or the applicable wage rate listed on this wage I determination, if it is higher) for all hours spent performing on the contract in calendar year 2016. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available II at www.dol.gov /whd /govcontracts. Modification Number Publication Date II 0 01/08/2016 CARP0001 -008 06/01/2015 II Rates Fringes CARPENTER I GROUP 1 $ 27.61 14.00 GROUP 2 $ 41.86 14.49 GROUP 3 $ 32.97 14.00 GROUP 4 $ 31.94 14.00 I GROUP 5 $ 73.44 14.00 GROUP 6 $ 35.02 14.00 GROUP 7 $ 36.72 14.00 GROUP 8 $ 33.27 14.00 II GROUP 9 $ 35.02 14.00 1 1 1 1 WA160001 Modification 0 Federal Wage Determinations for Highway Construction ADDENDUM #1 1 ' Page 12 CARPENTER & DIVER CLASSIFICATIONS: ' GROUP 1: Carpenter GROUP 2: Millwright, machine erector GROUP 3: Piledriver - includes driving, pulling, cutting, ' placing collars, setting, welding, or creosote treated material, on all piling GROUP 4: Bridge carpenters GROUP 5: Diver Wet ' GROUP 6: Diver Tender, Manifold Operator, ROV Operator GROUP 7: Diver Standby, Bell /Vehicle or Submersible operator Not Under Pressure ' GROUP 8: Assistant Tender, ROV Tender /Technician GROUP 9: Manifold Operator -Mixed Gas ZONE PAY: ' ZONE 1 0 -40 MILES FREE ZONE 2 41 -65 MILES $2.25 /PER HOUR ZONE 3 66 -100 MILES $3.25 /PER HOUR ZONE 4 OVER 100 MILES $4.75 /PER HOUR ' DISPATCH POINTS: CARPENTERS /MILLWRIGHTS: PASCO (515 N Neel Street) or Main Post Office of established residence of employee (Whichever ' is closest to the worksite). CARPENTERS /PILEDRIVER: SPOKANE (127 E. AUGUSTA AVE.) or Main ' Post Office of established residence of employee (Whichever is closest to the worksite). CARPENTERS: WENATCHEE (27 N. CHELAN) or Main Post Office of ' established residence of employee (Whichever is closest to the worksite). CARPENTERS: COEUR D' ALENE (1839 N. GOVERNMENT WAY) or Main ' Post Office of established residence of employee (Whichever is closest to the worksite). CARPENTERS: MOSCOW (302 N. JACKSON) or Main Post Office of established residence of employee (Whichever is closest to the worksite). 1 1 ' WA160001 Modification 0 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. 1 WA160001 Modification 0 Federal Wage Determinations for Highway Construction ADDENDUM #1 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 ' WA160001 Modification 0 Federal Wage Determinations for Highway Construction ADDENDUM #1 1 Page 15 CARP0770 -003 06/01/2015 Rates Fringes ' CARPENTER CENTRAL WASHINGTON: CHELAN, DOUGLAS (WEST OF THE 120TH MERIDIAN), KITTITAS, OKANOGAN (WEST OF THE 120TH MERIDIAN) AND YAKIMA COUNTIES CARPENTERS ON CREOSOTE MATERIAL $ 40.46 13.66 CARPENTERS $ 40.36 13.66 DIVERS TENDER $ 35.02 14.00 DIVERS $ 73.44 14.00 MILLWRIGHT AND MACHINE ERECTORS $ 41.86 13.66 PILEDRIVER, DRIVING, PULLING, CUTTING, PLACING COLLARS, SETTING, WELDING OR CRESOTE TREATED MATERIAL, ALL PILING $ 40.61 13.66 (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - ALL CLASSIFICATIONS EXCEPT MILLWRIGHTS AND PILEDRIVERS Hourly Zone Pay shall be paid on jobs located outside of the free zone computed from the city center of the following listed cities: Seattle Olympia Bellingham Auburn Bremerton Anacortes Renton Shelton Yakima Aberdeen - Hoquiam Tacoma Wenatchee Ellensburg Everett Port Angeles Centralia Mount Vernon Sunnyside Chelan Pt. Townsend Zone Pay: 0 -25 radius miles Free 26 -35 radius miles $1.00 /hour 36 -45 radius miles $1.15 /hour 46 -55 radius miles $1.35 /hour Over 55 radius miles $1.55 /hour (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - MILLWRIGHT AND PILEDRIVER ONLY) Hourly Zone Pay shall be computed from Seattle Union Hall, Tacoma City center, and Everett City center Zone Pay: 0 -25 radius miles Free 26 -45 radius miles $ .70 /hour Over 45 radius miles $1.50 /hour WA160001 Modification 0 Federal Wage Determinations for Highway Construction ADDENDUM #1 1 Page 16 II I CARP0770 -006 06/01/2015 Rates Fringes C ARPENTER WESTERN WASHINGTON: I 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 II WHATCOM COUNTIES BRIDGE CARPENTERS $ 40.36 13.66 CARPENTERS ON CREOSOTE II MATERIAL $ 40.46 13.66 CARPENTERS $ 40.36 13.66 DIVERS TENDER $ 44.67 13.66 I DIVERS $ 93.56 13.66 MILLWRIGHT AND MACHINE ERECTORS $ 41.86 13.66 PILEDRIVER, DRIVING, I PULLING, CUTTING, PLACING COLLARS, SETTING, WELDING OR CRESOTE TREATED MATERIAL, ALL PILING $ 40.61 13.66 II (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - ALL CLASSIFICATIONS EXCEPT MILLWRIGHTS AND PILEDRIVERS I Hourly Zone Pay shall be paid on jobs located outside of the free zone computed from the city center of the following listed cities: I Seattle Olympia Bellingham Auburn Bremerton Anacortes Renton Shelton Yakima I Aberdeen - Hoquiam Tacoma Wenatchee Ellensburg Everett Port Angeles Centralia Mount Vernon Sunnyside Chelan Pt. Townsend II Zone Pay: 0 -25 radius miles Free 26 -35 radius miles $1.00 /hour t 36 -45 radius miles $1.15 /hour 46 -55 radius miles $1.35 /hour Over 55 radius miles $1.55 /hour I (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - MILLWRIGHT AND PILEDRIVER ONLY) I Hourly Zone Pay shall be computed from Seattle Union Hall, Tacoma City center, and Everett City center Zone Pay: I 0 -25 radius miles Free 26 -45 radius miles $ .70 /hour Over 45 radius miles $1.50 /hour I WA160001 Modification 0 Federal Wage Determinations for Highway Construction ADDENDUM #1 II 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 WA160001 Modification 0 Federal Wage Determinations for Highway Construction ADDENDUM #1 1 I Page I8 ELEC0073 -001 07/01/2015 I ADAMS, FERRY, LINCOLN, PEND OREILLE, SPOKANE, STEVENS, WHITMAN COUNTIES I Rates Fringes CABLE SPLICER $ 34.10 16.68 II ELECTRICIAN $ 31.00 16.68 ELEC0076 -002 09/01/2014 I GRAYS HARBOR, LEWIS, MASON, PACIFIC, PIERCE, AND THURSTON COUNTIES II Rates Fringes CABLE SPLICER $ 37.94 23.36 II ELECTRICIAN $ 34.49 23.36 ELEC0112 -005 06/01/2015 II ASOTIN, BENTON, COLUMBIA, FRANKLIN, GARFIELD, KITTITAS, WALLA WALLA, YAKIMA COUNTIES II Rates Fringes CABLE SPLICER $ 40.74 18.65 I ELECTRICIAN $ 38.80 18.59 ELEC0191 -003 06/01/2014 II ISLAND, SAN JUAN, SNOHOMISH, SKAGIT AND WHATCOM COUNTIES Rates Fringes I CABLE SPLICER $ 44.23 17.73 ELECTRICIAN $ 40.21 17.73 ELEC0191 -004 06/01/2014 II CHELAN, DOUGLAS, GRANT AND OKANOGAN COUNTIES I Rates Fringes CABLE SPLICER $ 40.82 17.63 ELECTRICIAN $ 37.11 17.63 1 1 1 WA160001 Modification 0 Federal Wage Determinations for Highway Construction ADDENDUM #1 Page 19 ENGI0302 -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 1A - Cranes, 100 tons thru 199 tons, or 150 ft of boom (including jib with attachments); Crane - overhead, bridge type, 100 tons and over; Tower crane up to 175 ft in height base to boom; Loaders - overhead, 8 yards and over; Shovels, excavator, backhoes -6 yards and over with attachments GROUP 1 - Cableway; Cranes 45 tons thru 99 tons, under 150 ft of boom (including jib with attachments); Crane - overhead, bridge type, 45 tons thru 99 tons; Derricks on building work; Excavator, shovel, backhoes over 3 yards and under 6 yards; Hard tail end dump articulating off -road equipment 45 yards and over; Loader- overhead 6 yards to, but not including 8 yards; Mucking machine, mole, tunnel, drill and /or shield; Quad 9, HD 41, D -10; Remote control operator on rubber tired earth moving equipment; Rollagon; Scrapers -self propelled 45 yards and over; Slipform pavers; Transporters, all truck or track type WA160001 Modification 0 Federal Wage Determinations for Highway Construction ADDENDUM #1 II ' Page 1 10 ' 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 ' WA160001 Modification 0 Federal Wage Determinations for Highway Construction ADDENDUM #1 1 Page X11 1 Category B Projects: 95% of the basic hourly reate for each group plus full fringe benefits applicable to category A projects shall apply to the following projects. A Reduced rates may be paid on the following: 1. Projects involving work on structures such as buildings and bridges whose total value is less than $1.5 million excluding mechanical, electrical, and utility portions of the contract. 2. Projects of less than $1 million where no building is involved. Surfacing and paving included, but utilities excluded. 3. Marine projects (docks, wharfs, etc.) less than $150,000. HANDLING OF HAZARDOUS WASTE MATERIALS: Personnel in all craft classifications subject to working inside a federally designated hazardous perimeter shall be elgible for compensation in accordance with the following group schedule relative to the level of hazardous waste as outlined in the specific hazardous waste project site safety plan. H -1 Base wage rate when on a hazardous waste site when not outfitted with protective clothing H -2 Class "C" Suit - Base wage rate plus $ .25 per hour. H -3 Class "B" Suit - Base wage rate plus $ .50 per hour. H -4 Class "A" Suit - Base wage rate plus $ .75 per hour. Zone Differential (Add to Zone 1 rates): Zone 2 (26 -45 radius miles) - $ .70 Zone 3 (Over 45 radius miles) - $1.00 BASEPOINTS• Aberdeen, Bellingham, Bremerton, Everett, Kent, Mount Vernon, Port Angeles, Port Townsend, Seattle, Shelton, Wenatchee, Yakima 1 1 1 1 WA160001 Modification 0 Federal Wage Determinations for Highway Construction ADDENDUM #1 1 1' Page 112 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 1A - Cranes, 100 tons thru 199 tons, or 150 ft of boom (including jib with attachments); Crane - overhead, bridge type, 100 tons and over; Tower crane up to 175 ft in height ' base to boom; Loaders - overhead, 8 yards and over; Shovels, excavator, backhoes -6 yards and over with attachments GROUP 1 - Cableway; Cranes 45 tons thru 99 tons, under 150 ft of boom (including jib with attachments); Crane - overhead, bridge type, 45 tons thru 99 tons; Derricks on building work; Excavator, shovel, backhoes over 3 yards and under 6 yards; Hard tail end dump articulating off -road equipment 45 yards ' and over; Loader- overhead 6 yards to, but not including 8 yards; Mucking machine, mole, tunnel, drill and /or shield; Quad 9, HD 41, D -10; Remote control operator on rubber tired earth moving equipment; Rollagon; Scrapers -self propelled 45 ' yards and over; Slipform pavers; Transporters, all truck or track type GROUP 2 - Barrier machine (zipper); Batch Plant Operaor- Concrete; Bump Cutter; Cranes, 20 tons thru 44 tons with attachments; Crane - overhead, bridge type -20 tons through 44 tons; Chipper; Concrete Pump -truck mount with boom ' attachment; Crusher; Deck Engineer /Deck Winches (power); Drilling machine; Excavator, shovel, backhoe -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 ' WA160001 Modification 0 Federal Wage Determinations for Highway Construction ADDENDUM #1 Page 1 13 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 Beliman; Roller -other than plant mix; Wheel Tractors, farmall type; Shotcrete /gunite equipment operator CATEGORY B PROJECTS: 955 OF THE BASIC HOURLY RATE FOR EACH GROUP PLUS FULL FRINGE BENEFITS APPLICABLE TO CATEGORY A PROJECTS SHALL APPLY TO THE FOLLOWING PROJECTS. REDUCED RATES MAY BE PAID ON THE FOLLOWING: 1. Projects involving work on structures such as buildings and bridges whose total value is less than $1.5 million excluding mechanical, electrical, and utility portions of the contract. 2. Projects of less than $1 million where no building is involved. Surfacing and paving including, but utilities excluded. 3. Marine projects (docks, wharfs, ect.) less than $150,000. HANDLING OF HAZARDOUS WASTE MATERIALS: Personnel in all craft classifications subject to working inside a federally designed hazardous perimeter shall be elgible for compensation in accordance with the following group schedule relative to the level of hazardous waste as outlined in the specific hazardous waste project site safety plan. H -1 Base wage rate when on a hazardous waste site when not outfitted with protective clothing. H -2 Class "C" Suit - Base wage rate plus $.25 per hour. H -3 Class "B" Suit - Base wage rate plus $.50 per hour. H -4 Class "A" Suit - Base wage rate plus $.75 per hour. 1 1 WA160001 Modification 0 Federal Wage Determinations for Highway Construction ADDENDUM #1 1 1' 1 Page 1 14 ENGI0370 -002 06/01/2015 ' 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: 1 Rates Fringes ' POWER EQUIPMENT OPERATOR GROUP 1 $ 26.16 13.55 GROUP 2 $ 26.48 13.55 GROUP 3 $ 27.09 13.55 GROUP 4 $ 27.25 13.55 GROUP 5 $ 27.41 13.55 GROUP 6 $ 27.69 13.55 ' GROUP 7 $ 27.96 13.55 GROUP 8 $ 29.06 13.55 ZONE DIFFERENTIAL (Add to Zone 1 rate): Zone 2 - $2.00 ' Zone 1: Within 45 mile radius of Spokane, Pasco, Washington; Lewiston, Idaho ' Zone 2: Outside 45 mile radius of Spokane, Pasco, Washington; Lewiston, Idaho POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1: Bit Grinders; Bolt Threading Machine; Compressors (under 2000 CFM, gas, diesel, or electric power); Deck Hand; Fireman & Heater Tender; Hydro- seeder, Mulcher, Nozzleman; Oiler Driver, & Cable Tender, Mucking Machine; Pumpman; Rollers, all types on subgrade, including seal and chip coatings (farm type, Case, John Deere & similar, or ' Compacting Vibrator), except when pulled by Dozer with operable blade; Welding Machine; Crane Oiler- Driver (CLD required) & Cable Tender, Mucking Machine 1 1 1 1 ' WA160001 Modification 0 Federal Wage Determinations for Highway Construction ADDENDUM ##1 1 .1 Page 1 15 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) WA160001 Modification 0 Federal Wage Determinations for Highway Construction ADDENDUM #1 Page l 16 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 1 ' WA160001 Modification 0 Federal Wage Determinations for Highway Construction ADDENDUM #1 Page X17 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: (A11 Cranes, Including Tower) 180 ft to 250 ft $ .50 over scale Over 250 ft $ .80 over scale NOTE: In computing the length of the boom on Tower Cranes, they shall be measured from the base of the Tower to the point of the boom. HAZMAT: Anyone working on HAZMAT jobs, working with supplied air shall receive $1.00 an hour above classification. ENGI0612 -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 Fringes POWER EQUIPMENT OPERATOR GROUP lA $ 38.39 17.40 GROUP IAA $ 38.96 17.40 GROUP lAAA $ 39.52 17.40 GROUP 1 $ 37.84 17.40 GROUP 2 $ 37.35 17.40 GROUP 3 $ 36.93 17.40 GROUP 4 $ 34.57 17.40 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 1 WA160001 Modification 0 Federal Wage Determinations for Highway Construction ADDENDUM #1 111 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 lA - Cranes, 100 tons thru 199 tons, or 150 ft of boom (including jib with attachments); Crane - overhead, bridge type, 100 tons and over; Tower crane up to 175 ft in height ' base to boom; Loaders - overhead, 8 yards and over; Shovels, excavator, backhoes -6 yards and over with attachments GROUP 1 - Cableway; Cranes 45 tons thru 99 tons under 150 ft ' of boom (including jib with attachments); Crane - overhead, bridge type, 45 tons thru 99 tons; Derricks on building work; Excavator, shovel, backhoes over 3 yards and under 6 yards; Hard tail end dump articulating off -road equipment ' 45 yards and over; Loader- overhead, 6 yards to, but not including, 8 yards; Mucking machine, mole, tunnel, drill and /or shield; Quad 9 HD 41, D -10; Remote control operator on rubber tired earth moving equipment; Rollagon; Scrapers- ' self - propelled 45 yards and over; Slipform pavers; Transporters, all track or truck type t 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 ' WA160001 Modification 0 Federal Wage Determinations for Highway Construction ADDENDUM #1 .1 Page X19 1 GROUP 3 - Conveyors; Cranes through 19 tons with attachments; Crane -A -frame over 10 tons; Drill oilers -auger type, truck or crane mount; Dozer -D -9 and under; Forklift -3000 lbs. and over with attachments; Horizontal /directional drill locator; Outside Hoists - (elevators and manlifts), air 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. 1 WA160001 Modification 0 Federal Wage Determinations for Highway Construction ADDENDUM #1 1 1. Page X20 ENGI0701 -002 01/01/2015 CLARK, COWLITZ, KLICKKITAT, PACIFIC (SOUTH), SKAMANIA, AND WAHKIAKUM COUNTIES POWER RQUIPMENT OPERATORS: ZONE 1 Rates Fringes POWER EQUIPMENT OPERATOR GROUP 1 $ 39.47 14.10 ' GROUP lA $ 41.44 14.10 GROUP 1B $ 43.42 14.10 GROUP 2 $ 37.58 14.10 GROUP 3 $ 36.44 14.10 ' GROUP 4 $ 35.36 14.10 GROUP 5 $ 34.13 14.10 GROUP 6 $ 30.94 14.10 ' Zone Differential (add to Zone 1 rates): Zone 2 - $3.00 Zone 3 - $6.00 1 1 1 1 1 1 1 1 1 1 WA160001 Modification 0 Federal Wage Determinations for Highway Construction ADDENDUM #1 1 Page 121 1 For the following metropolitan counties: MULTNOMAH; CLACKAMAS; MARION; WASHINGTON; YAMHILL; AND COLUMBIA; CLARK; AND COWLITZ COUNTY, WASHINGTON WITH MODIFICATIONS AS INDICATED: All jobs or projects located in Multnomah, Clackamas and Marion Counties, West of the western boundary of Mt. Hood National Forest and West of Mile Post 30 on Interstate 84 and West of Mile Post 30 on State Highway 26 and West of Mile Post 30 on Highway 22 and all jobs or projects located in Yamhill County, Washington County and Columbia County and all jobs or porjects located in Clark & Cowlitz County, Washington except that portion of Cowlitz County in the Mt. St. Helens "Blast Zone" shall receive Zone I pay for all classifications. All jobs or projects located in the area outside the 11 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. I/ WA160001 Modification 0 Federal Wage Determinations for Highway Construction ADDENDUM #1 II ' Page X POWER EQUIPMENT OPERATORS CLASSIFICATIONS 1 Group 1 Concrete Batch Plan and or Wet mix three (3) units or more; Crane, Floating one hundred and fifty (150) ton but less 1 than two hundred and fifty (250) ton; Crane, two hundred (200) ton through two hundred ninety nine (299) ton with two hundred foot (200') boom or less (including jib, inserts and /or attachments); Crane, ninety (90) ton through ' one hundred ninety nine (199) ton with over two hundred (200') boom Including jib, inserts and /or attachments); Crane, Tower Crane with one hundred seventy five foot (175') tower or less and with less than two hundred foot (200') jib; Crane, Whirley ninety (90) ton and over; Helicopter when used in erecting work Group lA ' Crane, floating two hundred fifty (250) ton and over; Crane, two hundred (200) ton through two hundred ninety nine (299) ton, with over two hundred foot (200') boom (including jib, inserts and /or attachments); Crane, three 1 hundred (300) ton through three hundred ninety nine (399) ton; Crane, Tower Crane with over one hundred seventy five foot (175') tower or over two hundred foot (200') jib; Crane, tower Crane on rail system or 2nd tower or more in ' work radius Group 1B Crane, three hundred (300) ton through three hundred ninety ' nine (399) ton, with over two hundred foot (200') boom (including jib, inserts and /or attachments); Floating crane, three hundred fifty (350) ton and over; Crane, four hundred (400) ton and over ' Group 2 Asphalt Plant (any type); Asphalt Roto -Mill, pavement profiler eight foot (8') lateral cut and over; Auto Grader or "Trimmer "; Blade, Robotic; Bulldozer, Robotic Equipment ' (any type); Bulldozer, over one hundred twenty thousand (120,000) lbs. and above; Concrete Batch Plant and /or Wet Mix one (1) and two (2) drum; Concrete Diamond Head Profiler; Canal Trimmer; Concrete, Automatic Slip Form Paver (Assistant to the Operator required); Crane, Boom Truck fifty (50) ton and with over one hundred fifty foot (150') boom and over; Crane, Floating (derrick barge) ' thirty (30) ton but less than one hundred fifty (150) ton; Crane, Cableway twenty -five (25) ton and over; Crane, Floating Clamshell three (3) cu. Yds. And over; Crane, ninety (90) ton through one hundred ninety nine (199) ton ' up to and including two hundred foot (200') of boom (including jib inserts and /or attachments); Crane, fifty (50) ton through eighty nine (89) ton with over one hundred fifty foot (150') boom (including jib inserts and /or ' attachments); Crane, Whirley under ninety (90) ton; Crusher Plant; Excavator over one hundred thirty thousand (130,000) lbs.; Loader one hundred twenty thousand (120,000) lbs. and above; Remote Controlled Earth Moving Equipment; Shovel, Dragline, Clamshell, five (5) cu. Yds. And over; Underwater Equipment remote or otherwise, when used in construction work; Wheel Excavator any size 1 WA160001 Modification 0 Federal Wage Determinations for Highway Construction ADDENDUM #1 1 Page 123 Group 3 Bulldozer, over seventy thousand (70,000) lbs. up to and including one hundred twenty thousand (120,000) lbs.; Crane, Boom Truck fifty (50) ton and over with less than one hundred fifty foot (150') boom; Crane, fifty (50) ton through eighty nine (89) ton with one hundred fifty foot (150') boom or less (including jib inserts and /or attachments); Crane, Shovel, Dragline or Clamshell three (3) cu. yds. but less than five (5) cu. Yds.; Excavator over eighty thousand (80,000) lbs. through one hundred thirty thousand (130,000) lbs.; Loader sixty thousand (60,000) lbs. and less than one hundred twenty thousand (120,000) lbs. Group 4 Asphalt, Screed; Asphalt Paver; Asphalt Roto -Mill, pavement profiler, under eight foot (8') lateral cut; Asphalt, Material Transfer Vehicle Operator; Back Filling Machine; Backhoe, Robotic, track and wheel type up to and including twenty thousand (20,000) lbs. with any attachments; Blade (any type); Boatman; Boring Machine; Bulldozer over twenty thousand (20,000) lbs. and more than one hundred (100) horse up to seventy thousand (70,000) lbs.; Cable -Plow (any type); Cableway up to twenty five (25) ton; Cat Drill (John Henry); Chippers; Compactor, multi - engine; Compactor, Robotic; Compactor with blade self - propelled; Concrete, Breaker; Concrete, Grout Plant; Concrete, Mixer Mobile; Concrete, Paving Road Mixer; Concrete, Reinforced Tank Banding Machine; Crane, Boom Truck twenty (20) ton and under fifty (50) ton; Crane, Bridge Locomotive, Gantry and Overhead; Crane, Carry Deck; Crane, Chicago Boom and similar types; Crane, Derrick Operator, under one hundred (100) ton; Crane, Floating Clamshell, Dragline, etc. Operator, under three (3) cu. yds. Or less than thirty (30) ton; Crane, under fifty (50) ton; Crane, Quick Tower under one hundred foot (100') in height and less than one hundred fifty foot (150') jib (on rail included); Diesel- Electric Engineer (Plant or Floating); Directional Drill over twenty thousand (20,000) lbs. pullback; Drill Cat Operator; Drill Doctor and /or Bit Grinder; Driller, Percussion, Diamond, Core, Cable, Rotary and similar type; Excavator Operator over twenty thousand (20,000) lbs. through eighty thousand (80,000) lbs.; Generator Operator; Grade -all; Guardrail Machines, i.e. punch, auger, etc.; Hammer Operator (Piledriver); Hoist, stiff leg, guy derrick or similar type, fifty (50) ton and over; Hoist, two (2) drums or more; Hydro Axe (loader mounted or similar type); Jack Operator, Elevating Barges, Barge Operator, self- unloading; Loader Operator, front end and overhead, twenty five thousand (25,000) lbs. and less than sixty thousand (60,000) lbs.; Log Skidders; Piledriver Operator (not crane type); Pipe, Bending, Cleaning, Doping and Wrapping Machines; Rail, Ballast Tamper Multi- Purpose; Rubber -tired Dozers and Pushers; Scraper, all types; Side -Boom; Skip Loader, Drag Box; Strump Grinder (loader mounted or similar type); Surface Heater and Planer; Tractor, rubber - tired, over fifty (50) HP Flywheel; Trenching Machine three foot I/ (3') depth and deeper; Tub Grinder (used for wood debris); WA160001 Modification 0 Federal Wage Determinations for Highway Construction ADDENDUM #1 1 Page X24 Tunnel Boring Machine Mechanic; Tunnel, Mucking Machine; ' Ultra High Pressure Water Jet Cutting Tool System Operator; Vacuum Blasting Machine Operator; Water pulls, Water wagons Group 5 Asphalt, Extrusion Machine; Asphalt, Roller (any asphalt mix); Asphalt, Roto -Mill pavement profiler ground man; Bulldozer, twenty thousand (20,000) lbs. or less, or one hundred (100) horse or less; Cement Pump; Chip Spreading Machine; Churn Drill and Earth Boring Machine; Compactor, ' self - propelled without blade; Compressor, (any power) one thousand two hundred fifty (1,250) cu. ft. and over, total capacity; Concrete, Batch Plant Quality control; Concrete, Combination Mixer and compressor operator, gunite work; Concrete, Curb Machine, Mechanical Berm, Curb and /or Curb and Gutter; Concrete, Finishing Machine; Concrete, Grouting Machine; Concrete, Internal Full Slab Vibrator Operator; 1 Concrete, Joint Machine; Concrete, Mixer single drum, any capacity; Concrete, Paving Machine eight foot (8') or less; Concrete, Planer; Concrete, Pump; Concrete, Pump Truck; Concrete, Pumperete Operator (any type); Concrete, Slip Form Pumps, power driven hydraulic lifting device for concrete forms; Conveyored Material Hauler; Crane, Boom Truck under twenty (20) tons; Crane, Boom Type lifting ' device, five (5) ton capacity or less; Drill, Directional type less than twenty thousand (20,000) lbs. pullback; Fork Lift, over ten (10) ton or Robotic; Helicopter Hoist; Hoist Operator, single drum; Hydraulic Backhoe track type up to and including twenty thousand (20,000) lbs.; Hydraulic Backhoe wheel type (any make); Laser Screed; Loaders, rubber -tired type, less than twenty five thousand (25,000) lbs.; Pavement Grinder and /or Grooving Machine (riding 1 type); Pipe, cast in place Pipe Laying Machine; Pulva -Mixer or similar types; Pump Operator, more than five (5) pumps (any size); Rail, Ballast Compactor, Regulator, or Tamper machines; Service Oiler (Greaser); Sweeper Self- Propelled; Tractor, Rubber - Tired, fifty (50) HP flywheel and under; Trenching Machine Operator, maximum digging capacity three foot (3') depth; Tunnel, Locomotive, Dinkey; Tunnel, Power ' Jumbo setting slip forms, etc. Group 6 Asphalt, Pugmill (any type); Asphalt, Raker; Asphalt, Truck Mounted Asphalt Spreader, with Screed; Auger Oiler; Boatman; Bobcat, skid steed (less than one (1) yard); Broom, self - propelled; Compressor Operator (any power) under 1,250 cu. ft. total capacity; Concrete Curing Machine (riding type); Concrete Saw; Conveyor Operator or Assistant; Crane, Tugger; Crusher Feederman; Crusher Oiler; Deckhand; Drill, Directional Locator; Fork Lift; Grade Checker; Guardrail Punch Oiler; Hydrographic Seeder Machine, straw, pulp or seed; Hydrostatic Pump Operator; Mixer Box (CTB, dry batch, etc.); Oiler; Plant Oiler; Pump (any power); Rail, Brakeman, Switchman, Motorman; Rail, Tamping Machine, mechanical, self - propelled; Rigger; Roller grading (not asphalt); Truck, Crane Oiler- Driver WA160001 Modification 0 Federal Wage Determinations for Highway Construction ADDENDUM #1 1 Page X25 IRON0014 -005 07/01/2015 ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND ORIELLE, SPOKANE, STEVENS, WALLA WALLA AND WHITMAN COUNTIES Rates Fringes IRONWORKER $ 32.76 23.19 1 IRON0029 -002 07/01/2015 CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA, AND WAHKAIKUM COUNTIES Rates Fringes IRONWORKER $ 34.12 23.04 IRON0086 -002 07/01/2015 1 YAKIMA, KITTITAS AND CHELAN COUNTIES Rates Fringes 1 IRONWORKER $ 32.76 23.19 IRON0086 -004 07/01/2015 CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PIERCE, SKAGIT, SNOHOMISH, THURSTON, AND WHATCOM COUNTIES Rates Fringes IRONWORKER $ 40.04 23.19 1 1 1 1 1 WA160001 Modification 0 Federal Wage Determinations for Highway Construction ADDENDUM #1 1 1 Page X LAB00001 -002 06/01/2014 II ZONE 1: Rates Fringes 1 Laborers: CALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PACIFIC (NORTH OF STRAIGHT LINE MADE BY EXTENDING THE NORTH BOUNDARY 1 WAHKIAKUM COUNTY WEST TO THE PACIFIC OCEAN), PIERCE, SAN JUAN,SKAGIT, SNOHOMISH,THURSTON AND WHATCOM COUNTIES GROUP 1 $ 22.49 10.30 I GROUP 2 $ 25.79 10.30 GROUP 3 $ 32.29 10.30 GROUP 4 $ 33.08 10.30 1 GROUP 5 $ 33.62 10.30 CHELAN, DOUGLAS (WEST OF THE 120TH MERIDIAN), KITTITAS AND YAKIMA COUNTIES 1 GROUP 1 $ 18.95 10.30 GROUP 2 $ 21.76 10.30 GROUP 3 $ 23.85 10.30 I GROUP 4 $ 24.43 10.30 GROUP 5 $ 24.85 10.30 BASE POINTS: BELLINGHAM, MT. VERNON, EVERETT, SEATTLE, KENT, II TACOMA, OLYMPIA, CENTRALIA, ABERDEEN, SHELTON, PT. TOWNSEND, PT. ANGELES, AND BREMERTON 1 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 1 ZONE 3 - More than 45 radius miles from the respective city hall ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES): I ZONE 2 - $1.00 ZONE 3 - $1.30 BASE POINTS: CHELAN, SUNNYSIDE, WENATCHEE, AND YAKIMA II ZONE 1 - Projects within 25 radius miles of the respective city hall II ZONE 2 - More than 25 radius miles from the respective city hall ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES): II ZONE 2 - $2.25 1 1 WA160001 Modification 0 Federal Wage Determinations for Highway Construction ADDENDUM #1 Page 27 ' LABORERS CLASSIFICATIONS GROUP 1: Landscaping and Planting; Watchman; Window Washer /Cleaner (detail clean -up, such as but not limited to cleaning floors, ceilings, walls, windows, etc., prior to final acceptance by the owner) GROUP 2: Batch Weighman; Crusher Feeder; Fence Laborer; Flagman; Pilot Car GROUP 3: General Laborer; Air, Gas, or Electric Vibrating Screed; Asbestos Abatement Laborer; Ballast Regulator Machine; Brush Cutter; Brush Hog Feeder; Burner; Carpenter Tender; Cement Finisher Tender; Change House or Dry Shack; Chipping Gun (under 30 lbs.); Choker Setter; Chuck Tender; Clean -up Laborer; Concrete Form Stripper; Curing Laborer; Demolition (wrecking and moving including charred material); Ditch Digger; Dump Person; Fine Graders; Firewatch; Form Setter; Gabian Basket Builders; Grout Machine Tender; Grinders; Guardrail Erector; Hazardous Waste Worker (Level C: uses a chemical "splash suit" and air purifying respirator); Maintenance Person; Material Yard Person; Pot Tender; Rip Rap Person; Riggers; Scale Person; Sloper Sprayer; Signal Person; Stock Piler; Stake Hopper; Toolroom Man (at job site); Topper- Tailer; Track Laborer; Truck Spotter; Vinyl Seamer GROUP 4: Cement Dumper- Paving; Chipping Gun (over 30 lbs.); Clary Power Spreader; Concrete Dumper /Chute Operator; Concrete Saw Operator; Drill Operator (hydraulic, diamond, aiartrac); Faller and Bucker Chain Saw; Grade Checker and Transit Person; Groutmen (pressure) including post tension beams; Hazardous Waste Worker (Level B: uses same respirator protection as Level A. A supplied air line is provided in conjunction with a chemical "splash suit "); High Scaler; Jackhammer; Laserbeam Operator; Manhole Builder - Mudman; Nozzleman (concrete pump, green cutter when using combination of high pressure air and water on concrete and rock, sandblast, gunite, shotcrete, water blaster, vacuum blaster); Pavement Breaker; Pipe Layer and Caulker; Pipe Pot Tender; Pipe Reliner (not insert type); Pipe Wrapper; Power Jacks; Railroad Spike Puller- Power; Raker - Asphalt; Rivet Buster; Rodder; Sloper (over 20 ft); Spreader (concrete); Tamper and Similar electric, air and glas operated tool; Timber Person -sewer (lagger shorer and cribber); Track Liner Power; Tugger Operator; Vibrator; Well Point Laborer GROUP 5: Caisson Worker; Miner; Mortarman and Hodcarrier; Powderman; Re- Timberman; Hazardous Waste Worker (Level A: utilizes a fully encapsulated suit with a self- contained breathing apparatus or a supplied air line). WA160001 Modification 0 Federal Wage Determinations for Highway Construction ADDENDUM #1 1. ' Page 128 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. 1 ' WA160001 Modification 0 Federal Wage Determinations for Highway Construction ADDENDUM #1 .1 Page 129 ' 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) WA160001 Modification 0 Federal Wage Determinations for Highway Construction ADDENDUM #1 II' II Page I 30 GROUP 4: Air and Hydraulic Track Drill; Aspahlt Raker;Brush I 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 I 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 1 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 1 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 II 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) 1 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); 1 Miner Class "D ", (to include raise and shaft miner, laser beam operator on riases and shafts) 1 LAB00238 -006 06/01/2014 COUNTIES EAST OF THE 120TH MERIDIAN: ADAMS, ASOTIN, BENTON, I CHELAN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND OREILLE, STEVENS, SPOKANE, WALLA WALLA, WHITMAN 1 Rates Fringes Hod Carrier $ 24.32 10.95 1 LAB00335 -001 06/01/2013 CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH OF A STRAIGHT LINE 1 MADE BY EXTENDING THE NORTH BOUNDARY LINE OF WAHKIAKUM COUNTY WEST TO THE PACIFIC OCEAN), SKAMANIA AND WAHKIAKUM COUNTIES 1 Rates Fringes Laborers: ZONE 1: GROUP 1 $ 28.65 10.05 II GROUP 2 $ 29.25 10.05 GROUP 3 $ 29.69 10.05 GROUP 4 $ 30.07 10.05 GROUP 5 $ 26.15 10.05 II GROUP 6 $ 23.73 10.05 GROUP 7 $ 20.53 10.05 II WA160001 Modification 0 Federal Wage Determinations for Highway Construction ADDENDUM #1 II Page 131 ' Zone Differential (Add to Zone 1 rates): Zone 2 $ 0.65 Zone 3 - 1.15 Zone 4 - 1.70 Zone 5 - 2.75 BASE POINTS: GOLDENDALE, LONGVIEW, AND VANCOUVER ZONE 1: Projects within 30 miles of the respective city all. ZONE 2: More than 30 miles but less than 40 miles from the respective city hall. ZONE 3: More than 40 miles but less than 50 miles from the respective city hall. ZONE 4: More than 50 miles but less than 80 miles from the respective city hall. ZONE 5: More than 80 miles from the respective city hall. LABORERS CLASSIFICATIONS GROUP 1: Asphalt Plant Laborers; Asphalt Spreaders; Batch Weighman; Broomers; Brush Burners and Cutters; Car and Truck Loaders; Carpenter Tender; Change -House Man or Dry Shack Man; Choker Setter; Clean -up Laborers; Curing, Concrete; Demolition, Wrecking and Moving Laborers; Dumpers, road oiling crew; Dumpmen (for grading crew); Elevator Feeders; Median Rail Reference Post, Guide Post, 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) WA160001 Modification 0 Federal Wage Determinations for Highway Construction ADDENDUM #1 1. Page X32 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 07/01/2015 STATEWIDE EXCEPT CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH), SKAMANIA, AND WAHKIAKUM COUNTIES Rates Fringes Painters: ' STRIPERS $ 27.44 14.09 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 ' WA160001 Modification 0 Federal Wage Determinations for Highway Construction ADDENDUM #1 1 Page 133 PAIN0005 -006 07/01/2015 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 $ 28.15 10.85 Over 30' /Swing Stage Work $ 22.20 7.98 Brush, Roller, Striping, Steam - cleaning and Spray $ 23.05 10.85 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. 1 PAIN0055 -003 07/01/2015 CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA, AND WAHKIAKUM COUNTIES Rates Fringes PAINTER Brush & Roller $ 22.47 10.13 High work - All work 60 ft. or higher $ 23.22 10.13 Spray and Sandblasting $ 23.07 10.13 1 PAIN0055 -006 11/01/2014 CLARK, COWLITZ, KLICKITAT, SKAMANIA and WAHKIAKUM COUNTIES 1 Rates Fringes Painters: HIGHWAY & PARKING LOT STRIPER $ 33.43 11.08 1 1 WA160001 Modification 0 Federal Wage Determinations for Highway Construction ADDENDUM #1 1 1 Page X II PLAS0072 -004 06/01/2015 I 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 II CEMENT MASON /CONCRETE FINISHER ZONE 1 $ 27.01 12.59 II Zone Differential (Add to Zone 1 rate): Zone 2 - $2.00 BASE POINTS: Spokane, Pasco, Lewiston; Wenatchee I Zone 1: 0 - 45 radius miles from the main post office Zone 2: Over 45 radius miles from the main post office I 5LAS0528 -001 06/01/2015 CLALLAM, COWLITZ, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PACIFIC, PIERCE, SAN JUAN, SKAGIT, II SNOHOMISH, THURSTON, WAHKIAKUM AND WHATCOM COUNTIES I Rates Fringes CEMENT MASON CEMENT MASON $ 38.52 15.43 I COMPOSITION, TROWEL MACHINE, GRINDER, POWER TOOLS, GUNNITE NOZZLE $ 39.02 15.43 TROWLING MACHINE OPERATOR II ON COMPOSITION $ 39.02 15.43 PLAS0555 -002 06/01/2015 II CLARK, KLICKITAT AND SKAMANIA COUNTIES ZONE 1: II Rates Fringes CEMENT MASON II CEMENT MASONS DOING BOTH COMPOSITION /POWER MACHINERY AND SUSPENDED /HANGING SCAFFOLD $ 30.58 18.18 I CEMENT MASONS ON SUSPENDED, SWINGING AND /OR HANGING SCAFFOLD $ 30.58 18.18 CEMENT MASONS $ 29.98 18.18 II COMPOSITION WORKERS AND POWER MACHINERY OPERATORS $ 31.18 18.18 1 WA160001 Modification 0 Federal Wage Determinations for Highway Construction ADDENDUM #1 Page X35 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. ' WA160001 Modification 0 Federal Wage Determinations for Highway Construction ADDENDUM #1 1. Page X36 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 I 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 ' WA160001 Modification 0 Federal Wage Determinations for Highway Construction ADDENDUM #1 .1 Page 137 GROUP 7: Dump Trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations thereof: over 80 cu. yds. and including 100 cu. yds., includes Articulated Dump Trucks; Industrial Lift Truck (mechanical tailgate) TEAM0174 -001 06/01/2015 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 17.27 GROUP 2• $ 31.34 17.27 GROUP 3• $ 28.53 17.27 GROUP 4• $ 23.56 17.27 GROUP 5• $ 31.73 17.27 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 WA160001 Modification 0 Federal Wage Determinations for Highway Construction ADDENDUM #1 1 Page X38 ' 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: +$.50 per hour - Uses same respirator protection as Level A. Supplied air line is provided in conjunction with a chemical "splash suit." 1 LEVEL A: +$.75 per hour - This level utilizes a fully - encapsulated suit with a self - contained breathing apparatus or a supplied air line. 1 1 1 1 1 WA160001 Modification 0 Federal Wage Determinations for Highway Construction ADDENDUM #1 1 I Page 139 TEAM0690 -004 01/01/2014 ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT KITTITAS, LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMA COUNTIES ' Rates Fringes 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) WA160001 Modification 0 Federal Wage Determinations for Highway Construction ADDENDUM #1 1 1 Page X40 ' GROUP 3: Auto Crane (2000 lbs. capacity); Buggy Mobile & Similar; Bulk Cement Tanks & Spreader; Dumptor (6 yds. & under); Flat Bed Truck with Hydraullic System; Fork Lift (3001- 16,000 lbs.); Fuel Truck Driver, Steamcleaner & ' Washer; Power Operated Sweeper; Rubber -tired Tunnel Jumbo; Scissors Truck; Slurry Truck Driver; Straddle Carrier (Ross, Hyster, & similar); Tireperson; Transit Mixers & Truck Hauling Concrete (3 yd. to & including 6 yds.); ' Trucks, side, end, bottom & articulated end dump (3 yards to and including 6 yds.); Warehouseperson (to include shipping & receiving); Wrecker & Tow Truck ' GROUP 4: A- Frame; Burner, Cutter, & Welder; Service Greaser; Trucks, side, end, bottom & articulated end dump (over 6 yards to and including 12 yds.); Truck Mounted Hydro ' Seeder; Warehouseperson; Water Tank truck (0 -8,000 gallons) GROUP 5: Dumptor (over 6 yds.); Lowboy (50 tons & under); Self- loading Roll Off; Semi -Truck & Trailer; Tractor with t Steer Trailer; Transit Mixers and Trucks Hauling Concrete (over 6 yds. to and including 10 yds.); Trucks, side, end, bottom and end dump (over 12 yds. to & including 20 yds.); Truck - Mounted Crane (with load bearing surface either ' mounted or pulled, up to 14 ton); Vacuum Truck (super sucker, guzzler, etc.) ' GROUP 6: Flaherty Spreader Box Driver; Flowboys; Fork Lift (over 16,000 lbs.); Dumps (Semi -end); Mechanic (Field); Semi- end Dumps; Transfer Truck & Trailer; Transit Mixers & Trucks Hauling Concrete (over 10 yds. to & including 20 ' yds.); Trucks, side, end, bottom and articulated end dump (over 20 yds. to & including 40 yds.); Truck and Pup; Tournarocker, DWs & similar with 2 or more 4 wheel -power tractor with trailer, gallonage or yardage scale, whichever ' is greater Water Tank Truck (8,001- 14,000 gallons); Lowboy(over 50 tons) GROUP 7: Oil Distributor Driver; Stringer Truck (cable ' oeprated trailer); Transit Mixers & Trucks Hauling Concrete (over 20 yds.); Truck, side, end, bottom end dump (over 40 yds. to & including 100 yds.); Truck Mounted Crane (with load bearing surface either mounted or pulled (16 through 25 tons); GROUP 8: Prime Movers and Stinger Truck; Trucks, side, end, ' bottom and articulated end dump (over 100 yds.); Helicopter Pilot Hauling Employees or Materials Footnote A - Anyone working on a HAZMAT job, where HAZMAT ' certification is required, shall be compensated as a premium, in additon to the classification working in as follows: ' LEVEL C -D: - $.50 PER HOUR (This is the lowest level of protection. This level may use an air purifying respirator or additional protective clothing. ' WA160001 Modification 0 Federal Wage Determinations for Highway Construction ADDENDUM #1 1 Page X41 1 LEVEL A -B: - $1.00 PER HOUR (Uses supplied air is conjunction with a chemical spash suit or fully encapsulated suit with a self- contained breathing apparatus. Employees shall be paid Hazmat pay in increments of four(4) and eight(8) hours. 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. 1 Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). 1 The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is 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. WA160001 Modification 0 Federal Wage Determinations for Highway Construction ADDENDUM #1 1 1 Page 142 Survey Rate Identifiers t 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. 1 1 1 1 1 ' WA160001 Modification 0 Federal Wage Determinations for Highway Construction ADDENDUM #1 1 1 Page 143 1 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 1 1 1 1 1 WA160001 Modification 0 Federal Wage Determinations for Highway Construction ADDENDUM #1 1 1 Page 144 1 The request should be accompanied by a full statement of the ' interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. ' 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: ' Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 ' 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION 1 1 1 1 1 1 1 1 1 1 ' WA160001 Modification 0 Federal Wage Determinations for Highway Construction ADDENDUM #1 1 1 1 State of Washington Department of Labor & Industries PrevniUngV�aoeSection - Telephone 380'902'5335 I PO Box 44540, Olympia, WA 98504-4540 Washington State ��[eva'|'nC]VVan6� I TheP�E�|L|NG���b��hereinclude 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 Nev. iourney Level Prevailing Wage Rates for the Effective Date. 1/6/2016 I � �� ~ - ��� ��� �������` � ', ����� � � ��p���� I ^ , � ' ' �� `? � �� � � � �������� � � �` �� ��� ? pa � /pn � � � � � ~� � � ��!pa y t ����re� Yakima Asbestos Abatement Workers Journey Level $17.83 1 I vakima 8oi|ermake,, ]oumey�eve| g04.Z9 5N 1C Yakima Brick Mason Journey Level $44.94 5A 1M Yakima Bui|dinxServiceEmp|ovee� Janitor $9.47 � I Yakima Building Service Employees Shampooer $11.14 1 Yakima Building Service Emplovees Waxer $9.47 1 Yakima Building Service Employees Window Cleaner $9.47 1 I Yakima Cabinet Makers (In Shop) Journey Level $1635 1 Yakima Carpenters Journey Level $2972 1 I vakima Cementxxa,nn, ]ovmeyLeve| �396O I� �� Yakima Divers & Tenders Diver $107.22 5D 4C 8A Yakima Divers Dive,On��andby $64.42 �� 4C I vaN owe &Te d Dke Te d 5O� ]] mn Divers Tenders Diver Tender $58.33 5D 4C Yakima Divers & Tenders Surface Rcv & Rov Operator $5833 5D 4C I Yakima Diven&Tenden �u��ceRrv&novOperato,Tende, �S4�Z7 �� £C Yakima Dredge Workers Assistant Engineer $56 44 5D 3F Yakima DredneVVorker� A»,i�tantPWa�e<Deckhand} $56.00 �� 3F I vakima Dredge Workers Boatmen $56.44 5D 3F Yakima Dredge Workers Engineer Welder $57.51 5D 3F Yakima Dredge Workers Leverman, Hydraulic $58.67 5D 3F I vakin!a Dredge Workers , Mates $56.44 5D 3F Yakima Dredge Workers Oiler g56.00 5D 3F I Yakima or�wa||xpp|icato, Journey $40.98 5D 4C Yakima Drywall Tapers Journey Level $36.10 7E 1P , Yakima Electrical Fixture Maintenance Journey $43.32 1 I Yakima Electricians Inside Cable Splicer $59.51 5A 1E Yakima Electricians Inside Journey Level $57.50 5A 1E I vaNma E|a�ridans |nside vve|der �6l�5O �� �� Yakima Electricians Motor Shop Craftsman $15.37 1 Yakima Electricians Motor Journey $14.69 1 I Yakima Electricians Powerline Construction Cable Splicer $69.95 5A 4D Yakima Electricians Powerline Construction Certified Line Welder $63.97 5A 4D 1 Yakima Electricians - Powerline Construction Groundperson $43 62 5A 4D Yakima Electricians - Powerline Construction Heavy Line Equipment Operator $63.97 5A 4D I Yakima Electricians - Powerline Construction Journey Level Lineperson $63.97 5A 4D Yakima Electricians - Powerline Construction Line Equipment Operator $53.81 5A 4D t 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 1 Yakima Elevator Constructors Mechanic $82.67 7D 4A Yakima Elevator Constructors Mechanic In Charge $89.40 7D 4A I 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 1 Yakima Flaggers Journey Level $24 62 1 Yakima Glaziers Journey Level $22.43 61 1B I Yakima Heat & Frost Insulators And Asbestos Journey Level $25.32 1 Workers Yakima Heating Equipment Mechanics Journey Level $34.85 1 I Yakima Hod Carriers & Mason Tenders Journey Level $36.37 7A 31 Yakima Industrial Power Vacuum Cleaner Journey Level $9 47 1 Yakima Inland Boatmen Journey Level $9.47 1 I Yakima Inspection /Cleaning /Sealing Of Sewer Cleaner Operator, Foamer Operator $9 73 1 & Water Systems By Remote Control Yakima Inspection /Cleaning /Sealing Of Sewer Grout Truck Operator $11.48 1 I & Water Systems By Remote Control Yakima Inspection /Cleaning /Sealing Of Sewer Head Operator $12 78 1 & Water Systems By Remote Control t 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 1 & Water Systems By Remote Control Yakima Insulation Applicators Journey Level $40.98 5D 4C I Yakima Ironworkers Journeyman $56.20 7N 10 Yakima Laborers Air, Gas Or Electric Vibrating Screed $35.34 7A 31 Yakima Laborers Airtrac Drill Operator $36.37 7A 31 I Yakima Laborers Ballast Regular Machine $35.34 7A 31 Yakima Laborers Batch Weighman $33 18 7A 31 Yakima Laborers Brick Pavers $35.34 7A 31 1 Yakima Laborers Brush Cutter $35.34 7A 31 Yakima Laborers Brush Hog Feeder $35.34 7A 31 Yakima Laborers Burner $35.34 7A 31 t Yakima Laborers Caisson Worker $36.37 7A 31 Yakima Laborers Carpenter Tender $35.34 7A 31 1 Yakima Laborers Cement Dumper - paving $35.94 7A 31 Yakima Laborers Cement Finisher Tender $35.34 7A 31 Yakima Laborers Change House Or Dry Shack $35.34 7A 31 1 Yakima Laborers Chipping Gun (under 30 Lbs.) $35.34 7A 31 1 1 I Yakima Laborers Chipping Gun(30 Lbs. And Over) $35.94 7A 31 Yakima Laborers Choker Setter $35.34 7A 31 Yakima Laborers Chuck Tender $35.34 7A 31 Yakima Laborers Clary Power Spreader $35.94 7A 31 Yakima Laborers Clean -up Laborer $35.34 7A 31 Yakima Laborers Concrete Dumper /chute Operator $35.94 7A 31 I Yakima Laborers Concrete Form Stripper $35.34 7A 31 Yakima Laborers Concrete Placement Crew $35.94 7A 31 I Yakima Laborers Concrete Saw Operator /core Driller $35.94 7A 31 Yakima Laborers Crusher Feeder $33 18 7A 31 Yakima Laborers Curing Laborer $35.34 7A 31 I Yakima Laborers Demolition: Wrecking & Moving (incl. $35.34 7A 31 Charred Material) Yakima Laborers Ditch Digger $35.34 7A 31 Yakima Laborers Diver $36.37 7A 31 Yakima Laborers Drill Operator (hydraulic,diamond) $35.94 7A 31 I Yakima Laborers Dry Stack Walls $35.34 7A 31 Yakima Laborers Dump Person $35.34 7A 31 Yakima Laborers Epoxy Technician $35.34 7A 31 I Yakima Laborers Erosion Control Worker $35.34 7A 31 Yakima Laborers Faller & Bucker Chain Saw $35 94 7A 31 I Yakima Laborers Fine Graders $35.34 7A 31 Yakima Laborers Firewatch $33.18 7A 31 Yakima Laborers Form Setter $35.34 7A 31 I Yakima Laborers Gabian Basket Builders $35.34 7A 31 Yakima Laborers General Laborer $35.34 7A 31 Yakima Laborers Grade Checker & Transit Person $36.37 7A 31 Yakima Laborers Grinders $35.34 7A 31 Yakima Laborers Grout Machine Tender $35.34 7A 31 I Yakima Laborers Groutmen (pressure)including Post $35.94 7A 31 Tension Beams Yakima Laborers Guage and Lock Tender $36 47 7A 31 8�C I Yakima Laborers Guardrail Erector $35.34 7A 31 Yakima Laborers Hazardous Waste Worker (level A) $36.37 7A 31 Yakima Laborers Hazardous Waste Worker (level B) $35.94 7A 31 Yakima Laborers Hazardous Waste Worker (level C) $35.34 7A 31 Yakima Laborers High Scaler $36.37 7A 31 Yakima Laborers Jackhammer $35.94 7A 31 ' Yakima Laborers Laserbeam Operator $35.94 7A 31 Yakima Laborers Maintenance Person $35.34 7A 31 I Yakima Laborers Manhole Builder - mudman $35.94 7A 31 Yakima Laborers Material Yard Person $35.34 7A 31 Yakima Laborers Motorman -dinky Locomotive $35.94 7A 31 I Yakima Laborers Nozzleman (concrete Pump, Green $35.94 7A 31 Cutter When Using Combination Of High Pressure Air & Water On Concrete 1 & Rock, Sandblast, Gunite, Shotcrete, Water Bla I Yakima Laborers Pavement Breaker $35.94 7A 31 Yakima Laborers Pilot Car $33.18 7A 31 Yakima Laborers Pipe Layer(lead) $36.37 7A 31 I Yakima Laborers Pipe Layer /tailor $35.94 7A 31 Yakima Laborers Pipe Pot Tender $35.94 7A 31 I Yakima Laborers Pipe Reliner $35 94 7A 31 Yakima Laborers Pipe Wrapper $35 94 7A 31 Yakima Laborers Pot Tender $35.34 7A 31 I Yakima Laborers Powderman $36.37 7A 31 Yakima Laborers Powderman's Helper $35.34 7A 31 I Yakima Laborers Power Jacks $35.94 7A 31 Yakima Laborers Railroad Spike Puller - Power $35.94 7A 31 Yakima Laborers Raker - Asphalt $36.37 7A 31 1 Yakima Laborers Re- timberman $36.37 7A 31 Yakima Laborers Remote Equipment Operator $35.94 7A 31 Yakima Laborers Rigger /signal Person $35.94 7A 31 Yakima Laborers Rip Rap Person $35.34 7A 31 Yakima Laborers Rivet Buster $35.94 7A 31 1 Yakima Laborers Rodder $35.94 7A 31 Yakima Laborers Scaffold Erector $35.34 7A 31 Yakima Laborers Scale Person $35.34 7A 31 I Yakima Laborers Sloper (over 20 ") $35 94 7A 31 Yakima Laborers Sloper Sprayer $35.34 7A 31 t Yakima Laborers Spreader (concrete) $35.94 7A 31 Yakima Laborers Stake Hopper $35.34 7A 31 Yakima Laborers Stock Piler $35.34 7A 31 1 Yakima Laborers Tamper & Similar Electric, Air & Gas $35.94 7A 31 Operated Tools Yakima Laborers Tamper (multiple & Self- propelled) $35.94 7A 31 I Yakima Laborers Timber Person - Sewer (lagger, Shorer $35.94 7A 31 & Cribber) Yakima Laborers Toolroom Person (at Jobsite) $35.34 7A 31 I Yakima Laborers Topper $35.34 7A 31 Yakima Laborers Track Laborer $35.34 7A 31 I Yakima Laborers Track Liner (power) $35.94 7A 31 Yakima Laborers Traffic Control Laborer $35 18 7A 31 8R Yakima Laborers Traffic Control Supervisor $35 18 7A 31 8R 1 Yakima Laborers Truck Spotter $35.34 7A 31 Yakima Laborers Tugger Operator $35.94 7A 31 Yakima Laborers Tunnel Work -Miner $36 47 7A 31 8MC I Yakima Laborers Vibrator $35.94 7A 31 Yakima Laborers Vinyl Seamer $35.34 7A 31 1 Yakima Laborers Watchman $30.28 7A 31 1 I Yakima Laborers Welder $35.94 7A 31 Yakima Laborers Well Point Laborer $35.94 7A 31 Yakima Laborers Window Washer /cleaner $30.28 7A 31 ill Yakima Laborers - Underground Sewer & General Laborer & Topman $35.34 7A 31 Water Yakima Laborers - Underground Sewer & Pipe Layer $35.94 7A 31 I Water Yakima Landscape Construction Irrigation Or Lawn Sprinkler Installers $9 47 1 Yakima Landscape Construction Landscape Equipment Operators Or $15.45 1 I Truck Drivers Yakima Landscape Construction Landscaping Or Planting Laborers $9 47 1 I Yakima Lathers Journey Level $40.98 5D 4C Yakima Marble Setters Journey Level $44.94 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 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 $30 72 6Z 1W Yakima Pile Driver Journey Level $54.27 5D 4C I Yakima Plasterers Journey Level $51.68 7MC 1R Yakima Playground & Park Equipment Journey Level $9.47 1 Installers 1 Yakima Plumbers & Pipefitters Journey Level $78.33 6Z M Yakima Power Equipment Operators Asphalt Plant Operators $56.94 7A 3C 8P ' Yakima Power Equipment Operators Assistant Engineer $53.57 7A 3C 8P Yakima Power Equipment Operators Barrier Machine (zipper) $56.44 7A 3C 8P Yakima Power Equipment Operators Batch Plant Operator, Concrete $56.44 7A 3C 8P I Yakima Power Equipment Operators Bobcat $53.57 7A 3C 8P Yakima Power Equipment Operators Brokk - Remote Demolition Equipment $53.57 7A 3C 8P Yakima Power Equipment Operators Brooms $53.57 7A 3C 8P I Yakima Power Equipment Operators Bump Cutter $56.44 7A 3C 8P Yakima Power Equipment Operators Cableways $56.94 7A 3C 8P I Yakima Power Equipment Operators Chipper $56.44 7A 3C 8P Yakima Power Equipment Operators Compressor $53.57 7A 3C 8P Yakima Power Equipment Operators Concrete Pump. Truck Mount With $56.94 7A 3C 8P I Boom Attachment Over 42 M Yakima Power Equipment Operators Concrete Finish Machine -laser Screed $53.57 7A 3C 8P Yakima Power Equipment Operators Concrete Pump - Mounted Or Trailer $56.00 7A 3C 8P I High Pressure Line Pump, Pump High Pressure. Yakima Power Equipment Operators Concrete Pump: Truck Mount With $56.44 7A 3C 8P I Boom Attachment Up To 42m Yakima Power Equipment Operators Conveyors $56.00 7A 3C 8P 1 Yakima Power Equipment Operators Cranes Friction. 200 tons and over $58.67 7A 3C 8P Yakima Power Equipment Operators Cranes. 20 Tons Through 44 Tons With $56.44 7A 3C 8P I Attachments Yakima Power Equipment Operators Cranes• 100 Tons Through 199 Tons, Or $57.51 7A 3C 8P t 150' Of Boom (Including Jib With Attachments) Yakima Power Equipment Operators Cranes. 200 tons- 299 tons, or 250' of $58.10 7A 3C 8P I boom including jib with attachments Yakima Power Equipment Operators Cranes. 300 tons and over or 300' of $58.67 7A 3C 8P boom including jib with attachments I Yakima Power Equipment Operators Cranes • 45 Tons Through 99 Tons, $56.94 7A 3C 8P Under 150' Of Boom (including Jib With Attachments) I Yakima Power Equipment Operators Cranes. A -frame -10 Tons And Under $53.57 7A 3C 8P Yakima Power Equipment Operators Cranes. Friction cranes through 199 $58.10 7A 3C 8P tons I Yakima Power Equipment Operators Cranes. Through 19 Tons With $56.00 7A 3C 8P Attachments A -frame Over 10 Tons Yakima Power Equipment Operators Crusher $56 44 7A 3C 8P I Yakima Power Equipment Operators Deck Engineer /deck Winches (power) $56 44 7A 3C 8P Yakima Power Equipment Operators Derricks, On Building Work $56.94 7A 3C 8P Yakima Power Equipment Operators Dozers D -9 & Under $56 00 7A 3C 8P I Yakima Power Equipment Operators Drill Oilers• Auger Type, Truck Or Crane $56.00 7A 3C 8P Mount Yakima Power Equipment Operators Drilling Machine $57.51 7A 3C 8P 1 Yakima Power Equipment Operators Elevator And Man-lift. Permanent And $53.57 7A 3C 8P Shaft Type Yakima Power Equipment Operators Finishing Machine, Bidwell And $56.44 7A 3C 8P I Gamaco & Similar Equipment Yakima Power Equipment Operators Forklift. 3000 Lbs And Over With $56.00 7A 3C 8P I Attachments Yakima Power Equipment Operators Forklifts. Under 3000 Lbs. With $53.57 7A 3C 8P Attachments I Yakima Power Equipment Operators Grade Engineer: Using Blue Prints, Cut $56 44 7A 3C 8P Sheets, Etc Yakima Power Equipment Operators Gradechecker /stakeman $53.57 7A 3C 8P I Yakima Power Equipment Operators Guardrail Punch $56 44 7A 3C 8P Yakima Power Equipment Operators Hard Tail End Dump Articulating Off- $56.94 7A 3C 8P Road Equipment 45 Yards. & Over ' Yakima Power Equipment Operators Hard Tail End Dump Articulating Off- $56.44 7A 3C 8P road Equipment Under 45 Yards Yakima Power Equipment Operators Horizontal /directional Drill Locator $56.00 7A 3C 8P I Yakima Power Equipment Operators Horizontal /directional Drill Operator $56 44 7A 3C 8P Yakima Power Equipment Operators Hydralifts /boom Trucks Over 10 Tons $56 00 7A 3C 8P Yakima Power Equipment Operators Hydralifts /boom Trucks, 10 Tons And $53.57 7A 3C 8P I Under Yakima Power Equipment Operators Loader, Overhead 8 Yards. & Over $57.51 7A 3C 8P I Yakima Power Equipment Operators Loader, Overhead, 6 Yards. But Not $56.94 7A 3C 8P Including 8 Yards I Yakima Power Equipment Operators Loaders, Overhead Under 6 Yards $56 44 7A 3C 8P Yakima Power Equipment Operators Loaders, Plant Feed $56.44 7A 3C 8P Yakima Power Equipment Operators Loaders: Elevating Type Belt $56.00 7A 3C 8P I Yakima Power Equipment Operators Locomotives, All $56.44 7A 3C 8P Yakima Power Equipment Operators Material Transfer Device $56.44 7A 3C 8P Yakima Power Equipment Operators Mechanics, All (leadmen - $0.50 Per $57.51 7A 3C 8P 1 Hour Over Mechanic) Yakima Power Equipment Operators Motor Patrol Graders $56.94 7A 3C 8P I Yakima Power Equipment Operators Mucking Machine, Mole, Tunnel Drill, $56.94 7A 3C 8P Boring, Road Header And /or Shield Yakima Power Equipment Operators Oil Distributors, Blower Distribution & $53.57 7A 3C 8P Mulch Seeding Operator I Yakima Power Equipment Operators Outside Hoists (elevators And $56.00 7A 3C 8P Manlifts), Air Tuggers,strato 1 Yakima Power Equipment Operators Overhead, Bridge Type Crane: 20 Tons $56.44 7A 3C 8P Through 44 Tons Yakima Power Equipment Operators Overhead, Bridge Type: 100 Tons And $57.51 7A 3C 8P I Over Yakima Power Equipment Operators Overhead, Bridge Type. 45 Tons $56.94 7A 3C 8P Through 99 Tons I Yakima Power Equipment Operators Pavement Breaker $53.57 7A 3C 8P Yakima Power Equipment Operators Pile Driver (other Than Crane Mount) $56 44 7A 3C 8P Yakima Power Equipment Operators Plant Oiler - Asphalt, Crusher $56.00 7A 3C 8P I Yakima Power Equipment Operators Posthole Digger, Mechanical $53.57 7A 3C 8P Yakima Power Equipment Operators Power Plant $53.57 7A 3C 8P I Yakima Power Equipment Operators Pumps - Water $53.57 7A 3C 81) Yakima Power Equipment Operators Quad 9, Hd 41, D10 And Over $56.94 7A 3C 8P Yakima Power Equipment Operators Quick Tower - No Cab, Under 100 Feet $53.57 7A 3C 8P In Height Based To Boom I Yakima Power Equipment Operators Remote Control Operator On Rubber $56.94 7A 3C 8P Tired Earth Moving Equipment I Yakima Power Equipment Operators Rigger And Bellman $53.57 7A 3C 8P Yakima Power Equipment Operators Rigger /Signal Person, Bellman $56.00 7A 3C 8P (Certified) I Yakima Power Equipment Operators Rollagon $56.94 7A 3C 8P Yakima Power Equipment Operators Roller, Other Than Plant Mix $53.57 7A 3C 8P Yakima Power Equipment Operators Roller, Plant Mix Or Multi -lift Materials $56.00 7A 3C 8P I Yakima Power Equipment Operators Roto -mill, Roto - grinder $56.44 7A 3C 8P Yakima Power Equipment Operators Saws - Concrete $56.00 7A 3C 8P I Yakima Power Equipment Operators Scraper, Self Propelled Under 45 Yards $56.44 7A 3C 8P Yakima Power Equipment Operators Scrapers - Concrete & Carry All $56.00 7A 3C 8P Yakima Power Equipment Operators Scrapers, Self- propelled: 45 Yards And $56.94 7A 3C 8P Over Yakima Power Equipment Operators Service Engineers - Equipment $56.00 7A 3C 8P Yakima Power Equipment Operators Shotcrete /gunite Equipment $53.57 7A 3C 8P I Yakima Power Equipment Operators Shovel , Excavator, Backhoe, Tractors $56.00 7A 3C 8P Under 15 Metric Tons. 1 Yakima Power Equipment Operators Shovel, Excavator, Backhoe• Over 30 $56 94 7A 3C 8P I Metric Tons To 50 Metric Tons Yakima Power Equipment Operators Shovel, Excavator, Backhoes, Tractors. $56 44 7A 3C 8P 15 To 30 Metric Tons Yakima Power Equipment Operators Shovel, Excavator, Backhoes. Over 50 $57.51 7A 3C 8P Metric Tons To 90 Metric Tons Yakima Power Equipment Operators Shovel, Excavator, Backhoes Over 90 $58 10 7A 3C 8P I Metric Tons Yakima Power Equipment Operators Slipform Pavers $56.94 7A 3C 8P Yakima Power Equipment Operators Spreader, Topsider & Screedman $56 94 7A 3C 8P I Yakima Power Equipment Operators Subgrader Trimmer $56.44 7A 3C 8P Yakima Power Equipment Operators Tower Bucket Elevators $56.00 7A 3C 8P Yakima Power Equipment Operators Tower Crane Up To 175' In Height Base $57.51 7A 3C 8P I To Boom Yakima Power Equipment Operators Tower Crane• over 175' through 250' in $58.10 7A 3C 8P height, base to boom I Yakima Power Equipment Operators Tower Cranes. over 250' in height from $58.67 7A 3C 8P base to boom Yakima Power Equipment Operators Transporters, All Track Or Truck Type $56.94 7A 3C 8P I Yakima Power Equipment Operators Trenching Machines $56.00 7A 3C 8P Yakima Power Equipment Operators Truck Crane Oiler /driver - 100 Tons $56 44 7A 3C 8P I And Over Yakima Power Equipment Operators Truck Crane Oiler /driver Under 100 $56.00 7A 3C 8P Tons I Yakima Power Equipment Operators Truck Mount Portable Conveyor $56.44 7A 3C 8P Yakima Power Equipment Operators Welder $56 94 7A 3C 8P Yakima Power Equipment Operators Wheel Tractors, Farmall Type $53.57 7A 3C 8P I Yakima Power Equipment Operators Yo Yo Pay Dozer $56.44 7A 3C 8P Yakima Power Equipment Operators- Asphalt Plant Operators $56.94 7A 3C 8P Underground Sewer & Water I Yakima Power Equipment Operators- Assistant Engineer $53.57 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Barrier Machine (zipper) $56.44 7A 3C 8P I Underground Sewer & Water Yakima Power Equipment Operators- Batch Plant Operator, Concrete $56 44 7A 3C 8P Underground Sewer & Water I Yakima Power Equipment Operators- Bobcat $53.57 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Brokk - Remote Demolition Equipment $53.57 7A 3C 8P I Underground Sewer & Water Yakima Power Equipment Operators- Brooms $53.57 7A 3C 8P I Underground Sewer & Water Yakima Power Equipment Operators- Bump Cutter $56 44 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Cableways $56 94 7A 3C 8P I Underground Sewer & Water Yakima Power Equipment Operators- Chipper $56.44 7A 3C 8P I Underground Sewer & Water Yakima Power Equipment Operators- Compressor $53.57 7A 3C 8P 1 I Underground Sewer & Water Yakima Power Equipment Operators- Concrete Pump Truck Mount With $56.94 7A 3C 8P Underground Sewer & Water Boom Attachment Over 42 M I Yakima Power Equipment Operators- Concrete Finish Machine -laser Screed $53.57 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Concrete Pump - Mounted Or Trailer $56.00 7A 3C 8P I Underground Sewer & Water High Pressure Line Pump, Pump High Pressure. Yakima Power Equipment Operators- Concrete Pump• Truck Mount With $56.44 7A 3C 8P Underground Sewer & Water Boom Attachment Up To 42m I Yakima Power Equipment Operators- Conveyors $56.00 7A 3C 8P Underground Sewer & Water I Yakima Power Equipment Operators- Cranes Friction. 200 tons and over $58.67 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Cranes. 20 Tons Through 44 Tons With $56.44 7A 3C 8P I Underground Sewer & Water Attachments Yakima Power Equipment Operators- Cranes: 100 Tons Through 199 Tons, Or $57.51 7A 3C 8P Underground Sewer & Water 150' Of Boom (Including Jib With I Attachments) Yakima Power Equipment Operators- Cranes: 200 tons- 299 tons, or 250' of $58.10 7A 3C 8P Underground Sewer & Water boom including jib with attachments I Yakima Power Equipment Operators- Cranes. 300 tons and over or 300' of $58.67 7A 3C 8P Underground Sewer & Water boom including jib with attachments Yakima Power Equipment Operators- Cranes: 45 Tons Through 99 Tons, $56.94 7A 3C 8P I Underground Sewer & Water Under 150' Of Boom (including Jib With Attachments) Yakima Power Equipment Operators- Cranes. A -frame - 10 Tons And Under $53.57 7A 3C 8P Underground Sewer & Water I Yakima Power Equipment Operators- Cranes• Friction cranes through 199 $58.10 7A 3C 8P Underground Sewer & Water tons I Yakima Power Equipment Operators- Cranes. Through 19 Tons With $56.00 7A 3C 8P Underground Sewer & Water Attachments A -frame Over 10 Tons Yakima Power Equipment Operators- Crusher $56 44 7A 3C 8P I Underground Sewer & Water Yakima Power Equipment Operators- Deck Engineer /deck Winches (power) $56 44 7A 3C 8P Underground Sewer & Water I Yakima Power Equipment Operators- Derricks, On Building Work $56.94 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Dozers D -9 & Under $56.00 7A 3C 8P 1 Underground Sewer & Water Yakima Power Equipment Operators- Drill Oilers: Auger Type, Truck Or Crane $56.00 7A 3C 8P Underground Sewer & Water Mount I Yakima Power Equipment Operators- Drilling Machine $57.51 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Elevator And Man -lift: Permanent And $53.57 7A 3C 8P I Underground Sewer & Water Shaft Type Yakima Power Equipment Operators- Finishing Machine, Bidwell And $56.44 7A 3C 8P Underground Sewer & Water Gamaco & Similar Equipment I Yakima Power Equipment Operators Forklift: 3000 Lbs And Over With $56.00 7A 3C 8P Underground Sewer & Water Attachments Yakima Power Equipment Operators- Forklifts. Under 3000 Lbs. With $53.57 7A 3C 8P 1 1 Underground Sewer & Water Attachments I Yakima Power Equipment Operators- Grade Engineer. Using Blue Prints, Cut $56.44 7A 3C 8P Underground Sewer & Water Sheets, Etc Yakima Power Equipment Operators- Gradechecker /stakeman $53.57 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Guardrail Punch $56 44 7A 3C 8P Underground Sewer & Water 111 Yakima Power Equipment Operators- Hard Tail End Dump Articulating Off- $56.94 7A 3C 8P Underground Sewer & Water Road Equipment 45 Yards. & Over Yakima Power Equipment Operators- Hard Tail End Dump Articulating Off- $56.44 7A 3C 8P I Underground Sewer & Water road Equipment Under 45 Yards Yakima Power Equipment Operators- Horizontal /directional Drill Locator $56 00 7A 3C 8P Underground Sewer & Water I Yakima Power Equipment Operators- Horizontal /directional Drill Operator $56 44 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Hydralifts /boom Trucks Over 10 Tons $56 00 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Hydralifts /boom Trucks, 10 Tons And $53.57 7A 3C 8P Underground Sewer & Water Under I Yakima Power Equipment Operators- Loader, Overhead 8 Yards. & Over $57 51 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Loader, Overhead, 6 Yards. But Not $56.94 7A 3C 8P I Underground Sewer & Water Including 8 Yards Yakima Power Equipment Operators- Loaders, Overhead Under 6 Yards $56 44 7A 3C 8P Underground Sewer & Water I Yakima Power Equipment Operators- Loaders, Plant Feed $56 44 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Loaders: Elevating Type Belt $56.00 7A 3C 8P I Underground Sewer & Water Yakima Power Equipment Operators- Locomotives, All $56 44 7A 3C 8P Underground Sewer & Water I Yakima Power Equipment Operators- Material Transfer Device $56.44 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Mechanics, All (leadmen - $0.50 Per $57.51 7A 3C 8P I Underground Sewer & Water Hour Over Mechanic) Yakima Power Equipment Operators- Motor Patrol Graders $56 94 7A 3C 8P Underground Sewer & Water 1 Yakima Power Equipment Operators- Mucking Machine, Mole, Tunnel Drill, $56.94 7A 3C 8P Underground Sewer & Water Boring, Road Header And /or Shield Yakima Power Equipment Operators- Oil Distributors, Blower Distribution & $53.57 7A 3C 8P I Underground Sewer & Water Mulch Seeding Operator Yakima Power Equipment Operators- Outside Hoists (elevators And $56.00 7A 3C 8P Underground Sewer & Water Manlifts), Air Tuggers,strato I Yakima Power Equipment Operators- Overhead, Bridge Type Crane 20 Tons $56.44 7A 3C 8P Underground Sewer & Water Through 44 Tons Yakima Power Equipment Operators- Overhead, Bridge Type• 100 Tons And $57.51 7A 3C 8P I Underground Sewer & Water Over Yakima Power Equipment Operators- Overhead, Bridge Type 45 Tons $56.94 7A 3C 8P I Underground Sewer & Water Through 99 Tons Yakima Power Equipment Operators- Pavement Breaker $53.57 7A 3C 8P 1 1 Underground Sewer & Water I Yakima Power Equipment Operators- Pile Driver (other Than Crane Mount) $56.44 7A 3C 8P Underground Sewer & Water I Yakima Power Equipment Operators- Plant Oiler Asphalt, Crusher $56.00 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Posthole Digger, Mechanical $53.57 7A 3C 8P 1 Underground Sewer & Water Yakima Power Equipment Operators- Power Plant $53.57 7A 3C 8P Underground Sewer & Water I Yakima Power Equipment Operators- Pumps Water $53.57 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Quad 9, Hd 41, D10 And Over $56.94 7A 3C 8P I Underground Sewer & Water Yakima Power Equipment Operators- Quick Tower - No Cab, Under 100 Feet $53.57 7A 3C 8P Underground Sewer & Water In Height Based To Boom I Yakima Power Equipment Operators- Remote Control Operator On Rubber $56.94 7A 3C 8P Underground Sewer & Water Tired Earth Moving Equipment Yakima Power Equipment Operators- Rigger And Bellman $53.57 7A 3C 8P I Underground Sewer & Water Yakima Power Equipment Operators- Rigger /Signal Person, Bellman $56.00 7A 3C 8P Underground Sewer & Water (Certified) I Yakima Power Equipment Operators- Rollagon $56.94 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Roller, Other Than Plant Mix $53.57 7A 3C 8P I Underground Sewer & Water Yakima Power Equipment Operators- Roller, Plant Mix Or Multi -lift Materials $56.00 7A 3C 8P Underground Sewer & Water I Yakima Power Equipment Operators- Roto -mill, Roto - grinder $56 44 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Saws - Concrete $56.00 7A 3C 8P I Underground Sewer & Water Yakima Power Equipment Operators- Scraper, Self Propelled Under 45 Yards $56.44 7A 3C 8P Underground Sewer & Water I Yakima Power Equipment Operators- Scrapers - Concrete & Carry All $56.00 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Scrapers, Self- propelled. 45 Yards And $56.94 7A 3C 8P 1 Underground Sewer & Water Over Yakima Power Equipment Operators- Service Engineers - Equipment $56 00 7A 3C 8P Underground Sewer & Water I Yakima Power Equipment Operators- Shotcrete /gunite Equipment $53.57 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Shovel , Excavator, Backhoe, Tractors $56.00 7A 3C 8P 1 Underground Sewer & Water Under 15 Metric Tons. Yakima Power Equipment Operators- Shovel, Excavator, Backhoe: Over 30 $56.94 7A 3C 8P Underground Sewer & Water Metric Tons To 50 Metric Tons I Yakima Power Equipment Operators- Shovel, Excavator, Backhoes, Tractors: $56.44 7A 3C 8P Underground Sewer & Water 15 To 30 Metric Tons Yakima Power Equipment Operators- Shovel, Excavator, Backhoes. Over 50 $57.51 7A 3C 8P 1 Underground Sewer & Water Metric Tons To 90 Metric Tons Yakima Power Equipment Operators- Shovel, Excavator, Backhoes: Over 90 $58.10 7A 3C 8P 1 1 Underground Sewer & Water Metric Tons I Yakima Power Equipment Operators- Slipform Pavers $56 94 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Spreader, Topsider & Screedman $56 94 7A 3C 8P I Underground Sewer & Water Yakima Power Equipment Operators- Subgrader Trimmer $56.44 7A 3C 8P Underground Sewer & Water I Yakima Power Equipment Operators- Tower Bucket Elevators $56 00 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Tower Crane Up To 175' In Height Base $57.51 7A 3C 8P I Underground Sewer & Water To Boom Yakima Power Equipment Operators- Tower Crane over 175' through 250' in $58.10 7A 3C 8P Underground Sewer & Water height, base to boom I Yakima Power Equipment Operators- Tower Cranes. over 250' in height from $58.67 7A 3C 8P Underground Sewer & Water base to boom Yakima Power Equipment Operators- Transporters, All Track Or Truck Type $56.94 7A 3C 8P I Underground Sewer & Water Yakima Power Equipment Operators- Trenching Machines $56.00 7A 3C 8P Underground Sewer & Water t Yakima Power Equipment Operators- Truck Crane Oiler /driver - 100 Tons $56 44 7A 3C 8P Underground Sewer & Water And Over Yakima Power Equipment Operators- Truck Crane Oiler /driver Under 100 $56.00 7A 3C 8P Underground Sewer & Water Tons Yakima Power Equipment Operators- Truck Mount Portable Conveyor $56 44 7A 3C 8P Underground Sewer & Water I Yakima Power Equipment Operators- Welder $56.94 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Wheel Tractors, Farmall Type $53 57 7A 3C 8P I Underground Sewer & Water Yakima Power Equipment Operators- Yo Yo Pay Dozer $56.44 7A 3C 8P Underground Sewer & Water I 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 I 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 t Yakima Residential Drywall Tapers Journey Level $17 00 1 Yakima Residential Electricians Journey Level $21.98 1 I Yakima Residential Glaziers Journey Level $22 43 61 1B Yakima Residential Insulation Applicators Journey Level $14.38 1 Yakima Residential Laborers Journey Level $11.02 1 1 Yakima Residential Marble Setters Journey Level $29.00 1 1 Yakima Residential Painters Journey Level $16.32 1 Yakima Residential Plumbers & Pipefitters Journey Level $20.55 1 Yakima Residential Refrigeration & Air Journey Level $28.11 1 I Conditioning Mechanics Yakima Residential Sheet Metal Workers Journey Level (Field or Shop) $40.05 5A 1X Yakima Residential Soft Floor Layers 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) $54.56 SA 1X I Yakima Sign Makers & Installers (Electrical) Journey Level $14.65 1 Yakima Sign Makers & Installers (Non- Journey Level $14.65 1 Electrical) I Yakima Soft Floor Layers Journey Level $23 11 5A 1N Yakima Solar Controls For Windows Journey Level $9.47 1 I Yakima Sprinkler Fitters (Fire Protection) Journey Level $26.43 1 Yakima Stage Rigging Mechanics (Non Journey Level $13.23 1 Structural) I Yakima Stone Masons Journey Level $44.94 5A 1M Yakima Street And Parking Lot Sweeper Journey Level $9.47 1 Workers I Yakima Surveyors Assistant Construction Site Surveyor $56 00 7A 3C 8P Yakima Surveyors Chainman $55 47 7A 3C 8P Yakima Surveyors Construction Site Surveyor $56 94 7A 3C 8P I Yakima Telecommunication Technicians Journey Level $20 00 1 Yakima Telephone Line Construction - Outside Cable Splicer $37 60 5A 2B I Yakima Telephone Line Construction - Outside Hole Digger /Ground Person $20 79 5A 26 Yakima Telephone Line Construction - Outside Installer (Repairer) $36.02 5A 2B Yakima Telephone Line Construction - Outside Special Aparatus Installer I $37.60 5A 2B I Yakima Telephone Line Construction - Outside Special Apparatus Installer II $36.82 5A 26 Yakima Telephone Line Construction - Outside Telephone Equipment Operator $37.60 5A 2B (Heavy) I Yakima Telephone Line Construction - Outside Telephone Equipment Operator (Light) $34.94 5A 2B Yakima Telephone Line Construction - Outside Telephone Lineperson $34.93 5A 2B I Yakima Telephone Line Construction - Outside Television Groundperson $19.73 5A 2B Yakima Telephone Line Construction - Outside Television Lineperson /Installer $26.31 5A 2B Yakima Telephone Line Construction - Outside Television System Technician $31.50 5A 2B I Yakima Telephone Line Construction - Outside Television Technician $28.23 5A 26 Yakima Telephone Line Construction - Outside Tree Trimmer $34.93 5A 2B 111 Yakima Terrazzo Workers Journey Level $38.14 5A 1M Yakima Tile Setters Journey Level $38.14 5A 1M Yakima Tile, Marble & Terrazzo Finishers Journey Level $30.90 5A 1M 1 Yakima Traffic Control Stripers Journey Level $43 73 7A 11< Yakima Truck Drivers Asphalt Mix $14 19 1 Yakima Truck Drivers Dump Truck & Trailer(c.wa -760) $39.55 61 2G Yakima Truck Drivers Dump Truck(c.wa -760) $39.55 61 2G Yakima Truck Drivers Other Trucks(c.wa -760) $39.55 61 2G Yakima Truck Drivers Transit Mixer $38.96 1 Yakima Well Drillers & Irrigation Pump Irrigation Pump Installer $25.44 1 Installers Yakima Well Drillers & Irrigation Pump Oiler $9.47 1 Installers Yakima Well Drillers & Irrigation Pump Well Driller $18.00 1 Installers 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Benefit Code Key — Effective 9/2/2015 thru 3/1/2016 ***************************************************************************** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** 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 1 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 1 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 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. 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. 1 1 Benefit Code Key — Effective 9/2/2015 thru 3/1/2016 Overtime Codes Continued 0 The first ten (10) hours worked on Saturday shall be paid at one and one -half times the hourly rate of wage. All hours worked on Sundays, holidays and after twelve (12) hours, Monday through Friday and after ten (10) hours on Saturday shall be paid at double the hourly rate of wage. P All hours worked on Saturdays (except makeup days if circumstances warrant) and Sundays shall be paid at one and one -half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. Q The first two (2) hours after eight (8) regular hours Monday through Friday and up to ten (10) hours worked on Saturdays shall be paid at one and one -half times the hourly rate of wage All hours worked in excess of ten (10) hours per day Monday through Saturday and all hours worked on Sundays and holidays (except Christmas day) shall be paid at double the hourly rate of wage. All hours worked on Christmas day shall be paid at two and one -half times the hourly rate of wage. R. All hours worked on Sundays and holidays shall be paid at two times the hourly rate of wage S The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one -half times the hourly rate of wage. All hours worked on holidays and all other overtime hours worked, except Labor Day, shall be paid at double the hourly rate of wage All hours worked on Labor Day shall be paid at three times the hourly rate of wage. U All hours worked on Saturdays shall be paid at one and one -half times the hourly rate of wage All hours worked on Sundays and holidays (except Labor Day) shall be paid at two times the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. V All hours worked on Sundays and holidays (except Thanksgiving Day and Christmas day) shall be paid at one and one -half times the hourly rate of wage. All hours worked on Thanksgiving Day and Christmas day shall be paid at double the hourly rate of wage. 111 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 am and 5 pm (or such other hours as may be agreed upon by any employer and the employee) and all hours worked in excess of eight (8) hours per day (10 hours per day for a 4 x 10 workweek) and on Saturdays and holidays (except labor day) shall be paid at one and one -half times the hourly rate of wage. (except for employees who are absent from work without prior approval on a scheduled workday during the workweek shall be paid at the straight -time rate until they have worked 8 hours in a day (10 in a 4 x 10 workweek) or 40 hours during that workweek.) All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and Labor Day shall be paid at double the hourly rate of wage. Z. All hours worked on Saturdays and Sundays shall be paid at one and one -half times the hourly rate of wage All hours worked on holidays shall be paid the straight time rate of pay in addition to holiday pay 2. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. B All hours worked on holidays shall be paid at one and one -half times the hourly rate of wage. 1 C All hours worked on Sundays shall be paid at one and one -half times the hourly rate of wage All hours worked on holidays shall be paid at two times the hourly rate of wage 2 1 Benefit Code Key — Effective 9/2/2015 thru 3/1/2016 Overtime Codes Continued 2. 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. 0 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. ' 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 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. 3 1 Benefit Code Key — Effective 9/2/2015 thru 3/1/2016 Overtime Codes Continued 3 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 job 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 tune 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 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 (1 -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 1 4 1 Benefit Code Key — Effective 9/2/2015 thru 3/1/2016 I Overtime Codes Continued I 4 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. I 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 (1' /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 I holidays shall be paid at double the hourly rate of wage. F. All hours worked between the hours of 6:00 pm and 6 am, Monday through Saturday, shall be paid at a premium I 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. G. All hours worked on Saturdays shall be paid at one and one -half times the hourly rate of wage. All hours worked I 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 Holiday Codes 5. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after I Thanksgiving Day, and Christmas Day (7). B Holidays. New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after I 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). I 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). I H. Holidays. New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Day after Thanksgiving Day, And Christmas (6). I I. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). I J. Holidays. New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Eve Day, And Christmas Day (7). K. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, 1 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, I 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). I 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 I Following Monday Shall Be Considered As A Holiday. 5 I Benefit Code Key — Effective 9/2/2015 thru 3/1/2016 Holiday Codes Continued 5 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) 1 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, the Friday 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). Paid Holidays New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, And Christmas Day (7). T Paid Holidays New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, The Last Working Day Before Christmas Day, And Christmas Day (9) Z. Holidays. New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (7). If a holiday falls on Saturday, the preceding Friday shall be considered as the holiday If a holiday falls on Sunday, the following Monday shall be considered as the holiday 1 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. 1 6 Benefit Code Key — Effective 9/2/2015 thru 3/1/2016 ' Holiday Codes Continued 7 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 U I Holidays. New Year's Day, President's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, The Day Before Christmas Day And Christmas Day (9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday J Holidays: New Year's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day and Christmas Day (6) Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday Any holiday ' which falls on a Saturday shall be observed as a holiday on the preceding Friday K. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on ,' the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday L. Holidays: New Year's Day, Memorial Day, Labor Day, Independence Day, Thanksgiving Day, the Last Work Day ' before Christmas Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday ' M. Paid Holidays. New Year's Day, The Day after or before New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, And the Day after or before Christmas Day (10). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. 7 1 Benefit Code Key — Effective 9/2/2015 thru 3/1/2016 Holiday Codes Continued 7. 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 1 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' -55 00 per Foot for Each Foot Over 220 Feet C In addition to the hourly wage and fringe benefits, the following depth premiums apply to depths of fifty feet or more• Over 50' To 100' -$1.00 per Foot for Each Foot Over 50 Feet Over 100' To 150' -51.50 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• 50 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 Note Codes Continued • 8 1 Benefit Code Key — Effective 9/2/2015 thru 3/1/2016 1 8 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. 1 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 I 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 1 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. U. Workers on hazmat projects receive additional hourly premiums as follows — Class A Suit: $2.00, Class B Suit: $1.50, And Class C Suit: $1 00 Workers performing underground work receive an additional $0.40 per hour for any and all work performed underground, including operating, servicing and repairing of equipment. The premium for underground work shall be paid for the entire shift worked. Workers who work suspended by a rope or cable receive an additional $0.50 per hour The premium for work suspended shall be paid for the entire shift worked. Workers who do "pioneer" work (break open a cut, build road, etc.) more than one hundred fifty (150) feet above grade elevation receive an additional $0.50 per hour 1 1 1 1 1 1 9 1 1 1 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 1 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 1 supplier? If not, the work is not covered by RCW 39.12. If yes, go to question 5. 5. Is the prefabricated item intended for the public works project typically an inventory item which could reasonably be sold on the general market? If not, the work is covered by RCW 39.12. If yes, go to question 6. 6. Does the specific prefabricated item, generally defined as standard, have any t unusual characteristics such as shape, type of material, strength requirements, finish, etc? If yes, the work is covered under RCW 39.12. Any firm with questions regarding the policy, WSDOT's Predetermined List, or for determinations of covered and non - covered workers shall be directed to State L &I at (360) 902 -5330. 1 1 1 1 Supplemental to Wage Rates 1 PP 9 09/02/2015 Edition, Published August 3 2015 r 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 X Types 1, 1 L, 1P, and 2 and Concrete Inlets See Std Plans 2 Metal circular frames (rings) and covers, circular grates, and prefabricated ladders for Manhole Types 1, 2, and 3, X Drywell Types 1, 2, and 3 and Catch Basin Type 2. See Std. Plans 3 Prefabricated steel grate supports and welded grates, metal frames and dual vaned grates, and Type 1, 2, and X 3 structural tubing grates for Drop Inlets See Std. Plans 4. Concrete Pipe - Plain Concrete pipe and reinforced concrete pipe Class 2 to 5 sizes smaller than 60 inch diameter X 5. Concrete Pipe - Plain Concrete pipe and reinforced 1 concrete pipe Class 2 to 5 sizes larger than 60 inch diameter X 6 Corrugated Steel Pipe - Steel lock seam corrugated pipe for culverts and storm sewers, sizes 30 inch X to 120 inches in diameter. May also be treated, 1 thru 5. 7. Corrugated Aluminum Pipe - Aluminum lock seam corrugated pipe for culverts and storm sewers, sizes 30 inch to 120 inches in diameter. May also be treated, #5 X 1 1 1 1 Supplemental to Wage Rates pP 9 2 09/02/2015 Edition, Published August 3` 2015 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. X See Contract Plans and Std. Plans for size and material type. 1 9. Aluminum Pedestrian Handrail - Pedestrian handrail conforming to the type and material specifications set forth in the contract plans. Welding of aluminum shall be X 1 in accordance with Section 9- 28.14(3). 10. Major Structural Steel Fabrication - Fabrication of major steel 1 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 X boring of holes. See Contact Plans for item description and shop 1 drawings. 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 X accordance with Section 9 -28 14(3). 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 X sections and flat top slabs. See Std. Plans. 15. Precast Drywell Types 1, 2, and with cones and adjustment Sections. X 1 See Std. Plans. 16. Precast Catch Basin - Catch Basin type 1, 1 L, 1P, and 2 With adjustment sections. See Std. Plans. X 1 Supplemental to Wage Rates 3 PP 9 09/02/2015 Edition, Published August 3 2015 1 1 1 ITEM DESCRIPTION YES NO 17. Precast Concrete Inlet - with adjustment sections, See Std. Plans X ' 18 Precast Drop Inlet Type 1 and 2 with metal grate supports See Std. Plans. X 1 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 X requirements. Shop drawings are to be provided for approval prior to casting 22 Vault Risers - For use with Valve Vaults and Utilities 1 Vaults. j X 23 Valve Vault - For use with underground utilities X 1 See Contract Plans for details. 24. Precast Concrete Barrier - Precast Concrete Barrier for use as new barrier or may also be used as Temporary Concrete Barrier Only new state approved barrier may be used as X permanent barrier 25. Reinforced Earth Wall Panels — Reinforced Earth Wall Panels in � size and shape as shown in the Plans Fabrication plant has annual approval for methods and materials to be used. See Shop Drawing X Fabrication at other locations may be approved, after facilities inspection, contact HQ. Lab 26 Precast Concrete Walls - Precast Concrete Walls - tilt-up wall panel in size and shape as shown in Plans Fabrication plant has annual approval for methods and materials X to be used 1 1 1 Supplemental to Wage Rates 4 PP 9 09/02/2015 Edition, Published August 3 2015 r 1 1 ITEM DESCRIPTION YES NO 27. Precast Railroad Crossings - Concrete Crossing Structure X Slabs. 28. 12, 18 and 26 inch Standard Precast Prestressed Girder — Standard Precast Prestressed Girder for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to X casting girders. See Std Spec. Section 6- 02.3(25)A 29. Prestressed Concrete Girder Series 4-14 Prestressed Concrete Girders for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be X provided for approval prior to casting girders. See Std. Spec. Section 6- 02.3(25)A 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 X for approval prior to casting girders. See Std Spec. Section 6- 02.3(25)A 31. Prestressed Precast Hollow -Core Slab — Precast Prestressed Hollow -core slab for use in structures Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to X be provided for approval prior to casting girders 1 See Std. Spec. Section 6- 02.3(25)A. 32. Prestressed -Bulb Tee Girder - Bulb Tee Prestressed Girder for ' use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided X for approval prior to casting girders. See Std Spec. Section 6- 02.3(25)A 33. Monument Case and Cover X See Std. Plan. r 1 Supplemental to Wage Rates pp g 5 09/02/2015 Edition, Published August 3 2015 1 1 1 ITEM DESCRIPTION YES NO 34. Cantilever Sign Structure - Cantilever Sign Structure fabricated from steel tubing meeting AASHTO -M -183. See Std Plans, and Contract Plans for details. The steel structure X shall be galvanized after fabrication in accordance with AASHTO -M -111. 1 35. Mono -tube Sign Structures - Mono -tube Sign Bridge fabricated to details shown in the Plans. Shop drawings for X approval are required prior to fabrication 36 Steel Sign Bridges - Steel Sign Bridges fabricated from steel tubing meeting AASHTO -M -138 for Aluminum Alloys. See Std. Plans, and Contract Plans for details The steel structure X shall be galvanized after fabrication in accordance with AASHTO -M -111 37. Steel Sign Post - Fabricated Steel Sign Posts as detailed in Std Plans Shop drawings for approval are to be provided prior to X fabrication 38. Light Standard - Prestressed - Spun, prestressed, hollow concrete poles X 1 39 Light Standards - Lighting Standards for use on highway illumination systems, poles to be fabricated to conform with methods and materials as specified on Std Plans See Specia X Provisions for pre- approved drawings. 40. Traffic Signal Standards - Traffic Signal Standards for use on 1 highway and /or street signal systems Standards to be fabricated X to conform with methods and material as specified on Std. Plans. See Special Provisions for pre- approved drawings 41. Precast Concrete Sloped Mountable Curb (Single and DualFaced) X See Std. Plans. 1 1 Supplemental to Wage Rates 6 1 09/02/2015 Edition, Published August 3` 2015 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. X X NOTE: * ** Fabrication inspection required. Only signs tagged "Fabrication Approved" by WSDOT Sign Fabrication Inspector to be installed Custom Std Message Signing Message 43. Cutting & bending reinforcing steel X 1 44. Guardrail components X X Custom Standard End Sec Sec 45. Aggregates /Concrete mixes Covered by WAC 296 - 127 -018 46. Asphalt Covered by 1 WAC 296 - 127 -018 47. Fiber fabrics X 1 48. Electrical wiring /components X 49. treated or untreated timber pile X 1 50. Girder pads (elastomeric bearing) X 51. Standard Dimension lumber X 1 52. Irrigation components X 1 1 1 1 Supplemental to Wage Rates 7 PP g 09/02/2015 Edition, Published August 3 2015 1 1 1 ITEM DESCRIPTION YES NO 1 53 Fencing materials X 54. Guide Posts X 55 Traffic Buttons ! X 1 56. Epoxy X 57. Cribbing X 58 Water distribution materials I X 59. Steel "H" piles 1 X 60 Steel pipe for concrete pile casings ! X 1 61. Steel pile tips, standard X 62. Steel pile tips, custom X 1 Prefabricated items specifically produced for public works projects that are prefabricated in a 1 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. 1 It is the manufacturer of the prefabricated product to verify that the correct county wage rates are applied to work they perform See RCW 39.12.010 (The definition of "locality" in RCW 39.12 010(2) contains the phrase "wherein the physical work is being performed." The department interprets this phrase to mean the actual work site 1 r Supplemental to Wage Rates 8 09/02/2015 Edition, Published August 3r 2015 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 1 • 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) 1 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 1 State Department of Labor and Industries web site and in WAC Chapter 296 -127. 1 1 Supplemental to Wage Rates 9 pP 9 09/02/2015 Edition, Published August 3 2015 1 1 Washington State Department of Labor and Industries Policy Statements (Regarding Production and Delivery of Gravel, Concrete, Asphalt, etc.) WAC 296- 127 -018 Agency filings affecting this section 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 1 (a) They deliver or discharge any of the above - listed materials to a public works project site 1 (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 1 (b) They wait at or near a public works project site to perform any tasks subject to this section of the rule 1 (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. 1 1 1 Supplemental to Wage Rates 10 09/02/2015 Edition, Published August 3 2015 1 1 (3) All travel time that relates to the work covered under subsection (2) of this section requires the payment of prevailing wages. Travel time includes time spent waiting to load, loading, transporting, waiting to unload, and delivering materials. Travel time would include all time spent in travel in support of a public works project whether the vehicle is empty or full. For example, travel time spent returning to a supply source to obtain another load of material for use on a public works site or returning to the public works site to obtain another Toad 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. 1 (5) The applicable prevailing wage rate shall be determined by the locality in which the work is performed. Workers subject to subsection (2)(d) of this section, who produce ' such materials at an off -site facility shall be paid the applicable prevailing wage rates for 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.] 1 1 1 Supplemental to Wage Rates 11 PP 9 09/02/2015 Edition, Published August 3 2015 1 1 1 1 PROPOSAL I To the City Clerk Yakima, Washington This certifies that the undersigned has examined the location of: 1 City of Yakima Lincoln Avenue Corridor Safety Project 1 City of Yakima Project No. 2344 Federal Aid No. HSIP -4648 (002) 1 I 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 I with the money available in accordance with the said plans, specifications and contract, and the following schedule of rates and prices. I NOTE: Unit prices for all items, all extensions, and total amount of bid, shall be shown, and be written in ink or typed. Show unit prices in figures only. Figures written to the right of the dot (decimal) in the dollars column shall be considered as cents. 1 1 1 1 1 1 1 Lincoln Ave Corridor Safety Proj. # 2344 141 ITEM PROPOSAL BID SHEET LINCOLN AVENUE CORRIDOR SAFETY PROJECT I City of Yakima Project No. 2344 - Fed. Aid No. HSIP- 4648(002) ITEM PROPOSAL ITEM UNIT PRICE AMOUNT I NO. PAYMENT SECTION QTY UNIT DOLLARS DOLLARS 1 SPCC PLAN 1 -07.15 1 LS x,00 `jOO ,CEO I 2 MOBILIZATION 1 LS b 1 -09.7 \L\,Cob.Do W o I 3 PROJECT TEMPORARY TRAFFIC CONTROL 1 -10.5 1 LS 'L� DOO Do '1, .0.00 ,o° CLEARING AND GRUBBING I 4 2 -01.5 1 LS \IOW DO \6, REMOVAL OF STRUCTURE AND OBSTRUCTION 5 2 -02.5 1 LS 1 .00 `Z,SOa OD I 6 REMOVAL OF CEMENT CONC. SIDEWALK 14 SY ` a .0o 2 -02.5 IS .�� �'��5 I 7 REMOVAL OF CEMENT CONC. CURB 490 LF . 0 0 2 ,�� .00 2 -02.5 SAWCUT I 8 2 -02.5 300 LF ' , \ -23L15 • Do 9 ROADWAY EXCAVATION INCL. HAUL 150 CY {� c . D 0 ��-51) .00 I 2 -03.5 �l 10 STRUCTURE EXCAVATION CLASS B INCL. HAUL 2 -09.5 11 CY IS OQ (�� I- DQ I 11 CRUSHED SURFACING BASE COURSE U 4 04.5 71 TON o bb � I 12 HMA CL 1/2" PG 64 -28 5 -04.5 10 TON \ -301 W �00t) , d() 13 HMA CL 1/2" PG 64 -28 FOR DRIVEWAY APPROACH 5 TON - Too .bd 3,6 ,0d I 5 -04.5 14 CANAL SIDEWALK STRUCTURE AND RAILING 803.5 1 EA -7DisGID,00 2,Sc0, 15 CEMENT CONC. TRAFFIC CURB AND GUTTER © ,, 8-04.5 300 LF "2- ,00 ,� . 4 L.6 --cx I 16 8 -06.5 COMMERCIAL DRIVEWAY APPROACH 3 EA 5,(00,(y) \-3 I t,\ bb,DO 17 � 8-06.5 � �� / `` t� , /� CEMENT CONC. DRIVEWAY APRON 28 SY '' I � �0 18 CHAIN LINK FENCE TYPE 6, 4 FOOT HEIGHT 8 -14.5 67 LF b � DO u 1 Q '� 00 I 19 CEMENT CONCRETE SIDEWALK - 4 INCH THICK 615 SY , CO h 8 -14.5 v ,, "I� 20 CEMENT CONCRETE SIDEWALK - 6 INCH THICK `0 8 -14.5 105 SY 1C) .po q I yko ,60 Lincoln Ave Corridor Safety Project No. 2343 143 ADDENDUM #2 1 I ITEM PROPOSAL BID SHEET LINCOLN AVENUE CORRIDOR SAFETY PROJECT City of Yakima Project No. 2344 - Fed. Aid No. HSIP- 4648(002) 1 ITEM PROPOSAL ITEM UNIT PRICE AMOUNT QTY UNIT NO. PAYMENT SECTION DOLLARS DOLLARS 1 21 CEMENT CONC. CURB RAMP TYPE PARALLEL A 1 EA 8 -14.5 24 00.00 11-100.00 I 22 CEMENT CONC. CURB RAMP TYPE SINGLE DIRECTION 8 -14.5 6 EA \ 1 bs0,DO Ck ,CM REMOVE & REPLACE SIGNAL HEAD 18 EA I 23 8 -20.5 \ B .co 24 PEDESTRIAN CROSSING SYSTEM COMPLETE 1 LS Q 8 -20.5 a, . .0c� ` 0 000 S OD 1 25 PERMANENT SIGNING 1 LS ` )S�� i <�o � � 00 8 -21.5 \ I MODULAR BLOCK WALL 170 SF 26 8 26.5 2c ,00 '1 1 .- f� 27 REPAIR OR REPLACEMENT EST DOL $10,000.00 $10,000.00 I 8-30.5 1 PROJECT TOTAL ZZ i ?) ' 6 0 1 1 1 1 1 1 1 1 I Lincoln Ave Corridor Safety Project No. 2343 145 ADDENDUM #2 1 ' 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 1 ' BID BOND KNOW ALL MEN BY THESE PRESENTS. That we, KRCI LLC , as principal, and ' The Hanover Insurance Company , as Surety, are held and firmly bound unto the City of Yakima, as Obligee, in the penal sum of Five Percent (5%) 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 Lincoln Avenue Corridor Safety Project, #2344 , 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 2nd p +rt} 2016 KRCI LLC Principal The Hanover Insurance Company 1 / /t/A c ` Theresa A. Lamb, Surety Attorney -in -Fact ' , 20 Received return of deposit in the sum of $ Lincoln Ave Corridor Safety Proj. # 2344 147 1 r. ' THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY 1 CITIZENS INSURANCE COMPANY OF AMERICA POWERS OF ATTORNEY CERTIFIED COPY I KNOW ALL MEN BY THESE PRESENTS. That THE HANOVER INSURANCE COMPANY and MASSACHUSETTS BAY INSURANCE COMPANY, both being corporations organized and existing under the laws of the State of New Hampshire, and CITIZENS INSURANCE COMPANY OF AMERICA, a corporation organized and existing under the laws of the State of Michigan, do hereby constitute and appoint I S.M. Scott, Darlene Jakielski, Julie M. Glover, Jim W. Doyle, Michael A. Murphy, Jim S. Kuich, Chad M. Epple, Andy D. Prill, Theresa A. Lamb, Ted Baran, Carol Lowell and/or Steve Wagner of Hub International Northwest, LLC, in Bothell, WA and each is a true and lawful Attorney(s) -in -fact to sign, execute, seal, knowledge and deliver I for, and on its behalf, and as its act and deed any place within the United States, or, if the following line be filled in, only within the area therein designated any and all bonds, recognizances, undertakings, contracts of indemnity or other writings obligatory in the nature thereof, as follows: Any such obligations in the United States, not to exceed Seventy Five Million and No /100 ($75,000,000) in any single instance I and said companies hereby ratify and confirm all and whatsoever said Attorney(s) -in -fact may lawfully do in the premises by virtue of these presents. These appointments are made under and by authority of the following Resolution passed by the Board of Directors of said Companies which resolutions are still in effect: I "RESOLVED, That the President or any Vice President, in conjunction with any Vice President, be and they are hereby authorized and empowered to appoint Attorneys -in -fact of the Company, in its name and as its acts, to execute and acknowledge for and on its behalf as Surety any and all bonds, recognizances, contracts of indemnity, waivers of citation and all other writings obligatory in the nature thereof, with power to attach thereto the seal of the Company Any such writings so executed by such Attorneys -in -fact shall be as binding upon the Company as if they had been duly executed and acknowledged by the regularly elected officers of the Company in their own proper persons." (Adopted October 7, 1981 - The Hanover Insurance Company; Adopted April 14, 1982 - I Massachusetts Bay Insurance Company; Adopted September 7, 2001 - Citizens Insurance Company of America) IN WITNESS WHEREOF, THE HANOVER INSURANCE COMPANY, MASSACHUSETTS BAY INSURANCE COMPANY and CITIZENS INSURANCE COMPANY OF AMERICA have caused these presents to be sealed with their respective corporate seals, duly attested by two Vice Presidents, this 22nd day of March 2015. I THE HANOVER INSURANCE COMPANY ■ +�" ° " "° ,, +� " " rq ; MASSACHUSETTS BAY INSURANCE COMPANY ,...,;',,177:.'-::: >! 5 . CITIZEit..1 S RANGE OMPANY OF AMERICA ( � 1QT4 1 ,. t •! Robert Thomas. Vier President I THE COMMONWEALTH OF MASSACHUSETTS ) '"�``~'� i - ""°'--' — ^'� ~g COUNTY OF WORCESTER ) ss. Joe Arenstrom, tci President On this 22nd day of March 2015 before me came the above named Vice Presidents of The Hanover Insurance Company, Massachusetts Bay Insurance I Company and Citizens Insurance Company of America, to me personally known to be the individuals and officers described herein, and acknowledged that the seals affixed to the preceding instrument are the corporate seals of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America, respectively, and that the said corporate seals and their signatures as officers were duly affixed and subscribed to said instrument by the authority and direction of said Corporations. KATHLEEN M. SIRARD .t S Notary Pubic / i ` � Commanweaith of Mwsochusetts :t My Commission Expires Kut ilecn i\t..5 ir;irrl, i ry 'u n,h ? :02ro I September 4, 2020 My 2nnunission /:%fin es Sept,mhcr 14, 0 I, the undersigned Vice President of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America, I hereby certify that the above and foregoing is a full, true and correct copy of the Original Power of Attorney issued by said Companies, and do hereby further certify that the said Powers of Attorney are still in force and effect. This Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America. I "RESOLVED, That any and all Powers of Attorney and Certified Copies of such Powers of Attorney and certification in respect thereto, granted and executed by the President or any Vice President in conjunction with any Vice President of the Company, shall be binding on the Company to the same extent as if all signatures therein were manually affixed, even though one or more of any such signatures thereon may be facsimile." (Adopted October 7, 1981 - The Hanover Insurance Company; Adopted April 14, 1982 - Massachusetts Bay Insurance Company; Adopted September 7, 2001 - Citizens Insurance Company of America) I GIVEN u der my hand and the seals of said Companies, at Worcester, Massachusetts, this ,, ft eL day of .,P— 20/(i9 I THE HANOVER INSURANCE COMPANY MA SA HUSETT BAY I .. RA CE COMPANY CIT • EN . I SUR 'i CE •.f, • ' % OF AMERICA / 1 .14 .. ' - J. '' h -�1 - ete, Vice - es'e -11111111111P' I PROPOSAL 1 Lincoln Avenue Corridor Safety Project Federal Aid No. HSIP - 4648(002) City Project No. 2344 I The bidder is hereby advised that by signature of this proposal he /she is deemed to have acknowledged all Y Y 9 p P 9 I 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 1 CASH 0 IN THE AMOUNT OF I CASHIER'S CHECK 0 DOLLARS CERTIFIED CHECK 0 ($ ) PAYABLE TO THE CITY TREASURER 1 PROPOSAL BOND ® IN THE AMOUNT OF 5% OF THE BID 1 ** Receipt is hereby acknowledged of addendum(s) No.(s) 1 1(9 2_, & 'NA t RE OF AU HORIZED OFFICIAL(s) 114 Js v8t5 PAT KING, PRESI 1 90:9°°- FIRM NAME KRCI LLC (ADDRESS) 125 SE MCGEE 1 EAST WENATCHEE, WA 98802 509 884 5258 1 PHONE NUMBER STATE OF WASHINGTON CONTRACTORS LICENSE NUMBER KRCILL *943DZ 1 5 6( 2I5 1 6 1 6 7 0 FEDERAL ID No. 1 I I WA STATE EMPLOYMENT SECURITY REFERENCE NO. 325726 00 3 Note: I (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 I Bidders for building construction jobs. (3) Should it be necessary to modify this proposal either in writing or by electronic means, please make reference to the following proposal number in your communication. 1 KRCI LLC #1 I Lincoln Ave Corridor Safety Proj. # 2344 149 COMPLIANCE WITH IMMIGRATION AND NATURALIZATION ACT The City of Yakima supports the Federal Immigration, Reform and Control Act of 1986 Y pp 9 1986, as amended. The City requires that all contractors or business entities that contract with the City for 1 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 1 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 1 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 KRCI LLC ' Dated this 2ND d o FEBRUA 2 16 Signature. ' Printed Name PAT KING Phone #' 509 884 525 Email Address SUSIE@KRCI.NET 1 Lincoln Ave Corridor Safety Proj. # 2344 151 1 1 1 NON - COLLUSION DECLARATION I, by signing the proposal, hereby declare, under penalty of perjury under the laws of the United I 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 1 any action in restraint of free competitive bidding in connection with the project for which this proposal is submitted. I 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. 1 NOTICE TO ALL BIDDERS I To report bid rigging activities call: 1 1 - 800 - 424 -9071 The U.S. Department of Transportation (USDOT) operates the above toll -free "hotline" Monday I 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. I The "hotline" is part of USDOT's continuing effort to identify and investigate highway construction contract fraud and abuse and is operated under the direction of the USDOT Inspector General. All information will be treated confidentially and caller anonymity will be respected. 1 1 1 1 1 1 1 1 Lincoln Ave Corridor Safety Proj. # 2344 153 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Lincoln Ave Corridor Safety Proj. # 2344 154 1 1 1 1 1 1 1 1 1 Local Agency Certification for Federal -Aid Contracts 9 Y 1 DOT Form 272 -040A EF 1 Follows this page 1 1 1 1 1 1 1 1 1 Lincoln Ave Corridor Safety Proj. # 2344 155 1 Local Agency Certification for Federal -Aid Contracts ' 1 The prospective participant certifies by signing and submitting this bid or proposal, to the best of his or her knowledge and 1 belief, that: (1) No Federal appropriated funds have been paid or will be paid, by or on 1 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 1 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, 1 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 1 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. 1 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 .grees 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 1 1 SR ' DOT Form 272 -040A EF 07/2011 Lincoln Ave Corridor Safety Proj. # 2344 156 ' 1 NON - DISCRIMINATION PROVISION During the performance of this contract, the contractor agrees as follows (1) The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin The contractor will take affirmative action to ensure that applicants are ' employed, and that employees are treated during employment, without regard to their race, color, religion, sex or national origin Such action shall include, but not be limited to the following employment, upgrading, demotion, or transfer; recruitment or recruitment advertising, layoff or termination; rates of pay or other forms ' of compensation, and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause ' *(2) The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex or national origin *(3) The contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice, to be provided by the agency contracting officer, advising the labor union or workers' representative of the contractor's commitments under Section 202 of Executive Order No 11246 of September 24, 1965, and shall post copies of the notice in conspicuous 1 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 1 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 t 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 1 the United States to enter into such litigation to protect the interests of the United States." 1 1 1 111 Lincoln Ave Corridor Safety Proj. # 2344 157 1 WOMEN AND MINORITY BUSINESS ENTERPRISE POLICY It is the policy of the City of Yakima that women and minority business enterprises shall have the maximum opportunity to participate in the performance of work relating to the City's activities. To this end, the City is committed to take all necessary and reasonable steps in accordance with state and federal rules and regulations to ensure women and minority business enterprises the maximum opportunity to compete for and to perform contracts. 1 In order to enhance opportunities for women and minority businesses to participate in certain contractor opportunities with the City of Yakima, and as a recipient of federal and state financial assistance, the City is committed to a women and minority business enterprise utilization program. The City is determined to maximize women and minority business opportunities through participation in the competitive bidding process through women and minority business enterprise affirmative action programs administratively established by the City Manager and monitored and implemented in accordance with state and federal rules and regulations All women and minority business enterprise programs shall include specific goals for participation of women and minority businesses in City projects of at least ten percent (10 %) of the total dollar value of City contract over $10,000. Goals shall be reviewed and updated annually by the City Manager for applicability and to ensure that the intent of this policy is accomplished 1 This statement of policy will be widely disseminated to all managers, supervisors, minorities and women employed by the City of Yakima as well as to contractors, vendors, suppliers, minorities and women who may seek the City's procurement and construction contracts related to the women and minority business enterprise programs Contractors associations will be made aware of construction projects affected by this policy through all available avenues to assure that plans /specifications, bid forms, and invitations to bid are as widely distributed as possible 1 1 1 1 1 1 1 1 Lincoln Ave Corridor Safety Proj. # 2344 158 1 RESOLUTION NO. D ° 48 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 t Business Enterprise Policy ", a copy of which is attached hereto and by reference made a part hereof. • ADOPTED BY THE CITY COUNCIL this .,4i day of 9/ , 1983. • A Oa A ANA.A-t 1 Mayor 1 ATTEST: r City Clerk 1 1 Lincoln Ave Corridor Safety Proj. # 2344 159 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. 1 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. Lincoln Ave Corridor Safety Proj. # 2344 160 1 1 g The contractor shall make specific efforts and constant personal (both written and oral) 1 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. 1 h. The contractor shall make specific efforts to encourage present minority employees to recruit their friends and relatives. 1 i. The contractor shall validate all man specifications; selection requirements, tests, etc. 1 j. The contractor shall make every effort to promote after school, summer and vacation employment to minority youth. k. The contractor shall develop on- the -job training opportunities and participate and assist in any t 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. 1 m. The contractor shall make sure that seniority practices, job classifications, etc., do not have a discriminatory effect. 1 n. The contractor shall make certain that all facilities and company activities are non - segregated. o The contractor shall continually monitor all personnel activities to ensure that his EEO policy is 1 being carried out. p The contractor shall solicit bids for subcontracts from available minority and women subcontractors, engaged in the trades covered by these Bid Conditions, including circulation of minority and women contractor associations. ' q. Non - cooperation: In the event the union is unable to provide the contractor with a reasonable flow of minority and women referrals within the time limit set forth in the collective bargaining agreements, the contractor shall, through independent recruitment efforts, fill the employment vacancies without regard to race, color, religion, sex or national origin, making full efforts to obtain qualified and /or qualifiable minorities and women. (The U S. Department of Labor has held that it shall be no excuse that the union with which the contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority or women ' employees.) In the event the union referral practice prevents the contractor from meeting the obligations pursuant to Executive Order 11246 and 23 CFR Part 230 as amended, and the Standard Specifications, such contractor shall immediately notify the City of Yakima Engineering Department or the City of Yakima Compliance Officer. 1 1 1 Lincoln Ave Corridor Safety Proj. # 2344 161 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Lincoln Ave Corridor Safety Proj. # 2344 162 1 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 1 ' KRCI LLC certifies that: (BIDDER) 1 It intends to use the following listed construction trades in the work under the contract Carpenters, Laborers, Electricians, Flaggers, Power Equipment Operators, Truck Drivers and, 1 as to those trades for which it is required by these Bid Conditions to comply with these Bid Conditions, it adopts the minimum minority and women workforce utilization goals and the specific affirmative action steps for all construction work (both federal and non - federal) in the Yakima, Washington area subject to these Bid 1 Conditions, those trades being Per Spec 1 07.11, Pg 73 of Specs, No DBE Required 1 and, 2 It will obtain from each of its subcontractors and submit to the contracting or administering agency prior 1 to the award of any sub - contract under this contract the Subcontractor Certification required by these Bid Conditions 1 (Signature of Authorized'Representative of Bidder) 1 1 1 1 1 Lincoln Ave Corridor Safety Proj. # 2344 171 1 SUBCONTRACTOR CERTIFICATION Subcontractors' Certification is not required at the time of bid This Certification must be completed by each 1 subcontractor prior to award of any subcontract. 1 certifies that: (SUBCONTRACTOR) 1 1 It intends to use the following listed construction trades in the work under the subcontract 1 u 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 1 1 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. 1 1 (Signature of Authorized Representative of Subcontractor) 1 1 1 1 Lincoln Ave Corridor Safety Proj. # 2344 173 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Lincoln Ave Corridor Safety Proj. # 2344 174 1 1 1 1 1 Contractor and Subcontractor or Lower Tier Subcontractor 1 Certification for Federal -Aid Projects 1 DOT Form 420 -004 EF 1 Follows this Sheet 1 1 1 1 1 1 1 1 1 1 1 1 Lincoln Ave Corridor Safety Proj. # 2344 175 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Lincoln Ave Corridor Safety Proj. # 2344 176 1 ' 1 Washington State Contractor and Subcontractor or Lower Tier Subcontractor Department of Transportation Certification for Federal -Aid Projects ' (Required for each Subcontractor or Lower Tier Subcontractor on all Federal -Aid projects) Contract Number Federal -Aid Number State Route Number ' Subcontractor or Lower Tier Subcontractor To be signed by proposed subcontractor or lower tier subcontractor ' The contract documents for this subcontract include as part of the subcontract a special provision entitled "Required Federal -Aid Provisions ", the "Required Contract Provisions Federal -Aid Construction Contracts (FHWA 1273)", and the minimum wage rates. ' 1 certify the above statement to be true and correct. 1 Company Signature Date Title ' 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. A written agreement has been executed between (the subcontractor) and the above lower tier subcontractor. 1 All documents required by the special provision entitled "Required Federal -Aid Provisions" are included in the agreement for (1) or (2) marked above. I certify the above statements under Contractor Certification to be true and correct. 1 Company Signature Date Title DOT Form 420-004 EF Revised 03123/2 008 Lincoln Ave Corridor Safety Proj. # 2344 177 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Lincoln Ave Corridor Safety Proj. # 2344 178 1 MATERIALLY AND RESPONSIVENESS The certification required to be made by the bidder pursuant to these Bid Conditions is material, and will govern the bidder's performance on the project and will be made a part of his bid. Failure to submit the certification will render the bid non responsive. ' Compliance and Enforcement Contractors are responsible for informing their subcontractor (regardless of tier) as to their respective obligations under the conditions of the contract here (as applicable). Bidders, contractors and subcontractors hereby agree to refrain from entering into any contract or contract modification subject to Executive Order 11246, as amended on September 24, 1965, with a contractor debarred from, or who is determined not to be a responsible' bidder for, government contracts and federally assisted construction contracts pursuant to ' Executive Order The bidder, contractor or subcontractor shall carry out such sanctions and penalties for violation of the equal opportunity clause including suspension, termination and cancellation of existing subcontracts as may be imposed or ordered by the administering agency, the contracting agency or the Office of Federal Contract Compliance pursuant to the Executive Order Any ' bidder, or contractor or subcontractor who shall fail to carry out such sanctions and penalties shall be deemed to be in non- compliance with these Bid Conditions and Executive Order 11246, as amended. ' 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 Lincoln Ave Corridor Safety Proj. # 2344 179 1 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 1 1 Requests for exemptions from these Bid Conditions must be made in writing, with justification, to the 1 Director Office of Federal Contractor Compliance U S Department of Labor Washington, D C 20210 and shall be forwarded through and with the endorsement of the agency head. Contractors and subcontractors must keep such records and file such reports relating to the provisions of these Bid Conditions as shall be required by the contracting or administering agency or the Office of Federal Contractor Compliance 1 1 1 1 1 1 1 1 1 1 1 Lincoln Ave Corridor Safety Proj. # 2344 180 1 I 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 1 Documents: A. PROPOSAL I The unit prices, extensions and total amounts bid must be shown in the spaces provided. B. BID BOND ACCOMPANYING BID I 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. I C. BIDDER'S CERTIFICATION D. PROPOSAL SIGNATURE SHEET 1 Must be filled in and signed by the bidder. E. DBE UTILIZATION CERTIFICATION I DOT Form 272 -056 EF. F. DBE WRITTEN CONFIRMATION DOCUMENT I 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: I A. CONTRACT This agreement is to be executed by the successful bidder. I B. PERFORMANCE BOND To be executed by the successful bidder and his /her Surety Company. I 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 I Provisions. D. E- VERIFY COMPLIANCE DECLARATION Refer to Section 1- 02.15. A signed E- Verify Compliance Declaration must be submitted or I on file with the City. E. DOT Form 420 -004EF (Only required on Federal -Aid Contracts) 1 Refer to Required Contract Provisions Federal -Aid Construction Contracts FHWA -1273. 1 1 1 I Lincoln Ave Corridor Safety Proj. # 2344 181 ME ME M M Min NEE ini Eni MOUNT EX. SIGN SCHOOL � ON MAST ARM S MOUNT EX. SOLAR PANEL MIT — O ON TOP OF NEW POLE 2Q (ORIENT FACING SOUTHERLY) WHEN FLASH LNG MOUNT EX. FLAS ON MAST ARM CITY SUPPLIED POLE & MAST ARM MOUNT EX. CONTROL BOX ON NEW POLE CONCRETE SIDEWALK ASPHALT STREET SURFACE SCHOOL FLASHER REMOUNTED ON POLE & MAST ARM EB AT 29th AVE & LINCOLN AVE (TYP. BOTH LOCATIONS) APPROVED 1 -7 -2016 CITY OF YAKIMA - ENGINEERING DIVISION 1 SCHOOL FLASHER MODIFICATION I P1 OM MN • IIIM NM NE MO MO IIIIII MN • EN MN IIIIII • MO M 1111111 • • III WIDTH PER YMC I �r r�2 `/y RAMP RUNNING SLOPES 1r 8.64 070 SEE PLANS 11 CONCRETE APRON 7' MIN. OR �61 1 ip SHALL BE 1 12 (8.3 %) MAX. I I TO R/W LINE (WHICHEVER IS oo , • III PAY LIMITS GREATER) 000°o°oo•• RP __ A _ __ M IN) RP 4.400 0 °o °o ° � 15'l 000000 O' 00 s �A Miy� ► . I I \ sEE P � N 4� 4 14, / . J N� \ ti o� / � ,,q PREFERRED RAMP ALT ERNATE RAMP / qo� • CONFIGURATION ....... ese � CONFIGURATION g , 0 . ∎ \ G� - s - t 12 S e — COLD JOIN • (TYP) �� ' • ` / MIN. 0.33' CSTC (COMPACTED DEPTF JOINT TYP •� -.... ... .... ..... , (INCLUDING APRON) CONCRETE l T 1 VALLEY GUTTER 0.5' CEMENT CONCRETE A -01- "' (INCLUDING APRON) COMMERCIAL APPROACH - TYPE 1 COMMERCIAL APPROACH - TYPE 2 RAISED CURBING MAY VALLEY GUTTER CONTINUE INTO SITE. FLOW LINE 0.5' CEMENT CONCRETE -- r / //•V / / / / / / /// / // COLD JOINT (TYP) 3' VALLEY MIN. 0 33' CSTC (COMPACTED DEPTH) / S p� 0,9,, GUTTER ♦ F F A T glc k gy NOTES SECTION A If, ` �NY c�gQ��piy � � q � 9 S • 1 USE OF COMMERCIAL APPROACH - TYPE 2 BY APPROVAL OF CITY ENGINEER ONLY \ o p1. l � 0 � � �� • 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 . 4 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. COLD JOINT (TYP) `/� ,• MIN. 017' CSTC (COMPACTED DEPTI- 4 WSDOT CLASS 3000 CONCRETE WITH COARSE AGGREGATE GRADING NO 5. 0.5' CEMENT CONCRETE 5. DUE TO THE MINIMUM SIZE RADIUS OF 15', SPECIAL CONSIDERATIONS NEED TO BE MADE TO ALLOW FOR ADA REQUIREMENTS ON RESIDENTIAL APPROACH 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. oFY City Of Yakima City of Yakima - Standard Detail q - �� E � Engineering Divisio DRIVEWAY APPROACHES R4 .� 0t � � . 129 North Second Street ° o a „� " Yakima, Washington NOT TO SCALE Revision 02 -2014 1 1 THROUGH JOINTS ON EACH SIDE OF AND AROUND EACH 1 UTILITY APPURTENANCE. 1 Id ' FOR HANDICAP RAMP SIZE AND POSITION, SEE APPLICABLE STANDARD DETAILS. SIDEWALK JOINTING ' SEE PLANS COLD JOINT S = 0.02 ft/ft ■ i• 0.33' CEMENT CONCRETE ' SEE PLANS COMPACTED SUBGRADE 0 17' MIN. CSTC (COMPACTED COLD JOINT 1 5= 0.02f/ft [ 4" STANDARD SECTION 0.5' CEMENT CONCRETE COMPACTED SUBGRADE 0 17' MIN. CSTC (COMPACTED DEPTH) 1 6" SIDEWALK SECTION NOTES 1. THROUGH JOINTS WITH 3/8" JOINT MATERIAL SHALL BE PLACED AT 20' INTERVALS OR MATCH EXISTING CURB JOINTS. ' 2. 1 1/2" DEEP DUMMY JOINTS SHALL BE SCORED INTO THE CONCRETE AT ALTERNATING 10' INTERVALS. ' 3. "V" GROOVES SHALL BE PLACED AT 5' INTERVALS. 4. ALL JOINTS, "V" GROOVES, AND EDGES SHALL BE FINISHED WITH AN EDGER HAVING A 1/4" RADIUS. 5. SEE PLANS FOR WIDTH AND POSITION OF SIDEWALK. 6. WSDOT CLASS 3000 CONCRETE WITH COARSE AGGREGATE GRADING NO. 5. 1 ' or City Of Yakima City of Yakima - Standard Detail � . °' En • ineenng Division r ` I 1 g CEMENT CONCRETE SIDEWALK R5 . ; 129 North Second Street so. Yakima, Washington NOT TO SCALE Revision 03 -2011 1 EXISTING PAVEMENT - DEPTH VARIES APPLY CSS -1 & SAND TO SEAL THE SURFACE JOINTS. 1 ASPHALT CONCRETE PATCH _ LIMITS APPLY CSS -1 TO EDGES OF REPAIR SECTION AND TO SURFACE OF CONCRETE, IF OVERLAYED 1.0' EXCAVATION 10' 1.0' LINE (MI ) I s'. 111111111 1111110111r AM= • a y \ a ALTERNATE BACK SLOPE AT CONTRACTORS OPTION AND AT NO ADDITIONAL COST TO THE CITY OF YAKIMA I 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) 1 ASPHALT CONCRETE SURFACING I EXISTING SURFACE - DEPTH VARIES GRAVEL SURFACE PATCH LIMITS 1.0' EXCAVATION 1 0' 1.0' 1 LINE (MIN) .Y -rte I � � 1 ALTERNATE BACK SLOPE AT CONTRACTORS OPTION AND AT NO ADDITIONAL COST TO THE CITY OF YAKIMA I 0 17' CSTC (COMPACTED DEPTH) GRAVEL SURFACING 1 UNSURFACED AREAS EXISTING PATCH LIMITS GROUND _ 1 0' EXCAVATION 1.0' - _ 1.0' _ 1 LINE (MIN) WO + + + + + + + + • + + + + + + + • WO • + + + + + + + + + + • + + + + + • I + + + + + + + + + + + . + + + + + VW 1 VW 0 ALTERNATE BACK SLOPE AT CONTRACTORS OPTION AND AT NO ADDITIONAL COST TO THE I CITY OF YAKIMA 1.0' MIN. (COMPACTED DEPTH) NATIVE MATERIAL FREE FROM ROCKS OVER 2 INCH. STORE IN STOCKPILE WHEN REMOVED DURING TRENCHING. I NOTES UNSURFACED AREAS 1. CONTRACTOR SHALL BE RESPONSIBLE FOR ALL SURFACE RESTORATION INCLUDING WIDER REPAIR SECTIONS RESULTING FROM ALTERNATE BACK I SLOPE AT TRENCH SIDES. 2. CONTRACTOR SHALL BE AWARE THAT GEO- TEXTILE - FABRIC MAYBE REQUIRED BY THE ENGINEER IN CERTAIN APPLICATIONS. 1 1 `or'+ City Of Yakima City of Yakima - Standard Detail En iin Division ' Zak ` Iii 9 neer g TYPICAL SURFACING R7 �� . 129 North Second Street Yakima, Washington NOT TO SCALE Revision 11 -2008 1 FACE OF CURB VARIES 12" TO 24" FACE OF CURB - FACE OF CURB FACE OF CURB t 1" VARIES 6 1/2" 6 1/2" VARIES FROM 6" (IN) TO 0" (IN) 10" TO 22" 1" MAINTAIN 1H 6V SLOPE 7R. (SEE CONTRACT) 1" (IN) R. 5� 1/2` 1" VARIES 1" (IN) ON SIDE OF CURB 1" (IN) R. R. MATCH ROADWAY MATCH ROADWAY 1/2" (IN) R. MATCH ROADWAY MATCH ROADWAY ' SLOPE \ ___.--r— SLOPE - -- SLOPE 1/2" (IN) R. _ SLOPE 1/2" (IN) R. ° D • D m 1/2" (IN) R. D 1/2" (IN) ROADWAY 1/2" (IN) ROADWAY ROADWAY ,� N D • D �, 1 m ROADWAY • • R. f O - • '2.0%% R. D _ - W- D s D • D io _ °O > _ FLUSH WITH GUTTER PAN AT CURB \\ 1O RAMP ENTRANCE - 1/2" (IN) VERTICAL I 11 1/2" 11 12" _ I_ 1' - 6" 0 1' - 6" LIP AT DRIVEWAY ENTRANCE f DUAL -FACED CEMENT CONCRETE CEMENT CONCRETE DEPRESSED CURB SECTION TRAFFIC CURB AND GUTTER TRAFFIC CURB AND GUTTER AT CURB RAMPS AND I DRIVEWAY ENTRANCES I 6" 1/2" (IN) R. i 1" (IN) R. 6" 1 CEMENT CONCRETE NOTE il' CEMENT CONCRETE OR 1/2" (IN) R. CURB RAMP, LANDING, m ASPHALT CONCRETE 1" (IN) OR DRIVEWAY 1 See Standard Plan F -30.10 for Curb Expansion and I SIDEWALK OR PATH VARIES FROM R. ENTRANCE Contraction Joint spacing and see Standard • ° J" s" (IN) TO 0" (IN) Specification Sections 8 -04 and 9 -04 for Id 6" III MIIIIIII additional requirements. I 3/8" (IN) PREMOLDED JOINT FILLER (WHEN ADJACENT TO CEMENT 3/8" (IN) PREMOLDED CONCRETE SIDEWALK) JOINT FILLER I CEMENT CONCRETE PEDESTRIAN CURB CEMENT CONCRETE PEDESTRIAN CURB AT CURB RAMPS, LANDINGS, I AND DRIVEWAY ENTRANCES w xT RICA. ,�� _� pit WASy /,1. 4) W FACE OF CURB FACE OF CURB FACE OF CURB �° I % LL VARIES 12" TO 24" FACE OF CURB ` % I &,, ti '� VARIES 71/4" W .< 1" 10" TO 22" 1" 6 1/2" ( SEE CONTRACT) ; ✓ ` tv 2 5 1/2" 1" ..i 1 3" 4" �i 1" (IN) R. 1" (IN) R. 1/2" (IN) R. 1" (IN) R. 1/2" (IN) R. 0 ' { LP 8 s �C �� I ST� io IONA L �' ROADWAY r • , D .1 m ROADWAY II ROADWAY , • D 1 ROADWAY • I D I _ I f i i ' ' V CEMENT CONCRETE CURBS e . 1 , • • • D • p . t. D • STANDARD PLAN F- 10.12 -03 1 3/4" l 1 3/4" 8 1/4" d 8 1/4" SHEET 1 OF 1 SHEET 1 APPROVED FOR PUBLICATION DUAL -FACED CEMENT CONCRETE TRAFFIC CURB CEMENT CONCRETE TRAFFIC CURB MOUNTABLE CEMENT AM CONCRETE TRAFFIC CURB -„ STATE DESIGN ENGINEER T Washington State Department of Transportation I NOTES 4' - o" MIN. 0 4' 0" MIN. 0 1. Provide a separate Curb Ramp for each marked or unmarked crosswalk. SEE CONTRACT PLANS SEE CONTRACT PLANS Curb Ramp location shall be placed within the width of the associated I 8 EXPANSION (TYP) 1 PEDESTRIAN CURB 3/8" EXPANSION JOINT (F-30. PEDESTRIAN CURB - P P E E STANDARD P JOINT F -30 SEE NOTE 9 SEE STANDARD PLAN F -30.10 LANDING ' SEE NOTE 9 crosswalk, or as shown in the Contract Plans. LANDING 2. Where "GRADE BREAK" is called out, the entire length of the grade 1"m...1.1` �� break between the two adjacent surface planes shall be flush. 0 t o 0 SIDEWALK 3. Do not place Gratings, Junction Boxes, Access Covers, or other appurte- CURB AND GUTTER Z 0 nances in front of the Curb Ramp or on any part of the Curb Ramp or e - - � SIDEWALK ` N 3" R. Landing. 1 N 4 See Contract Plans for the curb design specified. See Standard Plan I ,I MIN. (TYP) - t i_ _ 4' 0 CURB & GUTTER �� F -10.12 for Curb Curb and Gutter De reseed Curb and Gutter and - - " SEE CONTRACT PLANS 1 CURB RAMP CURB RAMP DETECTABLE WARNING SURFACE - Pedestrian Curb details. I CURB RAMP ` DETECTABLE WARNING SURFACE - 4' - 0" MIN. (TYP ) - SEE STANDARD PLAN F-45.10 5. See Standard Plan F -30.10 for Cement Concrete Sidewalk Details. FACE OF CURB SEE STANDARD PLAN F -45.10 SEE CONTRACT PLANS ' See Contract Plans for width and placement of sidewalk. DEPRESSED CURB & GUTTER FACE OF CURB i DEPRESSED CURB & GUTTER 6. The Bid Item "Cement Concrete Curb Ramp Type " does not include CROSSWALK CROSSWALK the adjacent Curb, Curb and Gutter, Depressed Curb and Gutter, Pedestrian Curb, or Sidewalks. J z 7. The Curb Ramp maximum running slope shall not require the ramp length PLAN VIEW DETECTABLE WARNING SURFACE - PLAN VIEW to exceed 15 feet to avoid chasing the slope indefinitely when connecting TYPE PARALLEL A SEE STANDARD PLAN F -45.10 TYPE PARALLEL B to steep grades. When applying the 15 -foot max. length, the running slope m 4' -o MIN. of the curb ramp shall be as flat as feasible. I SEE CONTRACT PLANS GRADE BREAK 8 Curb Ramp, Landing, and Flares shall receive broom finish. See Standard Specifications 8 -14. a COUNTER SLOPE TOP OF 9. Pedestrian Curb may be omitted if the ground surface at the back of the '``�``� ` t - 2.0°7° MAX. 5.0% MAX' ROADWAY Curb Ramp and/or Landing will be at the same elevation as the Curb I Ramp or Landing and there will be no material to retain. O) w DEPRESSED CURB & GUTTER - CEMENT CONCRETE PEDESTRIAN ¢ LANDING SEE STANDARD PLAN F -10.12 CURB - SEE NOTE 9 > AND NOTE 6 I SECTION ED 15' - 0" MAX. 4' - 0" MIN. SEE NOTE 7 SEE CONTRACT PLANS LEGEND 15' - 0" MAX. 4' -0" MIN. 15' - 0" MAX. SIDEWALK — — SLOPE IN EITHER DIRECTION GRADE BREAK SEE NOTE 7 SEE CONTRACT PLANS SEE NOTE 7 GRADE BREAK 8.3% MAX. v GRADE BREAK I SIDEWALK GRADE BREAK I �� 2.0% MAX. ` % / / O� 8.3% M MAX. 0 8.3% MM. CURB RAMP PEDESTRIAN CURB - 2.0% MAX. > o �m�� � � — f LANDING SEE NOTE 9 4 XT RICfl . lilli ' t i 3/8" EXPANSION JOINT (TYP) _ 0 A- -iE Cr CURB RAMP CURB RAMP SEE STANDARD PLAN F -30.10 LANDING � 3/8EXPANSION JOINT (TYP) SECTION 0 W SEE STANDARD PLAN F -30.10 L SECTION O � 4) 34363 O � * o ° 3 "CEMENT CONCRETE CURB RAMP TYPE A � S C I S T�R G 11 I ' 8 I PARALLEL B" PAY LIMIT - SEE NOTE 6 s1 ONAL % "CEMENT CONCRETE CURB RAMP TYPE III k ` ,7 PARALLEL A" PAY LIMIT - SEE NOTE 6 iiip,, / II''''' / / II/ IIII.II.II I.IIIIII' / 0 PARALLEL CURB RAMP 1 ''' .....' '' , / ---- :. \ / STANDARD PLAN F- 40.12 -02 / 111111 111 11111111111 11 11111111 1111111111j 11' �� — /`/ - SHEET 1 OF 1 SHEET APPROVED F R PUBLICATION _ "/ / � / �_/ O Pasco Bakotich 111 6/20/13 1 _ � � IIIIIIIIIIIIIIIII IIIII�' ��� ISOMETRIC VIEW ISOMETRIC VIEW STATE DESIGN ENGINEER DATE I /� T Washington State Department of Transportation TYPE PARALLEL A PAY LIMIT TYPE PARALLEL B PAY LIMIT T J,• NOTES J,. 1. This plan is to be used where pedestrian crossing in one direction is not MATCH SIDEWALK J. BUFFER permitted. 4 I WIDTH - 4' 0" MIN. STRI SEE CONTRACT PLANS J" 2. Curb ramp location shall be placed within the width of the associated MATCH SIDEWALK crosswalk, or as shown in the Contract Plans. WIDTH - 4' 0" MIN. PEDESTRIAN CURB - SEE NOTE 10 '- SEE CONTRACT PLANS CURB RAMP 3. Where "GRADE BREAK" is called out, the entire length of the grade break :'s °" .• PEDESTRIAN CURB j p MATCH SIDEWALK WIDTH - 4' 0" MIN. _ SEE NOTE 10 SEE NOTE 10 between the tW0 ad scent Surface lanes shall be flush. PEDESTRIAN CURB 3/8" EXPANSION JOINT SEE CONTRACT PLANS LANDING 4. Do not place gratings, junction boxes, access covers or other appurtan- r P.) - SEE STANDARD po � � ,ltl PLAN F -30.10 SIDEWALK LANDING ' MIN. �g EXPANSION JOINT -SEE ences in front of the curb ram p y or on an part of the curb ramp or landin g. STANDARD PLAN F-30.10 -SEE NOTE 6 ' 5. See the Contract Documents for the curb design specified. 0 - _I -- 5' -% MIN. See Standard Plan F -10.12 for Curb, Curb and Gutter, Depressed Curb ' O � , Z and Gutter and Pedestrian Curb details. R Q � � o N �, N �, 6. See See contract Standard plans Plan for F -wid30.10 th and for Cement placement Concrete of sidewalk. Sidewalk Details. 0 0 / v, 5' 3 - o" MIN. 3 R . I N c. c.; i ` SIDEWALK - O �r _ cc — SEE NOTE 6 " 0 7 The bid item "Cement Concrete Curb Ramp Type " does not include the adjacent Curb or (Curb and Gutter), Depressed Curb and Gutter, Pedestrian BUFFER STRIP - SEE J, N DETECTABLE WARNING SURFACE BUFFER 1 11P,.. 0 4, 4, 1 h DETECTABLE WARNING SURFACE Curb or Sidewalk, or the pedestrian crossing closure sign. CONTRACT PLANS � .O SEE STANDARD PLAN F -45.10 STRIP SEE STANDARD PLAN F -45.10 I --' _ CURB & GUTTER —_ CURB & GUTTER 8. The curb ramp maximum running slope shall not require the ramp length to - SEE NOTE 5 -SEE NOTE 5 exceed 15 feet to avoid chasing the slope indefinitely when connecting PEDESTRIAN CROSSING PEDESTRIAN CROSSING to steep grades. When applying the 15 foot maximum length, the running CLOSURE SIGN FACE OF CURB RAMP CLOSURE SIGN FACE OF CURB CURB RAMP slope of the curb ramp shall be as flat as feasible. CURB PLAN VIEW PLA VIEW 9 Curb ramps and landings shall receive broom finish. W See Standard Specifications 8 -14. ❑ TYPE SINGLE DIRECTION A TYPE SINGLE DIRECTION B II 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 ru L or Landing and there will be no material to retain. 15' - 0" MAX DETECTABLE WARNING SURFACE _ LEGEND - SEE STANDARD PLAN F -45.10 15 - 0" MAX 15 - 0" MAX SEE NOTE 8 GRADE BREAK GRADE BREAK SEE NOTE 8 SEE NOTE 8 GRADE BREAK SLOPE IN EITHER DIRECTION o GRADE I GRADE BREAK GRADE BREAK COUNTER SLOPE BREAK 5.0% MAX. SIDEWALK - SIDEWALK - SIDEWALK SEE NOTE 6 SEE NOTE 6 - SEE NOTE 6 8.3% MAx. 2.0% MAX. TOP OF 8.3% MAX. 2.0% MAX. 8.3% MAX. I - • i _ .. ROADWAY .rsrrorwww �i �,w.. iearw�� aura CURB RAMP o_ \- LANDING \_ DEPRESSED CURB 8 GUTTER 4 CURB RAMP a LANDING CURB RAMP m - SEE STANDARD PLAN F -10.12 SECTION O �� �TRIC� y 1 4, 0 WAS// / 'v a; F d ij e p O SECTION A �: : 'A BC s # ct 1 :g 2 g "CEMENT CONCRETE CURB RAMP "CEMENT CONCRETE CURB RAMP o�E' 9�0�� S T ��� o 1 �� 3 $ TYPE SINGLE DIRECTION A" PAY LIMIT -SEE NOTE 7 TYPE SINGLE DIRECTION B" PAY LIMIT _ `� S' T d - SEE NOTE 7 / ONAL E _ DETECTABLE WARNING V / g `g iii.. ` 1" RADIUS SURFACE - SEE _ Z g �� CORNER ' • STANDARD PLAN F -45.10 _ ` ~ / I PEDESTRIAN CURB Irl!!!_ "!!! / SINGLE DIRECTION DEPRESSED CURB AND �- CURB RAMP t \ —� _ - _ ,_ � _ GUTTER - SEE NOTE 5 �_\ 90° AN GLE — / � — _ STANDARD PLAN F- 40.16 -02 �'/ RADIUS MA Y ���" -� SHEET 1 OF 1 SHEET \�� /�/ VARY --_ ' ., APPROVED FOR PUBLICATION ISOMETRIC VIEW ISOMETRIC VIEW 1 ° Pasco Bakotich 111 6/20/13 O TYPE SINGLE DIRECTION B STATE DESIGN ENGINEER DATE I TYPE SINGLE DIRECTION A PAY LIMIT DETAIL D PAY LIMIT W ashington State Department ofTransportation I GROUNDING CONDUCTOR - NON - INSULATED NOTES #4 AWG STRANDED COPPER - PROVIDE CONDUIT COUPLING INSTALL 3' - 0" MIN. SLACK (ROUTE CONDUCTOR FLUSH WITH TOP OF BARRIER 36" 1. See Standard Plan J -28.40 for Luminaire Pole base mounting details. TO LUMINAIRE GROUNDING STUD) (DO NOT GLUE PVC STUBOUT) I 3" (IN) DIAM. x 3/4" (IN) a I EIGHT #7 BARS, 2. The Strap Templates shall be held in place by nuts, 6" (in) from the top of the foundation i GROUT WELL (TYP ) } EVENLY SPACED and 3" (in) from the bottom of the anchor bolts. Eighteen heavy duty hex nuts and six — n si- 3/4" (IN) CHAMFER (TYP.) �i round washers are required for a slip base assembly. Eighteen heavy duty hex nuts and I = I - = i CENTER THE CONDUIT six plate washers are required for a fixed base assembl t . IN THE FOUNDATION = #7 REINFORCING 3. Use Steel Light Standard Foundation Type A on level ground or slopes not exceeding C'I j STEEL BAR 4H : 1V. Use Typ B for slopes steeper than 4H : 1V, but not exceeding 2H : 1V. ■ ■!; ■ _ _ _ b , -�,� Slopes steeper than 2H : 1V shall require a special design. I N. !■ #4 REINFORCING --\ rr y� �� "' i - STEEL HOOP ' %' 4 These foundati are designed for a minimum of 2000 PSF (TYPE A) or 1500 PSF ANCHOR BOLT (TYP.) - rim VI IIi (TYPE B) allowable lateral bearing pressure for the soil. A special foundation shall be SEE TABLE _ i 1' 3" DIAM. BOLT CIRCLE (TYP.) required for soil with allowable lateral bearing pressure lower than 1500 PSF. N'----- �� : / 0 I al 5. The Luminaire Pole height shall not exceed 50 1 (ft) (H1). ' ■' 1 #4 HOOP (TYP.) 6. Slip bases shall not be installed on 50' (ft) (H1) poles with Double Mast Arms, nor on III 1� 1" (IN) DIAM. CONDUIT -CAP EACH TOP VIEW poles weighing more than 1000 lbs. END _ PROVIDE ADDITIONAL CON - HEAVY HEX DUIT FOR COMMUNICATION OR FIXED BASE 7 Slip bases are required on poles installed inside the Design Clear Zone, and on poles NUT (TYP.) - SEE FIXED BASE FOR DETAILS NOT SHOWN SIGNAL CABLE WHERE SHOWN installed behind traffic barrier that are within the traffic barrier deflection zone. SIZE TO MATCH IN THE CONTRACT NCHOR BOLT - PARTIAL ELEVATION VIEW 3/4" (IN) SEE TABLE ‘1)- `v 1 CHAMFER (TYP ) 8. Foundations constructed within Media Filter Drains shall be increased in depth by SLIP BASE d � the depth of the Media Filter Drain. v 0 1 Z � 9. Exposed portions of the foundation shall be formed to create a Class 2 surface finish. 46 V RO UND WASHER SIZE TO ! �: -,, . All forming shall be removed upon completion of foundation construction. 1 u iwl, 0 MATCH ANCHOR BOLT t (IYP.) -SEE TABLE z / /�/ - I 1 ;� I concrete lacement a , \/� r ;; p 10. For excavation, p and backfill options, see METHOD 1 and ' ' • / rI METHOD 2 on Sheet 2 of 2. 0 / NJ �I STRAP TEMPLATE �' � r 11. The anchor bolts shall be high- strength steel, manufactured from ASTM F1554 Grade ASSEMBLY P. - i - i---- -' 1 \ 105, with heavy hex nuts and hardened washers. Galvanize the anchor bolts according u J SEE DETAIL ) i I I 0 to ASTM F2329. : 1- r , z 5 12. The foundation shall be grounded in accordance with the requirements of 1 1 a w Standard Specification 8- 20.3(4). o ANCHOR BOLT (TYP.) - EXTEND THE CONDUIT 6" (IN) MIN. SEE TABLE BEYOND THE FOUNDATION OR THE --11– I 1 °' N '- 13. See Standard Plans C -8b and C -85.14 for steel light standards on traffic barrier. CONTROLLED - DENSITY BACKFILL I 1 n ti v U `<c JIB " #4 HOOP (TYP.) ( I U I a s °D w It. Z EL b I CLAMP CONDUCTOR TO STEEL REINFORCING BAR WITH LISTED _ = a �� oil WASy� I a s a LLI a W � ��� � G ~� CONNECTOR SUITABLE FOR w �, 2 U ` USE EMBEDDED IN CONCRETE w m O v r c7 ti (D +1/16 (IN))DIAM. a ,� �lj z � HOLE (TYP.) - CONCRETE CL 4000P m U � 2 547 � `V ISOMETRIC VIEW SEE TABLE #7 (TYP.) I I I a LL SLIP BASE ss jONAL AL ti� 4; �G A NCHOR BOLT ASSEMBLY 1/4" (IN) STEEL BAR (TYP. - Y (SLIP BASE SHOWN) 2" (IN) WIDE x 1' - 3" LON 0 ii ANCHOR BOLT TABLE 1 I I I 2 1/2" CLR. 0 STEEL LIGHT STANDARD MAST I 0 FOUNDATION TYPES A & B LUMINAIRE MAST ANCHOR BOLT N. 14 1 EIGHT (FT) ARM ARM DIAMETER (IN) LENGTH (H1) TYPE (FT) "D" ■ G -- -G, STANDARD PLAN J- 28.30 -03 t Z FIXED BASE 20' TO 50' SINGLE 6' TO 16' 1" i i g SHEET 1 OF 2 SHEETS i V - 1" (TYP.) i T• ANCHOR BOLT LAYOUT APPROVED FOR PUBLICATION 20' TO 50' DOUBLE 6' TO B' 1" 1 1 SEE SLIP BASE FOR DETAILS NOT SHOWN 20' TO 45' DOUBLE 10' TO 16' 1" TOP VIEW ELEVATION VIEW STATE DESIGN ENGINEER Washington Stale DepaAmeM of Transportation 46' TO 50' DOUBLE 10' TO 16' 1 1/6" STRAP TEMPLATE ASSEMBLY FIXED BASE W/ 1 NOTE - !- These foundation Construction Methods I are applicable to all Steel Light Standard Placement Cases. See Standard Plans EDGE OF i EDGE OF j J- 28.22, J- 28.24, and J- 28.26. SHOULDER LUMINAIRE POLE SHOULDER s — LUMINAIRE POLE I I i i POLE BASE POLE BASE i 1 i SLOPE ROUNDING -7: SLOPE ROUNDING ,, •, / /'%�` ; /`` %II ' ' .. _ ' i. ,, Kii4W / / /\� �� ` 1 ; �4I I . � _ ' WIDENIKMENT G / EMBANKMENT `\\��� � i ; ./ WIDENING '� � SLOPE 2H : 1V MAX. • ♦ \ . ` (MAX.) 1 ♦ t o . V \� �� � OR FLATTER v. I • 6 o ! � ,' is b / /� _-- - ____. ��� 'v Eo UNDISTURBED SOIL ` / . • ` I 4. �i ____ , �* • SLOPE 2H • 1V (MAX.) � ,'' i • �� �, v UNDISTURBED SOIL - . _ I,. < m / .. i • • OR FLATTER < m (TYP.) // -----1-- - ^ _ - � � �, STANDARD I w w ( •) Q t w to \` TEMPORARY SLOPE OR �� • i . ` a a /` `_ = �_ _ _ � SHORE AS REQUIRED (TYP ) LIG FOUNDATION • ' i / CONCRETE CLASS 4000P METAL FORM FOR LIGHT �, — _ , _ /\ • % STANDARD FOUNDATION OS - =i \ OVER - EXCAVATED AREA SHALL BE BACKFILLED —_---7-_------1--.-- WITH CONTROLLED - DENSITY FILL (CDF), OR WITH i , OVER-EXCAVATED SPECIFICATION RA SHALL 8- 20.3(2) ACCORDANCE WITH ■ - I LIMITS OF STRUCTURE • CONCRETE CLASS 4000P i 1 , i �� ��, • / V v 1 / "f /y EXCAVATION U 3' - 0" DIAM. UNDISTURBED SOIL 1' - 0" 3' - 0" DIAM. (TYP.) UNDISTURBED SOIL (CASE A SHOWN) (CASE A SHOWN) m 1 METHOD 1 METHOD 2 N O SUBSURFACE FORM METAL (SUBSURFACE) FORM REQUIRED I This option is used only when the existing soil in the hole will When the existing soil will not retain a vertical face, over - excavate remain standing and the cement concrete can be placed with- the foundation area and install a 36" (in) diameter corrugated metal out causing the soil to collapse. Concrete shall be cast directly (pipe) form. The corrugated metal form shall not extend more than against undisturbed soil. 5" (in) +1- 1" (in) below any portion of the foundation that will remain 4 ZEL 111 exposed upon final grading. Continue forming to full height using a 7 the hole for the foundation. Use a paper or cardboard form paper or cardboard form to achieve a smooth finish on final exposed � G to achieve a smooth finish on the final exposed cement concrete. cement concrete. Support the form as necessary to remain plumb. - 1 Support the form as necessary to remain plumb. See Standard Plans J -28.24 and J -28.26 for maximum heights See Standard Plans J -28.24 and J -28.26 for maximum heights of exposed foundation when no embankment widening is to be 0 : % � 1;: ;44 cy of exposed foundation when no embankment widening is to be installed. o,�,z installed. cp ss A �� ' Place the concrete foundation. 'ON Place the concrete foundation. After concrete has cured, remove the paper or cardboard I After concrete has cured, remove the paper or cardboard form portion. form portion. STEEL LIGHT STANDARD Backfill with controlled- density fill or compacted borrow in accord- FOUNDATION TYPES A & B I Construct the embankment widening (if required). ance with Standard Specification 8- 20.3(2). Construct the embankment widening (if required). STANDARD PLAN J- 28.30 -03 SHEET 2 OF 2 SHEETS 1 APPROVED FOR PUBLICATION CONSTRUCTION METHODS STATE DESIGN ENGINEER T Washington State Department of Transportation INN I= =I MEN NM MI MN I= 11111MMINIIIIII MN I= L 5.0' 24.5' ± 4' CHAIN LINK ~� FENCE MODULAR CURB & GUTTER LOK WAL� %,� %� %� „� - - -- - -- --- - C - - - -- _s - - - -- HT. VARIES m CSTC B EHIND WALL- 0.33' DEPTH CONC. SIDEWALK COMPACTED BASE COMPACTED CSBC 0.17' CSTC (COMPACTED DEPTH) WALL SECTION - LINCOLN AVE STA. 12 +35.8 LT. to 13 +03.3 LT. ADDENDUM #1 APPROVED• 1 -25 -16 CITY OF YAKIMA - ENGINEERING DIVISION 1 PROJECT DETAIL I P2 En 1.1. M 11111111 MI MI M E NM Mill ME 1111111 E ME MI M Brace posts End, gate or corner post Line post Twisted and barbed selvoge Broce post •r Pull post ¢ IN 4 -- Top rot I : f•• ± :4. 5leeves ?Ij {r c —Top rat 1 Fobric band ?. I•f ; ;t ' I ilfi { . }} x :• : .? If Choin l ink fobric tS!u.� - Stretcher bor 44 E Iii. x # i # k r; ; M.. r. FA '' itf ' € M ^III t:t • II `Twsted • ond -J Nn barbed s elv o ge ''^ ` Line post Broce post Broce post End, gate or corner post Twisted and barbed selvage Brace post CHAIN LINK FENCE TYPE 1 v• Pull post no-: ; r? i • " i iiii hairs link fabric F Tension wire Ilk; Broce rot I { � lijii1 • r Ili : i Broce Broce rat I :.} III; r at 1 #: f ;..,• cyls:: • Igo- • os q :• ',::? :;:;i1::;: Fobric band { r t•,•. Stretcher HI T ens Ion w ire } :.. ;i k' Dory II« >:<: ,; y < K : ,!I1-;: ns : r ` . `� 111 1 I — Twisted and barbed ' I N selvage 1 CHAIN LINK FENCE TYPE 3 Broce post —Broce post Brace post End, gate or corner post Line post Pull post Knuckled selvoge nit 'y'• 31 x; x :$ •:; •pan+: -Tension S Fi. a v, v. Chain I i nk fabr i •f :s { > tension? II £ ^;: ` i >: ' wire : ffffff t is ' Ili t ti: ` i� � {; crat rot I ill Stretcher bor .;}I�a Fabric band `�.- >.. `' I }. Broce rot I ¢: : :': • ill II' :: .. r Iii " .. • 1.17 1::: ; , , I L I CHAIN LINK FENCE CHAIN LINK FENCE TYPE 4 Brace post Broce post End, gate or corner post Line post Pull post Sleeve Knuckled selvage n:c :. , :: S'� :L s :: x >3I1 S ir:li. �. .y ' r cti a :; :.:. ;: ;�,: Choin I i nk fabr . { , I� ) . Top ra I K }` II $ , : Fobric bond N (: • :: :.' $ ; — Tension wire ;'III •:47r• 1 CHAIN LINK I � FENCE TYPE 6 I� ADDENDUM #1 • L V J\ at i ........... \ E0St L i i o s � ti • tN z River Rd .e. N c t W J St Elks 7 CorridorSafetyProject il N Z E K St Park ‘ . 0 c. DT FechterRa W 1 E v F t Wt3 1St I ` �' 5 K S Castfevale Rd J'e Q > E S ,., a .. L > Z Z L id Kern Rd z r y Q Z N. 32nd Ave to N. 16th Ave L1I y ' r Swan Ave Z t A Z 41 te a. Jerome Ave I- �` ee ' City of Yakima Project No. 2344 1 h o G z z Fairbanks Ave % p S% nglewoodAve s se � > > a '� E �r Fed. Aid No.: HSIP -4648 (002 Z 0 Q 2 ,. < a �, p S� E L� PROJECT AREAS McKinley Ave 44 3 g 0 2 Z ''( � ',: e NI tint > L Garhetd Ave $ i b ' Yakima ��r I. 4 Q M Q > > > u • Jefferson Ave a e` 1 .- E � g avalanche Ave 2 c h 5 > 5 > a > u v Folsom Ave P SG lt0 %untain Rd z ° r, el N Q N Q z `= Q a Browne Ave `14 \ E I G �� SHEET INDEX r z 2 z f z E v a Summitview Ave a z co Z 2 Z Summitview Ave • �aK`map.N �p '�, ell` Station Limits z t t 4% Sheet From To Description Barge St Z s � �. Vicinity Map, Affected Parcels & Index U 2 W Yakima Ave 9 1 10 +00 21 +50 Lincoln Ave Corr. Safety Sidewalk Plan o v 2 42 +00 48 +00 Lincoln Ave Corr. Safety Sidewalk Plan } ; ; > W Chestnut Ave ` �, 3 48 +00 59 +00 Lincoln Ave Corr. Safety Sidewalk Plan Q < < Q Q e mace S « 4 Lincoln Ave & 16th Ave Signal Upgrade I 5 Lincoln Ave & 5th Ave Signal Upgrade 6 Lincoln Ave Pedestrian Crossing Plan 7 School Flasher Plan VICINITY MAP NOT TO SCALE PLAN DISCLAIMER � eER • � r � a' �� UNDERGROUND FEATURES SHOWN HEREON REPRESENT u :"' % , • , , BE AVAILABLE INFORMATION AS OBTAINED FROM LOCAL AII'America City , , ; ..- `' e-- I RECORDS AND VISIBLE SURFACE EVIDENCE. THE CONTRACTOR Nnixnv.uva� �' �' -. '� v �' A ' r y , ) .....„, , IS CAUTIONED TO VERIFY THE LOCATION AND DEPTH OF ALL 1 UNDERGROUND FACILITIES STATE LAW REQUIRES THAT ALL " J EXCAVATION WORK MUST BE PROCEEDED BY NOTIFICATION TO Know what's below. ! � `� ovnt. �1` + ++ , . 11 � �� -•. . . ALL OWNERS OF UNDERGROUND FACILITIES THROUGH A ONE CaII before you dig. 41, ` i , '� I NUMBER LOCATOR SERVICE: 1- 800 - 553 -4344 tt r r r 1 January 2016 ' , n . / r \ N I ESSA CD / MARY E /CHARLES F & N VAN R. ACEVEDO Q NEWMAN TRUST Q VIOLET R. EASTMAN $ \ o / 3005 W E TNTIAGO HNOJOSA �E �' \ A I N ' j M (181323-22420) I ti (181323 - 2245 n M A I \ Vnl('/' . , NI 1 If - I/�I IT^ t I/ T^ A n11 /\nl L_Il,v. vL_IV rlU_IVrI l 25' '� ` I I -- L_IIVvV./LIV \ rl L_IVrI l.. nLJ LJI I I\lIN 3 r� L IJ I I I �J nv O ( - 22417) O $ O I )1 0. 1 (181323 22413 (181323-22416) CONC Q ASPH. \ Wm DRWY _ o ` �DRWY � - 1' NEW ROW DRWY N EW ROW NEW RO GRAVEL G VEL _, 1 CONC. I 1 0 En _ © 12 © © el N En 0 0 co in • 10 +00 00 1 , MON IN CASE 11 © 1 3 © \ \ ` \ O © o BP I I 14 � `\ , � f © t) 1 SW COR. NW 1/4, — S 89'40 E I 1 I ( — — — I — I \ (` — — in NW 1/4, SEC 23, Lincoln Avenue REMOVE EXISTING RAILING .k ° o T 13 N., R. 18 E., W.M. . O c,4 in AT BACK OF WALK a \ EXISTING CONC. SIDEWALK E %ISTING CONC SIDEWALK ----\ � EXISTING CONC. SIDEWALX ` ' C ONSTRUCTION NOTES Z 2 I 2 , LEGEND / ® CONSTRUCT SINGLE DIRECTION CURB RAMP -- NE RIGHT OF WAY G ll L _ NEW CONST EASEMENT O CONSTRUCT 3' CONCRETE APPROACH — — EX. RIGHT OF WAY \\ ° �7\ U \ - EX. PROPERTY LINE O�. 1 ® CONSTRUCT 3' ASPHALT DRIVEWAY APPROACH EX. EASEMENT LINE \\ • \ C Q EX. CENTERLINE \ c 1 1 ® CONSTRUCT BLOCK WALL TO LIMITS SHOWN 1 1 ® TO BE ADJUSTED / RELOCATED BY CITY OF YAKIMA \ \ E © REMOVE TREE AND GRIND STUMP TO GROUND I— — ---\\ \ \ ! 1 ® RELOCATE SIGN AS DIRECTED \ r AR / / /// F ,_ I > ' / / I ( 181323 - 22444) N I \CARq \ I —* TIN R. & Q / C AROLINE NEUHARTH C] JUAN F & ZULMA i ���/ () C I ZAPPA C MENJIVAR/ V7 ir W 1 1 W LL i i i i ALICE H. PORTER 290 LBEIN 402 L =`J <r 2 90 7 / j 2905 / 203/ s 1 / 2805 co / -� co 1 / / � / / / // / AA,, t W 5 A t W Q / 1 1 r MATCH EXISTING I I Q W coNC SIDEWALK ' III W -, ASPH. 25' 25 W -- CONC Row (181323- 22002 — — — — ASPH — — i -C I a DRWY CONC ASPH. 1 ASPH —C co ., t_ DRWYI NEW ROW NEW ROW DRWY DRWY W 0 j r EINEM ............_ -- ----- =_ _ = . - FE- . . _ .. :7-:53.5-5515,2 _-- - ;# EXISTING CONC. SIDEWALK t is) in In © 0 O O zn cn © © © © O © © © 36 +44 45 co 16 17 1 19 20 21 I. H — I —, I I — — -I L_ — I — I s 89'40 E I — I — , 1 I — — -I — I — I — Lincoln Avenue W , M IN N W N \ \\ /�' TING CONC SIDEWALK En v [r) N v CASE Z J EXISTING CONC. SIDEWALK �\ I -- Z T EXISTING CONC. SIDEWALK — E %IS �\ �' SE COR — — p ��\ /,� \\\ EXISTING CONC. SIDEWALK NE 1 4, — — — _ NW 1/4 1 -- — -- -- SEC. 23, U GENERAL NOTES ��g S y F �, �� "�� I SCHOOL FLASHER SYSTEM R.I . E. WM. 4... , 16 of r 4 :: , CONSTRUCT NEW CONC POLE BASE AND Q < 1 POLES IN SIDEWALK AREA TO BE MOVED BY Q PLACE CITY PROVIDED POLE AND MAST 1 1 CENTURYLINK. :• - ARM IN THIS LOCATION. RELOCATE EX. cr 2 CITY OF YAKIMA WATER DIVISION WILL ADJUST Q ~ COMPONENTS ON POLE MOUNTED SOLAR 5wm SCHOOL FLASHER TO NEW POLE AND MO NT OC \ WATER VALVES TO NEW SIDEWALK GRADE OR 1 Cr) 1 ° �% e ms ° G � # LIGHT TO MAST ARM. REMOVE EX. POLE N I \\ RELOCATE. I I ` I StONAL O' AND BASE. 1 Lincoln Ave Corridor Safety Project Eng: RKT Drawing Scales Sidewalk Plan 1 I r' Engineering Project - Lincoln Avenue I ), 9 9 Division D rawn By RKT Horizontal = 1"=40' Sta. 10 +00 to '• •' 129 North Second Street Fed Aid No HSIP -4648 (002) Chkd. By BHS Vertical = none 7 ` DATE REVISION BY � ' Yakima, Washington City of Yakima Project No. 2344 sta. 21 +50 I 1, L I 1 SEC. 23, T. 13 N., R. 18 E.,W.M I- I j AN inR n / +� 2 v p 1 �/ � c „nL%2201 PIZZA ' / / / / / / / / / / / / / /// w E 5 / A 1f \I 1 h 1 (' r — A 1 T r — D L_JI V 'LJL_I V ✓ L_/ V 1 L—_/\ A I MATCH EXISTING CURB REVOCABLE LIVING TRUST (181323 12041) (181323-12040) AND SIDEWALK (181323-12050) ASPHALT ASPHALT ASPHALT PARKING LOT Q ASPHALT ASPHALT PARKING LOT 2100 PARKING LOT ASPHALT PARKING LOT PARKING LOT PSS /�\ PARKING LOT I - - I 35 - - - -- - _ I 31 — — d N \— 34' I -- -- -- 1-- _ _ NEW ROW i `� NFW ROW N : ONC SIDEWALK �. _ 111W - _= %= "'=� ==- _ ''''n� %:� •�`': ^,;"'' ` `%`W" ^< = 'rJ iild,,.,..^� ^;,". %o ",I�` EXISTING CONC. SIDEWALK cb .:_ _' -" ien ,•int_= ?= 'z'__a"r� "z; --nrn_ ''• ',r' , S•:/.lr f1::f.`. ^ ..•!! am. 1 0 © I 0 0 0 r 431 REMOVE EX. CURBING 44 1 45 46 I 47 4 Mw " — I — 1 I — 1 — — — 1 S 89'29'55" E 1 — —1 — 1 — 1 — —1 — 1 — CASE Lincoln Avenue SE COR I NE 1/4, NW 1/4 SEC. 23, — 1 EXISTING CONC. SIDEWALK -- EXISTING CONC. SIDEWALK -- — T 13 N., i 1 1 -- -- R. 18 E.,W.M.i I 1 _ LEGEND 1 NEW RIGHT OF WAY EX. RIGHT EASEMENT CONSTRUCTION NOTES — _ EX. RIGHT OF WAY I \ —....... — — — EX. PROPERTY LINE ` EX. EASEMENT LINE \ EX. CENTERLINE O CONSTRUCT 3' CONCRETE APPROAC I O CONSTRUCT SINGLE DIRECTION CURB RAMP ,_ 1�,� , , O CONSTRUCT 3' ASPHALT DRIVEWAY APPROACH I g E R S ® CONSTRUCT BLOCK WALL TO LIMITS SHOWN `Z`'$'° ' F 5 TO BE ADJUSTED / RELOCATED BY CITY OF YAKIMA GENERAL NOTES !" ©REMOVE TREE AND GRIND STUMP TO GROUND 1. POLES IN SIDEWALK AREA TO BE MOVED BY ii.,,, • ' 's ue 1 CENTURYLINK O CONSTRUCT COMM. DRIVEWAY APPROACH AS SHOWN 2. CITY OF YAKIMA WATER DIVISION WILL ADJUST 6 Nc 6 ' ' 1 ® RELOCATE SIGN AS DIRECTED WATER VALVES TO NEW SIDEWALK GRADE OR RELOCATE. 1 Lincoln Ave Corridor Safety 4 4t ,� City Of Yakima Project En RKT Drawing Scales Sidewalk Plan 2 /,,,* Engineering Division D rawn B RKT Horizontal = 1"=40' Sta. 42 +00 to ,� 9 9 Project - Lincoln Avenue y' • � r'. 129NortSecondStreet Fed Aid No HSIP 4648 (002) Chkd. By BHS Vertical = none 7 DATE REVISION BY ''� Yakima W ashingto City of Yakima Project No. 2344 Sta. 48 +00 1, 1 1 Cl_.,. L3, I. 13 IN., K. 10 C.,VV.IVI (181323-1 GRE jj%�REN A COLEMAN T ,� 1 1 1 17 I L TRACTS 1 j I 1 'Y^Yll.: ILI \I \ \I GARDEN GARDEN � \/-1 v\T.. � �j 1� i 1 IAA IIn n I 1\ N L_L I L_V t \l : / /A / /�/'ll Al AI / All I� - j 1 _ D 7 L.IIVv VL.IV ni VLIVVL_ IV //',UVI\ ' / 1 W E l' AV '/ - \l nI I� r - r� i/AIA - )\/ / /? I/. 1 1 - `�� 1 - -__ L .IIV VVL.IV VLILI \I/V/ - 1/ \I vl_l/VI 1 I /�� , \ � 'L ./,l\ > S 105% > 1 g pg MICHAEL RUDICK/ 1 ASPHALT PARKING LOT 1 1801 I PARKING LOT I I I ,SPHALT / / / / / // I I / I 1617 1 _ , 1 (181323-11443) j O RKING LOT 181323- 11425) ASPHALT ; , �, (181323-11424 • 11 (181323-1144 2, Q N I PARKING LOT I ` -- -- EX. ROW — — — • 'I _ NEW ROW / �� i -- EX. ROW X - IW • \ - . . '`-== =z =s*_ =s R- " _ z-'_'=_ _`..;'.- _ -'-- _- -�- ----__"`_- 1 1 PI 49 +65.16 0 0 0 0 0 62 +90.02 50 /� 55 56 57 58 I 1 I —I MON IN CASE S IC I 89'38'55" E I — — —I — I — — S 89'38'55" —EE I — I — I — V MON IN SW COR. NE 1 4, NE 1/4, SEC 23, Lincoln Avenue CASE 1 T 13 N., R. 18 E., W.M. SE COR NE 1/4, NE 1/4 EX. ROW _ _ R.18 E.,W.M. - -- -- -- :Al' ROW LEGEND EX. ROW REPLACE LIFTED — NEW RIGHT OF W SECTION OF SIDEWALK NEW CONST. EASEMENT IN AREA SHOWN. — — — EX. RIGHT OF WAY I EX. PROPERTY LINE CONSTRUCTION NOTES EX. EASEMENT LINE EX. CENTERLINE 0 CONSTRUCT SINGLE DIRECTION CURB RAMP ® CONSTRUCT 3' CONCRETE APPROACH 1 ® CONSTRUCT 3' ASPHALT DRIVEWAY APPROACH ® CONSTRUCT BLOCK WALL TO LIMITS SHOWN I ® TO BE ADJUSTED / RELOCATED BY CITY OF YAKIMA GENERAL NOTES © REMOVE TREE AND GRIND STUMP TO GROUND I 1. POLES IN SIDEWALK AREA TO BE MOVED BY O CONSTRUCT COMM. DRIVEWAY APPROACH AS SHOWN CENTURYLINK 2. CITY OF YAKIMA WATER DIVISION WILL ADJUST ® RELOCATE SIGN AS DIRECTED 1- "^ \ �' WATER VALVES TO NEW SIDEWALK GRADE OR RELOCATE. x:\ " A, � 0 ° � 41 p� it • p A , 09407 e 1 .t SS!O,VAL 61' 1 'l o Lincoln Ave Corridor Safety : yam Ci Of Yakim Project Eng: RKT Drawing Scales Sidewalk Plan 3 i Engineering Division Project - Lincoln Avenue Drawn B RKT - •�I3 9 9 Fed Aid No HSIP -4648 (002) y Horizontal = 1' -40' Sta. 49 +65 to V 129 North Second Street Chkd By BHS Vertical = none 7 ‘ , DATE REVISION BY Yakima,WashIngt°n City of Yakima Project No. 2344 Sta. 59 +00 ' 1 I It + 5 "Kr''' it it Aiiik ill Q i I o .r. i N I «« 4 es se Awe Ili 1 — PLACE HEADS WITH 12" LED 110....2,— S 9 . PLACE SIGNAL HEADS 1 • # ' ,_... _, WITH 12" LED HEADS Lincoln AVE ly is : :i fi 1< 6 2 , i AA i I t s 1 9. i 1 - REPLACL LiF i L t - + SECTION OF SIDEWALK 1 REPLACE SIGNAL HEADS s WITH 12" LED HE?.G 6 , L..i n co I n ue REE ' I / \ven c I WITH 12 LED SIGNAL HEADS HEA ` ht ¢ t •i f ' \ - ip, r illb 0 REPLACING RAISED SIDEWALK LOCATION REPLACING SIGNAL HEADS AT 16TH AVE & LINCOLN AVE �� „ I A, It �•t T ,1 in. ,f :1.-, 2 , 1 "17:!1;11.09 ; :t .,/0\U. F:I''\+ 1 1 of L'4 Lincoln Lincoln Ave Corridor Safety Sidewalk /Si nal Heads J„ Ia Engineering Division Drawn By: RKT Horizontal = 1 ” =20' Plan .• 1 V � City Of Yakima Project Eng: RKT Drawing Scales 9 4 En ineerin Project - Lincoln Avenue �� �,. 129 North Second Street Fed. Aid No. HSIP 4648 (002) Chkd. By: BHS Vertical = none 7 DATE REVISION BY - ' Yakima, Wash n on City of Yakima Project No. 2344 ■ Il 1 1 a. i VA I 1 Ai Iii, yvtyr 1 7 it 1 r ,•_ . _ I _ I °1fe L illi■ Allill itailioi IF 1 1 1 0 _ 4 _ . . 1 RE PLA. IS t. ° ..- 44114 * _ _ WITH 36" W1 -3 SIGN' . _ _ i If Ar REPLA SIGNAL HEAD' 1 r opwr-0-0. . .. 4a alr`' WITH 12" LED HEADS \\ To:A ._ . 0, . 40, _ T I lab • ,� ltallIllr"*- _ , . 1 116bill° . , : . \ a 1 REPLACE SIGNAL HEADS WITH 12" LED HEADS 1 all) . Or 1 1161 00 REPLAC HEADS! -I # .41 A 1 LELJ HEADS 1 • ! - • • _ „... 1 . .t . • Z ' if T REPLACING PIERCE AVE SIGNS P w - . hi , . \ tot 0.1 ...„ .40.0.0,- 1 ,?, E R h,• As CO Ct 1 REPLACING SIGNAL HEADS AT 5TH AVE & LINCOLN AVE ��itf p " "TTA ` �l+ ` Pc- II 1 — _ _ ., Lincoln Ave Corridor Safety S nal /Si na e Plan Ci ty Of Yakima Project Eng: RKT Drawing Scales 9 9 9 5 Engineering Divisi P rojec t - Li nco l n A venue D rawn B : RKT 1 9 9 Y Horizontal = r =20' Fed. Aid No HSIP-4648 (002) Chkd. By: BHS Vertical = none 7 DATE REVISION Br ° °�°' '� 3 Yakma W as ^ °�° City of Yakima Project No. 2344 1, 1 N / / / / // W 1 E 1 / / / S / / + I / P =Pv 1 i + 1 // / �* P / �O / e / 1 --- �/ // 1 (1) SCHOOL FLASHER SYSTEM 1 181323 -21418 / CONSTRUCT NEW CONC. POLE BASE AND Q 1 1 / PLACE CITY PROVIDED POLE AND MAST 181323 -21029 I ROBERTSON ELEMENTARY PARKING LOT 181323 -21028 ARM IN THIS LOCATION. RELOCATE EX. / COMPONENTS ON POLE MOUNTED SOLAR 2605 - I"' / / 2701 SCHOOL FLASHER TO NEW POLE AND MOON LIGHT TO MAST ARM. REMOVE EX. POLE N 1 7.--E' CONC SCHOOL FWNDAnON / / AND BASE. I \yl XING SK "\ / 1 36 +44 45 o Lincoln Avenue Lincoln Avenue 24 25 26 27 28 I I - I -I - 1 — 1 - -I — 1 — 1 - -I — 1 — 1 - -1 — 1 MON IN )EWALK pc' li EXISTING CONC. SIDEWALK \ CASE I _ /% Q\\\ / //O SE COR 1 ; � -- 1 -- // - - - NE 1/4, SCNOOLI PON£R SEA - — — — — — 1 — — a) N W 1/4 > XING SGN > SEC 23, I 1 1 R 18 13 E W M. 1 1 ti H I I 1 1 I I 1 I I 1 1 I I �gER s 1- \�'VI° mo d` of 'ASS, F ' Cr I w '� :a,t .4 '.Vt + I 'TO NAL B 1 - ,� Lincoln Ave Corridor Safety a ,. °p City Of Yakima Project Eng: RKT Drawing Scales School Flasher Plan 6 —5 Project - Lincoln A ie-0.,, E ng i neer i ng Di v i s i on nco Avenue Drawn By RKT Horizontal = 1 " =40' 1 N.wr 29N°rthSewndStreet Fed Aid No HSIP -4648 (002) ` DATE REVISION BY ''' �akma, Waeh,n� °° City of Yakima Project No. 2344 Chkd By' BHS Vertical = none 7 1 1 1 0 9 O 0 1 62510,5:5-<<3.1 METAL RAILING 0.5' NEW SIDEWALK —I 'd 11 ' # REBAR (TYP.) 5' l ' NEW RAILING 1 C p ® -...,6,47:7-. , E X. CONC. CURB I #4 REBAR (TYR) 1 At i 1 i 1---0 i i---1 , 1. 8_ ... 1.= _.sm=94� -4. a 5 ' NEW SIDEWALK m ® , ti- _ CONC. CANAL COVER I M t 1 6 i 1I m 1 1 NEW SIDEWALK CSTC - COMPACTED L e L o L. .....1_,_.1 J —I m 1 CONC. CANAL WALL DEPTH VARIES 1 __ #4 REBAR (TYP.) CONC. CANAL BOTTOM I EX. CURB & GUTTER ,Z7 B SECTION'S' 1 PLAN VIEW I NOTES: ' --f— 2' —I---_ —I---_ 4 ________1__ _ I This detail shows a method of fabricating and constructing the new 4 2' — railing for the sidewalk over the PP &L Canal crossing. Except for 1 CALVANIZED the vertical dimensions, the dimensioning shown is approximate EE and based on the length of the canal crossing. AND POS it '�11�—II The railing posts shall be larger in size than the railing material t1 — — — n " DRIVEWAY The railing shall be removable, but when in place, it shall be 1 4" — — —11 — securely fastened or locked onto the walls to prevent or resist SIDEWALK vandalism or removal by by unauthorized persons. ; 6" I SIDEWALK DRIVEWAY SECTION The Contractor shall prepare or have prepared, shop drawings CONC. CANAL depicting the proposed fabrication of the new railing and submit 1 them to the Engineer for review and approval of the design and the I � �� E R S S ,_� � � ` materials to be used for the installation. The Contractor may use 4�T e i ' j � • cm -- -- - -- the detail shown hereon or propose a railing of similar configuration. '" r- The material specifications shall meet or exceed the specifications ' • ,�.:� • in the Special Provisions for this project. N ° SiONAL E� �0 ti SECTION'A 1 1 o � Lincoln Ave Corridor Safety , o City Of Yakima Project Eng. RKT Drawing Scales Canal Sidewalk Plan •] Engineering Division P r o Project - Lincoln Avenue Drawn By RKT Horizontal = NTS N✓ ' 12 North Seco Street Fed Aid No HSIP -4648 (002) Chkd By BHS Vertical = none 7 • DATE REVISION By'•' Yakima, Washington City of Yakima Project No. 2344 l Vii: Change Order � , City of Yakima Change Order Number 1 Project: (Name) Lincoln Avenue Corridor Safety Change Order Date July 6, 2016 (Address) Contract Number ` _ _2344 To. (Contractor) [KRCI - 1 PO Box 5120 Contract Date March 7, 2016._ Wenatchee, WA. 98807 L J You are directed to make the following changes in this Contract: • Rotate Veterinarian Sign 180 Degrees at 1715 W Lincoln Avenue • Cut pole and weld • All new wire as required • All labor, equipment, traffic control, and materials are included in this Lump Sum price of $1,665 10 Total this change order +$1,665 10 Add 1 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. See attached for pricing break down 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 $ 225,484.00 Net change by previous Change Orders .$_ 0.00 The Contract Sum prior to this Change Order ,,. ,. .. $ 225,484.00 The Contract Sum will be: el Increased ❑ Decreased ❑ Unchanged by this Change Order $ 1,665.10 The New Contract Sum includinn this Change Order will be $ 227,149.10 The Contract Time will be: ®'Increased ❑ Decreased ❑ Unchanged by 1 working days The New Cone. Time ' e 51 working days Contractor Approval Re ed Approved By onstrucbon Supervisor I By _ �/ � ►ZES1 } i 7' 12 / Title Da te 1 p ,_ yr�i Title City Manager,._.._.. __,_ B.1 C R 3 , / Chief Engineer — Date ? (4' On " 1 — Date — i3° 1 S n I Date JJ /3 / Based on Original to ❑ Contractor Copies to. ❑ Region ❑ Construction Administrator DOT Form 570 -001 EF ❑ OSC Accounting ❑ City Engineering 1 CITY CONTRACT NO ZO 1 2- 06/ O. RESOLUTION NO 0/L -Q3 Z f.> KRCI LLC FORCE ACCOUNT WORKSHEET PROJECT NO P205 DATE. PRIME CONTRACTOR: KRCI LLC 6/21/2016 SUB - CONTRACTOR: Knobels Electric DESCRIPTION: Rotate Veterinary Sign 180 Degrees LABOR / CLASSIFICATION HOURS WORKED WAGE TAXES AMOUNT 0 T. RATE 14.29% TOTAL $0.00 L & I INS. 2.8835 $0.00 SUBTOTAL $0 00 O &P @29% $000 LABOR TOTAL $0.00 EQUIPMENT HOURS WORKED RENTAL AMOUNT [ RATE SUBTOTAL $0.00 O &P @21% $000 EQUIPMENT TOTAL $0 00 MATERIALS /SUPPLIER AMOUNT INVOICE NUMBER SUBTOTAL $ O &P @21% $000 MATERIALS TOTAL $0 00 LABOR, EQUIP , MATERIALS $0 00 Sub Contractor AMOUNT INVOICE NUMBER Knobels Quote $1,486 70 SUBTOTAL $1,486.70 CONTR. MARKUP ON SUB @ 12% under $25,000 $178.40 SUBCONTRATORS TOTAL $1,665.10 (12% to $25K, 10% $25 -$100, 7% $100 +) Total (excludes WSST) l $1,665.10 AGENCY REP CONTRACTOR REP Knobels Electric Date. June 20, 2016 Regarding: C 0 Y. To KRCI LINCOLN AVE CORRIDOR #2344 ATTN: MIKE Gentlemen: We herewith submit our quotation on the above named job. The proposal as shown in this quotation is taken from the plans and specifications of the above named job as of the date of issue. If addenda have been made to the specifications which is directed to and affects the proposal made below, the quotation will make note as to covering same. This quotation Is subject to strikes, accidents or causes beyond our control, and to terms and condition of a performance contract. LINCOLN VETERINARY SIGN Qiy Description Unit Price Line Total 1 CERTIFIED WELDER TO WELD POST LT 628 00 628.00 120 #12 THHN M 110.00 13.20 BUTT SPLICES $ 1.18 3.54 3 CRANE 55.00 _ 165.00 3 OPERATOR HR 63.72 191.16 4 'FOREMAN ELECTRICIAN HR 72.97 291.88 Subtotal $ 1,292.78 P/O 15% 193.92 Total $ 1,486.70 Thank you for your business!