Loading...
HomeMy WebLinkAbout4.620 Original Contracty, ~a~ 1 ~ PROJECT MANUAL ' for ' PEABODY STREET RECONSTRUCTION PHASE II AND OTHER WORK ' PROJECT NO. 06-06 AN ARRA PROJECT ' ART ~F P ANA, ' `~J ~~~ V N ~~ ~ ~ ;:. ~~, . `~ ~ _ ., ,- C ~G' - ~~ _F...v _~ L~ ul ~oRKS AN~~ CITY OF PORT ANGELES WASHINGTON April 2009 ' GLENN A. CUTLER, P.E., DIRECTOR OF PUBLIC WORKS & UTILITIES STEPHEN P. SPERR, P.E., DEPUTY DIRECTOR OF ENGINEERING SERVICES ' For information regarding this project, contact: Eric Walrath, City of Port Angeles 360-417-4806 ' PW 0407_01 Part0l.doc [Revised March 2008] 1 J PROJECT MANUAL for PEABODY STREET RECONSTRUCTION PHASE II AND OTHER WORK PROJECT NO. 06-06 AN ARRA PROJECT pN~ CITY OF PORT ANGELES WASHINGTON April 2009 GLENN A. CUTLER, P.E., DIRECTOR OF PUBLIC WORKS & UTILITIES STEPHEN P. SPERR, P.E., DEPUTY DIRECT R OF ENGINEERING SERVICES Prep red b~~Eri - e~~b~y: William; - or .~~ Project Engineer City Attorney ' Revi d by:' Steph n . Sperr City Engineer 1 poRr.a~, ~ENP.s~ ~~e~ ~F WASy~~ ~~ ~ ~ cz~ ~- ~'o~ MFG SBER`~~ ~~~, ~~Zd~o9 ASS/ONAL ENG\ 1 TABLE OF CONTENTS PEABODY STREET RECONSTRUCTION PHASE II ' AND OTHER WORK PROJECT NO. 06-06 ' PART I BIDDING REQUIREMENTS: ' Advertisements for Bids ............................................................................ Page No(s). .................... I-3 Information for Bidders .............................................................................. .................... I-4 ' Bidder's Checklist ..................................................................................... Non-Collusion Affidavit .............................................................................. .................... I-5 .................... I-6 Bidder's Construction Experience ............................................................. .................... I-7 ' List of Proposed Subcontractors ................................................................................... I-8 Bid Form ....................................................................................................I-9-17 Bid Security Transmittal form ......................................................... ...................I-18 Disadvantaged Business Enterprise Utilitization Certification ................ ..................I-19 PART II CONTRACT FORMS SUBMITTED FOLLOWING AWARD OF CONTRACT ' Contract .................................................................................................................... I I-1-4 Performance and Payment Bond ................................................................................ I I- 5 ' Escrow Agreement for Retained Percentage .............................................................. II- 6 Certificate of Insurance ..................................................................... (provided by bidder) PART 111 SPECIFICATIONS AND SPECIAL PROVISIONS PART IV ATTACHMENTS A. Washington State Prevailing Wage Rates for Clallam County B. Davis-Bacon Prevailing Wage Rate Schedule for Washington State ' C. Request For Information (RFI) and Construction Change Order (CCO) Forms D. Contractor's Application for Payment Form E. Request for Approval of Material Form ' F. Request to Sublet and Subcontract Certification Forms G. Amendments to the Standard Specifications H. Project Plans 1 PART I ' BIDDING REQUIREMENTS r 1 ' ADVERTISEMENT FOR BIDS ' PEABODY STREET RECONSTRUCTION PHASE II AND OTHER WORK PROJECT 06-06 ' City of Port Angeles Sealed bids will be received by the Director of Public Works & Utilities at 321 East Fifth Street, P. O. Box ' 1150, Port Angeles, Washington 98362, until 2:OOpm, Tuesday, June 30, 2009, and not later, and will #hen and there be opened and publicly read at that time in the Jack Pittis Conference Room for the construction of the following improvements: ' Paving, Sidewalk, Driveway, Storm Drainage, Curb, Gutter, Water Main The City Engineer's estimate for this project is between $800,000 and $1,000,000. The time of completion (performance period) for this project is 40 working days. Plans, specifications, addenda, and plan holders list for this project are available on-line through Builders Exchange of Washington, Inc. at http;//www.bxwa.com. Click on: "Posted Projects", Public Works", "City of ' Port Angeles". Bidders are encouraged to "Register as a Bidder", in order to receive automatic email notification of future addenda and to be placed on the "Bidders List". Contact the Builders Exchange of Washington (425-258-1303) should you require further assistance. InformationaC copies of any available maps, plans and specifications are on file for inspection in the office of the Port Angeles Public Works ' Engineering Services (360-417-4700). All questions regarding the plans and specifications shall be submitted in writing or electronically to Jim Mahlum, Project Manager, at jmahlum@cityofpa.us. ' The City of Port Angeles, in accordance with Title VI of the Civll 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, Non-Discrimination in Federally Assisted Programs of the Department of Transportation, Issued pursuant to such Act, hereby notifies all bidders that it will ' affirmatively ensure that in any contract entered into pursuant to this advertisement, minority 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. ' Minority and women owned businesses shall be afforded full opportunity to submit bids in response to this invitation, shall not be discriminated against on the grounds of gender, race, color, age, national origin or handicap in consideration of an award of any contract or subcontract, and shalt be actively solicited for t participation in this project by direct mailing of the invitation to bid to such businesses as have contacted the City for such notification. Further, all bidders are directed to solicit and consider minority and women awned businesses as potential subcontractors and rnateriaf suppliers for this project. ' Glenn A. Cu#ler, P.E. Director of Public Works ~ Utilities Publish: Peninsula Daily News [dates -06/07109 & OB/14109] Cc: NPBA ~ge 5 Advertisement for Bids Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com -Always Verify Scale ' INFORMATION FOR BIDDERS Sealed bids will be received by the City of Port Angeles (herein called Owner ), at 321 East Fifth Street, Port Angeles, Washington 98362, until the time and date as stated in the ADVERTISEMENT FOR BIDS or as amended through addendum, and then at said office publicly opened and read aloud. Each bid shall lie received by fhe Owner in the manner set forth in the ADVERTISEMENT FOR BIDS. Each bid mus# be submitted in a sealed envelope, so marked as fo indicate its contents without being opened, and addressed in ' conformance with the instructions of the ADVERTISEMENT FOR BIDS. Each bid shall Lie submitted on fhe required bid form contained in Part I of the Project Manual. All blank spaces for bid prices must be filled in, in ink or typewritten, and the F3id Form must be fully completed and executed when submitted. ' Only one copy of the Bid Form is required. In addition, all other forms included in Part I shall be filled out and completed, including any addendum(s), and enclosed in a sealed envelope endorsed with the name of the work. Each bid shall be accompanied by a bid deposit in the form of a cashier's check, postal money order, or surety bond to the Cily of Port Angeles for a sum of not less than 5% of the amount of the bid, and no bid will be considered unless accompanied by such bid deposit. !n addition, the bidder shall submit a copy of a valid certificate of registration in compliance with 18.27 RCW. The Owner may wanre any informalities or minor defects or reject any and all bids. Any bid may be withdrawn prior to the ' scheduled time for the opening of bids or authorized postponement thereof. Any bid received after the time and date specified shall not be considered. No bidder will be permitted to withdraw its bid between the closing time for receipt of bids and execution of the Contract, unless the award is delayed for a period exceeding sixty (60} calendar days. A conditional or qualifed bid will not be accepted. ' The Ciiy of Port Angeles reserves the right to accept the bid that is in the best interest of the Cify, to postpone the acceptance of bids and the award of the Contract for a period not to exceed sixty (60) days, ar to reject any and all bids. If all bids are rejected, the City may elect to re-advertise for bids. Subject to the foregoing, the contract will be awarded to the lowest responsible bidder. ' The work wilt begin within ten (10) calendar days alter notice to proceed from the Director of Public Works & Utilifies and shat! be completed within the lime as stated in the Advertisement for bids. The Owner may make such investigations as it deems necessary to determine the ability of the bidder to perform the work, and the bidder shall furnish to the Owner all such information and dafa for this purpose as the Owner may request. The Owner reserves the right to reject any bid, if the evidence submitted by, or investigation of, such bidder fails to satisfy the Owner chat such bidder is properly qualified to cant' out the obligations of fhe Contract and to complete fhe ' work contemplated therein. Subject to the foregoing, the bid award may be made fo the lowest responsible bidder. The party to whom the Contrac# is awarded will be required to execute the Contract and obtain the Performance and Payment Bond within ten (10) calendar days from the date the notice of award is delivered to the bidder. Such bond(s) ' shat! be on the form provided by the Owner, specify the name, contact phone, and address of the surety, and shall indude a power of attorney appointing the signatory of the bond(s) as the person authorized to execute it (them). The notice of award will be accompanied by the necessary Contract and bond forms. Incase of failure of the bidder to execute the Contract, the Owner may, at its option, consider the bidder in default, in which case the bid deposit accompanying the bid shall become the property of the Owner. The Owner, within ten {70} calendar days of receipt of the acceptable Pertormance and Payment Bond and the Contract ' signed by the party to whom the Contract was awarded, will sign the Contract and return to such party an executed duplicate of the Contract. Should the Owner not execute the Contract within such period, the bidder may, by written notice, withdraw its signed Contract. Such notice of withdrawal will be effective upon receipt of the notice by the Owner. ' The notice to proceed wit! be issued within ten (10} calendar days of the execution of the Contract by the Owner. Should there tie reasons why the notice to proceed cannot be issued within such period, the time may be extended by mutual agreement between the Owner and Contractor. If the notice to proceed has not been issued within the ten (10) calendar day period or within the period mutually agreed upon, the Contractor may terminate the Contract without further liability ' on the part of either party. All applicable laws, ordinances, and the rules and regulations of al! authorities having jurisdiction over construction of the project steal! apply to the Contract throughout. ~je 6 Information for Bidders Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com -Always Verify Scale 1 1 BIDDER'S CHECKLfST 1. Has the Bid Security Transmittal form been completed, either by (1) attaching a bid deposit in the form of a postal money order, cashier's check or other security and filling out the part of the form above the words "Bid Bond" or (2}'a surety band in the proper form and filling out the section of the form below the words "Bid Bond"? 2. Is the amount of the bid deposit at least five percent (5%} of the total amount of the bid? 3. Have the bid forms been properly signed? 4. Do the written amounts of the bid forms agree with the amounts shown in figures? 5. Have you bid on all items? 6. If Addendum(a) have been issued, have itlthey been acknowledged on the Bid f=orm? 7. Has the non-collusion affidavit been properly executed? 8. Have you shown your contractor's state license number on the Bid Form? 9. Have you included a copy of a valid certificate of registration in compliance with 18.27 RCW? 9. Have you listed all proposed subcontractors that you will use for the project on the Listing of Proposed Subcontractors form? 10. Have you filled out the Bidder's Construc#ion Experience form? The following forms are fo be executed after the Contract is awarded: A. Contract - To be executed by the successful bidder and the City. B. Performance and Payment Bond - To be executed on the form provided by Owner, by the successful bidder and its surety company. To include name contact and hone number and address of surety and power of attorney of signatory. ~. Insurance certificate(s). ~ge 7 Bidder's Checklist Provided to Builders Exchange of WA, Inc For usage Conditions Agreement see www.bxwa.com -Always Verify Scale NON-COLLUSION AFFIDAVIT 1 STATE OF WASHINGTON COUNTY OF ' The undersi n g ed, being first duly sworn on oath, says that the bid herewith submitted is a genuine and not a sham or collusive bid, or made in the interest or on behalf of any person not therein named; and (s)he further says that the said bidder has nvt directly or indirectly induced or solicited any bidder on the above work or supplies to put in a sham bid, or any other person or corporation to refrain from bidding, and that said bidder has not in any manner sought by collusion to secure to himlher self an advantage over any other bidder or bidders. ' Signature o BidderlContractor _ ~, ..~- c~, c~ ' Subscribed and sworn to before me this ~~' day of 20 ~' ' `~~p~1111It1U~~~~i ~ l ' =_ _~ Y _ .~~~ ic~in and for the N~ ~ ~~~-f~f 'ngton. ' '%9~F'~~R~sAdi ~ ~~~~~1(-~i~m. Exp.; ~ge 8 Non-Collusion Affidavit Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com -Always Verify Scale C! BIDDER'S CONSTRUCTION EXPERIENCE Answer ail questions and provide clear and comprehensive information. 1. Name of bidder; ~.~~ c-o -r~(~ .T,tit'~~~~¢.d `~~~ Registration fVumber: ~?~E Sir ~k , 74Jb 2. Permanent main office address: 3 3. When organized: !97/ , 4. Where incorporated: ~~f,~~~_~L~ 5. How many years have you been engaged in the contracting business under your present firm name? ~~B 6. * Contracts on hand. (Schedule these, showing gross amount of each contract and the approximate anticipated dates of completion), contact name and phone number. ~ , ~ e 1 * Have you ever failed to complete any work awarded to you? .t! If so, where and why? 9. Have you ever defaulted on a contract? ~t.1o 10. * List the more important projects recently completed by your company, stating approximate cost for each, the /m~ onth an~d+year completed, contact name and phone number. t'.L.f/Y~d A Q.Q cif .1 i i 11 D ~ QJ~ ~ L~Z 9n /1/In /~w .L 9/1/1 Q • ,-n e5otr'TSyfyrlle ~. r:> >NR-Q It1.=~/i~ ,f / 55 00 0 • • 11. * List your major equipment available for this contract: R,<r~ L w • _ 12. Experience of bidder in construction similar to this project in work and importance: 13. Will you, upon request, fill out a detailed financial statement and furnish any other information that ' may be required by the City? c,d.Qn * Add separate sheets if necessary. The undersigned hereby authorizes and requests any person, firm or corporation to furnish any information requested by the City of Port Angeles. ' Date: ~ (~ - ~ Bidder's Signature: Print Name: Title: ,e ~e 9 Bidder's Construction Experience Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com -Always Verify Scale r~3g * General character ~f work performed by your company: Subcontractor List Prepareaf !n compliance with RCW 39:30.060 as amended To Be Submitted with the Bid Proposal Project Name ~` LC .S`77P~F7 2E l` ~.c1 ~ elf ~ c~ i ' pailure to list subcontractors who are proposed to perform the work of heating, ventilation and air conditioning, plumbing, as described in Chapter 18.106 RCW, and electrical as described in Chapter 19.28 RCW will result In your bid being non-responsive and therefore ' void. Subcontractor(s) that are proposed to perform the work of hea#ing, ventilation and air ' conditioning, plumbing, as described in Chapter 18.106 RCW, and electrical as described in Chapter 19.28 RCW must be listed below. The work to be perFormed is to be listed below the subcontractor(s) name. ' If no subcontractor is listed below, the bidder acknowledges that it does not intend to use any subcontractor to perform those items of work. ' Subcontractor Name ~ ~~ _5~~2 Ga G7j ~J ' Wark to be Performed Subcontractor Name !-c • v..e-L_ ~ k . n f r Work to be Performed ~ ~ ' Subcontractor Name ©(~//y1.BiG ~ ~~ ~>~C, Work to be Performed ~ ~ die ` , ct;0 Subcontractor Name ~,CY~r'r ~~~~(/~~n;~/j WArk to ~7P_ F~P_.Yfnr'~'pjPCi f Subcontractor Name Work to be Performed F~e 10 Subcontractor List "~~ Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com -Always Verify Scale Honorable Mayor and Gity Council ' Port Angeles City Hal! 321 East Fifth Street Port Angeles, WA 9$362 t B!D FORM Page 1 of 9 BIDDER: ,~iCll~llf~` .C$1Z~,CK-REGISTRATION NO.: ~S~~a7~ DATE: ~~~~~ UBI NUMBER:~DI /~(o Sj4~7 The undersigned, hereinafter called the bidder, declares that the only persons} interested in this bid are those named herein; that the bid is in afl respects fair and without fraud; and that it is made without any connection or collusion with any other person making a bid on this project. The bidder further declares that it has carefully examined the plan, specifications, and contract documents, hereinafter referred to as the Project Manual, for the construction of the proposed project improvement(s); that it has personally inspected the si#e(s); that it has satisfied itself as to the types and quantities of materials, the types of equipment, the conditions of the work involved, including the fact that the descrip#ion of and the quantities of work and materials, the types of equipment, the conditions of and the work involved as included herein, are brief and are intended only to indicate the general nature of the work and to identify the said quantities with the corresponding requirements of the Project i~Aanual; and that this bid is made in accordance with the provisions and the terms of the Contract included in the Project Manual. The bidder further agrees that it has exercised its own judgmen# regarding the interpretation of surface information and has utilized all data which it believes is pertinent from the City Engineer, hereinafter also referred to as the City or Owner, and such other source of information as it determined necessary in arriving at its conclusion. The bidder further certifies that the subcontracting firms or businesses submitted on the LISTING OF PROPOSED SUBCONTRACTORS will be awarded subcontracts for the described portions of the work: If the bidder is awarded a construction contract on this bid, the name and address of the surety who will provide the performance bond is: Lt,[_tP~o!!n ~{ ~' a ~{- fin,?of..~. 5uretY ~ Agent ~~~~` 1(~ ~~Cv, l ~l X101 aa33 iia-~ ~cn R ~ o ~ Surety address Agent Address r.~~ 1.~~,v 2010 ~~c~t~ X15 ~~,~ Ap~~.l 5~~5 70~J3~6 Surety Contact and phone Number Agent Contact and Phone Number f~e 11 Bid Form Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com -Always Verify Scale 1 iL 1 BID FORM Unit Price Extended Item Sec Estimated (Figures) Amount No. No. Descri tion of Item Quantit Units $ $ Base Bid - Peabod St 5t" St, to St" St, 1 1-04 Minor Chan a $5040.04 2 1-07 Spill Prevention Control Plan 1 LS ~.U~ `~"~ 3s~'• 3 1-09 Mobilization 1 LS y9 D~ ~0 ~ (,~ D~ 4 1-10 Temporary Traffic Control 1 LS t~~01~0'• t~53~df90~Gt~ 5 1 10 Construction Signs Class A 205 SF ~. QU r" .~j 7~'lJ.OCI 2.02 Remove Cement 6 SP Concrete Curb and 500 LF j , ~ ~ ggp ~ Gutter 2.02 Remove Cement Or 7 SP oncrete ' h 500 SY -~ ~ ~ l .~~~ ~ S rde walk • f , 8 2-02 SP Remove Cement Concrete Driveway 55 SY ~ , ~r~ 7J ~ d, ~ 9 2-02 SP Remove Cement Concrete Shoulder 228 SY ~•~ ~ Z~~~•~ 10 2-02 SP Remove Cement Concrete Pavement 395 SY `~ • O~ ~r 7~' 11 2-02 SP Remove Asphalt Concrete Pavement 2780 SY ~r ~~ ~'`Lj~ pa 2-02 12 SP Remove Manhole Frame 2 Each lf~~,~ `J o?/3~ 3~ 13 2-02 SP Remove Existing Pavement Markin 1 LS t t X00 ~ (~ ® ~ ~,~~d, 14 2-02 sP Remove Catch Basin 5 Each ~ . ~ 7.~, ~ 3, b2-~, ~ 15 2-03 Roadway Excavation, 325 CY ~ S ` ~ F~ ~ . ~ SP Includin Haul b ~ / e 16 2~g Structure Excavation 20 CY ~R ~~ ~ ~ Ott Class B, Includin Haul I. 17 2-09 Controlled Density Fill 40 CY '~(`} ~ ~(`'j ~, g~j ~~ 18 4-04 Coursed Surfacing Base 350 Tons Z(~• ~~ `~ ~ r~~~ 19 4-06 Asphalt Treated Base 700 Tons (~ e (~ ~e~ Qa~~ ~ge 12 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com -Always Verify Scale 1 1 Unlt Price Extended item Sec Estimated (Figures) Amount Plo. Plo. Descri tion of Item Quantit Unlts $ $ 20 5.04 HMA For,Preleveling Class 3/8 PG 64-22 325 Tons ~/(j, ~?~ 35'7.SD~ Olt 21 5-04 HMA Class 1/z" PG64-22 830 Tons .' $(- 132.~b 22 5-04 Anti-stri in Additive Invoice $500.00 23 7.04 Solid Wall PVC Storm Sewer Pi e 6 In. Diam. 140 LF ~~~ /' ~,~~~ ~P 24 7-05 Concrete Inlet with Combination Inlet 8 Each ,~ s~~ ~ ~ o ~•~ Catch Basin Type I and 25 7-05 Rectangular Solid Metal 3 Each ~(2d~~ ~ ~ ~ Cover V v Catch Basin Type I with 26 7-05 Rectangular 2 Each `~~~ Da ~ , p Q~~ `t Herrin bone Grate 27 7-05 Ad~ust Manhole 2 Each n (~ • 2$ 7-12 Ad'ust Water Valve Box 2 Each ~® '.~j , 29 8-01 Inlet Pro#ection 13 Each ~ f` 23S 30 8-02 Roadside Restoration 1 LS QQ ~ j ' U~~ ~ 31 8-04 Cement Conc. Traffic Curb and Gutter 500 LF ~~ `-~~" l o ~ ~~- Qd 32 8-04 Cement Conc. Pedestrian Curb 292 LF 5~ ~ 1 ~ -I 5~~ ~ 33 8-06 Cement Conc. Driveway Entrance 128 SY ` D~~ ~ r~C° , 34 8-09 Raised Pavement Marker T e I 2.58 Hund ~i~~r ~ ~ ~ 032,~~ 35 8-09 Raised Pavement Marker T e II 0.68 Hund -J~~ ~Q l e 36 8-14 Cement Conc. Sidewalk 230 SY 3~ ~ ~~ 37 8-14 Rarment Conc. Sidewalk 26 Each 38 8-20 Replace Type 1 Induction Loo 6'x50' 2 Each l~0 0 P ~ Z~v 39 g-20 Replace Type 2 Induction Loo E'x.6' 2 Each ~ ~/~~ ~ ~ ~ ~.~n 40 8-22 Plastic Sto Line 36 LF 1' o ~ ~~ ~ 41 8-22 Plastic Traffic Letter 8 Each ~(~ ~ ~~ (7~ 42 8-22 Plastic Crosswalk Line __208 SF Ot ~ ~ ~~~ (~Z') l 43 8-22 plastic Traffic Arrow Type 2L 4 Each ~~da ~ ~ Z~c~ 44 8.22 Plastic Traffic Arrow T e 3R 4 Each r~ t:~Q~'w ~ Dad v~ ~ge 13 Provided to Builders Exchange of WA, Inc For usage Conditions Agreement see www.bxwa.com -Always Verify Scale Unit Price Extended Item Sec Estimated (Figures) Amount No. No. Descr! tian of Item Quanti Units $ $ 45 a_23 Temporary Pavement Markin 1 LS a Q ~ Off' of a ,0~ Base Bid $ ~~~ ~~~,~ ~ ~ ~$ Sti s, i - g, . ~ ~ ' Alternate No. 1 -Concrete Pavement Rehabilitation -Peabody St ~~~ 10 2.02 Remove Cement Concrete Pavement -395 SY ~ pp ~ ~~ 10A 2.02 Remove Cement 258 SY Concrete Pavement 0 . O poi 12 2-02 Remove Manhole _2 Each Frame J p a,1~3~ 13 2.02 Remove Existing Pavement Markin _1 LS 00°~° ~ 1 15 2-03 Roadway E=xcavation, -325 CY Incl. Haul 15A 2-03 Roadway Excavation, 295 CY Incl. Haul ~ ~ i)o 19 4-06 As haft Treated Base -700 Tons R ;ov °p 19A 4-06 As halt Treated. Base 550 Tons ~ 20 5-04 HMA for Preleveling CI. " _325 Tons 3/8 PG 64-22 ~ ~ 21 5-04 HMA CI.'/z" PG 64-22 -830 Tons °!"],rj Sb 21A 5-04 HMA CI. %i" PG 64-22 420 Tons ,~S 4 ! S°D 27 7-05 Ad'ust Manhole -2 Each o0 46 5-Oi Replace Cement 138 SY Concrete Panel ~1 00 00 47 5-01 Cement Concrete Pavement Gri di 3210 SY ~ 3~ n ng j , ~ ~ ~`Q~ Alternate No. 1 -Concrete Pavement Grinding (Peabody St.) To calculate the base bid adjustment for the grinding, deduct all of the items related to the pavement overlay for Peabody Street and add all of the bid items related to the grinding. Deduct items 10, 12, 13, 15, 19, 20, 21, and 25; add items 10A, 15A, 19A, 21 A, 46, and 47. Subtotal Alternate No. 1 @,.~ ~ 3 I _ - / ,.. f Alternate No. 2 -- Concrete Shoulders -- Peabody St 4 1-10 Temporary Traffic -1 LS Control ~ (~ ~ 0 ~ge 2 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com -Always Verify Scale 1 4A 1-10 Temporary Traffic 1 LS Control ~ ~ 19A 4-06 As halt Treated Base -550 Ton ~,.~~ ~ ~'-Z, Z~,ao 21A 5-04 HMA CI, 1/z" PG 64-22 -420 Ton ~.'7S~ Cif ,Cp 21 B 5-04 HMA CI. %z" PG 64-22 240 Ton p. ~~ ~~~, ~ 47 5-01 Cement Concrete Pavement Grindin -3210 SY ~ CD Ala 47A 5-01 Cement Concrete Pavement Grindin 4620 SY 33 ~ lSZ~ ~~~` 48 5-01 Cement Concrete Pavement 1585 SY OU 185. a~13 Alternate No. 2 -Concrete Shoulders -Peabody St. I;Requires Alternate No. 1 be Awarded) To calculate the base bid adjustment for the grinding, deduct all of the items related to the Base Bid shoulder reconstruction for Peabody Street and add all of the bid items related to the cement concrete shoulder construction. Deduct items 4, 19A, 21 A, and 47; add items 4A 21 B , , 47A, and 48. Subtotal Alternate No. 2 b ~ ~, Co~ °3°~~~ ~~ Additional Working Days for Alternate No. 2 l Base Bid -Fifth Street (Liberty St. #o Ennis St.) 50 1-04 Minor Chan a $5000.00 51 1-09 Mobilization 1 LS $ o,• 52 1-10 Temporary Traffic 1 LS Control p o0 00 53 1.10 Construction Signs 123 LF Class A 8~p ~~4~ ~ 54 2-01 Clearin and Grubbin 1 LS o0 00 Remove Cement 55 2-02 Concrete Curb and 260 LF Gutter 3.?C7 oc~ Remove Cement or 56 2-02 Asphalt Concrete 26 SY Sidewalk ~ Cjp u Op 57 2.02 Remove Cement 50 SY Concrete Drivewa 1 50 g J.O° 58 2.02 Remove Asphalt Concrete Pavement 1200 SY ~.lS pt,. 59 2-02 Remove Catch Basin 2 Each ao ~ ~ 60 2.02 Remove Existing Culvert 116 LF ~ t' ~ 't ~~ 61 2-02 Remove and Reset Si n 2 Each J ao ~a e 3 9 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com -Always Verify Scale i 62 2.03 Roadway Excavation, 500 CY Includin Haul 00 ~ ~ 2-09 Structure Excavation 70 CY Class B, Includin Haul pp 3 W 64 2-09 Controlled Densit FIII 5 CY Op °.O 65 4-02 Grave! Base 400 Tons OD ao 66 4-04 Crushed Surfacing Base 800 Tons Course otJ OD 67 4-04 d Surfacing Top 115 Tons Course o~ S 68 406 As halt Treated Base 263 Tons d!/~', a ~" t ((~ P 69 5-04 HMA Ciass'/2" PG64-22 475 Tons r LJ 7 dam; 70 5-04 Anti-stri in Additive Invoice $500.00 71 7-01 Drain Pi a 61n. ^iam 280 LF ~ ,Od 7 ob 72 7.01 Underdrain Pipe 6 In. Diam 330 LF ~.,DDO o0 73 7-01 Gravel Backfill for Drain 85 Tons ~ 74 7-04 Solid Wa11 PVC Storm 18 LF Sewer Pi e 6 In. Diam ~ ~ ' 75 7-05 Catch Basin Type I with 4 Each Combination Inlet ~ ~ 76 7-12 Ad'ust Water Valve Box 2 Each O° ~ 77 8-01 Inlet Protection 7 Each o0 78 8-02 Roadside Restoration i LS ~O° 3 ao 79 8-04 Cement Conc. Traffic 675 LF Curb and Gutter ~. . 80 g_Q4 Cement Conc. 20 LF Pedestrian Curb , , ~ 81 8-06 Cement Conc. Driveway 80 SY Entrance ~=j ~ , 82 8 09 Raised Pavement 0.47 Hund Marker T e I ~ 83 8-09 Raised Pavement 0,18 Hund Marker T e l1 ~J ~~ Removing and 84 8-11 Replacing Beam 130 LF Guardrail POD 00 85 8-14 Cement Conc. Sidewalk 135 SY 35.`~'O pp 86 8-14 ent Conc. Sidewalk 2 Each Ram p ~ G1~°O 87 8-18 Mailbox Su ort, T e 1 1 Each DO ~ ~ 88 8-18 Mailbox Su ort, T e l 2 Each ~GD , 89 8-22 Plastic Sto Line 30 LF 1 S _~ 90 8-22 Paint Line 198 LF .cJ~ IIO Pa e 4 9 Provided to Builders Exchange of WA, Inc For usage Conditions Agreement see N~ww.bxwa.com -Always Verify Scale ' 91 8.22 Temporary Pavement Marking 1 LS ~j.~G~, (~~ C~, j~'Js Total $ ~ ~/'',~~j~ ' Base Bid -Fifth Street Ramps 1 t 1 92 1-09 Mobilization 1 LS ~? / ~G, ~ ~i bf11f, ~ 93 1-10 Temporary Traffic Control 1 LS / 8 UbD,Oo l;d DIId'.C• Remove Cement 94 2-02 Concrete Curb and G 168 LF ~• ~ G ~7 utter ~,C~ Remove Cement or 95 2-02 Asphalt Concrete Sid 65 SY p ~ ~~ ewalk l • 96 2.02 Remove Asphalt Concrete Pavement 562 SY (/' p D~ ( ~ ~ f~! 97 2-02 Remove Catch Basin 4 Each ~ (~ ~ ~ , , 98 Roadway Excavation, 2-03 Includin Haul 10 CY ~d ~ ~ ~QA ~ 99 2.Og Structure Excavation Class B, Includin Haul 20 CY ~ ~. ~ ! ~LhJ~t~ 100 2-09 Controlled Densit 16 CY '~t7, (~' ;~, p~ 101 402 Gravel Base 5 Tons • 0(y ~Q, 102 5-04 HMA Class'/s" PG64-22 70 Tons 103 7-04 Solid Wall PVC Storm Sewer Pi e 6 In. Diam 84 LF 2_ j; ~~ ~ r ~®('~ 104 7-05 Concrete Inlet with Combination Inlet 5 Each ~ 7.Od ~~ (e ~ 0 ~, (~ 105 7.05 Catch Basin Type l with Combination Inlet 1 Each ~ ~~~ ~ l ~e 106 7-05 Catch Basin Type I and Rectan ular Solid Cover 2 Each ~~ ~! ` ~, ~ a~ Catch Basin Type I with 107 7-05 Rectangular Herrin bone Grate 1 Each ~r 2t~ab~ C~~f7U.,(~ 108 8-01 Inlet Protection 5 Each ~'~ ~/ ~,~'~ i09 8-02 Roadside Restoration 1 LS fill b® ~ 60!'1,0 110 8-04 Cement Conc. Traffic Curb & Gutter 163 LF - ~ , ~~ ~ 7o~a J! 11 ~ 8-04 Cement Conc. Pedestrian Curb 129 LF I `?, l~~ ~ a~f ~,~ 112 8-14 Cement Conc. Sidewalk 25 SY LJ , ~ ~, 113 8-14 Cement Conc. Ram 11 Each ~e e5 9 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see wwta.bxwa.com -Always Verify Scale '. ' 114 8-22 Plastic Sto Line 30 LF /~ !l~% ~,5~~ D Total $ /7c~o g~ ,/ 1 Base Bid -Water Work -Peabody Street 115 1-09 Mobilization 1 LS ',~ ~ ,j aCJ~, 116 1-10 Temporary Traffic Control 1 LS 7j do(~, ~, 117 1-10 Construction Signs Class A 82 SF ~7 ~ ~ xl ~a 118 7-09 Ductile Iron Pipe for Water Main 8 In. Diam. 155 LF ~b' ~ ~ ~j~~ ~-,n1 V (.(~ 119 7-09 Ductile Iron Pipe for Water Main 6 In. Diam. 175 LF C~~' ll Polyvinyl Chloride Pipe 120 7-09 for Water Main 21n. 55 LF Diam. ~~ ~ ~~I 121 7-12 Gate Valve 8 In. Diam. 3 Each Q D ,~~ 122 7-12 Gate Valve 6 In. Diam. 5 Each ~~r np , 123 7-12 Gate Valve 2 In. Diam. 1 Each d j D 124 7-15 Service Connection 1 In. Diam. 275 LF / Q ~ [v n ~`~~a 125 8-pi Inlet Protection 6 Each v7e . ~ ~p~, ~, Total $~~,. ~~q,,'rJ(~ ~5(o~Y~i. }b ~''~~~,q ' Bld Pro os I p a Combination Totals 3 ' 1. Base Bid ~ ~ /,~> 3~o t~ ~ qZo, i 3q . ~' ~~ t 2. Base Bfd + AI#ernate 1 ~ $ ~~ ~ ~ ~,~ Co ~~ ~-I ~ ~-~ f a , ~, ' 3. Base Bid + Alternates 1 and 2 ~ ~ ~, j l ~ 12,¢I l~o~ ~~ L,- Page 6 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com -Always Verify Scale t BID FORM Page 9 of 9 ADDENDA ACKNOWI_EDGMENTRND RESPONSIBLE BIDDER CRITERIA ' The bidder hereby acknowledges that it has received Addenda No(s). / to this Project Manual. The name of the bidder submitting this bid and its business phone number and address, to which address all communications eoneemed with this bid and with the Contract shall ' be sent, are listed below. Bidder's firm name ~,r~~S~,p,~ ~~~L~~,~rJ ' Complete address ~';~~ ~ Telephone No.r ~ ~~ ~~-~ ~~~ Current Contractor's Registration No. ~+ ~,~ ~~ 7 ~ ' Current UBI No. CP d 1 ~~ (~ ~ ~ 7 Current Industrial Insurance Acct. No. ~~a 7 ' Current Employment Security Acct. No. .5 a a ` Current State Excise Tax No. - By signing below the bidder acknowledges it has received any and all Addenda and represents it is not disqualified from bidding on this Contract Signed by Title. ~ ,,,~ ' Printed Name: ~'. b ~, ' Notes: (1) If the bidder is a partnership, so state, giving firm name under which business is transacted. (2} if the bidder is a corporation, this bid must be executed by its duly authorized officials. ii ~ge 19 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com -Always Verify Scale 1 fl ~_J [7 BID SECURITY TRANSMITTAL F(3RM Herewith find an executed Bid Bond or a deposit in the form of a cashier's check, postal money order or other security in lieu of a bid bond in the amount of $ which amount is not less than five (5%} percent of the total bid. SIGN HERE B1D BOND KNOW ALL MEN BY THESE PRESENTS: Lakeside Industries, Inc. Travelers Casualty and Surety That we, as Principal and ~~~. of America as Surety, are held and firmly bound unto the CITY OF PORT ANGELES as Obligee, in the penal sum of Five Percent (5 0 ) of the total amount of 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: PEABODY STREET RECONSTRl1CTION PHASE II ' AND OTHER WORK PRO.II;CT tl6-tJ6 according to the terms of the bid made by the Principal, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said bid and award and shall give bond far 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 ' advertisement for bids, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect and ttte Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages, the amount of this bond. ' SIGNED, SEALED AND DATED THIS30thday of June , 20 09 . Lakeside Industries, Inc. ' Principal Travelers Casualty and urety Company C ~~ ''L America Parker, Smith & Feek, Inc. ' SU ety Susan B. Larso Attorney- n-Fact Agent 1501 4th Ave, #1650 2233 112th Ave NE Seattle, WA 98101 Bellevue, WA 98004 Surety address Agenr Address 206-326-4245 425-709-3600 ' Surety Contact and Phone Number Agent Contact and Phone Number ' Dated: Received return of deposit in the sum of $ g 0 Bid Security Transmittal Form ~ d to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com -Always Verify Scale WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER I POWER OF ATTORNEY TRAVELERS °~ Farmington Casualty Company St. Paul Guardian Insurance Company Fidelity and Guaranty Insurance Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company Seaboard Surety Company Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company :x,a .. ,;e;;, -~~ Attorney-In Fact No. 221 1 17 ~ ~ Certificate No. ~ ~ ~ ~ 3 KNOW ALL MEN BY THESE PRESENTS: That Seaboard. Surety Company is a corporation duly organized under the laws of the State of New York, that St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota, that Farmington Casualty Company, Travelers Casualty and Surety Company, and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the Slate of Connecticut, that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland, that Fideliity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc. is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Carl Newman, Deanna M. Meyer, Karen P. Dever, Jill A. Boyle, Stuart A. O'Farrell, Susan B. Larson, Scott Fisher, Lillian Tse, Kara N. Harmala, and Benjamin L Wolfe of the City of Rellevne ,State of WashirigtOri ,their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of.guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or pertnit[ed'in any.actions o; proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this ins[rument.to`be signed and their.. corporate seals to be hereto affixed, this A ril .2009 ~ ~~ day of p , - 15th Farmington Casualty Company `: St. Paul Guardian Insurance Company Fidelity and Guaranty Insurance Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurarice`Underwriters, Inc. Travelers Casualty and Surety Company Seaborard Surety Company Travelers Casualty and Surety Company of America ' St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company onsu~ TY(~ 51YtfT Fns°Nij"a I .. •..""""`.. . ~, ? <T` ~yrq y, l"~ Y 6 ,y~ ~~N NfL~ j rNSUq`"., p tY 4ry0 SUA Y,,I- p OPP~Rfl ! * r .,°n, O: ~......., q .+`JP,:..........9 `, yJ ~ J` WA Ry ~ "°o 0 a y e: -.s ~ .ro: c 4 ~~ ~ a~ 6 ~ WCORPoiL1T ~ • ~ ~LaaaoR~r- m, ,~:~ a r~' ~:. ~ m Q i 1 9 8 2 O ~ 1977 ~ 1 92 g ~~ m=. ~ { ~. F. i CO PORA ~.. s ~ I . ~ t ~. ~ 7 ak i 7 [ f : : ~ : ¢ HARTFORD < `3'~~ ~ ~ rFO ' sc~~ ~ ~~y~ !. ~ 1:J r1 ~+~ ~ ~ l~ '`• SE .,s s ~....SEAL;paO3 m ro ~~. ~ b~:r ~j "N ~l\ 4 # ~ k2 0_. ~~.--. AL;o; ~`. ~ CONN. ~ ~~ NO OF hEW ,~„^NCE ~fS.:»N..+r \5....~..-*pa 'edt '~~a ~1 ^~ ,ry+ f~ AMt 1 State of Connecticut By. ' City of Hartford ss. Georg Thompson, enior ice President On this the 15th da of April 2009 Y ,before me personally appeared George W. Thompson, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. 1 G.T~ In Witness Whereof, I hereunto set my hznd and official seal. ~ ~~ ~ ~~ C , ' My Commission expires the 30th day of June, 201 L ~ ~~,aG *' Marie C. Tetreault, Notary Public '~VECC~'~ 1 58440-5-07 Printed in U.S.A. THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER WAR This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fid'c~'iity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Cotnpany when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any'Assistant Vice President, any' Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakines and other writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kori M. Johanson, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company. Travelers Casualty and Surety Company, Travelers Casualty and Surety, Company of America;:and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and con~ect copy of the Power of Attorney executed by said?Companies, which is in full force and effect and has not been revoked. ' IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said.Companies this day~of ~. ~' ~ , 20 Lf . , Kori M. Johanso Assistant Secretary FSU ~~j~T~pT~T'~N~,~~ SI:~ETY UFtRE ~6Mhr~ ~T~M •f' INS`'+.. TY AN ~aON~4'bp TY G A~~ GS ~~'~+y~ c~-C~ ^' yid Q~;..... .SG~ ,}JPf.......~Hq~, gJP~ 0~` r~iW ~RFT~cy ~~~ ~D j _np0/f~t 4 ~4 o G `~CY * T1TO P pin Q~ 0.P ~ I4' .. C,, UQ 9 @9yf-~t!`~^'_~ L O V- p ~ m~ jLO R~TF•m; )Q% 0.PORAT r': r ~ ~t 9 8 2e' o 't COAFORATfD ~ 9.17 Pz ,- W : co _._ f'. a a ~RD ,K g cv ; z I. ~; w HARTFORD, i HARTFORD ~ a 1896 ~ ZOr ,~ 1977 ~ 1 ~ ''f l''• .S' E Ft •" ; i ~ : ; W CONN. B+ CONN. $ ,nAi ~~ , ~ 951 N~ ~yti ~ ~.g ~`._ L,~or oe~.,SEAL:'D : ~ i a~~,.+~' ,gyp day , n`'+ ~i ~~ 9~OFNFN~ %m~,„c,~.,c~ ~ls•:Ni.~~~~ }\ ls~........'~a bi 'N~a ^2i ~ +~ f'Nq AttrS"~ w `.. To verify the authenticity of this Power of Attorney, cal] 1-R00-421-3880 or contact us at www_travelersbond.com. Please refer to the Attorney-In-Fact number, the above-named individuals and the details of the bond to which the power is attached. WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER 1 1 1 1 1 1 1 1 1 1 1 Washington State ~' Department of 'I~ar>l~ortationl Disadvantaged Business Enterprise Utilization Certification To be eligible for award of this contract the bidder must fill out and submit, as part of its bid proposal, the foilowing Dlsadvantaged Business Enterprise Utilization Certification relating to Dlsadvantaged Business Enterprise (DBE} requirements. The Contracting Agency shall consider as non-responsive and shall reject any bid propose! that does not contain a DBE Certification which properly demonstrates that fhe bidder will meet the DBE participation requirements In one of the manners provided for in the proposed contract. If the bidder is relying on the good faith effort method to meet the DBE assigned contract goal, documentation In addition to the certificate must be submitted with the bid proposal as support for such efforts. The successful bidder's DBE Certifieafion shall be deemed a part of the resulting',con~tr/act. Information on certified firms is available from OMWBE, telephone 360-753-9693. Q.,~~/~d~l,.(-~...f ~-~ C certifies that the Disadvantaged Business Enterprise Name of Bidder {DBE) Firms listed below have been contacted regarding participation on this project. If this bidder is successful on this project and is awarded the oontract, it shall assure that subcontracts or supply agreements are executed with chose firms where an "Amount #o be Applied Towards Goal' is listed. (If necessary, use additional sheet.} Name of DBE CerEifitate Number Project Role * (Prlme,subcontractor, Manufacturer, Regular Dealer) ®escription of Work ** Amount to be A lied pp Towards Goal ~ . 5 wrt ~ r ,.e~~ C~/W ~~ ~ ,,,~ ~,~,, ..t~! ~ D~-a S ~ e~`~~~ . ~ ,~~ ~i ~~~. 2. 3. --- 4. - 5. -- -_ 6. 7. 8. 9. 10. Disadvantaged Business Enterprise Subcontracting Goal: ~g~p DBE Total ~" Regular Deater sfalus must be approved priorto bid submittal by the Office of Equal Opportunity, Wash. State Dept_ of Transportation, on each contract. ** See the section °Counting D13E Partidpatlon Toward Meeting the Goal" in the Contract Document. '~'" The Contracting Agency will utilize this amount to determine whether or not the bidder has met the goal. In the event of an arithmetic difference between this total and the sum of the individual amounts listed above, then the sum of fhe amounts listed shall prevail and the total will be revised DOT Form 272-056 EF Revised 7107 ~ge 21 Disadvantaged Business Enterprise Utilization Certification Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com -Always Verify Scale 1 PART II CONTRACT FORMS SUBMITTED FOLLOWING AWARD OF CONTRACT t PUBLIC WORKS CONTRACT This Contract is made and entered into in duplicate thi ay of by and between the City of Port Angeles= anon-charter co e city of the State of Washi gton, ereinafter referred to as "the City," and Lakeside induStt'~~s, ~11CQ , a ~o(~~?q~ory ,hereinafter referred to as "the Contractor." WITNESSETH: Whereas, the City desires to have certain public work performed as hereinafter set forth, requiring specialized skills and other supportive capabilities; and Whereas, the Contractor represents that it is qualified and possesses sufficient skills and the necessary capabilities to perform the services set forth in this Contract. NOW, THEREFORE, in consideration of the terms, conditions, and agreements contained herein, the parties hereto agree as follows: Scope of Work. The Contractor shall do all work and furnish all tools, materials, and equipment in order to accomplish the following project: Peabody Street Reconstruction Phase II, Project 06-06 in accordance with and as described in Section 1-01.3 of the Washington State Department of Transportation Standard Specifications, and shall perform any alterations in or additions to the work provided under this Contract and every part thereof. The Contractor shall provide and bear the expense of all equipment, work, and labor of any sort whatsoever that maybe required for the transfer of materials and for constructing and completing the work provided for in this Contract, except as may otherwise be provided in the Project Manual. 2. Time for Performance Time is of the essence in'the performance of this Contract and in adhering to the time frames specified herein. The Contractor shall commence work within ten (10) calendar days after notice to proceed from the City, and said work shall be physically completed within forty 40 working days after said notice to proceed, unless a different time frame is expressly provided in writing by the City. Compensation and Method of Pam ent. A. The City shall pay the Contractor for work performed under this Contract as detailed in the bid, as incorporated in the Project Manual. B. Payments for work provided hereunder shall be made following the performance of such work, unless otherwise permitted by law and approved in writing by the City. No payment shall be made for any work rendered by the Contractor except as identified and set forth in this Contract. CITY OF PORT ANGELES Project No.06-21 II-1 May 2008 I ' C. Progress payments shall be based on the timely submittal by the Contractor of the City's standard payment request form. D. Payments for any alterations in or additions to the work provided under this Contract shall be in accordance with the Request For Information (RFI) and/or Construction ' Change Order (CCO) process as set forth in the Project Manual. Following approval of the RFI and/or CCO, the Contractor shall submit the standard payment request form(s). E. The Contractor shall submit payment requests with a completed Application for Payment ' form, an example of which is included in the Attachments to this Contract. This form includes a lien waiver certification and shall be notarized before submission. Applications ' for payment not signed or notarized shall be considered incomplete and ineligible for payment consideration. The City shall initiate authorization for payment after receipt of a satisfactorily completed payment request form and shall make payment to the Contractor within approximately thirty (30) days thereafter. t 4. Independent Contractor Relationship. The relationship created by this Contract is that of independent contracting entities. No agent, employee, servant, or representative of the Contractor shall be deemed to be an employee, agent, servant, or representative of the City, and the employees of the Contractor are not entitled to any of the benefits ' the City provides for its employees. The Contractor shall be solely and entirely responsible for its acts and the acts of its agents, employees, servants, subcontractors, or representatives during the performance of this Contract. The Contractor shall assume full responsibility for payment of all wages and salaries and all ' federal, state, and local taxes or contributions imposed or required, including, but not limited to, unemployment insurance, workers compensation insurance, social security, and income tax withholding. 5. Prevailing Wa e~Re_quirements. ' The Contractor shall document compliance with applicable prevailing wage requirements of the Washington State Department of Labor & Industries, as set forth in Chapter 39.12 RCW and Chapter t 296-127 WAC and shall file with the City appropriate affidavits, certificates, and/or statements of compliance with the State prevailing wage requirements. The Washington State Prevailing Wage Rates For Public Works Contracts, Clallam County, incorporated in this Contract have been established by the ' Department of Labor & Industries and are included as an Attachment to this Contract. The Contractor shall also ensure that any subcontractors or agents of the Contractor shall comply with the prevailing wage and documentation requirements as set forth herein. t 6. Indemnification and Hold Harmless. A. The Contractor shall defend, indemnify, and hold harmless the City, its officers, officials, ' employees, and volunteers against and from any and all claims, injuries, damages, losses, or lawsuits, including attorney fees, arising out of or in connection with the performance of this Contract, except for injuries and damages caused by the sole negligence of the ' City. It is further provided that no liability shall attach to the City by reason of entering into this Contract, except as expressly provided herein. t B. Should a court of competent jurisdiction determine that this Contract is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the ' Contractor and the City, its officers, officials, employees, and volunteers, the ' CITY OF PORT ANGELES Project No.06-21 II-2 May 2008 ' Contractor's liability hereunder shall be only to the extent of the Contractor's negligence. It is further specifically and expressly understood that the indemnification provided ' herein constitutes the Contractor's waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or ' termination of this Contract. 7. Insurance. ' The insurance coverage shall be in accordance with and as described in the Washington State Department of Transportation Standard Specifications Division 1-07.18. ' A. Verification of Coverage The Contractor shall furnish the City with original certificates and a copy of the ' amendatory endorsements, including but not limited to the additional insured endorsement, evidencing the insurance requirements of the Contractor before commencement of the work. ' B. Subcontractors The Contractor shall include all subcontractors as insureds under its policies or shall ' furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the same insurance requirements as stated herein for the Contractor. ' 8. Compliance with Laws. A. The Contractor shall comply with all applicable federal, state, and local Laws, including ' regulations for licensing, certification, and operation of facilities and programs, and accreditation and licensing of individuals, and any other standards or criteria as set forth in the Project Manual. ' B. The Contractor shall pay any applicable business and permit fees and taxes which maybe required for the performance of the work. ' C. The Contractor shall comply with all legal and permitting requirements as set forth in the Project Manual. ' 9. Non-Discrimination. Non-discrimination shall be in accordance with and as described in the Washington State ' Department of Transportation Standard Specifications and the Special Provisions Division 1-07.11. 10. Assi ment. ' A. The Contractor shall not assign this Contract or any interest herein, nor any money due to or to become due hereunder, without first obtaining the written consent of the City, nor ' shall the Contractor subcontract any part of the services to be performed hereunder without first obtaining the consent of the City. CITY OF PORT ANGELES Project No.06-21 II-3 May 2008 B. The Contractor hereby assigns to the City any and all claims for overcharges resulting from antitrust violations as to goods and materials purchased in connection with this ' Contract, except as to overcharges resulting from antitrust violations commencing after the date of the bid or other event establishing the price of this Contract. In addition, the Contractor warrants and represents that each of its suppliers and subcontractors shall ' assign any and all such claims for overcharges to the City in accordance with the terms of this provision. The Contractor further agrees to give the City immediate notice of the existence of any such claim. ' 11. Contract Administration. This Contract shall be administered by ~ on behalf of the Contractor ' and by James M. Mahlum, Civil Engineer on behalf of the Ci .Any written notices required by the terms of this Contract shall be served or mailed to the following addresses: Contractor: Cam: ,C~,~,Si des(~,c,c. S~r~ .~it~_ City of Port Angeles ,QO ~p ~ '?fig P.O. Box 1150 t `3 ~~~ y~ ~, f 321 East Fifth Street Port Angeles, WA 98362-0217 --~.~ Q,r~-cam -~ ~ 98 3 ~ ~. 12. Interpretation and Venue. This Contract shall be interpreted and construed in accordance with the laws of the State of Washington. The venue of any litigation between the parties regarding this Contract shall be Clallam County, Washington. IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed the day and year first set forth above. CONTRACTOR: CITY OF PORT ANGELES: Name of Contractor ~/LC~, ~e.e~ Mayor' By: Title: Appr ved as to Form: . ,!-,C~ City Attorney Attest: Ci erk CITY OF PORT ANGELES Project No.06-21 II-4 May 2008 eoN~RacT BOND Bond to the City of Port Angeles Bond # 1052 924 07 KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, Lakeside Industries, Inc. as Principal, and ' Travelers Casual y an a corporation, organized and existing under the laws of the Sta#e of i-c>x~on, as a surety corporation, and quali#ied under the laws of the State of Washington to become surety upon bonds of contractors with municipal corporations as surety, are jointly and severally ' held and firmly bound to the City of Port Angeles in the penal sum of $ 915 , 3 64.07 for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators, or personal representatives, as the case may be. *Surety Company of America ' This obligation is entered into pursuant to the statutes of the State of Washington and the ordinances of the City of Port Angeles. Dated at ,Washington, this day of , 20 ' The conditions of the above obligation are such that: Lakeside Industries, WHEREAS, the City of Port Angeles has let or is about to let to the said Inc . the above bounded Principal, a certain contract, the said contract being numbered 06-06 ,and providing for Peabody~Street Reconstruction Phase II (which contract is referred to herein and is made a part hereof as though attached hereto), and WHEREAS, the said Principal has accepted, or is about to accept, the said contract, and undertake to perform the work therein provided for' in the manner and within the time set forth; now, therefore, !f the said Principal, Lakeside Industries , Inc . , shalE faithfully perform all of the provisions of said contract in the manner and within the time therein set forth, or within such extensions of time as maybe granted under said contract, and shall pay all laborers, mechanics, subcontractors and materialmen, and all persons who shalt supply said Principal or subcontractors with provisions and supplies far the carrying on of said work, and shall indemnify and hold the City of Port Angeles harmless from any damage or expense by reason of failure of per#ormance as specified in said con#ract or from defects appearing or developing in the material or workmanship provided or performed under said contract within a period of one year after its acceptance thereof by the City of Port Angeles, then and in that event, this obligation shall be void; bui otherwise, it shall be and remain in fuU force and effect. Signed this day of Travelers Casualty and Surety 20_ Sure Company of America .~ ~Lt.~Cl~-- -- By Susan B, Larson Attorney-in-Fact Title 2233 112th Ave NE Bellevue, WA 98004 Surety Address Susy Larson 425-7093600 Surety Contact and Phone Number CITY Of~ PORT ANGE[~ES Project Nv. Ob-2! I1-5 Lakeside Industries, Inc. Agent Address Agent Contact and Phone Number May 248 -- -- ' WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER POWER OF ATTORNEY TRAVELERS .1 Farmington Casualty Company St. Paul Guardian Insurance Company ' Fidelity and Guaranty Insurance Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company Seaboard Surety Company Travelers Casualty and Surety Company of America ' St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company Attorney-In Fact No. 221 117 Certificate No. O O ~ ~ ~ ~ 8 ~ I ' KNOW ALL MEN BY THESE PRESENTS: That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York, that St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under the laws ' of the State of Minnesota, that Farmington Casualty Company, Travelers Casualty and Surety Company, and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut, that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc. is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"), and that ' the Companies do hereby make, constitute and appoint Carl Newman, Deanna M. Meyer, Karen P. Dever, Jill A. Boyle, Stuart A. O'Farrell, Susan B. Larson, Scott Fisher, Lillian Tse, Kara N. Harmala, and Benjamin L. Wolfe ' of the City of Bellevue ,State of WaShlrigtOri ,their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or perrtiitted in any actions or proceedings allowed by law. ~~~ IN WITNESS WHEREOF, the Comp200es~have caused this instrument to he sivncd and their corporate seals to be hereto affixed, this day of p 15th ' Farmington Casualty Company St. Paul Guardian Insurance Company Fidelity and Guaranty~[nsurance Company St. Paul Mercury Insurance Company Fidelity and Guaranty Tnsur~nce Underwriters, Inc. Travelers Casualty and Surety Company Seaboard Surety Company Travelers Casualty and Surety Company of America ~ St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company A6U SUfiEj FARE ~ ~ G .1 Y 06 ,.N_, NS '~~~NSU~`'S. ~1V ANO Y ~` ~~'i. 7F ~ ~ ~~ QO\,. Gy ~P,.......,ayy.,,, gJP sG ~,~pa~suntN,~ ~pW1t A,yO O 'o a e 9 C~ 4'~µPORAT `. t ° ~ ~'~'~~fi n ~~WiED g ~ m ~(`oacr.ReT• m :'ce e.'"~ s F i 1 9 8 2 0 ~r 1977 `" 192 7 < ~ . - - ~ ; = a ¢ -._ . ,, _ ~ HARTFORD, •c ~ `/tw/mFORO.1 ~ < Rho b~~" ; °1;~~ -1951 9O ~ ~ ~'•$E At.,iO°~ ~; ~O~ ~ CONN. n \ COtRt• )8 in 1896 < d '~' ~ 1. O' L ., 6'•. p { ~. d N' ~OF NEW ~"'~`^m~~,~ 1Sa!'W...'~ s........: ra e.! ~„+ r~*" ~1p1 AN1 ~... ' State of Connecticut City of Hartford ss. J By: Georg Thompson, enior ice President On this the 15th day of April 2009 before me personally appeared George W. Thompson, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof, I hereunto set my hand and official seal. G•~ My Commission expires the 30th day of June, 2011. ~'0t/B61G.~ 58440-5-07 Printed in U.S.A. Marie C. Tetreault, Notary Public IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Compagq, Fidelity • and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Pau] Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of ' America, and United States Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf ' of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at.any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may ' delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking ' shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys-in-Fact and Agents pursuant to the power ' prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney or to any ' certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. ' I, Kori M. Johanson, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety(ompanyKof,America-and United States Fidelity and Guaranty Company do hereby ' certify that the above and foregoing is a true and correct copy of the Powei of Attor~x ~ executed by,sard°Gompanies, which is in full force and effect and has not been revoked. ~ a~,,,~~'' .~ ~;ti t~ IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of Said Companies this day of , 20 ~ - Kori M. Johans Assistant Secretary ' GI.SU.~ SIIFETy ~FlRE p6 ~N ~N G INSy ~tY ANO Y p~,{~oar°M(r~ ~,y'°~.a,~ ~F ~ ~ ~° o\.;......?' 9 ~~p~,,.....:a9~t 9~" sG y,~~"°su~Y \p~ft 'CVO ~ 5 ~ Gl y/~~j~j~ C7 (~ 4 ~ P ft~00.PORA>f'~'s Q~'~ RPORA ~~ p• ° 9~ p ~ y~f~ Z _ 1 9 8 2_ O ~ , / ~7/ ! ,(~ CdIPORNtED rr7711 '~ .727 g ~ [ i m ~Z i °~ -.- TE ~ ~ i W NARfFORD~ ~ J FiFf~tFtHD, ~~ < ~~D ' LSt' 1951 N~ ~, ~ % o. ~~.;SEAGio"i ~~'•.STsAL3 CONN. o ~8 ~O~ d........: ~ •a Yb`y ~ ~Naa ~d 1~ ~ of NEW ~'bPo~~ANCFG IS. N~a'r1~ 01... ..~a° `b aac ~-, 'h To verify the authenticity of this Power of Attorney, call 1-800-421-3880 or contact us at www.travelersbond.com. Please refer to the Attorney-In-Fact number, the ' above-named individuals and the details of the bond to which the power is attached. 1 WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER I~' ' 049141 RETAINAGE BOND Bond No. 105292408 KNOW ALL MEN BY THESE PRESENTS, that LAKESIDE INDUSTRIES, INC. ' as Principal authorized to do business in the State of Washington and TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA as Surety, a corporation organized and existing under the laws of the State of CONNECTICUT ' and authorized to transact business in the State of Washington as Surety, are jointly and severally held and bound unto CITY OF PORT ANGELES as Obligee in the penal sum of FORTY FIVE THOUSAND SEVEN HUNDRED SIXTY EIGHT AND 20/100THS Dollars ($ 45,768.20 ), which is ' 5% of the Principal's bid. WHEREAS, on the day of the said ' Principal, herein, executed a contract with the Obligee, for Peabody Street Reconstruction Phase II Project No. 06-06 ' WHEREAS, said contract and RCW 60.28 require the Obligee to withhold from the Principal the sum of 5% from monies earned on estimates during the progress of the construction, hereinafter referred to as earned retained funds. AND NOW WHEREAS, Principal has requested that the Obligee not retain any earned retained funds as allowed under RCW 60.28. ' NOW, THEREFORE, the condition of this obligation is such that the Principal and Surety are held and bound unto the beneficiaries of the trust fund created by RCW 60.28 in the penal sum of 5% of the final contract cost which shall include any increases due to change orders, increases in quantities of work or the addition of any new item of work. If the Principal shall use the earned retained funds, which will not be t retained, for the trust fund purposes of RCW 60.28, then this obligation shall be null and void; otherwise, it shall remain in full force and effect. This bond and any proceeds therefrom shall be made subject to all claims and liens and in the same manner and priority as set forth for retained percentages in RCW 60.28. ' PROVIDED HOWEVER, that: 1. The liability of the Surety under this bond shall not exceed 5% of the total amount earned by the ' Principal if no monies are retained by the Obligee on estimates during the progress of construction. 2. Any suit under this bond must be instituted within the time period provided by applicable law. ' WITNESS our hands this day of , 20 1 Travelers Casualty and Surety Company of America Surety BY~ ' Attorney-in-Fact, Susan B. Lar on Parker, Smith & Feek, Inc. ' 2233 112`h Ave NE, Bellevue, WA 98004 Name and Address of Local Agent LAKESIDE INDUSTRIES, INC. i~ ~~ 3{.~ R~j OrleT Chief jtnancialOffuxr Principal WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER 'il Q POWER OF ATTORNEY ~i ~ ^ ' `^~~~~• `~ ~ Farmington Casualty Company St. Paul Guardian Insurance Company ~ Fidelity and Guaranty Insurance Company St. Paul Mercury Insurance Company 'I~ Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company Seaboard Surety Company Travelers Casualty and Surety Company of America '! ~I St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company '' ~' i Attorney-In Fact No. 221117 Certificate No. ~ ~ ~ ~ ~ ~ 8 ~ 6 ~ KNOW ALL MEN BY THESE PRESENTS: That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York, that St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota, that Farmington Casualty Company, Travelers Casualty and Surety Company, and Travelers Casualty and Surety Company of America are ' corporations duly organized under the laws of the State of Connecticut, that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc. is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint ' Carl Newman, Deanna M. Meyer, Karen P. Dever, Jill A. Boyle, Stuart A. O'Farrell, Susan B. Larson, Scott Fisher, Lillian Tse, Kara N. Harmala, and Benjamin L. Wolfe ~I of the City of Bellevue ,State of WaShlrigtOn ,their true and lawful Attorney(s)-in-Fact, ~', each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of '!, contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. i I i I IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this 15th ' day of April 2009 r. '~ ,~Gp~SUA X23198 ~ 0 ~ ~ 9~g ~y`~+rcr~~a ~b~ I Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. Seaboard Surety Company St. Paul Fire and Marine Insurance Company SLL9ETy FIRE u6wbq, ,,N IN d(iy,d.n,,,~ •(~I~ < ~ Z ~r:y°RPryRA )f'rs~n~ 19 I ~t SEAl,jof OF.~....,~yy 'aq „ me a1........,~a'P~ IYG„ SGT ~i~ .~C • Sp~/ St. Paul Guardian Insurance Company St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company JpY 1NSUggr4 gJpltY AND ~L ~Np65YperY ~~TY /,._ ~W ,'p0.PORgr~' ~., *, O i gg~ f' I E~ -.- a n s a NARTFORD~~ ° i ti4WiF6R0. '9 <~ t- t ~ CONN. n \ CONN. Q i1~ ~ .y,~ ~' ~~ State of Connecticut ~ City of Hartford ss. By: Georg Thompson, enior ice President On this the 15th day of April 2009 before me personally appeared George W. Thompson, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. i 6,T~ In Witness Whereof, I hereunto set my hand and official seal. ~~ ~ W vw 1. ', i~ , My Commission expires the 30th day of June, 2011. ~ ~°uBU~~* Marie C. Tetreault, Notary Public ~ 'I i ' 58440-5-07 Printed in U.S.A. ii WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER ' This Power of Attorney is granted under and by the authority of the following,resolutions adopted by the Boards of Directors of Farmington Casualty C ~mpany, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company, St. Paul Fire and Marine Insurance Cor,pany, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Compahy, Travelers Casualty and Surety Company of ' America, and United States Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf ' of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may ' delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking ' shall be valid and binding upon the Company when (a) signed by the President, any. Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is ' FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney or to any ' certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon,the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. ' I, Kori M. Johanson, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guazanty Insurance Underwriters, Inc., Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety C otnpany~ofti~America and United Stales Fidelity and Guazanty Company do hereby '' certify that the above and foregoing is a true and correct copy of the Powei of Attorney executed by satdiCompanies, which is in full force and effect and has not been ~ 9 revoked. ~(~ ~~~` 4 ~ ~;~,~j IN TESTIMONY WHEREOF, I have hereunto set my hand and at~i~ed the 5rals ~rt ~.ud Coiiipanies this day of , 20 Kori M. Johans Assistant Secretary ' O G~SU^~ ~ SURETy~ \RE 4~ STN ~NfL Pj~ MSVq 4 p~TY ANp ~G~STY ~' ~~rT~ \4 ~ i QO: ,..-.•.,.~ f°°.,..........9y :,, p~ m~ ,~uWUwtry W_ 'iM0 4 ~. 9.~ e"~00. PORq>' i }? ~ 0.POHgT' P, a 9i ~ ~' fin WCONPoR4TfD g m ~! ... f;m iW.'p~ f`; .~ 19 8 2 0 ~ y 977 ~ ~ G ~ i ~_ : ~ ~ ~rtc 92 7 t Z . ° - HARTFORD, HARtf6R0. ~~~ a ~ 1951 N,O ~'•SEAI.io"; 1~. `O1 CONN. ° - ~~ N 1896 1 ~ ~ r + $,a~. ° ~~:,, ry. s .SBAL;~D >Or° °,\s bey ~ tiN d ~ '~OF~i`N'~ ay~s~Fry n~EC ads ....~~a f o1 :. as sb ~a f . dt1y1 To verify the authenticity of this Power of Attorney, call 1-800-421-3880 or,contact us at www.travelersbond.com. Please refer to the Attorney-In-Fact number, the ' above-named individuals and the details of the bond to which the power is attached. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER ~' Client#: 1457 I nKFlNnll ACORDTM CERTIFICATE OF LIABILITY INSURANCE /DD/YYYY) 7/2809 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Parker Smith & Feek, Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Bellevue (425-709-3600) HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. 2233 112th Avenue NE Bellevue, WA 98004 INSURERS AFFORDING COVERAGE NAIC # INSURED L k INSURER A: ZUI'ICh AmerlCan Insurance CiO. a eside Industries, Inc. P O INSURER B: Everest National Insurance Company . . Box 7016 I INSURER C: ssaquah, WA 98027 INSURER D: INSURER E: COVERAGES 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. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. N R LTR D NSR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE MMIDD POLICY EXPIRATION DATE MMIDD LIMITS A X GENERAL LIABILITY GLA399263005 06/01/09 06/01/10 EACH OCCURRENCE $1 OOOOOO X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED $3OO OOO CLAIMS MADE ~ OCCUR MED EXP (Any one person) $1 O OOO X BI/PD Ded:100,000 PERSONAL&ADV INJURY $1 OQO OQO GENERAL AGGREGATE $2 OOO OOO GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS -COMP/OP AGG $2 OOO 000 POLICY X PRO- JECT X LOC A AU TOMOBILE LIABILITY GLA399263005 06/01/09 06/01/10 X ANY AUTO COMBINED SINGLE LIMIT (Ea accident) $1,000,000 ALL OWNED AUTOS BODILY INJURY $ SCHEDULED AUTOS (Per person) X HIRED AUTOS BODILY INJURY $ X NON-OWNED AUTOS (Per accident) PROPERTY DAMAGE $ (Per accident) GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ ANY AUTO OTHER THAN EA ACC $ AUTO ONLY: AGG $ B X EXCESS/UMBRELLA LIABILITY 7103000076091 06/01/09 06/01/10 EACH OCCURRENCE $See Desc. X OCCUR ~ CLAIMS MADE AGGREGATE $See Desc. $ DEDUCTIBLE $ RETENTION $ $ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY GLA399263005 06/01/09 06/01/10 wcsTAru- X oTH- ANY PROPRIETOR/PARTNER/EXECUTIVE Emp. Liability Only E.L. EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? If yes describe under WA Stop Gap E.L. DISEASE- EA EMPLOYEE $1,000,000 , SPECIAL PROVISIONS below E.L. DISEASE -POLICY LIMIT $1,000,000 OTHER DESCRIPTION OF OPERATIONS /LOCATIONS !VEHICLES /EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS LI Job No. 049141. Peabody Street Reconstruction Phase 11, Project No. 06 06. City of Port Angeles is included as Additional Insured and coverage is primary and non contributory per Endorsement U-GL-1175-B CW, Edition Date 03/07 attached. Umbrella Limits are as follows: $2,000,000 (occ); (See Attached Descriptions) CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION CITY OF PORT ANGELES DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL ,~_ DAYS WRITTEN PO BOX 1150 NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL Port Angeles, WA 98362 IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR AUTHORIZED REPRESENTATIVE 25 (2001/08) 1 of 3 #M91262 KMG00 ©ACORD CORPORATION 1988 ~l.l1KlJ [S-J (LUU7/Ui5) 2 of 3 #M91262 I~ DESCRIPTIONS (Continued from Page 1) $2,000,000 (agg). CANCELS & REPLACES PREVIOUS CERTIFICATE ISSUED. 'MIYIJ LJ.J ~cw uvo~ 3 Vi 3 SIVIyILGL Addltlonal Insured - Automatlc -- Owners, Lessees Or Contractors ZURICH Policy No. Exp. Date of Pol. Eff. Date of End. Agency No. Addl. Prem. Retum Prem. iI:A 3992b30-t)S C)Gi01/2010 1G101;20t19 Included ~ iA THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Named Insured: Address (including ZIP Code): This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part A. Section II -Who Is An Insured is amended to include as an insured any person or organization who you are re- quired to add as an additional insured on this policy under a written contract or written agreement. B. The insurance provided to the additional insured person or organization applies only to "bodily injury", "property damage" or "personal and advertising injury" covered under SECTION I - Coverage A -Bodily Injury And Property Damage Liability and Section I - Coverage B -Personal And Advertising Injury Liability, but only with respect to liability for "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; and resulting directly from: a. Your ongoing operations performed for the additional insured, which is the subject of the written contract or written agreement; or ' b. "Your work" completed as included in the "products-completed operations hazard", performed for the ad- ditional insured, which is the subject of the written contract or written agreement. 1 J n C. However, regardless of the provisions of paragraphs A, and B. above: 1. We will not extend any insurance coverage to any additional insured person or organization: a. That is not provided to you in this policy; or b. That is any broader coverage than you are required to provide to the additional insured person or organiza- tion in the written contract or written agreement; and 2. We will not provide Limits of Insurance to any additional insured person or organization that exceed the lower o£ a. The Limits of Insurance provided to you in this policy; or b. The Limits of Insurance you are required to provide in the written contract or written agreement. Includes copyrighted material of Insurance Services Office, Inc., with its permission, U-GL-] 175-B CW (3/20C7) Page 1 of 2 1 f ' D. The insurance provided to the additional insured person or organization does not apply to: "Bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering or failure to render any professional architectural, engineering or surveying services including: ' 1. The preparing, approving or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; and 2. Supervisory, inspection, architectural or engineering activities. ' E. The additional insured must see to it that: 1. We are notified as soon as practicable of an "occurrence" or offense that may result in a claim; ' 2. We receive written notice of a claim or "suit" as soon as practicable; and 3. A request for defense and indemnity of the claim or "suit" will promptly be brought against any policy issued by another insurer under which the additional insured may be an insured in any capacity. This provision does ' not apply to insurance on which the additional insured is a Named Insured, if the written contract or written agreement requires that this coverage be primary and non-contributory. F. For the coverage provided by this endorsement: 1. The following paragraph is added to Paragraph 4.a. of the Other Insurance Condition of Section IV - Com- mercial General Liability Conditions: This insurance is primary insurance as respects our coverage to the additional insured person or organization, t where the written contract or written agreement requires that this insurance be primary and non-contributory. In that event, we will not seek contribution from any other insurance policy available to the additional insured on which the additional insured person or organization is a Named Insured. t 2. The following paragraph is added to Paragraph 4.b. of the Other Insurance Condition of Section IV - Com- mercial General Liability Conditions: This insurance is excess over: '~ 1 Any of the other insurance, whether primary, excess, contingent or on any other basis, available to an additional insured, in which the additional insured on our policy is also covered as an additional insured by attachment of an endorsement to another policy providing coverage for the same "occurrence", claim or "suit". This provision does not apply to any policy in which the additional insured is a Named Insured on such other policy and where our policy is required by written contract or written agreement to provide coverage to the additional insured on a primary and non-contributory basis. G. This endorsement does not apply to an additional insured which has been added to this policy by an endorsement showing the additional insured in a Schedule of additional insureds, and which endorsement applies specifically to that identified additional insured. Any provisions in this Coverage Part not changed by the terms and conditions of this endorsement continue to apply as written. Includes copyrighted material of Insurance Services OfFce, Inc., with its permission. U-GL-1 175 B CW (3/2007) Page 2 of 2 ' Certificate of Insurance . (provided by bidder) 1 1 1 ' CITY OF PORT ANGELES Project No. 06-21 II-7 May 2008 PART III ' SPECIAL PROVISIONS u 1 C N:\PROJECTS106-O6 Peabody Street Reconstruction Phase II1Project Manua112009 Manual\Part 03.DOC 1 ' SPECIAL PROVISIONS ' The following Special Provisions are made a part of this contract and supersede any conflicting provisions of the 2008 Standard Specifications for Road, Bridge and Municipal Construction, and the foregoing Amendments to the Standard Specifications. ' Several types of Special Provisions are included in this contract; General, Re ion, Brid es and 9 9 Structures, and' Project Specific. Special Provisions types are differentiated as follows: ' (date) General Special Provision (Regions' date) Region Special Provision ' (BSP date) Bridges and Structures Special Provision General Special Provisions are similar to Standard Specifications in that they typically apply to many projects, usually in more than one Region. Usually, the only difference from one project to another is the inclusion of variable project data, inserted as a "fill-in". ' Region Special Provisions are commonly applicable within the designated Region. Region designations are as follows: Re ions' ' ER Eastern Region NCR North Central Region NWR Northwest Region ' OR Olympic Region SCR South Central Region ' SWR Southwest Region WSF Washington State Ferries Division ' Bridges and Structures Special Provisions are similar to Standard Specifications in that they typically apply to many projects, usually in more than one Region. Usually, the only difference from one project to another is the inclusion of variable project data, inserted as a "fill-in". t Projec# Specific Special Provisions normally appear only in the contract for which the Y were developed. ' INTRODUCTION TO THE SPECIAL PROVISIONS ' (July 31, 2007 APWA GSP) The work on this project shall be accomplished in accordance with the Standard ' Specifications for Road, Bridge and Municipal Construction, 2008 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 u of both General S ecial Provisions P p (GSPs) from various sources, which may have project-specific fill-ins; and project-specific Special N:IPROJECTS106-06 Peabody Street Reconstruction Phase II1Project Manua112009 ManuallPart 03.DOC 2 Provisions. Each Provision either supplements, modifies, or replaces the comparable Standard Specification, or is a new Provision. The deletion, amendment, alteration, or addition to any subsection or portion of the Standard Specifications is meant to pertain only to that particular portion of the section, and in no way should it be interpreted that the balance of the section does not apply. The project-specific Special Provisions are not labeled as such. The GSPs are labeled under the headers of each GSP, with the date of the GSP and its source, as follows: "(May 78, 2007 APWA GSP)" "(August 7, 2006)" WSDOT GSP Also incorporated into the Contract Documents by reference are: • Manual on Uniform Traffic Control Devices for Streets and Highways, currently adopted edition, with Washington State modifications, if any • Standard Plans for Road, Bridge and Municipal Construction, WSDOT/APWA, current edition • City of Port Angeles' Urban Services Standards and Guidelines, current edition Contractor shall obtain copies of these publications, at Contractor's own expense. N:IPROJECTS106-06 Peabody Street Reconstruction Phase II\Project INanual\2009 iVlanuallPart 03.DOC 3 ' DIVISION 1 GENERAL REQUIREMENTS ' DESCRIPTION OF WORK (March 13, 1995) ' This contract provides for the improvement of sidewalk and other work, all in accordance with the attached Contract Plans, these Contract Provisions, and the Standard Specifications. ' 1-01.3 Definitions (September 72, 2008 APWA GSP) This Section is supplemented with the following: ' All references in the Standard Specifications to the terms "State", "Department of Transportation", "Washington State Transportation Commission", "Commission", "Secretary of Transportation", "Secretary", "Headquarters", and "State Treasurer" shall be revised to read ' "Contracting Agency". All references to "State Materials Laboratory" shall be revised to read "Contracting Agency ' designated location". The venue of all causes of action arising from the advertisement, award, execution, and ' performance of the contract shall be in the Superior Court of the County where the Contracting Agency's headquarters are located. Additive ' A supplemental unit of work or group of bid items, identified separately in the proposal, which may, at the discretion of the Contracting Agency, be awarded in addition to the base bid. t Alternate One of two or more units of work or groups of bid items, identified separately in the proposal, from which the Contracting Agency may make a choice between different methods or material ' of construction for performing the same work. 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. ' Dates Bid Opening Date The date on which the Contracting Agency publicly opens and reads the bids. ' Award Date The date of the formal decision of the Contracting Agency to accept the lowest responsible and responsive bidder for the work. ' Contract Execution Date The date the Contracting Agency officially binds the agency to the contract. ' N:IPROJECTS106-06 Peabody Street Reconstruction Phase 111P~oject Manua112009 ManuallPart 03.DOC 4 Notice to Proceed Dafe The date stated in the Notice to Proceed on which the contract time begins. Substantial Completion Date The day the Engineer determines the Contracting Agency has full and unrestricted use and benefit of the facilities, both from the operational and safety standpoint, and only minor incidental work, replacement of temporary substitute facilities, or correction or repair remains for the physical completion of the total contract. Physical Completion Date The day all of the work is physically completed on the project. All documentation required by the contract and required by law does not necessarily need to be furnished by the Contractor by this date. Completion Date The day all the work specified in the contract is completed and all the obligations of the ~~ Contractor under the contract are fulfilled by the Contractor. All documentation required by the contract and required by law must be furnished by the Contractor before establishment of this date. Final Acceptance Date The date on which the Contracting Agency accepts the work as complete. Notice of Award ', The written notice from the Contracting Agency to the successful bidder signifying the Contracting Agency's acceptance of the bid. 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. 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 (October 1, 2005 APWA GSP) Bidders shall be qualified by experience, financing, equipment, and organization to do the work called for in the Contract Documents. The Contracting Agency reserves the right to take whatever action it deems necessary to ascertain the ability of the bidder to perform the work satisfactorily. 1-02.2 Plans and Specifiications (October 1, 2005 APWA GSP) Delete this section and replace it with the following: Information as to where Bid Documents can be obtained or reviewed will 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: N:IPROJECTS106-06 Peabody Street Reconstruction Phase II1Project Manual\2009 ManuallPart 03.DOC 5 7 To Prime Contractor No. of Sets Basis of Distribution Reduced plans (11" x 17") 2 Furnished automatically upon ' and Contract Provisions award. Large plans (e.g., 22" x 34") 2 Furnished only upon request. and Contract Provisions Additional plans and Contract Provisions may be purchased by the Contractor by payment of the cost ' stated in the Call for Bids. 1-02.5 Proposal Forms ' (October 7, 2005 APWA GSP) Delete this section and replace it with the following: ' At the request of a bidder, the Contracting Agency will provide a proposal form for any project on which the bidder is eligible to bid. The proposal form will identify the project and its location and describe the work. It will also list estimated quantities, units of measurement, the items of work, and the materials to be furnished at the unit bid prices. The bidder shall complete spaces on the proposal form that call for, but are not limited to, unit ' prices; extensions; summations; the total bid amount; signatures; date; and, where applicable, retail sales taxes and acknowledgment of addenda; the bidder's name, address, telephone number, and signature; the bidder's D/M/WBE commitment, if applicable; a State of Washington Contractor's Registration Number; and a Business License Number, if applicable. Bids shall be completed by typing ' or shall be printed in ink by hand, preferably in black ink. The required certifications are included as part of the proposal form. G 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 forms unless otherwise specified. Any correction to a bid made by interlineation, alteration, or erasure, shall be initialed by the signer of the bid. The bidder shall make no stipulation on the Bid Form, nor qualify the bid in any manner. A bid by a corporation shall be executed in the corporate name, by the president or a vice president (or other corporate officer accompanied by evidence of authority to sign). A bid by a partnership shall be executed in the partnership name, and signed by a partner. A copy of the partnership agreement shall be submitted with the Bid Form if any D/M/WBE requirements are to be satisfied through such an agreement. A bid by a joint venture shall be executed in the joint venture name and signed by a member of the joint venture. A copy of the joint venture agreement shall be submitted with the Bid Form if any D/W/MBE requirements are to be satisfied through such an agreement. 1-02.7 Bid Deposit (October 7, 2005 APWA GSP) Supplement this section with the following: Bid bonds shall contain the following: N:IPROJECTS106-06 Peabody Street Reconstruction Phase IIIProject Manua112009 ManuaflPart 03.DOC 6 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. 1-02.9 Delivery of Proposal ' (October 1, 2005 APWA GSP) Revise the first paragraph to read: ' Each proposal shall be submitted in a sealed envelope, with the Project Name and Proiect Number as stated in the Advertisement for Bids clearly marked on the outside of the envelope, or as otherwise ' stated in the Bid Documents, to ensure proper handling and delivery. 1-02.13 Irregular Proposals (October 1, 2005 APWA GSP) ' Revise item 1 to read: ' 1. A proposal will be considered irregular and will be rejected if: a. The bidder is not prequalified when so required; b. The authorized proposal form furnished by the Contracting Agency is not , used or is altered; c. The completed proposal form contains any unauthorized additions, -deletions, alternate bids, or conditions; , d. The bidder adds provisions reserving the right to reject or accept the award, or enter into the contract; e. A price per unit cannot be determined from the bid proposal; , f. The proposal form is not properly executed; g. The bidder fails to submit or properly complete a subcontractor list, if applicable, as required in Section 1 02.6. ' h. The bidder fails to submit or properly complete a Disadvantaged, Minority or Women's Business Enterprise Certification, if applicable, as required in Section 1- 02.6; or ' i. The bid proposal does not constitute a definite and unqualified offer to meet the material terms of the bid invitation. 1-02.14 Disqualification of Bidders ' (September 12, 2007 APWA GSP) I Revise this section to read: I 1 A bidder will be deemed not responsible and the proposal rejected if the bidder does not meet the responsibility criteria in RCW 39.04. ' ', 2. A bidder may be deemed not responsible and the proposal rejected if: - N:iF'ttOJECTS106-06 Peabody Street Reconstruction Phase II\Project Manua112009 ManuallPart 03.DOC ' I 7 i a. More than one proposal is submitted for the same project from a bidder under the same or different names; b. Evidence of collusion exists with any other bidder or potential bidder. Participants in collusion will be restricted from submitting further bids; c. The bidder, in the opinion of the Contracting Agency is not qualified for the work or to the full extent of the bid, or to the extent that the bid exceeds the authorized prequalification amount as may have been determined by a prequalification of the bidder d. An unsatisfactory performance record exists based on past or current Contracting Agency ' work or for work done for others, as fudged from the standpoint of conduct of the work workmanship; progress; affirmative action; equal employment opportunity practices or Disadvantaged Business Enterprise Minority Business Enterprise or Women's Business Enterprise utilization; e. There is uncompleted work (Contracting Agency or otherwise) which might hinder or prevent the prompt completion of the work bid upon; ' f. The bidder failed to settle bills for labor or materials on past or current contracts; g.. The bidder has failed to complete a written public contract or has been convicted of a crime arising from a previous public contract; ' h. The bidder is unable, financially or otherwise, to perform the work; or i. There are any other reasons deemed proper by the Contracting Agency. 1-02.15 Pre Award Information (October 1, 2005 APWA GSP) ' Revise this section to read: Before awarding any contract, the Contracting Agency may require one or more of these items or actions of the apparent lowest responsible bidder: 1. A complete statement of the origin, composition, and manufacture of any or all materials to. ' be used, 2. Samples of these materials for quality and fitness tests, 3. A progress schedule (in a form the Contracting Agency requires) showing the order of and ' time required for the various phases of the work, 4. A breakdown of costs assigned to any bid item, 5. Attendance at a conference with the Engineer or representatives of the Engineer, ' 6. Obtain, and furnish a copy of, a business license to do business in the city or county where the work is located. 7. A copy of State of Washington Contractor's Registration, or ' Any other information or action taken that is deemed necessary to ensure that the bidder is the lowest responsible bidder. 1-03.3 Execution of Contract ' (October 1, 2005 APWA GSP) Revise this section to read: ' Copies of the Contract Provisions including the unsigned Form of Contract will be available for signature by the successful bidder on the first business day following award The number of copies to be executed by the Contractor will be determined by the Contracting Agency ' Within 10 calendar days after the award date, the successful bidder shall return the si gned 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. ' N:\PROJECTS106-06 Peabody Street Reconstruction Phase 111Project Manua112009 ManuallPart 03.pOC - 8 Until the Contracting Agency executes a contract, no proposal shall bind the Contracting Agency nor shall any work begin within the project limits or within Contracting Agency-furnished sites. The Contractor shall bear all risks for any work begun outside such areas and for any materials ordered before the contract is executed by the Contracting Agency. If the bidder experiences circumstances beyond their control that prevents return of the contract documents within 10 calendar days after the award date, the Contracting Agency may grant up to a maximum of 10 additional calendar days for return of the documents, provided the Contracting Agency deems the circumstances warrant it. 1-03.4 Contract Bond (October 7, 2005 APWA GSP) Revise the first paragraph to read: The successful bidder shall provide an executed contract bond for the full contract amount. This contract bond shall 1. Be on a Contracting Agency-furnished form; 2. Be signed by an approved surety (or sureties) that: a. Is registered with the Washington State Insurance Commissioner, and b. Appears on the current Authorized Insurance List in the State of Washington published by the Office of the Insurance Commissioner, 3. Be conditioned upon the faithful performance of the contract by the Contractor within the prescribed time; 4. Guarantee that the surety shall indemnify, defend, and protect the Contracting Agency against any claim of direct or indirect loss resulting from the failure: a. Of the Contractor (or any of the employees, subcontractors, or lower tier subcontractors of the Contractor) to faithfully perform the contract, or b. Of the Contractor (or the subcontractors or lower tier subcontractors of the Contractor) to pay all laborers, mechanics, subcontractors, lower tier subcontractors; material-person, or any other person who provides supplies or provisions for carrying out the work; 5. Be accompanied by a power of attorney for the Surety's officer empowered to sign the bond; and 6. Be signed by an officer of the Contractor empowered to sign official statements (sole proprietor or partner). If the Contractor is a corporation, the bond must be signed by the president or vice- president, unless accompanied by written proof of the authority of the individual signing the bond to bind the corporation (i.e., corporate resolution, power of attorney or a letter to such effect by the president or vice-president). 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda (October 7, 2005 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, including APWA General Special Provisions, if they are included, 4. Contract Plans, 5. Amendments to the Standard Specifications, 6. WSDOT Standard Specifications for Road, Bridge and Municipal Construction, 7. Contracting Agency's Standard Plans (if any), and N:IPROJECTS106-06 Peabody Street Reconstruction Phase II\Project Manual\2009 Manual\Part 03.DOC- 9 8. WSDOT Standard Plans for Road, Bridge, and Municipal Construction. ' CONTROL OF WORK 1-05.4 Conformity With and Deviations from Plans and Stakes Add the following two new sub-sections: ' 1-05.4(1) Roadway and Utility Surveys (October 7, 2005 APWA GSP) ' The Engineer shall furnish to the Contractor one time only all principal lines, grades, and measurements the Engineer deems necessary for completion of the work. These shall ' generally consist of one initial set of: 1. Slope stakes for establishing grading; 2. Curb grade stakes; ' 3. Centerline finish grade stakes for pavement sections wider than 25 feet; and 4. Offset points to establish line and grade for underground utilities such as water, sewers, and storm drains. On alley construction projects with minor grade changes, the Engineer shall provide only offset hubs on one side of the alley to establish the alignment and_grade. ' 1-05.4(2) Bridge and Structure Surveys (October 1, 2005 APWA GSP) ' For all structural work such as bridges and retaining walls, the Contractor shall retain as a part of Contractor's organization an experienced team of surveyors. ' The Contractor shall provide all surveys required to complete the structure, except the following primary survey control which will be provided by the Engineer: 1. Centerline or offsets to centerline of the structure. 2. Stations of abutments and pier centerlines. 3. A sufficient number of bench marks for levels to enable the Contractor to set grades at ' reasonably short distances. 4. Monuments and control points as shown in the Plans. ' The Contractor shall establish all secondary survey controls, both horizontal and vertica{, as necessary to assure proper placement of all project elements based on the primary control points provided by the Engineer. Survey work shall be within the following tolerances: ' Stationing +.01 foot Alignment +.01 foot (between successive points) Superstructure Elevations +.01 foot (from plan elevations) ' Substructure Elevations +.05 foot (from plan elevations) During the progress of the work, the Contractor shall make available to the Engineer all field books including survey information, footing elevations, cross sections and quantities. The Contractor shall be fully responsible for the close coordination of field locations and measurements with appropriate dimensions of structural members being fabricated. ' N:IPRUJECTS106-O6 Peabody Street Reconstruction Phase II\P~oject Mariiia112009 ManuallPart 03.DOC 10 1-05.7 Removal of Defective and Unauthorized Work (October 7, 2005 APWA GSP) Supplement this section with the following: If the Contractor fails to remedy defective or unauthorized work within the time specified in a written notice from the Engineer, or fails to perform any part of the work required by the Contract Documents, the Engineer may correct and remedy such work as may be identified in the written notice, with Contracting Agency forces or by such other means as the Contracting Agency may deem necessary. If the Contractor fails to comply with a written order to remedy what the Engineer determines to be an emergency situation, the Engineer may have the defective and unauthorized work corrected immediately, have the rejected work removed and replaced, or have work the Contractor refuses to perform completed by using Contracting Agency or other forces. An emergency situation is any situation when, in the opinion of the Engineer, a delay in its remedy could be potentially unsafe, or might cause serious risk of loss or damage to the public. Direct or indirect costs incurred by the Contracting Agency attributable to correcting and remedying defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment will be deducted by the Engineer from monies due, or to become due, the Contractor. Such direct and indirect costs shall include in particular, but without limitation, compensation for additional professional services required, and costs for repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of the Contractor's unauthorized work. No adjustment in contract time or compensation will be allowed because of the delay in the performance of the work attributable to the exercise of the Contracting Agency's rights provided by this Section. The rights exercised under the provisions of this section shall not diminish the Contracting Agency's right to pursue any other avenue for additional remedy or damages with respect to the Contractor's failure to perform the work as required. 1-05.11 Finallnspection Delete this section and replace it with the following: 1-05.11 Final Inspections and Operational Testing (October 7, 2005 APWA GSP) 1-05.11(1) Substantial Completion Date When the Contractor considers the work to be substantially complete, the Contractor shall so notify the Engineer and request the Engineer establish the Substantial Completion Date. The Contractor's request shall list the specific items of work that remain to be completed in order to reach physical completion. The Engineer will schedule an inspection of the work with the Contractor to determine the status of completion. The Engineer may also establish the Substantial Completion Date unilaterally. If, after this inspection, the Engineer concurs with the Contractor that the work is substantially complete and ready for its intended use, the Engineer, by written notice to the Contractor, will set the Substantial Completion Date. If, after this inspection the Engineer does not consider the work substantially complete and ready for its intended use, the Engineer will, by written notice, so notify the Contractor giving the reasons therefor. Upon receipt of written notice concurring in or denying substantial completion, whichever is applicable, the Contractor shall pursue vigorously, diligently and without unauthorized interruption, the work necessary to reach Substantial and Physical Completion. The Contractor shall provide the Engineer with a revised schedule indicating when the Contractor expects to reach substantial and physical completion of the work. N:IPROJECTS\06-06 Peabody Street Reconstruction Phase II1Project Manua112009 ManuallPart 03.DOC 11 The above process shall be repeated until the Engineer establishes the Substantial Completion Date and the Contractor considers the work physically complete and ready for final inspection. ' 1-05.11(2) Final Inspection and Physical Completion Date When the Contractor considers the work physically complete and ready for final inspection, the ' Contractor by written notice, shall request the Engineer to schedule a final inspection. The Engineer will set a date for final inspection. The Engineer and the Contractor will then make a final inspection and the Engineer will notify the Contractor in writing of all particulars in which the final inspection reveals the work incomplete or unacceptable. The Contractor shall immediately take such corrective measures as ' are necessary to remedy the listed deficiencies. Corrective work shall be pursued vigorously, diligently, and without interruption until physical completion of the listed deficiencies. This process will continue until the Engineer is satisfied the listed deficiencies have been corrected. ' If action to correct the listed deficiencies is not initiated within 7 days after receipt of the written notice listing the deficiencies, the Engineer may, upon written notice to the Contractor, take whatever steps are ' necessary to correct those deficiencies pursuant to Section 1-05.7. The Contractor will not be allowed an extension of contract time because of a delay in the performance of the work attributable to the exercise of the Engineer's right hereunder. ' Upon correction of all deficiencies, the Engineer will notify the .Contractor and the Contracting Agency, in writing, of the date upon which the work was considered physically complete. That date shall constitute the Physical Completion Date of the contract, but shall not imply acceptance of the work or that all the obligations of the Contractor under the contract have been fulfilled. 1-05.11(3) Operational Testing ' It is the intent of the Contracting Agency to have at the Physical Completion Date a complete and operable system. Therefore when the work involves the installation of machinery or other mechanical equipment; street lighting, electrical distribution or signal systems; irrigation systems; buildings; or other ' similar work it may be desirable for the Engineer to have the Contractor operate and test the work for a period of time after final inspection but prior to the physical completion date. Whenever items of work are listed in the Contract Provisions for operational testing they shall be fully tested under operating conditions for the time period specified to ensure their acceptability prior to the Physical Completion Date. During and following the test period, the Contractor shall correct any items of workmanship, materials, or equipment which prove faulty, or that are not in first class operating condition. Equipment, electrical controls, meters, or other devices and equipment to be tested during this period shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which they were installed. The Physical Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer. ' The costs for power, gas, labor, material, supplies, and everything else needed to successfully complete operational testing, shall be included in the unit contract prices related to the system being tested, unless ' specifically set forth otherwise in the proposal. Operational and test periods, when required by the Engineer, shall not affect a manufacturer's guaranties or warranties furnished under the terms of the contract. 1-05.13 Superintendents, Labor and Equipment of Contractor (May 25, 2006 APWA GSP) Revise the seventh paragraph to read: ' Whenever the Contracting Agency evaluates the Contractor's qualifications pursuant to Section 1-02.1, it will take these performance reports into account. ' N:\PROJ~CTS106-O6 Peabody Street Reconstruction Phase 111Project Manua112009 Manual\Part 03.DOC 12 1-05.15 Method of Serving Notices (October 70, 2008 APWA GSP) Revise the second paragraph to read: All correspondence from the Contractor shall be directed to the Project Engineer. All correspondence to the Project Engineer's office must be in paper format, hand delivered or sent via mail delivery service. Electronic copies will be treated as informational only, and do not constitute official notice. Add the following new section: 1-05.16 Water and Power (October 1, 2005 APWA GSP) The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the work, unless the contract includes power and water as a pay item Add the following new section: 1-05.17 Oral Agreements (October 1, 2005 AWPA GSP) No oral agreement or conversation with any officer, agent, or employee of the Contracting Agency, either before or after execution of the contract, shall affect or modify any of the terms or obligations contained in any of the documents comprising the contract. Such oral agreement or conversation shall be considered as unofficial information and in no way binding upon the Contracting Agency, unless subsequently put in writing and signed by the Contracting Agency. CONTROL OF MATERIAL Buy America. Section 1-06 is supplemented with the following: (August 6, 2007) 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. The Contractor may utilize minor amounts of foreign steel and iron 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 materia! 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 N:\PRUJECTSCU6-06 Peabody Street Reconstruction Phase II\Project Manual\2009 Manual\Part 03.DOC t 13 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. 1 c. Electric furnace. d. Direct reduction. 2. Rolling, heat treating, and any other similar processing. ' 3. Fabrication of the products. ' a. Spinning wire into cable or strand. b. Corrugating and rolling into culverts. c. Shop fabrication. A certification of materials origin will be required for any items comprised of, or containing, steel or iron construction materials prior to such items being incorporated into the permanent work. The certification shall be on DOT Form 350-109EF provided by the ' Engineer, or such other form the Contractor chooses, provided it contains the same information as DOT Form 350-109EF. ' LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.1 Laws to be Observed ' (October 7, 2005 APWA GSP) Supplement this section with the following: In cases of conflict between different safety regulations, the more stringent regulation shall apply. N:\PRdJECT5\06-06 Peabody Street Reconstruction Phase II1Project Manual\2009 Manual\Part 03.DOC - 14 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 (W ISHA). The Contractor shall maintain at the project site office, or other well known place at the project site, all articles necessary for providing first aid to the injured. The Contractor shall establish, publish, and make known to all employees, procedures for ensuring immediate removal to a hospital, or doctor's care, persons, including employees, who may have been injured on the project site. Employees should not be permitted to work on the project site before the Contractor has established and made known procedures for removal of injured persons to a hospital or a doctor's care. The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of the Contractor's plant, appliances, and methods, and for any damage or injury resulting from their failure, or improper maintenance, use, or operation. The Contractor shall be solely and completely responsible for the conditions of the project site, including safety for all persons and property in the performance of the work. This requirement shall apply continuously, and not be limited to normal working hours. The required or implied duty of the Engineer to conduct construction review of the Contractor's performance does not, and shall not, be intended to include review and adequacy of the Contractor's safety measures in, on, or near the project site. Section 1-07.1 is supplemented with the following: (March 25, 2009) American Recovery and Reinvestment Act of 2009 (ARRA) employment Report The Contractor shall submit monthly reports of the number of employees actively working on this project for the Contractor and all Subcontractors of every tier. The reports shall include all employees actively working on this project at the jobsite, in the project office, in the home office, or teleworking from a home or other alternative office location; and all engineering personnel, inspectors, sampling and testing technicians, and lab technicians actively performing work directly in support of this project (excluding suppliers) during the reporting month. The report shall be prepared using Form FHWA-1589 and submitted monthly to the Project Engineer. The initial report shall be submitted to the Project Engineer within 30-days of execution. Subsequent reports shall be submitted to the Project Engineer no later than 10- days after the end of each report month. Failure by the Contractor to submit ARRA Employment Reports for the Contractor and all Subcontractors of every tier shall be reason for withholding all progress payments until reports are received. The cost of preparing and submitting ARRA Employment Reports is incidental to the Contract. The Contractor shall include all related costs in the unit Bid prices of the Contract. N:\PROJECTS106-O6 Peabody Street Reconstruction Phase IIIProject Manual\2009 Manual\Parf u3.DUC - 15 r 1-07.2 State Sales Tax ' Delete this section, including its sub-sections, in its entirety and replace it with the following: 1-07.2 State Sales Tax (October 9, 2005 APWA GSP) ' 1-07.2(1] General The Washington State Department of Revenue has issued special rules on the State sales tax. Sections ' 1-07.2(1) through 1-07.2(4) 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(3) describes this exception. ' The Contracting Agency will pay the retained percentage 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 60.28.050). The Contracting Agency may deduc# 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(2) 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(3) State Sales Tax -Rule 170 WAC 458-20-170, and its related rules, apply to the constructing and repairing of new or existing buildings, or other structures, upon real property. This includes, but is not limited to, the construction of streets, roads, highways, etc., owned by the state of Washington; water mains and their appurtenances; ' sanitary sewers and sewage disposal systems unless such sewers and disposal systems are within, and a part of, a street or road drainage system; telephone, telegraph, electrical power distribution lines, or other conduits or lines in or above streets or roads, unless such power lines become a part of a street or road lighting system; and installing or attaching of any article of tangible personal property in or to real ' property, whether or not such personal property becomes a part of the realty by virtue of_installation. For work performed in such cases, the Contractor shall collect from the Contracting Agency, retail safes ' 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 ' N:\PROJECTS\06-06 Peabody Street Reconstruction Phase II\Project Mariua112009 Manual\Part 03.DOC 16 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(4) Services The Contractor shall not collect retail sales tax from the Contracting Agency on any contract wholly for professional or other services (as defined in Washington State Department of Revenue Rules 138 and 244). State Taxes Section 1-07.2 is supplemented with the following: (March 13, 1995) The work on this contract is to be performed upon lands whose ownership obligates the Contractor to pay Sales tax. The provisions of Section 1-07.2(1) apply. Permits And Licenses Section 1-07.6 is supplemented with the following: (March 13, 1995} No hydraulic permits are required for this project unless the Contractor's operations use, divert, obstruct, or change the natural flow or bed of any river or stream, or utilize any of the waters of the State or materials from gravel or sand bars, or from stream beds. Wages General Section 1-07.9(1) is supplemented with the following: (February 11, 2008) The Federal wage rates incorporated in this contract have been established by the Secretary of Labor under United States Department of Labor General Decision IVo. WA080001. (April 2, 2007) Application of Wage Rates For The Occupation Of Landscape Construction State prevailing wage rates for public works contracts are included in this contract and show a separate listing for the occupation: Landscape Construction, which includes several different occupation descriptions such as: Irrigation and Landscape Plumbers, Irrigation and Landscape Power Equipment Operators, and Landscaping or Planting Laborers. in .addition, federal wage .rates that are included in this contract may also include occupation descriptions in Federal Occupational groups for work also specifically identified with landscaping such as: Laborers with the occupation description, Landscaping or Planting, or Power Equipment Operators with the. occupation description, Mulch Seeding Operator. If Federal wage rates include one or more rates specified as applicable to landscaping work, then Federal wage rates for all occupatioh descriptions, specific or general, must be N:IPROJECTS106-06 Peabody Street Reconstruction Plisse II\Project Manua112009 Manual\Part 03.DOC 17 r~ '.l 1 1 1 1 J n L considered and compared with corresponding State wage rates. The higher wage rate, either State or Federai, becomes the minimum wage rate for the work performed in that occupation. Contractors are responsible for determining the appropriate crafts necessary to perform the contract work. If a classification considered necessary for performance of the work is missing from the Federal Wage Determination applicable to the contract, the Contractor shall initiate a request for approval of a proposed wage and benefit rate. The Contractor shall prepare and submit Standard Form 1444, Request for Authorization of Additional Classification and Wage Rate available at http://www.wdol.ctov/does/sf1444.pdf, and submit the completed form to the Project Engineer's office. The presence of a classification wage on the Washington State Prevailing Wage Rates For Public Works Contracts does not exempt the use of form 1444 for the purpose of determining a federal classification wage rate. Requirements For Nondiscrimination Section 1-07.11 is supplemented with the following: (March 6, 2000) Reauirement For Affirmative Action to Ensure Equal Employment Opportunity (Executive Order 112461 The Contractor's attention is called to the Equal Opportunity Clause and the Standard Federal Equal Employment Opportunity Construction Contract Specifications set forth herein. 2. The goals and timetables for minority and female participation set by the Office of Federal Contract Compliance Programs, expressed in percentage terms. for the Contractor's aggregate work force in each construction craft and in each trade on all construction work in the covered area, are as follows: Women -Statewide Timetable Goal Until further notice g.g% Minorities - by Standard Metropolitan Statistical Area (SMSA) Spokane, WA: SMSA Counties: Spokane, WA 2.8 WA Spokane. Non-SMSA Counties 3.0 WA Adams; WA Asotin; WA Columbia; WA Ferry; WA Garfield; WA Lincoln, WA Pend Oreille; WA Stevens; WA Whitman. Richland, WA SMSA Counties: Richland Kennewick, WA 5.4 WA Benton; WA Franklin. Non-SMSA Counties 3.6 WA Walla Walla. ' N:IPROJECTS106-06 Peabody Street Reconstruction Phase II1Project ManuaI12009 ManuallPart 03.DOC 18 Yakima, WA: SMSA Counties: Yakima, WA 9.7 WA Yakima. Non-SMSA Counties 7.2 ' WA Chelan; WA Douglas; WA Grant; WA Kittitas; WA Okanogan. Seattle, WA: SMSA Counties: . ' Seattle Everett, WA 7.2 WA King; WA Snohomish. ~ Tacoma, WA 6.2 ' WA Pierce. Non-SMSA Counties WA Clallam; WA Grays Harbor; 6.1 WA Island; WA Jefferson; WA Kitsap; WA , Lewis; WA Mason; WA Pacific; WA San Juan; WA Skagit; WA Thurston; WA Whatcom. ' Portland, OR: SMSA Counties: Portland, OR-WA 4.5 ' WA Clark. Non-SMSA Counties 3.8 WA Cowlitz; WA Klickitat; WA Skamania; WA Wahkiakum. ' These goals are applicable to each nonexempt Contractor's total on-site construction workforce, regardless of whether or not part of that workforce is performing work on a Federal, or federally assisted project, contract, or subcontract until further notice. ' Compliance with these goals and time tables is enforced by the Office of Federal Contract compliance Programs. ' The Contractor's compliance with the Executive Order and the regulations in 41 CFR Part 60-4 shall be based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the specifications set forth in 41 CFR 60-4.3(a), , and its efforts to meet the goals. The hours of minority and female employment and training must be substantially uniform throughout the length of the contract, in each construction craft and in each trade, and the Contractor shall make a good faith effort to ' employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's goal shall be a violation of the contract, the ' Executive Order and the regulations in 41 CFR Part 60-4. Compliance with the goals will be measured against the total work hours performed. 3. The Contractor shall provide written notification to the Engineer within 10 working. days of award of any construction subcontract in excess of $10,000 or more that are Federally funded, at any tier for construction work under the contract resulting from this solicitation. ' The notification shall list the name, address and telephone number of the subcontractor; employer identification number of the subcontractor; estimated dollar amount of the subcontract; estimated starting and completion dates of the subcontract; and the geographical area in which the contract is to be performed. 4. As used in this Notice, and in the contract resulting from this solicitation, the Covered , Area is as designated herein. N:IPROJECTS\06-06 Peabody Street Reconstruction Phase II1Project Manua1C2009 Manual\Part 03.DOC ' 19 Standard Federal Eaual Employment Opportunity Construction Contract Specifications ' (Executive Order 11246) 1. As used in these specifications: a. Covered Area means the geographical area described in the solicitation from which this contract resulted; ' b. Director means Director, Office of Federal Contract Compliance Programs, United States Department of Labor, or any person to whom the Director ' delegates authority; c. Employer Identification Number means the Federal Social Security number used ' on the Employer's Quarterly Federal Tax Return, U. S. Treasury Department Form 941; d. Minority includes: ' (1) Black, a person havin on ins in an of the Black Racial Grou s of 9 9 y p Africa. t (2) Hispanic, a fluent Spanish speaking, Spanish surnamed person of Mexican, Puerto Rican, Cuban, Central American, South American, or t other Spanish origin. (3) Asian or Pacific Islander, a person having origins in any of the original ' peoples of the Pacific rim or the Pacific Islands, the Hawaiian Islands and Samoa. ' (4) American Indian or Alaskan Native, a person having origins in any of the original peoples of North America, and who maintain cultural identification through tribal affiliation or community recognition. 2. Whenever the Contractor, or any Subcontractor at any tier, subcontracts a portion of the work involving any construction trade, it shall physically include in each subcontract in excess of $10,000 the provisions of these specifications and the Notice which contains the applicable goals for minority and female participation and which is set forth in the solicitations from which this contract resulted. 3. If the Contractor is participating (pursuant to 41 CFR 60-4.5) in a Hometown Plan approved by the U.S. Department of Labor in the covered area either individually or through an association, its affirmative action obligations on all work in the Plan area (including goals and timetables) shall be in accordance with that Plan for those trades which have unions participating in the Plan. Contractors must be able to demonstrate their participation in and compliance with the provisions of any such Hometown Plan. Each Contractor or Subcontractor participating in an approved Plan is individually required to comply with its obligations under the EEO clause, and to make a good faith effort to achieve each goal under the Plan in each trade in which it has employees. The overall good faith performance by other Contractors or Subcontractors toward a goal in an approved Plan does not excuse any covered Contractor's or Subcontractor's failure to take good faith effort to achieve the Plan goals and timetables. 4. The Contractor shall implement the specific affirmative action standards provided in paragraphs 7a through 7p of this Special Provision. The goals set forth in the solicitation from which this contract resulted are expressed as percentages of the total hours of N:IPROJECTS106-O6 Peabody Street Reconstruction Phase II\Project Manua112009 ManuallPart 03.DOC 20 employment and training of minority and female utilization the Contractor should reasonably be able to achieve in each construction trade in which it has employees in the covered area. Covered construction contractors performing construction work in geographical areas where they do not have a Federal or federally assisted construction contract shall apply the minority and female goals established for the geographical area where the work is being performed. The Contractor is expected to make substantially uniform progress in meeting its goals in each craft during the period specified. 5. Neither the provisions of any collective bargaining agreement, nor the failure by a union with whom the Contractor has a collective bargaining agreement, to refer either minorities or women shall excuse the Contractor's obligations under these specifications, Executive Order 11246, or the regulations promulgated pursuant thereto: 6. In order for the nonworking training hours of apprentices and trainees to be counted in meeting the goals, such apprentices and trainees must be employed by the Contractor during the training period, and the Contractor must have made a commitment to employ the apprentices and trainees at the completion of their training, subject to the availability of employment opportunities. Trainees must be trained pursuant to training programs approved by the U.S. Department of Labor. 7. The Contractor shall take specific affirmative actions to ensure equal employment opportunity. The evaluation of the Contractor's compliance with these specifications shall be based upon its effort to achieve maximum results from its action. The Contractor shall document these efforts fully, and shall implement affirmative action steps at least as extensive as the following: a. Ensure and maintain a working environment free of harassment, intimidation, and coercion at all sites, and in all facilities at which the Contractor's employees are assigned to work. The Contractor, where possible, will assign two or more women to each construction project. The Contractor shall specifically ensure that all foremen, superintendents, and other on-site supervisory personnel are aware of and carry out the Contractor's obligation to maintain such a working environment, with specific attention to minority or female individuals working at such sites or in such facilities. b. Establish and maintain a current list of minority and female recruitment sources, provide written notification to minority and female recruitment sources and to community organizations when the Contractor or its unions have employment opportunities available, and maintain a record of the organizations' responses. Maintain a current file of the names, addresses and telephone numbers of each minority and female off-the-street applicant and minority or female referral from a union, a recruitment source or community organization and of what action was taken with respect to each such individual. If such individual was sent to the union hiring hall for referral and was not referred back to the Contractor by the union or, if referred, not employed by the Contractor, this shall be documented in the file with the reason therefor, along with whatever additional actions the Contractor may have taken. d. Provide immediate written notification to the Director when the union or unions with which the Contractor has a collective bargaining agreement has not referred to the Contractor a minority person or woman sent by the Contractor, or when the Contractor has other information that the union referral process has impeded the Contractor's efforts to meet its obligations. N:IPROJECTS106-06 Peabody Street Reconstruction Phase II1Project Manua112009 MariiiallPart 03:DOC 21 e. Develop on-the-job training opportunity and/or participate in training programs ' for the area which expressly include minorities and women, including upgrading programs and apprenticeship and trainee programs relevant to the Contractor's employment needs, especially those programs funded or approved by the U.S. ' Department of Labor. The Contractor shalt provide notice of these programs to the sources compiled under 7b above. ' f. Disseminate the Contractor's EEO policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting the Contractor in meeting its EEO obligations; by including it in any policy manual ' and collective bargaining agreement; by publicizing it in the company newspaper, annual report, etc.; by specific review of the policy with all management personnel and with all minority and female employees at least ' once a year; and by posting the company EEO policy on bulletin boards accessible to all employees at each location where construction work is performed. ' g. Review, at least annually, the company's EEO policy and affirmative action obligations under these specifications with all employees having any responsibility for hiring, assignment, layoff, termination or other employment ' decisions including specific review of these items with on-site supervisory personnel such as Superintendents, General Foremen, etc., prior to the initiation of construction work at any job site. A written record shall be made and ' maintained identifying the time and place of these meetings, persons attending, subject matter discussed, and disposition of the subject matter. ' h. Disseminate the Contractor's EEO policy externally by including it in any advertising in the news media, specifically including minority and female news media, and providing written notification to and discussing the Contractor's EEO ' .policy with other Contractors and Subcontractors with whom the Contractor does or anticipates doing business. ' i. Direct its recruitment efforts, both oral and written to minority, female and community organizations, to schools with minority and female students and to minority and female recruitment and training organizations serving the ' Contractor's recruitment area and employment needs. Not later than one month prior to the date for the acceptance of applications for apprenticeship or other training by any recruitment source, the Contractor shall send written notification to organizations such as the above, describing the openings, screening ' procedures, and tests to be used in the selection process. j. Encourage present minority and female employees to recruit other minority ' persons and women and where reasonable, provide after school, summer and vacation employment to minority and female youth both on the site and in other areas of a Contractor's work force. ' k. Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR Part 60-3. ' I. Conduct, at least annually, an inventory and evaluation of all minority and female personnel for promotional opportunities and encourage these employees to seek ' or to prepare for, through appropriate training, etc., such opportunities. m. Ensure that seniority practices, job classifications, work assignments and other ' personnel practices, do not have a discriminatory effect by continually monitoring N:IPROJECTS106-06 Peabody Street Reconstruction Phase 111Project Manual\2009 Manual\Part 03.DOC 22 all personnel and employment related activities to ensure that the EEO policy and the Contractor's obligations under these specifications are being carried out. n. Ensure that all facilities and company activities are nonsegregated except that separate or single-user toilet and necessary changing facilities shall be provided to assure privacy between the sexes. o. Document and maintain a record of all solicitations of offers for subcontracts from minority and female construction contractors and suppliers, including circulation of solicitations to minority and female contractor associations and other business associations. p. Conduct a review, at least annually, of all supervisors' adherence to and performance under the Contractor's EEO policies and affirmative action obligations. 8. Contractors are encouraged to participate in voluntary associations which assist in fulfilling one or more of their affirmative action obligations (7a through 7p). The efforts of a contractor association, joint contractor-union, contractor-community, or other similar group of which the Contractor is a member and participant, may be asserted as fulfilling any one or more of the obligations under 7a through 7p of this Special Provision provided that the Contractor actively participates in the group, makes every effort to assure that the group has a positive impact on the employment of minorities and women in the industry, ensure that the concrete benefits of the program are reflected in the Contractor's minority and female work-force participation, makes a good faith effort to meet its individual goals and timetables, and can provide access to documentation which demonstrate the effectiveness of actions taken on behalf of the Contractor. The obligation to comply, however, is the Contractor's and failure of such a group to fulfill an obligation shall not be a defense for the Contractor's noncompliance. 9. A single goal for minorities and a separate single goal for women have been established. The Contractor, however, is required to provide equal employment opportunity and to take affirmative action for all minority groups, both male and female, and all women, both minority and non-minority. Consequently, the Contractor may be in violation of the Executive Order if a particular group is employed in substantially disparate manner (for example, even though the Contractor has achieved its goals for women generally, the Contractor may be in violation of the Executive Order if a specific minority group of women is underutilized). 10. The Contractor shall not use the goals and timetables or affirmative action standards to discriminate against any person because of race, color, religion, sex, or national origin. 11. The Contractor shall not enter into any subcontract with any person or firm debarred from Government contracts pursuant to Executive Order 11246. 12. The Contractor shall carry out such sanctions and penalties for violation of these specifications and of the Equal Opportunity Clause, including suspensions, terminations and cancellations of existing subcontracts as may be imposed or ordered pursuant to Executive Order 11246, as amended, and its implementing regulations by the Office of Federal Contract Compliance Programs. Any Contractor who fails to carry out such sanctions and penalties shall be in violation of these specifications and Executive Order 11246, as amended. 13. The Contractor, in fulfilling its obligations under these specifications, shall implement specific affirmative action steps, at least as extensive as those standards prescribed in N:\PROJCCTS106-O6 Peabody Street Reconstruction Phase II1Project Manual\2009 ManuallPart 03.DOC 23 paragraph 7 of this Special Provision, so as to achieve maximum results from its efforts to ' ensure equal employment opportunity. If the Contractor fails to comply with the requirements of the Executive Order, the implementing regulations, or these specifications, the Director shall proceed in accordance with 41 CFR 60-4.8. 14. The Contractor shall designate a responsible official to monitor all employment related activity to ensure that the company EEO policy is being carried out, to submit reports ' relating to the provisions hereof as may be required by the government and to keep records. Records shall at least include, for each employee, their name, address, telephone numbers, construction trade, union affiliation if any, employee identification ' number when assigned, social security number, race, sex, status (e.g., mechanic, apprentice, trainee, helper, or laborer), dates of changes in status, hours worked per week in the indicated trade, rate of pay, and locations at which the work was performed. ' Records shall be maintained in an easily understandable and retrievable form; however, to the degree that existing records satisfy this requirement, the Contractors will not be required to maintain separate records. ' 15. Nothing herein provided shall be construed as a limitation upon the application of other laws which establish different standards of compliance or upon the application of requirements for the hiring of local or other area residents (e.g., those under the Public ' Works Employment Act of 1977 and the Community Development Block Grant Program). (December 3, 2007) ' Disadvantaged Business Enterprise Condition of Award Participation The Disadvantaged Business Enterprise (DBE) requirements of 49 CFR Part 26 apply to this contract. This goal is considered a condition of award. ' DBE Goals The Contracting Agency has established a goal in the amount of: "** Five percent (5%) of the contract total for DBE goals*'~* t DBE Eligibility Selection of DBEs DBEs proposed by the bidder shall be listed as DBEs on the current list of firms ' certified by the Office of Minority and Women's Business Enterprises (OMWBE.) In absence of being listed, the Contractor may provide written proof from OMWBE documenting that their proposed DBEs are currently certified. A list of firms certified ' by OMWBE is available from that office and on line through their website (www.omwbe.wa.gov/directory/directory.htm) or by telephone at (360) 704-1181. It shall be the responsibility of the bidder to confirm with OMWBE that the certification of any proposed DBE firm is current and that the firm is certified in the North American Industry Classification System (NAILS) code for the work being proposed. In establishing the certification status of any subcontractor or supplier, the bidder may rely upon the website list or upon any written commitments from OMWBE provided that information is obtained no earlier than 24 hours prior to the time set for bid submittals. ' Proposed firms not meeting the specified requirements at the time fixed for the opening of bids will not be credited by the Contracting Agency for the purpose of meeting the goals. The amounts committed to anon-certified firm will not be counted ' in the evaluation of the bidder's DBE submittal. ' N:\PR6.iECTS106-05 Peabody Street Reconstruction Phase II\Project Manua112009 Manual\Part 03.[)OC ~ ` 24 In the event that a DBE firm listed is certified at the time of the submission of the bid, but the listed DBE firm is subsequently determined to be ineligible prior to execution of the contract, then the contract execution will proceed and the Contractor will be required to substitute a certified DBE firm for the same amount or to make a good faith effort to do so. Counting DBE Participation Toward Meeting the Goal and Substitution Requirements When a DBE firm participates in a contract, only the value of the work actually performed by the DBE will be counted towards the DBE goal. Count the entire amount of the portion of the contract that is performed by the DBE's own forces. Include the cost of supplies and materials obtained by the DBE for the work of the contract, including supplies purchased or equipment teased by the DBE (except supplies 'and equipment the DBE Subcontractor purchases or leases from the Prime Contractor or its affiliates, unless the Prime Contractor is also a DBE). Work performed by a DBE, utilizing resources of the Prime Contractor or its affiliates will not be counted toward DBE goals. In very rare situations, a DBE firm may utilize equipment and/or personnel from anon- DBE firm other than the Prime Contractor or its affiliates. Should this situation arise, the arrangement must be short-term and must have prior written approval from the Contracting Agency. The arrangement must not erode a DBE firm's .ability to perform a Commercially Useful Function (See discussion of CUF, below). 2. Count the entire amount of fees or commissions charged by a DBE firm for providing a bona fide service, such as professional, technical, consultant, or managerial services, or for providing bonds or insurance. 3. When a DBE subcontracts part of the work of its contract to another firm, the value of the subcontracted work may be counted toward the DBE goal only if the DBE's lower tier Subcontractor is also a DBE. Work that a DBE subcontracts to anon-DBE firm does not count toward the DBE goal. The DBE firm may further subcontract to lower tier DBE subcontractors to the extent specified by section 1- 08.1. 4. When a 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 counted toward the DBE goal, so long as it is a distinct clearly defined portion of the work of the subcontract that the DBE is performing in a commercially useful function with its own forces. 5. Continue to count the work subcontracted to a decertified DBE firm after decertification, provided the prime contractor had a subcontract in force before the decertification and the prime contractor's actions did not influence the DBE's decertification. DBE Prime Contractor A DBE prime Contractor may only count the work performed with its own forces and the work performed by DBE Subcontractors and DBE suppliers. In the event that the DBE Prime contractor becomes decertified during the contract, for reasons other than graduation from the program, the portion of the work performed after the decertification will not count toward the goal. If this work is part of the Condition of Award the prime will be required to meet the Condition of award and may do so by increasing the dollars and -- N:IPROJEC75106-06 Peabody Street Reconstruction Phase II1Project Manual\2009 ManuallPart 03.~L70C ~- `~ 25 ~I '_ J work to another DBE firm in an amount equal to that which can not be counted, utilize the ' dollars committed/paid to a non-COA DBE who is already on the project, or make a good faith effort to do so. If the reason for decertification is for graduation, the work of the decertified DBE prime contractor may continue to be counted toward the goal. 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 will count toward COA DBE goal In the event that the DBE Joint Venture contractor becomes decertified during the contract, for reasons other ' than graduation from the program, the portion of the work performed after the decertification will not count toward the DBE goal. If this work is part of the Condition of Award the Joint Venture will be required to meet the Condition of award and may do so by ' increasing the dollars and work to another DBE firm in an amount equal to that which can not be counted, utilize the dollars committed/paid to a non-COA DBE who is already on the project, or make a good faith effort to do so. If the reason for decertification is for graduation the work of the decertified DBE Joint Venture contractor may continue to be ' counted toward the goal. ' Changes in the Quantity of Work Owner initiated Change Orders In the event the Contracting Agency reduces quantities or deletes work items ' that impact a DBE's work and insufficient work remains on the contract, the Contracting Agency may relieve the prime contractor from attainment of that portion of the goal. t Original Quantity Under runs In the event that work committed to a DBE firm as part of the COA, under runs the original planned quantities and that work is completed according to the contract, the contractor shall not be required to substitute work for the portion of the COA not achieved. ' Contractor-Initiated Proposals-General 1. Reductions or Deletions Any reduction or deletion of Condition of Award DBE work that is proposed by ' the Contractor under this provision shall not be permitted without the express prior written consent of the Contracting Agency, including concurrence by WSDOT/OEO, which shall have the discretion to deny approval. ' The Contractor must notify and obtain written approval from the contracting agency prior to replacing a DBE or making any change in the participation. Approval for replacement will be granted only if it is demonstrated that the DBE is unable or unwilling to perform. The Contractor must make every good faith effort to find another certified DBE subcontractor to substitute for the original ' DBE. The good faith efforts shall be directed at finding another DBE to perform at least the same amount of work under the contract as the original DBE, to the extent needed to meet the contract goal. ' Any deviation from the DBE condition-of-award letter or contract specifications must be approved by Change Order issued by the Contracting Agency. The ' Contractor shall notify affected DBEs in writing of any changes in the scope of work which result in a reduction in the dollar amount of condition-of-award to the contract. N:IPROJECTS106-06 Peabody Street Reconstruction Phase 111Project Manua113009 ManuallPart 03:DOC ~ ~ --- 26 In addition to the above requirements for reductions in the Condition of Award, additional requirements apply to the two cases of Contractor-Initiated work substitution proposals. Where the contract allows alternate work methods which serve to delete or create underruns in condition of award DBE work, and the Contractor selects that alternate method or, where the Contractor proposes a substitute work method or material that serves to diminish or delete work committed to a DBE and replace it with other work, then the Contractor must demonstrate one of the following: a. That the replacement work will be performed by the same DBE (as long as the DBE is certified in the respective item of work) in a modification of the Condition of Award agreement; or b. That the DBE is aware that its work will be deleted or will experience underruns and has agreed in writing to the change. If this occurs, the Contractor shall substitute other work of equivalent value to a certified DBE or provide documentation of good faith efforts to do so; or c. That the DBE is not capable of performing the replacement work or has declined to perform the work at a reasonably competitive price. If this occurs, the Contractor shalt substitute other work of equivalent value to a certified DBE or provide documentation of good faith efforts to do so. 2. Additions As stated above, any change in the condition of award will be evidenced by a change order. Where the revision includes work committed to a new DBE subcontractor, not previously involved in the project, then a Request to Sublet shall be submitted in accordance with Section 1-08.1. Ifi the commitment of work is in the form of additional tasks assigned to an existing subcontractor, then a new Request to Sublet shall not ,be required. However, the Contractor must document efforts to assure that the existing DBE subcontractor is capable of performing the additional work and has agreed (in writing) to the change. Commercially Useful Function Payments to a DBE firm will count toward commercially useful function on the contract. DBE goals only if the DBE is performing a , 1. A DBE performs a commercially useful function when it is responsible for ' execution of the work of the contract and is carrying out its responsibilities by actually performing, managing, and supervising the work involved. To perform a commercially useful function, the DBE must also be responsible, with respect to ' materials and supplies used on the contract, for negotiating price, determining quality and quantity, ordering the material, installing (if applicable) and paying for the material itself..Two party checks are not allowed. 2. A DBE does not perform a commercially useful function if its role is limited to that ' of an extra participant in a transaction, contract, or project through which funds are passed in order to obtain the appearance of DBE participation. ' Trucking Use the following factors in determining whether a DBE trucking company is performing a ' commercially useful function: N:\PROJECTS106-O6 Peabody Street Reconstruction Phase II\P~ojeci Manua112009 Manual\Part 03.DOC ' 27 1. The DBE must be responsible for the management and supervision of the entire ' trucking operation for which it is listed on a particular contract. 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 total value of the transportation services it provides on the contract using trucks it owns or leases, licenses, insures, and ' operates with drivers it employs. ' 4. For purposes of this paragraph 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 during the term of the lease wlth the consent of the DBE, so long as the lease gives the DBE absolute priority for use of the leased truck. Leased trucks must dis la the name and identifi ati f th b DBE p y c on num er o e . 5. The DBE may lease trucks from another DBE firm and may enter an agreement ' with an owner-operator who is certified as a DBE. The DBE who leases trucks from another DBE or employs a DBE owner-operator receives credit for the total value of the transportation services the lessee DBE provides on the contract. ' 6. The DBE may also lease trucks from anon-DBE firm and may enter an agreement with an owner-operator who is a non-DBE. The DBE who leases ' trucks from anon-DBE or employs anon-DBE owner-operator is entitled to credit only for the fee or commission it receives as a result of the lease arrangement. The DBE does not receive credit for the total value of the ' transportation services provided by the lessee, since these services are not provided by a DBE. ' 7. In any lease or owner-operator situation, as described in paragraphs 5 & 6 above, the following rules shall apply: ' A written lease/rental agreement on all trucks leased or rented, showing the true ownership and the terms of the rental must be submitted and approved by the Contracting Agency prior to the beginning of the work. ' The agreement must show the lessor's name, trucks to be leased, and agreed upon amount or method of payment (hour, ton, or per load). All lease agreements shall be for along-term relationship, rather than for the individual project. Does not apply to owner-operator arrangements. • Only the vehicle, (not the operator) is leased or rented. Does not a I pp Y to owner-operator arrangements. 8. In order for DBE project goals to be credited, DBE trucking firms must be ' covered by a subcontract or a written agreement approved by the Contracting Agency prior to performing their portion of the 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 1. Counting ' N:IPROJECTS106-06 Peabody Street Reconstruction Phase 111P~oject Manua112009 ManuallParE 03.DOC 28 If the materials or supplies are obtained from a DBE manufacturer, count 100 percent of the cost of the materials or supplies toward DBE goals. 2. Definition To be a manufacturer, the firm operates or maintains a factory or establishment that produces, on the premises, the materials, supplies, articles, or equipment required under the contract and of the general character described by the specifications. 3. In order to receive credit as a DBE manufacturer, the firm must have received an "on-site" review and been approved by WSDOT-OEO to operate as a DBE Manufacturing firm prior to bid opening on any USDOT federally-assisted contract. Use of a DBE manufacturer that has not received an on-site review and approval by WSDOT-OEO prior to bid opening will result in the bid being declared non-responsive. To schedule a review, the manufacturing firm must submit a written request to WSDOT/OEO and may not receive credit towards DBE participation until the completion of the review. Once a firm's manufacturing process has been approved in writing, it is not necessary to resubmit the firm for approval unless the manufacturing process has substantially changed. Information on approved manufacturers (per contract) may be obtained from WSDOT-OEO. Regular Dealer 1. Counting If the materials or supplies are purchased from a DBE regular dealer, 60 percent of the cost of the materials or supplies will count toward DBE goals. 2. Definition a) To be a regular dealer, the firm must own, operate or maintain a store, warehouse, or other establishment in which the materials, supplies, articles or equipment of the general character described by the specifications and required under the contract are bought, kept in stock, and regularly sold or leased to the public in the usual course of business. It must also be an established, regular business that engages, as its principal business and under its own name, in the purchase and sale or lease of the products in question. b) A person may be a regular dealer in such bulk items as petroleum products, steel, cement, gravel, stone, or asphalt without owning, operating, or maintaining a place of business, as provided elsewhere in this specification, if the person both owns and operates distribution equipment for the products. Any supplementing of regular dealers' own distribution equipment shall be by a long-term lease agreement and not on an ad hoc or contract- by-contract basis. c) Packagers, brokers, manufacturers' representatives, or other persons who arrange or expedite transactions are not regular dealers. 3. Regular dealer status is granted on acontract-by-contract basis. To obtain regular dealer status, a formal written request must be made by the interested supplier (potential regular dealer) to WSDOT/OEO. OEO must be in receipt of this request at least seven (7) calendar days prior to bid opening. Included in the request shall be a full description of the project, type of business operated by the DBE, and the manner the DBE will operate as a regular dealer on the N:IPROJECTS\O6-Ofi Peabody Street Recori§truction Phase II1Project Manua112009 Manual\Part 03.DOC 29 specific contract. Rules applicable to regular dealer status are contained in 49 ' CFR Part 26.55.e.2. Once the request is reviewed by WSDOT-OEO, the DBE supplier requesting it will be notified in writing whether regular dealer status was approved. DBE firms that are approved as regular dealers for a contract ' (whenever possible) will be listed on the WSDOT Internet Homepage at: www.wsdot.wa.gov/biz/contaa/ prior to the time of bid opening. In addition, bidders may request confirmation of the DBE supplier's approval to operate as a ' regular dealer on a specific contract by writing the Office of Equal Opportunity, Washington State Department of Transportation, P.O. Box 47314, Olympia, WA 98504-7314 or by phone at (360) 705-7085. Use of a supplier that has not ' received approval as a regular dealer prior to bid opening will result in the bid being declared nonresponsive. (unless the contribution of the regular dealer was not necessary to meet the project goal). Materials or Supplies Purchased from a DBE With respect to materials or supplies purchased from a DBE who is neither a manufacturer nor a regular dealer, the entire amount of fees or commissions charged for assistance in the procurement of the materials and supplies, or fees or transportation charges for the delivery of materials or supplies required on a job site may be counted ' toward the goal. No part of the cost of the materials and supplies themselves may be applied toward DBE goals. ' DBE Utilization Certification To be eligible for award of the contract, the bidder must properly complete and submit a DBE Utilization Certification which has been made a part of the bidder's formal bid proposal. The Certification will be used by the Contracting Agency in determining ' whether the bidder's bid proposal satisfies the DBE contract requirements. For each DBE described in the Certification, the bidder shall state the project role and work item in which that DBE will participate. A general description of the work to be performed by the DBE shall be included. If a DBE will perform a partial item of work, the bidder shall also include a dollar amount for each partial item of work. The bidder shall ' also include a dollar amount for each DBE listed in the Certification that will be applied towards meeting or exceeding the assigned DBE contract goal. ' In the event of arithmetic errors in completing the Certification, the amount listed to be applied towards the goal for each DBE shall govern and the DBE total shall be adjusted accordingly. The information and commitments demonstrated in the Certification shall ' become a condition of any subsequent award of a contract to that bidder and the Certification itself shall become a part of the subsequent contract. u r The Contracting Agency shall consider as non-responsive and shall reject any bid proposal submitted that does not contain a DBE Certification or contains a DBE Certification that fails to demonstrate that the bidder will meet the DBE participation requirements in one of the manners permitted by the contract as described below. Selection of Successful Bidder/Good Faith Efforts The successful bidder shall be selected on the basis of having submitted the lowest responsive bid, which demonstrates good faith effort to achieve the goal. Good faith efforts must be provided with the bid proposal. The first step in demonstrating good faith efforts is to document, through the DBE Utilization Certification, that the bidder has obtained enough DBE participation to meet or exceed the assigned DBE goal. If the bidder is unable to meet the goal as demonstrated above, the bidder shall supply documentation in addition to the DBE Utilization Certification of their good faith efforts to -N:IPROJE'CTS106-06 Peabody Street Reconstruction Phase II\Project Manua112009 ManuaflPart 03.DOC 30 meet the DBE assigned contract goal. The additional documentation, if required, must be provided with the bid proposal. Based upon all of the relevant documentation submitted with the bid, the Contracting Agency shall determine whether the bidder has made a sufficient good faith effort to seek DBE participation. The Contracting Agency will make a fair and reasonable judgment whether a bidder that did not meet the goal made adequate good faith efforts. The quality, quantity, and intensity of the different kinds of efforts that the bidder has made will be considered. A determination will be made whether the efforts employed by the bidder were those that one could reasonably expect a bidder to take if the bidder were actively .and aggressively trying to obtain DBE participation sufficient to meet the DBE contract goal. Mere pro forma efforts will not be considered to be good faith efforts to meet the DBE contract requirements. The following is a list of types of actions, which will be considered as part of the bidder's good faith efforts to obtain DBE participation. It is not intended to be a mandatory checklist, nor is it intended to be exclusive or exhaustive. Other factors or types of efforts may be relevant in appropriate cases: Attendance by the bidder at any pre-solicitation or pre-bid meetings that were scheduled by the Contracting Agency to infiorm DBEs of contracting and subcontracting or material supply opportunities available on the project; 2. Contacting local Tribes, Tribal Employment Rights Offices (TERO) concerning the subcontracting or supply opportunities in sufficient time to allow the enterprises to participate effectively; 3. Selection by the bidder of specific economically feasible units of the project to be performed by DBEs in order to increase the likelihood of participation by DBEs even if the bidder preferred to perform these work items as the prime contractor; 4. Advertising by the bidder in general circulation, trade association minority and trade oriented, women focus publications, concerning the subcontracting or supply opportunities; 5. Providing written notice from the bidder to a reasonable number of specific DBEs, identified from the OMWBE Directory of Certified Firms for the selected subcontracting or material supply work, in sufficient time to allow the enterprises to participate effectively; 6. Follow-up by the bidder of initial solicitations of interest by contacting the DBEs to determine with certainty whether they were interested. Documentation of this kind of action may include the information outlined below: a. The names, addresses, telephone numbers of DBEs who were contacted, the dates of initial contact, and whether initial solicitations of interest were followed-up by contacting the DBEs to determine with certainty whether the DBEs were interested; b. A description of the information provided to the DBEs regarding the plans, specifications, and estimated quantities for portions of the work to be performed; c. Documentation of each DBE contacted but rejected and the reason(s) for that rejection; "` - N:IPROJECTS106-06 PeabodyStr'eet Reconstruction Phase IIIProject Manua112009 Mariua1lPart 03.DOC- - _r_ -- ~-__.- 31 7. Providing, to interested DBEs, adequate information about the plans, specifications, and requirements for the selected subcontracting or material supply work; 8. Negotiating in good faith with the DBE firms, and not, without justifiable reason, rejecting as unsatisfactory, bids that are prepared by any DBE; 9 i A d . dvert sing an making efforts to obtain DBE participation that were reasonably expected to produce a level of participation sufficient to meet the goal or ' requirements of the Contracting Agency; 10. Making any other efforts to obtain DBE participation that were reasonably expected to produce a level of participation sufficient to meet the goal or requirements of the Contracting Agency; ' 11. Using the services of minority community organizations, minority contractor groups, local, state, and federal minority business assistance offices and other organizations identified by WSDOT and advocates for disadvantaged, minority, and women businesses that provide assistance in the recruitment and placement of disadvantaged minority and women business enter rises and , , p ; 12. Using DBE Supportive Services by contacting the Office of Minority and ' Women's Business Enterprises DBE Supportive Services Offices: Seattle: (206) 553-7356 ' Tacoma: (253) 680-7393 If, after review of the documentation provided in the bidder's proposal, the Contracting Agency determines that a good faith effort was made to secure DBE participation, the assigned DBE goal will not be reduced to the bidder's partial commitment. However, the bidder will be formally advised in the award letter that the partial commitment will satisfy the terms of the contract and there will be no adverse effect on the Contractor as a result ' of the reduced attainment. ' Should the low and otherwise responsive bidder fail to meet the DBE participation requirements in one of the manners provided in the proposed contract, its bid proposal will be rejected as non-responsive and the next lowest responsive bid accepted unless ' the Contracting Agency chooses to reject all bids. Administrative Reconsideration ' 1. A bidder has the right to reconsideration in the event its bid has been found to be nonresponsive due to a failure to make adequate good faith efforts to meet the DBE goal requirements of this specification. The bidder must request reconsideration within five working days of notification of being nonresponsive or forfeit the right to ' reconsideration. 2. The Contracting Agency's decision on reconsideration of the bidders good faith ' efforts shall be made by an official who did not take part in the original determination that the bidder failed to meet the goal or make adequate good faith efforts to do so. ' 3. The bidder shall have the opportunity to meet in person with the official for the purpose of setting forth the bidder's position as to why the documents provided with its bid proposal supported adequate good faith efforts to meet the DBE contract N:IPROJECT5106-06 Peabody Street Reconstruction Phase U1Projecf Manua1120D9~ManuallPart 03.DOC-~-~ - 32 requirements. The bidder's support for its position must be based on its bid submittal. The bidder may provide further explanationlclarification of the information and materials in the submittal, but no new materials or information will be considered by the official in reaching a decision on reconsideration. 4. The official shall send the bidder a written decision on reconsideration, explaining the basis for the finding as to whether the bidder's bid submittal supported adequate good faith efforts to meet the DBE contract requirements. The Contracting Agency has been advised that the United States Department of Transportation. will not accept appeals concerning results of the reconsideration process. Procedures Between Award and Execution After award of the contract, the successful bidder shall provide the additional information described below. A failure to comply shall result in the forfeiture of the bidder's proposal bond or deposit. The Contracting Agency will notify the successful bidder of the award of the contract in writing and will include a request for a further breakdown of the DBE information. After award and prior to execution of the contract, the bidder shall submit the following items: (1) Additional information for all successful DBE's as shown on -the DBE Utilization Certification: Correct business name, federal employee identification number (if available), and mailing address. List of all bid items assigned to each successful DBE firm, including unit prices and extensions. Description of partial items (if any) to be sublet to each successful DBE firm specifying the distinct elements of work under each item to be performed by the DBE and including the dollar value of the DBE portion. Total amounts shown for each DBE shall not be less than the amount shown on the Utilization Certification. This submittal, showing the DBE work item breakdown, when accepted by the Contracting Agency and resulting in contract execution, shall become a part of the contract. A breakdown that does not conform to the DBE Utilization Certification or that demonstrates a lesser amount of DBE participation than that included in the Certification will be returned for correction. The contract will not be executed by the Contracting Agency until a satisfactory breakdown has been submitted. (2) A list of all firms who submitted a bid or quote in an attempt to participate in this project whether they were successful or not. Include the correct business name, federal employer identification number (optional) and a mailing address. The firms identified by the Contractor may be contacted to solicit general information as follows: age of the firm 2. average of its gross annual receipts over the past three years -- N:\PROJECTS\06-06 Peabody Street Reconstruction Phase f1lProject -lhanual\2009 NfanuallPart 03.DOC 33 Procedures After Execution t Reporting The Contractor shall submit a "Quarterly Report of Amounts Credited as DBE Participation" (actual payments) on a quarterly basis for any calendar quarter in ' which DBE work is accomplished or upon completion of the project, as appropriate. The quarterly reports are due on January 20th April 20th, July 20th, and October 20th of each year. The dollars reported will be in accordance with the "Counting DBE ' Participation" section of this specification. 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. n Damages for Noncompliance When a Contractor violates the DBE provisions of the contract, the Contracting Agency may incur damages. These damages consist of additional administrative costs including, but not limited to, the inspection, supervision, engineering, compliance, and legal staff time and expenses necessary for investigating, reporting, and correcting violations as well as loss of federal funding. Damages attributable to a Contractor's violations of the DBE provisions may be deducted from progress payments due to the Contractor or from retainage withheld by the Contracting Agency as allowed by RCW 60.28.021. Before any money is withheld, the Contractor will be provided with a notice of the basis of the violations and an opportunity to respond. The Contracting Agency's decision to recover damages for a DBE violation does not limit its ability to suspend or revoke the Contractor's pre-qualification status or seek other remedies as allowed by federal or state law. In appropriate circumstances, the Contracting Agency may also refer the Contractor to state or federal authorities for additional sanctions. Required Disadvantaged Business Enterprise Provisions The Contractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The Contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of contracts, which contain funding assistance from the United States Department of Transportation. 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. If the Contractor does not comply with any part of its contract as required under 49 CFR part 26, and/or any other applicable law or regulation regarding DBE, the Contracting Agency may withhold payment, suspend, or terminate the contract, and subject the Contractor to civil penalties of up to ten percent of the amount of the contract for each violation. In the case of WSDOT contracts; repeated violations, exceeding a single violation, may disqualify the Contractor from further participation in WSDOT contracts for a period of up to three years. An apparent low bidder must be in compliance with these contract provisions as a condition precedent to the granting of a notice of award by the Contracting Agency. The Contractor is entitled to request an adjudicative proceeding with respect to the Contracting Agency's determination of contract violation and assessed penalties by filing a written application within thirty days of receipt of notification. The adjudicative proceeding, if requested, will be conducted by an administrative law judge pursuant to the procedures set forth in RCW 34.05 and Chapter 10.08 of the Washington Administrative Code. N:IPROJECTS106-06 Peabody Street Reconstruction Phase 111Project Manua112009 ManuallPart 03.DOC 34 Payment Compensation for all costs involved with complying with the conditions of this specification and any associated DBE requirements is included in payment for the associated contract items of work. (March 13, 1995) Federal Agency Inspection Section 1-07.12 is supplemented with the following: Required Federal Aid Provisions The Required Contract Provisions Federal Aid Construction Contracts (FHWA 1273) and the amendments thereto 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, as amended, are less restrictive than Washington State Law, then the Washington State Law shall prevail. The provisions of FHWA 1273, as amended, included in this contract require that the Contractor insert the FHWA 1273 and amendments thereto in each subcontract, together with the wage rates which are part of the FHWA 1273, as amended. Also, a clause shall be included in each subcontract requiring the subcontractors to insert the FHWA 1273 and amendments 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 amendments thereto, the applicable wage rates, and this Special Provision. 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 (May 70, 2006 APWA GSP) 1-07.18(1) General Requirements A. The Contractor shall obtain the insurance described in this section from insurers approved by the State Insurance Commissioner pursuant to RCW Title 48. The insurance must be provided. by an insurer with a rating of A-: VII or higher in the A.M. Best's Key Rating Guide, which is licensed to do business in the state of Washington (or issued as a surplus line by a Washington Surplus lines broker). The Contracting Agency reserves the right to approve or reject the insurance provided, based on the insurer (including financial condition), terms and coverage, the Certificate of Insurance, and/or endorsements. B. The Contractor shall keep this insurance in force during the term of the contract and for thirty (30) days after the Physical Completion date, unless otherwise indicated (see C. below). C. If any insurance policy is written on a claims made form, its retroactive date, and that of all subsequent renewals, shall be no later than the effective date of this Contract. The policy shall state that coverage is claims made, and state the retroactive date. Claims-made form coverage shall be maintained by the Contractor for a minimum of 36 months following the Final Completion or earlier termination of this contract, and the Contractor shall annually provide the Contracting Agency with proof of renewal. If renewal of the claims made form of coverage becomes unavailable, or economically prohibitive, the Contractor shall purchase an extended N:IPROJECTS\06-06 Peabody"5treet Reconstruction Phase II1Project Manua112009 Manual\Part 03.DOC 35 1 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. All insurance policies and Certificates of Insurance shall include a requirement ' providing for a minimum of 30 days prior written notice to the Contracting Agency of any cancellation in any insurance policy. t 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 The above-listed entities shall be additional insureds) for the full available limits of liability ' maintained by the Contractor, whether primary, excess, contingent or otherwise, irrespective of whether such limits maintained by the Contractor are greater than those required by this Contract, and irrespective of whether the Certificate of Insurance provided by the Contractor pursuant to 1- ' 07.18(3) describes limits lower than those maintained by the Contractor. 1-07.18(3) Subcontractors Contractor shall ensure that each subcontractor of every tier obtains and maintains at a minimum the insurance coverages listed in 1-07.18(5)A and 1-07.18(5)B. Upon request of the Contracting Agency, the Contractor shall provide evidence of such insurance. ' 1-07.18(4) Evidence of Insurance The Contractor shall deliver to the Contracting Agency a Certificate(s) of Insurance and ' endorsements for each policy of insurance meeting the requirements set forth herein when the Contractor delivers the signed Contract for the work. The certificate and endorsements must conform to the following requirements: ' 1. An ACORD certificate or a form determined by the Contracting Agency to be equivalent. ,. N:IPROJECTS106-06 Peabo~'y~Street R'econsfruction Phase 111Project Manua112009 ManuallPart 03.DOC 36 2. Copies of all endorsements naming Contracting Agency and all other entities listed in 1- 07.18(2) as Additional Insured(s), showing the policy number. The Contractor may submit a copy of any blanket additional insured clause from its policies instead of a separate endorsement. A statement of additional insured status on an ACORD Certificate of Insurance shall not satisfy this requirement. 3. Any other amendatory endorsements to show the coverage required herein. 1-07.18(5) Coverages and Limits The insurance shall provide the minimum coverages and limits set forth below. Providing coverage in these stated minimum limits shall not be construed to relieve the Contractor from liability in excess of such limits. All deductibles and self-insured retentions must be disclosed and are subject to approval by the Contracting Agency. The cost of any claim payments falling within the deductible shall be the responsibility of the Contractor. 1-07.18(5)A Commercial General Liability A policy of Commercial General Liability Insurance, including: Per project aggregate Premises/Operations Liability Products/Completed Operations - for a period of one year following final acceptance of the work. Personal/Advertising Injury Contractual Liability Independent Contractors Liability 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 1-07.18(5)6 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. N:IPROJ~C7510fi-06 Peabody Street Reconstruction Phase 11\Project Manua112009 Manual\Part 03.DOC 37 ' 1-07.23(1) Construction Under Traffic (October 7, 2005 APWA GSP) ' Revise the second paragraph to read: ' To disrupt public traffic as little as possible, the Contractor shall permit traffic to pass through the work with the least possible inconvenience or delay. The Contractor shall maintain existing roads, streets, sidewalks, and paths within the project limits, keeping them open, and in good, clean, safe condition at all times. Deficiencies caused by the Contractor's operations shall be repaired at the Contractor's ' expense. Deficiencies not caused by_the Contractor's operations shall be repaired by the Contractor when directed by the Engineer, at the Contracting Agency's expense. The Contractor shall also maintain roads, streets, sidewalks, and paths adjacent to the project limits when affected by the Contractor's ' operations. Snow and ice control will be performed by the Contracting Agency on all projects. Cleanup of snow and ice control debris will be at the Contracting Agency's expense. The Contractor shall perform the following: 1. Remove or repair any condition resulting from the work that might impede traffic or create a hazard. 2. Keep existing traffic signal and highway lighting systems in operation as the work proceeds. (The Contracting Agency will continue the route maintenance on such system.) ' 3. Maintain the striping on the roadway at the Contracting Agency's expense. The Contractor shall be responsible for scheduling when to renew striping, subject to the approval of the ' Engineer. When the scope of the project does not require work on the roadway, the Contracting Agency will be responsible for maintaining the striping. 4. Maintain existing permanent signing. Repair of signs will be at the Contracting Agency's expense, except those damaged due to the Contractor's operations. ' S. Keep drainage structures clean to allow for free flow of water. Cleaning of existing drainage structures will be at the Contracting Agency's expense when approved by the Engineer, except when flow is impaired due to the Contractor's operations. Construction Under Traffic Section 1-07.23(1) is supplemented with the following: ' (April 2, 2007) 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. t 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. N:IPROJEC7S106.06 Peabody Street Recohstruction Phase II1Project Manual\2009 ManuallPart 03.D~C --_"- - "- - "- " 38 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: Posted Speed Distance From 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 (August 7, 2006) Lane closures are subject to the following restrictions: *** First Street lane closures ~~~ If the Engineer determines the permitted closure hours adversely affect traffic, the Engineer may adjust the hours accordingly. The Engineer will notify the Contractor in writing of any change in the closure hours. No lane closures will be allowed on a holiday or holiday weekend, or after 12:00 PM (noon) on a day prior to a holiday or holiday weekend. Holidays that occur on Friday, Saturday, Sunday or Monday are considered a holiday weekend. 1-07.23(2) Construction and Maintenance of Detours (October 1, 2005 APWA GSP) Revise the first paragraph to read: Unless otherwise approved, the Contractor shall maintain two-way traffic during construction. The Contractor shall build, maintain in a safe condition, keep open to traffic, and remove when no longer needed: 1. Detours and detour bridges that will accommodate traffic diverted from the roadway, bridge, sidewalk, or path during construction, 2. Detour crossings of intersecting highway, and 3. Temporary approaches. 1-07.24 Rights of Way (October 1, 2005 APWA GSP) Delete this section in its entirety, and replace it with the following: Street right of way lines, limits of easements, and limits of construction permits are indicated in the Plans. The Contractor's construction activities shall be confined within these limits, unless arrangements for use of private property are made. N:IPROJECTS\06-06 Peabody Streef Reconstruction Phase II1Project Manual\2009 ManuallPart 03.DOC 39 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 t of signature. Written releases must be filed with the Engineer before the Completion Date will be established. 1-08 PROSECUTION AND PROGRESS Add the following new section: 1-08.0 Preliminary Matters (May 25, 2006 APWA GSP) Add the following new section: 1-08.0(1) Preconstruction Conference (October 70, 2008 APWA GSP) Prior to the Contractor beginning the work, a preconstruction conference will be held between the Contractor, the Engineer and such other interested parties as may be invited. The purpose of the preconstruction conference wilt 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.; N:\PROJECTS106-06 Peabody Sheet Reconstruction Phase II1Project Manua112009 Manual\Part 03.DOC 40 4. To establish normal working hours for the work; 5. To review safety standards and traffic control; and 6. To discuss such other related items as may be pertinent to the work. The Contractor shall prepare and submit at the preconstruction conference the following: 1. A breakdown of all lump sum items; 2. A preliminary schedule of working drawing submittals; and 3. A list of material sources for approval if applicable. 1-08.0(2) Hours of Work (May 25, 2006 APWA GSP) Except in the case of emergency or unless otherwise approved by the Contracting Agency, the normal straight time working hours for the contract shall be any consecutive 8-hour period between 7:00 a.m. and 6:00 p.m. of a working day with a maximum 1-hour lunch break and a 5-day work week. The normal straight time 8-hour working period for the contract shall be established at the preconstruction conference or prior to the Contractor commencing the work. If a Contractor desires to perform work on holidays, Saturdays, Sundays, or before 7:00 a.m. or after 6:00 p.m. on any day, the Contractor shall apply in writing to the Engineer for permission to work such times. Permission to work longer than an 8-hour period between 7:00 a.m. and 6:00 p.m. is not required Such requests shall be submitted to the Engineer no later than noon on the working day prior to the day for which the Contractor is requesting permission to work. Permission to work between the hours of 10:00 p.m. and 7:00 a.m. during weekdays and between the hours of 10:00 p.m. and 9:00 a.m. on weekends or holidays may also be subject to noise control requirements. Approval to continue work during these hours may be revoked at any time the Contractor exceeds the Contracting Agency's noise control regulations or complaints are received from the public or adjoining property owners regarding the noise from the Contractor's operations. The Contractor shall have no claim for damages or delays should such permission be revoked for these reasons. Permission to work Saturdays, Sundays, holidays or other than the agreed upon normal straight time working hours Monday through Friday may be given subject to certain other conditions set forth by the Contracting Agency or Engineer. These conditions may include but are not limited to: requiring the Engineer or such assistants as the Engineer may deem necessary to be present during the work; requiring the Contractor to reimburse the Contracting Agency for the costs in excess of straight-time costs for Contracting Agency employees who worked during such times, on non Federal aid projects; considering the work performed on Saturdays, Sundays, and holidays as working days with regards to the contract time; and 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. Assistants may include, but are not limited to, survey crews; personnel from the Contracting Agency's material testing lab; inspectors; and other Contracting Agency employees when in the opinion of the Engineer, such work necessitates their presence. Subcontracting Section 1-08.1 is supplemented with the following: (October 12, 1998) Prior to any subcontractor or lower tier subcontractor beginning work, the Contractor shall submit to the Engineer a certification (WSDOT Form 420-004) that a written agreement between the Contractor and the subcontractor or between the subcontractor and any lower tier subcontractor has been executed. This certification shall also guarantee that these subcontract agreements include all the documents required by the Special Provision Federal Agency Inspection. N:IPROJECTS106-06 Peabody Street Reconstruction Phase II1Project Manual\2609 Manual\Part 03:DOC 41 A subcontractor or lower tier subcontractor will not be permitted to perform any work under the contract until the following documents have been completed and submitted to the Engineer: 1. Request to Sublet Work (Form 421-012), and 2. Contractor and Subcontractor or Lower Tier Subcontractor Certification for Federal- aid Projects (Form 420-004). ' The Contractor's records pertaining to the requirements of this Special Provision shall be open to inspection or audit by representatives of the Contracting Agency during .the life of the contract and for a period of not less than three years after the date of acceptance of the ' contract. The Contractor shall retain these records for that period. The Contractor shall also guarantee that these records of all subcontractors and lower tier subcontractors shall be available and open to similar inspection or audit for the same time period. ' Revise this section to read: 1-08.4 Notice to Proceed and Prosecution of the Work ' (October 1, 2005 APWA GSP) ' Notice to Proceed will be given after the contract has been executed and the contract bond and evidence of insurance have been approved and filed by the Contracting Agency The Contractor shall not commence with the work until the Notice to Proceed has been given by the Engineer The Contractor shall commence construction activities on the project site within ten days of the Notice to Proceed Date, unless otherwise approved in writing. The Contractor shall diligently pursue the work to the physical ' completion date within the time specified in the contract. Voluntary shutdown or slowing of operations by the Contractor shall not relieve the Contractor of the responsibility to complete the work within the time(s) specified in the contract. ' 1-08.5 Time for Completion ' (March 13, 1995) Section 1-08.5 is supplemented with the following: This project steal! be physically completed within 40 working days. (June 28, 2007 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 elects to work 10 hours a day and 4 days a week (a 4-10 schedule) and the fifth day of the week in which a 4-10 shift is worked would ordinarily be charged as a. N:\PROJECTS106-06-Peabody Street Reconstruction Phase 111Project ManuaR2009 MariuallPart 03.DOC 42 worki~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: 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 (Federal-aid Projects) b. Material Acceptance Certification Documents c. Annual Report of Amounts Paid as MBE/WBE Participants or Quarterly Report of Amounts Credited as DBE Participation, as required by the Contract Provisions. Final Contract Voucher Certification Property owner releases per Section 1-07.24 1-08.7 Maintenance During Suspension (October 7, 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. PAYMENTS Section 1-09.9 is supplemented with the following: The Contractor shall submit payment requests with a completed Application for Payment form, an example of which is included in the Attachments in Part 4 of the Project Manual, This form includes a lien waiver certification, and shall be notarized before submission. Applications for payment not signed or notarized shall be considered incomplete and ineligible for payment consideration. 1-09.9 Payments (October 10, 2008 APWA GSP) Revise the first paragraph to read: The basis of payment will be the actual quantities of Work performed according to the Contract and as specified for payment. For items Bid as lump sum, with a bid price of more than or equal to $20,000, the Contractor shall submit a breakdown of their lump sum price in sufficient detail for the Project Engineer to determine the value of the Work performed on a monthly basis. Lump sum breakdowns shall be provided to the Project Engineer no later than the date of the preconstruction conference. Delete the third paragraph and replace it with the following: N:IPROJECTS\06-06 Peabody Street Reconstruction Phase IIIProject Manua112009 Manual\Part 03:DOC 43 Progress payments for completed work and material on hand will be based upon progress t 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 payment. 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 -partial payment for lump sum Bid items will be a percentage of the price in the Proposal based on the Engineer's determination of the amount of Work performed, with consideration given to, but not exclusively based on, the Contractor's ' lump sum breakdown for that item. 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. RetainageperSection 1-09.9(1); 2. The amount of Progress Payments previously made; and ' 3. Funds withheld by the Contracting Agency for disbursement in accordance with the Contract Documents. ' Progress payments for work performed shall not be evidence of acceptable performance or an admission by the Contracting Agency that any work has been satisfactorily completed. The determination of payments under the contract will be final in accordance with Section 1-05.1. ' Payments will be made by warrants, issued by the Contracting Agency's fiscal officer, against the appropriate fund source for the project. Payments received on account of work performed by a subcontractor are subject to the provisions of RCW 39.04.250. ' Traffic Control Management ' 1-10 TEMPORARY TRAFFIC CONTROL 1-10.1(2) Description (May 25, 2006 APWA GSP) ' Revise the third paragraph to read: ' The Contractor shall provide signs and other traffic control devices not otherwise specified as being furnished by the Contracting Agency. The Contractor shall erect and maintain all construction signs, warning signs, detour signs, and other traffic control ' devices necessary to warn and protect the public at all times from injury or damage as a result of the Contractor's operations which may occur on highways, roads, streetsl sidewalks, or paths. No work shall be done on or adjacent to any traveled way until all N:IPROJECTS106-06 Peabody StreefReconstruction Phase IIIProject Manua112009 ManuallPart 03.DOc 44 necessary signs and traffic control devices are in place. General (December 1, 2008) Section 1-10.2(1) is supplemented with the following: Only training with WSDOT TCS card and WSDOT training curriculum is recognized in the State of Washington. The Traffic Control Supervisor shall be .certified by one of the following: The Northwest Laborers-Employers Training Trust 27055 Ohio Ave. Kingston, WA 98346 (360) 297-3035 Evergreen Safety Council 401 Pontius Ave. N. Seattle, WA 98109 1-800-521-0778 or (206) 382-4090 The American Traffic Safety Services Association 15 Riverside Parkway, Suite 100 Fredericksburg, Virginia 22406-1022 Training Dept. Toll Free (877) 642-4637 Phone: (540) 368-1701 Measurement (August 2, 2004) Section 1-10.4(1) is supplemented with the following: ~~ The proposal contains the item "Project Temporary Traffic Control," lump sum. The provisions of Section 1-10.4(1) shall apply. N:IPROJECTS106-06 Peabody Street Recoristruction Phase fllProjecf Manua112009 ManuallParY 03.DOC 45 1 ~! ~~ L~ DIVISION 2 EARTHWORK CLEARING, GRUBBING, AND ROADSIDE CLEANUP Description (March 13, 1995) Section 2-01.1 is supplemented with the following: Clearing and grubbing on this project shall be performed within the following limits: $$As shown on the plans$$ REMOVAL OF STRUCTURES AND OBSTRUCTIONS Description (March 13, 1995) Section 2-02.1 is supplemented with the following: This work shall consist of removing miscellaneous traffic items. Removal of Pavement, Sidewalks, Curbs, and Gutters Section 2-02.3(3) is supplemented with the following: The approximate thickness of the Concrete pavement is 6" to $". The approximate thickness of the Asphalt pavement is 1" to 4". Measurement Section 2-02.4 is supplemented with the following: Curb and gutter removal will be measured by the linear foot Sidewalk removal will be measured by the square yard. Driveway removal will be measured by the square yard. Pavement and shoulder removal will be measured by the square yard. Manhole Frame removal will be measured per each. Existing Pavement Marking removal will be measured by lump sum. Catch Basin removal will be measured per each. Remove existing culvert will be measured by the linear foot. Sign removal and re-setting will be measured per each Payment Section 2-02.5 is deleted and replaced with the following: "Remove Cement Concrete Curb and Gutter", per linear foot. N:\PROJECT5106.06 Peabody Street Reconstruction Phase it\Project Manual\2009 ManuaRPart 03.DOC 46 "Remove Cement or Asphalt Concrete Sidewalk", per square yard. "Remove Cement Concrete Driveway", per square yard. "Remove Cement Concrete Shoulder", per square yard. "Remove Cement Concrete Pavement", per square yard. ' "Remove Asphalt Concrete Pavement", per square yard. "Remove Manhole Frame", per each. "Remove Existing Pavement Marking", lump sum. ' "Remove Catch Basin", per each. "Remove Existing Culvert", per linear foot ' "Remove and Reset Sign", per each , Any necessary sawing, planing, and/or grinding shall be made and shall be included in the unit contract bid price for removing any item identified for removal in this section ' and in the plans. All debris, saw slurry, and grindings shall be prevented from entering any drainage system and shall be removed from the project area and shall be included in the unit bid contract price for removing any item identified for removal in this section. All work and material associated with any fill required per Section 2-02.3(2) shall be included in the cost for removing any item identified for removal in this section. , No distinction shall be made between curbs with or without integral gutters. If the gutter is not an integral part of the curb, a portion of the pavement, within the roadway and adjacent to the curb, one foot in width shall be removed and included in the unit ' bid contract price for "Removing Cement Concrete Curb and Gutter." Excavation .and other costs associated with culvert removal shall be included in the unit bid contract price for "Removing Existing Culvert". 1 ROADWAY EXCAVATION AND EMBANKMENT ' Measurement Section 2-03.4 is revised by following: The third, fourth and fifth sentences of the first paragraph are deleted. ' N:1PROJ~G75106=06 Peabody Street Reconstruction Phase IIIProject Manua112009 ManuallPart 03.DOC 47 1 1 1 1 DIVISION 4 BASES ASPHALT TREATED BASE . Materials Section 4-06.2 is supplemented with the following: (October 25, 1999) The grade of paving asphalt used in asphalt treated base shall be PG 64-22 unless otherwise ordered by the Engineer. N:IPROJECTS106-06 Peabody Street Reconstruction Phase II\Project Manua112009 ManuallPart 03.DOC 48 DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS CEMENT CONCRETE PAVEMENT REHABILITATION Construction Requirements Portland Cement Concrete Pavement Grinding The second paragraph of Section 5-01.3(9) is replaced with the following: Grinding shall be in a longitudinal direction beginning and ending at lines normal to the pavement centerline wherever possible. The ground speed of the machine and the cutting equipment shall be independent. The machine shall have aself-contained water system for the control of dust and fine particles. Removal of the grinding residue from the roadway shall occur immediately after grinding and shall be accomplished on a continual basis. Slurry shall not be allowed to drain across open traffic lanes and shoulders. Slurry shall not be allowed to drain into any waterway or be placed on the roadway shoulder within 200 feet of any waterway. Prior to commencing the grinding operation, the contractor shall submit to the Engineer for approval a plan to prevent contaminants, such as grinding slurry or concrete debris, from entering ditches, culverts, or other waterways, including wetlands or aquifers. Prior to opening to traffic, the Contractor sha11 remove any grindings and dust from the ground pavement by washing and/or sweeping to the satisfaction of the Engineer. Concrete slurry, and grindings shall become .the property of the Contractor and shall be collected from the roadway and disposed of by the Contractor off the project site. The Contractor shall provide a copy of the permit for an approved waste site for the disposal of the slurry and grindings prior to the start of the grinding. HOT MIX ASPHALT Construction Requirements Soil Residual Herbicide The first sentence of Section 5-04.3(5)D is replaced with the following: Soil residual herbicide shall be applied in areas to be paved with granular base. Application of soil residual herbicide shall not be required in areas of non-permeable base such as paving over cement concrete or asphalt treated base. Acceptance Sampling and Testing -HMA Mixture (January 5, 2004) Section 5-04.3(8)A is supplemented with the following: Commercial HMA Evaluation The following HMA will be accepted by commercial HMA evaluation: HMA Class'/2" PG64-22 HMAfor Overlay CI. 3/8" PG 64-22 Joints (January 5, 2004) Section 5-04.3(12) is supplemented with the following: The HMA overlay shall be feathered to produce a smooth riding connection to the existing pavement. ---N:IPROJECT5106-06 Peabody street Reconstruction Phase II\Project Manual\2009 ManuallPart 03:DOC - 49 ' 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. t All cold joints, whether they are butt or lap joints, shall be sealed on the suface at the joint with CSS-1 emulsified ashalt. ' (January 3, 2006) Transverse Joints ' ' The full depth end of each lane of planing shall be squared off to form a uniform transverse joint. The Contractor shall construct and maintain a temporary HMA wedge in accordance with Section 5-04.3(12)A across the entire width of the transverse edge when ' traffic is allowed on the planed surface prior to paving. The wedge shall be constructed before opening the lane to traffic. The Contractor shall remove the wedge immediately prior to paving. ' Surface Smoothness (January 5, 2004) ' The second sentence of Section 5-04.3(13) is revised to read: The completed surface of the wearing course shall not vary more than 1/4 inch from the lower edge of a 10-foot straightedge placed on the surface parallel to centerline. ' Planing Bituminous Pavement Section 5-04.3(14) is supplemented with the following: ' (January 5, 2004) The Contractor shall perform the planing operations no more than 5 calendar days ahead of the time the planed area is to be paved with HMA, unless otherwise allowed by the ' Engineer in writing. (March 13, 1995) ' Vertical Edge Planing During planing of bituminous pavement in the travelled lanes, the Contractor shall coordinate the planing and paving operations such that the planed roadway surface shall ' not remain unpaved at the end of the work day. The Contractor shall have a contingency plan to ensure that no planed areas remain unpaved due to equipment breakdown or other emergency. ' (©ctober 23, 2000) Beveled Edge Planing A beveled edge shall be constructed in areas with a planed depth of more than 0.20 foot ' that will not be paved during the same work shift. The Contractor shall use a beveled cutter on the mandrel of the planing equipment, or other approved method(s), to eliminate the vertical edge(s). The beveled edge(s) shall be constructed at a 4:1 slope. ' Equipment For traveled lane areas, the Contractor shall use asphalt concrete planing equipment with a Triple Wrap Head or an approved equal. The milling head shall be 8 feet in width, with a ' maximum tooth spacing of *'`* $$2$$ *** inch. ' N:\PROJECTS\06-06 Peabody Street Reconstruction Phase II1ProjecfManua112009 Manual\Part 03.DOC 50 Measurement Section 5-04.4 is revised as follows: The fourth paragraph is deleted. The unit contract bid price for "HMA for Overlay CI. 3/8" PG 64-22" and "HMA CI '/z" PG 64- 22" shall include the construction of butt joints where indicated on the plans and the application of soil residual herbicide in areas to be paved with granular base. Application of soil residual herbicide shall not be required in areas of non-permeable base such as paving over cement concrete or asphalt treated base. Payment Section 5-04.5 is revised as follows: The second paragraph is supplemented as follows: The unit contract bid price for "HMA for Overlay CI. 3/8 PG 64-22" and "HMA CI'/2" PG 64-22" shall include the construction of butt joints where indicated on the plans, sealing butt and/or lap joints, and the application of soil residual herbicide in accordance with Section 5-04.3(5)D in areas to be paved with granular base. Application of soil residual herbicide shall not be required in areas of non-permeable base such as paving over cement concrete or asphalt treated base. Paragraphs 13, 14, and 15 are deleted. CEMENT CONCRETE PAVEMENT Construction Requirements Concrete Mix Design for Paving When combined aggregate concrete gradation is used, item 3 in Section 5-05:3(1 } is revised to read as follows: (April 3, 2006) 3. Mix Design Modifications. The Contractor may initiate minor adjustments to the approved mix proportions. The combined aggregate gradation may be adjusted provided it remains with the specifications limits detailed above. The mix design will not be required to be resubmitted as long as the water cementitious ratio does not change. Utilizing admixtures to accelerate the set or to increase workability will be permitted only when approved by the Engineer. Only non-chloride accelerating admixtures that meet the requirements of Section 9-23.6 Admixture for Concrete, shall be used. The Contractor shall notify the Engineer in writing of any proposed modification. A new mix design will designate a new lot. N:IPROJECTS106-06 Peabody Street Reconstruction Phase II\Projecf Manual\2009 Manual\Part 03.DOC 51 DIVISION 7 ' DRAINAGE STRUCTURE S, STORM SEWERS, SANITARY SEWERS, WATER MAINS, ' AND CONDUITS STORM SEWERS ' Payment Section 7-04.5 is supplemented with the following: ' The unit contract price per linear foot for storm sewer pipe of the kind and size specified shall be full pay for saw-cutting pavement and making connections to existing facilities. t MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS ' Materials Section 7-05.2, Materials, is supplemented with the following: Grates and covers shall be bolt down and the type indicated. ' Adjusting rings for inlets shall be cement concrete. Construction Requirements ' Section 7-05.3, Construction Requirements, is supplemented with the following: Where shown on the Plans, or directed by the Engineer, the Contractor shall install catch basin or inlet with frame, grate or solid cover as indicated on the plans to finished grade. Grates and curb inlet hoods shall have stamped on them the words "Drains to Streams". ' Oil/Water se arator tee's shall be installed p In only those structures that are the first ' upstream structure from a main or manhole. Section 7-05.3(1), Construction Requirements, is revised as follows: ' The first sentence of the second paragraph is deleted and replaced with the following: The existing cast iron ring and cover shall be removed and become the property of the Contractor. Adjusted manholes shall be replaced with new bolt down type covers and ' rings. Measurement ' Section 7-05.4, Measurement, is supplemented with the following: Concrete Inlet with Combination Inlet will be measured per each. Catch Basin Type 1 and Rectangular Solid Metal Cover will be measured per each. ' Catch Basin Type 1 with Rectangular Herringbone Grate will be measured per each. Catch Basin Type 1 with Combination Inlet will be measured per each. ' Payment Section 7-05.5 Payment, is supplemented with the following: "Concrete Inlet with Combination Inlet", per each. "Catch Basin Type 1 and Rectangular Solid Metal Cover", per each. ' "Catch Basin Type 1 with Rectangular Herringbone Grate", per each. "Catch Basin Type 1 with Combination Inlet", per each. All costs associated with furnishing and installing gravel backfill for bedding shall be ' included in the unit contract price for the item installed. t N:IPROJECTS\06-06 Peatiody Street Reconstruction Phase II1Project Manua112009 ManuallPart 03.DOC 52 Replacement of the herringbone grate on the inlet at the southeast corner of Seventh and Peabody Streets with a solid metal cover as indicated on the plan sheets shall be included in the unit contract bid price of the other drainage items of work. The unit contract bid price shall include installation of Oil/Water separator tee's where required. WATER MAINS Materials Section 7-09.2 of the Standard Specifications shall be supplemented by the following: 7 A. All water main pipe shall be ductile iron pipe with flexible gasketed joints and shall comply ' with the following: DUCTILE IRON PIPE: Ductile iron pipe shall conform to AWWA C151 Class 52 and have a cement mortar lining conforming to AWWA C104 and WSDOT 9-30.1(1), pressure class 200 minimum. All pipes shall be joined using non-restrained and restrained joints. Non-restrained joints shall be rubber gaskets, push on type or mechanical joint conforming to AWWA C111. Restrained joints shall be accomplished by the use of either a bolted or boltless system. Mechanical joint retainer glands utilizing set screws or flange coupling adapters utilizing anchor studs will not be allowed. Restrained joints shall be placed at pipe connections that are located within a designated horizontal distance from pipe bends, fire hydrant spools, tees, dead ends, and crosses. The minimum designated horizontal distance that water main pipe shall be restrained from fittings, based on pipe diameters, is as follows: 12" diam. pipe - 42" 10" diam. pipe - 36" 8" diam. pipe - 30" 6" diam. pipe - 22" Restrained joints shall be accomplished by the use of either a bolted or boltless system. Mechanical joint retainer glands utilizing set screws or flange coupling adapters utilizing anchor studs will not be allowed. No thrust blocking will be required where adequate joint restraint is used. B. All fittings for ductile iron pipe shall be ductile iron compact fittings conforming to AWWA C153 or Class 250 gray iron conforming to AWWA C110 and C111 and WSDOT 9-30.2(1). All shall be cement mortar lined conforming to AWWA C104. Plain end fittings shall be ductile iron if mechanical joint retainer glands are installed on the plain ends. All fittings shall be connected by flanges, or mechanical joints, unless restrained joints are required as specified above. C. All pipe and services shall be installed with continuous tracer tape installed 12" to 18" under the final ground surface. The marker shall be plastic non-biodegradable, metal core or backing marked "Water" which can be detected by a standard metal detector. Tape shall be Terra Tape "D" or approved equal. D. The minimum cover for all water mains from top of pipe to finished grade shall be 36 inches, unless otherwise approved. Cons#ruction Requirements Removal of Existing Street Improvements Section 7-09.3(4) of the Standard Specifications is deleted and replaced with the following: Removal and disposal of existing cement and asphalt concrete street pavement, curbing, sidewalks, and driveways, including any necessary pavement sawing, concrete coring, and N:IPROJ~CTS106=06 Peabody Street Reconstruction Phase 111Project Manual\2009 Manual\Part 03.DOC 53 concrete breaking, shall be considered incidental to and included in the unit contract price bid for ' water main construction. Backfilling Trenches ' The second paragraph of Section 7-09.3(10) is deleted and replaced with the following: Backfill above the pipe zone within the roadway shall be controlled density fill. Controlled density fill shall be placed to within 4" of finished grade outside the traveled way (parking lane and shoulder) and to within 6" of finished grade in the traveled way. The remainder shall be filled with ' hot mix asphalt, placed and compacted per the Standard Specifications, to finished grade. The edges abutting the HMA shall be thoroughly tacked and the surface joint shall be sealed. '~ i 7 u 0 Connections to Existing Mains Section 7-09.3(19A) is supplemented with the following: The Contractor shall provide the City a minimum of 72 hours notice prior to scheduling a planned cut-in, live tap or other connection to the existing system. The Contractor shall notify all customers involved or affected by any water service interruption 24 hours prior to interrupting service. The Contractor shall install temporary physical connections, or jumpers, from an adjacent water supply pipe to the existing water service. In certain situations, the City may need to restrict the scheduling of water main shutdowns, so as not to impose unnecessary shutdowns during specific periods to existing customers. The Contractor shall bear the cost to install and maintain temporary service connections during service interruptions. The Contractor shall also notify the City of Port Angeles Fire Department before any shutoffs or interruptions of service to fire hydrants or building sprinkler systems. Longer than temporary service interruptions to building sprinkler systems may require temporary physical connections, or jumpers, from an adjacent water supply pipe to the sprinkler system. The Contractor shall bear the cost to install and maintain any temporary service connections to building sprinkler systems, if required by the Fire Department. Existing fire hydrants that are taken out of service shall be bagged by the Contractor. The Contractor will have access and use of City-owned water to perform work required under the contract, and provide employees and subcontractors water reasonably needed for personal consumption during working days of the contract. All water provided to the Contractor will be metered by the City. All material and equipment necessary to provide the metered water, excluding the meter(s), shall be provided and paid for by the Contractor. Meter(s) will be provided by the City. Any water used by the Contractor that is not metered by the City will be deducted from Contract at a reasonable pro-rated commercial rate, based on the amount of water used as estimated by the City Engineer. Section 7-09.3(19)A of the Standard Specifications is supplemented by the following paragraphs: Not less than 72 hours prior to the time that the extension is partially or fully completed and connection to the City Water System is needed, the Contractor shall contact the City to schedule the connection to the City System. The actual connection to the City system shall be made by a licensed tapping Contractor. The connection shall not be made until the Contractor demonstrates through acceptable test results that the extension has been properly hydrostatically tested and disinfected. It shall be the Contractor's responsibility to field verify the location and depth of the existing main and the fittings required to make the connections to the existing mains. The Contractor shall completely excavate and patch in kind the area where the connection is to be made. Existing water mains indicated on the plans to be abandoned shall be plugged with commercial concrete. The concrete shall be placed within the pipe a minimum distance equal to two times the inside diameter of the pipe to be plugged. Payment N:1PR03ECT5105-06 Peabody Street Reconstruction Phase ItlProject Manua112009 ManuallPart 03.DOC - -- - 54 The third paragraph of Section 7-09.5 is deleted and replaced by the following: All costs associated with removal and restoration of existing improvements not indicated for such ' on plan sheets C-1 through C-3, connection of the new system to the existing system, abandoning mains indicated to be abandoned, plugging of mains to be abandoned, CDF backfill, hot mix asphalt, concrete pavement, concrete sidewalk, concrete curb and gutter, and haul and disposal of ' trench spoils shall be included in the unit contract price bid for " Pipe for Water Main In. Diam.". Restoration shall be as indicated in the plans and in accordance with the Base Bid or the Base Bid including alternative work, if any. Restoration shall be considered incidental to the work of ' constructing the new water main outside areas to receive new curbing, asphalt concrete pavement, cement concrete pavement, asphalt treated base, gravel base, cement concrete sidewalk, cement concrete driveway per the base bid and/or alternate bid(s), and all costs thereof shall be include in , the unit contract price bid for " Pipe for Water Main In. Diam." VALVES FOR WATER MAINS ' Materials Section 7-12.2 of the Standard Specifications shall be supplemented by the following: All valves and fittings shall be ductile iron with ANSI flanges or mechanical joint ends. All existing ' valves are to be operated only by City employees. Valves shall open counterclockwise and shall be equipped with a 2-inch square AWWA standard operating nut. a. Gate valves shall be resilient seat, double-disc, parallel seat, double "O" ring Stem Seal, or resilient seat modified wedge disk gate valve with epoxy-coated interior. Opened by turning counter-clockwise. Joints as indicated on the plan, conforming to those specified for cast ' iron fittings. b. Gate Valves shall conform with the requirements of AWWA C509-87 for gate valves for ' ordinary water works service, except as superseded by the following: They shall be iron body with epoxy coating inside and out, resilient seat rubber attached to gate. The valves shall be non-rising stem, open by turning counterclockwise, and shall be equipped with standard 2-inch square operating nuts. Valves shall be equipped with "O-ring" packing. ' Valves to be Mueller, M&H Kennedy, Clow R/W or Waterous Series 500. c. Valve Boxes shall be cast iron valve boxes, Olympic Foundry VB2B, VB2C, RICH 940A, ' 9406 or equal. Valve box ears shall be installed on valve box lids in line with the main or hydrant lead. SERVICE CONNECTIONS ' Measurement The first sentence of Section 7-15.4, Measurement, is deleted and replaced with the following: ' Service connections will be measured by the linear foot. Payment The first sentence of Section 7-15.5, Payment, is revised as follows: , "Service Connection In. Diam.", per each is deleted and replaced with "Service Connection In. Diam.", per linear foot. The last paragraph of Section 7-15.5, Payment, is supplemented with the following: ' All costs associated with removal and restoration of existing improvements not indicated for such on plan sheets C-1 through C-3, connection of the new system to the existing system, abandoning ' mains indicated to be abandoned, plugging of mains to be abandoned, CDF backfill, hot mix asphalt, concrete pavement, concrete sidewalk, concrete curb and gutter, and haul and disposal of trench spoils shall be included in the unit contract price bid for " Pipe for Water Main ' In. Diam.". Restoration shall be as indicated in the plans and in accordance with the Base Bid or the Base Bid including alternative work, if any. Restoration shall be considered incidental to the work of N:\PROJECTS106-06 Peabody Street Reconstruction Phase 11\Project Manual\2009 Manual\Part 03.DOC - _ - t 55 ~' `, constructing the new water service outside areas to receive new curbing, cement concrete pavement, asphalt treated base, gravel base, cement concrete sidewalk, cement concrete driveway per the base bid and/or alternate bid(s), and all costs thereof shall be include in the unit contract price bid for "Service Connection 1 In. Diam." ADJUST WATER VALVE BOX Materials ' Section 7-12.2, Construction Requirements, is supplemented with the following: Adjusting rings and sleeves for water valve risers shall be ductile iron. Construction Requirements Section 7-12.3, Construction Requirements, is supplemented with the following: ' Where shown on the Plans, or directed by the Engineer, the Contractor shall adjust water valve boxes to finished grade. The Contractor shall exercise care in handling the valve box. Valve boxes damaged, due to the Contractor's operations, shall be repaired by the ' Contractor at no added cost to the City and to the satisfaction of the Engineer. Where existing valve boxes are indicated on the plans to be abandoned, the existing valve shall be closed, the valve box removed, and the resulting void filled with material approximating the surrounding material. ' Measurement Section 7-12.4, Measurement, is supplemented with the following: Measurement for "Adjust Water Valve Box" shall be per each box actually adjusted. There is no unit of measure for valve boxes indicated to be abandoned. Payment Section 7-12.5, Payment, is supplemented with the following: The unit contract price per each for "Adjust Water Valve Box" shall be full pay for performing ' the work as specified, including all costs for extensions, shortening the existing valve box, excavation or any other material, work, or equipment necessary to adjust the valve box to finished grade. ' Costs associated with abandoning existing valve boxes shall be included in the various other items of work relating to construction of the new water main. ' N:IPROJI:CTS106-O6 Peabody Street Reconstruction Phase II1Project Manua112005 ManuallPart 03.DOC 56 DIVISION 8 MISCELLANEOUS CONSTRUCTION EROSION CONTROL AND WATER POLLUTION CONTROL Seeding, Fertilizing and Mulching 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. Measurement The first sentence of section 8-01.4 is deleted. Payment Section 8-01.5 is revised as follows: "ESC Lead", per day is deleted The work performed by the ESC Lead shall be included in the unit contract price for "Inlet Protection". ROADSIDE RESTORATION Description Section 8-02.1 is replaced with the following: This work consists of placing compost and grass seed in grassy areas disturbed by construction. These areas shall include, but not be limited to, cut slopes, and excavations necessary for construction of formwork. Materials Section 8-02.2 is replaced with the following: Materials shall meet the requirements of the following: Compost 9-14.4(8) Grass Seed 9-14.2 Construction Requirements Section 8-02.3 is replaced with the following: A minimum of 2" and a maximum of 4" of compost shall be placed in previously grassy areas disturbed by construction and any other area as indicated on the plans. Grass seed shall be mixed into the compost prior to application or raked into the compost immediately following application. Measurement Section 8-02.4 is replaced with the following: No specific unit of measure shall apply to the lump sum item of roadside restoration. Payment Section 8-02.5 is replaced with the following: N:IPROJECTS\06-06 Peabody Street Reconstruction Phase II\Project INanual\2009 ManuallPart 03.DOC - 57 "Roadside Restoration", lump sum, shall be full pay for all work and materials required to perform the work described in this section. CEMENT CONCRETE DRIVEWAY ENTRANCE ' Payment Section 8-06.5 is supplemented with the following: "Cement Conc. Driveway Entrance", per square yard ' Payment for any item in this section shall include all necessary excavation, including excavation of cut slopes, disposal of excavated material, application of soil residual herbicide, backfill of voids required for forming, restoration of any other existing facilities ' damaged or destroyed during construction. ' GUARDRAIL Measurement Section 8-11.4 is revised as follows: Removing and Replacing Beam Guardrail will be measured by the linear foot. Measurement of removal/replacement of guardrail will be by the linear foot measured along the line of the guardrail removed/replaced including transition sections, expansion sections, terminal sections, and anchors. J L No specific unit of measure shall apply to beam guardrail non-flared terminal end. The length of beam guardrail type 2 shall be measured as indicated in WSDOT Standard Plan C-4e. Payment Section 8-11.5 is supplemented with the following: Payment for "Beam Guardrail Type 2", per linear foot, shall include the removal and disposal of the existing beam guardrail and installation of beam guardrail Type 2 including non-flared terminal ends. CEMENT CONCRETE SIDEWALKS Construction Requirements Placing and Finishing Concrete The first paragraph of Section 8-14.3(3) is supplemented with the following: Soil residual herbicide shall be applied to the subgrade prior to pouring cement concrete. The fourth and fifth paragraphs of Section 8-14.3(3) are deleted and replaced with the following: Sidewalk ramps shall be of the type specified in the Plans. The detectable warning pattern shall have the truncated dome shape and dimension shown in the WSDOT Standard Plans and shall be formed by installing a replaceable panel manufactured by "ADA Replaceable Tiles", or equal. The panels shall be installed by the Contractor immediately after the concrete has been poured and prior to curing. The panels shall be installed under the direction of the Engineer. Payment Section 8-14.5 is revised as follows: "Cement Conc. Sidewalk Ramp Type Ramp" is replaced with "Cement Conc. Sidewalk t 0407 03 Part03.doc [Revised-March 2008] - -.- III-- 58 Payment for any item in this section shall include all necessary excavation, including excavation of cut slopes, disposal of excavated material, application of soil residual herbicide, backfill of voids required for forming, restoration of any other existing facilities damaged or destroyed during construction. ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL Measurement Section 8-20.4 is supplemented with the following: Replacement of Type 1 and Type 2 Induction Loops shall be measured per each. Payment Section 8-20.5 is supplemented with the following: "Replace Type 1 Induction Loop", per each "Replace Type 2 Induction Loop", per each The per each contract price for "Replace Type I Induction' Loop", and "Replace Type 2 Induction Loop", shall be full pay for all- work and materials, including removal and disposal of existing loops damaged by construction, sawing pavement, supplying and installing loop wire and sealant, and making connections to the existing system, required for replacement of the loops. The Contractor shall guarantee all materials and equipment furnished and work performed for a period of one (1) year from the date of substantial completion. The Contractor shall warrant and .guarantee for a period of one (1) year from the date of substantial completion of the system that the completed system is free from all defects due to faulty materials or workmanship, and the Contractor shall promptly make such corrections as may be necessary by reason of such defects including the repairs of any damage to other parts of the system resulting from such defects. The City will give notice of observed defects with reasonable promptness. In the event that the Contractor should fail to make such repairs, adjustments, or other work that may be made necessary by such defects, the City may do so and charge the Contractor the cost thereby incurred. PAVEMENT MARKING Payment Section 8-22.5 is supplemented with the following: The Contractor shall guarantee all materials and equipment furnished and work performed for a period of one (1) year from the date of substantial completion. -The Contractor shall warrant and guarantee for a period of one (1) year from the date of substantial completion of the system that the completed system is free from all defects due to faulty materials or workmanship, and the Contractor shall promptly make such corrections as may be necessary by reason of such defects including the repairs of any damage to other parts of the system resulting from such defects. The City will give notice of observed defects with reasonable promptness. In the event that the Contractor should fail to make such repairs, adjustments, or other work that may be made necessary by such defects, the City may do so and charge the Contractor the cost thereby incurred. TEMPORARY PAVEMENT MARKINGS Measurement Section 8-23.4 is deleted and replaced with the following: 0407_03 Part03.doc [Revised -March 2008] - - - III - 59 Temporary pavement marking shall be measured by lump sum. Payment Section 8-23.5 is deleted and replaced with the following: "Temporary Pavement Marking", Lump Sum The unit contract price for "Temporary Pavement Marking" shall be full pay for constructing, installing, maintaining, relocating, removing and reinstalling all temporary pavement marking grid complying with all applicable requirements of Section 8-23 and the current edition of the MUTCD. ' -- - 0407_03 Part03.doc [Revised March 2008] III - 60 DIVISION 9 MATERIALS AGGREGATES (January 5, 2004) HMA Test Requirements Section 9-03.8(2) is supplemented with the following: ESAL's The number of ESAL's for the design and acceptance of the HMA shall be 1.1 million. 0407_03 Part03.doc [Revised March 2008] III - 61 ~j STANDARD PLANS ' Apri17, 2008 The State of Washington Standard Plans for Road, Bridge and Municipal Construction M21-01 ' transmitted under Publications Transmittal No. PT 08-001, effective April 7, 2008 is made a part of this contract. The Standard Plans are revised as follows: ' All Standard Plans ' All references in the Standard Plans to "Asphalt Concrete Pavement" shall be revised to read "Hot Mix Asphalt". All references in the Standard Plans to the abbreviation "ACP" shall be revised to read t "H MA". C-1 Sheet 1 ' In the TYPE 1 ALTERNATIVE, the title of the first section view is revised to INITIAL INSTALLATION B-10.20 and B10.40 ' Substitute "step" in lieu of "handhold" on plan C-1 a In the TYPE 11, WOOD POST ASSEMBLY, the 18" long Button Head Bolts are revised to 25" long. ' C-1 b In the ANCHOR POST ASSEMBLY, the above ground 7 1/2" long bolt connecting the Wood Breakaway Post to the Foundation Tube is revised to 10" long. ' C-2s Delete reference to Cross-Section A. ' CC_5 In the A CONNECTION, "Type 3 transition pay limit" is revised to "transition pay limit". C=8 END VIEW A, shows two dimensions at the connecting pin counterbore opening at the top ' of the view, 1 ~/z" R. and below another dimension of 1 ~h" R., the bottom dimension should be 7/8" R. C-10 sheet 2 of 2 ' COVER PLATE DETAIL, dimension of the 1" dia. holes, changes from 8" to 3" C-11 b Sheets 1 and 2 ' In the PRECAST FOOTING, ELEVATION view (Sheet 1) and in the CAST-IN-PLACE FOOTING, ELEVATION view (Sheet 2), COMMERCIAL CONCRETE is revised to CONCRETE CLASS 4000. 0^.07_03 PartC3.doc [Revised March 2008] III - ~_? - _ _ ._____ In the BREAKAWAY ANCHOR ANGLE, ELEVATION view (Sheet 2), the welding symbols are revised to indicate that the 1/4" Inside Gussets have 1/4" fillet weld joints, and the 1/2" End Gussets have 112" fillet weld joints. C-12 Note 1 is revised to read: Approved inertial barrier systems (sand barrel arrays) are listed in the Qualified Products List and shall be installed in accordance with the manufacturer's recommendations. Products not listed on the Qualified Products List are considered when submitted with a Request of Approval of Materials (RAM) form. D-1a through D-1f Deleted. F-40.12 through F-40.18 The following note is added to these five plans: Note 7. To the maximum extent feasible, the ramp cross slope shall not exceed 2%. K-80.30-00 In the NARROW BASE, END view, the reference to Std. Plan C-8e is revised to Std. Plan K-80.35 M-1.60 COLLECTOR DISTRIBUTOR ROAD OFF- CONNECTION, taper dimensions of 225' MIN. is changed to 300' MIN. The following are the Standard Plan numbers applicable at the time this project was advertised. The date shown with each plan number is the publication approval date shown in the lower right-hand corner of that plan. Standard Plans showing different dates shall not be used in this contract. A-10.10-00 ..........8/07/07 A-10.20-00 ........10/05/07 A-10.30-00 ........10/05/07 A-20.10-00 ..........8/31 /07 A-30.10-00 ........11 /08/07 A-30.15-00...... 11 /08/07 A-30.30-00...... 11 /08/07 A-30.35-00 ...... 10/12/07 A-40.10-00 ...... 10/05/07 A-40.20-00 ........ 9/20/07 A-40.50-00 ...... 11 /08/07 A-60.10-00 ...... 10/05/07 A-60.20-00 ...... 10/05/07 A-60.30-00 ...... 11 /08/07 A-60.40-00 ........8/31 /07 B-5.20-00............6/01 /06 B-5.40-00............6/01 /06 B-5.60-00............6/01 /06 B-10.20-00..........6/01 /06 6-10.40-00. .........6/01 /06 B-10.60-00. .........6/08/06 B-15.20-00. ....:....6/01 /06 B-15.40-40 ..........6/01 /06 B-15.60-00 ..........6/01 /06 B-20.20-01 ........11 /21 /06 B-20.40-01 ........11 /21 /06 B-20.60-01 ........11 /21 /06 B-25.20-00 ..........6/08/06 B-30.50-00........ 6/01 /06 B-30.70-01........ 8/31 /07 B-30.80-00 ........ 6/08/06 B-30.90-01........ 9/20/07 B-35.20-00 ........ 6/08/06 B-35.40-00 ........ 6/08/06 B-40.20-00 ........ 6/01 /06 B-40.40-00........ 6/01 /06 8-45.20-00........ 6/01 /06 B-45.40-00........ 6/01 /06 B-50.20-00........ 6/01 /06 B-55.20-00........ 6/01 /06 B-60.20-00 ........ 6/08/06 B-75.20-00 ........ 6101 /06 B-75.50-00 ........ 6/08/06 B-75.60-00 ........ 6/08/06 B-80.20-00 ........ 6/08/06 B-80.40-00 ........ 6/01 /06 B-82.20-00 ........ 6/01 /06 8-85.10-00 ........ 6/01 /06 B-85.20-00 ........ 6/01 /06 B-85.30-00 ........ 6/01 /06 B-85.40-00 ........ 6/08/06 B-85.50-00 ., ...... 6/08/06 B-90.10-00 ........ 6/08/06 B-90.20-00 ........ 6/08/06 TT? - ~ _ _- 0407_03 Part03.doc [Revised March 2008] ---- ___ ~.~ -- B-25.60-00....... ...6/01 /06 B-60.40-00..... ... 6/01 /06 B-90.30-00 ..... ... 6/08/06 B-30.10-00....... B-30.20-01....... ...6/08/06 .11 /21 /06 B-65.20-00..... B-65.40-00..... ... 6/01 /06 ... 6/01 /06 B-90.40-00 ..... B-90.50-00 ..... ... 6/08/06 ... 6/08/06 B-30.30-00....... ...6/01 /06 B-70.20-00..... ... 6/01 /06 B-95.20-00 ..... ... 6/08/06 ' B-30.40-00....... C-1 .................. ...6/01 /06 ...2/06/07 B-70.60-00..... C-3b............... ... 6/01 /06 .10/04/05 B-95.40-00 ..... C-13............... ... 6/08/06 ...4/16/99 ' C-1a ................ C-1 b ................ ...7/31/98 .10/31/03 C-3c............... C-3d............... ... 6/21/06 ... 3/03/05 C-13a................ 4/16/99 C-13b................ 4/16/99 C-1 c ................. ...5/30/97 C-4................. ...2/21/07 C-14a.............. ..7/26/02 ' C-1 d ................ C-2 .................. .10/31 /03 ...1/06/00 C-4a............... C-4b............... ... 2/21 /07 ...6/08/06 C-14b ................ 7/26/02 C-14c................7/26/02 C-2a ................ ...6/21/06 C-4e............... ... 2/20/03 C-14d.............. .. 7/26/02 C-2b ................ ...6/21/06 C-4f................... 6/30/04 C-14e.............. .. 7/26/02 ' C-2c ................. ...6/21/06 C-5..................10/31/03 C-14f............... ..9/02/05 C-2d ................ ...6/21/06 C-6.................. .. 5/30/97 C-14g.............. 11/21/06 C-2e ................ ...6/21/06 C-6a.................. 3/14/97 C-14h.............. .. 1/11/06 ' C-2f ................. ...3/14/97 C-6c................ .. 1/06/00 C-14i............... 12/02/03 C-2g ................ ...7127/01 C-6d................ .. 5/30/97 C-14j ............... 12/02/03 C-2h ...................3/28/97 C-6f................. .. 7/25/97 C-14k .............. .. 1 /11 /06 ' C-21 .....................3/28/97 C-2j .....................6/12/98 C-7.................. C-7a................ 10/31/03 10/31/03 C-16a.............. C-16b.............. 11/08/05 11/08/05 C-2k ....................7/27/01 C-8.................. ..4/27/04 C-20.14-00...... ..2/06/07 ' C-2n ...................7/27/01 C-2o ...................7/13/01 C-8a................ C-8b................ .. 7/25/97 .. 1 /11 /06 C-20.40-00...... C-22.40-01 ...... ..2/06/07 10/05/07 C-2p ................. 10/31 /03 C-8e................ .. 2/21 /07 C-23.60-00...... ..2/06/07 C-2q ................. C-2r .................. ..3/03/05 ..3/03/05 C-8f................. C-10................ .. 6/30/04 .. 7/31/98 C-25.18-01........ 9/20/07 C-25.20-01........ 9/20/07 C-2s .................. ..3/03/05 C-11................ ..5/20/04 C-25.22-01...... 10/05/07 ' C-2t .................. C-3 ................... ..3/03/05 10/04/05 C-11 a.............. C-11b.............. .. 5/20/04 ..5/20/04 C-25.80-00........ 9/20/07 C-28.40-00........2/06/07 C-3a ................. 10/04/05 C-12................ .. 7/27/01 D-2.02-00 ......... 11 /10/05 D-2.36-01........ 11 /08/07 D-2.80-00........ 11 /10/05 D-2.04-00 ......... 11 /10/05 D-2.38-00........ 11 /10/05 D-2.82-00........ 11 /10/05 D-2.06-00 ......... 11 /10/05 D-2.40-00........ 11 /10/05 D-2.84-00........ 11 /10/05 ' D-2.08-00......... 11/10/05 D-2.42-00........ 11/10/05 D-2.86-00........ 11/10/05 D-2.10-00 ......... 11 /10/05 D-2.44-00........ 11 /10/05 D-2.88-00........ 11 /10/05 D-2.12-00 ......... 11 /10/05 D-2.46-00........ 11 /10/05 D-2.92-00........ 11 /10/05 D-2.14-00......... 11/10/05 D-2.48-00........ 11/10/05 D-3 ................... .7/13/05 ' D-2.16-00 ......... 11 /10/05 D-2.60-00........ 11 /10/05 D-3a ................. . 6/30/04 D-2.18-00 ......... 11 /10/05 D-2.62-00........ 11 /10/05 D-3b ................. . 6/30/04 ' D-2.20-00 ......... D-2.30-00 ......... 11 /10/05 11 /10/05 D-2.64-00........ D-2.66-00........ 11 /10/05 11 /10/05 D-3c ................. D-4 .................. . 6/30/04 12/11 /98 D-2.32-00......... 11/10/05 D-2.68-00........ 11/10105 D-6 ................... .6/19/98 ' D-2.34-00......... E-1 .................... 11/10/05 ..2/21/07 D-2.78-00........ E-4................... 11/10/05 .8/27/03 E-2 .................... F-10.12-00........ ..5/29/98 12/20/06 E-4a................. F-30.10-00....... .8/27/03 .1/23/07 F-40.18-00....... .2/07/07 ' 0407_03 Part03.doc [Revi sed A~arch 2003 -_= - - _ .- III-~- 54 F-10.16-00 ........12/20/06 F-10.40-00 ..........1 /23/07 F-10.42-00 ..........1 /23/07 F-10.62-01 ..........9/05/07 F-10.64-01 ........10/05/07 G-9a ...................6/25/02 G-10.10-00 .........9/20/07 G-20.10-00 .........9/20/07 G-22.10-00 .......11 /08/07 G-24.10-00 .......11 /08/07 G-24.20-00 .......11 /08/07 G-24.30-00 .......11 /08/07 G-24.40-00 .......11 /08/07 H-30.10-00 .......10/12/07 H-32.10-00 .........9/20/07 H-60.10-00 .........9/05/07 I-10.10-00 ...........8/31 /07 -30.10-00 ...........9/20/07 - 30.20-00 ...........9/20/07 { -30.30-00 ...........9/20/07 I-30.40-00 .........10/12/07 J-1 f .....................6/23/00 J-3 .. ....................8/01/97 J-3b ....................3/04/05 J-3c ....................6/24/02 J-3d ..................11 /05/03 J-5 .. ....................8/01 /97 J-6c ....................4/24/98 J-6f . ....................4/24/98 J-6g ..................12/12/02 J-6h ....................4/24/98 J-7a ....................9/12/01 J-7c ....................6/19/98 J-7d ....................4/24/98 J-8a ....................5/20/04 K-10.20-01 ........10/12/07 K-10.40-00 ..........2!15/07 K-20.20-01 ........10/12/07 K-20.40-00 ..........2/15/07 K-20.60-00 ..........2/15/07 K-22.20-01 ........10/12/07 K-24.20-00 ..........2/15/07 K-24.40-01 ........10/12/07 K-24.60-00 ..........2/15/07 K-24.80-01 ........10/12/07 K-26.20-00 ..........2/15/07 F-40.10-01 ...... 10/05/07 F-40.12-00 ........ 2/07/07 F-40.14-00 ........ 2/07/07 F-40.15-00 ........ 2/07107 F-40.16-00 ........ 2/07/07 G-24.50-00 ..... 11 /08/07 G-24.60-00 ..... 11 /08/07 G-25.10-00 ..... 11 /08/07 G-30.10-00 ..... 11 /08/07 G-50.10-00 ..... 11 /08/07 G-60.10-00 ....... 8/31 /07 G-60.20-00 ....... 8/31 /07 G-60.30-00 ....... 8/31 /07 H-60.20-00........ 9/05/07 H-70.10-00........ 9/05/07 H - 70.20-00........ 9/05/07 I-30.50-00 ....... 11 /14/07 I -40.10-00 ......... 9/20/07 I -40.20-00 ......... 9/20/07 I - 50.10-00 ......... 9!20/07 I-50.20-00 ......... 8/31 /07 J-8b .................. 5/20/04 J-8c ... ................ 5/20/04 J-8d .. ................ 5/20/04 J-9a .. ................ 4/24/98 J -10 .. ................ 7/ 18/97 J-11a .............. 10/12/07 J-11 b ................ 9/02/05 J-11 c ................. 6/21 /06 J-12 ................ 11 /08/05 J-15a ....:......... 10/04/05 J-15b .............. 10/04/05 J-16a ................ 3/04/05 J-16b ................ 9/20/07 J-16c ................. 9/20/07 K-26.40-01...... 10/ 12/07 K-30.20-00 ........ 2/ 15/07 K-30.40-01 ...... 10/ 12/07 K-32.20-00 ........ 2/15/07 K-32.40-00 ........ 2/15/07 K-32.60-00 ........ 2115107 K-32.80-00 ........ 2/15/07 K-34.20-00 ........ 2/15/07 K-36.20-00 ........ 2/15/07 K-40.20-00 ........ 2/15/07 K-40.40-00 ........ 2/15/07 F-40.16-00 ........ 2/07!07 F-40.20-00 ......10/05/07 F-42.10-00 ......10/05/07 F-80.10-00 ........ 1 /23/07 G-70.10-00........10/5/07 G -70.20-00...... ..10/5/07 G - 70.30-00...... ..10/5/07 G-95.10-00...... 11 /08/07 G-95.20-00...... 11 /08/07 G-95.30-00...... 11 /08/07 H - 70.30-00 ........ 9/05/07 I-60.10-00 ......... 8/31 /07 I-60.20-00 .......:. 8/31 /07 I-80.10-00 ......... 8/31 /07 J-18 ................... 9/02/05 J-19 .................. .9/02/05 J-20 .................. . 9/02/05 J-28.10-00........ . 8/07/07 J-28.22-00........ . 8/07/07 J-28.24-00........ . 8/07/07 J-28.26-00........ . 8/07/07 J-28.30-00........ . 8/07/07 J-28,40-00........ . 8/07!07 J-28.42-00........ . 8/07/07 J-28.45-00........ . 8/07/07 J-28.50-00...:.... . 8/07/07 J-28.60-00........ . 8/07/07 J-28.70-00....... 11 /08/07 K-40.60-00 ........2/15/07 K-40.80-00 ........ 2/ 15/07 K-55.20-00 ........2/15/07 K-60.20-01 ...... 11 /12/07 K-60.40-00 ........ 2/15/07 K-70.20-00 ........2/15/07 K-80.10-00 ........2/21 /07 K-80.20-00 ......12/20/06 K-80.30-00 ........2/21 !07 K-$0.35-00 ........ 2/21 /07 K-80.37-00 ........2/21 /07 n 007_03 Part03.doc Revised March 2003]._ .__... III - 65 -- .-- _' L-10.10-00 .......... 2/21 /07 L-40.10-00 ........ 2/21 /07 L-70.10-00 ........ 1 /30/07 ' L-20.10-00 .......... 2/07/07 L-40.15-00 ........ 2/21 /07 L-70.20-00 ........ 1 /30/07 L-30.10-00 .......... 2/07/07 L-40.20-00 ........ 2/21 /07 ' M-1.20-01............ M-1.40-01........... 1/30/07 1/30/07 M-5.10-01......... M-7.50-01......... 1/30/07 1/30/07 M-24.40-01 M-24.60-02 .......5/37/06 .......2/06/07 M-1.60-01 ........... 1 /30/07 M-9.50-01 ......... 1 /30/07 M-40.10-00 .......9/20/07 ' M-1.80-02........... M-2.20-01........... 8/31107 1/30/07 M-11.10-01....... M-15.10-01....... 1/30/07 2/06/07 M-40.20-00 M-40.30-00 .....10/12/07 .......9/20/07 M-2.40-01........... 1/30/07 M-17.10-01....... 1/30/07 M-40.40-00 .......9/20/07 ' M-2.60-01 ........... M-3.10-01 ........... 1 /30/07 1 /30/07 M-20.10-01 ....... M-20.20-01 ....... 1 /30/07 1 /30/07 M-40.50-00 M-40.60-00 .......9/20/07 .......9/20/07 M-3.20-01 ........... 1 /30/07 M-20.30-01 ....... 1 /30/07 M-60.10-00 .......9/05/07 ' M-3.30-01........... M-3.40-01 ........... 1/30/07 1 /30/07 M-20.40-01....... M-20.50-01 ....... 1/30/07 1 /30/07 M-60.20-00 M-65.10-00 .......9/05/07 ....... 9/05/07 M-3.50-01 ........... 1 /30/07 M-24.20-01 ....... 5/31 /06 -_ - 040'._03 part03.dec [Revised March 2008 III - 66 _ --..-___ _ . _-.- . ..-. _ _.. . Required Contract Provisions Federal-Aid Construction Contracts ' FHWA-1273 Electronic Version -March 10, 1994 ' I. General 1 II. Nondiscrimination 2 III. Nonsegregated Facilities 6 IV. Payment of Predetermined Minimum Wage 7 ' V. Statements and Payrolls 12 VI. Record of Materials, Supplies, and Labor 14 ' VII. Subletting or Assigning the Contract 14 VIII. Safety: Accident Prevention 15 IX. X False Statements Concerning Highway Projects d F l W t P ll ti C l A l i f Cl Ai A t d t t I 16 17 . era a er o u on on ro mp ementat on o ean r c an e c XI. Certification Regarding Debarment, Suspension Ineligibility, and Voluntary Exclusion 17 ' XII. Certification Regarding Use of Contract Funds for Lobbying 21 Attachments A. Employment Preference for Appalachian Contracts (included in Appalachian contracts only) 23 I. GENERAL ' 1. These contract provisions shall apply to all work performed on the contract by the contractor's own organization and with the assistance of workers under the contractor's immediate superintendence and to all work performed on the contract by piecework, station ' work, or by subcontract. 2. Except as otherwise provided for in each section, the contractor shall insert in each ' subcontract all of the stipulations contained in these Required Contract Provisions, and further require their inclusion in any lower tier subcontract or purchase order that may in turn be made. The Required Contract Provisions shall not be incorporated by reference in any ' case. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with these Required Contract Provisions. ' 3. A breach of any of the stipulations contained in these Required Contract Provisions shall be sufficient grounds for termination of the contract. 4. A breach of the following clauses of the Required Contract Provisions may also be grounds ' for debarment as provided in 29 CFR 5.12: Section I, paragraph 2; ' Section IV, paragraphs 1, 2, 3, 4, and 7; Section V, paragraphs 1 and 2a through 2g. 5. Disputes arising out of the labor standards provisions of Section IV (except paragraph 5) and t Section V of these Required Contract Provisions shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the U.S. Department of Labor (DOL) as set forth in 29 CFR 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 DOL, or the contractor's employees or their representatives. 6 S l ti f L b D h . e ec on o a or: uring t e performance of this contract, the contractor shall not: a. discriminate against labor from any other State, possession, or territory of the United States (except for employment preference for Appalachian contracts, when t applicable, as specified in Attachment A), or b. employ convict labor for any purpose within the limits of the project unless it is labor performed by convicts who are on parole, supervised release, or probation. ' NONDISCRIMINATION ~ ' A licable to all Federal-aid construction contracts and to all related subcontracts of $10,000 or ( Pp more.) , 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 and 41 CFR 60) 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 Equal Opportunity t Construction Contract Specifications set forth under 41 CFR 60-4.3 and the provisions of the American Disabilities Act of 1990 (42 U.S.C. 12101 et sec.) set forth under 28 CFR 35 and 29 CFR 1630 are incorporated by reference in this contract. In the execution of this contract, the contractor agrees to comply with the following minimum specific requirement activities of ' EEO: a. The contractor will work with the State highway agency (SHA) and the Federal ' Government in carrying out EEO obligations and in their review of his/her activities under the contract. ' b. The contractor will accept as his operating policy the following statement: "It is the policy of this Company to assure that applicants are ' employed, and that employees are treated during employment, without regard to their race, religion, sex, color, national origin, age or disability. Such action shall include: employment, upgrading, ' demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship, preapprenticeship, , and/or on-the-job training." [l _ ~ ' 2. EEO Officer: The contractor will designate and make known to the SHA contracting officers an EEO Officer who will have the responsibility for and must be capable of effectively administering and promoting an active contractor program of EEO and who must be ' assigned adequate authority and responsibility to do so. 3. Dissemination of Policy: All members of the contractor's staff who are authorized to hire, ' supervise, promote, and discharge employees, or who recommend such action, or who are substantially involved in such action, will be made fully cognizant of, and will implement, the contractor's EEO policy and contractual responsibilities to provide EEO in each grade and ' classification of employment. To ensure that the above agreement will be met, the following actions will be taken as a minimum: a. Periodic meetings of supervisory and personnel office employees will be conducted ' before the start of work and then not less often than once every six months, at which time the contractor's EEO policy and its implementation will be reviewed and ' explained. The meetings will be conducted by the EEO Officer. b. All new supervisory or personnel office employees will be given a thorough indoctrination by the EEO Officer, covering all major aspects of the contractor's EEO ' obligations within thirty days following their reporting for duty with the contractor. c. All personnel who are engaged in direct recruitment for the project will be instructed by the EEO Officer in the contractor's procedures for locating and hiring minority group employees. ' d. Notices and posters setting forth the contractor's EEO policy will be placed in areas readily accessible to employees, applicants for employment and potential employees. ' ' e. The contractor s EEO policy and the procedures to implement such policy will be brought to the attention of employees by means of meetings, employee handbooks, ' or other appropriate means. 4. Recruitment: When advertising for employees, the contractor will include in all advertisements for employees the notation: "An Equal Opportunity Employer." All such advertisements will be placed in publications having a large circulation among minority groups in the area from which the project work force would normally be derived. ' a. The contractor will, unless precluded by a valid bargaining agreement, conduct systematic and direct recruitment through public and private employee referral sources likely to yield qualified minority group applicants. To meet this requirement, ' the contractor will identify sources of potential minority group employees, and establish with such identified sources procedures whereby minority group 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, he is expected to observe the provisions of that agreement to the extent that the system permits the contractor's compliance with EEO contract provisions. (The DOL has held that where implementation of such agreements have 3 the effect of discriminating against minorities or women, or obligates the contractor , to do the same, such implementation violates Executive Order 11246, as amended.) c. The contractor will encourage his present employees to refer minority group , applicants for employment. Information and procedures with regard to referring minority group applicants will be discussed with employees. ' Personnel Actions: Wages, working conditions, and employee benefits shall be established and administered, and personnel actions of every type, including hiring, upgrading, ' promotion, transfer, demotion, layoff, and termination, shall be taken without regard to race, color, religion, sex, national origin, age or disability. The following procedures shall be followed: ' a. The contractor will conduct periodic inspections of project sites to insure that working conditions and employee facilities do not indicate discriminatory treatment ' of project site personnel b. The contractor will periodically evaluate the spread of wages paid within each , classification to determine any evidence of discriminatory wage practices. c. The contractor wi-I periodically review selected personnel actions in depth to ' determine whether there is evidence of discrimination. Where evidence is found, the contractor will promptly take corrective action. If the review indicates that the discrimination may extend beyond the actions reviewed, such corrective action shall ' include all affected persons. d. The contractor will promptly investigate atl complaints of alleged discrimination made to the contractor in connection with his 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 his avenues of appeal. , 6. Training and Promotion: a. The contractor will assist in locating, qualifying, and increasing the skills of minority group and women employees, and applicants for employment. ' b. Consistent with the contractor's work force requirements and as permissible under Federal and State regulations, the contractor shall make full use of training programs, i.e., apprenticeship, and on-the-job training programs for the geographical t area of contract performance. Where feasible, 25 percent of apprentices or trainees in each occupation shall be in their first year of apprenticeship or training. In the event a special provision for training is provided under this contract, this ' subparagraph will be superseded as indicated in the special provision. 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 minority group and women employees 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 his/her best efforts to obtain the cooperation of such unions to increase opportunities for minority groups and women within the unions, and to effect referrals by such unions of minority and female employees. 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 best efforts to develop, in cooperation with the unions, joint ' training programs aimed toward qualifying more minority group members and women for membership in the unions and increasing the skills of minority group employees and women so that they may qualify for higher paying employment. b. The contractor will use best 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. t 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 SHA 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 minority and women 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 andlor qualifiable minority group persons and women. (The DOL 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 employees.) 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 SHA. ' 8. 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. a. The contractor shall notify all potential subcontractors and suppliers of his/her EEO ' obligations under this contract. b. Disadvantaged business enterprises (DBE), as defined in 49 CFR 23, shall have equal opportunity to compete for and perform subcontracts which the contractor ' enters into pursuant to this contract. The contractor will use his best efforts to solicit bids from and to utilize DBE subcontractors or subcontractors with meaningful ' S minority group and female representation among their employees. Contractors shall ' obtain lists of DBE construction firms from SHA personnel. c. The contractor will use his best efforts to ensure subcontractor compliance with their ' EEO obligations. 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 completion of the contract work and shall be available at reasonable times ' and places for inspection by authorized representatives of the SHA and the FHWA. a. The records kept by the contractor shall document the following: ' 1. The number of minority and non-minority group members and women employed in each work classification on the project; 2. The progress and efforts being made in cooperation with unions, when , applicable, to increase employment opportunities for minorities and women; 3. The progress and efforts being made in locating, hiring, training, qualifying, and upgrading minority and female employees; and ' 4. The progress and efforts being made in securing the services of DBE subcontractors or subcontractors with meaningful minority and female ' representation among their employees. b. The contractors will submit an annual report to the SHA 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. If on-the-job training ' is being required by special provision, the contractor will be required to collect and report training data. NONSEGREGATED FACILITIES (Applicable to all Federal-aid construction contracts and to all related subcontracts of $10,000 or ' more.) a. By submission of this bid, the execution of this contract or subcontract, or the consummation , of this material supply agreement or purchase order, as appropriate, the bidder, Federal-aid construction contractor, subcontractor, material supplier, or vendor, as appropriate, certifies that the firm does not maintain or provide for its employees any segregated facilities at any , of its establishments, and that the firm does not permit its employees to perform their services at any location, under its control, where segregated facilities are maintained. The firm agrees that a breach of this certification is a violation of the EEO provisions of this ' contract. The firm further certifies that no employee will be denied access to adequate facilities on the basis of sex or disability. b. As used in this certification, the term "segregated facilities" means any waiting rooms, work ' areas, restrooms and washrooms, restaurants and other eating areas, timeclocks, locker .rooms, and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are ' segregated by explicit directive, or are, in fact, segregated on the basis of race, color, 1 religion, national origin, age or disability, because of habit, local custom, or otherwise. The 1 only exception will be for the disabled when the demands for accessibility override (e.g. disabled parking) . c. The contractor agrees that it has obtained or will obtain identical certification from proposed ' subcontractors or material suppliers prior to award of subcontracts or consummation of material supp-y agreements of $10,000 or more and that it will retain such certifications in its files. ' IV. PAYMENT OF PREDETERMINED MINIMUM WAGE (Applicable to all Federal-aid construction contracts exceeding $2,000 and to all related subcontracts, except for projects located on roadways classified as local roads or rural minor collectors, which are exempt.) ' 1. General: a. All mechanics and laborers 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 (29 CFR 3) issued by the Secretary of Labor under the Copeland Act (40 U.S.C. 276c)] the full amounts of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment. The payment shall be computed at wage rates not less than those contained in the wage determination of the ' Secretary of Labor (hereinafter "the wage determination") which is attached hereto and made a part hereof, regardless of any contractual relationship ' which may be alleged to exist between the contractor or its subcontractors and such laborers and mechanics. The wage determination (including any additional classifications and wage rates conformed under paragraph 2 of this Section IV and the DOL poster (WH-1321) or Form FHWA-1495) 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. For the purpose of this Section, contributions made or costs reasonably anticipated for bona fide fringe benefits under Section 1(b)(2) of the Davis-Bacon Act (40 U.S.C. 276a) on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the ' provisions of Section IV, paragraph 3b, hereof. Also, for the purpose of this Section, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs, which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in paragraphs 4 and 5 of this Section IV. b. 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 7 ' accurately set forth the time spent in each classification in which work is performed. ' All rulings and interpretations of the Davis-Bacon Act and related acts contained in 29 CFR 1, 3, and 5 are herein incorporated by reference in this contract. , Classification: a. The SHA contracting officer shall require that any class of laborers or mechanics ' employed under the contract, which is not listed in the wage determination, shall be classified in conformance with the wage determination. b. The contracting officer shall approve an additional classification, wage rate and fringe benefits only when the following criteria have been met: the work to be performed by the additional classification requested is not ' performed by a classification in the wage determination; 2. the additional classification is utilized in the area by the construction industry; 3. the proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination; and 4. with respect to helpers, when such a classification prevails in the area in ' which the work is performed. c. If the contractor or subcontractors, as appropriate, the laborers and mechanics (if known) to be employed in the additional classification 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 DOL, Administrator of the Wage and Hour Division, Employment Standards Administration, Washington, D.C. 20210. The Wage and Hour 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. ' d. In the event the contractor or subcontractors, as appropriate, the laborers or mechanics to be employed in the additional classification or their representatives, and the contracting officer do not agree on the proposed classification and wage ' rate (including the amount designated for fringe benefits, where appropriate), the contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the contracting officer, to the Wage and Hour ' Administrator for determination. Said 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. ' e. The wage rate (including fringe benefits where appropriate) determined pursuant to paragraph 2c or 2d of this Section IV shall be paid to all workers performing work in the additional classification from the first day on which work is performed in the classification . 3. Payment of Fringe Benefits: a. 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 or subcontractors, as appropriate, shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly case equivalent thereof. b. If the contractor or subcontractor, as appropriate, does not make payments to a trustee or other third person, he/she may consider as a part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, provided, that the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis-Bacon Act have been met. The Secretary of Labor may ' require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. ' 4 A rentices and Trainees (Pro rams of the U S DOL) and Hel ers: . pp g . . p a. Apprentices: 1. 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 DOL, Employment and Training Administration, Bureau of Apprenticeship and Training, or with a State apprenticeship agency recognized by the Bureau, or if a person is employed in his/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 Bureau of Apprenticeship and Training or a State apprenticeship agency (where appropriate) to be eligible for probationary employment as an apprentice. 2. The allowable ratio of apprentices to journeyman-level employees 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 ' employee 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 listed in 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 or subcontractor 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-level hourly rate) i 9 ' ' 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 journeyman-level 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 for the Wage and Hour Division determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. ' 4. In the event the Bureau of Apprenticeship and Training, or a State ' apprenticeship agency recognized by the Bureau, withdraws approval of an apprenticeship program, the contractor or subcontractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the comparable work performed by regular employees until an acceptable ' program is approved. b. Trainees: , 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 individually registered in a program which has received prior approval, evidenced by formal certification by the DOL, Employment and Training , Administration. The ratio of trainees to journeyman-level employees on the job site shall not be , greater than permitted under the plan approved by the Employment and Training Administration. 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. 3. Every trainee must be paid at not less than the rate specified in the approved program for his/her level of progress, expressed as a percentage of the journeyman- level 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-level wage rate on the wage determination which provides for less than full fringe benefits for apprentices, in which case such trainees shall receive the same fringe benefits as apprentices. >o ~ ' 4. In the event the Em to ment and Trainin Administration withdraws a royal of a p Y 9 PP ' training program, the contractor or subcontractor 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. Helpers: Helpers will be permitted to work on a project if the helper ' classification is specified and defined on the applicable wage determination or is approved pursuant to the conformance procedure set forth in Section IV.2. Any worker listed on a payroll at a helper wage rate, who is not a helper under a approved definition, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. e 5. Apprentices and Trainees (Programs of th 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. 6. Withholding: The SHA shall upon its own action or upon written request of an authorized representative of the DOL withhold, or cause to be withheld, from the contractor or subcontractor 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, as 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 SHA contracting officer 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. 7. Overtime Requirements: ' No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers, mechanics, watchmen, or guards (including apprentices, trainees, and helpers described in paragraphs 4 and 5 above) shall require or ' permit any laborer, mechanic, watchman, or guard in any workweek in which he/she is employed on such work, to work in excess of 40 hours in such workweek unless such laborer, mechanic, watchman, or guard receives compensation at a rate not less than one- ' and-one-half times his/her basic rate of pay for all hours worked in excess of 40 hours in such workweek. 11 Violation: Liability for Unpaid Wages; Liquidated Damages: In the event of any violation of the ' clause set forth in paragraph 7 above, the contractor and any subcontractor responsible thereof shall be liable to the affected employee for his/her 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, mechanic, watchman, or guard employed in violation of the clause set ' forth in paragraph 7, in the sum of $10 for each calendar day on which such employee was required or permitted to work in excess of the standard work week of 40 hours without payment of the overtime wages required by the clause set forth in paragraph 7. Withholding for Unpaid Wages and Liquidated Damages: ' The SHA shall upon its own action or upon written request of any authorized representative of the DOL withhold, or cause to be withheld, from any monies payable on account of work performed by the contractor or subcontractor under any such contractor 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 8 above. V. STATEMENTS AND PAYROLLS ' (Applicable to all Federal-aid construction contracts exceeding $2,000 and to all related ' subcontracts, except for projects located on roadways classified as local roads or rural collectors, which are exempt.) 1. Compliance with Copeland Regulations (29 CFR 3): ' The contractor shall comply with the Copeland Regulations of the Secretary , of Labor which are herein incorporated by reference. 2. Payrolls and Payroll Records: ' a. Payrolls and basic records relating thereto shall be maintained by the contractor and each subcontractor during the course of the work and preserved for a period of 3 years from the date of completion of the contract for all laborers, mechanics, ' apprentices, trainees, watchmen, helpers, and guards working at the site of the work. ' b. The payroll records shall contain the name, social security number, and address of each such employee; his or her correct classification; hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalent thereof 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. In addition, for Appalachian contracts, the payroll records shall contain a notation indicating whether the employee does, or does not, normally reside in the ' 12 ' 0 labor area as defined in Attachment A, paragraph 1. Whenever the Secretary of Labor, pursuant to Section IV, paragraph 3b, has found 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 and each subcontractor shall maintain records ' which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, that the plan or program has been communicated in writing to the laborers or mechanics affected, and show the cost ' anticipated or the actual cost incurred in providing benefits. Contractors or subcontractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprentices and trainees, and ratios ' and wage rates prescribed in the applicable programs. c. Each contractor and subcontractor shall furnish, each week in which any contract work is performed, to the SHA resident engineer a payroll of wages paid each of its ' employees (including apprentices, trainees, and helpers, described in Section IV, paragraphs 4 and 5, and watchmen and guards engaged on work during the preceding weekly payroll period). The payroll submitted shall set out accurately and completely all of the information required to be maintained under paragraph 2b of this Section V. This information may be submitted in any form desired. Optional Form WH-347 is available for this purpose and may be purchased from the ' Superintendent of Documents (Federal stock number 029-005-0014-1 ), U.S. Government Printing Office, Washington, D.C. 20402. The prime contractor is . ' responsible for the submission of copies of payrolls by all subcontractors. " " Statement of Compliance, d. Each payroll submitted shall be accompanied by a signed by the contractor orsubcontractor orhis/her agent who pays or supervises ' the payment of the persons employed under the contract and shall certify the following: ' 1. that the payroll for the payroll period contains the information required to be maintained under paragraph 2b of this Section V and that such information is correct and complete; 2. that such 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 irrthe Regulations, 29 ' CFR 3; 3. that each laborer or mechanic has been paid not less that the applicable wage rate and fringe benefits or cash equivalent for the classification of worked ' performed, as specified in the applicable wage determination incorporated into the contract. ' e. 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 2d of this Section V. 13 The falsification of any of the above certifications may subject the contractor to civil or criminal prosecution under 18 U.S.C. 1001 and 31 U.S.C. 231. ' The contractor or subcontractor shall make the records required under paragraph 2b of this Section V available for inspection, copying, or transcription by authorized representatives of the SHA, the FHWA, or the DOL, 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 SHA, the FHWA, the DOL, or all may, after written notice to the ' contractor, sponsor, applicant, or owner, take such actions 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. VI. RECORD OF MATERIALS, SUPPLIES, AND LABOR ' 1. On all Federal-aid contracts on the National Highway System, except those which provide solely for the installation of protective devices at railroad grade crossings, those which are constructed on a force account or direct labor basis, highway beautification contracts, and contracts for which the total final construction cost for roadway and bridge is less than $1,000,000 (23 CFR 635) the contractor shall: ' Become familiar with the list of specific materials and supplies contained in Form ' FHWA-47, "Statement of Materials and Labor Used by Contractor of Highway Construction Involving Federal Funds," prior to the commencement of work under this contract. Maintain a record of the total cost of all materials and supplies purchased for and ' incorporated in the work, and also of the quantities of those specific materials and supplies listed on Form FHWA-47, and iri the units shown on Form FHWA-47. ' VII c. furnish, upon the completion of the contract, to the SHA resident engineer on Form FHWA-47 together with the data required in paragraph 1b relative to materials and ' supplies, a final labor summary of all contract work indicating the total hours worked and the total amount earned. 2. At the prime contractor's option, either a single report covering all contract work or separate t reports for the contractor and for each subcontract shall be submitted. SUBLETTING OR ASSIGNING THE CONTRACT 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 State. 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). ' 14 , [: ' " a. Its own organization" shall be construed to include only workers employed t and paid directly 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, assignee, or agent of the prime contractor. t " " 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 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 VII 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 SHA contracting officer determines is ' necessary to assure the performance of the contract. t 4. No portion of the contract shall be sublet, assigned or otherwise disposed of except with the written consent of the SHA 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 SHA has assured ' that each subcontract is evidenced in writing and that it contains all pertinent provisions and requirements of the prime contract. VIII. SAFETY: ACCIDENT PREVENTION 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 SHA 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. 333). t 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. 333). IX. FALSE STATEMENTS CONCERNING HIGHWAY PROJECTS 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, the following notice 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: NOTICE TO ALL PERSONNEL ENGAGED ON FEDERAL-AID HIGHWAY PROJECTS 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 tl~e 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 not more that $10, 000 or imprisoned not more than 5 years or both. " 16 ' X. IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT (Applicable to all Federal-aid construction contracts and to all related subcontracts of $100,000 or ' more.) By submission of this bid or the execution of this contract, or subcontract, as appropriate, the bidder, ' Federal-aid construction contractor, or subcontractor, as appropriate, will be deemed to have stipulated as follows: ' 1. That any facility that is or will be utilized in the performance of this contract, unless such contract is exempt under the Clean Air Act, as amended (42 U.S.C. 1857 et s~q., as amended by Pub.L. 91-604), and under the Federal Water Pollution Control Act, as ' amended (33 U.S.C. 1251 et sey., as amended by Pub.L. 92-500), Executive Order 11738, and regulations in implementation thereof (40 CFR 15) is not listed, on the date of contract award, on the U.S. Environmental Protection Agency (EPA) List of Violating Facilities ' pursuant to 40 CFR 15.20. 2. That the firm agrees to comply and remain incompliance with all the requirements of Section ' 114 of the Clean Air Act and Section 308 of the Federal Water Pollution Control Act and all regulations and guidelines listed thereunder. 3. That the firm shall promptly notify the SHA of the receipt of any communication from the Director, Office of Federal Activities, EPA, indicating that a facility that is or will be utilized for the contract is under consideration to be listed on the EPA List of Violating Facilities. ' 4. That the firm agrees to include or cause to be included the requirements of paragraph 1 through 4 of this Section X in every nonexempt subcontract, and further agrees to take such action as the government may direct as a means of enforcing such requirements. ' XI. CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION 1. Instructions for Certification -Primary Covered Transactions: ' (Applicable to all Federal-aid contracts - 49 CFR 29) a. By signing and submitting this proposal, the prospective primary 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 ' 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 primary participant to furnish a certification or an explanation shall disqualify such a person from participation in this transaction. 17 The certification in this clause is a material representation of fact upon which reliance was placed when the department or agency determined to enter into this transaction. If it is later determined that the prospective primary participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause of default. d. The prospective primary participant shall provide immediate written notice to the department or agency to whom this proposal is submitted if any time the prospective primary 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," "lower tier covered transaction," "participant," "person," "primary covered transaction," "principal," "proposal," and "voluntarily excluded," as used in this clause, have the meanings set out in the Definitions and Coverage sections of rules implementing Executive Order 12549. You may contact the department or agency to which this proposal is submitted for assistance in obtaining a copy of those regulations. The prospective primary 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. The prospective primary 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 Transaction," provided by the department or agency entering into this covered transaction, without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. 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 may decide the method and frequency by which it determines the eligibility of its principals. Each participant may, but is not required to, check the nonprocurement portion of the "Lists of Parties Excluded From Federal Procurement or Nonprocurement Programs" (Nonprocurement List) which is compiled by the General Services Administration. 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. 18 ' 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. ' ***** rtifi C i R D e cat on egarding ebarment, Suspension, Ineligibility and Voluntary Exclusion- -Primary Covered Transactions ' 1. The prospective primary participant certifies to the best of its knowledge and belief, that it and its principals: ' a. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; b. Have not within a 3-year period preceding this proposal been convicted of or had a ' civil judgement rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal ' or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; ' c. 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 1 b of this certification; and d H . ave not within a 3-year period preceding this application/proposal had one or more public transactions (Federal, State or local) terminated for cause or default. ' 2 Wh . ere the prospective primary participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this ' proposal. ***** ' 2 Instructions for Certification -L we Tier C d T ti . o r overe ransac ons: (Applicable to all subcontracts, purchase orders and other lower tier transactions of $25,000 ' or more - 49 CFR 29) a. By signing and submitting this proposal, the prospective lower tier is providing the certification set out below. ' 19 b. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department, or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. c. The prospective lower tier participant shall provide immediate written notice to the person to which this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous by reason of changed circumstances. d. The terms "covered transaction," "debarred," "suspended," "ineligible," "primary covered transaction," "participant," "person," "principal," "proposal," and "voluntarily excluded," as used in this clause, have the meanings set out in the Definitions and Coverage sections of rules implementing Executive Order 12549. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations. The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated. f. The prospective lower tier participant further agrees by submitting this proposal that it will include this clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion-Lower Tier Covered Transaction," without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. 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 may decide the method and frequency by which it determines the eligibility of its principals. Each participant may, but is not required to, check the Nonprocurement List. 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. 20 n ' i. Except for transactions authorized under paragraph a 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 Covered Transactions: 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 participation in this transaction 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. ***** XII. CERTIFICATION REGARDING USE OF CONTRACT FUNDS FOR LOBBYING ' (Applicable to all Federal-aid construction contracts and to all related subcontracts which exceed $100,000 - 49 CFR 20) t 1. The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: ' a. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of ' Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, ' continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. ' b. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an ' employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its ' instructions. 21 ' 2. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31 U.S.C. 1352. Any person who fails to , file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. 3 ' . The prospective participant also agrees by submitting 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 recipients shall certify and disclose accordingly. ' 22 ' ATTACHMENT A -EMPLOYMENT PREFERENCE FOR APPALACHIAN CONTRACTS (Applicable to Appalachian contracts only.) ' 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: ~,I C C 1 a. To the extent that qualified persons regularly residing in the area are not available. For the reasonable needs of the contractor to employ supervisory or specially experienced personnel necessary to assure an efficient execution of the contract work. For the obligation of the contractor to offer employment to present or former employees as the result of a lawful collective bargaining contract, provided that the number of nonresident persons employed under this subparagraph 1c shall not exceed 20 percent of the total number of employees employed by the contractor on the contract work, except as provided in subparagraph 4 below. 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 he 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, he shall promptly notify the State Employment Service. 3. The contractor shall give full consideration to all qualified job applicants referred to him by the State Employment Service. The contractor is not required to grant employment to any job applicants who, in his opinion, are not qualified to perform the classification of work required. 4. if, within 1 week following the placing of a job order by the contractor with the State Employment Service, the State Employment Service is unable to refer any qualified job applicants to the contractor, or less than the number requested, the State Employment Service will forward a certificate to the contractor indicating the unavailability of applicants. Such certificate shall be made a part of the contractor's permanent project records. Upon receipt of this certificate, the contractor may employ persons who do not normally reside in the labor area to fill positions covered by the certificate, notwithstanding the provisions of subparagraph 1c above. 5. 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. 23 REQUIRED CONTRACT PROVISIONS FEDERAL-AID CONSTRUCTION CONTRACTS ' (Exclusive of Appalachian Contracts) Under Section II, Paragraph 8b is revised as follows: ' The reference to 49 CFR 23 is revised to read 49 CFR 26. Under Section II, Paragraph 8b is supplemented with the following: ' The contractor, sub-recipient or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out , applicable requirements of 49 CFR Part 26 in the award and administration of USDOT- 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 recipient deems appropriate. ' Under Section II, in accordance with standard specification 1-08.1(1) and applicable RCWs a new paragraph 8d is added as follows: ' The contractor or subcontractor agrees to pay each subcontractor under this prime contract for satisfactory performance of its contract and/or agreement no later than ten (10) days from the receipt of each payment the prime contractor receives from WSDOT or its sub-recipients. , The prime contractor agrees further to return retainage payments to each subcontractor within ten (10) days after the subcontractor's work is satisfactorily completed. Any delay or postponement of payment from the above referenced time frame may occur only for good ' cause following written approval of the WSDOT. This clause covers both DBE and non-DBE contractors. Under Section IV, the applicability statement is revised to read: "(Applicable to all ARRA ' funded construction contracts and related subcontracts regardless of location, including projects on local roads or rural minor collectors, and Transportation Enhancement projects outside the highway right-of-way.)" ' Under Section IV, Paragraph 2b(4) is deleted. Under Section IV, Paragraph 4, "and helpers" is deleted from the title. ' Under Section IV, Paragraph 4a(1), add: , The provisions in this section allowing apprentices to work at less than the predetermined rate when they are registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, or with the Bureau of Apprenticeship and Training, does not preclude a requirement for the Contractor to pay ' apprentices the full applicable predetermined rate in the event a State Apprenticeship Agency, recognized by the Bureau, has not approved, or withdraws approval, of an apprenticeship program. ' Under Section IV, Paragraph 4c is deleted. Under Section IV, Paragraph 6 is revised by deleting "helpers" and "helper". , Under Section IV, Paragraph 7 is revised by deleting "helpers". ' Under Section V, the applicability statement is revised to read: "(Applicable to all ARRA funded construction contracts and related subcontracts regardless of location, including projects on local roads or rural minor collectors, and Transportation Enhancement projects ' outside the highway right-of-way.)" Under Section V, Paragraph 2a is revised by deleting "helpers". Under Section V, Paragraph 2b, the first sentence is revised to read: `The payroll records shall contain the name and an individually identifying number (e.g., the last four digits of the employees social security number) for each such employee; his or her correct classification; hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalent thereof 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. Payrolls shall not include the full social security number and home address of ' covered workers. Contractors and subcontractors shall maintain the full social security number and home address of each covered worker and shall provide them to the SHA upon request." Under Section V, Paragraph 2d(2) is revised by deleting "helper". Section VI, Records Of Material, Supplies, And Labor, is deleted. Amendment to Form FHWA 1273 ' Revised March 23, 2009 ii 0 [l ' PART IV 1 ATTACHMENTS .1 1 1 1 _. r r t PW 407_04 Part04.doc (Revised March 2008] [~ Attachment A 1 Washington State Prevailing Wage Rates for Clallam County n 1 1 U J L__J PW 407_04 Part04.doc [Revised March 2008] 1 1 1 1 1 1 1 1 1 State of Washington DEPARTMENT OF LABOR AND INDUSTRIES Prevailing Wage Section -Telephone (360) 902-5335 PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage Rates For Public Works Contracts The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, workers' wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements is provided on the Benefit Code Key. CLALLAM COUNTY EFFECTIVE 03/04/2009 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL $38.12 1 H 5D BOILERMAKERS JOURNEY LEVEL $53.37 1C 5N BRICK AND MARBLE MASONS JOURNEY LEVEL $45.05 1M 5A CABINET MAKERS (IN SHOP) JOURNEY LEVEL $14.67 1 CARPENTERS ACOUSTICAL WORKER $46.32 1M 5D BRIDGE, DOCK AND WARF CARPENTERS $46.16 1M 5D CARPENTER $46.16 1M 5D CREOSOTED MATERIAL $46.26 1M 5D DRYWALL APPLICATOR $46.42 1 M 5D FLOOR FINISHER $46.16 1M 5D FLOOR LAYER $46.16 1 M 5D FLOOR SANDER $46.16 1M 5D MILLWRIGHT AND MACHINE ERECTORS $47.16 1 M 5D PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND WELDING $46.36 1M 5D SAWFILER $46.16 1M 5D SHINGLER $46.16 1M 5D STATIONARY POWER SAW OPERATOR $46.16 1 M 5D STATIONARY WOODWORKING TOOLS $46.16 1M 5D CEMENT MASONS JOURNEY LEVEL $38.12 1 H 5D DIVERS & TENDERS DIVER $96.81 1 M 5D DIVER ON STANDBY $54.19 1 M 5D DIVER TENDER $49.84 1 M 5D DREDGE WORKERS ASSISTANT ENGINEER $47.09 1T 5D ASSISTANT MATE (DECKHAND) $46.58 1T 5D BOATMEN $47.09 1T 5D ENGINEER WELDER $47.14 1T 5D LEVERMAN, HYDRAULIC $48.71 1T 5D MAINTENANCE $46.58 1T 5D MATES $47.09 1T 5D OILER $46.71 1 T 5D DRYWALL TAPERS JOURNEY LEVEL $46.34 1E 5P ELECTRICAL FIXTURE MAINTENANCE WORKERS JOURNEY LEVEL $9.37 1 Page 1 SA 8L 8L SL 8L SL 8L 8L 8L CLALLAM COUNTY EFFECTIVE 03/04/2009 ' (See Benefit Code Key) ' P REVAILING Over Time Holiday Note Classification WAGE Code Code Code ELECTRICIANS -INSIDE ' CABLE SPLICER $58.34 1E 5A CABLE SPLICER (TUNNEL) $62.86 1 E 5A CERTIFIED WELDER $56.29 1E 5A CERTIFIED WELDER (TUNNEL) $60.60 1E 5A ' CONSTRUCTION STOCK PERSON $28.83 1 E 5A JOURNEY LEVEL $54.25 1E 5A ' JOURNEY LEVEL (TUNNEL) ELECTRICIANS -MOTOR SHOP $58.34 1E 5A CRAFTSMAN $15.37 2A 6C JOURNEY LEVEL $14.69 2A 6C ELECTRICIANS - POWERLINE CONSTRUCTION ' CABLE SPLICER $58.36 4A 5A CERTIFIED LINE WELDER $53.30 4A 5A ' GROUNDPERSON HEAD GROUNDPERSON $38.14 $40.25 4A 4A 5A 5A HEAVY LINE EQUIPMENT OPERATOR $53.30 4A 5A JACKHAMMER OPERATOR $40.25 4A 5A JOURNEY LEVEL LINEPERSON $53.30 4A 5A t LINE EQUIPMENT OPERATOR $45.14 4A 5A POLE SPRAYER $53.30 4A 5A ' POWDERPERSON ELECTRONIC TECHNICIANS $40.25 4A 5A ELECTRONIC TECHNICIANS JOURNEY LEVEL $12.07 1 ELEVATOR CONSTRUCTORS ' MECHANIC $64.81 4A 60 MECHANIC IN CHARGE $70.60 4A 60 FABRICATED PRECAST CONCRETE PRODUCTS t ALL CLASSIFICATIONS FENCE ERECTORS $13.50 1 FENCE ERECTOR $13.80 1 FENCE LABORER $11.60 1 FLAGGERS ' JOURNEY LEVEL $32.47 1H 5D GLAZIERS ' JOURNEY LEVEL HEAT & FROST INSULATORS AND ASBESTOS WORKERS $45.25 1Y 5G MECHANIC $48.28 1 S 5J HEATING EQUIPMENT MECHANICS ' MECHANIC $16.00 1 HOD CARRIERS & MASON TENDERS JOURNEY LEVEL $39.31 1H 5D INDUSTRIAL ENGINE AND MACHINE MECHANICS ' MECHANIC $15.65 1 INDUSTRIAL POWER VACUUM CLEANER JOURNEY LEVEL $9.24 1 INLAND BOATMEN CAPTAIN $59.22 1 COOK $34.81 1 DECKHAND ENGINEER/DECKHAND $34.52 $58.62 1 1 MATE, LAUNCH OPERATOR $50.20 1 Page 2 ' CLALLAM COUNTY EFFECTIVE 03/04/2009 (See Benefit Code Key) Over ' PREVAILING Time Holiday Note Classification WAGE Code Code Code INSPECTION/CLEANING/SEALING OF SEWER & WATER SYSTEMS BY REMOTE CONTROL ' CLEANER OPERATOR,FOAMER OPERATOR $g,73 1 GROUT TRUCK OPERATOR $11.48 1 HEAD OPERATOR TECHNICIAN $12.78 $8.55 1 1 TV TRUCK OPERATOR $10.53 1 INSULATION APPLICATORS JOURNEY LEVEL $20.50 1 ' IRONWORKERS JOURNEY LEVEL $51.01 10 5A ' LABORERS ASPHALT RAKER $39.31 1H 5D BALLAST REGULATOR MACHINE $38.12 1H 5D BATCH WEIGHMAN $32.47 iH 5D ' BRUSH CUTTER $38.12 1H 5D BRUSH HOG FEEDER $38.12 1H 5D BURNERS $38.12 1H 5D t CARPENTER TENDER CASSION WORKER $38.12 $39.31 1H 1H 5D 5D CEMENT DUMPER/PAVING $38.83 1 H 5D CEMENT FINISHER TENDER $38.12 1H 5D ' CHAIJGE-HOUSE MAN OR DRY SHACKMAN $38.12 1H 5D CHIPPING GUN (OVER 30 LBS) $3g.g3 1H 5D CHIPPING GUN (UNDER 30 LBS) $38.12 1H 5D ' CHOKER SETTER CHUCK TENDER $38.12 $38.12 1H 1 H 5D 5D CLEAN-UP LABORER $38.12 1H 5D CONCRETE DUMPER/CHUTE OPERATOR $38.83 1H 5D ' CONCRETE FORM STRIPPER $38.12 1H 5D CONCRETE SAW OPERATOR $38.83 1H 5D CRUSHER FEEDER $32.47 1 H 5D CURING LABORER $38.12 1H 5D ' DEMOLITION, WRECKING & MOVING (INCLUDING CHARRED MATERIALS) $38.12 1H 5D DITCH DIGGER $38.12 1 H 5D DIVER $39.31 1H 5D ' DRILL OPERATOR (HYDRAULIC, DIAMOND) $38.83 1H 5D DRILL OPERATOR, AIRTRAC $39.31 1 H 5D DUMPMAN $38.12 1H 5D EPOXY TECHNICIAN $38.12 1H 5D EROSION CONTROL WORKER $38.12 1H 5D FALLER/BUCKER, CHAIN SAW $38.83 1H 5D FINAL DETAIL CLEANUP (i.e., dusting, vacuuming, v~indow cleaning; NOT $29.65 1H 5D construction debris cleanup) ' FINE GRADERS $38.12 1H 5D FIRE WATCH $32.47 1H 5D FORM SETTER GABION BASKET BUILDER $38.12 $38.12 1H 1H 5D 5D GENERAL LABORER $38.12 1H 5D GRADE CHECKER & TRANSIT PERSON $39.31 1 H 5D GRINDERS $38.12 1H 5D GROUT MACHINE TENDER $38.12 1H 5D Page 3 CLALLAM COUNTY ' EFFECTfVE 03/04/2009 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code GUARDRAIL ERECTOR $38.12 1 H 5D ' HAZARDOUS WASTE WORKER LEVEL A $39.31 1 H 5D HAZARDOUS WASTE WORKER LEVEL B $38.83 1 H 5D HAZARDOUS WASTE WORKER LEVEL C $38.12 1 H 5D HIGH SCALER $39.31 1H 5D ' HOD CARRIER/MORTARMAN $39.31 1 H 5D JACKHAMMER $38.83 1 H 5D LASER BEAM OPERATOR $38.83 1 H 5D MANHOLE BUILDER-MUDMAN $38.83 1H 5D MATERIAL YARDMAN $38.12 1H 5D MINER $39.31 1H 5D NOZZLEMAN, CONCRETE PUMP, GREEN CUTTER WHEN USING HIGH $38.83 1H 5D PRESSURE AIR & WATER ON CONCRETE & ROCK, SANDBLAST, GUNITE, SHOTCRETE, WATER BLASTER PAVEMENT BREAKER $38.83 1 H 5D PILOT CAR $32.47 1 H 5D ' PIPE POT TENDER $38.83 1H 5D PIPE RELINER (NOT INSERT TYPE) $38.83 1 H 5D PIPELAYER & CAULKER $38.83 1H 5D PIPELAYER & CAULKER (LEAD) $39.31 1 H 5D PIPEWRAPPER $38.83 1H 5D POT TENDER $38.12 1H 5D POWDERMAN $39.31 1H 5D POWDERMAN HELPER $38.12 1H 5D POWERJACKS $38.83 1 H 5D ' RAILROAD SPIKE PULLER (POWER) RE-TIMBERMAN $38.83 $39.31 1H 1 H 5D 5D RIPRAP MAN $38.12 1H 5D RODDER $38.83 1H 5D SCAFFOLD ERECTOR $38.12 1 H 5D SCALE PERSON $38.12 1 H 5D SIGNALMAN $38.12 1H 5D ' SLOPER (OVER 20") SLOPER SPRAYMAN $38.83 $38.12 1 H 1H 5D 5D SPREADER (GLARY POWER OR SIMILAR TYPES) $38.83 1 H 5D SPREADER (CONCRETE) $38.83 1H 5D STAKE HOPPER $38.12 1H 5D ' STOCKPILER $38.12 1H 5D TAMPER & SIMILAR ELECTRIC, AIR & GAS $38.83 1 H 5D TAMPER (MULTIPLE & SELF PROPELLED) TOOLROOM MAN (AT JOB SITE) $38.83 $38.12 1 H 1H 5D 5D TOPPER-TAILER $38.12 1H 5D TRACK LABORER $38.12 1 H 5D ' TRACK LINER (POWER) $38.83 1H 5D TRUCK SPOTTER $38.12 1 H 5D TUGGER OPERATOR $38.83 1 H 5D VIBRATING SCREED (AIR, GAS, OR ELECTRIC) $38.12 1H 5D ' VIBRATOR $38.83 1 H 5D VINYLSEAMER $38.12 1H 5D WELDER $38.12 1 H 5D WELL-POINT LABORER $38.83 1H 5D Page 4 CLALLAM COUNTY EFFECTIVE 03/04/2009 ' (See Benefit Cod e Key) P REVAILING Over Time Holiday Note Classification WAGE Code Code Code LABORERS -UNDERGROUND SEWER & WATER ' GENERAL LABORER $38.12 1H 5D PIPE LAYER $38.83 1H 5D LANDSCAPE CONSTRUCTION IRRIGATION OR LAWN SPRINKLER INSTALLERS $12.89 1 ' LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $12.89 1 LANDSCAPING OR PLANTING LABORERS $12.89 1 LATHERS JOURNEY LEVEL $46.42 1M 5D METAL FABRICATION (IN SHOP) FITTER/WELDER $15.16 1 LABORER $11.13 1 ' MACHINE OPERATOR $10.66 1 PAINTER $11.41 1 PAINTERS JOURNEY LEVEL $34.87 26 6Z PLASTERERS JOURNEY LEVEL $25.83 1 PLAYGROUND & PARK EQUIPMENT INSTALLERS ' JOURNEY LEVEL $8.55 1 PLUMBERS & PIPEFITTERS ' JOURNEY LEVEL. POWER EQUIPMENT OPERATORS $62.19 1G 5A ASSISTANT ENGINEERS $44.64 1T 5D 8P BACKHOE, EXCAVATOR SHOVEL, OVER 50 METRIC TONS TO 90 METRIC $48.46 1T 5D 8P TONS BACKHOE, EXCAVATOR SHOVEL, OVER 90 METRIC TONS $49.03 1T 5D 8P BACKHOE, EXCAVATOR, SHOVEL, OVER 30 METRIC TONS TO 50 $47.91 1T 5D 8P METRIC TONS BACKHOE, EXCAVATOR, SHOVEL, TRACTORS UNDER 15 METRIC TONS $47.00 1T 5D 8P ' BACKHOE, EXCAVATOR, SHOVEL, TRACTORS: 15 TO 30 METRIC TONS $47,42 1T 5D 8P BARRIER MACHINE (ZIPPER) $47.42 1T 5D 8P ' BATCH PLANT OPERATOR, CONCRETE BELT LOADERS (ELEVATING TYPE) $47.42 $47.00 1T 1T 5D 5D 8P 8P BOBCAT (SKID STEER) $44.64 1T 5D 8P BROKK-REMOTE DEMOLITION EQUIPMENT $44.64 1T 5D 8P BROOMS $44.64 1T 5D 8P BUMP CUTTER $47.42 1T 5D 8P CABLEWAYS $47.91 1T 5D 8P CHIPPER COMPRESSORS $47.42 $44.64 1T 1T 5D 5D 8P 8P CONCRETE FINISH MACHINE -LASER SCREED $44.64 1T 5D 8P CONCRETE PUMPS $47.00 1T 5D 8P CONCRETE PUMP-TRUCK MOUNT WITH BOOM ATTACHMENT $47.42 1T 5D 8P ' CONVEYORS $47.00 1T 5D 8P CRANE, FRICTION 100 TONS THROUGH 199 TONS $49.03 1T 5D 8P ' CRANE, FRICTION OVER 200 TONS CRANES, THRU 19 TONS, WITH ATTACHMENTS $49.59 $47.00 1T 1T 5D 5D 8P 8P CRANES, 20 - 44 TONS, WITH ATTACHMENTS $47.42 1T 5D SP CRANES, 45 TONS - 99 TONS, UNDER 150 FT OF BOOM (INCLUDING JIB $47.91 1T 5D 8P WITH ATACHMENTS) ' CRANES, 100 TONS - 199 TONS, OR 150 FT OF BOOM (INCLUDING JIB $48.46 1T 5D 8P WITH ATTACHMENTS) Page 5 CLALLAM COUNTY ' EFFECTIVE 03/04/2009 (See Benefit Code Key) Over ' PREVAILING Time Holiday Note Classification WAGE Code Code Code CRANES, 200 TONS TO 300 TONS, OR 250 FT OF BOOM (INCLUDING JIB $49.03 1T 5D 8P WITH ATTACHMENTS) ' CRANES, A-FRAME, 10 TON AND UNDER $44.64 1T 5D SP CRANES, A-FRAME, OVER 10 TON $47.00 1T 5D 8P CRANES, OVER 300 TONS, OR 300' OF BOOM INCLUDING JIB WITH $49.59 1T 5D SP ' ATTACHMENTS CRANES, OVERHEAD, BRIDGE TYPE (20 - 44 TONS) $47.42 1T 5D 8P CRANES, OVERHEAD, BRIDGE TYPE { 45 - 99 TONS) $47.91 1T 5D 8P CRANES, OVERHEAD, BRIDGE TYPE (100 TONS & OVER) $48.46 1T 5D 8P CRANES, TOWER CRANE UP TO 175' IN HEIGHT, BASE TO BOOM $48.46 1.T 5D 8P CRANES, TOWER CRANE OVER 175' IN HEIGHT, BASE TO BOOM $49.03 1T 5D 8P CRUSHERS $47.42 1T 5D 8P ' DECK ENGINEER/DECK WINCHES (POWER) $47.42 1T 5D 8P DERRICK, BUILDING $47.91 1T 5D 8P DOZERS, D-9 & UNDER $47.00 1T 5D 8P DRILL OILERS -AUGER TYPE, TRUCK OR CRANE MOUNT $47.00 1T 5D 8P ' DRILLING MACHINE $47.42 1T SD 8P ELEVATOR AND MANLIFT, PERMANENT AND SHAFT-TYPE $44.64 1T 5D 8P EQUIPMENT SERVICE ENGINEER (OILER). $47.00 1T 5D 8P ' FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP $47.42 1T 5D 8P FORK LIFTS, (3000 LBS AND OVER) $47.00 1T 5D 8P FORK LIFTS, (UNDER 3000 LBSj $44.64 1T 5D 8P GRADECHECKER AND STP.KEMAN $44.64 1T 5D 8P ' GUARDRAIL PUNCH $47.42 1T 5D 8P HOISTS, OUTSIDE (ELEVATORS AND MANLIFTS), AIR TUGGERS $47.00 1T 5D 8P HORIZONTAL/DIRECTIONAL DRILL LOCATOR $47.00 1T 5D 8P ' HORIZONTAL/DIRECTIONAL DRILL OPERATOR $47.42 1T 5D 8P HYDRALIFTS/BOOA4 TRUCKS (10 TOPI $ UNDER) $44.64 1T 5D 8P HYDRALIFTS(BOOM TRUCKS (OVER 10 TON) $47.00 1T 5D 8P LOADERS, OVERHEAD (6 YD UP TO 8 YD) $47,g1 1T 5D 8P LOADERS, OVERHEAD (8 YD & OVER) $48.46 1T 5D 8P LOADERS, OVERHEAD (UNDER 6 YD), PLANT FEED $47.42 1T 5D 8P LOCOMOTIVES, ALL $47.42 1T 5D 8P ' MECHANICS, ALL $48.46 1T 5D 8P MIXERS, ASPHALT PLANT $47,Q2 1T SD 8P MOTOR PATROL GRADER (FINISHING) $47.91 1T 5D 8P MOTOR PATROL GRADER (NON-FINISHING) $47.00 1T 5D 8P ' MUCKING MACHINE, MOLE, TUNNEL DRILL AND/OR SHIELD $47,g1 1T 5D SP OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND MULCH SEEDING $44.64 1T 5D 8P OPERATOR ' PAVEMENT BREAKER $44.64 1T 5D 8P PILEDRIVER (OTHER THAN CRANE MOUNT) $47.42 1T 5D 8P PLANT OILER (ASPHALT, CRUSHER) $47.00 1T 5D SP POSTHOLE DIGGER, MECHANICAL POWER PLANT $44.64 $44.64 1T 1T 5D 5D 8P 8P PUMPS, WATER $44.64 1T 5D SP QUAD 9, D-10, AND HD-41 $47.91 1T 5D 8P ' QUICK TOWER-NO CAB, UNDER 100 FEET IN HEIGHT BASED TO BOOM $44.64 1T SD 8P REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $47.91 1T 5D 8P EQUIP RIGGER AND BELLMAN $44.64 1T 5D 8P ' ROLLAGON $47.g1 1T 5D 8P ROLLER, OTHER THAN PLANT ROAD MIX $44.64 1T 5D 8P Page 6 ' C LALLAM COUNTY EFFECTIVE 03/04/2009 (See Benefit Code Key) Over ' P REVAILING Time Holiday Note Classification WAGE Code Code Code ROLLERS, PLANTMIX OR MULTILIFT MATERIALS $47.00 1T 5D SP ' ROTO-MILL, ROTO-GRINDER $47.42 1T 5D 8P SAWS, CONCRETE $47.00 1T 5D 8P SCRAPERS -SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING $47.91 1T 5D SP OFF-ROAD EQUIPMENT (45 YD AND OVER) ' SCRAPERS, CONCRETE AND CARRY ALL $47.00 1 T 5D 8P SCREED MAN $47.42 1T 5D 8P SHOTCRETE GUNITE $44:64 1T 5D 8P SLIPFORM PAVERS $47.91 1T 5D 8P SPREADER, TOPSIDER & SCREEDMAN $47.91 1T 5D 8P SUBGRADE TRIMMER $47,42 1T 5D 8P TOWER BUCKET ELEVATORS $47 00 1T 5D 8P TRACTORS, (75 HP & UNDER) . $47.00 1T 5D 8P TRACTORS, (OVER 75 HP) $47.42 1T 5D 8P TRANSFER MATERIAL SERVICE MACHINE $47.42 1T 5D 8P TRANSPORTERS, ALL TRACK OR TRUCK TYPE $47,91 1T 5D 8P 1 TRENCHING MACHINES $47.00 1T 5D 8P TRUCK CRANE OILER/DRIVER (UNDER 100 TON) $47.00 1T 5D 8P TRUCK CRANE OILER/DRIVER (100 TON & OVER) $47 42 1T 5D 8P ' TRUCK MOUNT PORTABLE CONVEYER . $47,42 1T 5D SP WHEEL TRACTORS, FARM.4LL TYPE $44.64 1T 5D 8P YO YO PAY DOZER $47.42 1T 5D 8P POWER EQUIPMENT'OPERATORS- UNDERGROUND SEWER & WATER ' (SEE POWER EQUIPMENT OPERATORS) POWER LINE CLEARANCE TREE TRIMMERS ' JOURNEY LEVEL IN CHARGE SPRAY PERSON $39.29 $37.21 4A 4A 5A 5A TREE EQUIPMENT OPERATOR $37.81 4A 5A TREE TRIMMER $35.18 4A _ 5A TREE TRIMMER GROUNDPERSON $26.55 4A 5A ' REFRIGERATION & AIR CONDITIONING MECHANICS MECHANIC $27.68 1 t RESIDENTIAL BRICK & MARBLE MASONS JOURNEY LEVEL $45.05 1 M 5A RESIDENTIAL CARPENTERS JOURNEY LEVEL $17.85 1 RESIDENTIAL CEMENT MASONS JOURNEY LEVEL $25.63 1 RESIDENTIAL DRYWALL TAPERS ' JOURNEY LEVEL RESIDENTIAL ELECTRICIANS $18.00 1 JOURNEY LEVEL $27 78 1 RESIDENTIAL GLAZIERS JOURNEY LEVEL $21.36 1 RESIDENTIAL INSULATION APPLICATORS JOURNEY LEVEL $g,86 1 ' RESIDENTIAL LABORERS JOURNEY LEVEL $18.08 1 RESIDENTIAL PAINTERS JOURNEY LEVEL $15.97 1 RESIDENTIAL PLUMBERS & PIPEFITTERS ' JOURNEY LEVEL $14.60 1 Page 7 t ' CLALLAM COUNTY EFFECTIVE 03/04/2009 ' (See Benefit Code Key) Over P REVAILING Time Holiday Note Classification WAGE Code Code Code RESIDENTIAL REFRIGERATION & AIR CONDITIONING MECHANICS JOURNEY LEVEL $60.56 1G 5A RESIDENTIAL SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) $34.14 11 6L ' RESIDENTIAL SOFT FLOOR LAYERS JOURNEY LEVEL $10.88 1 RESIDENTIAL SPRINKLER FITTERS (FIRE PROTECTION) JOURNEY LEVEL $19.67 1 ROOFERS JOURNEY LEVEL $38.28 1R 5A USING IRRITABLE BITUMINOUS MATERIALS $41.28 1R 5A SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) $55.27 1 E 6L SHIPBUILDING & SHIP REPAIR BOILERMAKER $32.56 1H 6W HEAT & FROST INSULATOR $4$,2$ 1S 5J LABORER $12.16 1 MACHINIST $17.16 1 SHIPFITTER WELDER/BURNER $14.66 $14.66 1 1 SIGN MAKERS & INSTALLERS {ELECTRICAL) JOURNEY LEVEL $19 29 1 ' SIGN MAKERS & INSTALLERS (NON-ELECTRICAL) JOURNEY LEVEL $12.15 1 SOFT FLOOR LAYERS JOURNEY LEVEL $38.18 1B 5A SOLAR CONTROLS FOR WINDOWS JOURNEY LEVEL $10.31 1B 50 SPRINKLER FITTERS (FIRE PROTECTION) ' JOURNEY LEVEL $19.67 1 STAGE RIGGING MECHANICS (NON STRUCTURAL) JOURNEY LEVEL $13.23 1 SURVEYORS ' CHAIN PERSON $9.35 1 INSTRUMENT PERSON $11.40 1 PARTY CHIEF $13.40 1 TELECOMMUNICATION TECHNICIANS TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $32.34 1 E 5A TELEPHONE LINE CONSTRUCTION -OUTSIDE CABLE SPLICER $31.46 26 5A HOLE DIGGER/GROUND PERSON $17.58 2B 5A INSTALLER (REPAIRER) $30.17 28 5A JOURNEY LEVEL TELEPHONE LINEPERSON $29.26 26 5A ' SPECIAL APPARATUS INSTALLER I $31.46 2B 5A SPECIAL APPARATUS INSTALLER II $30.82 2B 5A TELEPHONE EQUIPMENT OPERATOR (HEAVY) $31.46 26 5A TELEPHONE EQUIPMENT OPERATOR (LIGHT) $2g,26 2B 5A ' TELEVISION GROUND PERSON $16.67 2B 5A TELEVISION LINEPERSON/INSTALLER $22.19 2B 5A TELEVISION SYSTEM TECHNICIAN $26 42 2B 5A ' TELEVISION TECHNICIAN . $23.76 26 5A TREE TRIMMER $29.26 26 5A Page 8 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 CLALLAM COUNTY EFFECTIVE 03/04/2009 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code TERRAZZO WORKERS & TILE SETTERS JOURNEY LEVEL $43.61 1M 5A TILE, MARBLE & TERRAZZO FINISHERS FINISHER $37.44 1B 5A TRAFFIC CONTROL STRIPERS JOURNEY LEVEL $37.90 1K 5A TRUCK DRIVERS ASPHALT MIX (TO 16 YARDS) $43.45 1T 5D 8L ASPHALT MIX (OVER 16 YARDS) $44.25 1T 5D 8L DUMP TRUCK $20.23 1 DUMP TRUCK & TRAILER $20.23 1 OTHER TRUCKS $44.25 1T 5D 8L TRANSIT MIXER $23.73 1 WELL DRILLERS & IRRIGATION PUMP INSTALLERS IRRIGATION PUMP INSTALLER $11.60 1 OILER $9.45 1 WELL DRILLER $11.60 1 Page 9 Washington State Department of Labor and Industries Policy Statement ' (Regarding the Production of "Standard" or "Non-standard" Items) Below is the department's (State L&I's) list of criteria to be used in determining whether a ' prefabricated item is "standard" or "non-standard". For items not appearing on WSDOT's predetermined list, these criteria shall be used by the Contractor (and the Contractor's subcontractors, agents to subcontractors, suppliers, manufacturers, and fabricators) to determine coverage under RCW 39.12. The production, in the State of Washington, of non-standard items is covered by RCW 39.12, and the production of standard items is not. The production of any item outside the State of Washington is not covered by RCW 39.12. 1. Is the item fabricated for a public works project? If not, it is not subject to RCW 39.12. If it is, go to question 2. 2. Is the item fabricated on the public works jobsite? If it is, the work is covered under RCW 39.12. If not, go to question 3. 3. Is the item fabricated in an assembly/fabrication plant set up for, and dedicated primarily to, the public works project? If it is, the work is covered by RCW 39.12. If not, go to question 4. 4. Does the item require any assembly, cutting, modification or other fabrication by the ' supplier? If not, the work is not covered by RCW 39.12. If yes, go to question 5. 5. Is the prefabricated item intended for the public works project typically an inventory ' item which could reasonably be sold on the general market? If not, the work is covered by RCW 39.12. If yes, go to question 6. 6. Does the specific prefabricated item, generally defined as standard, have any ' unusual characteristics such as shape, type of material, strength requirements, finish, etc? If yes, the work is covered under RCW 39.12. Any firm with questions regarding the policy, WSDOT's Predetermined List, or for ' determinations of covered and non-covered workers shah be directed to State L&I at (360) 902-5330. ' Supplemental to Wage Rates 0 ' 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 C 1. Metal rectangular frames, solid metal covers, herringbone grates, and bi-directional vaned grates for Catch Basin Types 1, 1 L, 1 P, and 2 and Concrete Inlets. See Std. Plans X i 2. Metal circular frames (rings) and covers, circular grates, and prefabricated ladders for Manhole Types 1, 2, and 3, Drywell Types 1, 2, and 3 and Catch Basin Type 2. X 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 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 X diameter. May also be treated, #5. ' Supplemental to Wage Rates r WSDOT's Predetermined List for Suppliers -Manufactures -Fabricator ITEM DESCRIPTION YES NO 8. Anchor Bolts & Nuts -Anchor Bo-ts 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. 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 ~ in accordance with Section 9-28.14(3). ~ 10. Major Structural Steel Fabrication -Fabrication of major steel items such as trusses, beams, girders, etc., for bridges. X 11. Minor Structural Steel Fabrication -Fabrication of minor steel Hems 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 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 74. 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 See Std. Plans. 16. Precast Catch Basin -Catch Basin type 1, 1 L, 1 P, and 2 With adjustment sections. See Std. Plans. X ' Supplemental to Wage Rates 3 i WSDOT's Predetermined List for Suppliers -Manufactures -Fabricator ITEM DESCRIPTION YES NO 17. Precast Concrete Inlet -with adjustment sections, See Std. Plans X 18. Precast Drop Inlet Type 1 and 2 with metal grate supports. See Std. Plans. X 19. Precast Grate Inlet Type 2 with extension and top units. See Std. Plans X 20. Metal frames, vaned grates, and hoods for Combination Inlets. See Std. Plans X 21. Precast Concrete Utility Vaults -Precast Concrete utility vaults of various sizes. Used for in ground storage of utility facilities and controls. See Contract Plans for size and construction requirements. Shop drawings are to be provided for approval X prior to casting 22. Vault Risers -For use with Valve Vaults and Utilities Vaults. X 23. Valve Vault -For use with underground utilities. X See Contract Plansfor 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 Supplemental to Wage Rates 4 WSDOT's Predetermined List for Suppliers -Manufactures -Fabricator 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 for approval prior to casting girders. X See Std. Spec. Section 6-02.3(25)A 31. Prestressed Precast Hollow-Core Slab -Precast Prestressed Hollow-core slab for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to X be provided for approval prior to casting girders. 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 for approval prior to casting girders. X See Std. Spec. Section 6-02.3(25)A 33. Monument Case and Cover See Std. Plan. X Supplemental to Wage Rates 5 1 1 WSDOT's Predetermined List for Suppliers -Manufactures -Fabricator ITEM DESCRIPTION YES NO 34. Cantilever Sign Structure -Cantilever Sign Structure fabricated from steel tubing meeting AASHTO-M-183. See Std. Plans, and Contract Plans for details. The steel structure X shall be galvanized after fabrication in accordance with AASHTO-M-111. 35. Mono-tube Sign Structures -Mono-tube Sign Bridge ~ fabricated to details shown in the Plans. Shop drawings for X approval are required prior to fabrication. 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 39. Light Standards -Lighting Standards for use on highway illumination systems, poles to be fabricated to conform with methods and materials as specified on Std. Plans. See Specia X Provisions for pre-approved drawings. 40. Traffic Signal Standards -Traffic Signal Standards for use on highway and/or street signal systems. Standards to be fabricated X to conform with methods and material as specified on Std. Plans. See S ecial Provisions for re-a roved drawin s 41. Precast Concrete Sloped Mountable Curb (Single and DualFaced) X See Std. Plans. Supplemental to Wage Rates 6 0 0 J 1 WSDOT's Predetermined List for Suppliers -Manufactures -Fabricator 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 Signing Message Messa e 43. Cutting & bending reinforcing steel X 44. Guardrail components X X Custom Standard End Sec Sec 45. Aggregates/Concrete mixes Covered by WAC 296-127-018 46. Asphalt covered by ~ WAC 296-127-018 47. Fiber fabrics ` X 48. Electrical wiring/components X 49. treated or untreated timber pile X 50. Girder pads (elastomeric bearing) X 51. Standard Dimension lumber X 52. Irrigation components I X Supplemental to Wage Rates 1 7 WSDOT's Predetermined List for Suppliers -Manufactures -Fabricator ITEM DESCRIPTION YES NO 53. Fencing materials X 54. Guide Posts X I 55. Traffic Buttons X 56. Epoxy X 57. Cribbing ~ X 58. Water distribution materials X 59. Steel "H" piles X 60. Steel pipe for concrete pile casings ~ X 61. Steel pile tips, standard X 62. Steel pile tips, custom ~X 1 ' Supplemental to Wage Rates 8 J State of Washington Department of Labor and Industries Prevailing Wage Section -Telephone (360) 902- ' PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, workers' wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements is provided on the Benefit Code Key. METAL FABRICATION (IN SHOP) EFFECTIVE 03/04/2009 ' (See Benefit Code Key) Classification Code Prevailing Overtime Holiday ' Wage Code Code Counties Covered: ADAMS, ASOTIN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, KITTITAS LINCOLN, OKANOGAN, PEND ORIELLE, STEVENS, WALLA WALLA AND WHITMAN FITTER/WELDER $12.76 ~ IABORER $8.55 ~ ' MACHINE OPERATOR $12.66 ~ PAINTER $10.20 ~ ' Counties Covered: BENTON MACHINE OPERATOR $10.53 1 PAINTER $9.76 1 WELDER $1$.70 1 1 Counties Covered: t CHELAN FITTER $15.04 1 LABORER $9.54 1 MACHINE OPERATOR $9.71 1 PAINTER $9.93 1 ' WELDER $12.24 1 Counties Covered: ' CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, LEWIS, MASON, PACIFIC SAN JUAN AND SKAGIT FITTER/WELDER $15.16 1 IABORER $11.13 1 MACHINE OPERATOR $10.66 1 PAINTER $11.41 1 Supplemental to Wage Rates g 1 1 METAL FABRICATION (IN SHOP) EFFECTIVE 03/04/2009 (See Benefit Code Key) Classification Code Prevailing Overtime Holiday Wage Code Code Counties Covered: CLARK FITTER $27.49 1E 6H LABORER $19.21 1E 6H MACHINE OPERATOR $28.77 1E 6H PAINTER $25.31 1E 6H WELDER $26.89 1E 6H LAYEROUT $28.77 1 E 6H Counties Covered: COWLITZ MACHINE OPERATOR $24.65 16 6V FITTER $24.65 16 6V WELDER $24.65 1 B 6V Counties Covered: GRANT FITTERMlELDER $10.79 1 PAINTER $8.55 1 Counties Covered: KING FITTER $15.86 1 LABORER $9.78 1 MACHINE OPERATOR $13.04 1 PAINTER $11.10 1 WELDER 15.48 Counties Covered: KITSAP FITTER $26.96 1 LABORER $8.55 1 MACHINE OPERATOR $13.83 1 WELDER $13.83 1 Supplemental to Wage Rates 10 METAL FABRICATION (IN SHOP) EFFECTIVE 03/04/2009 (See Benefit Code Key) Classification Code Prevailing Overtime Holiday Wage Code Code Counties Covered: KLICKITAT, SKAMANIA, WAHKIAKUM FITTER/WELDER $16.99 1 LABORER $10.44 1 MACHINE OPERATOR $17.21 1 PAINTER $17.03 1 Counties Covered: PIERCE FITTER $15.25 1 LABORER $10.32 1 MACHINE OPERATOR $13.98 1 WELDER $13.98 1 Counties Covered: SNOHOMISH FITTER/WELDER $15.38 1 LABORER $9.79 1 MACHINE OPERATOR $8.84 1 PAINTER $9.98 1 Counties Covered: SPOKANE FITTER $12.59 1 LABORER $8.55 1 MACHINE OPERATOR $13.26 1 PAINTER $10.27 1 WELDER $10.80 1 Supplemental to Wage Rates 11 1 1 1 1 METAL FABRICATION (IN SHOP) EFFECTIVE 03/04/2009 (See Benefit Code Key) Classification Code Prevailing Overtime Holiday Wage Code Code FITTER LABORER MACHINE OPERATOR LAYEROUT WELDER FITTER/WELDER LABORER MACHINE OPERATOR FITTER LABORER MACHINE OPERATOR PAINTER WELDER Supplemental to Wage Rates Counties Covered: THURSTON $26.24 1A 6T $16.42 1A 6T $20.23 1A 6T $28.56 1A 6T $23.97 1A 6T Counties Covered: WHATCOM $13.81 1 $9.00 1 $13.81 1 Counties Covered: YAKIMA $12.00 1 $10.31 1 $11.32 1 $12.00 1 $11.32 1 12 FABRICATED PRECAST CONCRETE PRODUCTS EFFECTIVE 03/04/2009 (See Benefit Cade Key) Classification Code Prevailing Overtime Holiday Wage Code Code Counties Covered: ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS, FERRY, GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND OREILLE, STEVENS, WALLA WALLA AND WHITMAN ALL CLASSIFICATIONS $9.96 1 Counties Covered: CHELAN, KITTITAS, KLICKITAT AND SKAMANIA ALL CLASSIFICATIONS 8.61 1 Counties Covered: CLALLAM, CLARK, COWLITZ, GRAYS HARBOR, ISLAND, JEFFERSON, KITSAP,LEWIS, MASON, PACIFIC, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WAHKIAKUM ALL CLASSIFICATIONS $13.50 1 Counties Covered: FRANKLIN ALL CLASSIFICATIONS $11.50 1 Counties Covered: KING ALL CLASSIFICATIONS $13.60 2K 56 Counties Covered: PIERCE ALL CLASSIFICATIONS $9.28 1 Counties Covered: SPOKANE ALL CLASSIFICATIONS $20.23 1 Counties Covered: WHATCOM ALL CLASSIFICATIONS $13.67 1 Counties Covered: YAKIMA CRAFTSMAN $g.72 1 LABORER $8.55 1 Supplemental to Wage Rates 13 J n 0 i C WSDOT's List of State Occupations not applicable to Heavy and Highway Construction Projects This project is subject to the state hourly minimum rates for wages and fringe benefits in the contract provisions, as provided by the state Department of Labor and Industries. The following list of occupations, is comprised of those occupations that are not normally used in the construction of heavy and highway projects. When considering job classifications for use and / or payment when bidding on, or building heavy and highway construction projects for, or administered by WSDOT, these Occupations will be excepted from the included "Washington State Prevailing Wage Rates For Public Work Contracts" documents. • Electrical Fixture Maintenance Workers • Electricians -Motor Shop • Heating Equipment Mechanics • Industrial Engine and Machine Mechanics • Industrial Power Vacuum Cleaners • Inspection, Cleaning, Sealing of Water Systems by Remote Control • Laborers -Underground Sewer & Water • Machinists (Hydroelectric Site Work) • Modular Buildings • Playground & Park Equipment Installers • Power Equipment Operators -Underground Sewer & Water • Residential *** ALL ASSOCIATED RATES *** • Sign Makers and Installers (Non-Electrical) • Sign Makers and Installers (Electrical) • Stage Rigging Mechanics (Non Structural) The following occupations may be used only as outlined in the preceding text concerning "WSDOT's list for Suppliers -Manufacturers -Fabricators" • Fabricated Precast Concrete Products • Metal Fabrication (In Shop) Definitions for the Scope of Work for prevailing wages may be found at the Washington State Department of Labor and Industries web site and in WAC Chapter 296-127. Supplemental to Wage Rates 14 ' Washin ton State De artment of Labor and Industries 9 p Policy Statements ' (Regarding Production and Delivery of Gravel, Concrete, Asphalt, etc.) ' WAC 296-127-018 Agency filings affecting this section Coverage and exemptions of workers involved in the production and delivery of ' gravel, concrete, asphalt, or similar materials. (1) The materials covered under this section include but are not limited to: Sand, gravel, crushed rock, concrete, asphalt, or other similar materials. ' (2) All workers, regardless of by whom employed, are subject to the provisions of chapter 39.12 RCW when they perform any or all of the following functions: (a) They. deliver or discharge any of the above-listed materials to a public works ' project site: (i) At one or more point(s) directly upon the location where the material will be ' incorporated .into the project; or (ii) At multiple points at the project; or (iii) Adjacent to the location and coordinated with the incorporation of those materials. (b) They wait at or near a public works project site to perform any tasks subject to this ' section of the rule. (c) They remove any materials from a public works construction site pursuant to contract requirements or specifications (e.g., excavated materials, materials from ' demolished structures, clean-up materials, etc.). (d) They work in a materials production facility (e.g., batch plant, borrow pit, rock quarry, etc.,) which is established for a public works project for the specific, but not ' necessarily exclusive, purpose of supplying materials for the project. (e) They deliver concrete to a public works site regardless of the method of ' incorporation. (f) They assist or participate in the incorporation of any materials into the public works t project. i n ' Supplemental to Wage Rates 15 n t (3) All travel time that relates to the work covered under subsection (2) of this section requires the payment of prevailing wages. Travel time includes time spent waiting. to load, loading, transporting, waiting to unload, and delivering materials. Travel time would include all time spent in travel in support of a public works project whether the vehicle is empty or full. For example, travel time spent returning to a supply source to obtain another load of material for use on a public works site or returning to the public works ' site to obtain another load of excavated material is time spent in travel that is subject to prevailing wage. Travel to a supply source, including travel from a public works site, to obtain materials for use on a private project would not be travel subject to the prevailing ' wage. (41 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 incorpcration, or adjacent to the location and coordinated with the incorporation. (5) The applicable prevailing wage rate shall be determined by the locality in which the work is performed. Workers subject to subsection (2)(d) of this section, who produce such materials at an off-site facility shall be paid the applicable prevailing wage rates for ' the county in which the off-site facility is located. Workers subject to subsection (2) of this section, who deliver such materials to a public works project site shall be paid the applicable prevailing wage rates for the county in which the public works project is ' located. ' [Statutory Authority: Chapter 39.12 RCW, RCW 43.22.051 and 43.22.270. 08-24-101, § - 296-127-018, filed 12/2/08, effective 1/2/09. Statutory Authority: Chapters 39.04 and 39.12 RCW and RCW 43.22.270. 92-01-104 and 92-08-101, § 296-127-018, filed 12/18/91 and 4/1/92, effective 8/31/92.] t Supplemental to Wage Rates 16 BENEFIT CODE KEY -EFFECTIVE 03-04-2009 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. ' A. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL ALSO 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 WORKED SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. D. THE FIRST TWO (2) HOURS BEFORE OR AFTER AFIVE -EIGHT (8) HOUR WORKWEEK DAY OR A FOUR -TEN (10) HOUR WORKWEEK DAY AND THE FIRST EIGHT (8) HOURS WORKED THE NEXT DAY AFTER EITHER WORKWEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL ADDITIONAL HOURS WORKED AND ALL WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. E. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER HOURS WORKED MONDAY THROUGH SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. F. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10) ' HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER OVERTIME HOURS WORKED, EXCEPT LABOR DAY, SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. ' G. THE FIRST TEN (10) HOURS WORKF,D 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 HOi.1RS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS OR EQUIPMENT BREAKDOWN) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF ' WAGE. ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER. TWELVE (12) HOURS AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. I. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL 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. ' L. 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. 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 ATONE AND ONE-HALF TIMES THE ' HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. O. THE FIRST TEN (10) HOURS WORKED ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS, HOLIDAYS AND AFTER TWELVE (I2) 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 C]RCUMSTANCES WARRANT) AND SUNDAYS t 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. ' BENEFIT CODE KEY -EFFECTIVE 03-04-2009 -2- ' 1. Q. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND UP TO TEN (]0) 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 ' OTHER OVERTIME HOURS WORKED, EXCEPT LABOR DAY, SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. T. WORK PERFORMED IN EXCESS OF EIGHT (8) HOURS OF STRAIGHT TIME PER DAY, OR TEN (10) HOURS OF STRAIGHT TIME PER DAY WHEN FOUR TEN (]0) HOUR SHIFTS ARE ESTABLISHED, OR FORTY (40) HOURS OF STRAIGHT TIME PER WEEK, MONDAY THROUGH FRIDAY, OR OUTSIDE THE NORMAL SHIFT, AND ALL WORK ON SATURDAYS SHALL BE PAID AT TIME AND ONE-HALF THE STRAIGHT TIME RATE. HOURS WORKED OVER TWELVE HOURS (12) IN A SINGLE SHIFT' AND ALL WORK PERFORMED AFTER 6:00 PM SATURDAY TO 6:00 AM MONDAY AND HOLIDAYS SHALL BE PAID AT DOUBLE THE STRAIGHT TIME RATE OF PAY. THE EMPLOYER SHALL HAVE THE SOLE DISCRETION TO ' ASSIGN OVERTIME WORK TO EMPLOYEES. PRIMARY CONSIDERATION FOR OVERTIME WORK SHALL BE GIVEN TO EMPLOYEES REGULARLY ASSIGNED TO THE WORK TO BE PERFORMED ON OVERTIME SITUATIONS. AFTER AN EMPLOYEE HAS WORKED EIGHT (8) HOURS AT AN APPLICABLE OVERTIME RATE, ALL ADDITIONAL HOURS SHALL BE AT THE APPLICABLE OVERTIME RATE UNTIL SUCH TIME AS THE EMPLOYEE HAS HAD A BREAK OF EIGHT (8) ' HOURS OR MORE.. U. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND UNE-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 SATURDAYS, 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 SHP.LL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. W. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS (EXCEPT MAKE-UP DAYS DUE TO CONDITIONS BEYOND THE CONTROL OF THE EMPLOYER) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL ' HOURS WORKED ON HOLIDAYS SHALL $E PAID AT DOUBLE THE HOURLY RATE OF WAGE. X. THE FIRST FOUR (4) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TWELVE (12) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ' ALL HOURS WORKED OVER TWELVE (12) HOURS MONDAY THROUGH SATURDAY, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. WHEN HOLIDAY FALLS ON SATURDAY OR SUNDAY, THE DAY BEFORE SATURDAY, FRIDAY, AND THE DAY AFTER SUNDAY, MONDAY, SHALL BE CONSIDERED THE HOLIDAY AND ALL WORK PERFORMED SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ' Y. ALL HOURS WORKED OUTSIDE THE HOURS OF 5:00 AM AND 5:00 PM (OR SUCH OTHER HOURS AS MAY BE AGREED UPON BY ANY EMPLOYER AND THE EMPLOYEE) AND ALL HOURS WORKED TN EXCESS OF EIGHT (8} HOURS PER DAY (10 HOURS PER DAY FORA 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 APROVAL 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. ' A. THE FIRST SIX (6) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF SIX (6) HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. B. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. C. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ' ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. BENEFIT CODE KEY -EFFECTIVE 03-04-2009 -3- ' D. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT STRAIGHT TIME IN ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON HOLIDAYS SHALL BE ' E. PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SATURDAYS OR HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS OR ON LABOR DAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ' F. THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT THE STRAIGHT HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ' G. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE INCLUDING HOLIDAY PAY. H. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. 2. I. ALL HOURS WORKED ON SATURDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE- , HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND ON LABOR DAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. J. ALL HOURS WORKED ON SUNDAYS 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 THE HOLIDAY PAY. ALL HOURS WORKED ON UNPAID HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. K. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE IN ADDITION TO ' THE HOLIDAY PAY. ' L. ALL HOURS WORKED ON SATURDAYS (OR ON THE REGULAR DAY OFF DURING A WORKWEEK OTHER THAN MONDAY THROUGH FRIDAY) AND 1-IOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE, EXCEPT LABOR DAY WHICH SHALL BE PAID AT DOUBLE THE HOURLY RATE. ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL HOURS WORKED ON SUNDAYS SHALL BE ' PAID AT DOUBLE THE HOURLY RATE OF WAGE. M. ALL HOURS WORKED ON SATURllAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ' O. ALL HOURS WORKED ON SUNDAYS .4ND HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ' P. THE FIRST EIGHT (8) HOURS ONi SATURDAY SHALL BE PAID AT ONE AND ONE-HALF 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 SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ' Q. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT DOUBLE 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. ' S. 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, EXCEPT T[iE DAY AFTER THANKSGIVING, THE DAY AFTER CHRISTMAS AND A FLOATING HOLIDAY, WHICH SHALL BE PAID AT THE STRAIGHT TIME RATE IF WORKED, IN ADDITION TO HOLIDAY PAY. ' 4A. 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. HOLIDAY CODES 5. A. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CIRISTMAS DAY (7). BENEFIT CODE KEY -EFFECTIVE 03-04-2009 -4- ' B. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (8). C. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, ' THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). D. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FR]DAY AND SATURDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). t E. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, PRESIDENTIAL ELECTION DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). F. HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMOR[AL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (11). G. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY THANKSGIVING DAY THE , , LAST WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (7). H. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, AND CHRISTMAS (6). I. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (6). J. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, FRIDAY AFTER ' THANKSGIVING DAY, CHRISTMAS EVF. DAY, AND CHRISTMAS DAY (7). K. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (9). L. HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, MEMORIAL DAY, INDEPENDENCE DAY LABOR t , DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). M. HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS AND CHRISTMAS ' DAY (9). N. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (9). P. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AND SATURDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (9). IF A ' HOLIDAY FALLS ON SUNDAY, THE FOLLOWING MONDAY SHALL BE CONSIDERED AS A HOLIDAY. Q. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (6). ' R. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, ONE-HALF DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY. (7 1/2). S. S. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, ' THANKSGIVING DAY, AND CHRISTMAS DAY (7). T. PAID HOL]DAYS: 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). U. PAID HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (8). ' V PAID HOLIDAYS: SIX (6) PAID HOLIDAYS . . W. PAID HOLIDAYS: NINE (9) PAID HOLIDAYS. X. HOLIDAYS: AFTER 520 HOURS -NEW YEAR'S DAY, THANKSGIV]NG DAY AND CHRISTMAS DAY. AFTER 2080 HOURS - NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, CHRISTMAS DAY AND A FLOATING HOLIDAY (8). BENEFIT CODE KEY -.EFFECTIVE 03-04-2009 =5= ' Y. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, PRESIDENTIAL ELECTION DAY, THANKSGIVING DAY, THE FRIDAY FOLLOWING THANKSGIVING DAY, AND CHRISTMAS DAY (8). 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). 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). B. PAID HOLIDAYS: NEW YEAR'S EVE DAY, NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS EVE'S DAY, AND CHRISTMAS DAY (9). ' C. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (9). D. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIV]NG DAY, CHRISTMAS DAY, THE DAY BEFORE OR THE DAY AF'T'ER CHRISTMAS DAY (9). E. P.41D HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE OR AFTER NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, ' INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND A HALF-DAY ON CHRISTMAS EVE DAY. (9 I/2). F. PAID HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY, ' INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (11). 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 DA.Y, 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 llAY, THE DAY AFTER CHRISTMAS, AND A ' FLOATING HOLIDAY (10). I. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAl', THAI`:KSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). ' J. FAID H01.IDAYS: NEV4' 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). ' L. 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) Q. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY, THANKSGIVING DAY, THE DAY AFTER'I'HANKSGIVING DAY AND CHRISTMAS DAY (8). UNPAID HOLIDAY_ PRESIDENTS' DAY. T. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (9). ' U. HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS DAY, CHRISTMAS DAY (9). ' V. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY, CHRISTMAS DAY, AND ONE DAY OF THE EMPLOYEE'S CHOICE (9). W. PAID FIOLIDAYS: NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, ' INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, DAY BEFORE OR AFTER CHRISTMAS DAY (10). X. PAID HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE OR AFTER NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, DAY BEFORE OR AFTER CHRISTMAS DAY, EMPLOYEE'S BIRTHDAY (11). Y. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR ' DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND A FLOATING HOLIDAY (9). BENEFIT CODE I{E1' -EFFECTIVE 03-04-2009 =6= ' Z.. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). IF A HOLIDAY FALLS ON SATURDAY, THE PRECEDING FRIDAY SHALL BE CONSIDERED AS THE HOLIDAY. IF A HOLIDAY FALLS ON SUNDAY, THE FOLLOWING MONDAY SHALL BE CONSIDERED AS THE HOLIDAY. NOTE CODES 8. A. IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE: ' OVER 50' TO 100' - $2.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100' TO 150' - $3.00 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 150' 7'O 220' - $4.00 PER FOOT FOR EACH FOOT OVER 150 FEET OVER 220' - $5.00 PER FOO"f 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' 7'O 100' - $1.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100' TO 150' - $1.50 PER FOOT FOR EACH FOOT OVER 100 FEET ' OVER 150' TO 200' - $2.00 PER FOOT FOR EACH FOOT OVER 150 FEET OVER 200' -DIVERS MAY NAME THEIR OWN PRICE D. WORKERS WORKING WITH SUPPLIED AIR ON HAZMAT PROJECTS RECEIVE AN ADDITIONAL $1.00 PER HOUR. L. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS -LEVEL A: $0.75, LEVEL B: $0.50, AND LEVEL C: $0.25. ' M. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS: LEVELS A & B: $1.00, LEVELS C & D: $0.50. N. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS -LEVEL A: $1.00, LEVEL . B: $0.75, LEVEL C: $0.50, AND LEVEI. 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 $0.50. ~- Attachment B Davis-Bacon Prevailing Wage Rates 0 1 PW 407_04 Part04.doc [Revised March 2008] r General Decision Number: WA080001 03/20/2009 WAl ' Superseded General Decision Number: WA20070001 State: Washington ' Construction Types: Heavy (Heavy and Dredging) and Highway Counties: Washington Statewide. HEAVY AND HIGHWAY AND DREDGING CON STRUCTION PROJECTS (Exc ludes D.O.E. Hanford Site in Benton and Franklin Counties) Modification Publication Dat e Modification Publication Number Number Date 0 02/08/2008 19 10/31/2008 ' 1 02/15/2008 20 11/21/2008 2 02/22/2008 21 01/02/2009 3 04/04/2008 22 02/06/2009 ' 4 04/25/2008 23 02/27/2009 5 05/09/2008 24 03/06/2009 6 06/06/2008 25 3/20/2009 ' 7 06/13/2008 8 06/20/2008 9 06/27/2008 10 07/11/2008 11 07/25/2008 ' 12 08/01/2008 13 08/08/2008 14 08/29/2008 15 09/05/2008 16 09/19/2008 17 10/03/2008 ' 18 10/24/2008 CARP0001-008 06/01/2007 i Carpenters: COLUMBIA RIVER AREA - ADAMS, BENTON, COLUMBIA, DOUGLAS (EAST OF THE 120T" MERIDIAN), FERRY,FRANKLIN, GRANT, OILANOGAN ' (EAST OF THE 120T" MERIDIAN) AND WALLA WALLA COUNTIES Rates Fringes GROUP 1 :...................$ 25.68 9.30 GROUP 2 :...................$ 27.18 9.30 GROUP 3 :...................$ 25.95 9.30 GROUP 4 :...................$ 25.68 9.30 ' GROUP 5 :...................$ 59.40 9.30 GROUP 6 ....................$ 28.70 9.30 GROUP 7 ....................$ 29.70 9.30 ' GROUP 8 ....................$ 26.95 9.30 GROUP 9 ....................$ 32.70 9.30 WA080001 Modification 25 1 Federal Wage Determination i SPOKANE AREA: ASOTIN, ARFIELD, LINCOLN, PEND OREILLE, SPOKANE, STEVENS AND WHITMAN COUNTIES GROUP 1 :...................$ 25.01 9.30 GROUP 2 :...................$ 26.51 9.30 ' GROUP 3 :...................$ 25.27 9.30 GROUP 4 :...................$ 25.01 9.30 GROUP 5 :...................$ 58.04 9.30 ' GROUP 6 :...................$ 28.02 9.30 GROUP 7......... ..$ 29.02 9.30 GROUP 8 ....................$ 26.27 9.30 GROUP 9 ....................$ 32.02 9.30 ' CARPENTER & DIVER CLASSIFICATIONS: ' GROUP 1: Carpenter; Burner-Welder; Rigger and Signaler; Insulators (all types), Acoustical, Drywall and Metal Studs, Metal Panels and Partitions; Floor Layer, Sander, Finisher and Astro Turf; Layout Carpenters; Form Builder; ' Rough Framer; Outside or Inside Finisher, including doors, windows, and jams; Sawfiler; Shingler (wood, composition) Solar, Fiberglass, Aluminum or Metal; Scaffold Erecting and Dismantling; Stationary Saw-Off Bearer; Wire, Wood and Metal Lather Applicator GROUP 2: Millwright, machine erector ' GROUP 3: Piledriver - includes driving, pulling, cutting, placing collars, setting, welding, or creosote treated material, on all piling ' GROUP 4: Bridge, dock and wharf carpenters GROUP 5: 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 (2819 W. SYLVESTER) or Main ' Post Office of established residence of employee (Whichever is closest to the worksite). ' WA080001 Modification 25 Federal Wage Determination 2 CARPENTERS/PILEDRIVER: SPOKANE (127 E. AUGUSTA AVE.) or Main Post Office of established residence of employee (Whichever ' is closest to the worksite). CARPENTERS: WENATCHEE (27 N. CHELAN) or Main Post Office of established residence of employee (Whichever is closest to ' the worksite). CARPENTERS: COEUR D' ALENE (1839 N. GOVERNMENT WAY) or Main Post Office of established residence of employee (Whichever is closest to the worksite). CARPENTERS: MOSCOW (302 N. JACKSON) or Main Post Office of ' established residence of employee (Whichever is closest to the worksite). DEPTH PAY FOR DIVERS BELOW WATER SURFACE: ' 50-100 feet $2.00 per foot 101-150 feet $3.00 per foot 151-220 feet $4.00 per foot ' 221 feet and deeper $5..00 per foot PREMIUM PAY FOR DIVING IN ENCLOSURES WITH NO VERTICAL ASCENT: 0-25 feet Free ' 26-300 feet $1.00 per Foot SATURATION DIVING: The standby rate applies until saturation starts. The ' saturation diving rate applies when divers are under pressure continuously until work task and decompression are complete. the diver rate shall be paid for all saturation ' hours. WORK IN COMBINATION OF CLASSIFICATIONS: Employees working in any combination of classifications ' within the diving crew (except dive supervisor) in a shift are paid in the classification with the highest rate for that shift. ' HAZMAT PROJECTS: Anyone working on a HAZMAT job (task), where HAZMAT ' certification is required, shall be compensated at a premium, in addition to the classification working in as follows: ' LEVEL D + $.25 per hour - This is the lowest level of protection. No respirator is used and skin protection is minimal. LEVEL C + $.50 per hour - This level uses an air purifying respirator or additional protective clothing. t 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 +$1.00 per hour - This level utilizes a fully encapsulated suit with a self-contained breathing apparatus or a supplied air line. ' ---------------------------------------------------------------- WA080001 Modification 25 Federal Wage Determination 3 CARP0003-006 06/01/2007 ' SOUTHWEST WASHINGTON: CLARK, COWLITZ, KLICKITAT, LEWIS(Piledriver only), PACIFIC (South of a straight line made by extending the north boundary line of Wahkiakum County west e to Willapa Bay to the Pacific Ocean), SKAMANIA AND WAHKIAKUM COUNTIES and INCLUDES THE ENTIRE PENINSULA WEST OF WILLAPA BAY ' SEE ZONE DESCRIPTION FOR CITIES BASE POINTS ZONE 1: Rates Fringes Carpenters: ' CARPENTERS; ACOUSTICAL..... .$ 27.56 DIVERS TENDERS ............. .$ 30.28 DIVERS ......................$ 68.84 ' DRYWALL ..................... FLOOR LAYERS & FLOOR $ 27.56 FINISHERS (the laying of all hardwood floors nailed and mastic 'set, parquet and wood-type tiles, and block floors, the sanding and finishing of floors, the preparation of old and ' new floors when the materials mentioned above ' are to be installed); INSULATORS (fiberglass and similar irritating materils .................... $ 27.71 ' MILLWRIGHTS ................. PILEDRIVERS ................. $ 28.04 $ 28.04 DEPTH PAY: S0 TO 100 FEET $1.00 PER FOOT OV ER 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 - $0.85 Zone 3 - 1.25 Zone 4 - 1.70 Zone 5 - 2.00 Zone 6 - 3.00 ' WA080001 Modification 25 Federal Wage Determination t 13.30 13.30 13.30 13.30 13.30 13.30 13.30 4 t BASEPOINTS: ASTORIA, LONGVIEW, PORTLAND, THE DALLES, AND VANCOUVER, ' (NOTE: All dispatches for Washington State Counties: Cowlitz, Wahkiakum and Pacific shall be from Longview Local #1707 and mileage shall be computed from that point.) ' ZONE 1:Projects located within 30 miles of the respective city hall of the above mentioned cities ZONE 2: Projects located more than 30 miles and less than 40 ' miles of the respective ZONE 3: Projects located more city of the above mentioned cities than 40 miles and less than 50 miles of the respective city of the above mentioned cities ZONE 4: Projects located more than 50 miles and less than 60 miles of the respective city of the above mentioned cities. ' ZONE 5: Projects located more than 60 miles and less than 70 miles of the respective city•of the above mentioned cities ZONE 6: Projects located more than 70 miles of city of the above mentioned cities the respected ------------------- CARP0770-003 06/01/2007 ------------------ --------------- ' Rates Fringes Carpenters: CENTRAL WASHINGTON: ' CHELAN, DOUGLAS (WEST OF THE 120TH MERIDIAN), KITTITAS, OKANOGAN (WEST OF THE 120TH MERIDIAN) AND ' YAKIMA COUNTIES ACCOUSTICAL WORKERS...... ..$ 23.25 10.85 BRIDGE, DOCK AND WHARF CARPENTERS AND HEAVY & HIGHWAY .................. ..$ 32.49 10.85 CARPENTERS AND DRYWALL ' APPLICATORS .............. CARPENTERS ON CREOSOTE ..$ 23.25 10.85 MATERIAL ...................$ 23.25 10.85 DIVERS TENDER ............. .$ 33.29 10.93 DIVERS .....................$ 74.52 10.93 INSULATION APPLICATORS.... .$ 23.25 10.85 MILLWRIGHT AND MACHINE ERECTORS ............... . PILEDRIVER, DRIVING, .$ 33.49 10.85 PULLING, CUTTING, PLACING COLLARS, SETTING, WELDING ' OR CRESOTE TREATED MATERIAL, ALL PILING...... .$ 32.69 10.85 SAWFILERS, STATIONARY POWER SAW OPERATORS, FLOOR FINISHER, FLOOR ' LAYER, SHINGLER, FLOOR SANDER OPERATOR AND OPERATORS OF OTHER STATIONARY WOOD WORKING TOOLS ..................... .$ 23.25 10.85 ' WA080001 Modification 25 Federal Wage Determination 5 1 1 1 1 1 1 1 1 1 1 1 1 1 (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 $1.50/hour WAO8OOO1 Modification 25 Federal Wage Determination 6 r ________________________________________________________________ CARP0770-006 06/01/2007 Carpenters: WESTERN WASHINGTON: CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS (excludes piledrivers only), MASON, PACIFIC (North of a straight line made by extending the north boundary line of Wahkiakum County west to the Pacific Ocean), PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM COUNTIES ' Rates Fringes ACOUSTICAL WORKERS....... ..$ 32.62 11.26 BRIDGE, DOCK & WHARF ' CARPENTERS ............... ..$ 32.49 11.26 CARPENTERS AND DRYWALL APPLICATORS .............. ..$ 32.49 11.26 ' CARPENTERS ON CREOSOTE MATERIAL ................. ..$ 32.59 11.26 DIVERS TENDER ............ ..$ 33.29 10.93 DIVERS ................... ..$ 74.82 10.93 ' INSULATION APPLICATORS... MILLWRIGHT AND MACHINE ..$ 32.49 11.26 ERECTORS ................. ..$ 33.49 11.26 PILEDRIVER, DRIVING, ' PULLING, CUTTING, PLACING COLLARS, SETTING, WELDING OR CRESOTE TREATED ' MATERIAL, ALL PILING.......$ 32.69 SAWFILERS, STATIONARY 11.26 POWER SAW OPERATORS, FLOOR FINISHER, FLOOR LAYER, SHINGLER, FLOOR SANDER OPERATOR AND OPERATORS OF OTHER STATIONARY WOOD WORKING TOOLS ..................... .$ 32.62 11.26 (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGT ON - ALL ' CLASSIFICATIONS EXCEPT MILLWRIGHTS AND PILEDRI Hourly Zone Pay shall be paid on jobs located VERS outside of the free zone computed from the ci ty 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 WA080001 Modification 25 Federal Wage Determination 7 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 Seatt le Union Hall, Tacoma City center, and Everett City center Zone Pay: 0 -25 radius miles Free 26-45 radius miles $ .70/hour t Over 45 radius miles $1.50/hour ------------------------- ------------------ ELE00046-001 07/02/2007 ------------------ ' CALLAM, JEFFERSON, KING AND KITSAP COUNTIES Rates Fringes ' CABLE SPLICER ....................$ 40.62 3%+13.21 ELECTRICIAN ......................$ 36.93 30+13.21 ' ---------------------------------------------- * ELEC0048-003 01/01/2009 ------------------ CLARK, KLICKITAT AND SKAMANIA COUNTIES ' Rates Fringes CABLE SPLICER ....................$ 34.40 30+$14.85 ' ELECTRICIAN ......................$ 35.65 3%+$15.35 HOURLY ZONE PAY: ' Hourly Zone Pay shall be paid on jobs located outside of the free zone computed from the city center of t he 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 $9.00/hour *These are not miles driven. Zones are based on Delorrne ' Street Atlas USA 2006 plus. -------------------------------------------- ----------------- WA080001 Modification 25 Federal Wage Determination 8 ELE00073-001 01/01/2009 ADAMS, FERRY, LINCOLN, PEND OREILLE, SPOKANE, STEVENS, WHITMAN COUNTIES ' Rates Fringes ' CABLE SPLICER ................... ELECTRICIAN ..................... --- .$ 28.22 .$ 27.82 30+12.48 3%+12.48 ----------------------------- ELE00076-002 03/01/2007 ------------ -------------------- t GRAYS HARBOR, LEWIS, MASON, PACIFIC, PIERCE, AND THURSTON COUNTIES ' Rates Fringes ' CABLE SPLICER ................... ELECTRICIAN ..................... ------- .$ 36.31 .$ 32.71 3%+13.19 3%+13.19 ------------------------- ELEC0077-002 02/01/2007 ------------ -------------------- ' Rates Fringes ' Line Construction: CABLE SPLICERS ............. .$ 42.09 3.875%+$10.60 GROUNDMEN .................. .$ 26.31 3.875%+$8.60 LINE EQUIPMENT MEN.......... $ 32.32 3.875%+$8.70 ' LINEMEN, POLE SPRAYERS, HEAVY LINE EQUIPMENT MAN.... $ 37.58 3.875%+$10.60 POWDERMEN, JACKHAMMERMEN.... $ 28.19 3.8750+$8.60 TREE TRIMMER ................ $ 22.65 3.875%+$8.35 1 -------------------------- ELEC0112-005 12/01/2008 ----------- -------------------- ' ASOTIN, BENTON, COLUMBIA, FRANKLIN, GARFIELD WALLA, YAKIMA COUNTIES , KITTITAS, WALLA ' CABLE SPLICER .................... Rates $ 35.39 Fringes 3%+13.48 ELECTRICIAN ...................... $ 33.70 30+13.48 ELEC0191-003 03/01/2008 ISLAND, SAN JUAN, SNOHOMISH, SKAGIT AND WHATCOM COUNTIES ' Rates Fringes CABLE SPLICER .................... $ 36.86 30+12.98 ELECTRICIAN ...................... --------------------------------- $ 33.51 ----------- 30+12.98 -------------------- ' WA080001 Modification 25 ' Federal Wage Determination 9 1 ELEC0191-004 03/01/2008 ' CHELAN, DOUGLAS, GRANT AND OKANOGAN COUNTIES ' Rates CABLE SPLICER ....................$ 32.46 Fringes 3%+12.81 ELECTRICIAN ......................$ 29.51 3%+12.81 ELEC0970-001.01/01/2009 COWLITZ AND WAHKIAKUM COUNTIES Rate s Fringes ' CABLE SPLICER ....................$ 34.68 ELECTRICIAN ......................$ 31.53 30+9.59 30+9.59 ENGI0302-003 06/01/2008 ' 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 Power equipment operators: Fringes Group lA ...................$ 34.51 13.95 Group lAA ..................$ 35.08 13.95 ' Group lAAA .................$ 35.64 13.95 Group 1 .....................$ 33.96 13.95 ' Group 2 .....................$ 33.47 Group 3 .....................$ 33.05 13.95 13.95 Group 4 .....................$ 30.69 13.95 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, Se attle, Shelton, Wenatchee, Yakima ' POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP lAAA - Cranes-over 300 tons, or 300 ft of boom (including jib with attachments) GROUP lAA - Cranes 200 to 300 tons, or 250 ft of boom (including jib with attachments); Tower crane over 175 ft in height, base to boom. WA080001 Modification 25 Federal Wage Determination 10 GROUP lA - Cranes, 100 tons thru 199 tons, or 150 ft of boom (including jib with attachments); Crane-overhead, bridge ' type, 100 tons and over; Tower crane up to 175 ft in height base to boom; Loaders-overhead, 8 yards and over; Shovels, excavator, backhoes-6 yards and over with attachments ' GROUP 1 - Cableway; Cranes 45 tons thru 99 tons, under 150 ft of boom (including jib with attachments); Crane-overhead, bridge type, 45 tons thru 99 tons; Derricks on building ' work; Excavator, shovel, backhoes over 3 yards .and under 6 yards; Hard tail end dump articulating off-road equipment 45 yards and over; Loader- overhead 6 yards to, but not including 8 yards; Mucking machine, mole, tunnel, drill and/or shield; Quad 9, HD 41, D-10; Remote control operator on rubber tired earth moving equipment; Rollagon; Scrapers-self propelled 45 yards and over; Slipform pavers; ' Transporters, all truck or track type GROUP 2 - Barrier machine (zipper); Batch Plant Operaor- Concrete; Bump Cutter; Cranes, 20 tons thru 44 tons with attachments; Crane-overhead, bridge type-20 tons through 44 tons; Chipper; Concrete Pump-truck mount with boom attachment; Crusher; Deck Engineer/Deck winches. (power); Drilling machine; Excavator, shovel, backhoe-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 WA080001 Modification 25 Federal Wage Determination attachments; Hydralifts/boom trucks, 10 tons and under; Oil distributors, blower distribution and mulch seeding operator; Pavement breaker; Posthole digger, mechanical; Power plant; Pumps, water; Rigger and Bellman; Roller-other than plant mix; Wheel Tractors, farmall type; ' Shotcrete/gunite equipment operator Category B Projects: 95% of the basic hourly reate for each group plus full fringe benefits applicable to category A projects shall apply to the following projects. A Reduced rates may be paid on the following: ' 1. Projects involving work on structures such as buildings and bridges whose total value is less than $1.5 million excluding mechanical, electrical, and utility portions of the contract. 2. Projects of less than $1 million where no building is ' involved. Surfacing and paving included, but utilities excluded. e 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. ---------------------------------------------------------------- WA080001 Modification 25 Federal Wage Determination 12 ENGI0302-009 06/01/2007 ' 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 ON PROJECTS DESCRIBED IN FOOTNOTE A BELOW, THE RATE FOR EACH GROUP SHALL BE 95% OF THE BASE RATE PLUS FULL FRINGE BENEFITS. ON ALL OTHER WORK, THE FOLLOWING RATES APPLY. ' WORK PERFORMED ON HYDRAULIC DREDDGES: Zone 1 (0-25 radius miles): Rates Fringes Power equipment operators: GROUP 1 TOTAL PROJECT COST $300,000 AND OVER....... ...$ 31.33 12.75 TOTAL PROJECT COST UNDER $300,000 ................ ...$ 26.96 8.40 ' GROUP 2 TOTAL PROJECT COST ' $300,000 AND OVER..........$ TOTAL PROJECT COST UNDER 31.46 12.75 $300,000 ................. ..$ 27.06 8.40 GROUP 3 TOTAL PROJECT COST $300,000 AND OVER........ ..$ 31.84 12.75 TOTAL PROJECT COST UNDER $300,000 ................. ..$ 27.38 8.40 GROUP 4 ' TOTAL PROJECT COST $300,000 AND OVER........ ..$ 31.89 12.75 TOTAL PROJECT COST UNDER ' $300,000 ................. ..$ 27.43 8.40 GROUP 5 TOATL PROJECT COST $300,000 AND OVER........ ..$ 33.46 12.75 TOTAL PROJECT COST UNDER $300,000 ................. ..$ 28.75 8.40 GROUP 6 TOTAL PROJECT COST $300,000 AND OVER........ ..$ 31.33 12.75 TOTAL PROJECT COST UNDER $300,000 ................. ..$ 26.96 8.40 ' Zone Differential (Add to Zone 1 rates): Zone 2 (26-45 radius miles) - $ .70 Zone 3 (Over 45 radius miles) - $1. 00 ' BASEPOINTS: Aberdeen, Bellin gham, Bremerton, Everett, Kent, Mount Vernon, Port Angeles, P ort Townsend, Seattle, ' Shelton, Wenatchee, Yakima WA080001 Modification 25 Federal Wage Determination 13 POWER EQUIPMENT OPERATORS CLASSIFICATIONS: ' GROUP 1: Assistant Mate (Deckhand GROUP 2: Oiler GROUP 3: Assistant Engineer (Electric, Diesel, Steam or Booster Pump); Mates and Boatmen GROUP 4: Craneman, Engineer Welder GROUP 5: Leverman, Hydraulic GROUP 6: Maintenance 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. Heavy Wage rates (Category A) Applies to clam shell dredge, hoe and dipper, shovels and shovel attachments, cranes and bulldozers. 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. i, ' WA080001 Modification 25 Federal Wage Determination 14 ENGI0370-002 06/01/2008 ' ADAMS, ASOTIN, BENTON, CHELAN (EAST OF THE 120TH MERIDIAN), COLUMBIA, DOUGLAS (EAST OF THE 120TH MERIDIAN), FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN (EAST OF THE 120TH MERIDIAN), PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMA (EAST OF THE 120TH MERIDIAN) COUNTIES ' ZONE 1: Rates Fringes Power equipment operators: GROUP lA._ .................$ 23.21 9.80 GROUP 1 .....................$ 23.76 9.80 GROUP 2 .....................$ 24.08 9.80 GROUP 3 .....................$ 24.69 9.80 GROUP 4 .....................$ 24.85 9.80 GROUP 5..........•..-....:..$ 25.01 9.80 GROUP 6........ ..$ 25.29 9.80 GROUP 7 .....................$ 25.56 9.80 GROUP 8 .....................$ 26.66 9.80 ' ZONE DIFFERENTIAL (Add to Zone 1 rate): Zone 2 - $2.00 Zone 1: Within 45 mile radius of Spokane, Pasco, Washington; ' Lewiston, Idaho Zone 2: Outside 45 mile radius of Spokane, Pasco, ' Washington; Lewiston, Idaho POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1A: Boat Operator; Crush Feeder; Oiler; Steam Cleaner GROUP 1: Bit Grinders; Bolt Threading Machine; Compressors (under 2000 CFM, gas, diesel, or electric power); Deck ' Hand; Drillers Helper (Assist driller in making drill rod connections, service drill engine and air compressor, ' repair drill rig and drill tools, drive drill support truck to and on the job site, remove drill cuttings from around bore hole and inspect drill rig while in operation); Fireman & Heater Tender; Hydro-seeder, Mulcher, Nozzleman; ' Oiler Driver, & Cable Tender, Mucking Machine; Pumpman; Rollers, all types on subgrade, including seal and chip coatings (farm type, Case, John Deere & similar, or Compacting Vibrator), except when pulled by Dozer with operable blade; Welding Machine; Crane. Oiler-Driver (CLD required) & Cable Tender, Mucking Machine WA080001 Modification 25 Federal Wage Determination 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 i 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) ' WA080001 Modification 25 Federal Wage Determination 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 t (7 ft. depth & over); Tug Boat Operator Vactor guzzler, super sucker; Lime Batch Tank Operator (REcycle Train); Lime Brain Operator (Recycle Train); Mobile Crusher Operator (Recycle Train) ' GROUP 7: Backhoe (over 110,000 gw); Backhoes & Hoe Ram (3 yds & over); Blade (finish & bluetop) Automatic, CMI, ABC, Finish Athey & Huber & similar when used as automatic; ' Cableway Operators; Concrete Cleaning/Decontamination machine operator; Cranes (over 45 tons to but not including 85 tons), all attachments including clamshell and dragine; Derricks & Stiffleys (65 tons & over); Elevating Belt (Holland type); Heavy equipment robotics operator; Loader (360 degrees revolving Koehring Scooper or similar); Loaders (overhead & front-end, over 8 yds. to 10 yds.); Rubber-tired Scrapers (multiple engine with three or more scrapers); Shovels (3 yds. & over); Whirleys & Hammerheads, ALL; H.D. Mechanic; H.D. Welder; Hydraulic Platform ' Trailers (Goldhofer, Shaurerly andSimilar); Ultra High Pressure Wateriet Cutting Tool System Operator (30,000 psi); Vacuum Blasting Machine Operator GROUP 8: Cranes (85 tons and over, and all climbing, overhead rail and tower), all attachments including clamshell, dragline; Loaders (overhead and front-end, 10 yards and over); Helicopter Pilot WA080001 Modification 25 Federal Wage Determination ]7 1 BOOM PAY: (All Cranes, Including Tower) 180 ft to 250 ft $ .50 over scale Over 250 ft $ .8-0 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 $1.00 an hour above classification. ENGI0370-006 06/01/2008 ADAMS, ASOTIN, BENTON, CHELAN (EAST OF THE 120TH MERIDIAN), COLUMBIA, DOUGLAS (EAST OF THE 120TH MERIDIAN), FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN (EAST OF THE 120TH MERIDIAN), PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMA (EAST OF THE 120TH MERIDIAN) COUNTIES WORK PERFORMED ON HYDRAULIC DREDGES ' Rates Fringes Hydraulic Dredge GROUP 1 :....................$ 31.85 13.53 GROUP 2 :.....................$ 32.36 13.53 GROUP 3 :.....................$.32.41 13.53 GROUP 4 :....................$ 33.98 GROUP 5 :............ ..$ 31.85 13.53 13.53 GROUP 6 :............ ..$ 31.98 :::::: 13.53 GROi7P 7 :....................$ 32.36 13.53 ' GROUP 1: Assistant Mate (Deckhand) GROUP 2: Assistant Engineer (Electric, Diesel, Steam, or Booster Pump) GROUP 3: Engineer Welder GROUP 4: Leverman, Hydraulic GROUP 5: Maintenance GROUP 6: Oiler GROUP 7: Mates & Boatman HEAVY WAGE RATES APPLIES TO CLAM SHELL DREDGE, HOE AND ' DIPPER, SHOVELS-AND SHOVEL ATTACHMENTS, BULLDOZERS. ----------------------- CRANES AND ----------------------- 1 WA080001 Modification 25 Federal Wage Determination 18 1 r ENGI0612-001 06/01/2007 r LEWIS, PIERCE, PACIFIC (THAT PORTION WHICH LIES NORTH OF A PARALLEL LINE EXTENDED WEST FROM THE NORTHE RN BOUNDARY OF ' WAHKAIKUM COUNTY TO THE SEA IN THE STATE OF THURSTON COUNTIES WASHINGTON) AND PROJECTS: CATEGORY A PROJECTS (excludes Category B pr ojects, as shown below) ' Rates Fringes Power equipment operators: ' WORK PERFORMED ON HYDRAULIC DREDGES:Total Project cost $300,000 and over GROUP 1 .................... GROUP 2 .................... $ 31.33 $ 31.46 12.75 12.75 GROUP 3 .................... $ 31.84 12.75 GROUP 4 .................... $ 31.89 12.75 GROUP 5 .................... $ 33.46 12.75 ' GROUP 6 .................... $ 31.33 12.75 WORK PERFORMED ON HYDRAULIC DREDGES:Total ' Project Cost under $300,000 GROUP 1 .................... $ 26.96 8.40 GROUP 2 .................... $ 27.06 8.40 GROUP 3 .................... GROUP 4 .................... $ 27.38 $ 27.43 8.40 8.40 GROUP 5 .................... $ 28.75 8.40 GROUP 6 .................... $ 26.96 8.40 ' ZONE 2 (26-45 radius miles) - Add $.70 to Zone 1 rates ZONE 3 (Over 45 radius miles) - Add $1.00 to Zone 1 rates ' BASEPOINTS: Tacoma, Olympia, and Centralia ' CATEGORY B PROJECTS - 95% of the basic hourly rate for each group plus full fringe benefits applicable to Category A projects shall apply to the following projects: Reduced rates may be paid on the following: ' 1. Projects involving work on structures such as buildings and structures whose total value is less than $1.5 million excluding mechanical, electrical, and utility portions of the contract. 2. Projects of less than $1 million where no building is involved. Surfacing and paving included, .but utilities excluded. WA080001 Modification 25 Federal Wage Determination 19 3. Marine projects (docts, wharfs, etc.) less than $150,000 ' WORK PERFORMED ON HYDRAULIC DREDGES: GROUP l: Assistant Mate (Deckhand ' GROUP 2: Oiler GROUP 3: Assistant Engineer (Electric, Diesel, Steam or Booster Pump); Mates and Boatmen ' GROUP 4: Craneman, Engineer Welder GROUP 5: Leverman, Hydraulic GROUP 6: Maintenance ' HEAVY WAGE RATES APPLIES TO CLAM SHEEL DREDGE, HOE AND DIPPER, SHOVELS AND SHOVEL ATTACHMENTS, CRANES AND BULLDOZERS ' HANDLING OF HAZARDOUS WASTE MATERIALS H-1 - When not outfitted with protective clothing of level D ' equipment - Base wage rate H-2 - Class "C" Suit - Base wage rate + $.25 per hour H-3 - Class "B" Suit - Base wage rate + $.50 per hour H-4 - Class "A" Suit - Base wage rate +$.75 per hour ENGI0612-002 06/01/2008 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 90o OF THE BASE RATE PLUS FULL FRINGE BENEFITS. ON ALL OTHER WORK, THE FOLLOWING RATES APPLY. Zone 1 (0-25 radius miles): Rates Power equipment operators: GROUP lA ...................$ 34.51 GROUP 1AA ..................$ 35.08 GROUP lAAA .................$ 35.65 GROUP 1 .....................$ 33.96 GROUP 2 .....................$ 33.47 GROUP 3 .....................$ 33.05 GROUP 4 .....................$ 30.69 Zone Differential (Add to Zone 1 rates): Zone 2 (26-45 radius miles) _ $ .70 Zone 3 (Over 45 radius miles) - $1.00 BASEPOINTS: CENTRALIA, OLYMPIA, TACOMA Fringes 13.95 13.95 13.95 13.95 13.95 13.95 13.95 POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1 AAA - Cranes-over 300 tons or 300 ft of boom (including jib with attachments) WA080001 Modification 25 Federal Wage Determination 20 GROUP lAA - Cranes- 200 tonsto 300 tons, or 250 ft of boom (including jib with attachments; Tower crane over 175 ft in ' height, bas to boom GROUP 1A - Cranes, 100 tons thru 199 tons, or 150 ft of boom (including jib with attachments); Crane-overhead, bridge ' type, 100 tons and over; Tower crane up to 175 ft in height base to boom; Loaders-overhead, 8 yards and over; Shovels, excavator, backhoes-6 yards and over with attachments ' GROUP 1 - Cableway; Cranes 45 tons thru 99 tons under 150 ft of boom (including jib with attachments); Crane-overhead, bridge type, 45 tons thru 99 tons; Derricks on building t work; Excavator, shovel, backhoes over 3 yards and under 6 yards; Hard tail end dump articulating off-road equipment 45 yards and over; Loader- overhead, 6 yards to, but not including, 8 yards; Mucking machine, mole, tunnel, drill ' and/or shield; Quad 9 HD 41, D-10; Remote control operator on rubber tired earth moving equipment; Rollagon; Scrapers- self-propelled 45 yards and over; Slipform pavers; ' Transporters, all track or truck type GROUP 2 - Barrier machine (zipper); Batch Plant Operator- concrete; Bump Cutter; Cranes, 20 tons thru 44 tons with , attachments; Crane-Overhead, bridge type, 20 tons through 44 tons; Chipper; Concrete pump-truck mount with boom attachment; Crusher; Deck engineer/deck winches (power); Drilling machine; Excavator, shovel, backhoe-3 yards and ' under; Finishing machine, Bidwell, Gamaco and similar equipment; Guardrail punch; Loaders, overhead under 6 yards; Loaders-plant feed; Locomotives-all; Mechanics- all; ' Mixers, asphalt plant; Motor patrol graders, finishing; Piledriver (other than crane mount); Roto-mill, roto- grinder; Screedman, spreader, topside operator-Blaw Knox, ' Cedar Rapids, Jaeger, Caterpillar, Barbar Green; Scraper-self- propelled, hard tail end dump, articulating off-road equipment- under 45 yards; Subgrader trimmer; Tractors, backhoe over 75 hp; Transfer material service machine-shuttle buggy, Blaw Knox- Roadtec; Truck Crane ' oiler/driver-100 tons and over; Truck Mount Portable Conveyor; Yo Yo pay ' GROUP 3 - Conveyors; Cranes through 19 tons with attachments; Crane-A-frame over 10 tons; Drill oilers-auger type, truck or crane mount; Dozer-D-9 and under; Forklift-3000 lbs. and ' over with attachments; Horizontal/directional drill locator; Outside Hoists-(elevators and manlifts), air tuggers, strato tower bucket elevators; Hydralifts/boom trucks over 10 tons; Loaders-elevating type, belt; Motor patrol grader-nonfinishing; Plant oiler- asphalt, crusher; ' Pump-Concrete; Roller, plant mix or multi-lfit materials; Saws-concrete; Scrapers, concrete and carry all; Service engineers-equipment; Trenching machines; Truck crane t oiler/driver under 100 tons; Tractors, backhoe under 75 hp WAO8OOO1 Modification 25 Federal Wage Determination 21 GROUP 4 - Assistant Engineer; Bobcat; Brooms; Compressor; Concrete Finish Machine-laser screed; Cranes A-frame 10 ' tons and under; Elevator and manlift (permanent and shaft type); Forklifts-under 3000 lbs. with attachments; Gradechecker, stakehop; Hydralifts/boom trucks, 10 tons and ' under; Oil distributors, blower distribution and mulch seeding operator; Pavement breaker; Posthole digger-mechanical; Power plant; Pumps-water; Rigger and ' Bellman; Roller-other than plant mix; Wheel Tractors, farmall type; Shotcrete/gunite equipment operator FOOTNOTE A- Reduced rates may be paid on the following: 1. Projects involving work on structures such as buildings ' 'and bridges whose total value is less than $1.5 million excluding mechanical, electrical, and utility portions of the contract. 2. Projects of less than $1 million where no building is involved. Surfacing and paving included, but utilities excluded. 3. Marine projects (docks, wharfs, etc.) less than $150,000. HANDLING OF HAZARDOUS WASTE MATERIALS: Personnel in all craft classifications subject to working inside a federally designated hazardous perimeter shall be elgible for compensation in accordance with the following group schedule relative to the level of hazardous waste as outlined in the specific hazardous waste project site safety plan. H-1 Base wage rate when on a hazardous waste site when not outfitted with protective clothing H-2 Class "C" Suit - Base wage rate plus $ .25 per hour. H-3 Class "B" Suit - Base wage rate plus $ .50. per hour. H-4 Class "A" Suit - Base wage rate plus $ .75 per hour. ---------------------------------------------------------------- ENGI0701-002 01/01/2009 CLARK, COWLITZ, KLICKKITAT, PACIFIC (SOUTH), SKAMANIA, AND WAHKIAKUM COUNTIES POWER RQUIPMENT OPERATORS: ZONE 1 Rates Power equipment operators: (See Footnote A) GROUP 1 .....................$ 36.22 GROUP 1A ....................$ 38.03 GROUP 1B ....................$ 39.84 GROUP 2 .....................$ 34.65 GROUP 3 .....................$ 33.69 GROUP 4' . ....................$ 32.78 GROUP 5 .....................$ 31.71 GROUP 6 .....................$ 28.82 WA080001 Modification 25 Federal Wage Determination Fringes 10.90 10.90 10.90 10.90 10.90 10.90 10.90 10.90 22 fl Zone Differential (add to Zone 1 rates): ' Zone 2 - $2.50 Zone 3 - $5.00 For the following metropolitan counties: MULTNOMAH; CLACKAMAS; MARION; WASHINGTON; YAMHILL; AND COLUMBIA; CLARK; AND COWLITZ COUNTY, WASHINGTON WITH MODIFICATIONS AS INDICATED: ' All jobs or projects located in Multnomah, Clackamas and Marion Counties, West of the western boundary of Mt. Hood National Forest and West of Mile Post 30 on Interstate 84 ' and West of Mile Post 30 on State Highway 26 and West of ' Mile Post 30 on Highway 22 and all jobs or projects located in Yamhill County, Washington County and Columbia County and all jobs or porjects located in Clark & Cowlitz County, Washington except that portion of Cowlitz County in the Mt. St. Helens "Blast Zone" shall receive Zone I pay for all classifications. ' All jobs or projects located in the area outside the identified boundary above, but less than 50 miles from the Portland City Hall shall receive Zone II pay for all classifications. All jobs or projects located more than 50 miles from the Portland City Hall, but outside the identified border t above, shall receive Zone III pay for all classifications. For the following cities: ALBANY; BEND; COOS BAY; EUGENE; ' GRANTS PASS; KLAMATH FALLS; MEDFORD; ROSEBURG All jobs or projects located within 30 miles of the respective city hall of the above mentioned cities shall ' receive Zone I pay for all classifications. All jobs or projects located more than 30 miles and less than 50 miles from the respective city hall of the above mentioned cities shall receive Zone II pay for all classifications. ' All jobs or projects located more than 50 miles from the respective city hall of the above mentioned cities shall receive Zone III pay for all classifications. ' POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1: CONCRETE: Batch Plant and/or Wet Mix Operator, three units or more; CRANE: Helicopter Operator, when used in ' erecting work; Whirley Operator, 90 ton and over; LATTICE BOOM CRANE: Operator 200 tons through 299 tons, and/or over 200 feet boom; HYDRAULIC CRANE: Hydraulic Crane Operator 90 tons through 199 tons with luffing or tower attachments; ' FLOATING EQUIPMENT: Floating Crane, 150 ton but less than 250 ton WA080001 Modification 25 Federal Wage Determination 23 GROUP lA: HYDRAULIC CRANE: Hydraulic Operator, 200 tons and over (with luffing or tower attachment); LATTICE BOOM CRANE: Operator, 200 tons through 299 tons, with over 200 feet boom; FLOATING EQUIPMENT: Floating Crane 250 ton and over ' GROUP 1B: LATTICE BOOM CRANE: Operator, 300 tons through 399 tons with over 200 feet boom; Operator 400 tons and over; FLOATING EQUIPMENT: Floating Crane 350 ton and over GROUP 2: ASPHALT: Asphalt Plant Operator (any type); Roto Mill, pavement profiler, operator, 6 foot lateral cut and over; BLADE: Auto Grader or "Trimmer" (Grade Checker ' required); Blade Operator, Robotic; BULLDOZERS: Bulldozer operator over 120,000 lbs and above; Bulldozer operator, twin engine; Bulldozer Operator tandem, quadnine, D10, D11, and similar type; Bulldozere Robotic Equipment (any type; ' CONCRETE: Batch Plant and/or Wet Mix Operator, one and two drum; Automatic Concrete Slip Form Paver Operator; Concrete Canal Line Operator; Concrete Profiler, Diamond Head; ' CRANE: Cableway Operator, 2S tons and over; HYDRAULIC CRANE: Hydraulic crane operator 90 tons through 199 tons (without luffing or tower attachment); TOWER/WHIRLEY ' OPERATOR: Tower Crane Operator; Whirley Operator, under 90 tons; LATTICE BOOM CRANE: 90 through 199 tons and/or 150 to 200 feet boom; CRUSHER: Crusher Plant Operator; FLOATING EQUIPMENT: Floating Clamshell, etc operator, 3 cu. yds. and over; Floating Crane (derrick barge) Operator, 30 tons but less than 150 tons; LOADERS: Loader operator, 120,000 lbs. and above; REMOTE CONTROL: Remote controlled earth-moving equipment; RUBBER-TIRED SCRAPERS: Rubber- tired scraper operator, with tandem scrapers, multi-engine; SHOVEL, DRAGLINE, CLAMSHELL, SKOOPER OPERATOR: Shovel, Dragline, Clamshell, operator 5 cu. yds and over; TRENCHING MACHINE: Wheel Excavator, under 750 cu. yds. per hour (Grade Oiler required); Canal Trimmer (Grade Oiler required); Wheel Excavator, over 750 cu. yds. per hour; Band Wagon (in conjunction with wheel excavator); UNDERWATER EQUIPMENT: Underwater Equipment Operator, remote ' or otherwise; HYDRAULIC HOES-EXCAVATOR: Excavator over 130,000 lbs.; HYDRAULIC CRANE: Hydraulic crane operator, 50 tons through 89 tons (with luffing or tower attachment); ' GR OUP 3: BULLDOZERS: Bulldozer operator, over 70,000 lbs. up to and including 120,000 lbs.; HYDRAULIC CRANE: Hydraulic crane operator, 50 tons through 89 tons (without luffing or tower attachment); LATTICE BOOM CRANES: Lattice Boom Crane-50 through 89 tons (and less than 150 feet boom); FORKLIFT: Rock Hound Operator; HYDRAULIC HOES-EXCAVATOR: excavator over 80,000 lbs. through 130,000 lbs.; LOADERS: ' Loader operator 60,000 and less than 120,000; RUBBER-TIRED SCRAPERS: Scraper Operator, with tandem scrapers; Self-loading, paddle wheel, auger type, finish and/or 2 or more units; SHOVEL, DRAGLINE, CLAMSHELL,SKOOPER OPERATOR: t Shovel, Dragline, Clamshell operators 3 cu. yds. but less than 5 cu yds. WA080001 Modification 25 Federal Wage Determination 24 GROUP 4: ASPHALT: Screed Operator; Asphalt Paver operator (screeman required); BLADE: Blade operator; Blade operator, finish; Blade operator, externally controlled by electronic, mechanical hydraulic means; Blade operator,. multi-engine; BULLDOZERS: Bulldozer Operator over 20,000 lbs and more than 100 horse up to 70,000 lbs; Drill Cat Operator; Side-boom Operator; Cable-Plow Operator (any type); CLEARING: Log Skidders; Chippers; Incinerator; Stump Splitter (loader mounted or similar type); Stump Grinder (loader mounted or similar type; Tub Grinder; Land Clearing Machine (Track mounted forestry mowing & grinding machine}; Hydro Axe (loader mounted or similar type); COMPACTORS SELF-PROPELLED: Compactor Operator, with blade; Compactor ' Operator, multi-engine; Compactor Operator, robotic; CONCRETE: Mixer Mobile Operator; Screed Operator; Concrete Cooling Machine Operator; Concrete Paving Road Mixer; Concrete Breaker; Reinforced Tank Banding Machine (K-17 or similar types); Laser Screed; CRANE: Chicago boom and similar types; Lift Slab Machine Operator; Boom type ' lifting device, 5 ton capacity or less; Hoist Operator, two (2) drum; Hoist Operator, three (3) or more drums; Derrick Operator, under 100 ton; Hoist Operator, stiff leg, guy derrick or similar type, 50 ton and over; Cableway Operator up to twenty (25) ton; Bridge Crane Operator, Locomotive, Gantry, Overhead; Cherry Picker or similar type crane; Carry Deck Operator; Hydraulic Crane Operator, under 50 tons; LATTICE-BOOM CRANE OPERATOR: Lattice Boom Crane ' Operator, under 50 tons; CRUSHER: Generator Operator; Diesel-Electric Engineer; Grizzley Operator; Drill Doctor; Boring Machine Operator; Driller-Percussion, Diamond, Core, Cable, Rotary and similar type; Cat Drill (John Henry); Directional Drill Operator over 20,000 lbs pullback; FLOATING EQUIPMENT: Diesel-electric Engineer; Jack Operator, elevating barges, Barge Operator, self- unloading; Piledriver Operator (not crane type) (Deckhand ' required); Floating Clamshelll, etc. Operator, under 3 cu. yds. (Fireman or Diesel-Electric Engineer required); Floating Crane (derrick barge) Operator, less than 30 tons; GENERATORS: Generator Operator; Diesel-electric Engineer; GUARDRAIL EQUIPMENT: Guardrail Punch Operator (all types); Guardrail Auger Operator (all types); Combination Guardrail ' machines, i.e., punch auger, etc.; HEATING PLANT: Surface Heater and Planer Operator; HYDRAULIC HOES EXCAVATOR: Robotic Hydraulic backhoe operator, track and wheel type up to and including 20,0000 lbs. with any or all attachments; Excavator Operator over 20,000 lbs through 80,000 lbs.; ' LOADERS: Belt Loaders, Kolman and Ko Cal types; Loaders Operator, front end and overhead, 25,000 lbs and less than 60,000 lbs; Elevating Grader Operator by Tractor operator, ' Sierra, Euclid or similar types; PILEDRIVERS: Hammer ' WA080001 Modification 25 Federal Wage Determination 25 1 Operator; Piledriver Operator (not crane type); PIPELINE, SEWER WATER: Pipe Cleaning Machine Operator; Pipe Doping ' Machine Operator; Pipe Bending Machine Operator; Pipe Wrapping Machine Operator; Boring Machine Operator; Back Filling Machine Operator; REMOTE CONTROL: Concrete Cleaning ' Decontamination Machine Operator; Ultra High Pressure Water Jet Cutting Tool System Operator/Mechanic; Vacuum Blasting Machine Operator/mechanic; REPAIRMEN, HEAVY DUTY: Diesel ' Electric Engineer (Plant or Floating; Bolt Threading Machine operator; Drill Doctor (Bit Grinder); H.D. Mechanic; Machine Tool Operator; RUBBER-TIRED SCRAPERS: Rubber-tired Scraper Operator single engine, single scraper; Self-loading, paddle wheel, auger type .under Z5 ' cu. yds.; Rubber-tired Scraper Operator, twin engine; Rubber-tired Scraper Operator, with push- ull attachments; Self Loading, paddle wheel, auger type 15 cu. yds. and ' over, single engine; Water pulls, water wagons; SHOVEL, DRAGLINE, CLAMSHELL, SKOOPER OPERATOR: Diesel Electric Engineer; Stationay Drag Scraper Operator; Shovel, ' Dragline, Clamshell, Operator under 3 cy yds.; Grade-all Operator; SURFACE (BASE) MATERIAL: Blade mounted spreaders, Ulrich and similar types; TRACTOR-RUBBERED TIRED: Tractor operator, rubber-tired, over 50 hp flywheel; Tractor operator, with boom attachment; Rubber-tired dozers and ' pushers (Michigan, Cat, Hough type); Skip Loader, Drag Box; TRENCHING MACHINE: Trenching Machine operator, digging capacity over 3 ft depth; Back filling machine operator; ' TUNNEL: Mucking machine operator GROUP 5: ASPHALT: Extrusion Machine Operator; Roller ' Operator (any asphalt mix); Asphalt Burner and Reconditioner Operator (any type); Roto-Mill, pavement profiler, ground man; BULLDOZERS: Bulldozer operator, 20,000 lbs. or less or 100 horse or less; COMPRESSORS: Compressor Operator (any power), over 1,250 cu. ft. total t capacity; COMPACTORS: Compactor Operator, including vibratory; Wagner Pactor Operator or similar type (without blade); CONCRETE: Combination mixer and Compressor ' Operator, gunite work; Concrete Batch Plant Quality Control Operator; Beltcrete Operator; Pumpcrete Operator (any type); .Pavement Grinder and/or Grooving Machine Operator ' (riding type); Cement Pump Operator, Fuller-Kenyon and similar; Concrete Pump Operator; Grouting Machine Operator; Concrete mixer operator, single drum, under (5) bag capacity; Cast in place pipe laying machine; maginnis Internal Full slab vibrator operator; Concrete finishing ' mahine operator, Clary, Johnson, Bidwell, Burgess Bridge deck or similar type; Curb Machine Operator, mechanical Berm, Curb and/or Curb and Gutter; Concrete Joint Machine ' Operator; Concrete Planer Operator; Tower Mobile Operator; Power Jumbo Operator setting slip forms in tunnels; Slip Form Pumps, power driven hydraulic lifting device for concrete forms; Concrete Paving Machine Operator; Concrete ' Finishing Machine Operator; Concrete Spreader Operator; CRANE: Helicopter Hoist Operator; Hoist Operator, single drum; Elevator Operator; A-frame Truck Operator, Double ' drum; Boom Truck Operator; HYDRAULIC CRANE OPERATOR: WA080001 Modification 25 Federal Wage Determination 26 Hydraulic Boom Truck, Pittman; DRILLING: Churm Drill and Earth Boring Machine Operator; Vacuum Truck; Directional ' Drill Operator over 20,000 lbs pullback; FLOATING EQUIPMENT: Fireman; FORKLIFT: Fork Lift, over 10 ton and/or ' robotic; HYDRAULIC HOES EXCAVATORS: Hydraulic Backhoe Operator, wheel type (Ford, John Deere, Case type); Hydraulic Backhoe Operator track type up to and including 20,000 lbs.; LOADERS: Loaders, rubber- tired type, less than 25,000 lbs; Elevating Grader Operator, Tractor Towed ' requiring Operator or Grader; Elevating loader operator, Athey and similar types; OILERS: Service oiler (Greaser); PIPELINE-SEWER WATER: Hydra hammer or simialr types; Pavement Breaker Operator; PUMPS: Pump Operator, more than t 5 (any size); Pot Rammer Operator; RAILROAD EQUIPMENT: Locomotive Operator, under 40 tons; Ballast Regulator ' Operator; Ballast Tamper Multi-Purpose Operator; Track Liner Operator; Tie Spacer Operator; Shuttle Car Operator; Locomotive Operator, 40 tons and over; MATERIAL HAULRS: Cat wagon DJBs Volvo similar types; Conveyored material hauler; SURFACING (BASE) MATERIAL: Rock Spreaders, self-propelled; ' Pulva-mixer or similar types; Chiip Spreading machine operator; Lime spreading operator, construction job Biter; SWEEPERS: Sweeper operator (Wayne type) self-propelled construction job site; TRACTOR-RUBBER TIRED: Tractor ' operator, rubber-tired, 50 hp flywheel and under; Trenching machine operator, maximum digging capacity 3 ft depth; TUNNEL: Dinkey ' G ROUP 6: ASPHALT: Plant Oiler; Plant Fireman; Pugmill Operator (any type); Truck mounted asphalt spreader, with screed; COMPRESSORS: Compressor Operator (any power), under ' 1,250 cu. ft. total capacity; CONCRETE: Plant Oiler, Assistant Conveyor Operator; Conveyor Operator; Mixer Box Operator (C.T.B., dry batch, etc.); Cement Hog Operator; Concrete Saw Operator; Concrete Curing Machine Operator ' (riding type); Wire Mat or Brooming Machine Operator; CRANE: Oiler; Fireman, all equipment; Truck Crane Oiler Driver; A-frame Truck Operator, single drum; Tugger or Coffin Type Hoist Operator; CRUSHER: Crusher Oiler; Crusher Feederman; CRUSHER: Crusher oiler; Crusher feederman; DRILLING: Drill Tender; Auger Oiler; FLOATING EQUIPMENT: ' Deckhand; Boatman; FORKLIFT: Self-propelled Scaffolding Operator, construction job site (exclduing working platform); Fork Lift or Lumber Stacker Operator, construction job site; Ross Carrier Operator, construction job site; Lull Hi-Lift Operator or Similar Type; GUARDRAIL ' EQUIPMENT: Oiler; Auger Oiler; Oiler, combination guardrail machines; Guardrail Punch Oiler; HEATING PLANT: Temporary Heating Plant Operator; LOADERS: Bobcat, skid steer (less ' than 1 cu yd.); Bucket Elevator Loader Operator, BarberGreene and similar types; OILERS: Oiler; Guardrail Punch Oiler; Truck Crane Oiler-Driver; Auger Oiler; Grade Oiler, required to check grade; Grade Checker; Rigger; ' PIPELINE-SEWER WATER: Tar Pot Fireman; Tar Pot Fireman (power agitated); PUMPS: Pump Operator (any power); Hydrostatic Pump Operator; RAILROAD EQUIPMENT: Brakeman; t Oiler; Switchman; Motorman; Ballast Jack Tamper Operator; WA080001 Modification 25 t Federal Wage Determination 27 SHOVEL, DRAGLINE, CLAMSHELL, SKOOPER, ETC. OPERATOR: Oiler, Grade Oiler (required to check grade); Grade Checker; ' Fireman; SWEEPER: Broom operator, self propelled, construction job site; SURFACING (BASE) MATERIAL: Roller Operator, grading of base rock (not asphalt); Tamping ' Machine operartor, mechanical, self-propelled; Hydrographic Seeder Machine Operator; TRENCHING MACHINE: Oiler; Grade Oiler; TiTNNEL: Conveyor operator; Air filtration equipment t operator * ENGI0701-003 01/01/2009 CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH), SKAMANIA, AND WAHKIAKUM ' COUNTIES DREDGING: ' Rates Fringes ' Dredging: ZONE A ASSISTANT ENGINEER......... $ 37.30 10.80 ASSISTANT MATE ............. $ 32.96 10.80 LEVERMAN, DIPPER, ' FLOATING CLAMSHELL......... $ 39.88 10.80 LEVERMAN, HYDRAULIC........ $ 39.88 10.80 TENDERMAN .................. $ 36.12 10.80 ' ZONE B ASSISTANT ENGINEER......... $ 39.80 10.80 ASSISTANT MATE ............. $ 35.46 10.80 ' LEVERMAN, DIPPER, FLOATING CLAMSHELL......... $ 42.38 10.80 LEVERMAN, HYDRAULIC........ $ 42.38 10.80 TENDERMAN .................. $ 38.62 10.80 ' ZONE C ASSISTANT ENGINEER......... $ 41.30 10.80 ASSISTANT MATE ............. $ 36.96 10.80 LEVERMAN, DIPPER, ' FLOATING CLAMSHELL......... $ 43.88 10.80 LEVERMAN, HYDRAULIC........ $ 43.88 10.80 TENDERMAN .................. $ 40.12 10.80 ' ZONE DESCRIPTION FOR DREDGING: ZONE A - All jobs or projects loc ated within 30 road miles of ' Portland City Hall. ZONE B - Over 30-60 road miles fr om Portland City Hall. ZONE C - Over 60 road miles from Portland City Hall. ' *All jobs or projects shall .be computed from the city hall by the shortest route to the geographical center of the project. ---------------------------------------------------------------- ' WA080001 Modification 25 Federal Wage Determination 28 1 1 1 1 1 1 1 1 1 1 1 1 1 1 IRON0014-005 07/01/2008 ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND ORIELLE, SPOKANE, STEVENS, WALLA WALLA AND WHITMAN COUNTIES Rates Fringes IRONWORKER .......................$ 29.52 17.87 ---------------------------------------------------------------- IRON0029-002 07/01/2008 CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA, AND WAHKAIKUM COUNTIES Rates Fringes IRONWORKER .... ................... $ 31.65 17.87 IRON0086-002 07/01/2008 YAKIMA, KITTITAS AND.CHELAN COUNTIES Rates Fringes IRONWORKER .... ------- - ................... $ 30.00 17.87 ------ IRON0086-004 ------------------- 07/01/2008 -------------- ----------------- CLALLAM, GRAYS HARBOR, ISLAND, JE FFERSON, KING, •KITSAP, LEWIS, MASON, PIERCE, SKAGIT, SNOHOMISH, THURSTON, AND WHATCOM COUNTIES Rates Fringes IRONWORKER .......................$ 34.40 17.87 ---------------------------------------------------------------- WA080001 Modification 25 Federal Wage Determination 29 1 LAB00001-002 06/01/2008 ' ZONE 1: ' Rates Laborers: Fringes CALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, ' KITSAP, LEWIS, MASON, PACIFIC (NORTH OF STRAIGHT LINE MADE BY EXTENDING THE NORTH BOUNDARY WAHKIAKUM ' COUNTY WEST TO THE PACIFIC OCEAN), PIERCE, SAN JUAN, ' SKAGIT, SNOHOMISH, THURSTON AND WHATCOM COUNTIES GROUP 1 ....................$ 21.19 8.46 ' GROUP 2 ....................$ 24.01 GROUP 3 ....................$ 29.66 8.46 .8.46 GROUP 4 ....................$ 30.37 8.46 GROUP 5 ....................$ 30.85 8.46 CHELAN, DOUGLAS (WEST OF t THE 120TH MERIDIAN), KITTITAS AND YAKIMA COUNTIES ' GROUP 1 ....................$ 17.45 8.46 GROUP 2 ....................$ 19.97 8.46 GROUP 3 ....................$ 21.85 8.46 ' GROUP 4 ....................$ 22.37 GROUP 5 ....................$ 22.76 8.46 8.46 ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES): ' ZONE 2 - $ .70 ZONE 3 - $1.00 BASE POINTS: CHELAN, SUNNYSIDE, WENATCHEE, AND YAKIMA ' ZONE 1 - Projects within 25 radius miles of the respective city hall ' ZONE 2 - More than 25 but less than 45 radius miles from the respective city hall ZONE 3 - More than 45 radius miles from the respective city Hall ' BASE POINTS: BELLINGHAM,,MT. VERNON, EVERETT, SEATTLE, KENT, TACOMA, OLYMPIA, CENTRALIA, ABERDEEN, SHELTON, PT. TOWNSEND, PT. ANGELES, AND BREMERTON ' ZONE 1 - Projects within 25 radius miles of the respective city hall ' ZONE 2 - More than 25 but less than 45 radius miles from the respective city hall ZONE 3 - More than 45 radius miles from the respective city hall ' WA080001 Modification 25 Federal Wage Determination 30 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 t 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); Maintenance Person; Material Yard Person; Pot Tender; Rip Rap Person; Riggers; Scale Person; Sloper Sprayer; Signal Person; Stock Piler; Stake Hopper; Toolroom Man (at job site); Topper-Tailer; Track Laborer; ' Truck Spotter; Vinyl Seamer GROUP 4: Cement Dumper-Paving; Chipping Gun (over 30 lbs.); Clary Power Spreader; Concrete Dumper/Chute Operator; Concrete Saw Operator; Drill Operator (hydraulic, diamond, aiartrac); Faller and Bucker Chain Saw; Grade Checker and Transit Person; Groutmen (pressure) including post tension beams; Hazardous Waste Worker (Level B); High Scaler; Jackhammer; Laserbeam Operator; Manhole Builder-Mudman; 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) . WAO8OOO1 Modification 25 Federal Wage Determination 31 LAB00238-004 06/01/2008 ' ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS (EAST OF THE 120TH MERIDIAN), FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN, ' PEND OREILLE, STEVENS, SPOKANE, WALLA WALLA AND WHITMAN COUNTIES Rates Fringes Laborers: ' ZONE l: GROUP 1 ....................$ 20.56 7.70 GROUP 2 ....................$ 22.66 7.70 GROUP 3 ....................$ 22.93 7.70 GROUP 4 ....................$ 23.20 7.70 ' GROUP 5 ....................$ 23.48 7.70 GROUP 6 ....................$ 24.85 7.70 ' Zone Differential (Add to Zone 1 rate): $2.00 BASE POINTS: Spokane, Pasco, Lewiston ' Zone l: 0-45 radius miles from the main post office. Zone 2: 45 radius miles and over from the main post office. ' LABORERS CLASSIFICATIONS GROUP 1: Flagman; Landscape Laborer; Scaleman; Traffic Control Maintenance Laborer (to include erection and ' maintenance of barricades, signs and relief of flagperson); Window Washer/Cleaner (detail cleanup, such as, but not limited to cleaning floors, ceilings, walls, windows, etc. ' prior to final acceptance by the owner) GROUP 2: Asbestos Abatement Worker; Brush Hog Feeder; Carpenter Tender; Cement Handler; Clean-up Laborer; Concrete Crewman (to include stripping of forms, hand operating jacks on slip form construction, application of concrete curing compounds, pumpcrete 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 pumpcrete 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 WA080001 Modification 25 Federal Wage Determination 32 GROUP 3: Asphhlt Raker; Asphalt Roller, walking; Cement Finisher Tender; Concrete Saw, walking; Demolition Torch; Dope Pot Firemen, non-mechanical; Driller Tender (when required to move and position machine); Form Setter, Paving; Grade Checker using level; Hazardous Waste Worker, ' Level C (uses a chemical "splash suit" and air purifying respirator); Jackhammer Operator; Miner, Class "B" (to include brakeman, finisher, vibrator, form setter); ' Nozzleman (to include squeeze and flo-crete nozzle); Nozzleman, water, air or steam; Pavement Breaker (under 90 lbs.); Pipelayer, corrugated metal culvert; Pipelayer, multi- plate; Pot Tender; Power Buggy Operator; Power Tool Operator, gas, electric, pneumatic; Railroad Equipment, ' power driven, except dual mobile power spiker or puller; Railroad Power Spiker or Puller, dual mobile; Rodder and Spreader; Tamper (to include operation of Barco, Essex and similar tampers); Trencher, Shawnee; Tugger Operator; Wagon Drills; Water Pipe Liner; Wheelbarrow (power driven) GROUP 4: Air and Hydraulic Track Drill; Brush Machine. (to include horizontal construction joint cleanup brush machine, power propelled); Caisson Worker, free air; Chain Saw Operator and Faller; Concrete Stack (to include laborers when laborers working on free standing concrete ' stacks for smoke or fume control above 40 feet high); Gunite (to include operation of machine and nozzle); Hazardous Waste Worker, Level B (uses same respirator ' protection as Level A. A supplied air line is provided in conjunction with a chemical "splash suit"); High Scaler; Laser Beam Operator (to include grade checker and elevation control); Miner, Class C (to include miner, nozzleman for concrete, laser beam operator and rigger on tunnels); Monitor Operator (air track or similar mounting); Mortar Mixer; Nozzleman (to include jet blasting nozzleman, over 1,200 lbs., jet blast machine power propelled, sandblast ' nozzle); Pavement Breaker (90 lbs. and over}; Pipelayer (to include working topman, caulker, collarman, jointer, mortarman, rigger, jacker, shorer, valve or meter ' installer); Pipewrapper; Plasterer Tender; Vibrators (all) GROUP 5 - Drills with Dual Masts; Hazardous Waste Worker, ' Level A (utilizes a fully encapsulated suit with a self-contained breathing apparatus or a supplied air line); Miner Class "D", (to include raise and shaft miner, laser beam operator on riases and shafts) ' GROUP 6 - Powderman ---------------------------------------------------------------- t WA080001 Modification 25 Federal Wage Determination 33 LAB00238-006 06/01/2008 COUNTIES EAST OF THE 120TH MERIDIAN: ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND OREILLE, STEVENS, SPOKANE, WALLA WALLA, ' WHITMAN ' Hod Carrier ...................... --- Rates $ 24.10 Fringes 7.70 ------------------------------ LAB00335-001 06/01/2008 ------------- ------------------ 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 ' Laborers: Rates Fringes ZONE 1: GROUP 1 ................ .. $ 27.46 8.40 GROUP 2 ................ .. :: $ 28.06 8.40 GROUP 3 .................... $ 28.50 8.40 GROUP 4 .................... $ 28.88 8.40 ' GROUP 5 .................... $ 24.96 8.40 GROUP 6 .................... $ 22.54 8.40 GROUP 7 .................... $ 19.34 8.40 t 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, LONGVIE W, 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 respecti ve city hall. WA080001 Modification 25 Federal Wage Determination 34 1 LABORERS CLASSIFICATIONS GROUP l: Asphalt Plant Laborers; Asphalt Spreaders; Batch Weighman; Broomers; Brush Burners and Cutters; Car and ' Truck Loaders; Carpenter Tender; Change-House Man or Dry Shack Man; Choker Setter; Clean-up Laborers; Curing, Concrete; Demolition, Wrecking and Moving Laborers; Dumpers, road oiling crew; Dumpmen (for grading crew); Elevator Feeders; Guard Rail, Median Rail Reference Post, Guide Post, Right of Way Marker; Fine Graders; Fire Watch; Form Strippers (not swinging stages); General Laborers; Hazardous Waste Worker; Leverman or Aggregate Spreader ' (Flaherty and similar types); Loading Spotters; Material Yard Man (including electrical); Pittsburgh Chipper Operator or Similar Types; Railroad Track Laborers; Ribbon Setters (including steel forms); Rip Rap Man (hand placed); ' Road Pump Tender; Sewer Labor; Signalman; Skipman; Slopers; Spraymen; Stake Chaser; Stockpiler; Tie Back Shoring; Timber Faller and Bucker (hand labor); Toolroom Man (at job site); Tunnel Bullgang (above ground); Weight-Man- Crusher ' (aggregate when used) GROUP 2: Applicator (including pot power tender for same), applying protective material by hand or nozzle on utility ' lines or storage tanks on project; Brush Cutters (power saw); Burners; Choker Splicer; Clary Power Spreader and similar types; Clean- up Nozzleman-Green Cutter (concrete, ' rock, etc.); Concrete Power Buggyman; Concrete Laborer; Crusher Feeder; Demolition and Wrecking Charred Materials; Gunite Nozzleman Tender; Gunite or Sand Blasting Pot Tender; Handlers or Mixers of all Materials of an ' irritating nature (including cement and lime); -Tool Operators (includes but not limited to: Dry Pack Machine; Jackhammer; Chipping Guns; Paving Breakers); Pipe Doping and Wrapping; Post Hole Digger, air, gas or electric; ' Vibrating Screed; Tampers; Sand Blasting (Wet); Stake-Setter; Tunnel-Muckers, Brakemen, Concrete Crew, Bullgang (underground) GROUP 3: Asbestos Removal; Bit Grinder; Drill Doctor; Drill Operators, air tracks, cat drills, wagon drills, ' rubber-mounted drills, and other similar types including at crusher plants; Gunite Nozzleman; High Scalers, Strippers and Drillers (covers work in swinging stages, chairs or belts, under extreme conditions unusual to normal drilling, blasting, barring-down, or sloping and stripping); Manhole Builder; Powdermen; Concrete Saw Operator; Pwdermen; Power Saw Operators (Bucking and Falling); Pumpcrete 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 ' WA080001 Modification 25 Federal Wage Determination t 35 t 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 ------------------------------------------ LAB00335-010 06/01/2008 Rates Fringes Hod Carrier ......................$ 29.58 8.40 ---------------------------------------------------------------- PAIN0005-002 06/01/2008 STATEWIDE EXCEPT CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH), SKAMANIA, AND WAHKIAKUM COUNTIES Rates Fringes Painters: STRIPERS ....................$ 26.50 --- ---11.40 PAIN0005-004 07/01/2007 CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM COUNTIES Rates Fringes PAINTER ..........................$ 19.91 6.85 ---------------------------------------------------------------- WA080001 Modification 25 Federal Wage Determination 36 * PAIN0005-006 07/01/2008 ADAMS, ASOTIN; BENTON AND FRANKLIN (EXCEPT HANFORD SITE); CHELAN, COLUMBIA, DOUGLAS, FERRY, GARFIELD, GRANT, KITTITAS, LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, .WHITMAN AND YAKIMA COUNTIES ' Rates Fringes Painters: Application of Cold Tar Products, Epoxies, Polyure thanes, Acids, Radiation Resistant Material, Water and Sandblasting, Bridges, Towers, Tanks, Stacks, Steeples ....................$ 20.84 7.88 Over 30'/Swing Stage Work..$ 21.54 7.88 Brush, Roller, Striping, Steam-cleaning and Spray....$ 15.09 6.68 Lead Abatement, Asbestos Abatement ...................$ 20.84 7.88 TV Radio, Electrical ' Transmission Towers.........$ 21.59 7.88 Over 30'/Swing Stage Work..$ 22.29 7.88 ' *$.70 shall be paid over and above the basic wage rates listed for work on swing stages and high work of over 30 feet. PAIN0055-002 10/01/2008 CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA, AND WAHKIAKUM ' COUNTIES Rates Fringes i Painters: Brush & Roller ..............$ 19.69 7.14 High work - All work 60 ft. or higher ...............$ 20.44 7.14 Spray and Sandblasting......$ 20.29 7.14 PAIN0055-007 06/01/2007 CLARK, COWLITZ, KLICKITAT, SKAMANIA and WAHKIAKUM COUNTIES Rates Fringes Painters: HIGHWAY & PARKING LOT t STRIPER .....................$ 28.27-------- ------8.27 WAO8OOO1 Modification 25 Federal Wage Determination 37 PLA50072-004 06/01/2007 ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, KITTITAS, LINCOLN, OKANOGAN, PEND ' OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN, COUNTIES AND YAKIMA Rates Fringes CEMENT MASON/CONCRETE FINISHER ZONE 1 :.....................$ 24.68 7.98 ' Zone Differential (Add to Zone 1 rate).: Zone 2 - $2.00 BASE POINTS: Spokane, Pasco, Moses Lake, Lewist on ' Zone 1: 0 - 45 radius miles from the main post Zone 2: Over 45 radius miles from the main post -------- office office ---------------------------------------- PLAS0528-001 06/01/2008 ---------------- ' CLALLAM, COWLITZ, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PACIFIC, PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON, WAHKIAKUM AND WHATCOM COUNT IES Rates Fringes ' Cement Masons: CEMENT MASON ................$ 34.68 12.13 COMPOSITION, COLOR MASTIC, TROWEL MACHINE, GRINDER, POWER TOOLS, GUNNITE NOZZLE.$ 35.18 TROWLING MACHINE OPERATOR 12.13 ON COLORED SLABS, COMPOSITION OR KALMAN ' -- _ FLOORS ......................$ 36.18 12.13 PLAS0555-002 06/01/2008 CLARK, KLICKITAT AND SKAMANIA COUNTIES ZONE 1: Rates Cement Masons: Fringes CEMENT MASONS DOING BOTH ' COMPOSITION/POWER MACHINERY AND SUSPENDED/HANGING SCAFFOLD..$ 27.87 14.83 CEMENT MASONS ON ' SUSPENDED, SWINGING AND/OR HANGING SCAFFOLD............$ 27.34 14.83 CEMENT MASONS ...............$ 26.80 14.83 COMPOSITION WORKERS AND POWER MACHINERY OPERATORS...$ 27.34 14.83 WA080001 Modification 25 Federal Wage Determination i 38 r Zone Differential (Add To Zone 1 Rates): Zone 2 - $0.65_ ' Zone 3 - 1.15 Zone 4 - 1.70 Zone 5 _ 3.00 ' BASE POINTS: BEND, CORVALLIS, EUGENE, MEDFORD, PORTLAND, SALEM, THE DALLES, VANCOUVER ZONE 1: Projects within 30 miles of the respective city hall ZONE 2: More than 30 miles but less than 40 miles from the respective city hall. ZONE 3: More than 40 miles but less than 50 miles from the t respective city hall. ZONE 4: More than 50 miles but less than 80 miles from the respective city hall. ' ZONE 5: More than 80 miles from the respective --------------- city hall -------------------------------- * PLUM0032-002 01/01/2009 ----------------- CLALLAM, KING AND JEFFERSON COUNTIES Rates Fringes Plumbers and Pipefitters.........$ 43.68 ------- - -- 18.06 - --- --------------------------------- * PLUM0032-003 01/01/2009 ----------------- i CHELAN, KITTITAS (NORTHERN TIP), DOUGLAS (NORTH ), AND OICANOGAN (NORTH) COUNTIES Rates Frin es g ' Plumbers and-Pipefitters~~~~~~~~~$ 31.46 14.61 PLUM0044-003 06/01/2007 ' ADAMS (NORTHERN PART), ASOTIN (CLARKSTON ONLY), FERRY (EASTERN PART), LINCOLN, PEND ORIELLE, STEVENS, SPOKANE, AND WHITMAN COUNTIES ' Rates Fringes ' Plumbers and Pipefitters ADAMS (NORTHERN PART), ASOTIN (CLARKSTON ONLY), FERRY (EASTERN PART), ' LINCOLN, PEND ORIELLE AND STEVENS AND SPOKANE COUNTIES ....................$ 30.14 12.81 ' ----WHITMAN COUNTY ..............$ 36.24-------- ----------------------- ----12.81 ---------- WA080001 Modification 25 Federal Wage Determination 39 PLUM0082-001 06/01/2007 ' CLARK (NORTHERN TIP INCLUDING WOODLAND), COWLITZ, GRAYS HARBOR, LEWIS, MASON (EXCLUDING NE SECTION), PACIFIC, PIERCE SKAMANIA, ' THURSTON AND WAHKIAKUM COUNTIES Rates Fringes ' Plumbers and Pipefitters.........$ 35.55 ---------------- 15.32 -------------- PLUM0265-003 06/01/2007 -------------- -------------------- ' ISLAND, SKAGIT, SNOHOMISH,SAN JUAN AND WHATCOM COUNTIES ' Plumbers and Pipefitters...... Rates ...$ 35.55 Fringes 15.32 ' PLUM0290-003 10/01/2008 CLARK (ALL EXCLUDING NORTHERN TIP INCLUDING CITY OF WOODLAND) ' Rates Fringes Plumbers and Pipefitters...... ...$ 35.69 16.99 ' ------------------------------ PLUM0598-005 06/01/2008 -------------- -------------------- ADAMS (SOUTHERN PART), ASOTIN (EXCLUDING THE CITY OF ' CLARKSTON), BENTON, COLUMBIA, (WESTERN PART), FRANKLIN, GAR DOUGLAS (EAST FIELD, GRANT, ERN HALF), FERRY KITTITAS {ALL BUT NORTHERN TIP), KLICKITAT, LINC OLN (WESTERN P ART), OKANOGAN (EASTERN), WALLA WALLA AND YAK IMA COUNTIES Rates Fringes ' PLUMBER ....................... ------------------------------ ...$ 38.64 -------------- 19.10 -------------------- ' WA080001 Modification 25 Federal Wage Determination 40 PLUM0631-001 06/01/2007 ' MASON (NE SECTION), AND KITSAP COUNTIES Rates Fringes ' Plumbers and Pipefitters All new construction, ' additions, and remodeling of commercial building projects such as: cocktail lounges and taverns, professional buildings, ' medical clinics, retail stores, hotels and motels, restaurants and fast food types, gasoline service ' stations, and car washes where the plumbing and ' mechanical cost of the project is less than $100,000 ....................$ 27.39 11.18 All other work where the ' plumbing and mechanical cost of the project is $100,000 and over...........$ --------------------- 34.90 15.32 ' ------------- TEAM0037-002 06/01/2008 -------- ---------------------- CLARK, COWLITZ, KLICKITAT, PACIFIC (South of a straight line ' made by extending the north boundary line west to the Pacific Ocean), SKAMANIA, AND of Wahkiakum County WAHKIAKUM COUNTIES ' Rates Truck drivers: Fringes ZONE 1 GROUP 1 ....................$ 26.40 11.91 ' GROUP 2 ....................$ 26.52 11.91 GROUP 3 ....................$ 26.65 11.91 ' GROUP 4 ....................$ GROUP 5 ....................$ 26.91 27.13 11.91 11.91 GROUP 6 ....................$ 27.29 11.91 GROUP 7 ....................$ 27.49 11.91 ' Zone Differential (Add to Zone 1 Rates): Zone 2 - $0.65 Zone 3 - 1.15 ' Zone 4 - 1.70 Zone 5 - 2.75 ' WA080001 Modification 25 Federal Wage Determination 41 BASE POINTS: ASTORIA, THE DALLES, LONGVIEW AND VANCOUVER ZONE 1: Projects within 30 miles of the respective city hall. ZONE 2: More than 30 miles but less than 40 miles from the ' respective city hall. ZONE 3: More than 40 miles but less than 50 miles from the ' respective city hall. ZONE 4: More than 50 miles but less than 80 miles from the ' respective city hall. ZONE 5: More than 80 miles from the respective city hall. ' TRUCK DRIVERS CLASSIFICATIONS GROUP l: A Frame or Hydra lifrt truck w/load bearing surface; Articulated Dump Truck; Battery Rebuilders; Bus or ' Manhaul Driver; Concrete Buggies (power operat.ed); 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 truuks: 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; t Water Wagons (rated capacity) over 5,000 to 10,000 gallons ' WA080001 Modification 25 Federal Wage Determination 42 r GROUP 4: Asphalt Burner; Dump Trucks, side, end and bottom ' cumps, including Semi-Trucks and Trains or combinations thereof: over 30 cu. yds. and including 50 cu. yds. includes Articulated Dump Trucks; Fire Guard; Transit Mix and Wet or Dry Mix Trucks, over 11 cu. yds. and including ' 15 cu. yds.; Water Wagon (rated capacity) over 10,000 gallons to 15,000 gallons ' GROUP 5: Composite Crewman; Dump Trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations thereof: over 50 cu. yds. and including 60 cu. yds. includes Articulated Dump Trucks ' GROUP 6: Bulk Cement Spreader w/o Auger; Dry Pre-Batch concrete Mix Trucks; Dump trucks, side, end and bottom dumps, including Semi Trucks and Trains of combinations thereof: over 60 cu. yds. and including 80 cu. yds., and ' includes Articulated Dump Trucks; Skid Truck ' GROUP 7: Dump Trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations thereof: over 80 cu. yds. and including 100 cu. yds., includes Articulated Dump Trucks; Industrial Lift Truck (mechanical tailgate) 1 ------------------------------------------------------------- * TEAM0174-001 06/01/2008 CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PACIFIC (North of a straight line made by extending the north boundary line of Wahkiakum County west to the Pacific Ocean), PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM COUNTIES Rates Fringes Truck drivers: ZONE A: GROUP 1 :.................... $ 31.37 12.88 GROUP 2 :................... $ 30.57 12.88 ' GROUP 3 :................... $ 27.90 12.88 GROUP 4 :................... $ 23.17 12.88 GROUP 5 :................... $ 30.95 12.88 ' ZONE B (25-45 miles from center of listed cities*) Add $.70 per hour to Zone A rates. 1 ZONE C (over 45 miles from cent $1.00 per hour to Zone A rates. r of listed cities*): Add *Zone pay will be calculated fr om the city center of the ' following listed cities: WA080001 Modification 25 Federal Wage Determination 43 1 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 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 $2.00 per hour for onsite work only) GROUP 4 - Escort or Pilot Car GROUP 5 - Mechanic WA080001 Modification 25 Federal Wage Determination 44 ' HAZMAT PROJECTS Anyone working on a HAZMAT job, where HAZMAT certification is ' required, shall be compensated as a premium, in addition to the classification working in as follows: LEVEL C: +$.25 per hour - This level uses an air purifying t respirator or additional protective clothing. LEVEL B: +$.50 per hour - Uses same respirator protection as Level A. Supplied air line is provided in conjunction with a chemical "splash suit." ' LEVEL A: +$.75 per hour - This level utilizes a fully- encapsulated suit with a self-contained breathing apparatus or a supplied air line. TEAM0760-002 06/01/2008 ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY, ' FRANKLIN, GARFIELD, GRANT KITTITAS, LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMA COUNTIES t Rates Fringes Truck drivers: (ANYONE ' WORKING ON HAZMAT JOBS SEE FOOTNOTE A BELOW) ZONE 1: ' GROUP 1 ....................$ 20.02 11.05 GROUP 2 ....................$ 22.29 11.05 GROUF 3 ....................$ 22.79 11.05 ' GROUP 4 ..................:.$ 23.12 11.05 GROUP 5 ....................$ 23.23 11.05 GROUP 6 ....................$ 23.40 11.05 GROUP 7 ....................$ 23.93 11.05 GROUP 8 ....................$ 24.26 11.05 Zone Differential (Add to Zone 1 rate: Zone 2 - $2.00) ' BASE POINTS: Spokane, Moses Lake, Pasco, Lewiston Zone 1: 0-45 radius miles from the main post office. Zone 2: Outside 45 radius miles from the main post office TRUCK DRIVERS CLASSIFICATIONS GROUP l: Escort Driver or Pilot Car; Employee Haul; Power Boat Hauling Employees or Material WA080001 Modification 25 Federal Wage Determination 45 GROUP 2: Fish Truck; Flat Bed Truck; Fork Lift (3000 lbs. and ' under); Leverperson (loading trucks at bunkers); Trailer Mounted Hydro Seeder and Mulcher; Seeder & Mulcher; Stationary Fuel Operator; Tractor (small, rubber-tired, pulling trailer or similar equipment) ' GROUP 3: Auto Crane (2000 lbs. capacity); Buggy Mobile & Similar; Bulk Cement Tanks & Spreader; Dumptor (6 yds. & under); Flat Bed Truck with Hydraullic System; Fork Lift (3001-16,000 lbs.); Fuel Truck Driver, Steamcleaner & ' Washer; Power Operated Sweeper; Rubber-tired Tunnel Jumbo; Scissors Truck; Slurry Truck Driver; Straddle Carrier (Ross, Hyster, & similar); Tireperson; Transit Mixers & ' Truck Hauling Concrete (3 yd. to & including 6 yds.); Trucks, side, end, bottom & articulated end dump (3 yards to and including 6 yds.); Warehouseperson (to include ' shipping & receiving); Wrecker & Tow Truck GROUP 4: A-Frame; Burner, Cutter, & Welder; Service Greaser; Trucks, side, end, bottom & articulated end dump (over 6 yards to and including 12 yds.); Truck Mounted Hydro ' Seeder; Warehouseperson; Water Tank truck (0-8,000 gallons) GROUP 5: Dumptor (over 6 yds.); Lowboy (50 tons & under); ' Self- loading Roll Off; Semi-Truck & Trailer; Tractor with Steer Trailer; Transit Mixers and Trucks Hauling Concrete (over 6 yds. to and including 10 yds.); Trucks, side, end, ' bottom and end dump (over 12 yds. to & including 20 yds.); Truck-Mounted Crane (with load bearing surface either mounted or pulled, up to 14 ton); Vacuum Truck (super sucker, guzzler, etc.) ' GROUP 6: Flaherty Spreader Box Driver; Flowboys; Fork Lift (over 16,000 lbs.); Dumps (Semi-end); Mechanic (Field); Semi- end Dumps; Transfer Truck & Trailer; Transit Mixers & ' Trucks Hauling Concrete (over 10 yds. to & including 20 yds.); Trucks, side, end, bottom and articulated end dump (over 20 yds. to & including 40 yds.); Truck and Pup; Tourrarocker, 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 ' WA080001 Modification 25 Federal Wage Determination 46 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 additicnal protective clothing. LEVEL A-B: - $1.00 PER HOUR (Uses supplied air is conjunction ' with a chemical spash suit or fully encapsulated suit with a self-contained breathing apparatus. Employees shall be paid Hazmat pay in increments of four(4) t and eight (8) hours. NOTE: Trucks Pulling Equipment Trailers: shall receive $.15/hour over applicable truck rate ------------------------------------- ' --------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ' - --------------------------------------------------- Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). ' ---------------------------------------------------------------- In the listing above, the "SU" designation means that rates listed under the identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be ' prevailing. ' ---------------------------------------------------------------- WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can ' be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on ' a wage determination matter * a conformance (additional classification and rate) ruling ' 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. WA080001 Modif cation 25 Federal Wage Determination 47 1 With regard to any other matter not yet ripe for the formal ' process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: ' Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. ' Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request ' review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7) Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 ' The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers rele vant to the issue. 3.) If the decision of the Administrato r is not favorable, an ' interested party may appeal directly to Review Board (formerly the Wage Appeals the Administrative 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 ' WA080001 Modification 25 Federal Wage Determination 48 Attachment C ri Request for Information And Contract Change Order ' Forms C 1 PW 407_04 Part04.doc (Revised March 2008) u\,oF PoargNC~`~N ~~ '~~~ ~~~ `,c~RK~~ REQUEST FOR INFORMATION (RFI) FORM PROJECT NAME: PROJECT/CONTRACT NUMBER: ORIGINATOR: ^ Owner ^ Contractor ITEM: REFERENCE DRAWING OR SPECIFICATION: DESCRIPTION OF CLARIFICATION/REQUEST: DATE REPLY REQUESTED: ORIGINATOR SIGNATURE: CRITICAL TO SCHEDULE: ^ YES ^ NO DATE: COMMENTS: RFI Number: PW 407_04 Part04.doc [Revised March 2008] CONTRACT CHANGE ORDER (CCO) NO. Project Name Contractor Date Project No. DESCRIPTION OF WORK You are ordered to perform the following described work upon receipt of an approved copy of this Change Order: 1. Describe work here 2. Additional work, etc.... Such work will be compensated by: check one or more of the following as applicable [ ]Increase or [ ] Decrease in bid items; [ ]Force Account; [ ]Negotiated Price: The described work affects the existing contract items and/or adds and/or deletes bid items as follows: Item No. Description RFI # _ Qty. Unit $ Cost Per Unit $ Cost Net $ Cost Adj. Days 1 Ori . Rev. 2 Ori . Rev. ORIGINAL CONTRACT CURRENT CONTRACT EST. NET CHANGE THIS CHANGE ORDER TOTAL CHANGE ORDERS, INCLUDING THIS ONE EST. CONTRACT AFTER THIS CHANGE ORDER DAYS: XX DAYS: YY DAYS: ZZ DAYS: XX+ZZ-W DAYS: YY+ZZ * Amount with applicable sates tax included All work, materials and measurements to be in accordance with the provisions of the original contract and/or the standard specifications and special provisions for the type of construction involved. The payments and/or additional time specified and agreed to in this order include every claim by the Contractor for any extra payment or extension of time with respect to the work described herein, including delays to the overall project. APPROVED BY: SIGNATURE: DATE: PROJECT ENGINEER CITY ENGINEER CONTRACTOR PUBLIC WORKS & UTILITIES DIRECTOR CITY MANAGER CITY COUNCIL APPROVAL DATE: PW 407_04 Part04.doc [Revised March 2008] Attachment D Contractor's Application For ' Payment 1 PW 407_04 Part04.doc (Revised March 2008] C 7 ~i u 0 I1 0 r~ '#°~p~RTA'"~ CONTRACTOR'S APPLICATION FOR PAYMENT `~ ;, . ,~ PEABODY STREET RECONSTRUCTION PHASE ll, PROJECT NO. ' --~-`--~'' 06-06 `~-' ~"''~ Page 1 of 2 TO: City of Port Angeles DATE: Public Works & Utilities Department P.O. Box 1150 Port Angeles, WA 98362 FROM: PAYMENT REQUEST NO. PERIOD From: to [end of period]: STATEMENT OF CONTRACT ACCOUNT 1 Original Contract Amount [Excluding Sales Tax] $ 2 Approved Change Order No(s). [Excluding Sales Tax] $ 3 Adjusted Contract Amount (1+2) $ 4 Value of Work Completed to Date [per attached breakdown] $ 5 Material Stored on Site 1eer attached breakdown] $ 6 Subtotal (4+5) $ 7 8.4% Sales Tax [at 8.3% of subtotal], As Applicable $ 8 Less Amount Retained [at 5% of subtotal] $ 9 Subtotal (6+7-8) $ 10 Total Previously Paid [Deduction] $ 11 AMOUNT DUE THIS REQUEST (9-10) $ WAIVER OF CLAIMS FOR EXTRA COST OR TIME: The undersigned Applicant waives and releases, up through the date hereof, any and all claims for costs or item extensions arising out of or relating to extra or changed work or delays or acceleration not specifically identified and reserved in the amounts identified below or previously acknowledged in writing by the City of Port Angeles. CERTIFICATE OF THE CONTRACTOR: I hereby certify that the work performed and the materials supplied through the ending period date noted above represent the actual value of accomplishment under the terms of the contract (and al! authorized changes) between the Applicant and the City of Port Angeles, relating to the above referenced project, and that the remaining contract balance is sufficient to cover all costs of completing. the work in accordance with the contract documents. Continued on Page 2 PW 407_04 Part04.doc [Revised March 2008] J .CONTRACTOR'S APPLICATION FOR PAYMENT Page 2 of 2 I also certify that all lower-tier payments, less applicable retention, have been made by the Applicant for the periods covered by previous payment(s) received by the Applicant to (1) all lower.- tier subcontractors/ suppliers, and (2) for all materials, equipment and labor used or in connection with the pertormance of this contract. I further certify that I have complied with all federal, state ' and local tax laws, including Social Security laws and Unemployment Compensation laws and Workmen's Compensation laws, insofar as applicable to the performance of this work, and have paid all such taxes, premiums and/or assessments arising out of the performance of the work. ' I further certify that, to the best of my knowledge, information and belief, all work for which previous payment(s) have been received shall be free and clear of liens, claims, security interests and encumbrances in favor of the Contractor, subcontractors, material suppliers, or other persons or ' entities making a claim by reason of having provided labor, materials and equipment relating to the work. Within seven (7) days of receipt of the payment requested herein, all payments, less applicable retention, will be made through the period covered by this pay request to all my lower-tier subcontractors/suppliers and for all materials, equipment, labor, taxes and assessments arising out of the performance of all said lower-tire work. DATED: CONTRACTOR: SIGNATURE: PRINTED NAME AND TITLE: SUBSCRIBED AND SWORN to before me this day of 20 J ' APPROVAL: Project Manager City Engineer Notary Public in and for the State of , residing at My appointment expires Date Date PW 407 04 Part04.doc Revised March 2008 _ [ l Attachment E Request for Approval of Material Form 1 ' PW 407 04 Part04.doc Revised Mar h 2 8 _ [ c 00 ] .. ' Washington State '~ Department of Transportation 1 I'~ 1 n 1 u Request for Approval of Material Contract FA Number SR Date Section County Contractor Subcontractor This form shall be completed prior to submittal. If this form is not complete at time of submittal it may be returned for information that was omitted. For assistance in completing, see Instructions and Example For WSDOT Use Only RAM # Bid Item No. Material or Product/Type Name and Location of Fabricator, Manufacturer or Pit Number Specification Reference PElQPL Code Hdgtr./QPL Code Project Engineer Date State Materials Engineer Date Acceptance Action Codes for use by Project Engineer and State Materials Laboratory 1. Acceptance Criteria: Acceptance based upon 'Satisfactory' Test Report for samples of materials to be incorporated into project. Z. Acceptance Criteria: Mfg. Cert. of Compliance for'Acceptance' prior to use of material. 3. Acceptance Criteria: Catalog Cuts for'Acceptance' prior to use of material. Catalog Cut Approved ^ Yes ^ No 4. Acceptance Criteria: Submit Shop Drawings for'Approval' prior to fabrication of material. 5. Acceptance Criteria: Only 'Approved for Shipment', 'WSDOT Inspected' or'Fabrication Approved Decal' material shall be used. 6. Acceptance Criteria: Submit Certificate of Materials Origin to Project Engineer Office. 7. Acceptance Criteria: Request Transmitted to State Materials Laboratory for Approval Action. 8. Source Approved: 9. Approval Withheld: Submit samples for preliminary evaluation. 10. Approval Withheld: 11. Miscellaneous Acceptance Criteria. Remarks: rIIJ~CGI Clll~lll@V'"! UIS IIIUUIIUII ^ Contractor ^ Region Materials ^ Region Operations Engineer ^ State Materials Lab ^ Fabrication Inspection M/S 47365 DOT Form 350-071 EF Revised 12/2008 JiaLe Maierlal5 tnglneer DlStrlbutlOn ^ General File ^ Signing Inspection ^ Other Attachment F Request to Sublet and Subcontract Certification Forms r 1 ' PW 407 04 Part04.doc Revised March 2008 _ [ ] r Washington State ~, Department of Transportation 0 0 Request to Sublet Work ^ Subcontractor ^ Lower Tier Subcontractor ^ DBE Prime Contractor Federal Employer I.D. Number * State Contract Number Job Description (Title) Request Number Approval is Requested to Sublet the Following Described Work to: Subcontractor or Lower Tier Subcontractor Federal Employer I.D. Number" Address i Telephone Number City State Zip Code Estimated Starting Date If Lower Tier Subcontractor, ID of Corresponding Subcontractor ~ Ifno Federal Employerl.D. Number, Use Owner's Social Security Number Item No. Partial Item Description Amount 1 understand and will insure that the subcontractor will comply fully with the plans and specifications under which this work is being performed. Prime Contractor Signature Date Department of Transportation Use Only Percent of Total Contract This Request Previous Requests Sublet to Date DBE Status Verification Project Engineer ^ Approved Date Approved -Region Construction Engineer (When Required) Date uV ~ roan vci-u-i[ tr Distribution: White (Original) -Region Canary (Copy) -Project Engineer Pink (Copy) -Contractor Revised 7/02 ~ Contractor and Subcontractor or Washington State Lower Tier Subcontractor ~~ Department of Twansportation 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. I certify the above statement to be true and correct. 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. All documents required by the special provision entitled "Required Federal-Aid Provisions" are included in the agreement for (1) or (2) marked above. I certify the above statements under Contractor Certification to be true and correct. Company Signature Date Title uv i rorm gzu-uug tr Revised 03/2008 Attachment G ' Amendments to the Standard Specifications ' PW 407_04 Part04.doc [Revised March 2008] INTRODUCTION The following Amendments and Special Provisions shall be used in conjunction with the 2008 Standard Specifications for Road, Bridge, and Municipal Construction. ' AMENDMENTS TO THE STANDARD SPECIFICATIONS The following Amendments to the Standard Specifications are made a part of this contract and ' supersede any conflicting provisions of the Standard Specifications. For informational purposes, the date following each Amendment title indicates the implementation date of the Amendment or the latest date of revision. ' Each Amendment contains all current revisions to the applicable section of the Standard Specifications and may include references which do not apply to this particular project. SECTION 1-03, AWARD AND EXECUTION OF CONTRACT April 7, 2008 1-03.1 Consideration of Bids ' This section is supplemented with the following new sub-section. 1-03.1(1) Tied Bids ' After opening Bids, if two or more lowest responsive Bid totals are exactly equal, then the tie- breaker will be determined by drawing as described in this Section. Two or more slips of paper will be marked as follows: ,one marked "Winner" and the other(s) marked t "unsuccessful". The slips will be folded to make the marking unseen. The slips will be placed inside a box. One authorized representative of each Bidder shall draw a slip from the box. Bidders shall draw in alphabetic order by the name of the firm as registered with the ' Washington State Department of Licensing. The slips shall be unfolded and the firm with the slip marked "Winner" will be determined to be the successful Bidder and eligible for Award of the Contract. Only those Bidders that submitted a Bid total that is exactly equal to the lowest responsive Bid are eligible to draw. SECTION 1-04, SCOPE OF THE WORK ' April 7, 2008 1-04.4(1) Minor Changes The first sentence in the first paragraph is revised to read: Payments or credits for changes amounting to $15,000 or less may be made under the bid item "Minor Change." 1-04.5 Procedure and Protest by the Contractor ' In the second paragraph, number 2, the reference to 7 calendar days is revised to 14 calendar days. t The second sentence in the fifth paragraph is revised to read: The determination will be provided within 14-calendar days after receipt of the Contractor's supplemental written statement (including any additional information requested by the Project Engineer to support a continuing protest) described in item 2 above. t PW 407 04 Part04.doc Revised March 200 [ 8) SECTION 1-05, CONTROL OF WORK April 7, 2008 ' 1-05.1 Authority of the Engineer The fourth paragraph is revised to read: ' At the Contractor's risk, the Project Engineer may suspend all or part of the Work according to Section 1-08.6. ' 1-05.12 Final Acceptance The second paragraph is revised to read: ' The Contractor agrees that neither completion nor final acceptance shall relieve the Contractor of the responsibility to indemnify, defend, and protect the Contracting Agency against any ' claim or loss resulting from the failure of the Contractor (or the subcontractors or lower tier subcontractors) to pay all laborers, mechanics, subcontractors, materialpersons, or any other person who provides labor, supplies, or provisions for carrying out the Work or for any ' payments required for unemployment compensation under Title 50 RCW or for industrial insurance and medical aid required under Title 51 RCW. SECTION 1-07, LEGAL RELATIONS AND RESPONSIBIL{TIES TO THE PUBLIC ' December 1, 2008 1-07.2(2) State Sates Tax: Work on State-Owned or Private Land ' The following new paragraph is inserted in front of the first paragraph: State Department of Revenue Rule 170 and its related rules apply for this section. ' 1-07.8 High Visibility Apparel ' This section is revised to read: The Contractor shall require all personnel under their control (including service providers, Subcontractors and lower tier Subcontractors) that are on foot in the work zone and are exposed to vehicle traffic or construction equipment to wear the high visibility apparel described in this Section. The Contractor shall ensure that a competent person as identified in the MUTCD selects the appropriate high-visibility apparel suitable for the job-site conditions. High visibility garments shall always be the outermost garments. High visibility garments shall be in a condition compliant with the ANSI 107-2004 and shall be used in accordance with manufacturer recommendations. This section is supplemented with the following new sub-sections. 1-07.8(1) Traffic Control Personnel All personnel performing the Work described in Section 1-10 (including traffic control supervisors, flaggers, spotters, and others performing traffic control labor of any kind), shall comply with the following: 1. During daylight hours with clear visibility, workers shall wear a high-visibility ANSI/ISEA 107-2004 Class 2 or 3 vest or jacket, and hardhat meeting the high visibility headwear requirements of WAC 296-155-305; and PW 407_04 Part04.doc [Revised March 2008] ' 2. During hours of darkness (1/2-hour before sunset to 1/2-hour after sunrise) or other low visibility conditions (snow, fog, etc.), workers shall wear a high-visibility ANSI/ISEA 107-2004 Class 2 or 3 vest or jacket, high visibility lower garment meeting ANSI/ISEA 107-2004 Class E, and hardhats meeting the high visibility headwear requirements of WAC 296-155-305. 1-07.8(2) Non-Traffic Control Personnel All personnel, except those performing the Work described in Section 1-10, shall wear high visibility apparel meeting the ANSI/ISEA 107-2004 Class 2 or 3 standard. ' 1-07.9(1) General The following new paragraph is inserted to follow the sixth paragraph: ' The Contractor shall ensure that any firm (Supplier, Manufacturer, or Fabricator) that fails under the provisions of RCW 39.12 because of the definition "Contractor" in WAC 296-127- ' 010, complies with all the requirements of RCW 39.12. 1-07.15(1) Spill Prevention, Control and Countermeasures Plan ' This section is revised to read: The Contractor shall prepare aproject-specific spill prevention, control, and countermeasures plan (SPCC Plan) that will be used for the duration of the project. The Contractor shall submit ' the plan to the Project Engineer no later than the date of the preconstruction conference. No on-site construction activities may commence until WSDOT accepts an SPCC Plan for the project. ' The term "hazardous materials", as used in this Specification, is defined in Chapter 447 of the WSDOT Environmental Procedures Manual (M31-11). Occupational safety and health ' requirements that may pertain to SPCC Plan implementation are contained in but not limited to WAC 296-824 and WAC 296-843. t Implementation Requirements The SPCC Plan shall be updated by the Contractor throughout project construction so that the written plan reflects actual site conditions and practices. The Contractor shall update the ' SPCC Plan at least annually and maintain a copy of the updated SPCC Plan on the project site. All project employees shall be trained in spill prevention and containment, and shall know where the SPCC Plan and spill response kits are located and have immediate access to them. t If hazardous materials are encountered or spilled during construction, the Contractor shall do everything possible to control and contain the material until appropriate measures can be ' taken. The Contractor shall supply and maintain spill response kits of appropriate size within close proximity to hazardous materials and equipment. ' The Contractor shall implement the spill prevention measures identified in the SPCC Pian before performing any of the following: 1. Placing materials or equipment in staging or storage areas. 1 2. Refueling, washing, or maintaining equipment. 3. Stockpiling contaminated materials. ' SPCC Plan Element Requirements The SPCC Plan shall set forth the following information in the following order: ' 1. Responsible Personnel PW 407_04 Part04.doc [Revised March 2008] Identify the name(s), title(s), and contact information for the personnel responsible for implementing and updating the plan, including all spill responders. 2. Spill Reporting List the names and telephone numbers of the federal, State, and local agencies the Contractor shall notify in the event of a spill. 3. Project and Site Information Describe the following items: A. The project Work. B. The site location and boundaries. C. The drainage pathways from the site. D. Nearby waterways and sensitive areas and their distances from the site 4. Potential Spill Sources Describe each of the following for all potentially hazardous materials brought or generated on-site (including materials used for equipment operation, refueling, maintenance, or cleaning): A. Name of material and its intended use. B. Estimated maximum amount on-site at any one time C. Location(s) (including any equipment used below the ordinary high water line) where the material will be staged, used, and stored and the distance(s) from nearby waterways and sensitive areas. D. Decontamination location and procedure for equipment that comes into contact with the material. E. Disposal procedures. 5. Pre-Existing Contamination Describe any pre-existing contamination and contaminant sources (such as buried pipes or tanks) in the project area that are described in the Contract documents. Identify equipment and work practices that will be used to prevent the release of contamination. 6. Spill Prevention and Response Training Describe how and when all personnel (including refueling contractors and Subcontractors) will be trained in spill prevention, containment and response in accordance with the Plan. Describe how and when all spill responders will be trained in accordance with WAC 296-824. 7. Spill Prevention Describe the following items: A. Spill response kit contents and -ocation(s). B. Security measures for potential spill sources. C. Secondary containment practices and structures for hazardous materials PW 407_04 Part04.doc (Revised March 2008] 1 ' D. Methods used to prevent stormwater from contacting hazardous materials. E. Site inspection procedures and frequency. r F. Equipment and structure maintenance practices. G. Daily .inspection and cleanup procedures that ensure all equipment used ' below the ordinary high water line is free of all external petroleum based products. ' H. Refueling procedures for equipment that cannot be moved from below the ordinary high water line. ' 8. Spill Response Outline the response procedures the Contractor will follow for each scenario listed ' below. Include a description of the actions the Contractor shall take and the specific, on-site, spill response equipment that shalt be used to assess the spill, secure the area, contain and eliminate the spill source, and clean up and dispose of spilled and ' contaminated material. A. A spill of each type of hazardous material at each location identified in 4, above. t B. Stormwater that has come into contact with hazardous materials. ' C. A release or spill of any pre-existing contamination and contaminant source described in 5, above. D. A release or spill of any unknown pre-existing contamination and contaminant sources (such as buried pipes or tanks) encountered during project Work. ' E. A spill occurring during Work with equipment used below the ordinary high water line. If the Contractor will use a Subcontractor for spill response, provide contact information for the Subcontractor under item 1 (above), identify when the Subcontractor will be used, and describe actions the Contractor shall take while waiting for the Subcontractor to respond . 9. Project Site Map ' Provide a map showing the following items: A. Site location and boundaries. ' B. Site access roads. ' C. Drainage pathways from the site. D. Nearby waterways and sensitive areas. t E. Hazardous materials, equipment, and decontamination areas identified in 4, above. ' F. Pre-existing contamination or contaminant sources described in 5, above. PV'J 407_04 Part04.doc [Revised March 2008] G. Spi{I prevention and response equipment described in 7 and 8, above. ' 10. Spill Report Forms Provide a copy of the spill report form(s) that the Contractor will use in the event of a release or spill. Payment Payment will be made in accordance with Section 1-04.1 for the following Bid item when it is included in the Proposal: "SPCC Plan", lump sum. When the written SPCC is accepted by WSDOT, the Contractor shall receive 50-percent of the lump sum Contract price for the plan. The remaining. 50-percent of the lump sum price will be paid after the materials and equipment called for in the plan are mobilized to the project. The lump sum payment for "SPCC Plan" shall be full pay for: 1. All costs associated with creating the accepted SPCC Plan. 2. All costs associated with providing and maintaining the on-site spill prevention equipment described in the accepted SPCC Plan. 3. All costs associated with providing and maintaining the on-site standby spill response equipment and materials described in the accepted SPCC Plan. 4. All costs associated with implementing the spill prevention measures identified in the accepted SPCC Plan. 5. All costs associated with updating the SPCC Plan as required by this Specification As to other costs associated with releases or spills, the Contractor may request payment as provided for in the Contract. No payment shall be made if the release or spill was caused by or resulted from the Contractor's operations, negligence, or omissions. 1-07.16(4) Archaeological and Historical Objects This section is supplemented with the following new sub-section: 1-07.16(4)A Inadvertent Discovery of Human Skeletal Remains If human skeletal remains are encountered by the Contractor, they shall not be further disturbed. The Contractor shall immediately notify the Engineer of any such finds, and shall cease all work adjacent to the discovery, in an area adequate to provide for the total security and protection of the integrity of the skeletal remains. The Engineer may require the Contractor to suspend Work in the vicinity of the discovery until final determinations and removal of the skeletal remains is completed. If the Engineer finds that the suspension of Work in the vicinity of the discovery increases or decreases the cost or time required for performance of any part of the Work under this Contract, the Engineer will make an adjustment in payment or the time required for the performance of the Work in accordance with Sections 1-04.4 and 1-08.8. PW 407_04 Part04.doc [Revised March 2008] 1-07.17(2) Utility Construction, Removal or Relocation by Others ' The first sentence in the second paragraph is revised to read: If the Contract provides notice that utility work (including furnishing, adjusting, relocating, ' replacing, or constructing utilities) will be performed by others during the prosecution of the Work, the Special Provisions will establish the utility owners anticipated completion. ' The first sentence in the third paragraph is revised to read: When others delay the Work through late performance of utility work, the Contractor shall ' adhere to the requirements of Section 1-04.5. 1-07.23 Public Convenience and Safety ' This section is revised to read: The Contractor shall be responsible for providing adequate safeguards, safety devices, ' protective equipment, and any other needed actions to protect the life, health, and safety of the public, and to protect property in connection with the performance of -the Work covered by the Contract. The Contractor shall perform any measures or actions the Engineer may deem ' necessary to protect the public and property. The responsibility and expense to provide this protection shall be the Contractor's except that which is to be furnished by the Contracting Agency as specified in other sections of ,these Specifications. Nothing contained in this Contract is intended to create any third-party beneficiary rights in favor of the public or any ' individual utilizing the Highway facilities being constructed or improved under this Contract. 1-07.23(1) Construction Under Traffic ' The second sentence in the second paragraph is revised to read: The Contractor shall maintain existing roads, streets, sidewalks, and paths within the project limits, keeping them open, and in good, clean, safe condition at all times. The fifth sentence in the second paragraph is revised to read: The Contractor shall also maintain roads, streets, sidewalks, and paths adjacent to the project limits when affected by the Contractor's operations. ' The final paragraph in this section is deleted. ' 1-07.23(2) Construction and Maintenance of Detours Number 1. under the first paragraph is revised to read: ' Detours and detour bridges that will accommodate traffic diverted from the Roadway, bridge, sidewalk or path during construction, ' SECTION 1-08, PROSECUTION AND PROGRESS August 4, 2008 ' 1-08.1 Subcontracting Item (2) in the first sentence of the seventh paragraph is revised to read: ' (2) Delivery of these materials to the Work site in vehicles owned or operated by such plants or by recognized independent or commercial hauling companies hired by those ' commercial plants. PW 407_04 Part04.doc [Revised March 2008] 1-08.3(2)A Type A Progress Schedule This section is revised to read: The Contractor shall submit five copies of a Type A Progress Schedule no later than 10 days after the date the contract is executed, or some other mutually agreed upon submittal time. The schedule may be a critical path method (CPM) schedule, bar chart, or other standard schedule format. Regardless of which format used, the schedule shall identify the critical path. The Engineer will evaluate the Type A Progress Schedule and approve or return the schedule for corrections within 15 calendar days of receiving the submittal. 1-08.5 Time for Completion The third sentence in the first paragraph is revised to read: A nonworking day is defined as a Saturday, a Sunday, a whole or half day on which the Contract specifically prohibits Work on the critical path of the Contractor's approved progress schedule, or one of these holidays: January 1, the third Monday of January, the third Monday of February, Memorial Day, July 4, Labor Day, November 11, Thanksgiving Day, the day after Thanksgiving, and Christmas Day. 1-08.6 Suspension of Work The first paragraph is revised to read: The Engineer may order suspension of all or any part of the Work if: Unsuitable weather that prevents satisfactory and timely performance of the Work; or 2. The Contractor does not comply with the Contract: or 3. It is in the public interest. 1-08.7 Maintenance During Suspension The first sentence in the fourth paragraph is revised to read: If the Engineer determines that the Contractor has pursued the Work diligently before the suspension, then the Contracting Agency will maintain the temporary Roadway (and bear its cost). The fifth paragraph is revised to read: The Contractor shall protect and maintain all other Work in areas not used by traffic. All costs associated with protecting and maintaining such Work shall be the responsibility of the Contractor, except those costs associated with implementing the TESC Plan according to Section 8-01. The seventh paragraph is revised to read: After any suspension, the Contractor shall resume all responsibilities the Contract assigns for the Work. SECTION 1-09, MEASUREMENT AND PAYMENT April 7, 2008 1-09.9 Payments The first paragraph is supplemented with the following: PW 407_04 Part04.doc (Revised March 2008] For items Bid as lump sum, the Contractor shall submit a breakdown of their lump sum price in sufficient detail for the Project Engineer to determine the value of the Work performed on a monthly basis. Lump sum breakdowns shall be provided to the Project Engineer no later than the date of the preconstruction meeting. The second sentence in the third paragraph is revised to read: ' Unless otherwise provided in the payment clause of the applicable Specifications, partial payment for Pump sum Bid items will be a percentage of the price in the Proposal based on the Project Engineer's determination of the amount of Work performed, with consideration given to ' but not exclusively based on the Contractors lump sum breakdown. The third paragraph is supplemented with the following: ' The determination of payments under the contract will be final in accordance with Section 1- 05.1. ' 1-09.9(1) Retai Wage In the fourth paragraph, number 1, the reference to $20,000 is revised to read $35,000. SECTION 1-10, TEMPORARY TRAFFIC CONTROL ' December 1, 2008 1-10.1(2) Description t The following new paragraph is inserted after the second paragraph: Unless otherwise permitted by the Contract or approved by the Project Engineer, the t Contractor shall keep all existing pedestrian routes and access points (including sidewalks, paths and crosswalks) open and clear at all times. The second and third sentences in the third paragraph are revised to read: The Contractor shall erect and maintain all construction signs, warning signs, detour signs, and other traffic control devices necessary to warn and protect the public at all times from ' injury or damage as a result of the Contractor's operations which may occur on or adjacent to Highways, roads, streets, sidewalks or paths. No Work shall be done on or adjacent to any Traveled Way until all necessary signs and traffic control devices are in place. ' 1-10.2(2) Traffic Controf Plans The first sentence in the first paragraph is revised to read: The traffic control plan or plans appearing in the Contract documents show. a method of handling vehicle, bicycle and pedestrian traffic. ' In the third sentence of the second paragraph, the reference to "MUTCD, Part VI" is revised to "MUTCD, Part 6". ' 1-10.3(2)6 Rolling Slowdown The first two paragraphs are deleted and replaced with the following: ' Rolling slowdown traffic control operations are not to be used for routine work that can be addressed by standard lane or shoulder closure traffic control. When ashort-term roadway ' closure is needed for an infrequent, non-repetitive work operation such as a sign bridge PW 407_04 Part04.doc [Revised March 2008] removal, or utility wire crossing, the Contractor may implement a rolling slowdown on a multi- lane roadway, as part of an approved traffic control plan. The Contractor shall submit for approval a traffic control plan detailing the expected delay time, interchange ramp control and rolling slowdown distance. A portable changeable message sign shall be placed ahead of the starting point of the traffic control to warn traffic of the slowdown. The sign shall be placed far enough ahead of the Work to avoid any expected backup of vehicles. A rolling slowdown shall use traffic control vehicles with flashing amber lights. At least one traffic control vehicle will be used for every two lanes to be slowed, plus a control vehicle will serve as a following (chase) vehicle for traffic ahead of the blockade. The traffic control vehicles shall enter the roadway and form a moving blockade to reduce traffic speeds and create a clear area ahead of the blockade in which to accomplish the work without a total stoppage of traffic. 1-10.3(3)A Construction Signs The fifth paragraph is revised to read: Where it is necessary to add weight to signs for stability, sand bags or other similar ballast may be used but the height shall not be more than 4-inches above the Roadway surface, and shall not interfere with the breakaway features of the device. The Contractor shall follow the manufacturer's recommendations for sign ballasting. 1-10.3(3)D Barricades The second paragraph is revised to read: Where it is necessary to add weight to barricades for stability, sand bags or other similar ballast may be used but the height shall not be more than 4-inches above the Roadway surface and shall not interfere with the breakaway features of the device. The Contractor shall follow the manufacturer's recommendation for sign ballasting. 1-10.3(3)K Portable Temporary Traffic.Control Signal The first paragraph is revised to read: Where shown on an approved traffic control plan, the Contractor shall provide, operate, maintain and remove a portable temporary traffic control signal system to provide alternating one-lane traffic operations on a two-way facility. A portable temporary traffic control signal system shall be defined as two traffic control units that operate together. The system shall be trailer mounted,. fully self-contained and designed so that it can be easily transported and deployed at different locations. The third sentence in the second paragraph is deleted. The following is inserted in front of the sixth paragraph: The Traffic Control Supervisor shall monitor and insure that the Portable Temporary Traffic Control Signal is fully operational and maintained as specified by the manufacturer. This Work may include cleaning and replacing lamps and other routine maintenance as needed. 1-10.4(2) Item Bids with Lump Sum for Incidentals The unit of measurement statement for "Portable Temporary Traffic Control Signal" is revised to read: No specific unit of measurement will apply to the lump sum item of "Portable Temporary Traffic Control Signal". PW 407_04 Part04.doc [Revised March 2008] 1-10.5(1) Lump Sum Bid for Project (No Unit Items) This section is revised to read: "Project Temporary Traffic Control"; lump sum. The lump sum Contract payment shall be full compensation for all costs incurred by the Contractor in performing the Contract Work defined in Section 1-10, except for costs compensated by Bid Proposal items inserted through Contract Provisions as described in Section 1-10.4(3). i 1-10.5(2) Item Bids with Lump Sum for Incidentals The unit of measure for the bid item "Portable Temporary Traffic Control Signal," is revised to lump ' sum. The paragraph following "Portable Temporary Traffic Control Signal," is revised to read: ' The lump sum Contract price shall be full compensation for all costs of labor, materials and equipment incurred by the Contractor in performing the Contract 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 April 7, 2008 ' 2-01.3(1) Clearing Item 3 .is deleted. The first sentence in Item 4. is revised to read: ' Follow these requirements for all stumps that will be buried deeper than 5-feet from the top, side, or end surface of the embankment or any structure: 2-01.3(2) Grubbing Item 2. e, is revised to read: ' Upon which embankments will be placed except stumps may be close-cut or trimmed as allowed in Section 2-01.3(1) item 4. SECTION 2-02, REMOVAL OF STRUCTURES AND OBSTRUCTIONS ' April 7, 2008 2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters The first sentence in 3. is supplemented with the following: For removal of bituminous pavement, asphalt planing equipment may be used in lieu of ' sawcutting provided that a clean vertical edge remains. SECTION 2-03, ROADWAY EXCAVATION AND EMBANKMENT January 7, 2008 2-03.1 Description The first sentence in the first paragraph is revised to read: PW 407_04 Part04.doc [Revised March 2008] The Work described in this section, regardless of the nature or type of the materials encountered, includes excavating and grading the Roadway, excavating in borrow pits, excavating below grade, excavating channels and ditches, removing slide material, and disposing of all excavated material. 2-03.3(3) Excavation Below Grade The section title is revised to read: 2-03.3(3) Excavation Below Subgrade The first sentence in the fifth paragraph is revised to read: Compaction. If the density of the natural earth under any area of the Roadway is less than that required in Section 2-03.3(14)C, Method B, the Engineer may order the Contractor to perform any or all of the following: 2-03.3(14)M Excavation of Channels This section including title is revised to read:. 2-03.3(14)M Excavation of Channels and Ditches Channel Excavation: Open excavations 8-feet or more wide at the bottom, but excludes channels that are part of the Roadway. Ditch Excavation: Open excavations less than 8-feet wide at the bottom, but excludes- ditches that are part of the Roadway. Before excavating channels or ditches, the Contractor shall clear and grub the area in accordance with Section 2-01. 2-03.4 Measurement The first sentence in the first paragraph is revised to read: Roadway excavation, channel excavation, ditch excavation, unsuitable foundation excavation, and common borrow items will be measured by the cubic yard. The fourth sentence in the first paragraph is revised to read: For Roadway excavation, channel excavation and ditch excavation items, the original ground will be compared with the planned finished section shown in the Plans. 2-03.5 Payment The first paragraph is supplemented with the following: "Channel Excavation", per cubic yard. "Channel Excavation Incl. Haul", per cubic yard. "Ditch Excavation", per cubic yard. "Ditch Excavation Incl. Haul", per cubic yard. The first sentence in the second paragraph is revised to read: The unit Contract price per cubic yard for "Roadway Excavation", "Roadway Excavation Incl. Haul", "Roadway Excavation -Area -", "Roadway Excavation Incl. Haul -Area ", "Channel Excavation", "Channel Excavation Incl. Haul", "Ditch Excavation" and "Ditch Excavation Incl. Haul" shall be full compensation for all costs incurred for excavating, loading, placing, or otherwise disposing of the material. PW 407_04 Part04.doc [Revised March 2008) ' The second paragraph is supplemented with the following: When a bid item is not included in the proposal for channel excavation or ditch excavation all ' costs shall be included in roadway excavation. The third paragraph is revised to read: When the Engineer orders Work according to Section 2-03.3(3), unit Contract prices shall apply, unless the Work differs materially from the excavation above Subgrade, then payment ' will be in accordance with Section 1-04.4. SECTION 2-03, ROADWAY EXCAVATION AND EMBANKMENT ' January 7, 2008 2-03.1 Description ' The first sentence in the first paragraph is revised to read: The Work described in this section, regardless of the nature or type of the materials encountered, includes excavating and grading the Roadway, excavating in borrow pits, excavating below grade, excavating channels and ditches, removing slide material, and disposing of all excavated material. ' 2-03.3(3) Excavation Below -Grade The section title is revised to read: ' 2-03.3(3) Excavation Below Subgrade The first sentence in the fifth paragraph is revised to read: ' Compaction. if the density of the natural earth under an area of the Roadwa is less Y Y than that required in Section 2-03.3(14)C, Method B, the Engineer may order the Contractor to perforrn any or all of the following: 2-03.3(14)M Excavation of Channels ' This section including title is revised to read: 2-03.3(14)M Excavation of Channels and Ditches ' Channel Excavation: Open excavations 8-feet or more wide at the bottom, but excludes channels that are part of the Roadway. ' Ditch Excavation: Open excavations less than 8-feet wide at the bottom, but excludes ditches that are part of the Roadway. Before excavating channels or ditches, the Contractor shall clear and grub the area in accordance with Section 2-01. ' 2-03.4 Measurement The first sentence in the first paragraph is revised to read: ' Roadway excavation, channel excavation, ditch excavation, unsuitable foundation excavation, and common borrow items will be measured by the cubic yard. ' The fourth sentence in the first paragraph is revised to read: PW 407_04 Part04.doc [Revised March 200E] For Roadway excavation, channel excavation and ditch excavation items, the original ground will be compared with the planned finished section shown in the Plans. 2-03.5 Payment The first paragraph is supplemented with the following: "Channel Excavation", per cubic yard. "Channel Excavation Incl. Haul", per cubic yard. "Ditch Excavation", per cubic yard. "Ditch Excavation Incl. Haul", per cubic yard. The first sentence in the second paragraph is revised to read: The unit Contract price per cubic yard for "Roadway Excavation", "Roadway Excavation Incl. Haul", "Roadway Excavation -Area _", "Roadway Excavation Incl. Haul -Area _", "Channel Excavation", "Channel Excavation Incl. Haul", "Ditch Excavation" and "Ditch Excavation Incl. Haul" shall be full compensation for all costs incurred for excavating, loading, placing, or otherwise disposing of the material. The second paragraph is supplemented with the following: When a bid item is not included in the proposal for channel excavation or ditch excavation all costs shall be included in roadway excavation. The third paragraph is revised to read: When the Engineer orders Work according to Section 2-03.3(3), unit Contract prices shall apply, unless the Work differs materially from the excavation above Subgrade, then payment will be in accordance with Section 1-04.4. SECTION 2-10, DITCH EXCAVATION January 7, 2008 This section is deleted in its entirety. The section title is revised to read: 2-10 VACANT SECTION 5-01, CEMENT CONCRETE PAVEMENT REHABILITATION August 4, 2008 5-01.3(2)B Portland Cement Concrete The third sentence in the third paragraph is deleted. 5-01.3(4) Replace Portland Cement Concrete Panel The last paragraph on page 5-5 of the Standard Specifications is revised to read: The Contractor shall place a bond breaking material such as polyethylene film, roofing paper or other material as approved by the Engineer along all existing concrete surfaces and between the bottom of the slab and treated bases prior to placing concrete. 5-01.3(5) Partial Depth Spall Repair The fifth paragraph is revised to read: When a partial depth repair is placed directly against an adjacent longitudinal joint a bond breaking material such as polyethylene film, roofing paper or other material as approved by the Engineer shall be placed between the existing concrete and the area to be patched. PW 407 04 Part04.doc [Revised March 2008] SECTION 5-02, BITUMINOUS SURFACE TREATMENT December 1, 2008 ' 5-02.3(3) Application of Asphalt Emulsion and Aggregate The chart following the first paragraph is revised to read: D Application Rate Undiluted Asphalt Emulsion (gal.per sq. yd.) Applied Aggregate Size Aggregates (Ibs. per sq. yd.) Applied New Construction Prime Coat 0.35-0.65 '/z-U.S. No. 4 Or 3/a-~/z 25-45 Tack Coat 0.35-0.60 ''/2-U.S. No. 4 25-40 Choke Stone N/A U.S. No. 4-0 4-6 Seal Coats v-inch 0.40-0.65 o-U.S. No. 4 U.S. No. 4-0 25-45 4-6 '/z-inch 0.35-0.55 '/2-U.S. No. 4 20-35 4-6 o-inch - No. 4 0.35-.55 n- U.S. No. 4 20-30 o-inch - No. 10 0.20-0.40 0- U.S. No. 10 1$-30 Choke Stone N/A U.S. No. 4-0 4-6 Pavement Sealin g Grade Diluted/Undiluted A plication Rate al/s CSS-1 or CSS-1 h Diluted 0.10-0.18 STE-1 Undiluted 0.05-0.09 ' The second sentence in the second ara ra his revise t r p g p d o ead: ' The second application of asphalt emulsion (tack coat) shall be applied the next day, or as approved by the Project Engineer. ' The eleventh paragraph and the chart following the eleventh paragraph are revised to read: Before application to the Roadway, asphalt emulsion shall be heated to the following t temperatures or that recommended by the manufacturer. 0 Distributor Temperature Type and Grade of Asphalt Emulsion Min. °F Max. °F New Construction and Seal Coats: PW 407_04 Part04.doc [Revised March 2008] CRS-1, CRS-2, CRS-2P 125 195 CMS-2, CMS-2S, CMS-2h 125 185 Fog Seal: CSS-1, CSS-1 h, STE-1 70 140 The third sentence in the twelfth paragraph is revised to read: CSS-1 and CSS-1 h emulsified asphalt shall be diluted at a rate of one part water to one part emulsified asphalt as specified in Section 5-04.3(19) unless otherwise directed by the Project Engineer. The twelfth paragraph is supplemented with the following: STE-1 shall not be diluted. 5-02.3(10) Unfavorable Weather Item 4. under the second paragraph is revised to read: 4. Construction of bituminous surface treatments shall not be carried aut before May 1 or after August 31 of any year except upon written order of the- Project Engineer. ' SECTION 5-04; HOT MIX ASPHALT December 1, 2008 5-04.3(9) Spreading and Finishing The nominal compacted depth for HMA Class s/a" and HMA Class ~/z" listed under the first paragraph is revised to read: HMA Class s/a" and HMA Class'/z" wearing course 0.30-feet other courses 0.35-feet 5-04.3(12)B Longitudinal Joints The first two paragraphs are revised to read: The longitudinal joint in any 1 course shall be offset from the course immediately below by not more than 6-inches nor less than 2-inches. All longitudinal joints constructed in the wearing course shall be located at a lane line or an edge line of the Traveled Way. On one-lane ramps a longitudinal joint may be constructed at the center of the traffic lane, subject to approval by the Project Engineer, if: 1. The ramp must remain open to traffic, or 2. The ramp is closed to traffic and ahot-!ap joint is constructed. a. If a hot-lap joint is allowed at the center of the traffic lahe, 2 paving machines shall be used; a minimum compacted density in accordance with Section 5- 04.3(10)B shall be achieved throughout the traffic lane; and construction equipment other than rollers shall not operate on any uncompacted mix. PW 407_04 Part04.doc [Revised March 2008] J The reference to Standard Plan A-1 in the third paragraph is revised to read "Standard Plan A40.10-00." 5-04.3(16) Weather Limitations The chart for Surface Temperature Limitation is revised to read: Surface Temperature Limitation Compacted Thickness (Feet Wearing Course Other Courses Less than 0.10 55°F 45°F 0.10 to 0.20 45°F 35°F More than 0.20 35°F 35°F 5-04.3(21) Asphalt Binder Revision This section is revised to read: When the Contracting Agency provides a source of aggregate, the expected percentage content of asphalt binder in the resulting mix will be identified in the Contract documents. ' Should the percentage of asphalt binder shown in the job mix formula for Hot Mix Asphalt produced with Agency-provided aggregate vary by more than plus or minus 0.3-percent from the amount shown in the Contract documents, an adjustment in payment. will be made. The ' adjustment in payment (plus or minus) will be based on the invoice unit cast, including shipping cost, without any markups. The quantity subject to an adjustment shall be the difference between the JMF asphalt binder percentage and the contract document asphalt ' binder percentage except that the first 0.3% of this difference shall not apply. No adjustment wil! be made when the Contractor elects not to use a Contracting Agency-provided source, or when no source is made available by the Contracting Agency. ' SECTION 5-05, CEMENT CONCRETE PAVEMENT December 1, 2008 ' 5-05.3(1) Concrete Mix Design for Paving The first paragraph under 1. Materials is revised to read: ' 1. Materials. Materials shall conform to Section 5-05.2. Fine aggregate shall conform to Section 9-03.1(2), Class 1. Coarse aggregate shall conform to Section 9-03.1(4) ' AASHTO grading No. 467. An alternate combined gradation conforming to Section 9- 03.1(5) may be proposed, that has a nominal maximum aggregate size equal to or greater than a 1-'/z -inch square sieve. 1 Fly ash, if used, shall not exceed 35-percent by weight of the total cementitious material, shall conform to Section 9-23.9 and shall be limited to Class F with a maximum Ca0 content of 15-percent by weight. Under the first paragraph; 3. Mix Design Modifications is revised to read: 3. Conformance to Mix Design. Cement, coarse and fine aggregate weights shall be within the following tolerances of the mix design: Portland Cement Concrete Batch Volumes P1N 407_04 Part04.doc [Revised March 2008] Cement +5% -1 Coarse Aggregate + 200 Pounds - 200 Pounds Fine Aggregate + 200 Pounds - 200 Pounds If the total cementitious material weight is made up of different components, these component weights shall be within the following tolerances: Portland cement weight plus 5-percent or minus 1-percent of that specified in the mix design. 2. Fly ash and ground granulated blast furnace slag weight plus or minus 5-percent of that specified in the mix design. 3. Microsilica weight plus or minus 10-percent of that specified in the mix design Water shall not exceed the maximum water specified in the mix design. The Contractor may initiate minor adjustments to the approved mix proportions within the tolerances noted above without resubmitting the mix design. Utilizing admixtures to accelerate the set or to increase workability will be permitted only when approved by the Engineer. Only non-chloride accelerating admixtures that meet the requirements of Section 9-23.6 Admixture for Concrete, shall be used. The Contractor shall notify the Engineer in writing of any proposed modification. Anew mix design will designate a new lot. 5-05.3(3)C Finishing Equipment The second sentence in the first paragraph is revised to read: On other roads and on WSDOT projects requiring less than 1000-square yards of cement concrete pavement or requiring individual placement areas of less than 1000-square yards, irregular areas, intersections and at locations inaccessible to slip-form paving equipment, cement concrete pavement may be placed with approved placement and finishing equipment utilizing stationary side forms. 5-05.3(4)A Acceptance of Portland Cement Concrete Pavement The third sentence in the ninth paragraph is deleted. 5-05.3(8)A Contraction Joints The fifth paragraph is revised to read: When cement concrete pavement is placed adjacent to existing cement concrete pavement, the vertical face of all existing working joints shall be covered with a bond breaking material such as polyethylene film, roofing paper or other material as approved by the Engineer. SECTION 6-02, CONCRETE STRUCTURES December 1, 2008 6-02.3(2)A Contractor Mix Design The third sentence in the fourth paragraph is .revised to read: PW 407_04 Part04.doc [Revised March 2008] G The nominal maximum size aggregate for Class 4000P shall be 3/8-inch. ' The fourth sentence in the fourth paragraph is revised to read: The nominal maximum size aggregate for Class 4000D shall be 1-inch. 6-02.3(2)6 Commercial Concrete ' The second paragraph is revised to read: Where concrete Class 3000 is specified for items such as, culvert headwalls, plugging ' culverts, concrete pipe collars, pipe anchors, monument cases, light standard foundations, pedestals, cabinet bases, guardrail anchors, sign post foundations, fence post footings, sidewalks, curbs, and gutters, the Contractor may use commercial concrete. If commercial ' concrete is used for sidewalks, curbs, and gutters, it shall have a minimum cementitious material content of 564-pounds per cubic yard of concrete, shall be air entrained, and the tolerances of Section 6-02.3(5)C shall apply. Commercial concrete shall not be used for items such as, bridges, retaining walls, box culverts, or foundations for high mast luminaires, mast ' arm traffic signals, cantilever signs, and sign bridges. The Engineer may approve the use of commercial concrete for other applications not listed above. ' 6-02.3(6)D Protection Against Vibration The second sentence in the second paragraph is revised to read: These requirements for the protection of freshly placed concrete against vibration shall not apply for plant cast concrete, nor shall they apply to the vibrations caused by the traveling public. ' The third sentence in the second paragraph is deleted. t Item (2) under the third paragraph is revised to read: (2) Equipment Class L (Low Vibration) shall include tracked dozers under 85,000-pounds, ' track vehicles, trucks (unless excluded above), hand operated jack hammers, cranes, auger drill rig, caisson. drilling, vibratory roller compactors under 30,000-pounds, and grab-hammers. t Item (3) under the third paragraph is revised to read: ' (3) Equipment Class H (High Vibration) shall include pile drivers, vibratory hammers, machine operated impact tools, pavement breakers, and other large pieces of equipment. 6-02.3(10) Roadway Slabs and Bridge Approach Slabs ' This section's content is deleted. The section heading is revised to read: 6-02.3(10) Bridge Decks and Bridge Approach Slabs This section is supplemented with the followin new sub-sections: g ' 6-02.3(10)A Preconstruction Meeting A pre-concreting conference shall be held 5 to 10-working days before placing concrete to discuss construction procedures, personnel, and equipment to be used. Those attending shall ' include: 1. (representing the Contractor) The superintendent and all foremen in charge of ' placing the concrete, finishing it; and PW 407_04 Part04.doc [Revised March 2008] 2. (representing the State) The Project Engineer, key inspection assistants, and the State Construction Office. If the project includes more than 1 deck or slab, and if the Contractor's key personnel change between concreting operations; or at request of the Engineer, an additional conference shall be held just before each deck or slab is placed. The Contractor shall not place bridge decks until the Engineer agrees that: Concrete producing and placement rates will be high enough to meet placing and finishing deadlines; 2. Finishers with enough experience have been employed; 3. Adequate finishing tools and equipment are at the site, and 4. Curing procedures consistent with the Specification requirements are employed 6-02.3(10)B Screed Rail Supports The Contractor shall place screed rails outside the finishing area. When screed rails cannot be placed outside the finishing area as determined by the Engineer, they shall rest on adjustable supports that can be removed with the least possible disturbance to the screeded concrete. The supports shall rest on structural members or on forms rigid enough to resist deflection. Supports shall be removable to at least 2-inches below the finished surface. For staged constructed bridge decks, the finishing machine screed rails shall not be supported on the completed portion of deck and shall deflect with the portion of structure under construction. Screed rails (with their supports) shall be strong enough and stiff enough to permit the finishing machine to operate effectively on them. All screed rails shall be placed and secured for the full length of the deck/slab before the concreting begins. If the Engineer approves in advance, the Contractor may move rails ahead onto previously set supports while concreting progresses. But such movable rails and their supports shall not change the set elevation of the screed. On steel truss and girder spans, screed rails and bulkheads may be placed directly on transverse steel floorbeams, with the strike-board moving at right angles to the centerline of the Roadway. 6-02.3(10)C Finishing Equipment The finishing machine shall be self-propelled and be capable of forward and reverse. movement under positive control. The finishing machine shall be equipped with a rotating cylindrical single or double drum screed not exceeding 60-inches in length. The finishing machine shall have the necessary adjustments to produce the required cross-section, line, and grade. Provisions sha11 be made for the raising and lowering of all screeds under positive control. The upper vertical limit of screed travel shall permit the screed to clear the finished concrete surface. For bridge deck widening of 20-feet or less, and for bridge approach slabs, or where jobsite conditions do not allow the use of conventional configuration finishing machines described above, the Contractor may propose the use of a hand operated motorized power screed such as a "Texas" or "Bunyan" screed. This screed shall be capable of finishing the bridge deck and bridge approach slab to the same standards as the finishing machine. The Contractor shall not begin placing bridge deck or bridge approach slab concrete until receiving the Engineer's approval of this screed and the placing procedures. PW 407_04 Part04.doc [Revised March 2008] I~ ~ On bridge decks the Contractor may use hand-operated strike-boards only when the Engineer approves for special conditions where self propeNed or motorized hand operated screeds cannot be employed. These boards shall be sturdy and able to strike off the full placement width without intermediate supports. Strike-boards, screed rails, and any specially made ' auxiliary equipment shall receive the Engineer's approval before use. All finishing requirements in these Specifications apply to hand-operated finishing equipment. ' 6-02.3(10)D Concrete Placement, Finishing, and Texturing Before any concrete is placed, the finishing machine shall be operated over the entire length ' of the deck/slab to check screed deflection. Concrete placement may begin only if the Engineer approves after this test. Immediately before placing concrete, the Contractor shall check (and adjust if necessary) all ' falsework and wedges to minimize settlement and deflection from the added mass of the concrete deck/slab. The Contractor shall also install devices, such as telltales, by which the Engineer can readily measure settlement and deflection. ' The Contractor shall schedule the concrete placement so that it can be completely finished during daylight. After dark finishing is permitted if the Engineer approves and if the Contractor ' provides adequate lighting. The placement operation shall cover the full width of the Roadway or the full width between ' construction joints. The Contractor shall locate any construction joint over. a beam or web that can support the deck/slab on either side of the joint. The joint shall not occur over a pier unless the Plans permit. Each joint shall be formed vertically and in true alignment. The t Contractor shall not release falsework or wedges supporting pours on either side of a joint until each side has aged as these Specifications require. Placement of concrete for bridge decks and bridge approach slabs shall comply with Section ' 6-02.3(6).The Engineer shall approve the placement method. In placing the concrete, the Contractor shall: 1. Place it (without segregation) against concrete placed earlier, as near as possible to its final position, approximately to grade, and in shallow, closely spaced piles; ' 2. Consolidate it around reinforcing steel by using vibrators before strike-off by the finishing machine; ' 3. Not use vibrators to move concrete; 4. Not revibrate any concrete surface areas where workers have stopped prior to ' screeding; 5. Remove any concrete splashed onto reinforcing steel in adjacent segments before ' concreting them; 6. Tamp and strike off the concrete with a template or strike board moving slowly forward at an even speed; 7. Maintain a slight excess of concrete m front of the cutting edge across the entire ' width of the placement operation; 8. Make enough passes with the strike-board (without overfinishing and bringing excessive amounts of mortar to the surface) to create a surface that is true and ready. ' for final finish; and PW 407_04 Pa ri04.doc (Revised March 2008] 9. Leave a thin, even film of mortar on the concrete surface after the last pass of the strike-board. Workers shall complete all post screeding operations without walking on the concrete. This may require work bridges spanning the full width of the slab. After removing the screed supports, the Contractor shall fill the voids with concrete (not mortar). If necessary, as determined by the Engineer, the Contractor shall float the surface left by the finishing machine to remove roughness, minor irregularities, and seal the surface of the concrete. Floating shall leave a smooth and even surface. Float finishing shall be kept to a minimum number of passes so air bubbles in the concrete are not released. The floats shall be at least 4-feet long. Each transverse pass of the float shall overlap the previous pass by at least half the length of the float. The first floating shall be at right angles to the strike-off. The second floating shall be at right angles to the centerline of the span. A smooth riding surface shall be maintained across construction joints. Expansion joints shalt be finished with a 1/2-inch radius edger. After floating, but while the concrete remains plastic, the Contractor shall test the entire deck/slab for flatness (allowing for crown, camber, and vertical curvature). The testing shall be done with a 10-foot straightedge held on the surface. The straightedge shall be advanced in successive positions parallel to the centerline, moving not more than 1/2 the length of the straightedge each time it advances. This procedure shall be repeated with the straightedge held perpendicular to the centerline. An acceptable surface shall be one free from deviations of more than ~/s-inch under the 10-foot straightedge. If the test reveals depressions, the Contractor shall fill them with freshly mixed concrete, strike off, consolidate, and refinish them. High areas shall be cut down and refinished. Retesting and refinishing shall continue until an acceptable, deviation free surface is .produced. The hardened concrete shall meet all smoothness requirements of these Specifications even though the tests require corrective Work. The Contractor shall texture the bridge deck and bridge approach slab by combing the final surface perpendicular to the centerline. Made of a single row of metal tines, the comb shall leave striations in the fresh concrete approximately 3/1s-inch deep by 1/s-inch wide and spaced approximately 1/2-inch apart. The Engineer will decide actual depths at the site. (If the-comb has not been approved, the Contractor shall obtain the Engineer's approval by demonstrating it on a test section.) The Contractor may operate the combs manually or mechanically, either singly or with several placed end to end. The timing and method used shall produce the required texture without displacing larger particles of aggregate. Texturing shall end 2-feet from curb lines. This 2-foot untextured strip shall be hand finished with a steel trowel If the Plans call for an overlay (to be constructed under the same Contract), such as hot .mix asphalt, latex modified concrete, epoxy concrete, or similar, the Contractor shall produce the final finish by dragging a strip of damp, seamless burlap lengthwise over the full width of the deck/slab or by brooming it lightly. A burlap drag shall equal the deck/slab in width. Approximately 3-feet of the drag shall contact the surface, with the least possible bow in its leading edge. It shall be kept wet and free of hardened lumps of concrete. When it fails to produce the required finish, the Contractor shall replace it. When not in use, it shall be lifted clear of the slab. PW 407_04 Part04.doc [Revised March 2008 J After the deck/slab has cured, the surface shall not vary more than ~/a-inch under a 10-foot r straightedge placed parallel and perpendicular to the centerline. The Contractor shall cut high spots down with a diamond faced, saw-type cutting machine. This machine shall cut through mortar and aggregate without breaking or dislodging the aggregate or causing spalls. Low spots shall be built up utilizing a grout or concrete with a strength equal to or greater than the required 28-day strength of the deck/slab. The method of build-up shall be submitted to the Engineer for approval. ' The surface texture on any area cut down or built up shall match closely that of the surrounding bridge deck or bridge approach slab area. The entire bridge deck and bridge ' approach slab shall provide a smooth riding surface. 6-02.,3(10)E Sidewalk Concrete for sidewalk shall be well compacted, struck off with astrike-board, and floated with a wooden float to achieve a surface that does not vary more than o-inch under a 10-foot straightedge. An edging tool shall be used to finish all sidewalk edges and expansion joints. The final surface shall have a granular texture that will not turn slick when wet. 6-02.3(10)F Bridge Approach Slab Orientation and Anchors Bridge approach slabs shall be constructed full bridge deck width from outside usable Shoulder to outside usable Shoulder at an elevation to match the Structure. The bridge approach slabs shall be modified as shown in the Plans to accommodate the grate inlets at ' the bridge ends if the grate inlets are required. Bridge approach slab anchors shall be installed as detailed in the Plans and the anchor rods, couplers, and nuts shall conform to Section 9-06.5(1). The steel plates shall conform to ASTM ' A 36. All metal parts shall receive 1 coat of formula A-11-99 paint meeting the requirements of Section 9-08.2. The pipe shall be any non-perforated PE or PVC pipe of the diameter specified in the Plans. Polystyrene shall conform to Section 9-04.6. The anchors shall be installed parallel both to profile grade and center line of Roadway. The .Contractor shall secure the anchors to ensure that they will not be misaligned during concrete placement. For Method B anchors installations, the epoxy bonding agent used to install the anchors shall be ' Type IV conforming to Section 9-26.1. The compression seal shall be as noted in the Contract documents. Dowel bars shall be installed in the bridge approach slabs in accordance with the requirements of the Standard Plans and Section 5-05.3(10). After curing bridge approach slabs in accordance with Section 6-02.3(11), the bridge approach slabs may be opened to traffic when a minimum compressive strength of 2,500 psi is ' achieved. 6-02.3(12). Construction Joints ' The third sentence in the second paragraph is deleted. 6-02.3(17)N Removal of Falsework and Forms 1 The fifth paragraph, beginning with "The Contractor may remove side forms, traffic barrier form, and pedestrian barrier forms" etc, is deleted. ' 6-02.3(17)0 Early Concrete Test Cylinder Breaks The third paragraph is revised to read: The cylinders shall be cured in accordance with WSDOT FOP for AASHTO T 23. PW 407_04 Part04.doc [Revised March 2008] 6-02.3(20) Grout for Anchor Bolts and Bridge Bearings The title for this Section (on page 6-71) is revised to read: 6-02.3(20) Grout for Anchor Bolts and Bridge Bearings 6-02.3(25) Prestressed Concrete Girders In the fourth paragraph, the second sentence in Prestressed Concrete Wide Flange I Girder is revised to read: WSDOT standard girders in this category include Series WF42G, WF50G, WF58G, WF66G, WF74G, WF83G, WF95G and WF100G. 1n the fourth paragraph, the seventh sentence in Spliced Prestressed Concrete Girder is revised to read: WSDOT standard girders in this category include Series WF66PTG, WF74PTG, WF83PTG, WF95PTG and WF100PTG. 6-02.3(25)) Horizontal Alignment The first paragraph is revised to read: The Contractor shall check and record the horizontal alignment of the top and bottom flanges of each girder at the following times: 1. Initial -upon removal of the girder from the casting bed; 2. Final -within 2-weeks, but not less than 3=days prior to shipment; and 3. Storage -between 115 to 125-days after casting, if the girder remains in storage for a period- exceeding 120-days. Each check shall be made by measuring the distance between each flange and a chord that extends the full length of the girder. The. Contractor shall perform and record each check at a time when the alignment of the girder is not influenced by temporary differences in surface temperature. Records for the Initial check shall be included in the Contractor's Prestressed Concrete Certificate of Compliance. Records for the Final and Storage checks .shall be provided to the Engineer for approval. The first sentence in the fifth paragraph is deleted. 6-02.3(25)K Girder Deflection The first paragraph is revised to read: The Contractor shall check and record the vertical deflection (camber) of each girder at the following times: 1. Initial -upon removal of the girder from the casting bed; and 2. Storage -within 2-weeks, but not less than 3-days prior to shipment, if the girder remains in storage for a period exceeding 120-days. The Contractor shall perform and record each check at a time when the alignment of the girder is not influenced by temporary differences in surface temperature. These records shall be available for the Engineer's inspection, and in the case of girders older than 120-days, shall be transmitted to the Engineer as soon as practical for evaluation of the effect of long-term storage on the "D" dimension. Records for the Initial check shall be included in the PW 407_04 Part04.doc [Revised March 2008] Contractor's Prestressed Concrete Certificate of Compliance. Records for the Storage check r shall be provided to the Engineer for approval. 6-02.3(25)L Handling and Storage 1 The fifth sentence in the third paragraph is deleted. 6-02.3(25)N Prestressed Concrete Girder Erection t The fourth paragraph is revised to read: When prestressed girders arrive on the project, the Project Engineer will confirm that they are stamped "Approved for Shipment", that the final horizontal alignment and deflection (camber) check records have been approved, and that they have not been damaged in shipment, before accepting them. 6-02.3(26)E Ducts The first six paragraphs under the heading Ducts for Internal Embedded Installation are revised ' to read: Ducts, including their splices, shall be semi-rigid, air and mortar tight, corrugated plastic ducts ' of virgin polyethylene or polypropylene materials, free of water soluble chlorides or other chemicals reactive with concrete or post-tensioning reinforcement. Ducts, including their splices, shall either have a white coating on the outside or shall be of a white material with ' ultraviolet stabilizers added. Ducts, including their splices, shall be capable of withstanding concrete pressures without deforming or permitting the intrusion of cement paste during placement of concrete. All fasteners shall be appropriate for use with plastic ducts, and all ' clamps shall be of an approved plastic material. Polyethylene ducts shall conform to ASTM D 3350 with a cell classification of 345464A.. Polypropylene ducts shall conform to ASTM D 4101 with a cell classification of either ' PP0340B14541 or PP0340B67884. Resins used for duct fabrication shall have a minimum oxidation induction time of 20 minutes, in accordance with ASTM D 3895, based on tests performed by the duct- fabricator on samples taken from the lot of finished product. The duct ' thickness shall be as specified in Section 10.8.3 of the AASHTO LRFD Bridge Construction Specifications, latest edition and current interims. ' Each duct shall maintain the required profile within a placement tolerance of plus or minus '/fl- inch for longitudinal tendons and plus or minus '/a-inch for transverse slab tendons during all phases of the work. The minimum acceptable radius of curvature shall be as recommended by the duct manufacturer and as supported by documented industry standard testing: The ducts shall be completely sealed to keep out all mortar. ' Each duct shall be located to place the tendon at the center of gravity alignment shown in the Plans. To keep friction losses to a minimum, the Contractor shall install ducts to the exact lines and grades shown in the Plans. Once in place, the ducts shall be tied firmly in position before ' they are covered with concrete. During concrete placement, the Contractor- shall not displace or damage the ducts.' ' The ends of the ducts shall: 1. Permit free movement of anchorage devices, and ' 2. Remain covered after installation in the forms to keep out all water or debris. Immediately after any concrete placement, the Contractor shall force blasts of oil-free, compressed air through the ducts to break up and remove any mortar inside before it hardens: Before deck concrete is placed, the Contractor shall satisfy the Engineer that ducts are PW 407_04 Part04.doc [Revised March 2008] unobstructed and contain nothing that could interfere with tendon installation, tensioning, or grouting. If the tendons are in place, the Contractor shall show that they are free in the duct. Ducts shall be capped and sealed at all times until the completion of grouting to prevent the intrusion of water. The last paragraph under the heading Ducts for Internal Embedded Installation is revised to read: When the duct must be curved in a tight radius, more flexible duct may be used, subject to the Engineer's approval. The first paragraph under the heading Ducts for External Exposed Installation is revised to read: Duct shall be high-density polyethylene (HDPE) conforming to ASTM D 3350. The cell classification for each property listed in Table 1 shall be as follows: This section is supplemented with the following: Vents, Grout Injection Ports, Drains and Caps The Contractor shall install vents at high points and drains at low points of the tendon profile (and at other places if the Plans require). Vents at high points shall consist of a set of three vents -one to be installed at the high point of the duct, and flanking vents to be installed on either side of the high point vent at locations where the duct profile is 8 to 12 inches below the elevation of the high point vent. Vents shall include grout injection ports. Vents and drains shall have a minimum inside diameter of 3/4 inches, and shall be of either stainless steel, nylon, or polyolefin materials, free of water soluble chlorides or other chemicals reactive with concrete or post-tensioning reinforcement. Stainless steel vents and drains shall conform to ASTM A 240 Type 316. Nylon vents and drains shall conform to cell classification S-PA0141 (weather resistant), Polyolefin vents and drains shall contain an antioxidant with a minimum oxidation induction time of 20 minutes in accordance with ASTM D 3895. Polyolefin vents and drains shall also have a stress crack resistance of three hours minimum when tested at an applied stress of 350 psi in accordance with ASTM F 2136. All fasteners shall be appropriate for use with plastic ducts, and all clamps shall be of an _. approved plastic material. Taping of connections is not allowed. Valves shall be positive mechanical shut-off valves. Valves, and associated caps, shall have a minimum pressure rating of 100 psi. Vents shall point upward and remain closed until grouting begins. Drains shall point downward and remain open until grouting begins. Ends of stainless steel vents and drains shall be removed 1-inch inside the concrete surface after grouting has been completed. Ends of nylon or polyolefin vents and drains may be left flush to the surface unless otherwise specified by the Engineer. Vents, except for grout injection, are not required for transverse post-tensioning ducts in the roadway slab unless specified in the Plans. Caps shall be made of either stainless steel or fiber reinforced polymer (FRP). Stainless steel caps shall conform to ASTM A 240 Type 316L. The resin for FRP caps shall be either nylon, polyester, or acrylonitrite butadiene styrene (ABS). Nylon shall conform to cell classification S- PA0141 (weather resistant). Caps shall be sealed with "O" ring seals or precision fitted flat gaskets placed against the bearing plate. Caps shall be fastened to the anchorage with stainless steel bolts conforming to ASTM A 240 Type 316L. PW 407 04 Part04.doc [Revised March 2008] ' Leak Tightness Testing The Contractor shall test each completed duct assembly for leak tightness, prior to casting concrete and placing post-tensioning reinforcement. The Contractor shall submit the equipment used to conduct the leak tightness testing and to monitor and record the pressure ' maintained in and lost from the closed assembly, and the process to be followed in conducting the leak tightness testing, to the Engineer for approval along with the post-tensioning system shop drawings in accordance with Section 6-02.3(26)A. Prior to testing, all vents, grout injection ports, and drains shall either be capped or have their shut-off valves closed. The Contractor shall pressurize the completed duct assembly to an ' initial air pressure of 50 psi. This pressure shall be held for five minutes to allow for internal adjustments within the assembly. After five minutes, the air supply valve shall be closed. The Contractor shall monitor and measure the pressure maintained within the closed assembly, and any subsequent loss of pressure, over a period of 'one minute following the closure of the air supply valve. Locations of leakage shall be identified, repaired or reconstructed, and the repaired reassembled duct system retested. The cycle of testing, repair and retesting of each ' completed duct assembly shall continue until the completed duct assembly completes a test with pressure loss within the specified amount. The maximum pressure .loss for duct assemblies equal to or less than 150 feet in length shall be 25 psig. The maximum pressure ' loss for duct assemblies greater than 150 feet in length shall be 15 psig. 6-02.3(26)F Prestressing Reinforcement The third sentence in the fourth paragraph is revised to read: !f the restressin reinforcement will not be stressed and routed for more that seven calendar P g 9 days after it is placed in the ducts, the Contractor shall place an approved corrosion inhibitor. ' conforming to Federal Specification MIL-P-3420E-87 in the ducts. 6-02.3(26)H Grouting ' The following is inserted in front of the first paragraph of this section: Grout for post-tensioning reinforcement shall be aClass Cpre-packaged, pumpable, non- ' segregating, non-shrink, high-strength grout conforming to the requirements specified in Section 10.9.3 of the AASHTO LRFD Bridge Construction Specifications, latest edition and current interims. Pre-packaged components of the grout mix shall be used within six months ' or less from date of manufacture to date of usage. Grout for post-tensioning reinforcement will be accepted based on manufacturer's certificate of compliance in accordance with Section 1- 06.3, except that the water-cementitious material ratio of 0.45 maximum shall be field verified. ' All grout produced for any single structure shall be furnished by one supplier. ' All grouting operations shall be conducted by ASBI certified grout technicians. The Contractor shall submit a grouting operation plan to the Engineer for approval in ' accordance with Section 6-01.9. The grouting operation plan shall include, but not be limited to, the following: 1. Names of the grout technicians, accompanied by documentation of their ASBI ' certification. 2. Type. quantity and brand of materials used in the grouting operations, including al! ' manufacturer's certificates of compliance. 3. Type of equipment to be used, including meters and measuring devices used to ' positively measure the quantity of materials used to mix the post-tensioning grout, PW 407_04 Part04.doc [Revised March 2008] the equipment capacity in relation to demand and working conditions, and all back-up equipment and spare parts. 4. General grouting procedure. ' 5. Duct leak tightness testing and repair procedures as specified in Section 6- 02.3(26)E. 6. Methods used to control the rate of grout flow within the ducts. 7. Theoretical grout volume calculations, and target flow rates recommended. by the grout manufacturer as a function of the mixer equipment and the expected range of ambient temperatures. 8. Grout mixing and pumping procedures. 9. Direction of grouting. 10. Sequence of use of the grout injection ports, vents and drains. 11. Procedures for handling blockages. 12. Procedures for post-grouting repairs. The Contractor shall not begin grouting operations until receiving the Engineer's approval of the grouting operation plan. Post-tensioning grout shall be mixed in accordance with the pre-packaged grout manufacturer's recommendations using high-shear colloidal mixers. Mechanical paddle mixers will not be allowed. The grout produced for filling post-tensioning ducts shall be free of lumps and undispersed cement. All equipment used to mix each batch of post-tensioning grout shall be equipped with appropriate meters and measuring devices to positively measure all quantities of all materials used to produce the mixed grout. The field test-for water- cementitious materials ratio shall be performed prior to beginning the grout- injection process. Grouting shall not begin until the material properties of each batch of grout have been confirmed as acceptable. The fourth paragraph is deleted. The fifth paragraph is deleted. The sixth paragraph is deleted. SECTION 6-03, STEEL STRUCTURES April 7, 2008 6-03.3(33) Bolted Connections The second paragraph is revised to read: All bolted connections are slip critical. Painted structures require either Type 1 or Type 3 bolts. Unpainted structures require Type 3 bolts. AASHTO M 253 bolts shall not be galvanized or be used in contact with galvanized metal. 6-03.3(38) Placing Superstructure This. section is revised to read: PW 407_04 Part04.doc (Revised March 2008] The concrete in piers and crossbeams shall reach at least 80-percent of design strength ' before girders are placed on them. 6-03.4 Measurement ' The second paragraph is revised to read: Cast or forged metal (kind) shown in the Plans will be measured by the pound or will be paid ' for on a lump sum basis, whichever is shown on the Proposal. SECTION 6-05, PILING ' December 1, 2008 6-05.3(11)A Tolerances ' The first sentence is revised to read: For elevated pier caps, the tops of piles at cut-off elevation shall be within 2-inches of the ' horizontal locations indicated in the Contract. SECTION 6-07, PAINTING ' December 1, 2008 6-07.3(1) Painting New Steel Structures ' The third paragraph is revised to read: The primer coat, the second coat and the third coat shall .all be selected from the same ' manufacturer and shall be from one of the approved paint systems listed in the Qualified Products List. Once a paint system has been selected, that system shall be used throughout the Structure. ' The ninth paragraph is deleted. 6-07.3(2)G Painting Steel Surfaces ' The first sentence in the first paragraph is revised to read: ' The coating system for all steel surfaces shall incorporate 3 single component moisture-cured polyurethane coats from the same manufacturer and shall be from one of the approved paint systems listed in the Qualified Products List. 6-07.3(4) Painting Galvanized Surfaces The reference to "ASTM D 2092" in the first sentence in the first paragraph is revised to "ASTM D 6386". 6-07.3(5) Paint -Film Thickness The second sentence in the first paragraph is deleted and replaced with the following: The dry film thickness of the primer coat on faying surfaces shall not be less than 2.5 mils nor greater than the paint manufacturer's maximum recommended thickness. The primer coat shall meet the coefficient of friction requirements of Section 6-07.3(1) and 6-07.3(2)E Item 2. Top flange surfaces to be embedded in concrete shall receive a mist coat. Welded shear connectors, if installed in the shop, shall not receive paint except for incidental overspray. PW 407_04 Part04.doc [Revised March 2008) SECTION 6-09, MODIFIED CONCRETE OVERLAYS December 1, 2008 6-09.3(1)B Rotary Milling Machines This section is revised to read: Rotary milling machines shall have a maximum operating weight of 50,000 pounds, and conform to the requirements in Section 1-07.7. 6-09.3(1)C Hydro-Demolition Machines ~ This section is revised to read: Hydro-demolition machines shall consist of filtering and pumping units operating in conjunction with aremote-controlled robotic device, using high velocity water jets to remove 1/z-inch of ~ sound concrete with the simultaneous removal of all deteriorated concrete. Hydro-demolition machines shall also clean any exposed reinforcing steel of all rust and corrosion products. 6-09.3(1)D Shot Blasting Machines This section is revised to read: ' Shot blasting machines shall consist of a self contained mobile unit, using steel abrasive to remove 1/z-inch of .sound concrete. The sf~ot blasting machine shall vacuum and store all material removed from the scarified concrete surface into a self contained unit. 6-09.3(6) Further Deck Preparation The first sentence in the first paragraph is revised to read: Once the lane or strip being overlaid has been cleaned of debris from scarifying, the Contractor, with the Engineer, shall perform an inspection of the .completed work in accordance with ASTM D 4580 Method B, and the Contractor shall mark those areas of the existing bridge deck that are authorized by the Engineer for further deck preparation by the . Contractor. 6-09.3(6)6 Deck Repair Preparation The second sentence in the first paragraph is revised to read: If unsound concrete exists around the top mat of steel reinforcing bars, or if the bond between concrete and top mat of steel is broken, concrete shall be removed to provide a 3/4-inch minimum clearance around the top mat of steel reinforcing bars. 6-09.3(6)C Placing Deck Repair Concrete ' The first paragraph is revised to read: Deck repair concrete for modified concrete overlays shall be either modified concrete or concrete Class M as specified below. The third paragraph is deleted. The fourth paragraph is revised to read: Type 1 deck repairs, defined as deck repair areas with a maximum depth of one-half the periphery of the bottom bar of the top layer of steel reinforcement and not to exceed 12 continuous inches along the length of the bar, may be filled during the placement of the concrete overlay. PW 407_04 Part04.doc [Revised March 2008] This section is supplemented with the following: Type 2 deck repairs, defined as deck repair areas not conforming to the definition of Type 1 deck repairs, shall be repaired with concrete Class M and wet cured for 42-hours in accordance with Section 6-09.3(13), prior to placing the concrete overlay. During the curing period, all vehicular and foot traffic shall be prohibited on the repair area. 6-09.3(8)A Quality Assurance for Microsilica Modified and Fly Ash Modified Concrete Overlays The first sentence in the first paragraph is revised to read: The Engineer will perform slump, temperature, and entrained air tests for acceptance in accordance with Section 6-02.3(5)D and as specified in this Section after the Contractor indicates that the concrete is ready for placement. The third paragraph is deleted. 6-09.3(8)6 Quality Assurance for Latex Modified Concrete Overlays The following new sentence is inserted as the leading sentence in the second paragraph: The Engineer will perform slump, temperature, and entrained air tests for acceptance in accordance with Section 6-02.3(5)D and as specified in this Section. The third paragraph is deleted. 6-09.5 Payment The paragraph following "Modified Conc. Overlay", per cubic foot, is revised to read: The unit contract price per cubic foot for "Modified Conc. Overlay" shall be full pay for furnishing the modified concrete overlay, including the overlay material placed .into Type 1 deck repairs in accordance with Section 6-09.3(6)C. ' SECTION 6-11, REINFORCED CONCRETE WALLS August 4, 2008 ' 6-11.3(3) Precast Concrete Wall Stem Panels The first sentence in the first paragraph is revised to read: ' The Contractor may fabricate precast concrete wall stem panels for construction of Standard Plan Retaining Walls. ' The first sentence in the second paragraph is revised to read: ' The precast concrete wall stem panels shall be designed in accordance with the following codes: The first sentence in number 1. in the second paragraph is revised to read: 1. For all loads except as otherwise noted - AASHTO LRFD Bridge Design Specifications, ' latest edition and current interims. 6-11.3(5) Backfill, Weepholes and Gutters ' The first sentence in the first paragraph is revised to read: PW 407_04 Part04.doc [Revised March 2008] Unless the Plans specify otherwise, backfill-and weepholes shall be placed in accordance with the Standard Plans and Section 6-02.3(22). SECTION 6-15, SOIL NAIL WALLS January 7, 2008 6-15.3(8)A Verification Testing The last sentence in the sixth paragraph is revised to read: The load-hold period shall start as soon as the load is applied and the nail movement with respect to a fixed reference shall be measured and recorded at 1 minute, 2, 3, 4, 5, 6, 10, 20, 30, 40, 50, and 60 minutes. 6-15.3(8)8 Proof Testing The fifth sentence in the third paragraph is revised to read: If the load hold is extended, the nail movement shall be recorded at 20, 30, 40, 50, and 60 minutes. SECTION 6-16, SOLDIER PILE AND SOLDIER PILE TIEBACK WALLS December 1, 2008 6-16.3(4) Installing Soldier Piles The second sentence in the second paragraph is revised to read: Concrete cover over the soldier pile shall be 3-inches minimum, except that the cover over the soldier pile flange plate reinforcing at permanent ground anchor locations shall be 1-1/2 inches minimum. 6-16.3(6) Installing Timber Lagging and Permanent Ground Anchors This section, including the title, is revised to read: 6-16.3(6) Designing and Installing Lagging, and Installing Permanent Ground Anchors Lagging for soldier pile walls shall conform to one of the following two categories: Temporary lagging is defined as lagging that is in service as a structural member for a maximum of 36 months before a permanent load carrying fascia is in place, except for the following exception. Lagging for soldier pile walls in site soils conforming to an excluded soil type as defined under Section 6-16.3(6)A will be classified as permanent lagging conforming to Section 6-16.3(6)C, in which case this requirement will be specified in the Plans along with design details for such lagging. Permanent lagging is defined as all lagging not conforming to the definition of temporary lagging as specified above. This section is supplemented with the following new sub-sections: 6-16.3(6)A Soil Classification For the purposes of designing lagging for soldier pile walls, soils shall be categorized in the following classifications: Soil Type 1 The following shall be considered Type 1 soils: PW 407_04 Part04.doc [Revised March 2008] ~~~ 1. Cohesive fine grained soils either CL or CH of medium consistency with yH/S~ < 5. 2. Cohesive fine grained soils either CL or CH that are stiff to very stiff and_ non- ' fissured. 3. Fine grained soils either ML or SM-ML that are above the water table. ' 4. Coarse grained soils either GW, GP, GM, GC, SW, SP or SM that are medium dense to dense. ' Soil Type 2 The following shall be considered Type 2 soils: 1. Cohesive fine grained soils either CL or CH that are heavily over consolidated and fissured. ' 2. Fine grained ML soils or coarse grained SM-ML soils that are below the water table. ' 3. Coarse grained SC soil that is medium dense to dense and is below the water table. 1 4. Coarse grained soils either SW, SP or SM that are loose. Sail Type 3 ' The following shall be considered Type 3 soils: 1. Cohesive fine grained soils either CL or CH that are soft with yH/S~ > 5. ' 2 Fi e r i ed li h l l i . n g a n s g t y p ast c ML soil that is below the water table. " ' 3. Coarse grained SC soil that is loose and below the water table. Exclusions Regardless of whether site soils conform to one of the soil types defined above, site soils under the following conditions are excluded from the Type 1, Type 2, and Type 3 soil classifications: - ' 1. Disturbed soils such as those in landslides or known unstable areas. ' 2. Layered soils dipping into the excavation steeper than 4H:1 V. Lagging for soldier pile walls located in site soils excluded from the Type 1, Type 2, and Type 3 soil classifications shall be designed in accordance with the latest AASHTO LRFD ' Bridge Design Specifications with current interim specifications. Use: of the table in Section 6-16.3(6)6 for timber lagging in these situations will not be allowed. 6-16.3(6)6 Temporary Lagging The Contractor shall design temporary lagging for all soldier pile walls. The temporary lagging design shall be based on the following: ' 1. The AASHTO LRFD Bridge Design Specifications, latest edition with current interim specifications, except that timber members used for temporary lagging may be ' .selected based on the table below. PW 407_04 Part04.doc [Revised March 2008] 2. The soil type as specified in the Plans or as determined from the geotechnical report prepared for the project. ' 3. The soil pressure diagram, either as shown in the Plans or as included in the geotechnical report prepared for the project, including the surcharge for temporary construction load when shown in the Plans. The Contractor shall submit the soldier pile wall lagging design working drawings and supporting. design calculations to the Engineer for approval in accordance with Section 6-01.9. The submittal shall include, but not be limited to, the following: 1. Description of the material used for the lagging, including identification of applicable material specifications. 2. Installation method and sequence. 3. If the lagging material is to be removed during or after installation of the permanent fascia, a description of how the lagging is removed without disturbing or damaging the fascia, soldier piles, and retained soil, and a description of how, and with what ~ material, the void left by the removal of lagging is to be filled. 4. For all cases, except with timber for temporary lagging, a description with appropriate details of how subsurface drainage is to be accommodated, either in accordance with Section 6-16.3(7) for timber lagging, Section 6-15.3(7) for shotcrete facing, or other means appropriate for the geotechnical site conditions and approved by the Engineer for other lagging materials. Lagging materials and lagging installation methods that cause .the build-up of, and prevent the relief of, pore water pressure will hot be allowed. Free draining materials are defined as those materials that exhibit a greater permeability than the material being retained. Temporary lagging may be untreated timber conforming to the Section 9-09.2 requirements specified under Structures for timber lagging, or another material selected by the Contractor. Timber for temporary lagging shall conform to the minimum actual thickness specified in the table below for the soil type, exposed wall height, and lagging clear span as shown in the Plans. Minimum Actual Thickness of Timber Used As Tem orar Lagging Soil Type 1 1 2 2 3 3 ' 3 Exposed Wall Height (feet 25 and under Over 25 to 60 25 and under Over 25 to 60 15 and under Over 15 to 25 Over 25 Clear Span Of Lagging (feet Minimum Actual Thickness of Rough Cut Timber Lagging (inches) ~3) 5 2 3 3 3 3 3 4 6 3 3 3 3 3 4 5 7 3 3 3 4 4 5 6 8 3 4 4 4 5 6 9 4 4 4 5 10 4 5 5 5 ~'~ Soil Type as defined in Section 6-16.3(6)A ~2~ For exposed wall heights exceeding the limits in the table above, or where minimum rough cut lagging thickness is not provided, the Contractor shall design the PW 407_04 Part04.doc [Revised March 2008] lagging in accordance with the latest AASHTO LRFD Bridge Design Specifications with current interim specifications. ' ~3~ Table modified from FHWA document "Lateral Support Systems and Underpinning" (Report No. FHWA-RD-75-130) ' Notwithstanding the requirements of Section 1-06.1, steel materials used by the Contractor as temporary lagging may be used (second hand) provided that the use of such used (second hand) steel materials shall be subject to visual inspection and approval by the Engineer. For used (second hand) steel materials where the grade of steel cannot be positively identified, the design stresses for the steel shall conform to the Section 6-02.3(17)8 requirements for salvaged steel, regardless of whether rivets are present or not. ' 6-16.3(6)C Permanent Lagging Permanent lagging, including timber, shall be as shown in the Plans. The use of the table in Section 6-16.3(6)6 for the design of timber lagging for permanent lagging will not be allowed. ' 6-16.3(6)D Installing Lagging and Permanent Ground Anchors The excavation and removal of CDF and pumpable lean concrete for the lagging installation ' shall proceed in advance of the lagging, and shall not begin until the CDF and pumpable lean concrete are of sufficient strength that the material remains in place during- excavation and lagging installation. If the CDF or pumpable lean concrete separates from the soldier pile, or ' caves or spalls from around the soldier pile, the Contractor shall discontinue excavation and lagging installation operations until the CDF and pumpable lean concrete is completely set. The bottom of the excavation in front of the wall shall be level. Excavation shall conform to ' Section 2-03. . For walls without permanent ground anchors, the bottom of excavation shall not be more than three feet below the bottom level of the lagging already installed, but in no case shall the depth ' of excavation beneath the bottom level of installed lagging be. such to cause instability of the excavated face. For-walls with permanent ground anchors, the bottom of excavation shall be not more than three feet below the permanent ground anchor level until all permanent ground ' anchors at that level are installed and stressed, but in no case shall the depth of excavation beneath the permanent ground anchor level be such to cause instability of the excavated face. Any caving that occurs during excavation shall be backfilled with free draining material as ' approved by the Engineer. Installing, stressing, and testing the permanent ground anchors shall be in accordance with ' Section 6-17 and the construction sequence specified in the Plans. The lagging shall be installed from the top of the soldier pile proceeding downward. The ' lagging shall make direct contact with the soil. When and where lagging is not in full contact with the soil being retained, either the lagging shall be wedged back to create contact or the void shall be filled with a free draining material as approved by the Engineer. When utilizing lagging in fill situations, the backfill layers shall be placed in accordance with Section ?_-03.3(14) except that all layers shall be compacted to 90 percent of maximum density. 6-16.3(7) Prefabricated Drainage Mat The first paragraph is revised to read: For walls with concrete fascia panels, a four foot wide strip of prefabricated drainage mat shall be installed full height of the concrete fascia panel, centered between soldier pile flanges, unless otherwise shown in the Plans. PW 4O7 ~4 Part(14.d~c fRPVisPri Marrh 2O~ftl 6-16.4 Measurement ' The third paragraph is revised to read: Lagging will be measured by the square foot area of lagging installed. The quantity will be ' computed based on the vertical dimension from the highest lagging elevation to the lowest lagging elevation between .each pair of adjacent soldier piles as the height dimension, and the center-to-center spacing of the soldier piles as the length dimension. 6-16.5 Pa ment Y The third bid item and the following paragraph is revised to read: "Lagging", per square foot. All costs in connection with furnishing and installing lagging shall be included in the unit ' contract price per square foot for "Lagging", including design of temporary lagging, and filling voids behind the lagging with a free draining material as approved by the Engineer. SECTION 6-17, PERMANENT GROUND ANCHORS January 7, 2008 6-17.3(8)6 Performance Testing The fourth sentence in the fourth paragraph is revised to read: . If the load hold is extended, the anchor movement shall be recorded at 20 minutes, 30, 40, 50, and 60 minutes. 6-17.3(8)C Proof Testing The fourth sentence in the second paragraph is revised to read: If the load hold is extended, the anchor movements shall be recorded at 20 minutes, 30, 40, 50, and 60 minutes. ' SECTION 7-02, CULVERTS December 1, 2008 7-02.2 Materials The third paragraph is revised to read: Thermoplastic culvert pipe includes solid wall PVC culvert pipe, profile wall PVC culvert pipe, and corrugated polyethylene culvert pipe. Solid wall PVC culvert pipe, profile wall PVC culvert pipe, and corrugated polyethylene culvert pipe are acceptable alternates for Schedule A or B culvert pipe. ' In the chart for Culvert Pipe Schedules, for Schedule B, 15' - 25', the references in the column i for Thermoplastic PE or PVC for "PVC" are revised to "PE or PVC". SECTION 7-04, STORM SEWERS December 1, 2008 7-04.2 Materials In the chart for Storm Sewer Pipe Schedules, for Schedule B, 15' - 25', in the column for PE, insert "Allowed". PW 407 04 Part04.doc (Revised March 2008 ii SECTION 8-01, EROSION CONTROL AND WATER POLLUTION CONTROL December 1, 2008 8-01.3(1) General The first sentence in the eight paragraph is revised to read: Erodible earth not being worked, whether at final grade or not, shall be covered within the following time period, using an approved soil covering practice: The ninth paragraph is revised to read: !f the Engineer, under Section 1-08.6, orders. the Work suspended, the Contractor shall continue to control erosion, pollution, and runoff during the shutdown. 8-01.3(1)C Water Management Item 2. "Process Water" is supplemented with the following new first paragraph: High pH process water or wastewater (non-stormwater) that is generated on-site, including water generated during concrete grinding, rubblizing, washout, and hydrodemolition activities, shall not be discharged to waters of the state. Water may be infiltrated upon the approval of the Engineer. Off-site disposal of concrete process water shall be in accordance with Standard Specification 5-01.3(11). 8-01.3(6)D Wattle Check Dam The reference to Section 8-01.3(10) is revised to Section 9-14.5(5). 8-01.3(12) Compost Sock The last paragraph is deleted. 8-01.3(13) Temporary Curb The first paragraph is revised to read: Temporary curbs may consist of asphalt, concrete, sand bags, compost socks, wattles, or geotextile/plastic encased berms of sand or gravel, or as approved by the Engineer. SECTION 8-02, ROADSIDE RESTORATION April 7, 2008 8-02.3(3) Planting Area Weed Control The second paragraph is deleted. This section is supplemented with the following: Weed barrier mats shall be installed as shown in the Plans. Mats shall be 3-feet square and shall be secured by a minimum of 5 staples per mat. Mats and staples shall be installed according to the manufacturer's recommendations. SECTION 8-04, CURBS, GUTTERS, AND SPILLWAYS January 7, 2008 8-04.5 Payment The bid items "Roundabout Truck Apron Inner Cement Conc. Curb" and "Roundabout Truck Apron Outer Cem. Conc. Curb and Gutter" are revised to read: "Roundabout Central Island Cement Concrete Curb", per linear foot. PW 407_04 Part04.doc [Revised March 2008) "Roundabout Truck Apron Cem. Conc. Curb and Gutter", per linear foot. This section is supplemented with the following new bid item: "Roundabout Truck Apron Cement Concrete Curb", per linear foot. SECTION 8-11, GUARDRAIL December 1, 2008 8-11.3(4) Removing Guardrail and Guardrail Anchor The following is inserted after the third sentence in the first paragraph: The embedded anchors attaching guardrail posts and guardrail terminal sections specified for removal to existing concrete Structures shall be removed a minimum of one inch beneath the existing concrete surface. The void left by removal of the embedded anchors shall be coated with epoxy bonding agent and fil-ed with grout. The epoxy bonding agent shall be Type II conforming to Section 9-26.1 with the grade and class as recommended by the epoxy bonding agent manufacturer and as approved by the Engineer. The grout shall consist of cement and fine aggregate mixed in the proportions to match the color of the existing concrete surface as . near as practicable. SECTION 8-12, CHAIN LINFC FENCES AND WERE FENCE January 7, 2008 8-12.3(1)A Posts All references to "Type 3 fence" in the second and third paragraphs are revised to read "Type 3 and Type 4 fences". The first sentence in the eighth paragraph is revised to read: Gate and pull posts shall be braced to the adjacent brace, end, or corner post(s) in the manner shown in the Standard Plans. The tenth paragraph is revised to read: All posts for chain link fence Types 1 and 6 shall be fitted with an approved top cap designed to fit securely over the post to support the top rail. All round posts for chain link fence Types 3 and 4 shall have approved top caps fastened securely to the posts. The base of the top cap fitting for round posts shall feature an apron around the outside of the posts. 8-12.3(1)C Tension Wire This section including title is revised to read: 8-12.3(1)C Tension Wire and Tension Cable Tension Wires shall be attached to the posts as detailed in the Standard Plans or as approved by the Engineer. Tension Cables shall be installed in accordance with Section 8-25.3(5). 8-12.3(1)D Chain Link Fabric The following new paragraph is inserted in front of the first paragraph: PW 407 04 Part04.doc (Revised March 20081 Attach the chain link fabric after the cables and wires have been properly tensioned and/or the ' top rail has been installed. ' The third and fourth sentences in the third paragraph are revised to read: Fastening to posts shall be with tie wire, metal bands, or other approved method attached at 14-inch intervals. The top and bottom edge of the fabric shall be fastened with tie wires to the ' top rail, and with hog rings to the tension cable or top and bottom tension wires as may be applicable, spaced at 24-inch intervals. ' SECTION 8-15, RIPRAP " April 7, 2008 t 8-15.3(1) Excavation for Riprap The second sentence of the first paragraph is revised to read: Excavation below the level of the intersection of the slope to be protected and the adjacent original ground or the channel floor or slope shall be classified, measured, and paid for as channel excavation or ditch excavation in accordance with Section 2-03. ' 8-15.4 Measurement The following new paragraph is inserted to follow the fifth paragraph. ' Channel excavation will be measured by the cubic yard as specified in Section 2-03. The sixth paragraph is revised to read: Ditch excavation will be measured by the cubic yard as specified in Section 2-03. 1 The reference to Section 2-10 in the seventh paragraph is revised to Section 2-03. 8-15.5 Payment _ _ The bid item "Filter Blanket" is supplemented with the following: The unit price_for "Filter Blanket" shall be full payment for all costs incurred to perform the work in Section 8-15.3(7). This section is supplemented with the following: "Channel Excavation", per cubic yard. "Channel Excavation Incl. Haul", per cubic yard. "Ditch Excavation Incl. Haul", per cubic yard. Payment for "Channel Excavation", "Channel Excavation Incl. Haul", "Ditch Excavation" and "Ditch Excavation Incl. Haul" is described in Section 2-03.5. SECTION 8-20, ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL December 1, 2008 8-20.1 Description The first paragraph is revised to read: This Work consists of furnishing, installing and field testing all materials and equipment necessary to complete in place, fully functional system(s) of any or all of the following types including modifications to an existing system all in accordance writh approved methods, the Plans, the Special Provisions and these Specifications: PW 407_04 Part04.doc [Revised March 2008] 1. Traffic Signal System 2. Illumination System 3. Intelligent Transportation System 8-20.3(1) General The following new paragraph is inserted after the fifth paragraph: The embedded anchors attaching existing electrical, illumination, and traffic signal systems specified for removal to existing concrete Structures shall be removed a minimum of one inch beneath the existing concrete surface. The void left by removal of the embedded anchors shall be coated with epoxy bonding agent and filled with grout. The epoxy bonding agent shall be Type II conforming to Section 9-26.1 with the grade and class as recommended by the epoxy bonding agent manufacturer and as approved by the Engineer. The grout shall consist of cement and fine aggregate mixed in the proportions to match the color of the existing concrete surface as near as practicable. 8-20.3(4) Foundations The fifth paragraph is revised to read: Where soil conditions are poor, the Engineer may order the Contractor to extend the foundations shown in the Plans to provide additional depth. Such additional Work will be paid for according to Section 1-04.4. ~ 8-20.3(5) Conduit This section is revised to read: . Installation of conduit shall conform to appropriate articles of the Code and these ~ Specifications. The size of conduit used shall be as shown in the Plans. Conduits smaller than 1-inch electrical trade size shall not be used unless otherwise specified, except that _ grounding conductors at service points may be enclosed in'/z-inch diameter conduit. Conduit between light standards, PPB, PS or type 1 poles and the nearest junction box shall be the diameter specified in the Plans. Larger size conduit is not allowed at these locations. At other locations it shall be the option of the Contractor, at no expense to the Contracting Agency, to use larger size conduit if desired, and where larger size conduit is used, it shall be for the entire length of the run from outlet to outlet. Reducing couplings will not be permitted. The ends of all conduits, metallic and non-metallic shall be reamed to remove burrs and rough edges. Field cuts shall be made square and true. Slip joints or running threads will not be permitted for coupling metallic conduit; however, running threads will be permitted in traffic signal head spiders and RGS outerduct. When installing rigid galvanized steel conduit and standard coupling cannot be used, an approved 3-piece coupling shall be used. The threads on all metallic conduit shall be rust-free, clean and painted with colloidal copper suspended in a petroleum vehicle before couplings are made. All metallic couplings shall be tightened so that a good electrical connection will be made throughout the entire length of 'the conduit run. If the conduit has been moved after assembly, it shall be given a final tightening from the ends prior to backfilling. Non-metallic conduit shall be assembled using the solvent cement specified in Section 9-29.1. Where the coating on galvanized conduit has been damaged in handling or installing, such damaged areas shall be thoroughly painted with galvanizing. repair paint, Formula A-9-73. Conduit ends shall be capped (do not glue non metallic caps). Metallic conduit ends shall be threaded and capped with standard threaded conduit caps until wiring is started. When conduit caps are removed, the threaded ends shall be provided with approved conduit bushings or end bells (do not glue in place) for nonmetallic conduit. PW 407 04 Part04.doc (Revised March 20081 Conduit stubs from controller cabinet foundations shall extend to the nearest junction box in that system. Metaliic conduit bends, shall have a radius consistent with the requirements of Articie 344.24 and other articles of the Code. Where factory bends are not used, conduit shall be bent, using an approved conduit bending tool employing correctly sized dies, without crimping or ' flattening, using the longest radius practicable. Nonmetallic conduit bends, where allowed, shall conform to Article 352.24 of the Code. ' Eighteen-inch radius elbows shall be used for PVC conduit of 2-inch nominal diameter or less. Standard sweep elbows shall be used for PVC conduit with greater than 2-inch nominal diameter unless otherwise specified in the Plans. In nonmetallic conduit less than 2-inch ' nominal diameter, pull ropes or flat tapes for wire installation shall be not less than ~/4 inch diameter or width. In nonmetallic conduit of 2-inch nominal diameter or larger, pull ropes or flat tapes for wire installation shall be not less than ~/~ inch diameter or width. ' Conduit shall be laid so that the top of the conduit is a minimum depth of: ' 1. 24-inches below the bottom of curb in the sidewalk area. 2. 24-inches below the top of the roadway base. ' 3. 48-inches below the bottom of ties under railroad tracks unless otherwise specified by the railroad company. ' 4. 24-inches below the finish grade in all other areas. Rigid galvanized steel conduit shall be installed at the following locations: 1. Within railroad right of way; ' 2. All pole risers, except when as otherwise required by owning utilities; 3. All surface mounted conduit, with the exception of electrical service utility poles. ' 4. All runs within slip form structures. ' Couplings in cabinet foundations shall be PVC schedule 40. The stub=outs above the couplings shall be PVC end bell bushings. The schedule 40 section of PVC between the coupling and end bell bushing shall be installed without glue. 1 Conduit runs, without innerduct, installed using the directional boring method, which enter the traveled way or shoulders, shall be schedule 80 high density polyethylene (HDPE), schedule 80 PVC with mechanical couplings or rigid galvanized steel. ' Conduit runs, without innerduct, installed usin the directional borin method which do not 9 9 enter the traveled way and shoulders, shall be schedule 40 high density polyethylene (HDPE), ' schedule 40 PVC with mechanical couplings or rigid galvanized steel. Multi-cell conduit runs, installed outside the Traveled Way and Shoulders, when using the ' directional boring method shall have 4-inch PVC Schedule 40 outerduct with mechanical couplings or 4-inch rigid galvanized steel outerduct. The conduit shall be installed with four f - inch smooth wall innerducts. PW 407 04 Part04.doc (Revised March 20081 When HDPE conduit is used for directional boring, it shall be continuous, with no joints, for the full length of the bore. The conduit run shall be extended to the associated outlets with the same schedule HDPE or PVC conduit. Entry into associated junction box outlets shall be with the same schedule PVC conduit and elbows. The same requirements apply for extension of an existing HDPE conduit crossing. PVC conduit and elbows shall be connected to HDPE conduit with an approved mechanical coupling. The connection shall have a minimum pull out strength of 700 pounds. Prior to installation of a mechanical coupling, the HDPE conduit shall first be prepared with a clean, straight edge. A water based pulling lubricant may be applied to the threaded end of the mechanical coupling before installation. Solvent cement or epoxy shall not be used on the threaded joint when connecting the HDPE conduit to the mechanical. coupling. The mechanical coupling shall be rotated until the HDPE conduit seats approximately 3/4 of the distance into the threaded coupling depth. For PVC installation through a directional bore, the PVC shall be in rigid sections assembled to form a water tight bell and spigot type mechanical joint with a solid retaining ring around the entire circumference of the conduit installed per the manufacturer's recommendations. The conduit run shall be extended beyond the length of the bore, to the associated outlets with the same mechanical coupled PVC or with standard PVC conduit of the same schedule. The same requirements apply for extension of an existing PVC conduit Roadway crossing.. _ Liquid tight flexible metal conduit is allowed only at locations called for in the Plans. At all other locations, conduit shall be PVC or rigid galvanized steel and the same type of conduit shall be used for the entire length of the run, from outlet to outlet. J Where nonmetallic conduit is installed, care shall be used in excavating, installing, and backfilling, so that no rocks, wood, or other foreign material will 6e left in a position to cause possible damage. _ Metallic and nonmetallic conduit installation shall include equipment grounding conductor and shall conform to requirements noted in the Standard Plans. - Conduit shall be placed under existing pavement by approved directional boring, jacking or drilling methods, at locations approved by the Engineer. The pavement shall not be disturbed unless allowed in the Plans, or with the approval of the Engineer in the event obstructions or impenetrable soils are encountered. Where boring with casing is called for the casing shall be placed using an auger inside of the casing to remove the soil as the casing is jacked forward. The auger head shall proceed no more than 4-inches ahead of the pipe being jacked. Boring operations shall be conducted to prevent caving ahead of the pipe. Installed casing pipe shall be free from grease, dirt, rust, moisture and any other deleterious contaminants. The space between the conduit and casing shall be plugged with sand bags and'a grout seal 12-inches thick at each end of the casing. Casing .abandoned due to an encountered obstruction shall be grout sealed in the same manner. Grout shall obtain a minimum of 4000- PSI compressive strength at 7-days. In lieu of sand bags and grout, unopened of prepackaged concrete may be used to seal the casing. Material shall not be removed from the boring pit by washing or sluicing. PW 407 04 Part04.doc (Revised March 2008 All joints shall be welded by a Washington State certified welder. Welding shall conform to ' AWS D 1.1-80 Structural Welding Code, Section 3, Workmanship. Directional boring for electrical installations shall be supervised by a licensed electrical contractor in accordance with Section 8-20.1(1). Where directional boring is called for, conduit shall be installed using a surface launched, steerable drilling tool. Drilling shall be accomplished -using ahigh-pressure fluid jet toolhead. The drilling fluid shall be used to ' maintain the stability of the tunnel, reduce drag on the conduit and provide backfill between the conduit and tunnel. A guidance system that measures the depth, lateral position and roll shall be used to guide the toolhead when creating the pilot hole. Once the pilot hole is established a reamer and swivel shall be used to install the conduit. Reaming diameter shall ' not exceed 1.5 times the diameter of the conduit being installed. Conduit that is being pulled into the tunnel shall be installed in such a manner so the conduit is not damaged during installation. The pullback force on the conduit shall be controlled to prevent damage to the ' conduit. A vacuum spoils extraction system shall be used to remove any excess spoils generated during the installation. Excess drilling fluid and spoils shall be disposed of. The method and location used for disposal of excess drilling fluid and spoils shall be subject to the ' Engineers approval. Drilling fluid returns (caused by fracturing of formations) at locations other than the entry and exit points shall be minimized. Any drilling fluid that surfaces through fracturing shall be cleaned up immediately. Mobile spoils removal equipment capable of t quickly removing spoils from entry or exit pits and areas with returns caused by fracturing shall be used as necessary during drilling operations. ' Bore pits shall be backfilfed and compacted in accordance with Section 2-09.3(1)E. Directional boring, and jacking or drilling pits shall be kept 2-feet from the edge of any type of pavement wherever possible. Excessive use of water that might undermine the pavement or ' soften the Subgrade will not be permitted. When approved by the Engineer, small test holes may be cut in the pavement to locate obstructions. When the Contractor encounters obstructions or is unable to install conduit ' because of soil conditions, as determined by the Engineer, additional Work to place the conduit will be paid in accordance with Section 1-04.4. ' When open trenching is allowed, trench construction shall conform to the following: 1. The pavement shall be sawcut a minimum of 3-inches deep. The cuts shall be parallel to each other and extend 2-feet beyond the edge of the trench. 2. Pavement shall be removed in an approved manner. ' 3. Trench depth shall provide 2-feet minimum cover over conduits. ' 4. Trench width shall be 4-inches or the conduit diameter plus 2-inches, whichever is larger. ' S. Trenches located within paved Roadway areas shall be backfilfed with .Controlled density fill (CDF) meeting the requirements of Section 2-09.3(1)E. The controlled density fill shall be placed level to, and at the bottom of the existing pavement. The pavement shall be replaced with paving material that matches the existing pavement. On new construction, conduit shall be placed prior to placement of base course pavement. ' Conduit terminating in foundations shall extend a maximum of 2-inches above the foundation vertically including grounded end bushing or end bell. Conduit entering through the bottom of a junction box shall be located near the end walls to leave the major portion of the box clear. At all outlets, conduit shall enter from the direction of PW 407_04 Part04.doc [Revised March 2008] ~, the run, terminating 6 to 8-inches below the junction box lid and within 3-inches of the box wall ' nearest its entry location. ~ Galvanized rigid steel conduit entering cable vaults shall extend 2-inches for the installation of grounded end bushing and bonding. PVC or HDPE conduit entering cable vaults and pull ' boxes shall terminate flush with the inside walls of the Structure. All conduit ends shall be terminated with termination kits. j Innerduct conduit ends shall be terminated with termination kits. Galvanized rigid steel conduit ' ends shall be terminated with grounded end bushings. PVC conduit ends shall be terminated with end bell bushings. ' i Fittings shall be installed in accordance with the current electrical codes. i All covered underground conduit shall be cleaned with an approved sized mandrel and blown ' out with compressed air prior to pulling wire. Conduits installed for future use shall be prepared according to this Section. After final , assembly in place, the conduit shall be blown clean with compressed air. Then, in the presence of the Engineer, a cleaning mandrel correctly sized for each size of conduit shall be t pulled through to ensure that the conduit has not been deformed. As soon as the mandrel has been pulled through, both ends of the conduit shall be sealed with conduit caps. All conduits scheduled for future use shall originate in a foundation or junction box as detailed in the Plans and terminate in a junction box. All equipment grounding conductors, and the bonding ' conductor for metallic conduits shall be bonded in all junction boxes- in accordance with Section 8-20.3(9). Where surface mounting of conduit is required; supports shall consist of~ channel with clamps , sized for the conduit. Support spacing- shall comply with the Code, with the exception that spacing of channel supports for conduit shall .not exceed 5-feet. Approved expansion fittings ' shall be installed at all expansion joints: Approved deflection fittings shall be installed at the joint between the bridge end and the retaining wall end and the transition point from the bridge attachment to the underground section. PVC conduit shall not be installed on concrete , surfaces or on bridge under-decks. The minimum distance between adjacent clamps and between the clamp and the end of the channel supports shall be 1-inch. Channel supports shall be installed with stops, to prevent clamps from sliding out of the ends. Existing conduit in place scheduled to receive new conductors shall have any existing conductors removed and a cleaning mandrel sized for the ' conduit shall be pulled through. Conduit runs shown in the Plans are for Bidding purposes only and may be changed, with , approval of the Engineer, to avoid obstructions. Where conduit with innerduct is installed a maximum of 1000-feet of continuous open trench will be allowed, unless otherwise approved by the Engineer. All conduit with innerduct ' exposed above grade level, or on any elevated Structures, or as noted in the Plans shall be galvanized rigid steel conduit. Detectable underground warning tape shall be placed 12-inches above all conduit that contains fiber optic cable and all conduits identified to contain future fiber optic cable unless otherwise detailed in the Plans. Detectable underground warning tape shall extend 2-feet into ' boxes. Splicing shall be per the tape manufacturer's recommended materials and procedures. The warning tape shall be polyethylene with a metallic backing. The polyethylene shall have a minimum 4 mils thicknesses and be 3-inches wide. The polyethylene shall be orange in color and printed in black with the words conveying message of Fiber Optic Cable Buried Below. PW 407_04 Part04.doc [Revised March 2008 fl 1 Location 14 AWG stranded orange USE insulated wire shall be placed in continuous lengths directly above all non metallic conduit that contains fiber optic cable and all conduits identified to contain future fiber optic cable unless otherwise detailed in the plans. Location wire shall extend 8 feet into boxes. Coil and secure location wire at the entrance and exit points of all boxes. Splices shall be crimped using anon-insulated butt splice, soldered and covered with moisture blocking heat shrink. After final assembly in place, all innerducts shall be blown clean with compressed air. Then, in the presence of the Engineer, a cleaning mandrel, correctly sized for the innerduct, shall be pulled through to ensure that the conduit has not been deformed. As soon as the mandrel has been pulled through, a 200-Ib. minimum tensile strength pull string shall be installed in each innerduct and attached to duct plugs at both ends of the innerduct. At all innerduct conduit terminus points, including those in cable vaults and pull boxes, removable and reusable mechanical plugs shall be employed as follows: Outerduct conduits shall be plugged using a quadplex expansion plug inside the conduit around the innerduct. Duct plugs shall be installed in all unused innerducts (those that are specified as empty) at the time of conduit installation. Duct plugs shall be installed in all used innerducts (as specified in the Plans} at the time of conduit installation, unless cable pulling for those innerducts will commence within 48-hours. innerduct containing 1 cable shall be plugged using an expandable split plug. Innerducts with multiple cables shall be sealed with self-expanding waterproof foam. The waterproof foam shall not be placed more than 2-inches into the innerduct. 8-20.3(6) Junction Boxes, Cable Vaults, and Pull boxes The third paragraph is revised to read: Adjustments involving raising or lowering .the junction boxes shall require conduit modification if the resu-tant clearance between the top of the conduit and the junction box` lid becomes less than 6-inches or more than 10-inches in accordance with the Plans. 8-20.3(8) Wiring The first sentence in the fifth paragraph is deleted and replaced with the following: C~uick disconnect connectors shall be installed in the base of all poles supporting a luminaire. Every conductor above ground potential shall be served by a fused quick disconnect kit. Every conductor at ground potential shall be served by an unfused quick disconnect kit. 8-20.3(13)C Sign Lighting This section is revised to read: Sign illumination equipment shall include fixtures, brackets, conduit, electrical wire, and other material required to make the sign lighting system operable. Sign illumination fixtures shall be fused according to the table in Section 9-29.7. 1 8-20.3(13)E Sign Lighting Luminaires The first paragraph is deleted. 8-20.4 Measurement The first paragraph is revised to read: PW 407_04 Part04.doc (Revised March 2008] When shown as lump sum in the .Plans or in the Proposal as illumination, intelligent transportation, or traffic signal system no specific unit of measurement will apply, but measurement will be for the sum total of all items for a complete system to be furnished and installed. 8-20.5 Payment The bid item "Traffic Data Accumulation and Ramp Metering System _," is deleted and replaced with the following: "Intelligent Transportation System ", lump sum. The first sentence of the paragraph following the bid item "Traffic Signal System" lump sum, is revised to read: The lump sum Contract price for "Illumination System, ", "Traffic Signal System ", "Intelligent Transportation System ", shall be full pay for the construction of the complete electrical system, modifying existing systems, or both, including sign lighting systems, as described above as shown in the Plans and herein specified including excavation, backfilling, concrete foundations, conduit, wiring, restoring facilities destroyed or damaged during construction, salvaging existing materials, and for making all required tests. SECTION 8-21, PERMANENT SIGNING December 1, 2008 8-21.3(4) Sign Removal The following two new paragraphs are inserted after the first sentence in the first paragraph: Sign Structures shall include sign bridges, cantilever sign Structures, bridge mounted sign 'brackets, and any other sign mounting structure shown in the Plans to be removed by the Contractor. The embedded anchors attaching signs and sign Structures specified for removal to existing concrete Structures shall be removed a, minimum of one inch beneath the existing concrete surface. The void left by removal of the embedded anchors shall be coated with epoxy bonding agent and filled with grout. The epoxy bonding agent shall be Type II conforming to Section 9-26.1 with the grade and class as recommended by the epoxy bonding agent manufacturer and as approved by the Engineer. The grout shall consist of cement and fine aggregate mixed in the proportions to match the color of the existing concrete surface as near as practicable. 8-21.3(9)F Bases This section including title is revised to read: 8-21.3(9)F Foundations ~ The excavation and backfill shall be in conformance with the requirements of Section 2- 09.3(1)E. Where obstructions prevent construction of planned foundations, .the Contractor j shall construct an effective foundation satisfactory to the Engineer. I The bottom of concrete foundations shall rest on firm ground. If the portion of the foundation I beneath the existing ground line is formed or cased instead of being cast against the existing. I soi{ forming the sides of the excavation, then all gaps between the existing soil and the completed foundation shall be backfilled and compacted- in accordance with Section 2- 09.3(1)E. PW 407_04 Part04.doc [Revised March 2008) Foundations shall be cast in one operation where practicable. The exposed portions shall be ' formed to present a neat appearance. Class 2 surface finish shall be applied to exposed surfaces of concrete in accordance with the requirements of Section 6-02.3(14)B. ' Where soil conditions are .poor, the Engineer may order the Contractor to extend the foundations shown in the Plans to provide additional depth. Such additional work will be paid for according to Section 1-04.4. ' Forms shall be true to line and grade. Tops of foundations for roadside sign structures shall be finished to ground line, unless otherwise shown in the Plans or directed by the Engineer. ' Tops of foundations for sign bridges and cantilever sign structures shall be finished to the elevation shown in the Plans. Both forms and ground which will be in contact with the concrete shall be thoroughly ' moistened before placing concrete; however, excess water in the foundation excavation will not be permitted. Forms shall not be removed until the concrete has set at least three days. All forms shall be removed, except when the Plans or Special Provisions specifically allow or ' require the forms or casing to remain. ' Foundation concrete shall conform to the requirements for the specified class, be cast-in-place concrete and be constructed in accordance with Section 6-02 2 and 6-02 3 . . . Sign structures shall not be erected on concrete foundations until foundations have attained a compressive strength of 2,400 psi. In addition to the basic requirements, sign bridges and cantilever sign .structures shall be installed in accordance with the following: 1. Tops of foundations for sign bridges and cantilever sign structures shall be finished to the elevation shown in the Plans. 2. Steel reinforcing bars shall conform to Section 9-07. ' 3 t C h ll b Cl 4000 . oncre e s a e ass , except as otherwise specified. Where water is present in the shaft excavations for Type 1 foundations for sign bridges and cantilever sign structures, the shaft concrete shall be Class 4000P placed in ' accordance with Section 6-02.3(6)B. 4. All bolts and anchor bolts shall be installed so that two class full threads. extend beyond the top of the top heavy-hex nut. Anchor bolts shall be installed plumb, plus or minus 1 degree. ' 5. Plumbing of sign bridges and cantilever sign structures shall be accomplished by adjusting leveling nuts. Shims or other similar devices for plumbing or raking will not be permitted. 6. The top heavy-hex nuts of sign bridges and cantilever si n structures shall be 9 tightened in accordance with Section 6-03:3(33), and by the Turn-Of-Nut Method to a minimum rotation of 1/4 turn and a maximum of 1/3 turn-past snug tight. Permanent marks shall be set on the base plate and nuts to indicate nut rotation past snug tight. In addition to the basic requirements, roadside sign structures shall be installed in accordance with the following: ' 1. Tops of foundations shall be finished to final ground line, unless otherwise shown in the Plans or staked by the Engineer. PW 407 04 Part04.doc iRevised March 20081 2. Spiral reinforcing shall conform to AASHTO M32. All other steel reinforcement shall , conform to the requirements of Section 9-07. 3. Concrete shall be Class 3000. 4. The assembly and installation of all Type TP - A or B bases for roadside sign structures shall be supervised at all times by either a manufacturer's representative or an installer who has been trained and certified by the manufacturer of the system. If the supervision is provided by a trained installer, a copy of the installer certification shall be provided to the Engineer prior to installation. 5. For all Type - A or B bases the Contractor shall attach four female anchors to a flat rigid template following the manufacturer's recommendations. The Contractor shall lower the anchor assembly into fresh concrete foundation and vibrate into position such that the tops of the anchor washers are flush with the finished top surface of the foundation. The Contractor shall support the template such that all anchors are level and in their proper position. Slip base and hinge connection nuts of roadside sign structures shall be tightened using a torque wrench to the torque, and following the procedure, specified in the Standard Plans. 8-21.3(10) Vacant This section is revised to read: 8-21..3(10) Sign Attachment Sign panels consisting of sheet aluminum or fiberglass reinforced plastic shall be attached or mounted to sign posts or sign structures as shown in the Standard Plans. Signs not conforming to the above, including all variable message sign (VMS) assemblies and other message board type assemblies, shall be attached or mounted to sign posts or sign structures by means of positive connections -defined as through-bolted connections. The use of clips or clamps to accomplish the attachment or mounting of such signs and assemblies is prohibited. 8-21.3(12) Steel Sign Posts This section is revised to read: For roadside sign structures on Type - A or B bases, the Contractor shall use the following procedures and manufacturer's recommendations: The couplings, special bolts, bracket bolts, and hinge connection nuts on all Type - A or B bases shall be tightened using the Turn-Of-Nut Tightening Method to a maximum rotation of 1/2 turn past snug tight. 2. The Contractor shall shim as necessary to plumb the steel sign posts, , For roadside sign structures on all Type PL and SB slip bases, the Contractor shall use the following procedures: 1. The Contractor shall assemble the steel sign post to stub post with bolts and- flat washers as shown in the Standard Plans. 2. Each bolt be tightened using a torque wrench to the torque, and following the procedures specified in the Standard Plans. ' PW 407_04 Part04.doc [Revised March 2008] SECTION 8-25 GLARE SCREEN January 7, 2008 , 8-25.3 1 Glare Screen Fabric ` ' :` O ' The second sentence in the second paragraph is revised to read: Fastening to end, corner, and pull posts shall be with stretcher bars and fabric bands spaced at 1-foot intervals. The fourth sentence in the second paragraph is revised to read: ' Fabric shah be securely fastened to line and brace posts with tie wires, metal bands, or other approved methods, attached at 14-inch intervals. 8-25.3(5) Tension Cables The following new paragraph is inserted in front of the first paragraph: Fasten the tension cables after the posts have been installed and those set in concrete have sufficiently cured. The second sentence in the second paragraph is revised to read: The top. of the pull posts shall be braced diagonally to the bottom of the end; corner, or brace ' posts with a short length of cable as shown in the Standard Plans. This section is supplemented with the following: ' Attach U-bolt wire .rope clips to the cable ends by placing the base (saddle) of the clip against the live end of the cable, while the "U" of the bolt presses against the dead end. Two clips ' shall be used per end, spaced a minimum of six cable diameters apart with a wire rope thimble placed securely in the loop eye to prevent kinking. ' 8-25.3(6) Fittings, Attachments and Hardware The first paragraph is deleted. The second paragraph is revised to read: A galvanized iron strap 1/4-inch in thickness by 2-inches in width, formed as shown in, the ' Standard Plans, shalt be provided for the attachment of eye bolts and eye nuts to the base and top of the H column posts in order to take the strain of the cable tension off the web of the H column. The straps are required between any tension cable fitting and the H column, one ' per side, unless the screen post is mounted to a guardrail post, then a strap is only required on the outside (nut side) face. The straps are only required at tension cable attachment locations. ' SECTION 9-03, AGGREGATES December 1, 2008 ' 9-03.8(7) HMA Tolerances and Adjustments The third sentence in the second paragraph under (1 .), (Beginning with: The tolerance limits on ' sieves...) is deleted. ' PW 407_04 Part04.doc [Revised Nlarch 2008] SECTION 9-04, JOINT AND CRACK SEALING MATERIALS December 1, 2008 9-04.1(2) Premolded Joint Filler for Expansion Joints This section is revised to read: Premolded joint filler for use in expansion (through) joints shall conform to either AASHTO M 213 Specifications for "Preformed Expansion Joint Fillers-for Concrete Paving and Structural Construction" except the requirement for water absorption is deleted, or ASTM D 7174 Specifications for "Preformed Closed-Cell Polyolefin Expansion Joint Fillers for Concrete Paving and Structural Construction." 9-04.2(1) Hot Poured Joint Sealants This section is revised to read: Hot poured joint sealants shall meet the requirements of AASHTO M 324 Type IV except that the Cone Penetration at 25°C shall be 130 max. Hot poured joint sealants shall be sampled in accordance with ASTM D 5167 and tested in accordance with ASTM D 5329. The Hot poured joint sealant shall have a minimum Cleveland Open Cup Flash Point of 205°C in accordance with AASHTO T 48 SECTION 9-06, STRUCTURAL STEEL AND RELATED MATERIALS April 7, 2008 .9-06.5(3) High Strength Bolts Paragraphs one through four are revised to read as .follows: High-strength bolts for structural steel joints shall conform to either AASHTO M 164 Type 1 or 3, or AASHTO M 253 Type 1 or 3, as specified in the Plans or Special Provisions. Galvanized AASHTO M 164 Type 1 bolts with an ultimate tensile strength above 145 ksi shall be tested for embrittlement. Embrittlement testing shat{ be conducted after galvanization in accordance with ASTM F 606, Section 7. The Manufacturer's Certificate of Compliance for the lot provided shall show the ultimate tensile strength test results. Bolts conforming to AASHTO M 253 shall not be galvanized. AASHTO M 253 Type 1 bolts shall be painted with two coats of zinc rich paint, formula A-9-73, consisting of a minimum dry film thickness of 2 mils per coat, when specified in the Plans or Special Provisions. Bolts for unpainted and nongalvanized structures shall conform to either AASHTO M 164 Type 3 or AASHTO M 253 Type 3, as specified in the Plans or Special Provisions. Nuts for high strength bolts shall meet the following requirements: AASHTO M 164 Bolts Black Type 1 Black weathering Type 3 Galvanized Type 1 AASHTO M 291 Grade C, C3, DH and DH3 AASHTO M 292 Grade 2H AASHTO M 291 Grade C3 and DH3 AASHTO M 291 Grade DH AASHTO M 292 Grade 2H AASHTO M 253 Bolts Black Type 1 Black weathering Type 3 AASHTO M 291 Grade DH, DH3 AASHTO M 292 Grade 2H AASHTO M 291 Grade DH3 PW 407 04 Part04.doc rRevised March 20081 ' 9-06.13 Copper Seals This section including title is revised to read: ' 9-06.13 Vacant ' SECTION 9-07, REINFORCING STEEL December 1, 2008 ' 9-07.10 Prestressing Reinforcement Strand The first sentence in the fourth paragraph is revised to read: ' For every 5 reels furnished, one sample, not less than 5'h-feet long, shall be sent to the Engineer for testing. 9-07.11 Prestressing Reinforcement Bar ' . The fifth and sixth paragraphs are revised to read: ' The Contractor shall supply a Manufacturer's Certificate of Compliance in accordance with Section 1-06.3 for each bar. The Contractor shall supply a Manufacturer's Certificate of Compliance in accordance with Section 1-06.3 for all nuts and couplers confirming compliance ' with the specified strength requirement. For each heat of steel for high-strength steel bar, the Contractor shall submit two samples, each not less than 5'/z -feet long, to the Engineer for testing. ' SECTION 9-09, TIMBER AND LUMBER January 7, 2008 ' 9-09.1 General Re uirements q This section is revised to read: ' All timber and lumber shall be sized as indicated in the Plans. ' All timber and lumber to be painted shall be surfaced on all sides. All timber and lumber to be painted shall be thoroughly air or kiln dried to an equilibrium moisture content and shall be stored in such a manner as to remain in a thoroughly dry condition until placed into the work. 9-09.2 Grade Requirements This section is revised to read: ' Timber and lumber shall conform to the grades and usage listed below. Timber and lumber shall be marked with a certified lumber grade stamp provided by one of the following agencies: ' West Coast Lumber Inspection Bureau (WCLIB) Western Wood Products Association (WWPA) Pacific Lumber Inspection Bureau (PLIB) Any lumber grading bureau certified by the American Lumber Standards Committee For structures, all material delivered to the project shall bear a grade stamp and have a grading certificate. The grade stamp and grading certificate will not constitute final acceptance ' of the material. The Engineer may reject any or all of the timber or lumber that does not comply with the specifications or has been damaged during shipping or upon delivery. The PW 407 04 Part04.d~c rRPVised March 20081 grading certificate shall be issued by either the grading bureau whose stamp is -shown on the material, or by the lumber mill, which shall be under the supervision of one of the grading bureaus listed above. The certificate shall include the following: Name of the mill performing the grading The grading rules being used Name of the person doing the grading with current certification Signature of a responsible mill official Date the lumber was graded at the mill Grade, dimensions, and quantity of the timber or lumber For Guardrail Posts and Blocks, Sign Posts, Mileposts, Sawed Fence Posts, and Mailbox Posts, the material delivered to the project shall either bear a grade stamp on each piece or have a grading certificate as defined above. The grade stamp or grading certificate shall not constitute final acceptance of the material. The Engineer may reject any or all of the timber or lumber that does not comply with the specifications or has been damaged during shipping or upon delivery. 9-09.2(1) Surfacing and Seasoning This section including title is revised to read: 9-09.2(1) Structures All timber and lumber for structures shall be Douglas Fir-Larch unless specified otherwise in the contract, and shall conform to the following: Materials 2" to 4" nominal No. 1 and better, grade thick, 5" nominal and wider (Section 123-b of WCLIB) or (Structural Joists and Planks) (Section 62.11 of WWPA) Materials 5" nominal and thicker No. 1 and better, grade (Beams and Stringers) (Section 130-b of WCLIB) or (Section 70.11 of WWPA) Timber lagging for soldier pile walls shall be Douglas Fir-Larch, grade No. 2 or better or Hem- Fir No. 1. When the material is delivered to the project, the Engineer will check the order for the appropriate grade stamp. The invoice and grading certificate accompanying the order must be accurate and complete with the information listed above. The grading certificate and grade markings shall not constitute final acceptance of the material. The Engineermay reject any or all of the timber or lumber that does not comply with the specifications or has been damaged during shipping or upon delivery. 9-09.2(2) Vacant This section including title is revised to read: 9-09.2(2) Guardrail Posts and Blocks Timber and lumber for guardrail posts and blocks (classified as Posts and Timbers) shall conform to the species and grades listed below. Douglas Fir No. 1 and better, grade (Section 131-b WCLIB) or (Section 80.11 WWPA) Hem Fir Select Structural, grade (Section 131-a WCLIB) or (Section 80.10 WWPA) PW 407_04 Part04.doc [Revised March 2008] i Southern Yellow Pine No. 1 and better, grade (Southern Pine Inspection Bureau) When the material is delivered to the project, the Engineer will check the order for the appropriate grade stamp. The grade markings shall not constitute final acceptance of the material. The Engineer may reject any or all of the timber or lumber that does not comply with the specifications or has been damaged during shipping or upon delivery. 9-09.2(3) Inspection This section including title is revised to read: 9-09.2(3) Sign Posts, Mileposts, Sawed Fence Posts, and Mailbox Posts The allowable species of timber and lumber for signposts, and mileposts shall be Douglas Fir- Larch or Hem Fir. Timber and lumber for sawed fence posts and mailbox posts shall be Western Red Cedar, Douglas Fir-Larch, or Hem Fir. Sign posts, mileposts, sawed fence posts, and mailbox posts shall conform to the grades shown below. 4" x 4" Construction grade (Light Framing, Section 122-b WCLIB) or (Section 40.11 WWPA) 4" x 6" No. 1 and better, grade (Structural Joists and Planks, Section-123-b WCLIB) or (Section 62.11 WWPA) 6" x 6", 6" x 8", 8" x No. 1 and better, grade (Posts and Timbers, 10" Section 131-b WCLIB) or (Section 80.11 WWPA) 6" x 10", 6" x 12" No. 1 and better, grade (Beams and Stringers, Section 130-b WCLIB) or (Section 70.11-WWPA) .SECTION 9-14, EROSION CONTROL AND ROADSIDE PLANTING April 7, 2008 9-14.4(8) Compost This section is revised to read: Compost products shall be the result of the biological degradation and transformation of plant- derived materials under controlled conditions designed to promote aerobic decomposition. Compost shall be stable with regard to oxygen consumption and carbon dioxide generation. Compost shall be mature with regard to its suitability for serving as a soil amendment or an erosion control BMP as defined below. The compost shall have a moisture content that has no visible free water or dust produced when handling the material. Compost production and quality shall comply with Chapter 173-350 WAC. ' Compost products shall meet the following physical, criteria: 1. Compost material shall be tested in accordance with U.S. Composting Council ' Testing Methods for the Examination of Compost and Composting (TMECC) 02.02- B, "Sample Sieving for Aggregate Size Classification". Fine Compost shall meet the following: Min. Max. ' Percent passing 2" 100% Percent passing 1" 95% 100% PW 407_04 Part04.doc [Revised March 2008] Percent passing 5/8" 90% Percent passing ~/4" 75% 100% 100% ' Maximum particle length of 6 inches Coarse Compost shall meet the following: ' Min. Max. Percent passing 3" 100% ' Percent passing 1" 90% 100% Percent passing 3/a" 70% 100% Percent passing'/4" 40% 60% ' Maximum particle length of 6 inches 2. The pH shall be between 6.0 and 8.5 when tested in accordance with U.S. ' Composting Council TMECC 04.11-A, "1 :5 Slurry pH". ; 3. Manufactured inert material (plastic, concrete, ceramics, metal, etc.) shall be less than 1.0 percent by weight as determined by U.S. Composting Council TMECC ~ 03.08-A "Classification of Inerts by Sieve Size". 4. Minimum organic matter shall be 40 percent by dry weight basis as determined by U.S. Composting Council TMECC 05.07A "Loss-On-Ignition Organic Matter Method (LOI)" j 5. Soluble salt. contents shall be less than 4.0 mmhos/cm when tested in accordance with U.S. Composting Council TMECC 04.10 "Electrical Conductivity". ~; 6. Maturity shall be greater than 80% in accordance with U.S. Composting Council j TMECC 05.05-A, "Germination and Root Elongation". 7. Stability shall be 7 mg COQ-C/g OM/day or below in accordance with U.S. Composting Council TMECC 05.08-B "Carbon Dioxide Evolution Rate". 8. The compost product must originate a minimum of 65 percent by volume from recycled plant waste as defined in WAC 173-350 as "Type 1 Feedstocks." A maximum of 35 percent by volume of "Type 2 Feedstocks," source-separated food ~ waste, and/or biosolids may be substituted for recycled plant waste. The ~ manufacturer shall provide a list of feedstock sources by percentage in the final compost product. i 9. The Engineer may also evaluate compost for maturity using U.S. Composting j Council TMECC 05.08-E "Solvita® Maturity Index". Fine Compost shall score a number 6 or above on the Solvita® Compost Maturity Test. Coarse Compost shall j score a 5 or above on the Solvita® Compost Maturity Test. This section is supplemented with the following new sub-sections: 9-14.4(8)A Compost Approval ' The Contractor shall either select a compost manufacturer from the Qualified Products List, or submit the following information to the Engineer for approval: 1. A Request for Approval of Material Source. 2. A copy of the Solid Waste Handling Permit issued to the manufacturer by the Jurisdictional Health Department as per WAC .173-350 (Minimum Functional Standards for Solid Waste Handling). PW 407_04 Part04.doc [Revised March 2008] 3. The manufacturer shall verify in writing, and provide lab analyses that the material complies with the processes; testing, and standards specified in WAC 173-350 and these specifications. An independent Seal of Testing Assurance (STA) Program ' certified laboratory shall perform the analysis. 4. A copy of the manufacturer's Seal of Testing Assurance STA certification as issued ' by the U.S. Composting Council. 9-14.4(8)6 Compost Acceptance Seven days prior to initial application of any compost the Contractor shall submit a compost sample, a STA test report dated within 90 calendar days, and the list of feedstocks by volume for each compost type to the Engineer for review. t The Contractor shall use only compost that has been tested within 90 calendar days of application and meets the requirements in section 9-14.4(8). Compost not conforming to the ' above requirements or taken from a source other than those tested and accepted shall be immediately removed from the project and replaced at no cost to the Contracting Agency. ' SECTION 9-16, FENCE AND GUARDRAIL December 1, 2008 ' 9-16.1(1)A Post Material for Chain Link Fence The first paragraph is supplemented with the following: ' Round Post Material Round post material shall be Grade 1 or.2. • Roll Form Material Roll-formed post material shalt be Grade 1. Roll-formed end, corner, and pull posts shall have integral fastening loops to connect to the fabric for the full length of each post. Top rails and brace rails shall be open ' rectangular sections with internal flanges as shown in ASTM F1043. ' The Round Post Material and Roll Form Material information following the third paragraph is deleted. 9-16.1(1)6 Chain Link Fence Fabric The first paragraph is revised to read: Chain- link fabric shall consist of 11 gage wire for chain link fence Types 3, 4, and 6, and 9 ' gage wire for chain link fence Type 1. The fabric shall be zinc-coated steel wire conforming to AASHTO M 181, Class C. Zinc 5-percent Aluminum-Mischmetal alloy meeting the requirements of ASTM B 750 may be substituted for zinc coating (hot-dipped) at the ' application rate specified by ASSHTO M 181 for hot-dip zinc ..coating. Coating for chain link fence fabric shall meet the requirements of ASTM A 817 with minimum weight of coating of uncoated wire surface 1.0 oz/sq ft (305 g/m2). ' 9-16.1(1)C Tension Wire This section including title is revised to read: ' 9-16.1(1)C Tension Wire and Tension Cable Tension wire shall meet the requirements of AASHTO M 181. Tension wire galvanizing shall t be Class 1. PW 407_04 Part04.doc [Revised March 2008] Tension cable shall meet the requirements of Section 9-16.6(5). 9-16.1(1)D Fittings and Hardware This section is supplemented with the following: Fabric bands and stretcher bars shall meet the requirements of Section 9-16.6(9). Thimbles, wire rope clips, anchor shackles, and seizing shall meet the requirements of Section 9-16.6(6). 9-16.1 (1 )E Chain Link Gates The first sentence in the first paragraph is revised to read: Gate frames shall be constructed of not less that 1 1/2-inch (I.D.) galvanized pipe conforming to AASHTO M 181 Type I, Grade 1 or 2 as specified in Section 9-16.1(1)A. The fourth sentence in the first paragraph is revised to read: All welds shall be ground smooth and painted with an A-9-73 galvanizing repair paint or A-11- 99 primer meeting the requirements of Section 9-08.2. 9-16.2(1 )A Steel Post Material The paragraph under Angle Past Material is revised to read: Ali angle post material shall be galvanized in accordance with the requirements of AASHTO M 111 except the anchor plate on fence post material shall be grade 55. Angle post used for end, corner, gate- and pull post and brace shall have a minimum weight of 3.1 Ib/ft. The first sentence in the third paragraph is revised to read: Posts shall not be less than 7-feet in length. The last sentence in the third paragraph is revised to read: The anchor plate shall be securely attached and have a surface area of 20 ±2 in2, and a minimum weight of 0.67 pounds. 9-16.3(2) Posts and Blocks The first sentence in the second paragraph is revised to read: Timber posts and blocks shall conform to the grade specified in Section 9-09.2(2). 9-16.3(3) Galvanizing The first sentence in the first paragraph is revised to read: W-beam or thrie beam rail elements and terminal sections shall be galvanized in accordance with AASHTO M-180, Class A, Type 2, except that the rail shall be galvanized after fabrication, with fabrication to include forming, cutting, shearing, punching, drilling, bending, welding, and riveting. 9-16.3(4) Hardware This section is revised to read: PW 407_04 Part04.doc [Revised March 2008) Unfinished Bolts (ordinary machine bolts), nuts, and washers for High Unfinished Bolts, shall conform to 9-06.5(1). High Strength bolts, nuts, and washers for High Strength Bolts shall conform to 9-06.5(3). ' Unfinished bolts will be accepted by field verification and documentation that bolt heads are stamped 307A. The Contractor shall submit a manufacturer's certificate of compliance per 1- 06.3 for high strength bolts, nuts, and washers prior to installing any of the hardware. 9-16.3(5) Anchors The reference to "hot dip galvanized" in the tenth paragraph is revised to "galvanized". . 9-16.4(2) Wire Mesh The reference to "hot dip galvanized" in the second sentence in the third paragraph is revised to t "galvanized". 9-16.6(2) Clare Screen Fabric ' The reference to "A 491" in the second sentence in the first paragraph is revised to "ASTM A 491". 9-16.6(3) Posts ' The first paragraph is revised to read: Line posts for Type 1 glare screen shall be 1 1/2-inches by 1 7/8-inches galvanized steel H ' column with a minimum weight of 2.8 pounds per linear foot. Line posts for Type 2 glare screen shall be 1 5/8-inches by 2 1/4-inches galvanized steel H column with a minimum weight of 4.0 pounds per linear foot, or 2-inch inside diameter galvanized steel pipe with a ' nominal weight of 3.65 pounds per linear foot provided only one type shall be used on any one project. The first paragraph is supplemented with the following: ' End corner 'brace and ull osts for T e 1 Desi n A shall be 1 1 - - p p yp g /2 inches by 1 7/8 inches steel H column with a minimum weight of 2.8 pounds per linear foot. t The first sentence in the second ara ra his revised to read: P 9 p End, corner, brace, and pull posts for Type 1 Design B and Type 2 shall be 2-inch inside diameter galvanized steel pipe with nominal weight of 3.65 pounds per linear foot. ' The reference to "hot dip galvanized" in the third sentence in the second paragraph is revised to "galvanized". ' The first two sentences in the fifth paragraph are revised to read: All posts shalt be galvanized in accordance with AASHTO M 181, Section 32. The minimum ' average zinc coating is per square foot of surface area. 9-16.6(5) Cable ' The reference to "hot dip galvanized" is revised to "galvanized". 9-16.6(6) Cable and Tension Wire Attachments ' The reference to "hot dip galvanized" in the first sentence in the first paragraph is revised to "galvanized". ' The third sentence in the first paragraph is deleted. PW 407 04 Part04.doc (Revised March 20081 9-16.6(9) Fabric Bands and Stretcher Bars The reference to "hot dip galvanized" is revised to "galvanized". 9-16.6(10) Tie Wire This section including title is revised to read: 9-16.6(10) Tie Wire and Hog Rings Tie wire shall be 9 gage aluminum wire complying with the ASTM B 211 for alloy 1100 H14 or 9 gage galvanized wire meeting the requirements of AASHTO M 279. Galvanizing shall be Class 1. Hog rings shall be 12 gage galvanized steel wire. I 9-16.8(1) Rail and Hardware i The word "Composition" following the first paragraph is deleted. SECTION 9-19, PRESTRESSED CONCRETE GIRDERS April 7, 2008 ~ 9-19.1 Aggregates and Proportioning The first paragraph is revised to read: The concrete for prestressed girders shall have the minimum compressive strengths as specified in the Plans. Aggregates used in the mix shall conform to the following: Coarse aggregate shall be in accordance with Section 9-03.1(4). Fine aggregate shall be in accordance with Section 9-03.1(2), Class 1 or Class 2. The manufacturer may revise the grading of the coarse aggregate provided that the concrete mix design is qualified with the modified gradation. An alternative combined gradation conforming to Section 9-03.1(5) may also be used. SECTION 9-28, SIGNING MATERIALS AND FABRICATION December 1, 2008 9-28.9(1) Mechanical Properties The chart in this section is revised to read: Mechanical Property Tensile Strength Tensile Modulus Flexural Strength Flexural Modulus Compression Strength Compression Modulus Punch Shear Ave. Min. Requirement ASTM Test 10.0 psi x 103 D638 1.2 psi x 106 D638 20.0 psi x 103 D790 1.2 psi x 106 D790 32.0 psi x 103 D695 1.4 psi x 106 D695 12.0 psi x 103 D732 SECTION 9-29, ILLUMINATION, SIGNAL, ELECTRICAL April 7, 2008 9-29.6 Light and Signal Standards This section is supplemented with the following: PW 407_04 Part04.doc [Revised March 2008] Materials for steel light and signal standards, and associated anchorage and fastening ' hardware, shall conform to Sections 9-29.6(1), 9-29.6(2) and 9-29.6(5) unless otherwise specified in one of the following documents: ' 1. The steel light and signal standard fabricator's pre-approved plan as approved by the Washington State Department of Transportation and as identified in the Special Provisions. ' 2. The steel light and signal standard fabricator's sho drawin submittal includin P 9 9 supporting design calculations, as submitted in accordance with Sections 6-01.9 and ' 8-20.2(1) and the Specia! Provisions, and as approved by the Engineer. SECTION 9-30, WATER DISTRIBUTION MATERIALS ' December 1, 2008 9-30.3(1) Gate Valves (3-inches to 16-inches) ' The second paragraph is revised to read: The Contractor shall provide an affidavit of compliance stating that the valve furnished fully ' complies with AWWA C509 or AWWA C515. SECTION 9-35, TEMPORARY TRAFFIC CONTROL MATERIALS ' December 1, 2008 9-35.2 Construction Signs ' The fourth paragraph is revised to read: The use of plywood, fiberglass reinforced plastic, fabric rollup signs, and any other previously approved sign materials except aluminum or aluminum composite is prohibited. 9-35.14 Portable Temporary Traffic Control Signal ' The third sentence in the eighth paragraph is revised to read: A highly retroreflective yellow strip, 3-in wide, shall be placed around the perimeter of the face ' of all vehicle signal backplates to project a rectangular image at night towards oncoming traffic. PW 407_04 Part04.doc (Revised March 2008 Attachment H 1 Project Plans 1 :~ 1 ' PW 407_04 Part04.doc [Revised March 2008) ~ - -J„ 3""'°'S ~I-~I }I2-IOA~ N~1.d~ ~QOSd~d 8I ~' ZI-~ ~ ~ ~ a s3ooHa ~ ^~-7~,! ~,r o ~~/~/ a~~ ~'8 82E '~~~d 3 I V ~S ~IV ~n° 1 ai~+laao~v ~s mn 11 ~ o m ~ S~~3'~~[d ~I,NOd n ~ 3NJS nr>i !v s3Hxll o~u o~ ~ ~ t~% 'jy~ ® ~ = n u"~ ~; zI-oI s~~,o~I QNd ~Id~,~a I I-6-~ $ m " ~ ls!da~"~Qb .z .I .o ~~7 ~n N ~ a Sa3AlHb' y ~o of a ~ ~ ~d „aadw iY ~aa D -~, 07 r oE;AO~ voiva ra m ° ~ " m a ~ m 6 Sdv1ld~ SI~t~Id2ld Q1~Ibr ~~It~Ill~ 8-~ ~,3w ~ `~ ~ D gg ? ~l ~ '3a0SO10 AaVa0dW31 HOGS ANtl O1 a01ad UJ301S3a/a3NM0 ~A, O r 1 i m y x A1a3d0ad 3H1 O1 030NOad 38 lltlHS NO1tl01dIlON 30NdA0tl Saf10H 4Z d0 WOWINIW V '1N301S3a/a3NM0 y ~ Snd Z 1 b 1s3aoM3 0 ~ : c a ~ " A1a3d0ad 3H1 HllM 3anS010 Aatla0dW31 3H1 31tlNI0a000 lltlHS a010Na1N00 3H1 'S31l1NIW 5l ONI0330X3 NOI1Va00 m 1 D g m 7 tl 3AtlH Ol 031tldI011Ntl 3a0SO10 Aatla0dW31 3aIn03a l03f0ad 3H1 9NINIOfOY Ala3d0ad tl Ol 55300tl Ol00HS 'Ll ,` ~~~~l~~d A 3l~N 1Nb ~ ~ N ~ . i ~ 'S3WLL lltl !tl 03NItliNNW 38 TNHS V3aN 103f0ad 3H1 HOn0aH1 l3AYa1 AtlM 3N0 !0 WOWINIW tl '9t 1S S ~ V ONVlH01 x=z 8 ~Id'~d ~~IIdI~~I,S L-~ 1 ,q~S ~ a r NaoM ~ 9 3nV )la1+d 1 d0 3Nfl 3H1 ONOItl S9NI01108 ONtl 'S3SnOH 'SAtlM3Ala0 Ol 55300tl AOtl3a Nftl1NNW WINS a010tla1N00 3H1 'U3~V5 S ONtl 30N31N3AN00 OllAlld Ol 031tl73a SNOILtlOld103dS OatlOMJ15 1005M iN3aa00 3H1 d0 SNOIS~10ad 3H1 aid 'Sl /y~ ~i r (~ r ~T (~ (~ `~ h.( ~ ' S 0i11g N D = BWf1 'a0103dSNl 1.ll0 HLM 'ANV dl 'SNOI1tl001 3h331S WaIdN00 Ol ~-" l~d~Id 1~oI~L~1 1~~LS1~lo~ /-.7-~.J ~~a A Sal nb) ~d '138p1~ ~ m Z 1S3a0j c7 ~ a0L7tla1N00 '313a0N00 ONIanOd Ol a01ad 'ALTO 3H1 A9 030V,Oad 38 Ol S3A331S LAOIS 133a1s ONtl Oliltlal. '4l ~, 3Ab Z dOl to O 1ab00 j rn ~ ~ ~ 'NOIlO3dSNl Ntl ~ OJ VH A 1 O O ~ a0d 033N 3H1 d0 3ONtlA0tl NI Saf10H 4Z !0 WnWINIW tl 03llIlON 38 lltlHS a01O3dSNl NOIlOna15N0O All0 3H1 '£L ~ ~ ~ B~ $ Oa0 Z, { ~ ~ "W'1 C ONtl 'W'd Ol N33ML39 NaOM a0d 03a1003a 36 l1tlHS a33NION3 ~ 1 `~d~d 1 ~IOIJ..I~oY 1111 I7-~ ~ ~ a -1 . ~ N ~~Q N ~ 11~ ~ AIIO 3FiL d0 NAOaddtl N31LaM a01ad 'W'd Ol Ol 'Wtl L Ol 03LOIalS3a 38 llVHS SanOH NaOM NOIlOnalSNOO 'Ll 0 d a lOW 0 ~ 1S 0 '~S ~C 'S3NI1301n0 ONtl SOaY0Ntl1S S3ONa3S NtlBan Y ~ a ~ •!S ti1g ~ 1S ~'(~, S 1 •A Q ~ 5313ONtl la0d d0 AllO 3H1 9 a31dtlHO HllM 3ONtl0a000tl NI SNtlld 10a1N0O 1N3WI03S ONtl NOISOa3 3H1 NI 030nlONl i ~ C ~ 38 ntlHS SOOHI3W 353H1 'S3an5tl3W l0alN0O NOISOa3 lN3NVWa3d 3H1 d0 1N3WHSf16tl1S3 O1 a01ad W31SA5 ~1.,~~C1,LJ I-I~I~,~Id ~ Y y 0 ~~~ ~O~ ~` y 1SSk~~~ SL NMaO Wa01S 1N3NtlWa3d 3H1 1O310ad Ol 03HSIl9tl1S3 36 1ltlHS SNb3W tl 'ONI033S SStlaO Stl HO05 1N3WHSIlAtl153 ~ ~ NOI1tl13O3A d0 WaOj 3H1 NI 10a1N0O NOISOa3 1N3NtlWa3d ONV Aatla0dW3l 3N303a lltlHS Stl3atl 03Aa0190 lltl '1l ~ y (n 'SNOLLVON3WWOO3a ,Sa3anlOtldnNtlW ONtl SNVId aid 0311tl1SNl 38 INHS S3an10na1S 'M03dS 'Dl ~ b~ / O y 2 n 1S ~O'a ~..j ~ti off, . a ~ a s ,~ ~ oo 'S3WLL l1V 1tl 3llS NOLLOna15N0O 3Hl ltl SNV1d 03AOaddtl 3H110 /.dOO tl 3AtlH 11tlH5 a01Otla1N0O 3H1 '6 I7 ~ y ~d ~~IdI~ i S ~-~ bL8 /0~ `~S S~ 0 2S ~ 1 > A s e ,j, ~ r~~ J 1,y L Y •, '~ 2 ~~ ~ p ~ ~ ~ 4 (aamW) s3eln3o loaLrloo OL~dtla1 ~1b of ~y Y~ `' ~ y d ~, r, n, o Q ~ i K 9 WaOdiNn NO ltlnN1M1V 3H1 HllM 3ONtl0a000tl NI a33NI0N3 .WO 3H1 A8 ltlAOaddtl OM/ M31A3a a0j (S)NV1d 10a1N0O ~ .y (ij Y of `~ ~i z ~ R" m OddVal d 301AOad AIMS a0lOtlalNOO 3H1 '03ZIlaf1 lAN 3atl SNtlld ,N, OatlONtl1S 100SM 1N3aanO 3H1 dl '9 Y~ 1S ~s 9 'Y ;) ~a~ `" ~ & : 'NaoM Noutlntlox3 ,wv of aolaa sanoH ee do WnWINm v sss5-aze-ooe-1 ~m& 8 ~Id'Id NOI.L~~1~.LS1~0~ Z-~ .y 1 = m !tl 31tlO01 ONOOa0a30Nn ONI1ltlO AA NOLLOna15N0O Ol a01ad SNOI1tlO0l Alllllfl llV /.lIa3A lltl}IS a01OY211N0O 3H1 '~S ~n ~ m 'S3N11(1fl ONIISIX3 ntl d0 NOIlO310ad ONV NOI1tl001 3H1 a0! 3lBISNOdS3a Alln3 38 1ltlFIS a01Otla1N00 3H1 'L ~ ~ ,~~ ONES ~^C CO `~ a 'a33NI0N3 A11O 3H1 A9 03AOaddtl 3SIMa3H10 SS3lNn 'NOLLOOa15N0O d0 y, ~ H ~ ll1tl15 3H1 O1 a01ad a01Otla1N0O 3H1 A8 03NItl190 3B l7tlHS AlIO 3H1 A8 03aIn03a SLWa3d ONtl SNAOaddtl IN '9 Z ~Id'Id NOI~I701~I~Q i -~ s~~.is ~" ~, YyY °si~ 1 ~ O 03AOaddtl 5531Nn '03Sf1 38 T1YH5 AaO 3H1 AB 031d00tl SV Wn1tl0/S10aUJ0O ltlOlla3A ONd NINOZI OH3H15 ~.~3r0~d d ~ 15' ~ O 'NOUOna1SN0O d0 latlls 3H1 Ol a01ad 1.110 3H1 HllM 013H 3A l1tlHS ONI133W NOIlOnaLSN0O3ad tl 'b ~ '~S o 8 'C a08adH S3139NV la0d a~ 'ddoNna ills .I.~~~~I.S AQOSd~d ~ lS ~ 1 o V1 N011Ona1SN0O WOad O3LO310ad 3A TTvNS SW3ISAS 30tlNNa0 a31tlM Wa015 031OOalSNOO AlM3N ONtl ONUSIX3 f p'~N $ m ~ ~ ° ~ NOU.Ona1SN0O NdIOINOW ONtl 3001x8 'OtlOa a0d SNOLLtlOLi103dS Lb'y` $ ~ ~ g Rl OatlONV1S NOLLtlJ.aOdSNYa1 d0 11J3W1atld30 31tl1S NOlONIHStlM 3H1 d0 NOW03 1N3aanO 3H1 ONtl 3ONtlNI0a0 ONIOtlaO g ~ ONtl ONIaY3'IO AaO 3H1 HllM AldWOO T1tlFIS ONtl 03aN03a 3atl S3anSY3W NON11llOd a31tlM/NOISOa3 Aatla0dW31'Z I T ~~~~ ~rt~I~ I-~ y ,j, 1 sLN3W3alno3a aNtl sNOwoNOO ao seolslnoad N 1 ~ ~ ~ ~ ltlIO3dS OIdIO3d5 1O3f0ad ).NY ONtl '(SNOLLtlOIdYJ3dS OatlONtl1S) NOaOna1SN0O NdIOINOW ONtl 3OOIaA 'Otl0a ~" y ~ ~ a0d SNOaYJIdIO3dS OatlONtl1S (1005M) N011tl1a0dSNtla1 d0 JN3Wlatld30 31tl15 NOlONIHStlM 3H1 d0 NOW03 1N3aanO ~ pLJ T ~'"(r'~ Z 3H1'SOatlONd1S 53130Ntl 1210d d01,110 3H1 HLIM 3ONtl0a000tl NI 3B IRMS SlVta3ltlW OMI dIHSNYW)IaOM lN'I ~/ Q H 1~~.,I~ Z~~HS ~ ~1 ~L ~L S~,LO~I Z~~~~~~ ~~Q~II Z~~HS 1 ~y c d~di~ ~,LI~II~I~ 1 Z ~~~ ~~ 1 ~~ 90-90 0~ Z~~~'O~d 1 z ~~0~ ~ ~H ZO Q~~ 1 II ~S~Hd 1~0 I~L~~`~~LSI~O 1 ~QOS~~d m K V ~ 'V ~.~i ~ ~ ~ 1 a T " ~L~Od ~0 ~ ~~LI . 1 Y / ~ V~ Obbbb UUUU 35y ,OZ-.l ~.l 31Y05 'H A8 N06N3N V N ~.l 3ltlJS 'A BOOZ AtlN 3LY0 3LY0 V N 'NAtl31N1 tlfg1N00 e00Z tA1NN1 31V0 O~ -f-D~' 01 00 fOZ dl S Nb'7d NO/1 /7O1N3O - NO/1O~lb'1 SNO,~Sb~ 1.33t/1 S .(O( _ ~ ®~ ~~ ~ 3 c1 „'c~ ~ ~ G ~ ~ ~ ~ ~~ ~ c~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~~s ~ ~ ~ ~~ 8q®~~~ ~~~~~~ 0 ~ ~~ D y y h ~noed ~~s S133?~1S JlaOBd~d aNd Hl~ld OO+~bZ ylS ~NI~ HOl`dW NO11O3S2i31N1 ~0 = 00+t. ylS ~. 1O3f Obd N1O38 OO+OZ V1S 1 ~I ¢ .. N .~: ~ , ~+ 7 (7 5~~.7 -~L ~-006 -l 1110-LS4 (09C) 3NOHd Z9f86 'NOLONIHSYM 'S3'13JNV LLOd n/O ~O~ ~ vO~~a OSII %OB '0'd 133tl15 HLS '3 lZS " 0 833NYJN3 Alq 3'd 'NN3d5 'd N3Hd31S s~lnoH 8~ ~~do s~~~oNd 1~od ~o .(1/,~ s%aoM ~nend T U b1 `~ N 1~ J R O ~8 Rv ~ ~ ~ Y ~ '~~' < 4 ? w o ~~ ~ ~ ~ ,, ~~~ .s s ~ e .~ _ ~ ~ z o 1 S I .1. I ~ ~° ,~,v ~~~ ~ ~s~ ~~ - _ -~~ ~ ~ ~ m ~~ ~ ~ ~ ~ ~° 3 § ~ m ~s;: ~"~~ o ~ o c ~ N ~ =N ~ ~~ ,D l~ei _ cu ~~+ ^ ,St 8 5~' M ~~ _ ~ ~ ~~ < N ~ F = y Z yy,. .~ YlO I O= ..S _~.+. ~xi'~w4~is'i~l•• $$f -y-~l`S•• ',.', ~~ - ~~ ~, - ~ _ ~ -~--- ~~ ~ _ ~ ~~ - ~ zs~ F -~~ s ~ ~~~y~ ~ ~~ ~~ ~ ~ ~~~ F- I ~~~ ~ ~ ~ ~ ~ a z ~ ~/ II ~ W D K U VZ K ~ V ~ ~ ~ ~ ~~ _ ~ ~ ~~~ >- o: - ss ss ss ~s ~a~~ ~ ~ _ ~ _ ~ a Q N ~~ Z C Z ~ ,~ ~ ~i ~° ~ ~~ ~~ ~ ~~ - ~ s OS+8Z b'1S 3N1~ HOlb'W ~~ ~ ~ ~~ ~ ~~ ~~ ~ I ~~~ ~5~ ~ (~~~ ~sv ~~ ~ ~~~~ 1 ~~~~ s ~~7~{{~v ~o ~~ ~ ~~~~ / II ~ I~rf~d ~~ ~ o:v ~u~3JH~ ~ ~ ~fL4~ H ~ ~' I F _ ~ I~,Z -Q' ~T ~~ ~ ~ ,.,yr~~.3:. ~ ~l ~ ~pFvSN ~'g cam z,n 1~ 'y ~I ~+ m ~ w S Q 4' 3 6 = U U ~ a~ 3 Z LS ~ ~m ~_ ~' xro ( M 6 -~- < m __ o_ G7 _ c _ o I ... N g ~~ ~H ~ z~z~ ` ~~7 ~dy w Z- ~ za old ,Z ,~~~~ }, ~ LS~o~ - ~( ~5~ y ~ I ~~ z Y Z .Td 6 N Y < ~~ 3 8 :~'~''~:~ °`' ~' It1:3=:1 ` Q~ ~L~~ ~ U`°-" ~-.?-~ ~ ~ c~ ~ ~ ~F~g :;. r K U ~ 1 ~ ~ ~ n ~~U V ~4 75~~5~ o. ~ g ` ~ n c v I~.Z ~ S~~i~...1~I n ,~ZZS°i I m~r~i z~ • i~~$o "~ fF V¢G6 xpN~ ~ .. Wj~~Y~ C Z ~" i 41 U C> a ~~~ ~ ~ ~~ ~ ~~~ I ~~ ~ ~ ~ ~~~ ~ ~I~ _ ~ ~ ~ I ~~ g ~y ~ ~~ ~ I - 1S H !8 3 ~' i _(~ ~ i M0~88 33S M0~38 33S OO+~bZ `d1S 3N1~ HOldW OS+BZ `d1S 3N1~ HOldW 0-b+0~ b'1S ' 1O3f'O~Id aNd _ On0'3~sp3 60op uol~ ~VH is;o~ ~~ ~' A8 N05Y O~fO~' 01 OD+OZ b'1S l ~ - V N 3NtlN 'fOtld VJ ~+~+ t c 7 c ~7 ' llh0 LSh (09f) 3NONd 35tlH-2 3NVN3ll1 'OM . ,, , , SSSS -Y L Y -ooa -~ Z9fB8 'NOLJNIHStlM 'S3l3JNtl 1ilOd ,OZ~.I ~.l ~3NOS 'N 90-90 -0N 1031`Oile (C'~~ n `, J (7 lO 0~ ~ O ~ OSII %OB '0'd A33tlLS HLS '3 lZf Y N ~.l 31VOS 'A BOOZ AVYI 31Y0 M ~A NNVH / / / O J O 1133NY J N3 ALIO '3' d 'HH3dS 'd N3Nd315 I N '1YAN3lNl NnO1N00 HOOZ t13L :31Y M03 ~A8 03N0530 ~ v~O t / n ~ -7 C f { / / ~1 S 7~ N I~ 1 0d O ~1 / J / 0 J .l NDl1,~n2/1 SNO.~ - NOl1O~lZl1 SNOO~~I 133~J1 S ~( 008 b'3d l' BYO s%aoM anene ~ ~ i ~ o ~ z 33 S ~ ~ ~ z ~ 3 c g ~ pp 55 2 N `7i 3 ~ 3 3 l71 ~ ~n ~n rn F^ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~. ~ cry c°~ 8 ~ ~ ~ ol ' o ~ ~ ~ B ~ 0 S133~I1S J.408d3d ONd Hldld NOIl0~S2i31N1 = 00+1 b'IS 0~+0~ b'1S 103('02id aN3 ~ V<F<V ~~O ~~=~~ N Z 3 0 ~ w 3 O l-- ~ W ~ e, I R H W :~ Q J J / J O ~ N W 0- W N ~ Q Z N V ~ Cry N '~ z V • ~- W l fa ~ 3 ~ F4 J J W J W Q 3 J O ~ W `Z. ~o~ ~T 4 a r ~. Gw. '!~ ' ~~ a `d = vl 1 Q W . -, 0 .Z. •. f 2' V~ ° ~ v F r o'' ; W i ~- z ~ JQ' Q oQ' yy~ o ~ ~ O U Q ~ ~~ _ J ¢ N Z O o Z N~ W Q Q y pQ O Z Q N oQ Z U a~ W F Q ~ U. Z W ¢ J~ !n Q ~ ZA Q R tnW L7 J ~ Q Z U H F ~ Q Q ~ 3/\OaV ~~S .-i N M ~ OO+t~Z d1S 8N1~ HOl`dW 6 O ~~6~ O ~ ~O ~ P v ~ ~. _ _ I - - ~- ~, - - - ~ Y~ ~~ ~ ~~ l ~~ U 8 - SS SS -- SS~ SS ~ ° ~ _ ~~ asp ~ - I ~U 'J ~ i _ ~ ~ I ~ w i --- ( ~' ~ gl o ~ m ~ '- - 0 0 V ~ (F~ I P V ? I ~ = W 3 Z ~~~~ ~_~~~~~ y ~ 4 I ~~ ~ c~ ~ _ _. I_~ '~-av - '--' ~-v -- .. ~- N ~ I ~ m 3 H U pp ~ ~ 7 I U U ~V N g) ~ N 4 W I ~? I ~~I .\ ,~ 1 i '~ I fr 3~~i~ ~ a I 1 Z ~Q ~~~~ ~ mm m U~~~ ~~~a ZZ ;;rr <~a7 U~ ~~ F ~OG~ O W ~ ~ ~~~m ~ ~~ b ~~a~ ~~~~ zFEF~gSm ~ ~s ~S~~S ~ • W'~~rc ~ i m pO m N N = 3 ~ W ~~~~ qI~ .Z 0 ~I~ _ _~ ~~ ~: V I f i I I! M0~38 33S 05+8Z d1S 3N1~ HOldW _~ J C~ Z Q O L.L U f- w w w w ~noed ~~s OS+8Z d1S 3N1~ HOlb'W ~' I~ :; o~ ~ ~~ ~ U T - n~ ~~ ~ W~ ~ , ~~ o I U U y I .'} % I I ~ ~ ~ ~ I i 1 ~~ 8 I I ~ ~ ~ ~ ~' ~~"-J . I ~ i 8 N °z WCi i '9i ~~~~ c~inn ~o~vxi M ~ ~ > M(7 f~I UG~N 1 ~ } Z j S~ ~ I - y i y ~N_.. ^-'~ ~-r. 1S H ~8 3 e // _I JI/ ~~~ 9np'3SVH-2~suJ 6002 AtlN ~+}np uolslnaa 6002 AtlN ~a}op }old _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ m o~~ U Z ` ~ ~~ ~~ ----SS - _~---- ~~ U ~~ ---!` `I`^ v / `~ W W _--4-I~- M0~38 33S 00+~Z ylS 8N1~ HOlb'W Y/ Ot~+Of' Ol DO+OZ Nb'7d ON/d/Nls - NOLLOnfJ1sN0,~3b~ 133?Jls z ~~ ' a ~ :- ~ N V N ~ ~ U ~ a ~ ~ ~ ~ b ~ ~ ~ w ~ ~ l Z ~ ~ ee W w w w a In~g W ~ ~ o iii ~`m3 J °w O~ . ~ ~ a.~~ ~ "~ ~ I ~ w ~~~ ~~~ i W Y U a~N 3~08d 33S OO+~bZ ylS 3N13 HOldW N Q m ~ ~~ ~~G ~_ ~~~ ,` ~` 1 r -- -- I I ~p N W - `~ 1 1, ~~ roan Q7Ii "SN ~~~~-~G ~-OOQ -~ I }~~py cc~~ `' -7~7 /l0 nO,c ~OO~JO oaromo s~fnoH 8~ ~~do ura-cs- (oef) 3NONe b9fBE 'NOlONINSYM 'Si13JNV 1NOd OGII I(OB '0'd iTn+~c HLS 3 lZf tIDNpN3 .LLq '3'd RIIi3d5 'd N:3Nd31S s~~~oNb' plod ~o ,cl/~ snaoM orrend W M U 0 N > ~ QF. ~ ~ a y m ~ e~ ~ ~ ~~ ~ ~ ~~ 0 P s ~~ W~~ a ~~~ ~ °' H W W N m Q W g ~~ ~~ s ~!~ ~ 1 ~~ N Z ~~ S i a s Y < -- W ~ ~ W 3~ ~ N 0 V ' n 8 1 I _ ' ra _ I g n ~ ~ 6 ~~ i !_J~- M0~38 33S M0~38 33S ~ 0~+0~ ylS OO+tiZ d1S 3N13 HOl`dW 05+8Z b'1S 3N1~ HOlt/W 103f'02~d aN3 S1332~1S J1008b'3d aNd H131.~ 1S FN1S 3 Y ' a 0 N ---~- - L -S= ss ss _ `~ r A _ M J ~~j~` ~~~ ~ ~ ~-~ - m ~~ }~~ `" ~ \ ---- 3~08b' 33S OS+8Z t/1S 3N1~ HOl`dW //, I ^ l . .~ SS____ .. :: - - ~ : ,, :: _~ :: :: ~ ~ .. :: :: :: ;, I ~ :: :: ~ ~~ o ~~ :: ~ n A ~~ n ~ •• •• ~•• •• PI l7N ~ •• ~ ~~~ s ,f - 1S H83 (/ 31 ~~I ~ I ~~ I =;^I n ss~ «,~-~ri co~~ ~NONe tj` 02~ - Y.N 31'IVN TOad Y ~/'+~~-~7y -OO~7- / Z9SB8 ~NOL'JNIHS/M Y313~NV la0d 1 ~ 3SYB-Z 3YIYN31L1 '9M [[7~1 n L {' 7 ~/ JQ pi .0 Y N ! l 31V0S 'A BOOZ AYR 31Y0 ~~ -0A 1J3'0 //0 / /O~ (7JC.OOJ~~/~Of a33NMJN3 Alp '3'd 'aa3d5 'd N3Nd3LS (y` AB NOISV13a 31tl0 Y N rnna3lNl anolNM 8002 a3lNN1 31V0 M03 J.B 03N0630 Z+ v~OH Q Y 77V / S37~ON b' 1 rJOd d0 .(1 /,~ Nb'7d NO/1/70/N30 - S/NN3 Ol ,(1~13g/7 1~~?J1S Hld/d Jo S„~M,,,~~, J O N iv ~ti ~~ /~ z~ ~ ~ ~ O '~ a m ~ ~~ ~ , o ~ ?~ ~ ~° ~ s ~ ~ o~ ~ U o ~~ ~ ~ W y J O m s Z = i ~ ~ ~ ~ ~ Q ~ U g v o ~ ~ ~ ~ S W W ~ ~ Z ~ ~ ~ ~ e Z a ~ ~ J W ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ a ~ W ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ Q J y W F"' ZS ~S t5 t5 LS Z5 t5 t5 t5 Z5 ZS LS ~ W ~ W ~ ~ ro W J a ~ Z I: V O ~ Q ~ ~ ~ ~ ~ I ~, ( o e ~ ~ ~ U ~ _ ~ m ~ O J~ ^' Z .~ N M0~38 33S 3N1~ H~1dW ~~ ~ ~~ ~~ e ~$ ~~ E_ ~~~~ ~~~~ N .~~.~~ I- /~ w q V J ~ Ir SS Z SS ti N W as Qs_ ~ . ~ ~o .il Pr- C~~,9I / v ~' ~ ° I :~:~ ' ~ ~o io .I:r~~~ ~~~yy~~ O / 3F~~ s I ~ ~~. ~ ~j ~N ~ ~ ! ~~. ~~ ~ /. ~ N ff ~ ~~ ~~ ~ ~ ~~~ o~~ ~~ ~~ ~=- ~ m ~~ ~ : ~ , $~ ~ ~~ ~ a ~ ~ ti ~~ I ~~ ~ ~ ~ I ~ ~~ ~ o ~ ~//J~ N~ `x~~ (~ W ~ ~~~ I ~ ~ ~~ ~~ :•~~: •~~:: ~ ~ o .,I. ~ ~; ~ ~ ~ ~ ~ ~. ~~ ~ ~ - ° ~~~ ~ ~ ~ ~~~ ~noee ass 3N1~ H~l`dW ewe AON ~nsaa ugslnsa 6002 Atlll ~aiu8 fold OL Y N 31NN TOad .r..7 llfO-LS- (09£) 3NONd ~/ 0~ 35Y9-2 7YIVN31ti 'OM ~~~~-v" ~-oo~-~ Z9f88 'NOlONIHSYM '53139NV la0d ,OZ~.I-,l 31Y'.15 'N 90-90 ON 103^Oa nn n 7,l J O Ofll %OB 'O'd 133aL5 HlS 3 lLf V N ~.l ~3lVOS 'n BOOZ.AVII 31V0 /l~ / /O~ JOOJ~O a33NYJN3 Alq '3'd 'aa3dS 'd N3Nd3LS (~ A8 No6iN3a ]lV0 V N T/Aa3lN1 af101N0'J 6002 a3lNYA 31V0 M03 ~A9 03N0530 Sb'nOH 8~ 77b'O SS73,~Nb' 12/Od d0 .(1 /,~ Nb'7d NO/10~I?Jl SNO,~ - S/NN3 Ol .(1 t1~8/7 13.3b~1 S Hld/d S„aa,, ,~6~d N ~ / ~~ r~ a m a ~~ N~~ s~ ~ a a s N~ a a m a~ ~y -~ ~~ H N N 1 ~` b 0 O N i o: 0 ° O M r j 3 o: \ o O 1 H O ~, N U W C!~ N I ~ OZ ° O O W ~ 9' OZ + ° ~ ~ ~ ~ 2 i N O 1 ~ ~o- I j j I ~F~ ; ~ ~~ o: iQ z °~ ~~ g ~~ ~~ g~ N~ a' Vi s a s mI m r N N ~ ry H N N ~ ~ N N ~ N I M0~38 33S 3N1~ HOlb'W 1~ ~~ ~~ ~3 ~~ ~~ W ~~ - -~ ~~ N 'V' 1 Z I ~ ~ ® ~ Z _ ~ g ~ LS LS ZS ZS LS t5 t5 LS t5 LS LS G d~~ l O l I~®# ~ B 0 o ~ A °„ I i i Z _l O U N ~ 2 ~ V / Z z OS W T ~~~ o ~ ~~~ 0 °a ~ ~ 'I 0 ~~ ~~° ~ ~g ~I 0 ~~ ~~ ~~ ~~ ~~ ~ ~ ~ / ~~ ~ ~~ o ~~ ,$ i ~, ^ a ~ FF~ ;° I < ~ 2 O 0 N ~~~~d x~~ ~~~ ~~_ ~ ~~~ ` $~~m i ~~ ~. 0 ~ ~ ~o 3noed 33s 3N1~ HOlb'W N Q 9AQ'3SV6-2 ~+tl! 6ao2 AVN~,}o0 ~a~~•a 6062 AVM ~+}00 }oId ~ ~ r ~ ~ ~ ^~^ ~ ~ i ~ ~ ~ ~ ~ ~ ~ ~ ~ g ~ .- ^N Ploi Datw MAY 2009 Revlsbn IMte~NAY 2009 FRe~Z-BASE.DVG O C~ n D O ` ' ~ ~ ' O _ / ~ ^ V / n r 0 oo o oo z W W ,~ W `W ~ ~~' o ifJ D /ZJ D _ 3 rD D~ < f'l r< D~ D ~ !'l ~J ~ ~C7 -D ~ D Gl ~ ~ D < d~ frl ~ fTl d ~~ f'~ Z ~ d ('l H d c~ z r~-) -~ z -D d _. ~ _ _ _ ~ -~ _ _ ~ _ 3 = 3 D D '-' z D ~ ~ r ~ c~ O r D C -< D ~{7 f'l D PDBUG ""°"K5 C/TY OF PORT ANGELES CALL 48 HOURS - FIFTH STREET 0 ~ERLA Y TO ENNIS - HMA DEPTHS DESIGNED BY: ECW JHH DATE: MINTER 2008 CONTWR INTERVAL• N A DATE REN9pJ BY 7 P.E., P ~E % BEFORE YOU DlG DATE: MAY 2009 321 E 7H S7R T P.0. BO 1150 RQIECT N0: O6-OB H. SCALE: 1'-r 20' PORT ANGELES. WASHINGTON, 88382 1 WG FILENAME: 2-BASE p yp PHONE: (S60) 457-0411 - 800- 424 - 5555 ` ` CA PROD. NAME: N A , I-~~°~ 14 e 4,,0 '7''F 6 O =~N O Ct Um ,z •~ b rF ~ ~~ ~ -. ~ ~l ~ Y N 31YtlN 'fONd tl0 S SSS - i - - llt0-LS9 (09f) 3NOHd 0 0 35VH-Z 3HtlN3lLi JM ~Zf~ 008 1 ZSfBH 'NOlONIHStlM '5313JNtl 1tlOd 0 tl N ~ t ~31tl S 'A 6002 AY ~ MO B MV nn / ~ n /l0 / /O~ ~~O~~ OSII %OB '0'd 133ill5 H1S '3 lZf " ' AH NOISl13M tl0 3 V N' R 31tl0 A N tl O M33NpN3 Alp 3'd M!!3d$ 'd N3Hd315 8 ' 1 MAiIILNI Nf101N00 BOOZ L3LNN1 31tl0 M03 ~AB 03N01530 ~,/^O/' ^~ ~~~^ / / jf S~7d,~Nb' ldOd dO .(1/ ~ N b 7d ,~N/d/b~l S - S/NN3 Ol .(1 ~Jdg/7 1 dd2/1 S Hld/d O r7 ~/ , s%aoM Onend N _ T ~ I ~~ ° ~ U Y ~tR 0. r a ~F' zy N.-s. ~ o mr~ o '~~.2 r~ ,~~,~~ <~ ~' .- _Z ~LL 0 z N N 0 w w Y Y 3 ~ ~ w w w a W ~ ~ ~ J • I M0~38 33S 3N1~ HOldW Z Z W t~ s 0 N ~ O ~ O N ~~~ I ~ ~ g ~'i ^ ~^ ~~~ y O ~ I a ,OZ -- I F- 2 F- ,Sl 0 3noed ~~s 3N1~ H~1dW a w ~ ~ ~' o a N v 5 C1 a a ~ o ~ ~ o w /_- f~/1 0 w N 4wN m3 W O ~~-w rn o~? ~YU K ~ W a~SN ~~ L ~r v_ s~ ~o OAO'3StlH-PSg! 6002 AtlN ~+#oH uolslnaa 6002 AtlH is#oH #old ~ i ~ ~ ~ ~ i ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ 1190-LSf (09f) 3NONd tj/ Y N 3NYN 'I'Oiid YO ~+/'~/'+~+ ~7 OZ 35YB-Z ~3YIYN31L1 "JM y~yy -~~~-DOa -~ Z9fB8 'NOl'JNIISYM 'S313JNY 1tlOd ,OZ~.I ~.L 31tlDS 'H 90-90 ON 1D3f'Otl n/a ~O~ ~vO J~~ OSII XOB 'O'd 133iiLS HLS 3 tZf V N ~.l 31tlOS 'A 6002 AYN 31Y0 ~ NMVN / o J tl33NpN3 A110 "3'd ~MM3dS 'd N3Nd3LS 6' AB N01SN3tl 3LY0 Y N'1VAaa1Nl arwlNOD BOOZ N3lNN1 ~ YO MD3 ~A9 03N:11530 Sb~/JOH Bf~ 77b'O S37SJNb' 1Z1Od dO .(1/,~ SIONdLJd ~ .3,~1Nn3 - SdINV L~ OL7/ /~ 1~.3b~1S H1dld sNaoM Dnene ® ~ $ ~ U << ~ F 8~ ~ ~ '~~ ~j ~ U N 6 ~ C 8 ~ ~ N ;N~ ~ ~ ~ ~ ~ ~ G G ~ ~ ~ Z ~ R ° ~~ ~' ~ ~ i ~ i ~ ~ Z i ~ z ~ ~ U ~ ~ ~~ ~~ - G Jew < ~ W W W W W W W W W ~ W ~ ~ U K < ~1 w~ N" O Z~ y "~~N~ Ord E~yy ,~,,D ~ i ~, $ Q~ o ( ~~# ¢ a o g o o ~ i q i _~ -NZ as I.L ~Q I__L z Q z Q V / U z Q 0 z Q ~-- i s ~ $ V FZ ~ W s ~~ ~ ~~~ y v ~~~ _~ <~ U 1S 3~1 TD SD ~---'-----(LLFIl~ 1~1~/ v ,~ Y W I i ~ ~_ ~~ ~~ _~ ~~ ~~ 8 I Q M~ '^Wy/ 1__L U W U z W z ~ ~v~ g yo ~ ~-~-o ~ ~ ~ G S aS - ~~ s ~~~ m ° as { amtf _ ~ ~ ~Pi~~ml ~ ~ € 385 i m~ ~ ~~ i ~'~ ~~ ~N v ~Ha ~ ~ ~ FFw~ 3 ~(J.~ p 8Na ~~ M^ m W -= ~ ~_X2cg~~ ~ Wes" o~ZZ yW~ m U"V U {{{{~~~~'U ® .~ ~ ~ I m~6r 6 ~Z W~~ Z U ~ ~ U ~ pp 3 p2 O ySy11 ~V 8U3 ~6Q < G j{I 3~ V u ~d ~d "1S 3~IN~f113 ~~~~ SO SD ~~~m s U 3 //~ ~ Z g ~ • ~ U K '~ Y , -~ I W ~ I I ~ I W U STREET AND TRENCH NOTES: 1. TEMPORARY STREET PATCHING MAY BE ALLOWED WRH THE APPROVAL OF THE CDY ENGINEER. ~ TEMPORARf SFRELT PATCHING SHALL BE ACCOMPLISHED A.5 FOLLOWS: A USE 2' MINIMUM DEPTH HMA CUSS 14" PG 64-22 WHEN AVAILABLE. IF HMA CLASS $' PG 64-22 IS NOT AVAILABLE USE MEDIUM-CURING LIQUID ASPHALT (COLD MIX), ASPHALT TREATED BASE (ATB), OR TRAPFlC BEARING THICKNESS STEEL PLATES. ' B. ATB USED FOR TEMPORARY RESTORATION MAY BE DUMPED DIRECTLY IMO THE TRENCH OR PATCH AREA, BLADED AND ROLLED. AFTER ROWNG, THE FlLLED TRENCH MUST BE FLUSH WRH THE EXISTING PAVEMENT TO PROVIDE A SMOOTH RIDING SURFACE. C. ALL TEMPORARY PATCHES SHALL BE MNNTAINED BY THE CONRACTOR UNTIL SUCH TIME AS THE PERMANENT PATCH IS IN PLACE IF THE CONTRACTOR IS UNABLE TD MAINTAIN A PATCH FOR ANY ' REASON, THE CffY WILL PATCH THE AREA AT THE EXPENSE Of THE CONTRACTOR. D. TRAFFC BEARING THICKNESS STEEL PLATES. WHEN UTILIZED, STEEL PLATES SHALL BE SHIMMED TO PRVEM ROCKING AND SECURED WffH HOT OR COLD MIX ASPHALT CONCRETE. A WEDGE OF ASPHALT CONCRETE SHALL RE CONSTRUCTED AT 12HaV ADJOINING ALL PLATE EDGES TO BE CROSSED BY ' VEHICLE OR PEDESTRLW TRAFFlC. E. TRAFFIC SHALL NOT BE ALLOWED TO CROSS GRAVEL OR CDF TRENCH 84CKFlLL FOR MORE THAN 24 HOURS WfTHOUT UTILIZATION OF TEMPORARY PATCHING MEASURES STATED ABOVE. 2. TRENCH RESTORATION SHALL BE BY A PATCH OR PATCH PLUS OVERLAY AS REQUIRED BY THE CffY ' ENGINEER. 3. ALL ASPHALT TRENCH AND PAVEMEM JOIMS SHALL BE SAWCUT. THE CUTS SHALL BE A MINIMUM OF 1 FODi OUTSIDE THE TRENCH WIDTH TOR EXCAVATION. ' 4. TACK COAT SHALL BE APPLIED TO THE IXISTING PAVEMEM AND EDGE OF THE Cllr AND AT COLD JOINTS PRIOR TO PAVNG AS SPECIFlED IN WSDOT STANDARD SPECIFlCATION SECTION 5-04. 5. HMA CLAS514' PG 64-22, EQUAL IN DEPTH TO THE EXISTING PAVEMEM, SHALL BE PLACED IN ACCORDANCE WRN THE APPLICABLE REpUIREMENf5 OF WSDOT STANDARD SPECIFlCATIONS, SECTION S.D4, IXCEPT THAT LONGf1UDINAL JOINTS BETWEEN SUCCESSNE LAYERS OF ASPHALT CONCRETE SHALL BE ' DISPLACED LATERALLY A MINIMUM OF 12 INCHES. ASPHALT CONCRETE OVER 2 INCHES THICK SHALL BE PLACED IN EQUAL LIFFS NOT TO EKCEED 2 INCHES EACH. 6. PATCHES ON ALL STREET SURFACES, WALKS OR DRNEWAYS SHALL BE FEATHERED AND SHIMMED TO AN EXTENT THAT PRONDES ASMOOTH-RIDING CONNECTION AND IXPEDfTI0U5 DRAINAGE FLOW FOR THE NEWLY ' PAVED SURFACE SHIMMING AND FEATHERING AS REQUIRED BY THE CffY ENGINEER SHALL BE ACCOMPLISHED BY RAKING OUT THE OVERSIZED AGGREGATES FROM THE HOT MIX ASPHALT AS APPROPRIATE. 7. SURFACE SMOOTHNESS SHALL BE PER WSDOT SPECIFlCATION SECTION 5-04.3. UNACCEPTABLE PAVING PATCHES SHALL BE CORRECTED BY REMOVAL AND REPAVING OF THE TRENCH. 6. WHEN TRENCHING WITHIN THE ROADWAY SHOULDER(S), THE SHOULDER SHALL BE RESTORED TO ff5 ORIGINAL OR BETTER CONDRION. $ 9. THE FINAL PATCH SHALL BE COMPLETED AS SOON AS POSSIBLE AND SHALL BE COMPLETED WITHIN 30 DAYS AFTER FlRST OPENING THE TRENCH. HOWEVER, DELAYING OF THE FNAL PATCH OF OVERLAY WORK IS rro ALLOWABLE ONLY SUBJECT TO THE CffY ENGINEER'S APPROVAL THE CffY ENGINEER MAY DEEM R NECESSARf TO COMPLETE THE WORK WffHIN THE JD DAY TIME FRAME AND NOT ALLOW ANY TIME EXTENSION. IF THIS OCCURS, THE CONTRACTOR SHALL PERFORM THE NECESSARY WORN ps DIRECTED BY THE CRY ENGINEER. 10. TRENCH B4CKFlLL IN PAVED AREAS SHALL BE COMROLLED DENSftt BACKFlLL PER CffY STANDARD. ' ALL OTHER TRENCHING SHALL BE BACKFlLLED WRH CRUSHED SURFACING MATERIALS CONFORMING TO WSDOT STANDARD SPECIFICATIONS SECTION 4-04 AND SHALL BE COMPACTED TO 95 PERCEM MAXIMUM DENSffY, AS DESCRIBED IN WSDOT STANDARD SPECIFCATIONS SECTION 2-03. 11. IF THE EXCAVATED TRENCH MATERIAL IS DETERMINED BY THE CffY ENGINEER TO BE SURABLE FOR ' BACKFlLL, THE CONIfRACTOR MAY USE THE MATERIAL TO THE BOTTOM OF SUBGRADE. ALL TRENCH BACKFlLL MATERWS SHALL BE COMPACTED TO 954 OF ITS MAXIMUM DRY DENSffY PER ASTM D-1557. 12. ALL DRNEWAY SHALL SLOPE UPWARD FROM THE GURER TD THE BACK, OR PROPERTY, SIDE OF THE SIDEWALK AT NOT LESS THAN 1/4 INCH TO ONE FOOT AND NOT MORE THAN 3/4 INCH TO ONE FOOT SLOPE UNLESS OTHERWISE NOTED DN THE PLANS. e i 13. GRADE BREAKS WITHIN A DRNEWAY, INCLUDING THE TIE TO THE ROADWAY, SHALL BE CONSTRUCTED AS SMOOTH VERTICAL CURVES, THE MAXIMUM CHANGE IN DRNEW'AY GRADE SHALL BE 8 PERCEM WITHIN 10 FELT ON A CREST AND 12 PERCENT WffHIN iD FEET ON A SAG. 14. NO DRNEW'AY APRON SHALL EXTEND IMO THE STREET FURTHER THAN THE EXISTING OR FUTURE FACE OF CURB LOCATION. 15. INDUCTION LOOPS DAMAGED BY SHOULDER IXCAVATION SHALL BE REPUCED PER THE APPROPRIATE BID REM(S) AND ALL APPLICABLE SECTIONS OF THE CURREM WSDOT STANDARD SPECIFCATIONS. CONTRACTOR TD ARRANGE WffH ENGINEER TO HAVE SIGNAL PLACED IN PRE-TIMED MODE PRIOR TO BEGINNING GRINDING/PLANING OPERATIONS IN THE WCINIIY OF THE INDUCTION LOOPS. STORM DRAIN NOTES: 1. R SHALL BE THE RESPONSIBILffY Of THE CONRACTOR i0 VERIFY THE EXACT LOCATIONS OF ALL EXISTING UIILRIES PRIOR TO COMMENCING AM' WORK. THE CONTRACTOR SHALL CONTACT THE UNDERGROUND UHLRIES LOCATION CENTER, 1-600-424-5555, FORTY-EIGHT (46) HDQRS PRIOR TO COMMENCING WORK 2. CLEARING AND GRUBBING, WHERE REQUIRED, SHALL BE PERFORMED WIl}IIN THE EPSEMENi OR PUBLIC RIGHT-OF-WAY, AS PERMITTED BY THE Cltt AND/OR GOVERNING ACENCi. DEBRIS RESULTING FROM THE CLEARING AND GRUBBING SHALL BE DISPOSED OF BY THE CONRACTOR IN ACCORDANCE WRH THE TERMS OF ALL APPLICABLE PERMRS 3. THE COTTRACTOR SHALL PERFORM ALL EXCAVATION OF EVERT DESCRIPTION AND WHATEVER SUBSTANCE ENCOUNTERED AND BOULDERS, ROCKS, ROOTS, AND OTHER OBSTRUCTIONS SHALL BE ENTIRELY REMOVED OR CUT OUi 70 THE WIDTH OF THE TRENCH AND TO A DEPTH OF 6 INCHES BELOW THE STORM DRWN FLOWLINE. THE TRENCH SHALL BE BACKFILLED TO GRADE WfTH MATERIAL SATISFACTORY TD THE CI1Y INSPECTOR AND THOROUGHLY COMPACTED. SEE ALSO STREET AND TRENCH NOTES 1-11. 4. NAVTNE MAIERLAIS IXCAVATED FROM THE TRENCH MAY NOT BE USED FOR BACKFlWNG THE TRENCH, UNLESS OTHERWISE APPROVED BY THE CRY ENGINEER. 5. TRENCH SIDES SHALL BE EXCAVATED VERTICALLY AND THE TRENCH WIDTH SHALL BE IXCAVATED ONLY TO SUCH WIDTHS AS ARE NECESSARY FOR ADEQUATE WORKING SPACE. EXCEPTIONS TO VERTICAL WALLS MAY BE MADE FOA UNUSUAL CIRCUMSTANCES AND WHEN SPECIFlCALLY APPROVED BY THE CRY ENGINEER. THE TRENCH SHALL BE KEPT FREE FROM WATER UN11L JOINTING IS COMPLETE. SURFACE WATER SHALL BE DNERTED SO A.5 NOT TD ENTER THE TRENCH. THE CONTRACTOR SHALL MAINTAIN SUFFCIENT PUMPING EQUIPMENT ON THE JOB TO INSURE THAT THESE PRONSIDNS ARE CARRIED OUT. 6. THE BOTTOM OF THE TRENCH SHALL BE FlNISHED TO GRADE W(M HAND TOOLS IN SUCH A MANNER THAT THE PIPE WILL HAVE BEARING ALONG THE ENTIRE LENGTH OF THE BARREL THE BELL HOLES SHALL BE EXCAVATED WITH NANO TOOLS TD SUFFICIENT SIZE TO MAKE UP THE JDIM. 7. IN PUBLIC PAVED AREAS, THE CONTRACTOR SHALL USE CONTROLLED DENSffY BACKFlLL OR ANOTHER METHOD AS OTHERWISE APPROVED BY THE CffY ENGINEER. B. B4CNFlLL COMPACTION SHALL BE PERFORMED IN 6 INCH LIFTS 9. IN UNPAVED ROADWAYS AND SHOULDERS, THE B4CKFlLL SHALL BE COMPACTED TO AT LEAST 954 MAXIMUM DRY DENSRY PER ASTM D-1557, WHEN USING GRANULAR BACKFlLL MATERW.. IF THE EXISTING MATERIAL 5 DETERMINED BY THE CRY ENGINEER TO BE SURABLE FOR BACKFlLL, THE CONTRACTOR MAY USE THE NATNE MATERIAL IXCEPT THAT THE TOP 8 INCHES OF TRENCH SHALL BE 2-1/2 INCH MINUS BALLAST. 10. STORM DRA1N PIPES SHALL BE LAID WRH UNIFORM SLOPE BETWEEN MANHOLES AND CATCH BASINS. 11. PIPE SHALL BE STRUCNRALLY ABLE TO HANDLE COVER AND TRAFFlC DESIGN LOADS. 12. CONNECTIONS TO A PIPE SYSTEM MAY ONLY BE MADE AT A CATCH BASIN OR MANHOLE 13. AT THE CONNECTION TO THE EXISTING SYSTEM, ALL NEW CONNECTIONS SHALL BE PHYSICALLY PLUGGED UNTIL ALL TESTS HAVE BEEN COMPLETED AND THE CffY APPROVES THE REMOVAL OF THE PLUG. 14. SPECW. STRUCTURES, OIL/WATER SEPARATORS AND OUTLET CONRiDl5 SHALL BE INSTALLED PER PlAIJ5 AND MANUFACTURERS' RECOMMENDATIONS. 15. CATCH BASIN OUTLETS SHALL BE 6 INCH MINIMUM DIAMETER. CPEP SMOOTH FLOW AND PVC PIPE MAY BE USED. 16. CATCH BASINS AND INLETS SHALL BE DESIGNED AND LOCATED SO AS TO PROVDE THE MAXIMUM EFFlCIENCY Of CAPNRE OF STORM WATER. ALL CATCH BASINS SHALL HAVE AN OIL SEPARATION TEE INSTALLED ON THE OUTLET PIPE. 17. SOLID COVERS SHALL BE NON-WATERTIGHT BOLT DOWN CAST IRON MARKED BRAIN" AND MEET THE REQUIREMENTS OF WSDOT STANDARD PLANS. REPAIR OF DEFECTS SHALL NOT BE PERMITTED. RINGS AND COVERS SHALL BE MACHINE-FlNISHED OR GROUND-ON SEATING SURFACES SO PS TO ASSURE NON-ROCKING FR IN ANY PDSRION AND INTERCHANGEABILffY. 16. PRIOR TO BACKFlWNC, ALL STORM DRAINS AND APPURTENANCES SHALL BE INSPECTED AND APPROVED BY THE CffY'S INSPECTOR. APPROVAL SHALL NOT RELIEVE THE COMRACTOR FOR CORRECTION OF ANY DEFlCIENCIES AND/OR FAILURE AS DETERMINED BY SUBSEOUEM TESTING AND INSPECTIONS. R SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO NOTIFY THE CITY FOR THE REQUIRED INSPECTIONS. NLL COYCPfrf L'Uffi A,ro a/rnR (BEraro) sz1EwALK SURfALE mANSnav RAMP maw (~~) aaKWAr m scrwux B' B' PEAESIRIAN I L4rmESCD aYYA77flI CURB IRAVFLWAY CRRA7/0 GRLK>w+r -i GRADE m NAICH fK6RAW R4IKWAY SfCT/LW A-A SEC NOTE A SEE NOTE 5 P; A r t: ix J` B' A7N \~ l2' MM! SIDEWALK Al CRlKM'AY APPROICH, ttP. SIDEWALK AT CURB ~AOan rKr r~ rMx aaor a+a* ryAyy OIFAaIID A.617MOr ADD e•Arnaxian aiva-¢a awMUe wrwAL a~xArcAo /aP ANC Op1N5'AS A[<aMRY rwAY mrrna awAAe Waeu 3Z'CTlGW A-A rAraeKiwa ra nr aa^"vA+w«An NO7FS• SECI/gV B-8 L LSGAg1' m ar APPIAOtID er an nvtu x CAPAAIq'I.gNASUU xA9wLrAFRLbMRD Arnwamv. 1 L]PMRN.pV/5 swL BE 1/r aRAC ruL amrx AIn a u'-a-Naawus A awW.aws SN/IL BE I/b' 7Ma'( I' BEff AAO Ar d-a" NRRY.VS 1 ALL VILIY Pa ES IfaB EQRS RG N.S[IwIX A7A 9N!! wKLAYANAN AarrwrDaAt RLAL BfJpIJVALID AN.IID /KAt a Au Aaxrr swL BC acw Ma ¢rm 7 f/-aSfa AC/A[ala a7 SAL .9.IdrAK RaAa[Nr NO7K Atlr AILONED N AWr-O'-WI Y. a aBWlwrAnO Sa~ALA'swL ec.a-AWaD SreAPAraw,axrs A CaY0a1[ 9WL ![ CIAfS JIXtl ra Icsur ro Be nArm LHYR PAW1G O.wB AID SDt7rNK AAKN m AuahG a wreewl u. sxxMx LiEYA1KN 9LV! ar al4O av II aor PAa[anw/ mcw ra a UAffi Iz saWNK Anna srowv AAe rtw AfRGYaLL AKAS oar[RCtAL AAO LtlAMBIW AREAS B.ORS Mau ac ra• AAO a• R(szemuc n AM A'w}p`/ RAw a[Y Laav nA~LUeu RFauPFS NlMAP ARPRavAL ar orruKaale 1 SIDEWALK INSTALLATION C _ 9 NOT TO SCALE v1N t - -~, RmAa sinvAS mrraxxa N All[INYACA ~ rrr mwA w rrmAr ~ m[wiA aurc - a Aux mwaao aAe NYN Ar illlaP awYW SM ~ Z(Mlf ACA ter 1 5' NM --i r arACm wnux An Lvuw awuRwraw Av xmr / _ / lalMWAFKMlQQMI ae~w A_A NOTFS 1. R/E PEDfS/R/AN 7RAYELWAY SNAIL HAH" A MAA7MUM CROSS SLCPf Lr SRI (2Ajj 1. INSTALL RAMPS GVI BOJN SIDES LI' INF OPoV£WAY AS SHONN CW 7HF FLANS RAMPS SHALL Bf AS LLWG AS NECESSARY 70 PROW0. A MAXIMUM SLG°E LR' r21 PARA(LEi AND PERPfNOICUUR TO THE ftlSRNC P1.VlE DM' NIBCN 1NC RAMP IS IO Bf CLWS/RIlC1LD. S CEMENT LCNCRE/f SHALL Bf CUSS .1004 MIN B" 7NlLI( M'CLUOING RAMPS A. AS°NALT /MPREGU JED EXPANSIGY AXA'T, FULL DEPTH AT BACK OF d/RB AND EVERY 70 EEET AT IRANSIERSf ,XXN1S JpNT NA/FRLAL NOT R£aYlIRED AT BACK OF CURB if RAMP ANO/CR CRIYFWAY LS PWRED SEPARATELY CRCARN'G A LYXD ,KXN7. S CNACN A'XNiS EHRY 5 FEET M WALK. B. HERBKMf (Rf90UAL) TO BE APPLIED BffGPE PDY/R/NC CCIVDIRETE DRIVEWAY INSTALLATION NOT TO SCALt ~ENPS F4~ ~ WL''Tlac~ e i~ a 91 ~4e /I I T I ~SSIW'dl. ~`~~~ 0' 1' B' 1W0 INCHES® IF NOT SCA1E ACCORDINGLY C-9 0 W Z Z (Q "/ Q ~ ~ j0~ ~o~ ~N d' ~ ~ J ~ O J ~ m ~ Jw~n W~_e V' 6 Zam - Qr_oF$ D a u r ~ u ~ .. < o rc " rR 7m O W W N `. a ~ ~ ~ ~ u o i,n rd nW~ ~ „ a V S!D£WAIKINTHPLANANCSIR/P srAnan ' B A~- B u pO~~pOp9 ~ .~;~ ~ ~~I~ppp88p9p Ian d~ w/w amtAv ' roaAS Ar--~ amsnw'vAle`vn Q(YAB6W !b' M[ rpav rAa a aAm y_R. J._y !»aJ • 1bL N5001 LWAAIM 0-.7010-06 A7 SWS MD wJal QElAG MmDl aalwr B-J610-W TAP -AN7lT7lIEYAfla°' ALL O7MR LOG Bab AJ rL1A EDa' ' 0.1 ~ 4. ~ .a ~, D ,D. L AaArsmv y3 e'Plc'vpt flAAA'9CW ' As AEaaR,er t A:wl emAAxeW Ett Aryl ar Anrr / 4' wgMx[ A0.l°R1P NO7FS~ L QL SE-APAJ017 ~ MSE Gia/ BASH IIPF PW ' RFON¢D a(Y AI 4 SpdEl{PO HAA' ~7SP0-W fOC/DaS AtlRO ~ aAfSS Atlim O1KAA/Sf aIAWA ,~c;• srcmw a-e 2 QMrCIE QASS A>qD w]al VA 4~E/q CIEVA/AM' S GJIAl BASH eA4 Y a/IFIC rtCNrY AxNe ' ro ec s>' l6xc sl u-A ^n/ ane• Asw-.vm sa~ 02/? aAUno AA»cav a ld' ARga auJt FxAlr ro ee see rowrw s~_ caanAruL sac A0.r11MOa7 ro wJw are NcwJ /r li acraG/ SECTION A-A I ; NO/ ro SGIL l\ a '$ 0 n tt ' o QN i ° CATCH BASIN W/ COMBINATION INLET NUI 10 SCALE CEMENT CONCRETE PEDESTRIAN LURE SIDEWAIN _~~ CURB, OR CURB AND GUTTER - LEMENTCONCRETE SIDEWALK RAMP TYPE I TOP OF CURB AT DRIVEWAY NorEs 1. FORMS SHALC Bf STEEL. WY)OD MAY 8E APPROVED FOR AREAS REQUIRING SPECIAL FORMING 2. FORMS SRALL BE TRUE TO LINE, GRADE & SECURELY STAKED. 3 EXTRUDED CURBS RfOUTRE PRIOR APPROVAL BY qTY ENGINEER. 4. THE 1' RADIUS ON UPPER FACE Of CURB MAY Bf FORMED BY EDGER OR BUILT 1N]O FACE FORM - 1" RADIUS ON LOWER FACE Of CURB SHALL Bf FORMED BY ]Hf FACE FORM. 5. CONCRETE SHALL Bf CEMENT CONCRETE C1ASS 3000. B. JO1N75 SHALL Bf PLACED AT ALL ALLEY AND DRIVEWAY RETURNS STRUCTURES, CURB RAMPS AND AS SHOWN ON PLANS 7. ALL JOINTS SHALL Bf CLEAN AND EDGED. B EXPANSION JOINTS SHALL 8E 1/4 INCH 7H1CK AND AT 15 fT INTERVALS OR AS DIRECTED. 9. EXPANSION JOINTS SHALL BE ASPHALT IMPREGNATED JOINT MATERIAL. CONCRETE CURB AND GUTTER NOT TO SCALE ^ RADIUS POINT OF SIDEWALK DAMP 6'-p• -BUFFER 6TRIP)11'P.) ANDLURB RETURN ~ MIN. ~ 6 ~ 1p\ .~p\ ~ 31B'E%PANSIDN JOINT (IYP,) ~~DETECTABIE MI Y• ~ ~1i ] R )SEE STD.PUNFJI ~ WARNING SEE CONTRACT FOR TYP. PATTERN VYP,I C CURB RETURN RADIUS o DETECTABLE WARNING I z - PATfERN ~AAMP CENTERLINE B ~ y CEMENT CONCAEIE CURB ~ o. 6' - 0' MIN. 6~ - 0" MIN. BUFFER STRIP ~ TOP OF 2S ~ ROADWAY CEMENT CONCRETE CEME NT CONCRETE SIDEWAIK O LURB BGUTTER s'-D'MIN CEMENT CONCgETE 6'-o-Mw. ggMp SIDEWALK 2 - 0 iOPOF ~ Of `ROADWAY / CEMENT CONCRETE PEDESTRIAN CURB DEPRESSED )SEE STO PUN F~ID 11-001 CURBd CUtiER © DETECTABLE WAgNING PATTERN 5' - 0" RAMP LEMENT CONCRETE VARIE6- PEOESTRIANCURB(TYPJ ~ 0106' 6~) ISEE SiD PUN F~1012-00) ~. wJ O 3 CURB RAMP TYPE I C 1 O NOT TO SCALE CEMENT CONCRETE PEDESTRIAN CURB (SEE Si0 PUN F10.T1d0) 2' - 6' o /` b' - 0" MIN. ~/ lOP DF V 2R ~ ROADWAY CEMENT CONCRETE SIDEWALK CEMENT CONCRETE ® CURBe CUTTER 6' - 0" MIN. 2' MIN. 7 MIN. fi' - 0" MIN. RAMP RAMP fi" ~ 6' - p" MIN. ]l0'E%PANSION 1 LANDING lgN1 ~TYP) LANDING 0 0 FLUSH TOP OF ROADWAY 29. 'a CEMENT DEPRESSED CEMENT CONCRETE ~ CONCRETE CURBd GUI"fER PEpESigIAN CURB SIDEWPiN ISEE SiO PUN F~10.12W) pETEC1ABLE WARNING © PATTERN 4 CURB RAMP TYPE II C 1 O NOT TO SCALE Q d- V ~0~ d' d' ~ 0 O J ~ O V W I EN P ~, k,~~a, ,~ !""1°~ ~3~~ sSJp.\'AL E'0~~ Z a m Zp •~a Q COO O ~ ° 2 n ~~Ai ~ a 0' 1' 2' mo rc' n :w;e YN .. a~~~~w iW0 MCH6 AT FULL SCUE ~ d n ~ i IF NOT SCAIF OCCOROINOIY ~ ° ~W. ~ ~ & ff ° ~rrt C-10 ..~,.,~,,, wn~nuc unnn¢n wrto AND GUTTER PfR WSDOT STANDARD PLAN f-10.12-DO I 7 '1 N Yy {i n '~ ¢) I ' a a .'._~~ SEE DETAIL "A" `~ I 1 ~~\ __ / / ~,> I 5/6 ALLEY TO EK~'11H STREET ~~' `. `~ i ~ ~ ~ / ~ i ~ v ~ v ~ ` / ` / f ~ / 1 I ?'HMA Af I 1 i «ff>E~ fIPM11 ~1 1 1 + + ~ + + + + ~ ~ + + + + + I I ) ) + + + ) I ) (tLxvnc CouRSE RYA 9 I 1 Af WffEG M. 1 1 I ~ A0.4L5T iHICNNESS Of An) A ~ ~ Al GURQt TO ACLO.NA0.ITE ~ PIACENH/ CT LMLMC AND I ~ w'fiwMC ca/RSa ~ \ ~ `~ T 11 71 ~/v lO NYA CLASS I/1' NFARMC CCURSF - T' COMPACTED DEPTH \• D E 1 A I L A ,~ `~ sEF NOTE s FO4 ALTERNATE No. 2 sfcncN ~• O NW C1A55 3/B' ILtifUNC COURSE - 1' CCMPACTED DEPnI ~ \ ~ ~ ~i O ASPHALT 1REAIED BASE - NLL C(1NPACIW DEP1H ~ EGSIMC CCMENi CONLREIE PAVEMENT -SEE DETAIL 'A' ~' -----' O CRUSTTED SURFAONC BASE CCURSC - 4' COMPACTED OFPnI 6O fEA1NFR IfYfUNC COURSE TO MEET OlTlER UNE - nTM NEARING CLURSE Ai CUTTER UNE TO APPROX I' COMPACTED DEPM O SNLUIDER SECIILW Fpt ALTERNATE N0. I IS 4' FRAVft BASE B' A1B AND T' HMA O SHC'JIDEN SECITDY FO4 ALIEPoVAIE N0. T IS 8' PCC AND A' CRAVfl BASE ~ PEABODY STREET PAVING SECTIONS ~~~ NOT TO SCALE STANDARD PAVED ALLEY SEC170N RAY B' NN e' uw R/W (vAA;J ryAaJ SEf NOIf J CT. PRCf/L£ GRADE Sff NOTES 1 ANDT .._ TX ---- 1X _ T' MIN. COMPACTED DfPRI ASPNALT CQVLWETE ~ / / MDT tD SCALE) 1' M!N COAFPACTED DEPnI CRUSN£0 SURfAC/NC ICW COVRSf 8'M1N CCMPACTfO DfPTN CRUSHED SURfACINC 8A5£ CCVRSf Nor£s' I. SWL RES/0UA1 HERBICIDE SHAH 8f PLACED PRIOR lO ASoHALT QP CC4YCR£TE PANNG. STANDARD PAVED ROAD SECTION CC PRDFTLf CR90f 1 ~ I"-~- 10 10 B_0 IIIr VAH r ~I~-~ ~,~,~ 7X TX -, 1.---~- a' ~ 3 16N 1tlN ?" ABM. COMPAC]FD DfPnI ASPHALT CONCRETE T' MIN. COIlPACTEO OfP]N CRUSHED SURFACING TDP CWRSE (NOT To SCA1ff B' M/N. CDAIPACTED DEPTH CRUSHED SURFACYNC BASE CWRSE Sff APPPOPRIATE DETAILS fOP CURB, CUTTER AND STDfWA1X CONSTRUCnON NOTES• 7. SOTi RESIDUAL HfRBIpDE SHALL Bf PUC£0 PRIOR TO PANNG n TYPICAL STREET PAVING SECTIONS ~~~ NOT TO SCALE J' s' B'+/- COMPOST SEEDED FDR UNN GRAVEL BACKFNL PfR 9-OSTT(4f r T5LB ASPNALl-SA)URATEO 4' - D" MIN. 6' - 0" MIN, IFLT PAPER fQ4 SEPARAnOY LANDING RAMP .. ' ~.T ~?.T+ ~i'i 5; ,.,,:7 pan r; e';{~'i ~is.s .:re'a,'j~7.~ '".~;, :'s% ;.i' / 27. ~a :a TOP OF / ROADWAY ~ CEMENT CONCRETE ' N," ~>.'; ~ SIDEWALK DETECTABLE WARNING DEPRESSED PATTERN ISEE DETAIL) CURB BGURER \\ \\\ \\ \ L 8 0 / / / / / ~j ~/ ~ ~' PVC' ro EATSnNC DRaN / / / / / / \ \ \ \ \ NNERf INDICATED 6'PVC UNDfRORAIN B' PVC DRAIN ~ DRAIN AND UNDERDRAIN ~~~ NO SCAIf SIDE 318" EXPANSION JOIN (TYP ) (SEE STD. PLAN F3) CURB, OR C AND GUT CEMEN SIDEWALKRAMP 4 CURB RAMP TYPE III ~~~ NOT TO SCALE DETECTABLE WARNING PATTERN (SEE DETAIL) ~Q~,srNP.SA BBL \~ ~(~6~ I '~/ak v~' D' 1' 2' 1WD INCHES AT NLL SG1E IF NOT SCALE ACCORfMNGLY C-11 ~ ~ j0~ Z ~ ~ ~N ~' J00 m n W ~~~~ ZamW_ Q~o~a ~D6~~ a uoUr~~ ~~~m~~ O b n ~ a ~~ N h~"~ U i Ol llf0-LSf (09f) 3NOHd fj~ O~ V N 3WVN 'f0ad. tl0 ~~~r+_~7~_ODn_ / Z9fB6 'NOlONIHStlM 'S3130NV la0d 3SVB-Z 3WVN31L1 'OM .77 /~ CC~i 7 {~ Q (7L 0 tl N ~.l 3lVOS 'A 6002 AYII 31tl0 90 M 3 AB NMtla0 /l~ / /O~ .7p O~~p OSII XOB '0'd 133x15 HLS 3 lZf a33NMJN3 Aiq "3'd 'aa3d5 'd N3Hd3LS ~'1 A8 NOISN3a 31V0 V N:NAa31Nl anO1N00 6002 a3lNN1 31V0 M03 ~AB;03NOIS30 S~JnO/, rjl ~~~r~ S~7~ONb' 1t1Od dO .(1 /.~ ONISSOt1O 2/91 b'M 193b~1 S .( 009 did O' / /-7 O Y / SNaOM Oflend N T _ ~ U ~_ ~ ~ .. ~ ~dd11 7 ~ C~ Gl ~ N ~ o ~ ~~~~~o~~~~ ~~R ~3 4 " ~: q, ~ a z z ~ ~ ~ z ~z' ~' z i i `*' ~ 2' m o i V~~S ~1= ~Sa®lo Io®~¢~ o ~ N N 1 ~~ .~ / ~ _ I ~noed 3~s ' OO+SZ b'1S ~NI~ HOl`dW - ~ ~ ~. ~ - -- ---SS ASS SS SS SS- g ? I `~ ~t ~ ``~ -_- z ~~ ~~ i io ~~ ~ ~~~ r - ~~ - ~ ~ ~ zs o I >^ $ W~ I ~ ~< o ~ __~ ~ y4~~ o ~ C ZS ~'~ n 7^~~ x o ~~ ~~~ ~~b ~ ~~ m ~~ a o x a ~~ ~~$ ~ Gm ~~ , ~~ to ~ ~ ~~S ~ ~I~• x~+ ~~ co°z In >~j ~ io N WW 4] S ~ ~i ~ s O ~p~ ~ lpW-ZN ~~F U' /~~j S~~ ~~lal .- ~ ~ .~ (1' W ~6 1.1 a - ~~z ~ FFK6 ~~Vg~I Z~Z - ~~~ T ~"'~~N Z~ - 1111 ~8v • ~r ~Z ~>~ Illl m U ~. .Z d ~~ ~U ~ ~ Q GT"-~- ~ D ~ .Ti ~ C1 ~ SI OD ~ I ~ K gg ``~~ U a ._. zo cl J~~g• x ~ ~ ~ o //~ c3 0 ~clo ~~~ xr~LS ? ~a ~~? 8z ~ ~~~~'i ~~o ~ ~ ~~~ ~S~ g 8~ ~ ~ ~ ~~ x _~~ ~ ~> ~ W A ~>~a LS 1111 Illl ~ _ _ ~i Z 111 10 .Z ~ ~ I~ > ' `h ^~ >a I~ .Z A ~ _.. m y - V O j j Q i <~ c41 5 r o - - ~- ~~ 1~ 1 i 1 I I I ,I , N > ~ ~~~ J C'}j 1 • Z > N CN CV j 6 ~ U ~ ~ ~ ~ ~ K 6 ~ ~ N_ N Q ~ m ___ ~~~ZpZ? ~3 ~jY m ~ a~o S W C p S U N ~ ~ I~ ~ _,_ I_ I~ b~}v0 vo~ ~ I~ ~VN ~ai~ M0~~8 3~S 00+5Z y1S ~NI~ HOldW ~ + l 1190-LS9 (09f) ~3NOHd tjC tl N ~31roN 'f0ad Y~ [J'(y'(''(J'_J,ZY -OOO -C Z9f86 'NOlONIHSYM 'S3130NY la0d 0~ 35Y8-Z. 3WVN3ll3 'OM Y `/ -7~7 0 V N ~,l 3'N S 'A 8002 AYN 3LY0 ~-~ N 10~a J/O / /O~ ~OO~JO a33NYJN3 Alp '3'd 1at13dS 'd N3Hd315 Y C AB Nosu3a 31Y0 Y N rnAa3lNi af101NO0 BOOZ a31Nw YO M~3 ~AB 03tg1530 Sb/~IOH 8~ 77b',~ S~7~,~Nb' l Z/Od ~O .(1 /,~ S310N ONb' S7/1~1~0 G'I31 b'M sNaoM ~nene 0 ~~ o~ ~~ ~~ ~~ a ~~~~ a ~~~ y U x m V ~~ m ~\\'`,~ m ts/mxl W b°, i ~ ~9 3 a e a i ~ ~ S~S ~N S ~8 hh 1~ 2 h ~~ ~W~ QW~ V O m s Q 0 v Q ,~ K ~~ ~~~ ~~p~ ~~< 3~`}~ ~~ffi$ Q~ , ~~~ ~N~ ~~~ ~s ~~ ~ C ~ ~ ~ ~ ~ t ~ YS ~~~~ ~~ ~ ~ ~~ ~~ ~~~~ ~a ~~~ ~ 3 r~'~~8~ ~~~~ ~~ a~ ~~ ~~ ~~ ~~~ ~~$i~ ~ ~7 i ~o a ~~s S ~~~ `~ ~ ~ ~~ ~~ ~~~ ~7FjyR ~ ~~15~ ~~ ~ k~8~~~~~ ~y< ~ ~~~~~~~~3~~ ~~~~~~~~~~~~~ N A Y rl d r d ~ h ~~ a; N ~; a ~~ LSIb'I(l \ S ', Q ~~ I t Q O 8 ~~ = 9f V ~ W 2 SJN(LL!! ~ 77r W ~ o ffi ~ Nqq2 2F N i ;~ ~ ~~ J~~ 2 ~~o ~ ~~~ ~ ~a I~ I ,a ~h ^ ~~ \ o ~ \VI ~c s ~~ ~~~ ~ ~ ~ ~~~ ~ ~ ~ ~~~ m , ~~a ~ ~ ~~ i ~ ~ Z ~~ , ~, ~~~ ~I ~~' ~~~ ~ ~~~ ~ ~ =a ~~ ~~~ ~~~ old Z ~ N N z v ~~ ~~ ~~ ~ o z o ~LL ~ J ~~ U `~ ~g R ~'a Gj4 S ~~ ~O s m~ ?,~ z~ N ~~ o h5 ~ Fy ~~J S o ~ n on n °n 'o o ,~ (J5) Y3UY 9N/UY3B JKA0781SlWHL M/!/I/N/M' Q i b ~ 2 J 1 ~ ~ o ~ N~ 3 ~~ h >~ ~ ~~ ~ffi rn ~ ~~ H ~ W~ ~~ W~ ~O2 k~`~ 2 <11~~ac~ m g ~~ ~~$~~~~ ~~,.~~ ~ ~ „$ ~~7~0;tttt~ 4 ~'~~iY' ~~~~~~~ m 4~pb 22 ~~~~C~~ $ $7~0$ ~~~~~~~ o m' `~ ? ~N n ~b T ~~~ ~~ ~~~~ ~N ~~~ ~~~ ~~ ~' ` °a ~ ~ e ~ ~a p op~ 66 Q ~ ~~~~~~~~s ~S~W~~~~~ ~~o~ ~~~ l,~ ~i=~3f ~h 1~~ ~Nry H~ ~ ~ ~2'JJ~~~ ~~~~ ~~N ~ ~ ~~~~~ ~ ~ ~~~~~~ ~ $~i~~i~~ a~~~~ ~~ ~~ Ni~ ~ ~~ 2~~ ~ S ~ 30~ < < ~ 3~ 2 ~&~~~x~~~ ~Wg~~7~~3 ~~~~~a 0"83 ~ ~ ~ ~ ~ 8~}0Q u~ ~ ~ ~~ .a}- ~m n g ~ ~ ;~