Loading...
HomeMy WebLinkAbout4.648 Original ContractI For information regarding this project, contact: James Burke, City of Port Angeles 360- 417 -4809 PROJECT MANUAL for Retaining Wall 633 Park Avenue CITY OF PORT ANGELES WASHINGTON Spring 2010 GLENN A. CUTLER, P.E., DIRECTOR OF PUBLIC WORKS UTILITIES STEPHEN P. SPERR, P.F., DEPUTY DIRECTOR OF ENGINEERING SERVICES CONFORM COPY #1 I I I I I I I I I I I I I I I I I I I May 19, 2010 TO: Attn: Eden Excavating, Inc. 4065 Eden Valley Road Port Angeles, WA. 98363 Kevin Rodman CITY OF PORT ANGELES NOTICE OF AWARD PROJECT DESCRIPTION: Retaining Wall 633 Park Avenue The Owner has considered the bid submitted by you for the above described work in response to its Advertisement for Bids dated May 3, 2010. You are hereby notified that your bid has been accepted in the amount of 11,391.21, including the appropriate sales tax. You are required to execute the contract and furnish the required certificates of insurance within ten (10) calendar days from the date of this notice to you. If you fail to execute said contracts and to furnish said documents and insurance certificates within ten (10) days from the date of this Notice, said Owner will be entitled to consider all of your rights arising out of the Owner's acceptance of your bid as abandoned. The Owner will be entitled to such other rights as may be granted by law. cc: City Clerk You are required to return an acknowledged copy of this Notice of Award to the Owner. Dated this 19th day of May, 2010. ACCEPTANCE OF NOTICE BY CONTRACTOR Receipt of the above Notice of Award is hereby acknowledged this 25 day off 20 /d SIGNATURE Print Name: 1&1/2 /1 R Pa 122all Title: direel -vim' Please return signed original to the City of Port Angeles Public Works Utilities Department, attn James Burke, Assistant Civil Engineer I. N \PROJECTS\Retaining Wall- 633 Park Ave CITY OF PO', ANGELES By: Title: Deputy Director of Enaineerina Services 1 Sec No. 2 -02 7 -15 8 -01 8 -02 8 -27 8 -27 8 -02 PROJECT MANUAL Retaining Wall SCOPE OF WORK The project shall entail replacing a failed retaining wall with a Standard Keystone Retaining Wall System. Blocks shall be Keystone Standard Units, concrete gray. The Keystone Retaining Wall shall have two (2) tiers with a minimum three (3) foot planter strip. Work shall consist of removing and disposing of the existing failed retaining wall, preparing foundation soil, furnishing and installing leveling pad, placing 3/4" wash drain rock with geo -fabric as shown in the standard plans or per the Engineers direction. Native backfill may be used for backfill above the bedding. All material will be measured and paid for under the lump sum. Section 1 -09.9 of the 2010 Washington State Department of Transportation's Standard Specifications for Road, Bridge and Municipal Construction, and/or their Standard Plans still applies to this Project. The project site is located at 633 Park Avenue, Port Angeles, Washington on the north side of Park Avenue. Listed below are estimate quantities for work to be performed: Estimated Description of Item Quantity REMOVAL OF EXISTING RETAINING 1 L.S. WALL, INCL HAUL ADJUST WATER METER BOX INLET PROTECTION ROADSIDE RESTORATION MSE RETAINING WALL MSE RETAINING WALL BACKFILL TOPSOIL TYPE B 1 1 1 312 82 10 Units EACH EACH L.S. S.F. TONS C.Y. ADDITIVE NO. 1 —RETAINING WALL DESIGN W/ PEDESTRIAN RAILING 2 18 -100 I PEDESTRIAN RAILING I 52 I L.F. The latest edition of Washington State Department of Transportation's Standard Specifications for Road, Bridge and Municipal Construction, and/or their Standard Plans. In addition, see the attached Special Provisions and detail drawings for more information. ADDITIONAL REOUIREMENTS 1. The bid shall be submitted on the attached Bid Form and mailed or delivered to the Director of Public Works Utilities, City of Port Angeles, 321 East Fifth Street, P. O. Box 1150, Port Angeles, Washington 98362. Questions may be directed to James Burke, at 360 417 -4809. April 20, 2010 RETAINING WALL Small Works Project Manual Page 1 of 61 2. The most recently issued Washington State Prevailing Wage Rates for Clallam County, a copy of which is attached to this Project Manual, shall apply to this Contract. 3. The bid may be awarded to the lowest responsible bidder from the group of Small Works Roster contractors asked to bid on this work. If the bid is awarded, the attached Contract will then be signed, requiring the Contractor to meet the requirements in the Contract as well as the entire Project Manual. No bidder will be permitted to withdraw its bid between the closing time for receipt of bids and the execution of a Contract, unless the award is delayed for a period exceeding sixty (60) calendar days. 4. Bids shall be submitted no later than 2:00 pm on May 14, 2010. 5. Because this Contract is for an amount less than $35,000, a bid bond, performance and payment bond, and retainage will not be required for this work. However, the City shall have the right of recovery against the Contractor for any payments made on the Contractor's behalf. 6. The performance period for this work is 20 working days. Contractor is to mobilize and start work within 10 working days of Notice To Proceed. April 20, 2010 RETAINING WALL Small Works Project Manual Page 2 of 61 BID FORM RETAINING WALL BIDDER: vita! CXCa r/atirrta Inc The undersigned, hereinafter called the bidder, declares that the only person(s) interested in this bid are those named herein; that the bid is in all 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 site(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 description 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 Manual; 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 judgment 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. April 20, 2010 RETAINING WALL Small Works Project Manual Page 3 of 61 The bidder hereby bids the following lump sum amounts for all work (including mobilization, labor, equipment, time and materials) required to install all work and related appurtenances as required in the Scope of Work and attached specifications and drawings. Item No. Sec No. BID FORM RETAINING WALL Unit Price Extended Estimated (Figures) Amount Description of Item Quantity Units BASE BID RETAINING WALL 1 I 8 -27 I MSE RETAINING WALL I 1 I L.S. I$ I$ t 1, 39/, Z 1 Total Bid ADDITIVE NO. 1- RETAINING WALL WITH PEDESTRIAN RAILING 2 18 -100 I PEDESTRIAN RAILING I 52 I L.S. I I Z.9//.5 Total Base Bid Total Additive I /9, 30Z_7 The bidder hereby acknowledges that it has received Addenda No(s). (Enter "N /A" if none were issued) to this Project Manual. Telephone No.: (34.i) 1 /5 7 3 7.st2 Signed by: Title: /rector ca)ger Printed Name: AiG!/1 n Rodman Date: 5- IV 2 U /D Contractor Registration Number: o z 1 P7 UBI Number: Of 5"Z 023 April 20, 2010 RETAINING WALL Small Works Project Manual Page 4 of 61 By signing the Bid Form below, the bidder certifies that he is not disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065(3). The name of the bidder submitting this bid and its business phone number and address, to which address all communications concerned with this bid and with the contract shall be sent, are listed below. Bidder's firm name: ££ef jx( v -TM t' Complete address: S/0 (PS Widen 1/4-1/64/ Rd. !/'F Az4eks. 1/✓!- qg,3 9 (Street address) (State) (Zip) WA State Industrial Insurance Acct. No.: S qt, 790 0 WA State Employment Security Dept. No.: 052- 3 SD 0 D WA State Excise Tax Registration No.: 60/ 81Z 6 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 April 20, 2010 RETAINING WALL Small Works Project Manual Page 5 of 61 1 1 1 1 1. Scone of Work. PUBLIC WORKS CONTRACT This Contract is made and entered into in duplicate this 25 day of Mdm 2010 by and between the City of Port Angeles, a non charter code city of the State of Washipgton, hefeinafter referred to as "the City and &`Veil &kcctvafi11. a ao' f Corporation, 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: The Contractor shall do all work and furnish all tools, materials, and equipment in order to accomplish the following project: Retaining Wall in accordance with and as described in this Contract and the Project Manual, which include the attached plans and scope of work, 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 may be 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 and Liquidated Damages. a. 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 10 working days of Notice to Proceed, and said work shall be physically completed within 20 working days after commencing work, unless a different time frame is expressly provided in writing by the City. b. If said work is not completed within the time for physical completion, the Contractor may be required at the City's sole discretion to pay to the City liquidated damages of $100 for each and every day said work remains uncompleted after the expiration of the specified time. April 20, 2010 RETAINING WALL Small Works Project Manual Page 6 of 61 1 3. Compensation and Method of Payment. a. The City shall pay the Contractor for work performed under this Contract as detailed in the bid, at the completion of work and submission of a detailed invoice. b. Payments for any alterations in or additions to the work provided under this Contract shall be on a negotiated time and materials basis. 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. Prevailins? Wage Reauirements. The Contractor shall comply with applicable prevailing wage requirements of the Washington State Department of Labor Industries, as set forth in Chapter 39.12 RCW and Chapter 296 -127 WAC. The Contractor shall document compliance with said requirements 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. 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 suits, 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. April 20, 2010 RETAINING WALL Small Works Project Manual Page 7 of 61 I I I I 1 I I I I I 1 I I I I I I I I 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 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 Contractor shall procure and maintain for the duration of the Contract, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. Failure by the Contractor to maintain the insurance as required shall constitute a material breach of contract upon which the City may, after giving five working 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 City on demand, or at the sole discretion of the City, off set against funds due the Contractor from the City. a. Minimum Scope of Insurance The Contractor shall obtain insurance of the types described below: i. Automobile Liability insurance covering all owned, non owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. ii. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, stop gap liability, independent contractors, products completed operations, personal injury and advertising injury, and liability assumed under an insured contract. The Commercial General Liability insurance shall be endorsed to provide the Aggregate Per Project Endorsement ISO form CG 25 03 11 85. There shall be no endorsement or modification of the Commercial General Liability insurance for liability arising from explosion, collapse or underground property damage. The City shall be named as an insured under the Contractor's Commercial General Liability Apnl 20, 2010 RETAINING WALL Small Works Project Manual Page 8 of 61 insurance policy with respect to the work performed for the City using ISO Additional Insured endorsement CG 20 10 10 01 and Additional Insured- Completed Operations endorsement CG 20 37 10 01 or substitute endorsements providing equivalent coverage. iii. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. iv. Builders Risk insurance covering interests of the City, the Contractor, Subcontractors, and Sub contractors in the work. Builders Risk insurance shall be on a all -risk policy form and shall insure against the perils of fire and extended coverage and physical loss or damage including flood and earthquake, theft, vandalism, malicious mischief, collapse, temporary buildings and debris removal. This Builders Risk insurance covering the work will have a deductible of $5,000 for each occurrence, which will be the responsibility of the Contractor. Higher deductibles for floor and earthquake perils may be accepted by the City upon written request by the Contractor and written acceptance by the City. Any increased deductibles accepted by the City will remain the responsibility of the Contractor. The Builders Risk insurance shall be maintained until final acceptance of the work by the City. b. Minimum Amounts of Insurance The Contractor shall maintain the following insurance limits: i. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. ii. Commercial General Liability insurance shall be written with limits no less than $1,000,000 each occurrence, $1,000,000 general aggregate and a $1,000,000 products- completed operations aggregate limit iii. Builders Risk insurance shall be written in the amount of the completed value of the project with no coinsurance provisions. c. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability insurance. i. The Contractor's insurance coverage shall be primary insurance as respect to the City. Any insurance, self insurance, or insurance pool coverage maintained by the City shall be in excess of the Contractor's insurance and shall not contribute with it. ii. The Contractor's insurance shall not be cancelled or reduced as to April 20, 2010 RETAINING WALL Small Works Project Manual Page 9 of 61 1 1 coverage by either party, except after forty -five (45) days prior written notice by certified mail, return receipt requested, has been given to the City. d. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. e. Verification of Coverage The Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the Automobile Liability and Commercial General Liability insurance of the Contractor before commencement of the work. Before any exposure to loss may occur, the Contractor shall file with the City a copy of the Builders Risk insurance policy that includes all applicable conditions, exclusions, definitions, terms and endorsements related to this project. f. Contractor's Insurance For Other Losses The Contractor shall assume full responsibility for all loss or damage from any cause whatsoever to any tools, Contractor's employee owned tools, machinery, equipment, or motor vehicles owned or rented by the Contractor, or the Contractor's agents, suppliers or contractors as well as to any temporary structures, scaffolding and protective fences. g. Waiver of Subrogation The Contractor and the City waive all rights against each other, any of their Subcontractors, Subcontractors, agents and employees, each of the other, for damages caused by fire or other perils to the extent covered by Builders Risk insurance or other property insurance obtain pursuant to the Insurance Requirements Section of this Contract or other property insurance applicable to the work. The policies shall provide such waivers by endorsement or otherwise. 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 may be required for the performance of the work. c. The Contractor shall comply with all legal and permitting requirements as set April 20, 2010 RETAINING WALL Small Works Project Manual Page 10 of 61 1 9. Non discrimination. 10. Assiomnent. forth in the Project Manual. The parties shall conduct their business in a manner which assures fair, equal and nondiscriminatory treatment of all persons, without respect to race, creed, color, sex, Vietnam era veteran status, disabled veteran condition, physical or mental handicap, or national origin, and, in particular: a. The parties will maintain open hiring and employment practices and will welcome applications for employment in all positions from qualified individuals who are members of the above stated minorities. b. The parties will comply strictly with all requirements of applicable federal, state or local laws or regulations issued pursuant thereto, relating to the establishment of nondiscriminatory requirements in hiring and employment practices and assuring the service of all patrons and customers without discrimination with respect to the above stated minority status. 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. 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 fa✓ia H. 7odrncv, on behalf of the Contractor and by James Burke. Assistant Civil Engineer I on behalf of the City. Any written notices required by the terms of this Contract shall be served or mailed to the following addresses: April 20, 2010 RETAINING WALL Small Works Project Manual Page 11 of 61 Contractor: City: Ed eve L `Xea vafi .rnc ot s 1/4" ley Port e/rs vi/%L 3,63 CONTRACTOR: By: Title: ,D% retjv- 12. Interpretation and Venue. &den ExCa vailfi, „1" iq e Name of Contractor By: Attest: City of Port Angeles P.O. Box 1150 321 East Fifth Street Port Angeles, WA 98362 -0217 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. CITY OF PORT ANGELES: City Mana:e (M ayor if >$25K) Ap oved as t. 'orm: City Attorney April 20, 2010 RETAINING WALL Small Works Project Manual Page 12 of 61 SPECIAL PROVISIONS The following Special Provisions are made a part of this contract and supersede any conflicting provisions of the 2010 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, Region, Bridges and 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 Contracting Agency General 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: Regions' 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 Project Specific Special Provisions normally appear only in the contract for which they 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, 2010 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 April 20, 2010 RETAINING WALL Small Works Project Manual Page 13 of 61 Special Provisions, all of which are made a part of the Contract Documents, shall govern all of the Work. These Special Provisions are made up of both General Special Provisions (GSPs) from various sources, which may have project specific fill -ins; and project specific Special Provisions. Each Provision either supplements, modifies, or replaces the comparable Standard Specification, or is a new Provision. The deletion, amendment, alteration, or addition to any subsection or portion of the Standard Specifications is meant to pertain only to that particular portion of the section, and in no way should it be interpreted that the balance of the section does not apply. The project- specific Special Provisions are not labeled as such. The GSPs are labeled under the headers of each GSP, with the date of the GSP and its source, as follows: "(May 18, 2007 APWA GSP) "(August 7, 2006) WSDOT GSP Also incorporated into the Contract Documents by reference are: Manual on Uniform Traffic Control Devices for Streets and Highways, currently adopted edition, with Washington State modifications, if any Standard Plans for Road, Bridge and Municipal Construction, WSDOT /APWA, current edition City of Port Angeles' Urban Services Standards and Guidelines, current edition Contractor shall obtain copies of these publications, at Contractor's own expense. April 20, 2010 RETAINING WALL Small Works Project Manual Page 14 of 61 I I I I I I 1 I I I 1 I I I I t I I I DESCRIPTION OF WORK DIVISION 1 GENERAL REQUIREMENTS (March 13, 1995) This contract provides for the improvement of roadway surface, sidewalk and other work, all in accordance with the attached Contract Plans, these Contract Provisions, and the Standard Specifications. 1 -01.3 Definitions (September 12, 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. 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. April 20, 2010 RETAINING WALL Small Works Project Manual Page 15 of 61 Dates Bid Opening Date The date on which the Contracting Agency publicly opens and reads the bids. Award Date The date of the formal decision of the Contracting Agency to accept the lowest responsible and responsive bidder for the work. Contract Execution Date The date the Contracting Agency officially binds the agency to the contract. Notice to Proceed Date The date stated in the Notice to Proceed on which the contract time begins Substantial Completion Date The day the Engineer determines the Contracting Agency has full and unrestricted use and benefit of the facilities, both from the operational and safety standpoint, 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. April 20, 2010 RETAINING WALL Small Works Project Manual Page 16 of 61 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 (March 25, 2009 APWA GSP) Bidders must meet the minimum qualifications of RCW 39.04.350(1), as amended: "Before award of a public works contract, a bidder must meet the following responsibility criteria to be considered a responsible bidder and qualified to be awarded a public works project. The bidder must: (a) At the time of bid submittal, have a certificate of registration in compliance with chapter 18.27 RCW; (b) Have a current state unified business identifier number; (c) If applicable, have industrial insurance coverage for the bidder's employees working in Washington as required in Title 51 RCW; an employment security department number as required in Title 50 RCW; and a state excise tax registration number as required in Title 82 RCW; and (d) Not be disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065(3)." 1 -02.2 Plans and Specifications (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: To Prime Contractor Reduced plans (11" x 17 and Contract Provisions Large plans (e.g., 22" x 34 and Contract Provisions No. of Sets Basis of Distribution 2 Furnished automatically upon award. 2 Furnished only upon request. April 20, 2010 RETAINING WALL Small Works Project Manual Page 17 of 61 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 1, 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. 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. April 20, 2010 RETAINING WALL Small Works Project Manual Page 18 of 61 1 -02.7 Bid Deposit (October 1, 2005 APWA GSP) Supplement this section with the following: attorney. Bid bonds shall contain the following: 1. Contracting Agency assigned number for the project; 2. Name of the project; 3. The Contracting Agency named as obligee; 4. The amount of the bid bond stated either as a dollar figure or as a percentage which represents five percent of the maximum bid amount that could be awarded; 5. Signature of the bidder's officer empowered to sign official statements. The signature of the person authorized to submit the bid should agree with the signature on the bond, and the title of the person must accompany the said signature; 6. The signature of the surety's officer empowered to sign the bond and the power of 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 envelone. with the Proiect Name and Proiect Number as stated in the Advertisement for Bids clearly marked on the outside of the envelone. or as otherwise stated in the Bid Documents, to ensure proper handling and delivery. 1 -02.13 Irregular Proposals (March 25, 2009 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; April 20, 2010 RETAINING WALL Small Works Project Manual Page 19 of 61 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; i. The Bid Proposal does not constitute a definite and unqualified offer to meet the material terms of the Bid invitation; or j. More than one proposal is submitted for the same project from a Bidder under the same or different names. 1 -02.14 Disqualification of Bidders (September 12, 2007 APWA GSP) Revise this section to read: 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: 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 aualified for the work or to the full extent of the bid, or to the extent that the bid exceeds the authorized preaualification amount as may have been determined by a preaualification of the bidder: d. An unsatisfactory performance record exists based on past or current Contracting Agency work or for work done for others. as judged from the standpoint of conduct of the work: workmanship: 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. April 20, 2010 RETAINING WALL Small Works Project Manual Page 20 of 61 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: Conies of the Contract Provisions, includinu the unsiuned Form of Contract, will be available for sil?nature by the successful bidder on the first business day following award. The number of conies 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 signed Contracting Agency prepared contract, an insurance certification as required by Section 1- 07.18, and a satisfactory bond as required by law and Section 1 -03.4. Before execution of the contract by the Contracting Agency, the successful bidder shall provide any pre -award information the Contracting Agency may require under Section 1- 02.15. Until the Contracting Agency executes a contract, no proposal shall bind the Contracting Agency nor shall any work begin within the project limits or within Contracting Agency- furnished sites. The Contractor shall bear all risks for any work begun outside such areas and for any materials ordered before the contract is executed by the Contracting Agency. If the bidder experiences circumstances beyond their control that prevents return of the contract documents within 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. April 20, 2010 RETAINING WALL Small Works Project Manual Page 21 of 61 I 1 -03.4 Contract Bond (October 1, 2005 APWA GSP) Revise the first paragraph to read: The successful bidder shall provide an executed contract bond for the full contract amount. This contract bond shall: 1. Be on a Contracting Agency furnished form; 2. Be signed by an approved surety (or sureties) that: a. Is registered with the Washington State Insurance Commissioner, and b. Appears on the current Authorized Insurance List in the State of Washington published by the Office of the Insurance Commissioner, 3. Be conditioned upon the faithful performance of the contract by the Contractor within the prescribed time; 4. Guarantee that the surety shall indemnify, defend, and protect the Contracting Agency against any claim of direct or indirect loss resulting from the failure: a. Of the Contractor (or any of the employees, subcontractors, or lower tier subcontractors of the Contractor) to faithfully perform the contract, or b. Of the Contractor (or the subcontractors or lower tier subcontractors of the Contractor) to pay all laborers, mechanics, subcontractors, lower tier subcontractors, 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 1, 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. April 20, 2010 RETAINING WALL Small Works Project Manual Page 22 of 61 7. Contractine A>?encv's Standard Plans (if anv), and 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 1, 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 vertical, 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) April 20, 2010 RETAINING WALL Small Works Project Manual Page 23 of 61 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. 1 -05.7 Removal of Defective and Unauthorized Work (October 1, 2005 APWA GSP) Supplement this section with the following: If the Contractor fails to remedy defective or unauthorized work within the time specified in a written notice from the Engineer, or fails to perform any part of the work required by the Contract Documents, the Engineer may correct and remedy such work as may be identified in the written notice, with Contracting Agency forces or by such other means as the Contracting Agency may deem necessary. If the Contractor fails to comply with a written order to remedy what the Engineer determines to be an emergency situation, the Engineer may have the defective and unauthorized work corrected immediately, have the rejected work removed and replaced, or have work the Contractor refuses to perform completed by using Contracting Agency or other forces. An emergency situation is any situation when, in the opinion of the Engineer, a delay in its remedy could be potentially unsafe, or might cause serious risk of loss or damage to the public. Direct or indirect costs incurred by the Contracting Agency attributable to correcting and remedying defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment will be deducted by the Engineer from monies due, or to become due, the Contractor. Such direct and indirect costs shall include in particular, but without limitation, compensation for additional professional services required, and costs for repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of the Contractor's unauthorized work. No adjustment in contract time or compensation will be allowed because of the delay in the performance of the work attributable to the exercise of the Contracting Agency's rights provided by this Section. The rights exercised under the provisions of this section shall not diminish the Contracting Agency's right to pursue any other avenue for additional remedy or damages with respect to the Contractor's failure to perform the work as required. April 20, 2010 RETAINING WALL Small Works Project Manual Page 24 of 61 I 1 I I I I I I I 1 1 1 1 1 1 1 1 I I 1 -05.11 Final Inspection Delete this section and replace it with the following: 1 -05.11 Final Inspections and Operational Testing (October 1, 2005 APWA GSP) 1- 05.11(1) Substantial Completion Date When the Contractor considers the work to be substantially complete, the Contractor shall so notify the Engineer and request the Engineer establish the Substantial Completion Date. The Contractor's request shall list the specific items of work that remain to be completed in order to reach physical completion. The Engineer will schedule an inspection of the work with the Contractor to determine the status of completion. The Engineer may also establish the Substantial Completion Date unilaterally. If, after this inspection, the Engineer concurs with the Contractor that the work is substantially complete and ready for its intended use, the Engineer, by written notice to the Contractor, will set the Substantial Completion Date. If, after this inspection the Engineer does not consider the work substantially complete and ready for its intended use, the Engineer will, by written notice, so notify the Contractor giving the reasons therefor. Upon receipt of written notice concurring in or denying substantial completion, whichever is applicable, the Contractor shall pursue vigorously, diligently and without unauthorized interruption, the work necessary to reach Substantial and Physical Completion. The Contractor shall provide the Engineer with a revised schedule indicating when the Contractor expects to reach substantial and physical completion of the work. The above process shall be repeated until the Engineer establishes the Substantial Completion Date and the Contractor considers the work physically complete and ready for final inspection. 1- 05.11(2) Final Inspection and Physical Completion Date When the Contractor considers the work physically complete and ready for final inspection, the Contractor by written notice, shall request the Engineer to schedule a final inspection. The Engineer will set a date for final inspection. The Engineer and the Contractor will then make a final inspection and the Engineer will notify the Contractor in writing of all particulars in which the final inspection reveals the work incomplete or unacceptable. The Contractor shall immediately take such corrective measures as are necessary to remedy the listed deficiencies. Corrective work shall be pursued vigorously, diligently, and without interruption until physical completion of the listed deficiencies. This process will continue until the Engineer is satisfied the listed deficiencies have been corrected. If action to correct the listed deficiencies is not initiated within 7 days after receipt of the written notice listing the deficiencies, the Engineer may, upon written notice to the April 20, 2010 RETAINING WALL Small Works Project Manual Page 25 of 61 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 (March 25, 2009 APWA GSP) Revise the seventh paragraph to read: Whenever the Contracting Agency evaluates the Contractor's aualifications pursuant to Section 1- 02.14. it will take these performance reports into account. April 20, 2010 RETAINING WALL Small Works Project Manual Page 26 of 61 1 -05.15 Method of Serving Notices (March 25, 2009 APWA GSP) Revise the second paragraph to read: All correspondence from the Contractor shall be directed to the Project Engineer. All correspondence from the Contractor constituting any notification, notice of protest. notice of dispute, or other correspondence constituting notification required to be furnished under the Contract, must be in paper format, hand delivered or sent via mail delivery service to the Project Engineer's office. Electronic conies such as e -mails or electronically delivered copies of correspondence will not constitute such notice and will not comply with the requirements of the Contract. Add the following new section: 1 -05.16 Water and Power (October 1, 2005 APWA GSP) The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the work, unless the contract includes power and water as a pay item. 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. LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1 -07.1 Laws to be Observed (October 1, 2005 APWA GSP) Supplement this section with the following: In cases of conflict between different safety regulations, the more stringent regulation shall apply. April 20, 2010 RETAINING WALL Small Works Project Manual Page 27 of 61 The Washington State Department of Labor and Industries shall be the sole and paramount administrative agency responsible for the administration of the provisions of the Washington Industrial Safety and Health Act of 1973 (WISHA). The Contractor shall maintain at the project site office, or other well known place at the project site, all articles necessary for providing first aid to the injured. The Contractor shall establish, publish, and make known to all employees, procedures for ensuring immediate removal to a hospital, or doctor's care, persons, including employees, who may have been injured on the project site. Employees should not be permitted to work on the project site before the Contractor has established and made known procedures for removal of injured persons to a hospital or a doctor's care. The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of the Contractor's plant, appliances, and methods, and for any damage or injury resulting from their failure, or improper maintenance, use, or operation. The Contractor shall be solely and completely responsible for the conditions of the project site, including safety for all persons and property in the performance of the work. This requirement shall apply continuously, and not be limited to normal working hours. The required or implied duty of the Engineer to conduct construction review of the Contractor's performance does not, and shall not, be intended to include review and adequacy of the Contractor's safety measures in, on, or near the project site. 1 -07.2 State 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 1, 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 deduct from its payments to the Contractor any amount the Contractor may owe the Washington State April 20, 2010 RETAINING WALL Small Works Project Manual Page 28 of 61 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 sales tax on the full contract price. The Contracting Agency will automatically add this sales tax to each payment to the Contractor. For this reason, the Contractor shall not include the retail sales tax in the unit bid item prices, or in any other contract amount subject to Rule 170, with the following exception. Exception: The Contracting Agency will not add in sales tax for a payment the Contractor or a subcontractor makes on the purchase or rental of tools, machinery, equipment, or consumable supplies not integrated into the project. Such sales taxes shall be included in the unit bid item prices or in any other contract amount. 1- 07.2(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: April 20, 2010 RETAINING WALL Small Works Project Manual Page 29 of 61 (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 No. 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 occupation descriptions, specific or general, must be considered and compared with corresponding State wage rates. The higher wage rate, either State or Federal, becomes the minimum wage rate for the work performed in that occupation. Apnl 20, 2010 RETAINING WALL Small Works Project Manual Page 30 of 61 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 httn: /www.wdol.2ov /docs /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 Eaual Employment Opportunity (Executive Order 11246) 1. The Contractor's attention is called to the Equal Opportunity Clause and the Standard Federal Equal Employment Opportunity Construction Contract Specifications set forth herein. 2. The goals and timetables for minority and female participation set by the Office of Federal Contract Compliance Programs, expressed in percentage terms for the Contractor's aggregate work force in each construction craft and in each trade on all construction work in the covered area, are as follows: Women Statewide Timetable Goal Until further notice 6.9% Minorities by Standard Metropolitan Statistical Area (SMSA) April 20, 2010 RETAINING WALL Small Works Project Manual Page 31 of 61 1 Spokane, WA: SMSA Counties: Spokane, WA 2.8 WA Spokane. Non -SMSA Counties 3.0 WA Adams; WA Asotin; WA Columbia; WA Ferry; WA Garfield; WA Lincoln, WA Pend Oreille; WA Stevens; WA Whitman. Richland, WA SMSA Counties: Richland Kennewick, WA WA Benton; WA Franklin. Non -SMSA Counties WA Walla Walla. 5.4 3.6 Yakima, WA: SMSA Counties: Yakima, WA 9.7 WA Yakima. Non -SMSA Counties 7.2 WA Chelan; WA Douglas; WA Grant; WA Kittitas; WA Okanogan. Seattle, WA: SMSA Counties: Seattle Everett, WA 7.2 WA King; WA Snohomish. Tacoma, WA 6.2 WA Pierce. Non -SMSA Counties 6.1 WA Clallam; WA Grays Harbor; WA Island; WA Jefferson; WA Kitsap; WA Lewis; WA Mason; WA Pacific; WA San Juan; WA Skagit; WA Thurston; WA Whatcom. Portland, OR: SMSA Counties: Portland, OR -WA 4.5 WA Clark. Non -SMSA Counties 3.8 WA Cowlitz; WA Klickitat; WA Skamania; WA Wahkiakum. These goals are applicable to each nonexempt Contractor's total on -site construction workforce, regardless of whether or not part of that workforce is performing work on a Federal, or federally assisted project, contract, or subcontract until further notice. Compliance with these goals and time tables is enforced by the Office of Federal Contract compliance Programs. April 20, 2010 RETAINING WALL Small Works Project Manual Page 32 of 61 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. 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 Depaitinent of Labor, or any person to whom the Director delegates authority; c. Employer Identification Number means the Federal Social Security number used on the Employer's Quarterly Federal Tax Return, U. S. Treasury Department Form 941; d. Minority includes: (1) Black, a person having origins in any of the Black Racial Groups of Africa. April 20, 2010 RETAINING WALL Small Works Project Manual Page 33 of 61 (2) Hispanic, a fluent Spanish speaking, Spanish surnamed person of Mexican, Puerto Rican, Cuban, Central American, South American, or other Spanish origin. (3) Asian or Pacific Islander, a person having origins in any of the original peoples of the Pacific rim or the Pacific Islands, the Hawaiian Islands and Samoa. (4) American Indian or Alaskan Native, a person having origins in any of the original peoples of North America, and who maintain cultural identification through tribal affiliation or community recognition. 2. Whenever the Contractor, or any Subcontractor at any tier, subcontracts a portion of the work involving any construction trade, it shall physically include in each subcontract in excess of $10,000 the provisions of these specifications and the Notice which contains the applicable goals for minority and female participation and which is set forth in the solicitations from which this contract resulted. 3. If the Contractor is participating (pursuant to 41 CFR 60 -4.5) in a Hometown Plan approved by the U.S. Department of Labor in the covered area either individually or through an association, its affirmative action obligations on all work in the Plan area (including goals and timetables) shall be in accordance with that Plan for those trades which have unions participating in the Plan. Contractors must be able to demonstrate their participation in and compliance with the provisions of any such Hometown Plan. Each Contractor or Subcontractor participating in an approved Plan is individually required to comply with its obligations under the EEO clause, and to make a good faith effort to achieve each goal under the Plan in each trade in which it has employees. The overall good faith performance by other Contractors or Subcontractors toward a goal in an approved Plan does not excuse any covered Contractor's or Subcontractor's failure to take good faith effort to achieve the Plan goals and timetables. 4. The Contractor shall implement the specific affirmative action standards provided in paragraphs 7a through 7p of this Special Provision. The goals set forth in the solicitation from which this contract resulted are expressed as percentages of the total hours of employment and training of minority and female utilization the Contractor should reasonably be able to achieve in each construction trade in which it has employees in the covered area. Covered construction contractors performing construction work in geographical areas where they do not have a Federal or federally assisted construction contract shall apply the minority and female goals established for the geographical area where the work is being performed. The Contractor is expected to make substantially uniform progress in meeting its goals in each craft during the period specified. 5. Neither the provisions of any collective bargaining agreement, nor the failure by a union with whom the Contractor has a collective bargaining agreement, to refer either April 20, 2010 RETAINING WALL Small Works Project Manual Page 34 of 61 minorities or women shall excuse the Contractor's obligations under these specifications, Executive Order 11246, or the regulations promulgated pursuant thereto. 6. In order for the nonworking training hours of apprentices and trainees to be counted in meeting the goals, such apprentices and trainees must be employed by the Contractor during the training period, and the Contractor must have made a commitment to employ the apprentices and trainees at the completion of their training, subject to the availability of employment opportunities. Trainees must be trained pursuant to training programs approved by the U.S. Department of Labor. 7. The Contractor shall take specific affirmative actions to ensure equal employment opportunity. The evaluation of the Contractor's compliance with these specifications shall be based upon its effort to achieve maximum results from its action. The Contractor shall document these efforts fully, and shall implement affirmative action steps at least as extensive as the following: a. Ensure and maintain a working environment free of harassment, intimidation, and coercion at all sites, and in all facilities at which the Contractor's employees are assigned to work. The Contractor, where possible, will assign two or more women to each construction project. The Contractor shall specifically ensure that all foremen, superintendents, and other on -site supervisory personnel are aware of and carry out the Contractor's obligation to maintain such a working environment, with specific attention to minority or female individuals working at such sites or in such facilities. b. Establish and maintain a current list of minority and female recruitment sources, provide written notification to minority and female recruitment sources and to community organizations when the Contractor or its unions have employment opportunities available, and maintain a record of the organizations' responses. c. Maintain a current file of the names, addresses and telephone numbers of each minority and female off -the- street applicant and minority or female referral from a union, a recruitment source or community organization and 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. April 20, 2010 RETAINING WALL Small Works Project Manual Page 35 of 61 e. Develop on-the-job training opportunity and /or participate in training programs for the area which expressly include minorities and women, including upgrading programs and apprenticeship and trainee programs relevant to the Contractor's employment needs, especially those programs funded or approved by the U.S. Department of Labor. The Contractor shall provide notice of these programs to the sources compiled under 7b above. f. Disseminate the Contractor's EEO policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting the Contractor in meeting its EEO obligations; by including it in any policy manual and collective bargaining agreement; by publicizing it in the company newspaper, annual report, etc.; by specific review of the policy with all management personnel and with all minority and female employees at least once a year; and by posting the company EEO policy on bulletin boards accessible to all employees at each location where construction work is performed. g. J. 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. 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. April 20, 2010 RETAINING WALL Small Works Project Manual Page 36 of 61 k. Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR Part 60 -3. 1. Conduct, at least annually, an inventory and evaluation of all minority and female personnel for promotional opportunities and encourage these employees to seek or to prepare for, through appropriate training, etc., such opportunities. m. Ensure that seniority practices, job classifications, work assignments and other personnel practices, do not have a discriminatory effect by continually monitoring all personnel and employment related activities to ensure that the EEO policy and the Contractor's obligations under these specifications are being carried out. n. Ensure that all facilities and company activities are nonsegregated except that separate or single -user toilet and necessary changing facilities shall be provided to assure privacy between the sexes. o. Document and maintain a record of all solicitations of offers for subcontracts from minority and female construction contractors and suppliers, including circulation of solicitations to minority and female contractor associations and other business associations. p. Conduct a review, at least annually, of all supervisors' adherence to and performance under the Contractor's EEO policies and affirmative action obligations. 8. Contractors are encouraged to participate in voluntary associations which assist in fulfilling one or more of their affirmative action obligations (7a through 7p). The efforts of a contractor association, joint contractor union, contractor community, or other similar group of which the Contractor is a member and participant, may be asserted as fulfilling any one or more of the obligations under 7a through 7p of this Special Provision provided that the Contractor actively participates in the group, makes every effort to assure that the group has a positive impact on the employment of minorities and women in the industry, ensure that the concrete benefits of the program are reflected in the Contractor's minority and female work -force participation, makes a good faith effort to meet its individual goals and timetables, and can provide access to documentation which demonstrate the effectiveness of actions taken on behalf of the Contractor. The obligation to comply, however, is the Contractor's and failure of such a group to fulfill an obligation shall not be a defense for the Contractor's noncompliance. 9. A single goal for minorities and a separate single goal for women have been established. The Contractor, however, is required to provide equal employment opportunity and to take affirmative action for all minority groups, both male and female, and all women, both minority and non minority. Consequently, the Contractor may be in violation of the Executive Order if a particular group is employed in April 20, 2010 RETAINING WALL Small Works Project Manual Page 37 of 61 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 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). Public Convenience And Safety Construction Under Traffic Section 1- 07.23(1) is supplemented with the following: April 20, 2010 RETAINING WALL Small Works Project Manual Page 38 of 61 (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. During actual hours of work, unless protected as described above, only materials absolutely necessary to construction shall be within the WZCZ and only construction vehicles absolutely necessary to construction shall be allowed within the WZCZ or allowed to stop or park on the shoulder of the roadway. The Contractor's nonessential vehicles and employees private vehicles shall not be permitted to park within the WZCZ at any time unless protected as described above. Deviation from the above requirements shall not occur unless the Contractor has requested the deviation in writing and the Engineer has provided written approval. Minimum WZCZ distances are measured from the edge of traveled way and will be determined as follows: Traveled Wa' (Feet)' 35 mph or less 10* 40 mph I 15 45 to 55 mph I 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: $$1$$ April 20, 2010 RETAINING WALL Small Works Project Manual Page 39 of 61 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. Construction and Maintenance of Detours (December 1, 2008) Section 1- 07.23(2) is supplemented with the following: Pedestrian Control and Protection If no alternative is proposed within the contract plans, all existing pedestrian routes and access points within the project limits, including sidewalks and crosswalks, shall remain open and clear at all times. The Contractor may propose Traffic Control Plans (TCP's) that comply with the MUTCD, ADA requirements, and these Specifications. Contractor proposed TCP's detailing the alternative accessible pedestrian route shall be approved by the Engineer prior to implementation. The plans will either be returned for correction, approved as noted, or approved for use by the end of a 10 -day review period. Each time the plan is returned for correction, an additional 10 -day review period may be necessary. When the Engineer allows work areas to encroach upon a sidewalk or crosswalk area, and minimum clear width of 48- inches cannot be maintained for pedestrian use, an alternative accessible pedestrian route shall be provided. Separation of pedestrians from the work area and vehicular traffic is required. Protective barricades, fencing, and bridges, together with warning and guidance devices and signs, shall be utilized so that the passageway for pedestrians is safe, well defined and accessible. Whenever pedestrian walkways are provided across excavations, they shall be provided with suitable handrails. Foot bridges shall be safe, strong, and free of bounce and sway, have a slip resistant coating, and be free of cracks, holes and irregularities that could cause tripping. Ramps, with a maximum slope of 8.3 shall be provided at the entrance and exit of all raised footbridges. The maximum cross slope shall be 2.0 When the existing facility is illuminated or TCP's requires illumination, illumination shall be provided during the hours of darkness. Retroreflective delineation shall be provided during hours of darkness. Where accessible pedestrian routes are allowed to be closed by the Engineer during construction, an alternate accessible pedestrian route shall be provided that complies with the MUTCD, ADA requirements and these Specifications. The alternate accessible pedestrian route shall not have abrupt changes in grade or terrain. Barriers and channelizing devices shall be detectable to pedestrians who have visual disabilities. Where it is necessary to divert pedestrians into the roadway, barricading or channelizing devices shall be provided to separate the pedestrian route from the April 20, 2010 RETAINING WALL Small Works Project Manual Page 40 of 61 adjacent vehicular traffic lane. Barricading or channelizing devices used to separate pedestrian and vehicular traffic shall be crashworthy and, when struck by vehicles, present a minimum threat to pedestrians, workers, and occupants of impacting vehicles. At no time shall pedestrians be diverted into a portion of the street used concurrently by moving vehicular traffic. In addition the Traffic Control Plan shall address the following: All pedestrians, including persons with disabilities, shall be provided with a safe and accessible route. The width of the existing pedestrian facility shall be maintained if possible. When it is not possible to maintain a minimum width of 60- inches throughout the entire length of the pedestrian route, a minimum width of 48- inches shall be provided with 60 -inch x 60 -inch passing zones spaced at maximum intervals of 200 -feet to allow individuals in wheelchairs to pass. Traffic control devices and other construction materials and features shall not intrude into the usable width of the sidewalk, alternate accessible pedestrian route, or other pedestrian facility. Signs and other devices mounted lower than 84- inches above the temporary accessible pedestrian route shall not project more than 4- inches into the accessible pedestrian route. A smooth, continuous hard surface shall be provided throughout the entire length and width of the pedestrian route throughout construction. There shall be no curbs or vertical elevation changes greater than 1/2-inch in grade or terrain that could cause tripping or be a barrier to wheelchair use. Vertical elevation differences between 1/4-inch and 1/2-inch shall be beveled at a maximum 2:1 slope. When channelization is used to delineate a pedestrian pathway, a continuous detectable edging shall be provided throughout the length of the facility such that pedestrians using a cane can follow it. Edging shall protrude at least 6- inches above the surface of the sidewalk or pathway with the bottom of the edging a maximum of 2 -1/2 inches above the surface. Temporary ramps shall be provided when an alternate accessible pedestrian route crosses a curb and no permanent curb ramps are in place. The width of the curb ramp shall be a minimum of 48- inches and the maximum slope of the ramp shall be 8.3 The maximum cross slope shall be 2.0 The bottom of the curb ramp shall be flush with the Roadway. Temporary detectable warning mats shall be installed at street crossings. April 20, 2010 RETAINING WALL Small Works Project Manual Page 41 of 61 When possible, an alternate accessible pedestrian route shall be provided on the same side of the street as the disrupted route. When it is not possible, the alternate route shall be clearly identified at the nearest intersection crossing prior to the closure area. Information regarding closed pedestrian routes, alternate crossings, and sign and signal information shall be communicated to pedestrians with visual disabilities by providing devices such as audible information devices, accessible pedestrian signals, or barriers and channelizing devices that are detectable to the pedestrians traveling with the aid of a cane or who have low vision. It is desirable that pedestrians cross to the opposite side of the roadway at intersections rather than mid block. Appropriate signing shall be placed at the intersections prior to any pedestrian route closure. If not otherwise stated in the contract provisions, access to transit stops shall be provided and maintained at all times. Transit stops may be temporarily relocated with approval of the transit agency and the Project Engineer. At locations where adjacent alternate walkways cannot be provided, appropriate signs shall be posted at the limits of construction and in advance of the closure at the nearest crosswalk or intersection, to divert pedestrians across the street. Physical barricades shall be installed to prevent visually impaired people from inadvertently entering a closed area. Measurement No specific unit of measurement will apply to the lump sum item for pedestrian control and protection. Payment Payment will be made in accordance with Section 1 -04.1 for the following Bid item included in the Proposal: "Pedestrian Control and Protection lump sum. The lump sum contract payment shall be full compensation for all costs incurred by the Contractor for construction, maintenance, and removal of all protective barricades, fencing, and bridges, together with warning and guidance devices detailed in the Plans or any alternative accessible pedestrian routes proposed by the Contractor. April 20, 2010 RETAINING WALL Small Works Project Manual Page 42 of 61 1 -07.24 Rights of Way (October 1, 2005 APWA GSP) Delete this section in its entirety, and replace it with the following: Street right of way lines, limits of easements, and limits of construction permits are indicated in the Plans. The Contractor's construction activities shall be confined within these limits, unless arrangements for use of private property are made. Generally, the Contracting Agency will have obtained, prior to bid opening, all rights of way and easements, both permanent and temporary, necessary for carrying out the work. Exceptions to this are noted in the Bid Documents or will be brought to the Contractor's attention by a duly issued Addendum. Whenever any of the work is accomplished on or through property other than public right of way, the Contractor shall meet and fulfill all covenants and stipulations of any easement agreement obtained by the Contracting Agency from the owner of the private property. Copies of the easement agreements may be included in the Contract Provisions or made available to the Contractor as soon as practical after they have been obtained by the Engineer. Whenever easements or rights of entry have not been acquired prior to advertising, these areas are so noted in the Plans. The Contractor shall not proceed with any portion of the work in areas where right of way, easements or rights of entry have not been acquired until the Engineer certifies to the Contractor that the right of way or easement is available or that the right of entry has been received. If the Contractor is delayed due to acts of omission on the part of the Contracting Agency in obtaining easements, rights of entry or right of way, the Contractor will be entitled to an extension of time. The Contractor agrees that such delay shall not be a breach of contract. Each property owner shall be given 48 hours notice prior to entry by the Contractor. This includes entry onto easements and private property where private improvements must be adjusted. The Contractor shall be responsible for providing, without expense or liability to the Contracting Agency, any additional land and access thereto that the Contractor may desire for temporary construction facilities, storage of materials, or other Contractor 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 April 20, 2010 RETAINING WALL Small Works Project Manual Page 43 of 61 I I I I I I I I I I I I I I I I I I I the parcel number, address, and date of signature. Written releases must be filed with the Engineer before the Completion Date will be established. 1 -08 PROSECUTION AND PROGRESS Add the following new section: 1 -08.0 Preliminary Matters (May 25, 2006 APWA GSP) Add the following new section: 1- 08.0(1) Preconstruction Conference (October 10, 2008 APWA GSP) Prior to the Contractor beginning the work, a preconstruction conference will be held between the Contractor, the Engineer and such other interested parties as may be invited. The purpose of the preconstruction conference will be: 1. To review the initial progress schedule; 2. To establish a working understanding among the various parties associated or affected by the work; 3. To establish and review procedures for progress payment, notifications, approvals, submittals, etc.; 4. To establish normal working hours for the work; 5. To review safety standards and traffic control; and 6. To discuss such other related items as may be pertinent to the work. The Contractor shall prepare and submit at the preconstruction conference the following: 1. A breakdown of all lump sum items; 2. A preliminary schedule of working drawing submittals; and 3. A list of material sources for approval if applicable. 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 April 20, 2010 RETAINING WALL Small Works Project Manual Page 44 of 61 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. Add the following new section: 1- 08.0(3) Reimbursement for Overtime Work of Contracting Agency Employees (May 25, 2006 APWA GSP; may not be used on FHWA-funded projects) Where the Contractor elects to work on a Saturday, Sunday, or holiday, or longer than an 8- hour work shift on a regular working day, as defined in the Standard Specifications, such work shall be considered as overtime work. On all such overtime work an inspector will be present, and a survey crew may be required at the discretion of the Engineer. In such case, the Contracting Agency may deduct from amounts due or to become due to the Contractor for the costs in excess of the straight -time costs for employees of the Contracting Agency required to work overtime hours. April 20, 2010 RETAINING WALL Small Works Project Manual Page 45 of 61 The Contractor by these specifications does hereby authorize the Engineer to deduct such costs from the amount due or to become due to the Contractor. 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 (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 working day then the fifth day of that week will be charged as a working day whether or not the Contractor works on that day. Revise the sixth paragraph to read: April 20, 2010 RETAINING WALL Small Works Project Manual Page 46 of 61 The Engineer will give the Contractor written notice of the completion date of the contract after all the Contractor's obligations under the contract have been performed by the Contractor. The following events must occur before the Completion Date can be established: 1. The physical work on the project must be complete; and 2. The Contractor must furnish all documentation required by the contract and required by law, to allow the Contracting Agency to process final acceptance of the contract. The following documents must be received by the Project Engineer prior to establishing a completion date: a. Certified Payrolls (Federal -aid Projects) b. Material Acceptance Certification Documents c. Annual Report of Amounts Paid as MBE/WBE Participants or Quarterly Report of Amounts Credited as DBE Participation, as required by the Contract Provisions. d. Final Contract Voucher Certification e. Pronertv owner releases ner Section 1 -07.24 1 -08.7 Maintenance During Suspension (October 1, 2005 APWA GSP) Revise the second paragraph to read: At no expense to the Contracting Agency, the Contractor shall provide through the construction area a safe, smooth, and unobstructed roadway, sidewalk, and oath 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 5 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. April 20, 2010 RETAINING WALL Small Works Project Manual Page 47 of 61 Delete the third paragraph and replace it with the following: Progress payments for completed work and material on hand will be based upon progress estimates prepared by the Engineer. A progress estimate cutoff date will be established at the preconstruction conference. The initial progress estimate will be made not later than 30 days after the Contractor commences the work, and successive progress estimates will be made every month thereafter until the Completion Date. Progress estimates made during progress of the work are tentative, and made only for the purpose of determining progress 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. Retainage per Section 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 General (December 1, 2008) Section 1- 10.2(1) is supplemented with the following: April 20, 2010 RETAINING WALL Small Works Project Manual Page 48 of 61 Apnl 20, 2010 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 All Traffic Control Plans (TCP), signs, personnel needed to keep the construction area safe from the public shall be made incidental to the various other bid items. RETAINING WALL Small Works Project Manual Page 49 of 61 DIVISION 2 EARTHWORK 2 -02 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 items identified below. Removal of existing failed retaining wall Payment Section 2 -02.5 is supplemented with the following: "Removal of Existing Retaining Wall, INCL Haul lump sum Haul and disposal of as well as any necessary equipment, labor and materials shall be included in the unit contract bid price for removing any item identified for removal in this section and in the plans. April 20, 2010 RETAINING WALL Small Works Project Manual Page 50 of 61 DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS, AND CONDUIT 7 -15 SERVICE CONNECTION Payment Section 7 -15.5 is deleted and replace with the following: Payment will be made in accordance with Section 1 -04.1, for the following Bid Item when it is included in the Proposal: "Adjust Water Meter Box lump sum April 20, 2010 RETAINING WALL Small Works Project Manual Page 51 of 61 DIVISION 8 MISCELLANEOUS CONSTRUCTION 8 -01 EROSION CONTROL AND WATER POLLUTION CONTROL 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 lump sum contract price for "Inlet Protection Delete sentence sixteen (16) of Section 8 -01.5 and replace with the following: "Removal of Existing Retaining Wall, INCL Haul lump sum 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 cut slopes and excavations necessary for construction of formwork, or area directed by Engineer. Materials Section 8 -02.2 is replaced with the following: Materials shall meet the requirements of the following: Compost 9- 14.4(8)A and 9- 14.4(8)B 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. Apnl 20, 2010 RETAINING WALL Small Works Project Manual Page 52 of 61 1 1 Payment 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Section 8 -02.5 is replaced with the following: "Roadside Restoration lump sum, shall be full pay for all work and materials required to perform the work described in this section. Delete the third sentence of Section 8 -02.5 and replace with the following: Topsoil Type B lump sum MSE RETAINING WALL NEW SECTION 8 -27.1 Description Work shall consist of furnishing and construction of a Keystone Retaining Wall System, or equal with prior approval from the Project Engineer, in accordance with manufactures recommendations, these specifications, and in conformity with the lines, design, and dimensions shown on the plans. Work includes preparing foundation soil, furnishing and installing leveling pad, placing 3 /4" wash drain rock with geo -fabric as shown in the standard plans and per the Engineers direction. The retaining wall shall be constructed to the lines and grades shown on the construction drawings. Material and construction method specifications found in this Section are for Keystone Retaining Wall Systems. If another type of retaining wall system is submitted and approved, material and construction method specifications for that system shall be included in the approved design submittal and will supersede the specifications found in this Section as applicable. The intent and requirements of this section shall remain unchanged. 8 -27.2 Materials Blocks shall be Keystone Standard Units, concrete gray. Reinforced backfill shall be as specified per the most current Keystone requirements for the type and height of wall being constructed. The unreinforced concrete base leveling pad shall be Portland cement concrete Class 3000. The Contractor shall furnish all required wall components for the selected proprietary type of as supplied by the following manufacturer: Keystone Retaining Wall Systems, Inc 4444 West 7th Street Minneapolis, MN 55435 (800) 747 -8971 8 -27.3 Construction Requirements The contractor shall excavate as necessary to allow for placement of the crushed rock base leveling pad. The leveling pad shall be constructed to the dimensions indicated in the plans. Block placement shall be as indicated in the plans and as directed by the Engineer. Sheer April 20, 2010 RETAINING WALL Small Works Project Manual Page 53 of 61 connectors as supplied by the manufacturer shall be placed between successive courses to achieve near vertical wall construction. Reinforced backfill shall be placed in a maximum of 6" lifts followed immediately by 3 passes of a vibratory plate compactor over the entire surface to be compacted. Geo -fabric placement shall be as indicated on the plans. Placement of reinforced backfill shall not begin until the Contactor has provided to the Project Engineer with gradation test(s) performed by a qualified testing laboratory indicating that the material to be used meets the requirements of the following: Sieve Size Percent Passing 2 -inch 100 1/4 inch 100 -75 No. 40 0 -60 No. 200 0 -35 8 -27.4 Measurement "Modular Concrete Retaining Wall" shall be measured by the square foot of completed face surface "Modular Concrete Retaining Wall Backfill" shall be measured by the ton 8 -27.5 Payment Section 8 -27.5 is supplemented with the following: "MSE Retaining Wall lump sum. Payment shall include labor, equipment, excavation, removal of excavated material, tools, testing, and incidentals required to construct "MSE Retaining Wall" per these specifications and as indicated on the plans. Payment shall also include all materials including, but not limited to: 1) 3/4 "washed drain rock 2) Geo -fabric around the drain rock 3) Crushed rock for leveling pad "MSE Retaining Wall Backfill lump sum Payment shall include all material, labor, equipment and required testing for haul, placement, and compaction of "MSE Retaining Wall Backfill" per these specifications and as indicated on the plans. 8 -100 PEDESTRIAN RAILING NEW SECTION 8 -100.1 Description This work shall consist of fabricating and installing aluminum alloy Pedestrian Railing at the location shown on the Plans. 8 -100.2 Materials Materials shall meet the requirements of the following sections as applicable unless noted: April 20, 2010 RETAINING WALL Small Works Project Manual Page 54 of 61 All railings shall be aluminum alloy, Schedule 40 pipe, size per plans; materials shall conform to ASTM B221, B429, E935, AA DAF -45 and shall meet the requirements of the Standard Specifications, Sections 9 -16.3 (4) and 9 -16.3 (5). All pedestrian railing includes posts, rails and all connections necessary for fabrication and installation including but not limited to the plans and these specifications. Fittings and fasteners shall be same basic material and alloy as parts being joined. Do not use materials that will be corrosive or incompatible with materials being fastened; do not utilize pop- rivets, sheet metal screws, adhesives or cast fittings. Provide materials free from surface blemishes where exposed to view in the finish installation. 8 -100.3 Construction Requirements All railing shall be installed in the locations shown on the Plans and as detailed on the Plans. The Pedestrian Railing, when completed, shall be in true alignment, on proper grade, with the post plumb. 8 -100.4 Measurement "Pedestrian Railing" shall be measured per linear foot of acceptable railing installed in its final location. 8 -100.4 Payment Payment shall be made for the following bid item: "Pedestrian Railing per lump sum. The unit bid price shall be full compensation for all labor, materials, tools and equipment, supplies, incidental work, to satisfactorily complete the work defined in the Standard Specifications, Special Provisions and the particular items called for in the Plans. April 20, 2010 RETAINING WALL Small Works Project Manual Page 55 of 61 STANDARD PLANS December 7, 2009 The State of Washington Standard Plans for Road, Bridge and Municipal Construction M21 -01 transmitted under Publications Transmittal No. PT 09 -013, effective December 7, 2009 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 "HMA B -10.20 and B10.40 Substitute "step" in lieu of "handhold" on plan C -3. C -3B. C -3C Note 1 is revised as follows: replace reference F -2b with F -10.42 C -4 Deleted C -10 (sheet 2 of 2) COVER PLATE DETAIL, dimension of the 1" dia. holes, changes from 8" to 3" F -10.20 GENERAL NOTE Revise as follows: Replace reference to F -3 with F -30.10 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 G -24.40 Existing callout CORNER BOLT (TYP.) New callout CORNER BOLT OR SHOULDER BOLT (TYP.) J -5 Deleted J -7a April 20, 2010 RETAINING WALL Small Works Project Manual Page 56 of 61 1 1 Deleted 1 1 1 1 1 1 1 1 1 1 1 1 1 ii 11 0 I J- 40.10, Section A replace 3" MIN. with 3" MAX. J -40.30 Diamond Note 2: Was Copper Split Bolt Clamp Is Copper Solder Less Crimp Connector K -80.30 In the NARROW BASE, END view, the reference to Std. Plan C -8e is revised to Std. Plan K -80.35 L- 20.10. Sheet 1 Delete all references to tension cable and substitute tension wire. Add knuckled selvage is required on the top edge of the fence fabric. L- 20.10. Sheet 2 Delete all references to tension cable and substitute tension wire. All rope thimbles, wire rope clips and seizing are not required. L- 30.10. Sheet 1 Delete all references to tension cable and substitute tension wire. L- 30.10. Sheet 2 Delete all references to tension cable and substitute tension wire. All rope thimbles, wire rope clips and seizing are not required. 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- 30.35- 00 10/12/07 A- 10.20 -00 10/05/07 A- 40.00- 00 8/11/09 A- 10.30 -00 10/05/07 A- 40.10- 01 8/11/09 A- 20.10 -00 8/31/07 A- 40.15- 00 8/11/09 A- 50.20 01.......9/22/09 A-50.30-00 11/17/08 A-50.40-00 11/17/08 A- 60.10 -01 10/14/09 April 20, 2010 RETAINING WALL Small Works Project Manual Page 57 of 61 A- 30.10 -00 11/08/07 A- 40.20- 00 9/20/07 A- 30.15 -00 11/08/07 A- 40.50- 00 11/08/07 A- 30.30 -00 11/08/07 A- 50.10- 00.....11/17/08 B- 5.20 -00 6/01/06 B- 30.50 -00 6/01/06 B- 75.20 -01 B- 5.40 -00 6/01/06 B- 30.70 -01 8/31/07 B- 75.50 -01 B- 5.60 -00 6/01/06 B- 30.80 -00 6/08/06 B- 75.60 -00 B- 10.20 -00 6/01/06 B- 30.90 -01 9/20/07 B- 80.20 -00 B- 10.40 -00 6/01/06 B- 35.20 -00 6/08/06 B- 80.40 -00 B- 10.60 -00 6/08/06 B- 35.40 -00 6/08/06 B- 82.20 -00 B- 15.20 -00 6/01/06 B- 40.20 -00 6/01/06 B- 85.10 -01 B- 15.40 -00 6/01/06 B- 40.40 -00 6/01/06 B- 85.20 -00 B- 15.60 -00 6/01/06 B- 45.20 -00 6/01/06 B- 85.30 -00 B- 20.20 -01 11/21/06 B- 45.40 -00 6/01/06 B- 85.40 -00 B- 20.40 -02 6/10/08 B- 50.20 -00 6/01/06 B- 85.50 -01 B- 20.60 -02 6/10/08 B- 55.20 -00 6/01/06 B- 90.10 -00 B- 25.20 -00 6/08/06 B- 60.20 -00 6/08/06 B- 90.20 -00 B- 25.60 -00 6/01/06 B- 60.40 -00 6/01/06 B- 90.30 -00 B- 30.10 -00 6/08/06 B- 65.20 -00 6/01/06 B- 90.40 -00 B- 30.20 -01 11/21/06 B- 65.40 -00 6/01/06 B- 90.50 -00 B- 30.30 -00 6/01/06 B- 70.20 -00 6/01/06 B- 95.20 -01 B- 30.40 -00 6/01/06 B- 70.60 -00 6/01/06 B- 95.40 -00 C -1 2/10/09 C -4e 2/20/03 C- l a 10/14/09 C -4f 6/30/04 C -lb 10/31/03 C -5 10/14/09 C -lc 5/30/97 C -6 5/30/97 C- l d 10/31/03 C -6a 10/14/09 C -2 1/06/00 C -6c 1/06/00 C -2a 6/21/06 C -6d 5/30/97 C -2b 6/21/06 C -6f 7/25/97 C -2c 6/21/06 C -7 10/31/03 C -2d 6/21/06 C -7a 10/31/03 C -2e 6/21/06 C -8 2/10/09 C -2f 3/14/97 C -8a 7/25/97 C -2g 7/27/01 C -8b 2/10/09 C -2h 3/28/97 C -8e 2/21/07 C -2i 3/28/97 C -8f 6/30/04 C -2j 6/12/98 C -10 7/31/98 C -2k 7/27/01 C -13 7/3/08 C -2n 7/27/01 C -13a 7/3/08 C -2o 7/13/01 C -13b 7/3/08 C -2p 10/31/03 C -13c 7/3/08 A- 60.20- 01 8/11/09 A- 60.30- 00 11/08/07 A- 60.40 -00 8/31/07 6/10/08 6/10/08 6/08/06 6/08/06 6/01/06 6/01/06 6/10/08 6/01/06 6/01/06 6/08/06 6/10/08 6/08/06 6/08/06 6/08/06 6/08/06 6/08/06 2/03/09 6/08/06 C -14i 2/10/09 C -14j 12/02/03 C -14k 2/10/09 C -15a 7/3/08 C -15b 7/3/08 C -16a 11/08/05 C -16b 11/08/05 C- 20.14 -01 10/14/09 C- 20.15 -00 10/14/09 C- 20.18 -00 10/14/09 C- 20.19 -00 10/14/09 C- 20.40 -01 10/14/09 C- 20.42 -01 10/14/09 C- 22.14 -00 2/03/09 C- 22.16 -00 2/03/09 C- 22.40 -01 10/05/07 C- 23.60 -01 10/14/09 C- 25.18 -01 9/20/07 C- 25.20 -04 10/14/09 C- 25.22 -03 10/14/09 April 20, 2010 RETAINING WALL Small Works Project Manual Page 58 of 61 1 1 1 1 1 1 1 1 1 1 11 11 11 11 1 1 1 11 11 C -3 10/04/05 C -14a 7/3/08 C- 25.26 -01 10/14/09 C -3a 10/04/05 C -14b 7/26/02 C- 25.80 -01 7/3/08 C -3b 10/04/05 C -14c 7/3/08 C- 28.40 -00 2/06/07 C -3c 6/21/06 C -14d 7/3/08 C- 40.14 -00 2/03/09 C -4b 6/08/06 C -14e 7/3/08 C- 40.16 -00 2/03/09 C -4b 6/08/06 C -14h 2/10/09 C- 40.18 -01 10/14/09 C- 90.10 -00 7/3/08 D- 2.02 -00 11/10/05 D- 2.44 -00 11/10/05 D -3b 6/30/04 D- 2.04 -00 11/10/05 D- 2.46 -00 11/10/05 D -3c 6/30/04 D- 2.06 -01 1/06/09 D- 2.48 -00 11/10/05 D -4 12/11/98 D- 2.08 -00 11/10/05 D- 2.60 -00 11/10/05 D -6 6/19/98 D- 2.10 -00 11/10/05 D- 2.62 -00 11/10/05 D- 10.10 -01 12/02/08 D- 2.12 -00 11/10/05 D- 2.64 -01 1/06/09 D- 10.15 -01 12/02/08 D- 2.14 -00 11/10/05 D- 2.66 -00 11/10/05 D- 10.20 -00 7/8/08 D- 2.16 -00 11/10/05 D- 2.68 -00 11/10/05 D- 10.25 -00 7/8/08 D- 2.18 -00 11/10/05 D- 2.78 -00 11/10/05 D- 10.30 -00 7/8/08 D- 2.20 -00 11/10/05 D- 2.80 -00 11/10/05 D- 10.35 -00 7/8/08 D-2.30-00 11/10/05 D- 2.82 -00 11/10/05 D- 10.40 -01 12/02/08 D- 2.32 -00 11/10/05 D- 2.84 -00 11/10/05 D- 10.45 -01 12/02/08 D- 2.34 -01 1/06/09 D- 2.86 -00 11/10/05 D- 15.10 -01 12/02/08 D- 2.36 -02 1/06/09 D- 2.88 -00 11/10/05 D- 15.20 -01 1/06/09 D- 2.38 -00 11/10/05 D- 2.92 -00 11/10/05 D- 15.30 -01 12/02/08 D- 2.40 -00 11/10/05 D -3 7/13/05 D- 2.42 -00 11/10/05 D3a 12/02/08 E -1 2/21/07 E -4 8/27/03 E -2 5/29/98 E -4a 8/27/03 F- 10.12 -00 12/20/06 F- 30.10 -00 1/23/07 F- 40.18 -00 2/07/07 F- 10.16 -00 12/20/06 F- 40.10 -01 10/05/07 F- 40.20 -00 10/05/07 F- 10.40 -01 7/3/08 F- 40.12 -00 2/07/07 F- 42.10 -00 10/05/07 F- 10.42 -00 1/23/07 F- 40.14 -00 2/07/07 F- 80.10 -00 1/23/07 F- 10.62 -01 9/05/07 F- 40.15 -00 2/07/07 F- 10.64 -02 7/3/08 F- 40.16 -00 2/07/07 G- 10.10 -00 9/20/07 G- 24.60 -00 11/08/07 G- 70.20 -00 10/5/07 G- 20.10 -00 9/20/07 G- 25.10 -01 1/06/09 G- 70.30 -00 10/5/07 G- 22.10 -01 7/3/08 G-30.10-00 11/08/07 G- 90.10 00.....1 /06/09 G- 24.10 -00 11/08/07 G- 50.10 -00 11/08/07 G-90.20-00.....1/06/09 G- 24.20 -00 11/08/07 G- 60.10 -00 8/31/07 G- 90.30- 00.....1/06/09 G- 24.30 -00 11/08/07 G- 60.20 -00 8/31/07 G- 90.40- 01.....10/14/09 G- 24.40 -01 12/02/08 G- 60.30 -00 8/31/07 G- 95.10 -00 11/08/07 G- 24.50 -00 11/08/07 G- 70.10 -00 10/5/07 G- 95.20 -01 7/10/08 G- 95.30 -01 7/10/08 Apnl 20, 2010 RETAINING WALL Small Works Project Manual Page 59 of 61 H- 10.10 -00 H- 10.15 -00 H- 30.10 -00 I- 10.10 -01 I- 30.10 -01 I- 30.15 -00 I- 30.20 -00 I- 30.30 -00 J -1 f J -3 J -3b J -3 c J -3d J -6c J -7c J -7d J -8a J -8b J -8c J -8d J -9a J -10 J -11b J -12 J -16a J -16b K- 10.20 -01 K- 10.40 -00 K- 20.20 -01 K- 20.40 -00 K- 20.60 -00 K- 22.20 -01 K- 24.20 -00 K- 24.40 -01 7/3/08 H- 32.10 -00 9/20/07 7/3/08 H- 60.10 -01 7/3/08 10/12/07 H- 60.20 -01 7/3/08 8/11/09 I- 30.40 -00 8/11/09 I- 30.50 -00 8/11/09 I- 40.10 -00 9/20/07 I- 40.20 -00 9/20/07 I- 50.10 -00 6/23/00 J -16c 2/10/09 8/01/97 J -18 2/10/09 3/04/05 J -19 2/10/09 6/24/02 J -20 9/02/05 11/05/03 J- 20.10 -00 10/14/09 4/24/98 3- 20.15 -00 10/14/09 6/19/98 3- 20.16 -00 10/14/09 4/24/98 J- 20.20 -00 10/14/09 5/20/04 J- 20.26 -00 10/14/09 5/20/04 J- 21.10 -00 10/14/09 5/20/04 J- 21.15 -00 10/14/09 5/20/04 J- 21.16 -00 10/14/09 4/24/98 J- 21.17 -00 10/14/09 7/18/97 3- 21.20 -00 10/14/09 9/02/05 3- 22.15 -00 10/14/09 2/10/09 J- 22.16 -00 10/14/09 3/04/05 3- 28.10 -00 8/07/07 2/10/09 3- 28.22 -00 8/07/07 10/12/07 K- 26.40- 01 10/12/07 2/15/07 K- 30 20- 00 2/15/07 10/12/07 K- 30.40- 01 10/12/07 2/15/07 K- 32.20- 00 2/15/07 2/15/07 K- 32.40- 00 2/15/07 10/12/07 K- 32.60- 00 2/15/07 2/15/07 K- 32.80- 00 2/15/07 10/12/07 K- 34.20- H- 70.10 -00 9/05/07 H- 70.20 -00 9/05/07 H- 70.30 -01 11/17/08 10/12/07 I- 50.20 -00 8/31/07 11/14/07 I- 60.10 -00 8/31/07 9/20/07 I- 60.20 -00 8/31/07 9/20/07 I- 80.10 -01 8/11/09 9/20/07 J- 28.24 -00 8/07/07 J- 28.26 -01 12/02/08 J- 28.30 -01 10/14/09 3- 28.40 -01 10/14/09 3- 28.42 -00 8/07/07 3- 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 J-40.10-01 10/14/09 J- 40.30 -00 1/06/09 3- 75.10 -00 2/10/09 3- 75.20 -00 2/10/09 J- 75.30 -00 2/10/09 J- 75.40- 00 10/14/09 J- 75.45- 00 10/14/09 3- 90.10 -00 2/10/09 3- 90.20 -00 .2/ 10/09 K- 40.60 -00 2/15/07 K- 40.80 -00 2/15/07 K- 55.20 -00 2/15/07 K- 60.20 -02 7/3/08 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 April 20, 2010 RETAINING WALL Small Works Project Manual Page 60 of 61 K- 24.60 -00 K- 24.80 -01 K- 26.20 -00 L- 10.10 -00 L- 20.10 -00 L- 30.10 -00 00 2/15/07 2/15/07 K- 36.20- 00 2/15/07 10/12/07 K- 40.20- 00 2/15/07 2/15/07 K- 40.40- 00 2/15/07 2/21/07 L- 40.10 -00 2/07/07 L- 40.15 -00 2/07/07 L- 40.20 -00 M- 1.20 -01 1/30/07 M- 1.40 -01 1/30/07 M- 1.60 -01 1/30/07 M- 1.80 -02 8/31/07 M- 2.20 -01 1/30/07 M- 2.40 -01 1/30/07 M- 2.60 -01 1/30/07 M- 3.10 -02 2/10/09 M- 3.20 -01 1/30/07 M- 3.30 -02 2/10/09 M- 3.40 -02 2/10/09 M- 3.50 -01 1/30/07 M- 5.10 -01 1/30/07 K- 80.30 -00 2/21/07 K- 80.35 -00 2/21/07 K- 80.37 -00 2/21/07 2/21/07 L- 70.10 -01 5/21/08 2/21/07 L- 70.20 -01 5/21/08 2/21/07 M- 7.50 -01 1/30/07 M- 24.60 -02 2/06/07 M- 9.50 -01 1/30/07 M- 40.10 -00 9/20/07 M- 9.60 -00 2/10/09 M- 40.20- 00...10/12/07 M- 11.10 -01 1/30/07 M- 40.3 0 -00 9/20/07 M- 15.10 -01 2/06/07 M- 40.40 -00 9/20/07 M- 17.10 -02 7/3/08 M- 40.50 -00 9/20/07 M- 20.10 -01 1/30/07 M- 40.60 -00 9/20/07 M- 20.20 -01 1/30/07 M- 60.10 -00 9/05/07 M- 20.30 -02 10/14/09 M- 60.20 -01 2/03/09 M- 20.40 -01 1/30/07 M- 65.10 -01 5/21/08 M- 20.50 -01 1/30/07 M- 80.10 -00 6/10/08 M- 24.20 -01 5/31/06 M- 80.20 -00 6/10/08 M- 24.40 -01 5/31/06 M- 80.30 -00 6/10/08 April 20, 2010 RETAINING WALL Small Works Project Manual Page 61 of 61 1 ATTACHMENT A WASHINGTON STATE PREVAILING WAGE RATES FOR CLALLAM COUNTY City of Port Angeles RETAINING WALL DESIGN 633 PARK AVEUNE Small Works Project Manual April 2010 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 3 -03 -2010 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL $40 03 1H 5D BOILERMAKERS JOURNEY LEVEL $56.53 1C 5N BRICK MASON BRICK AND BLOCK FINISHER $39.49 1M 5A JOURNEY LEVEL $46.35 1M 5A BUILDING SERVICE EMPLOYEES JANITOR $8 55 1 SHAMPOOER $8 1 WAXER $8.97 1 WINDOW CLEANER $13 22 1 CABINET MAKERS (IN SHOP) JOURNEY LEVEL $14.67 1 CARPENTERS ACOUSTICAL WORKER $48.60 1H 5D BRIDGE, DOCK AND WARF CARPENTERS $48.47 1H 5D CARPENTER $4847 1H 5D CREOSOTED MATERIAL $48 57 1H 5D DRYWALL APPLICATOR $48 74 1H 5D FLOOR FINISHER $48.60 1H 5D FLOOR LAYER $48 60 1H 5D FLOOR SANDER $48.60 1H 5D MILLWRIGHT AND MACHINE ERECTORS $49.47 1H 5D PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND WELDING $48.67 1H 5D SAWFILER $4860 1H 5D SHINGLER $48.60 1H 5D STATIONARY POWER SAW OPERATOR $48.60 11-I 5D STATIONARY WOODWORKING TOOLS $48.60 1H 5D CEMENT MASONS JOURNEY LEVEL $40 03 1H 5D DIVERS TENDERS DIVER $100 28 1M 5D 8A DIVER ON STANDBY $56.68 1M 5D DIVER TENDER $52.23 1M 5D SURFACE RCV ROV OPERATOR $52.23 1M 5D SURFACE RCV ROV OPERATOR TENDER $48.85 1B 5A DREDGE WORKERS ASSISTANT ENGINEER $49.57 1T 5D 8L ASSISTANT MATE (DECKHAND) $49.06 1T 5D 8L BOATMEN $49 57 IT 5D 8L ENGINEER WELDER $49 62 1T 5D 8L Page 1 CLALLAM COUNTY EFFECTIVE 3 -03 -2010 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code LEVERMAN, HYDRAULIC $51 19 1T 5D 8L MAINTENANCE $49.06 1T 5D 8L MATES $49.57 1T 5D 8L OILER $4919 1T 5D 8L DRYWALL TAPERS JOURNEY LEVEL $48.79 1E 5P ELECTRICAL FIXTURE MAINTENANCE WORKERS JOURNEY LEVEL $9 37 1 ELECTRICIANS INSIDE CABLE SPLICER $61 95 2W 5L CABLE SPLICER (TUNNEL) $66.57 2W 5L CERTIFIED WELDER $59.85 2W 5L CERTIFIED WELDER (TUNNEL) $64.25 2W 5L CONSTRUCTION STOCK PERSON $31 83 2W 5L JOURNEY LEVEL $57 74 2W 5L JOURNEY LEVEL (TUNNEL) $61.95 2W 5L ELECTRICIANS MOTOR SHOP CRAFTSMAN $15.37 2A 6C JOURNEY LEVEL $14.69 2A 6C ELECTRICIANS POWERLINE CONSTRUCTION CABLE SPLICER $59 79 4A 5A CERTIFIED LINE WELDER $54.59 4A 5A GROUNDPERSON $39.07 4A 5A HEAD GROUNDPERSON $41.22 4A 5A HEAVY LINE EQUIPMENT OPERATOR $54 59 4A 5A JACKHAMMER OPERATOR $41 22 4A 5A JOURNEY LEVEL LINEPERSON $54 59 4A 5A LINE EQUIPMENT OPERATOR $46 32 4A 5A POLE SPRAYER $54 59 4A 5A POWDERPERSON $41 22 4A 5A ELECTRONIC TECHNICIANS ELECTRONIC TECHNICIANS JOURNEY LEVEL $12.07 1 ELEVATOR CONSTRUCTORS MECHANIC $67 91 4A 6Q MECHANIC IN CHARGE $73 87 4A 6Q FABRICATED PRECAST CONCRETE PRODUCTS ALL CLASSIFICATIONS $13.50 1 FENCE ERECTORS FENCE ERECTOR $9 96 1 FLAGGERS JOURNEY LEVEL $33 93 1H 5D GLAZIERS JOURNEY LEVEL $48.61 1Y 5G HEAT FROST INSULATORS AND ASBESTOS WORKERS MECHANIC $50.28 1S 5J HEATING EQUIPMENT MECHANICS MECHANIC $16.00 1 HOD CARRIERS MASON TENDERS JOURNEY LEVEL $41.28 1H 5D INDUSTRIAL ENGINE AND MACHINE MECHANICS MECHANIC $15 65 1 Page 2 Classification CLALLAM COUNTY EFFECTIVE 3 -03 -2010 INDUSTRIAL POWER VACUUM CLEANER JOURNEY LEVEL $9.24 1 INLAND BOATMEN CAPTAIN $59 22 1 COOK $34.81 1 DECKHAND $34 52 1 ENGINEER/DECKHAND $58.62 1 MATE, LAUNCH OPERATOR $50 20 1 INSPECTION /CLEANING/SEALING OF SEWER WATER SYSTEMS BY REMOTE CONTROL CLEANER OPERATOR, FOAMER OPERATOR $9 73 1 GROUT TRUCK OPERATOR $11 48 1 HEAD OPERATOR $12.78 1 TECHNICIAN $8 55 1 TV TRUCK OPERATOR $10 53 1 INSULATION APPLICATORS JOURNEY LEVEL $20 50 1 IRONWORKERS JOURNEY LEVEL $54 27 10 5A LABORERS ASPHALT RAKER $41 28 1H 50 BALLAST REGULATOR MACHINE $40 03 1H 50 BATCH WEIGHMAN $33 93 1H 5D BRUSH CUTTER $40 03 1H 5D BRUSH HOG FEEDER $40.03 1H 5D BURNERS $40.03 1H 5D CARPENTER TENDER $40.03 1H 5D CASSION WORKER $41 28 1H 5D CEMENT DUMPER/PAVING $40.77 1H 5D CEMENT FINISHER TENDER $40 03 1H 5D CHANGE -HOUSE MAN OR DRY SHACKMAN $40.03 1H 5D CHIPPING GUN (OVER 30 LBS) $40 77 1H 5D CHIPPING GUN (UNDER 30 LBS) $40 03 1H 5D CHOKER SETTER $40 03 1H 5D CHUCK TENDER $40.03 1H 50 CLEAN -UP LABORER $40.03 1H 5D CONCRETE DUMPER/CHUTE OPERATOR $40 77 1H 5D CONCRETE FORM STRIPPER $40 03 1H 5D CONCRETE SAW OPERATOR $40.77 1H 5D CRUSHER FEEDER $33 93 1H 5D CURING LABORER $40 03 1H 5D DEMOLITION, WRECKING MOVING (INCLUDING CHARRED MATERIALS) $40 03 1H 5D DITCH DIGGER $40 03 1H 5D DIVER $41 28 1H 5D DRILL OPERATOR (HYDRAULIC, DIAMOND) $40 77 1H 5D DRILL OPERATOR, AIRTRAC $41.28 1H 5D DUMPMAN $40.03 1H 5D EPDXY TECHNICIAN $40 03 1H 5D EROSION CONTROL WORKER $40 03 1H 5D FALLER/BUCKER, CHAIN SAW $40 77 1H 5D FINAL DETAIL CLEANUP (i e dusting, vacuuming, window cleaning, NOT $30 84 1H 5D construction debns cleanup) Page 3 (See Benefit Code Key) Over PREVAILING Time Holiday Note WAGE Code Code Code 1 1 1 1 1 II 11 11 I I 11 11 11 11 ii 0 0 ii 1 1 CLALLAM COUNTY EFFECTIVE 3 -03 -2010 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code FINE GRADERS $40.03 1H 5D FIRE WATCH $33.93 1H 5D FORM SETTER $40.03 1H 5D GABION BASKET BUILDER $40.03 1H 5D GENERAL LABORER $40 03 1H 5D GRADE CHECKER TRANSIT PERSON $41 28 1H 5D GRINDERS $40.03 1H 5D GROUT MACHINE TENDER $40 03 1H 5D GUARDRAIL ERECTOR $40 03 1H 5D HAZARDOUS WASTE WORKER LEVEL A $41 28 11-I 5D HAZARDOUS WASTE WORKER LEVEL B $40 77 1H 5D HAZARDOUS WASTE WORKER LEVEL C $40.03 1H 50 HIGH SCALER $41 28 1H 5D HOD CARRIER/MORTARMAN $41 28 1H 5D JACKHAMMER $40.77 1H 5D LASER BEAM OPERATOR $40.77 1H 5D MANHOLE BUILDER MUDMAN $40.77 1H 5D MATERIAL YARDMAN $40 03 1H 5D MINER $41 28 1H 5D NOZZLEMAN, CONCRETE PUMP, GREEN CUTTER WHEN USING HIGH $40 77 1H 5D PRESSURE AIR WATER ON CONCRETE ROCK, SANDBLAST, GUNITE, SHOTCRETE, WATER BLASTER PAVEMENT BREAKER $40 77 1H 5D PILOT CAR $33.93 1H 5D PIPE POT TENDER $40 77 1H 5D PIPE RELINER (NOT INSERT TYPE) $40.77 1H 5D PIPELAYER CAULKER $40.77 1H 5D PIPELAYER CAULKER (LEAD) $41 28 1H 5D PIPEWRAPPER $40 77 1H 5D POT TENDER $40.03 1H 5D POWDERMAN $41.28 1H 5D POWDERMAN HELPER $40 03 1H 5D POWERJACKS $40 77 1H 5D RAILROAD SPIKE PULLER (POWER) $40.77 1H 5D RE- TIMBERMAN $41 28 1H 5D RIPRAP MAN $40.03 1H 5D RODDER $40.77 1H 5D SCAFFOLD ERECTOR $40.03 1H 5D SCALE PERSON $40 03 1H 5D SIGNALMAN $40 03 1H 5D SLOPER (OVER 20 $40.77 1H 5D SLOPER SPRAYMAN $40 03 1H 5D SPREADER (CLARY POWER OR SIMILAR TYPES) $40 77 1H 5D SPREADER (CONCRETE) $40 77 1H 5D STAKE HOPPER $40.03 1H 5D STOCKPILER $40.03 1H 5D TAMPER SIMILAR ELECTRIC, AIR GAS $40.77 1H 5D TAMPER (MULTIPLE SELF PROPELLED) $40 77 1H 5D TOOLROOM MAN (AT JOB SITE) $40 03 1H 5D TOPPER TAILER $40.03 1H 5D TRACK LABORER $40 03 1H 5D TRACK LINER (POWER) $40 77 1H 5D Page 4 1 CLALLAM COUNTY EFFECTIVE 3 -03 -2010 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code TRUCK SPOTTER $40 03 1H 5D TUGGER OPERATOR $40.77 1H 5D VIBRATING SCREED (AIR, GAS, OR ELECTRIC) $40.03 1H 5D VIBRATOR $40 77 1H 5D VINYL SEAMER $40 03 1H 5D WELDER $40 03 1H 5D WELL -POINT LABORER $40 77 1H 5D LABORERS UNDERGROUND SEWER WATER GENERAL LABORER TOPMAN $40.03 1H 5D PIPE LAYER $40 77 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 $48 74 1H 5D MARBLE SETTERS JOURNEY LEVEL $46.35 1M 5A METAL FABRICATION (IN SHOP) FITTER/WELDER $15 16 1 LABORER $11 13 1 MACHINE OPERATOR $10.66 1 PAINTER $11.41 1 MODULAR BUILDINGS JOURNEY LEVEL $8 55 1 PAINTERS JOURNEY LEVEL $21.86 1 PLASTERERS JOURNEY LEVEL $25.83 1 PLAYGROUND PARK EQUIPMENT INSTALLERS JOURNEY LEVEL $8 55 1 PLUMBERS PIPEFITTERS JOURNEY LEVEL $66 44 1G 5A POWER EQUIPMENT OPERATORS ASPHALT PLANT OPERATOR $50 39 1T 5D 8P ASSISTANT ENGINEERS $47 12 1T 5D 8P BACKHOE, EXCAVATOR SHOVEL, OVER 50 METRIC TONS TO 90 METRIC $50 94 1T 5D 8P TONS BACKHOE, EXCAVATOR SHOVEL, OVER 90 METRIC TONS $51.51 1T 5D 8P BACKHOE, EXCAVATOR, SHOVEL, OVER 30 METRIC TONS TO 50 $50.39 1T 5D 8P METRIC TONS BACKHOE, EXCAVATOR, SHOVEL, TRACTORS UNDER 15 METRIC TONS $49.48 1T 5D 8P BACKHOE, EXCAVATOR, SHOVEL, TRACTORS 15 TO 30 METRIC TONS $49.90 1T 5D 8P BARRIER MACHINE (ZIPPER) $49.90 1T 5D 8P BATCH PLANT OPERATOR, CONCRETE $49 90 1T 5D 8P BELT LOADERS (ELEVATING TYPE) $49 48 1T 5D 8P BOBCAT (SKID STEER) $47 12 1T 5D 8P BROKK- REMOTE DEMOLITION EQUIPMENT $47 12 1T 5D 8P BROOMS $47.12 1T 5D 8P BUMP CUTTER $49.90 1T 5D 8P CABLEWAYS $50 39 1T 5D 8P CHIPPER $49 90 1T 5D 8P Page 5 CLALLAM COUNTY EFFECTIVE 3 -03 -2010 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code COMPRESSORS $47 12 1T 5D 8P CONCRETE FINISH MACHINE LASER SCREED $47.12 1T 5D 8P CONCRETE PUMPS $49 48 1T 5D 8P CONCRETE PUMP -TRUCK MOUNT WITH BOOM ATTACHMENT $49 90 1T 5D 8P CONCRETE PUMP -TRUCK MOUNT WITH BOOM ATTACHMENT OVER 42 $50 39 1T 5D 8P METERS CONVEYORS $49.48 1T 5D 8P CRANE, FRICTION 100 TONS THROUGH 199 TONS $51 51 1T 5D 8P CRANE, FRICTION OVER 200 TONS $52.07 1T 5D 8P CRANES, THRU 19 TONS, WITH ATTACHMENTS $49.48 1T 5D 8P CRANES, 20 44 TONS, WITH ATTACHMENTS $49 90 1T 5D 8P CRANES, 45 TONS 99 TONS, UNDER 150 FT OF BOOM (INCLUDING JIB $50 39 1T 5D 8P WITH ATACHMENTS) CRANES, 100 TONS 199 TONS, OR 150 FT OF BOOM (INCLUDING JIB $50.94 1T 5D 8P WITH ATTACHMENTS) CRANES, 200 TONS TO 300 TONS, OR 250 FT OF BOOM (INCLUDING JIB $51 51 1T 5D 8P WITH ATTACHMENTS) CRANES, A- FRAME, 10 TON AND UNDER $47 12 1T 5D 8P CRANES, A- FRAME, OVER 10 TON $49 48 1T 5D 8P CRANES, OVER 300 TONS, OR 300' OF BOOM INCLUDING JIB WITH $52.07 1T 5D 8P ATTACHMENTS CRANES, OVERHEAD, BRIDGE TYPE 20 44 TONS) $49 90 1T 5D 8P CRANES, OVERHEAD, BRIDGE TYPE 45 99 TONS) $50 39 1T 5D 8P CRANES, OVERHEAD, BRIDGE TYPE (100 TONS OVER) $50 94 1T 5D 8P CRANES, TOWER CRANE UP TO 175' IN HEIGHT, BASE TO BOOM $50.94 1T 5D 8P CRANES, TOWER CRANE OVER 175' IN HEIGHT, BASE TO BOOM $51.51 1T 5D 8P CRUSHERS $49.90 1T 5D 8P DECK ENGINEER/DECK WINCHES (POWER) $49 90 1T 5D 8P DERRICK, BUILDING $50 39 1T 5D 8P DOZER, QUAD 9, D -10, AND HD-41 $50.39 1T 5D 8P DOZERS, D -9 UNDER $49.48 1T 5D 8P DRILL OILERS AUGER TYPE, TRUCK OR CRANE MOUNT $49 48 1T 5D 8P DRILLING MACHINE $49 90 1T 5D 8P ELEVATOR AND MANLIFT, PERMANENT AND SHAFT -TYPE $47.12 1T 5D 8P EQUIPMENT SERVICE ENGINEER (OILER) $49.48 1T 5D 8P FINISHING MACHINE /BIDWELL GAMACO AND SIMILAR EQUIP $49 90 1T 5D 8P FORK LIFTS, (3000 LBS AND OVER) $49.48 1T 5D 8P FORK LIFTS, (UNDER 3000 LBS) $47.12 1T 50 8P GRADE ENGINEER $49 90 1T 5D 8P GRADECHECKERAND STAKEMAN $47.12 1T 5D 8P GUARDRAIL PUNCH $49 90 1T 5D 8P HOISTS, OUTSIDE (ELEVATORS AND MANLIFTS), AIR TUGGERS $49.48 1T 5D 8P HORIZONTAUDIRECTIONAL DRILL LOCATOR $49 48 1T 5D 8P HORIZONTAUDIRECTIONAL DRILL OPERATOR $49 90 1T 5D 8P HYDRALIFTS /BOOM TRUCKS (10 TON UNDER) $47.12 1T 5D 8P HYDRALIFTS /BOOM TRUCKS (OVER 10 TON) $49.48 1T 5D 8P LOADERS, OVERHEAD (6 YD UP TO 8 YD) $50 39 1T 5D 8P LOADERS, OVERHEAD (8 YD OVER) $50 94 1T 5D 8P LOADERS, OVERHEAD (UNDER 6 YD), PLANT FEED $49 90 1T 5D 8P LOCOMOTIVES, ALL $49 90 1T 5D 8P MECHANICS, ALL $50.94 1T 5D 8P MIXERS, ASPHALT PLANT $49 90 1T 5D 8P MOTOR PATROL GRADER (FINISHING) $50.39 1T 50 8P Page 6 11 1 1 1 CLALLAM COUNTY EFFECTIVE 3 -03 -2010 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code MOTOR PATROL GRADER (NON- FINISHING) $49.48 1T 5D 8P MUCKING MACHINE, MOLE, TUNNEL DRILL AND /OR SHIELD $50 39 1T 5D 8P OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND MULCH SEEDING $47 12 1T 5D 8P OPERATOR PAVEMENT BREAKER $47 12 IT 5D 8P PILEDRIVER (OTHER THAN CRANE MOUNT) $49.90 1T 5D 8P PLANT OILER (ASPHALT, CRUSHER) $49 48 1T 5D 8P POSTHOLE DIGGER, MECHANICAL $47.12 1T 5D 8P POWER PLANT $47 12 1T 5D 8P PUMPS, WATER $47.12 1T 5D 8P QUICK TOWER -NO CAB, UNDER 100 FEET IN HEIGHT BASED TO BOOM $47 12 1T 5D 8P REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $50.39 1T 513 8P EQUIP RIGGER AND BELLMAN $47.12 1T 5D 8P ROLLAGON $50 39 1T 5D 8P ROLLER, OTHER THAN PLANT ROAD MIX $47.12 1T 5D 8P ROLLERS, PLANTMIX OR MULTILIFT MATERIALS $49.48 1T 5D 8P ROTO -MILL, ROTO- GRINDER $49 90 1T 5D 8P SAWS, CONCRETE $49.48 1T 5D 8P SCRAPERS SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING $50.39 1T 5D 8P OFF -ROAD EQUIPMENT (45 YD AND OVER) SCRAPERS, CONCRETE AND CARRY ALL $49 48 1T 5D 8P SCRAPER -SELF PROPELLED, HARD -TAIL END DUMP, ARTICULATING $49 90 1T 5D 8P OFF -ROAD EQUIPMENT (UNDER 45 YARDS) SHOTCRETE GUNITE $47.12 1T 5D 8P SLIPFORM PAVERS $50 39 1T 5D 8P SPREADER, TOPSIDER SCREEDMAN $50 39 1T 5D 8P SUBGRADE TRIMMER $49.90 1T 5D 8P TOWER BUCKET ELEVATORS $49 48 1T 5D 8P TRACTORS, (75 HP UNDER) $49 48 1T 5D 8P TRACTORS, (OVER 75 HP) $49.90 1T 5D 8P TRANSFER MATERIAL SERVICE MACHINE $49 90 1T 5D 8P TRANSPORTERS, ALL TRACK OR TRUCK TYPE $50.39 1T 5D 8P TRENCHING MACHINES $49.48 1T 5D 8P TRUCK CRANE OILER/DRIVER UNDER 100 TON) $49.48 1T 513 8P TRUCK CRANE OILER/DRIVER (100 TON OVER) $49 90 1T 50 8P TRUCK MOUNT PORTABLE CONVEYER $49 90 1T 5D 8P WELDER $50.39 1T 5D 8P WHEEL TRACTORS, FARMALL TYPE $47 12 1T 5D 8P YO YO PAY DOZER $49.90 1T 5D 8P POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE $40 79 4A 5A SPRAY PERSON $38.73 4A 5A TREE EQUIPMENT OPERATOR $39 25 4A 5A TREE TRIMMER $36 50 4A 5A TREE TRIMMER GROUNDPERSON $27 55 4A 5A REFRIGERATION AIR CONDITIONING MECHANICS MECHANIC $27.68 1 RESIDENTIAL BRICK MASON JOURNEY LEVEL $46.35 1M 5A RESIDENTIAL CARPENTERS JOURNEY LEVEL $17.85 1 Page 7 CLALLAM COUNTY EFFECTIVE 3 -03 -2010 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code RESIDENTIAL CEMENT MASONS JOURNEY LEVEL $25.63 1 RESIDENTIAL DRYWALL TAPERS JOURNEY LEVEL $18 00 1 RESIDENTIAL ELECTRICIANS JOURNEY LEVEL $27 78 1 RESIDENTIAL GLAZIERS JOURNEY LEVEL $20 05 1 RESIDENTIAL INSULATION APPUCATORS JOURNEY LEVEL $9 1 RESIDENTIAL LABORERS JOURNEY LEVEL $17 76 1 RESIDENTIAL MARBLE SETTERS JOURNEY LEVEL $46.35 1M 5A RESIDENTIAL PAINTERS JOURNEY LEVEL $20.00 1 RESIDENTIAL PLUMBERS PIPEFITTERS JOURNEY LEVEL $14 60 1 RESIDENTIAL REFRIGERATION AIR CONDITIONING MECHANICS JOURNEY LEVEL $62 56 1G 5A RESIDENTIAL SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) $21 82 1 RESIDENTIAL SOFT FLOOR LAYERS JOURNEY LEVEL $10 88 1 RESIDENTIAL SPRINKLER FITTERS (FIRE PROTECTION) JOURNEY LEVEL $19 67 1 RESIDENTIAL STONE MASONS JOURNEY LEVEL $46 35 1M 5A RESIDENTIAL TERRAZZO WORKERS JOURNEY LEVEL $8 55 1 RESIDENTIAL TERRAZZO/TILE FINISHERS JOURNEY LEVEL $8 55 1 RESIDENTIAL TILE SETTERS JOURNEY LEVEL $18 29 1 ROOFERS JOURNEY LEVEL $29 05 1 SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) $59 32 1E 6L SHIPBUILDING SHIP REPAIR BOILERMAKER $32 56 1H 6W HEAT FROST INSULATOR $50 28 1S 5J LABORER $12.16 1 MACHINIST $17 16 1 SHIPFITTER $14.66 1 WELDER/BURNER $14 66 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 $3919 2X 5A Page 8 CLALLAM COUNTY EFFECTIVE 3 -03 -2010 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code SOLAR CONTROLS FOR WINDOWS JOURNEY LEVEL $10 31 1B 50 SPRINKLER FITTERS (FIRE PROTECTION) JOURNEY LEVEL $22.59 1 STAGE RIGGING MECHANICS (NON STRUCTURAL) JOURNEY LEVEL $13.23 1 STONE MASONS JOURNEY LEVEL $46.35 1M 5A STREET AND PARKING LOT SWEEPER WORKERS JOURNEY LEVEL $16 00 1 SURVEYORS CHAIN PERSON $9.35 1 INSTRUMENT PERSON $11 40 1 PARTY CHIEF $13 40 1 TELECOMMUNICATION TECHNICIANS TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $34.09 1E 5A TELEPHONE LINE CONSTRUCTION OUTSIDE CABLE SPLICER $32 27 2B 5A HOLE DIGGER/GROUND PERSON $18.10 2B 5A INSTALLER (REPAIRER) $30.94 2B 5A JOURNEY LEVEL TELEPHONE LINEPERSON $30 02 2B 5A SPECIAL APPARATUS INSTALLER 1 $32 27 28 5A SPECIAL APPARATUS INSTALLER II $31.62 2B 5A TELEPHONE EQUIPMENT OPERATOR (HEAVY) $32.27 2B 5A TELEPHONE EQUIPMENT OPERATOR (LIGHT) $30 02 2B 5A TELEVISION GROUND PERSON $17.18 2B 5A TELEVISION LINEPERSON /INSTALLER $22.73 2B 5A TELEVISION SYSTEM TECHNICIAN $27.09 2B 5A TELEVISION TECHNICIAN $24.35 2B 5A TREE TRIMMER $30.02 2B 5A TERRAZZO WORKERS JOURNEY LEVEL $45 26 1M 5A TILE SETTERS JOURNEY LEVEL $45 26 1M 5A TILE, MARBLE &TERRAZZO FINISHERS FINISHER $39.09 1B 5A TRAFFIC CONTROL STRIPERS JOURNEY LEVEL $38 90 1K 5A TRUCK DRIVERS ASPHALT MIX TO 16 YARDS) $45.63 1T 5D 8L ASPHALT MIX (OVER 16 YARDS) $46 47 1T 5D 8L DUMP TRUCK $20 23 1 DUMP TRUCK TRAILER $20 23 1 OTHER TRUCKS $46.47 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 shall be directed to State L &I at (360) 902 -5330. Supplemental to Wage Rates 1 3/3/2010 Edition, Published March, 2010 ITEM DESCRIPTION Below is a list of potentially prefabricated items, originally furnished by WSDOT to Washington State Department of Labor and Industries, that may be considered non- standard and therefore covered by the prevailing wage law, RCW 39.12. Items marked with an X in the "YES" column should be considered to be non standard and therefore covered by RCW 39.12. Items marked with an X in the "NO" column should be considered to be standard and therefore not covered. Of course, exceptions to this general list may occur, and in that case shall be evaluated according to the criteria described in State and L &I's policy statement. 1. WSDOT's Predetermined List for Suppliers Manufactures Fabricator 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 2. Metal circular frames (rings) and covers, circular grates, and prefabricated ladders for Manhole Types 1, 2, and 3, Drywell Types 1, 2, and 3 and Catch Basin Type 2. See Std. Plans 3. Prefabricated steel grate supports and welded grates, metal frames and dual vaned grates, and Type 1, 2, and 3 structural tubing grates for Drop Inlets. See Std. Plans. 4. Concrete Pipe Plain Concrete pipe and reinforced concrete pipe Class 2 to 5 sizes smaller than 60 inch diameter. 5. Concrete Pipe Plain Concrete pipe and reinforced concrete pipe Class 2 to 5 sizes larger than 60 inch diameter. 6. Corrugated Steel Pipe Steel lock seam corrugated pipe for culverts and storm sewers, sizes 30 inch to 120 inches in diameter. May also be treated, 1 thru 5. 7. Corrugated Aluminum Pipe Aluminum lock seam corrugated pipe for culverts and storm sewers, sizes 30 inch to 120 inches in diameter. May also be treated, #5. YES NO X X X X X X X Supplemental to Wage Rates 2 3/3/2010 Edition, Published March, 2010 WSDOT's Predetermined List for Suppliers Manufactures Fabricator ITEM DESCRIPTION YES NO 8. Anchor Bolts Nuts Anchor Bolts and Nuts, for mounting sign structures, luminaries and other items, shall be made from commercial bolt stock. See Contract Plans and Std. Plans for size and material type. 9. Aluminum Pedestrian Handrail Pedestrian handrail conforming to the type and material specifications set forth in the contract plans. Welding of aluminum shall be in accordance with Section 9- 28.14(3). 10. Major Structural Steel Fabrication Fabrication of major steel items such as trusses, beams, girders, etc., for bridges. 11. Minor Structural Steel Fabrication Fabrication of minor steel Items such as special hangers, brackets, access doors for structures, access ladders for irrigation boxes, bridge expansion joint systems, etc., involving welding, cutting, punching and /or boring of holes. See Contact Plans for item description and shop drawings. 12. Aluminum Bridge Railing Type BP Metal bridge railing conforming to the type and material specifications set forth in the Contract Plans. Welding of aluminum shall be in accordance with Section 9- 28.14(3). 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.. 14. Precast Manhole Types 1, 2, and 3 with cones, adjustment sections and flat top slabs. See Std. Plans. 15. Precast Drywell Types 1, 2, and with cones and adjustment Sections. See Std. Plans. 16. Precast Catch Basin Catch Basin type 1, 1L, 1P, and 2 With adjustment sections. See Std. Plans. X X X X X X X X X Supplemental to Wage Rates 3 3/3/2010 Edition, Published March, 2010 ITEM DESCRIPTION WSDOT's Predetermined List for Suppliers Manufactures Fabricator 17. Precast Concrete Inlet with adjustment sections, See Std. Plans 18. Precast Drop Inlet Type 1 and 2 with metal grate supports. See Std. Plans. 19. Precast Grate Inlet Type 2 with extension and top units. See Std. Plans 20. Metal frames, vaned grates, and hoods for Combination Inlets. See Std. Plans 21. Precast Concrete Utility Vaults Precast Concrete utility vaults of various sizes. Used for in ground storage of utility facilities and controls. See Contract Plans for size and construction requirements. Shop drawings are to be provided for approval prior to casting 22. Vault Risers For use with Valve Vaults and Utilities Vaults. 23. Valve Vault For use with underground utilities. See Contract Plans for details. 24. Precast Concrete Barrier Precast Concrete Barrier for use as new barrier or may also be used as Temporary Concrete Barrier. Only new state approved barrier may be used as permanent barrier. 25. Reinforced Earth Wall Panels Reinforced Earth Wall Panels in size and shape as shown in the Plans. Fabrication plant has annual approval for methods and materials to be used. See Shop Drawing. Fabrication at other locations may be approved, after facilities inspection, contact HQ. Lab. 26. Precast Concrete Walls Precast Concrete Walls tilt -up wall panel in size and shape as shown in Plans. Fabrication plant has annual approval for methods and materials to be used YES NO X X X X X X X X X X Supplemental to Wage Rates 4 3/3/2010 Edition, Published March, 2010 ITEM DESCRIPTION 33. Monument Case and Cover See Std. Plan. WSDOT's Predetermined List for Suppliers Manufactures Fabricator 27. Precast Railroad Crossings Concrete Crossing Structure 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 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 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. 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 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. See Std. Spec. Section 6- 02.3(25)A YES NO X X X X X X X Supplemental to Wage Rates 5 3/3/2010 Edition, Published March, 2010 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 shall be galvanized after fabrication in accordance with AASHTO -M -111. 35. Mono -tube Sign Structures Mono -tube Sign Bridge fabricated to details shown in the Plans. Shop drawings for approval are required prior to fabrication. 36. Steel Sign Bridges Steel Sign Bridges fabricated from steel tubing meeting AASHTO -M -138 for Aluminum Alloys. See Std. Plans, and Contract Plans for details. The steel structure shall be galvanized after fabrication in accordance with AASHTO -M -111. 37. Steel Sign Post Fabricated Steel Sign Posts as detailed in Std Plans. Shop drawings for approval are to be provided prior to fabrication 38. Light Standard Prestressed Spun, prestressed, hollow concrete poles. 39. Light Standards Lighting Standards for use on highway illumination systems, poles to be fabricated to conform with methods and materials as specified on Std. Plans. See Specia Provisions for pre- approved drawings. 40. Traffic Signal Standards Traffic Signal Standards for use on highway and /or street signal systems. Standards to be fabricated to conform with methods and material as specified on Std. Plans. See Special Provisions for pre- approved drawings 41. Precast Concrete Sloped Mountable Curb (Single and DualFaced) See Std. Plans. X X X X X X X X Supplemental to Wage Rates 6 3/3/2010 Edition, Published March, 2010 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. NOTE: Fabrication inspection required. Only signs tagged "Fabrication Approved" by WSDOT Sign Fabrication Inspector to be installed 43. Cutting bending reinforcing steel 44. Guardrail components 45. Aggregates /Concrete mixes 46. Asphalt 47. Fiber fabrics 48. Electrical wiring /components 49. treated or untreated timber pile 50. Girder pads (elastomeric bearing) 51. Standard Dimension lumber 52. Irrigation components X X Custom Std Message Signing Message X X X Custom Standard End Sec Sec Covered by WAC 296 127 -018 Covered by WAC 296 127 -018 X X X X X X Supplemental to Wage Rates 7 3/3/2010 Edition, Published March, 2010 ITEM DESCRIPTION 53. Fencing materials 54. Guide Posts 55. Traffic Buttons 56. Epoxy 57. Cribbing 58. Water distribution materials 59. Steel "H" piles 60. Steel pipe for concrete pile casings 61. Steel pile tips, standard 62. Steel pile tips, custom WSDOT's Predetermined List for Suppliers Manufactures Fabricator YES NO X X X X X X X X X Supplemental to Wage Rates 8 3/3/2010 Edition, Published March, 2010 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 Classification Code METAL FABRICATION (IN SHOP) EFFECTIVE 03/03/2010 (See Benefit Code Key) FITTER/WELDER $12 76 LABORER $8 55 MACHINE OPERATOR $12 66 PAINTER $10 20 Counties Covered BENTON 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 1 1 1 1 MACHINE OPERATOR $10 53 1 PAINTER $9 76 1 WELDER $16 70 1 1 Counties Covered 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 LABORER $11.13 1 MACHINE OPERATOR $10 66 1 PAINTER $11 41 1 Supplemental to Wage Rates 9 3/3/2010 Edition, Published March, 2010 11 Classification Code FITTER/WELDER PAINTER METAL FABRICATION (IN SHOP) EFFECTIVE 03/03/2010 (See Benefit Code Key) Counties Covered CLARK FITTER $27 49 1 E 6H LABORER $19 21 1E 6H LAYEROUT $28 77 1E 6H MACHINE OPERATOR $28 77 1E 6H PAINTER $25 31 1E 6H WELDER $26 89 1E 6H Counties Covered COWLITZ MACHINE OPERATOR $25 33 1B 6V FITTER $25 33 1B 6V WELDER $2533 1B 6V Counties Covered GRANT 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 Prevailing Overtime Holiday Wage Code Code $10 79 1 $8 55 1 FITTER $26 96 1 LABORER $8 55 1 MACHINE OPERATOR $13 83 1 WELDER $13 83 1 Supplemental to Wage Rates 10 3/3/2010 Edition, Published March, 2010 Classification Code METAL FABRICATION (IN SHOP) EFFECTIVE 03/03/2010 (See Benefit Code Key) 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 Prevailing Overtime Holiday Wage Code Code Supplemental to Wage Rates 11 3/3/2010 Edition, Published March, 2010 Classification Code METAL FABRICATION (IN SHOP) EFFECTIVE 03/03/2010 (See Benefit Code Key) Counties Covered THURSTON FITTER $2710 2U 6T LABORER 16 91 2U 6T LAYEROUT $30 63 2U 6T MACHINE OPERATOR $20 86 2U 6T WELDER $24 74 2U 6T Counties Covered WHATCOM FITTER/WELDER $13 81 1 LABORER $9 00 1 MACHINE OPERATOR $13 81 1 Counties Covered YAKIMA FITTER $12 00 1 LABORER $10 31 1 MACHINE OPERATOR $11 32 1 PAINTER $12 00 1 WELDER $11 32 1 Prevailing Overtime Holiday Wage Code Code Supplemental to Wage Rates 12 3/3/2010 Edition, Published March, 2010 Classification Code ALL CLASSIFICATIONS ALL CLASSIFICATIONS FABRICATED PRECAST CONCRETE PRODUCTS EFFECTIVE 03/03/2010 (See Benefit Code Key) 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 Counties Covered WHATCOM Counties Covered YAKIMA $9 96 1 Counties Covered CHELAN, KITTITAS, KLICKITAT AND SKAMANIA 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 5B Counties Covered PIERCE ALL CLASSIFICATIONS $9 28 1 Counties Covered SPOKANE ALL CLASSIFICATIONS $20 23 1 ALL CLASSIFICATIONS $13 67 1 CRAFTSMAN $8 72 1 LABORER $8 55 1 Supplemental to Wage Rates 13 3/3/2010 Edition, Published March, 2010 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 3/3/2010 Edition, Published March, 2010 Washington State Department of Labor and Industries Policy Statements (Regarding Production and Delivery of Gravel, Concrete, Asphalt, etc.) WAC 296- 127 -018 Agency filings affecting this section Coverage and exemptions of workers involved in the production and delivery of gravel, concrete, asphalt, or similar materials. (1) The materials covered under this section include but are not limited to: Sand, gravel, crushed rock, concrete, asphalt, or other similar materials. (2) All workers, regardless of by whom employed, are subject to the provisions of chapter 39.12 RCW when they perform any or all of the following functions: (a) They deliver or discharge any of the above listed materials to a public works project site: (i) At one or more point(s) directly upon the location where the material will be incorporated into the project; or (ii) At multiple points at the project; or (iii) Adjacent to the location and coordinated with the incorporation of those materials. (b) They wait at or near a public works project site to perform any tasks subject to this section of the rule. (c) They remove any materials from a public works construction site pursuant to contract requirements or specifications (e.g., excavated materials, materials from demolished structures, clean -up materials, etc.). (d) They work in a materials production facility (e.g., batch plant, borrow pit, rock quarry, etc.,) which is established for a public works project for the specific, but not necessarily exclusive, purpose of supplying materials for the project. (e) They deliver concrete to a public works site regardless of the method of incorporation. (f) They assist or participate in the incorporation of any materials into the public works project. Supplemental to Wage Rates 15 3/3/2010 Edition, Published March, 2010 (3) All travel time that relates to the work covered under subsection (2) of this section requires the payment of prevailing wages. Travel time includes time spent waiting to load, loading, transporting, waiting to unload, and delivering materials. Travel time would include all time spent in travel in support of a public works project whether the vehicle is empty or full. For example, travel time spent returning to a supply source to obtain another load of material for use on a public works site or returning to the public works site to obtain another load of excavated material is time spent in travel that is subject to prevailing wage. Travel to a supply source, including travel from a public works site, to obtain materials for use on a private project would not be travel subject to the prevailing wage. (4) Workers are not subject to the provisions of chapter 39.12 RCW when they deliver materials to a stockpile. (a) A "stockpile" is defined as materials delivered to a pile located away from the site of incorporation such that the stockpiled materials must be physically moved from the stockpile and transported to another location on the project site in order to be incorporated into the project. (b) A stockpile does not include any of the functions described in subsection (2)(a) through (f) of this section; nor does a stockpile include materials delivered or distributed to multiple locations upon the project site; nor does a stockpile include materials dumped at the place of incorporation, or adjacent to the location and coordinated with the incorporation. (5) The applicable prevailing wage rate shall be determined by the locality in which the work is performed. Workers subject to subsection (2)(d) of this section, who produce such materials at an off -site facility shall be paid the applicable prevailing wage rates for the county in which the off -site facility is located. Workers subject to subsection (2) of this section, who deliver such materials to a public works project site shall be paid the applicable prevailing wage rates for the county in which the public works project is located. [Statutory Authority: Chapter 39.12 RCW, RCW 43.22 051 and 43.22.270. 08 -24 -101, 296- 127 -018, filed 12/2/08, effective 1/2/09. Statutory Authority: Chapters 39.04 and 39.12 RCW and RCW 43.22.270. 92 -01 -104 and 92 -08 -101, 296- 127 -018, filed 12/18/91 and 4/1/92, effective 8/31/92.1 Supplemental to Wage Rates 16 3/3/2010 Edition, Published March, 2010 BENEFIT CODE KEY EFFECTIVE 03 -03 -2010 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 AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE D THE FIRST TWO (2) HOURS BEFORE OR AFTER A FIVE EIGHT (8) HOUR WORKWEEK DAY OR A FOUR TEN (10) HOUR WORKWEEK DAY AND THE FIRST EIGHT (8) HOURS WORKED THE NEXT DAY AFTER EITHER WORKWEEK SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL ADDITIONAL HOURS WORKED AND ALL WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE E THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL OTHER HOURS WORKED MONDAY THROUGH SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE F THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL OTHER OVERTIME HOURS WORKED, EXCEPT LABOR DAY, SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE G THE FIRST TEN (10) HOURS WORKED ON SATURDAYS AND THE FIRST TEN (10) HOURS WORKED ON A FIFTH CALENDAR WEEKDAY IN A FOUR TEN HOUR SCHEDULE, SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE H ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS OR EQUIPMENT BREAKDOWN) SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE 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 AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE O THE FIRST TEN (10) HOURS WORKED ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SUNDAYS, HOLIDAYS AND AFTER TWELVE (12) HOURS, MONDAY THROUGH FRIDAY, AND AFTER TEN (10) HOURS ON SATURDAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE P ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF CIRCUMSTANCES WARRANT) AND SUNDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE 1 BENEFIT CODE KEY EFFECTIVE 03 -03 -2010 -2- 1 Q THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND UP TO TEN (10) HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT CHRISTMAS DAY) SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE ALL HOURS WORKED ON CHRISTMAS DAY SHALL BE PAID AT TWO AND ONE -HALF TIMES THE HOURLY RATE OF WAGE R ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE S THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON HOLIDAYS AND ALL OTHER OVERTIME HOURS WORKED, EXCEPT LABOR DAY, SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE T WORK PERFORMED IN EXCESS OF EIGHT (8) HOURS OF STRAIGHT TIME PER DAY, OR TEN (10) HOURS OF STRAIGHT TIME PER DAY WHEN FOUR TEN (10) HOUR SHIFTS ARE ESTABLISHED, OR FORTY (40) HOURS OF STRAIGHT TIME PER WEEK, MONDAY THROUGH FRIDAY, OR OUTSIDE THE NORMAL SHIFT, AND ALL WORK ON SATURDAYS SHALL BE PAID AT TIME AND ONE -HALF THE STRAIGHT TIME RATE HOURS WORKED OVER TWELVE HOURS (12) IN A SINGLE SHIFT AND ALL WORK PERFORMED AFTER 6 00 PM SATURDAY TO 6 00 AM MONDAY AND HOLIDAYS SHALL BE PAID AT DOUBLE THE STRAIGHT TIME RATE OF PAY THE EMPLOYER SHALL HAVE THE SOLE DISCRETION TO ASSIGN OVERTIME WORK TO EMPLOYEES PRIMARY CONSIDERATION FOR OVERTIME WORK SHALL BE GIVEN TO EMPLOYEES REGULARLY ASSIGNED TO THE WORK TO BE PERFORMED ON OVERTIME SITUATIONS AFTER AN EMPLOYEE HAS WORKED EIGHT (8) HOURS AT AN APPLICABLE OVERTIME RATE, ALL ADDITIONAL HOURS SHALL BE AT THE APPLICABLE OVERTIME RATE UNTIL SUCH TIME AS THE EMPLOYEE HAS HAD A BREAK OF EIGHT (8) HOURS OR MORE U ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE V ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT THANKSGIVING DAY AND CHRISTMAS DAY) SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON THANKSGIVING DAY AND CHRISTMAS DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE W ALL HOURS WORKED ON SATURDAYS AND SUNDAYS (EXCEPT MAKE -UP DAYS DUE TO CONDITIONS BEYOND THE CONTROL OF THE EMPLOYER)) SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE X THE FIRST FOUR (4) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TWELVE (12) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED OVER TWELVE (12) HOURS MONDAY THROUGH SATURDAY, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE WHEN HOLIDAY FALLS ON SATURDAY OR SUNDAY, THE DAY BEFORE SATURDAY, FRIDAY, AND THE DAY AFTER SUNDAY, MONDAY, SHALL BE CONSIDERED THE HOLIDAY AND ALL WORK PERFORMED SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE Y ALL HOURS WORKED OUTSIDE THE HOURS OF 5 00 AM AND 5 00 PM (OR SUCH OTHER HOURS AS MAY BE AGREED UPON BY ANY EMPLOYER AND THE EMPLOYEE) AND ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY (10 HOURS PER DAY FOR A 4 X 10 WORKWEEK) AND ON SATURDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE (EXCEPT FOR EMPLOYEES WHO ARE ABSENT FROM WORK WITHOUT PRIOR 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 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 BENEFIT CODE KEY EFFECTIVE 03 -03 -2010 -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 PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE E 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 1 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 HOLIDAYS 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 SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE O ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE P THE FIRST EIGHT (8) HOURS ON 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 THE 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 T ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO AND ONE -HALF TIMES THE HOURLY RATE OF PAY, AND THIS RATE SHALL INCLUDE HOLIDAY PAY U ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED OVER 12 HOURS IN A DAY, OR ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SATURDAYS AND ON MAKE -UP DAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 BENEFIT CODE KEY EFFECTIVE 03 -03 -2010 -4- W THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL OTHER HOURS WORKED MONDAY THROUGH SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE ON A FOUR -DAY, TEN -HOUR WEEKLY SCHEDULE, EITHER MONDAY THRU THURSDAY OR TUESDAY THRU FRIDAY SCHEDULE, ALL HOURS WORKED AFTER TEN SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE THE FIRST EIGHT (8) HOURS WORKED ON THE FIFTH DAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL OTHER HOURS WORKED ON THE FIFTH, SIXTH, AND SEVENTH DAYS AND ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE X ALL HOURS WORKED MONDAY THROUGH FRIDAY BETWEEN THE HOURS OF 6 00 P M AND 6 00 A M AND ALL HOURS 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 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 CHRISTMAS DAY (7) B HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (8) C HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8) D HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AND SATURDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8) 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, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (I I) 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 YEARS 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 YEARS DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY, AND CHRISTMAS DAY (7) K HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (9) L HOLIDAYS NEW YEAR'S DAY, MARTIN LUTHER KING JR DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8) 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 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 BENEFIT CODE KEY EFFECTIVE 03 -03 -2010 -5- Q PAID HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (6) R PAID HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, ONE -HALF DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (7 1/2) 5 S PAID HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (7) T PAID HOLIDAYS NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND THE DAY BEFORE OR AFTER CHRISTMAS (9) 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) PAID HOLIDAYS SIX (6) PAID HOLIDAYS W PAID HOLIDAYS NINE (9) PAID HOLIDAYS X HOLIDAYS AFTER 520 HOURS NEW YEAR'S DAY, THANKSGIVING DAY AND CHRISTMAS DAY AFTER 2080 HOURS NEW YEARS DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, CHRISTMAS DAY AND A FLOATING HOLIDAY (8) Y HOLIDAYS NEW YEARS 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 YEARS DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY BEFORE OR THE DAY AFTER CHRISTMAS DAY (9) E PAID HOLIDAYS NEW YEAR'S DAY, DAY BEFORE OR AFTER NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND A HALF -DAY ON CHRISTMAS EVE DAY (9 1/2) 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 YEARS DAY, MARTIN LUTHER KING JR DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND CHRISTMAS EVE DAY (11) H PAID HOLIDAYS NEW YEARS DAY, NEW YEAR'S EVE DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY AFTER CHRISTMAS, AND A FLOATING HOLIDAY (10) I PAID HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7) J PAID HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY AFTER CHRISTMAS, AND A FLOATING HOLIDAY (9) 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 THANKSGIVING DAY AND CHRISTMAS DAY (8) UNPAID HOLIDAY PRESIDENTS' DAY BENEFIT CODE KEY EFFECTIVE 03 -03 -2010 -6- 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) 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 HOLIDAYS 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, EMPLOYEES 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) 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' TO 220' $4 00 PER FOOT FOR EACH FOOT OVER 150 FEET OVER 220' $5 00 PER FOOT FOR EACH FOOT OVER 220 FEET C IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE OVER 50' TO 100' $1 00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100' TO 150' $1 50 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 150' TO 200' $2 00 PER FOOT FOR EACH FOOT OVER 150 FEET OVER 200' DIVERS MAY NAME THEIR OWN PRICE D WORKERS WORKING WITH SUPPLIED AIR ON HAZMAT PROJECTS RECEIVE AN ADDITIONAL $1 00 PER HOUR L WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS LEVEL A $0 75, LEVEL B $0 50, AND LEVEL C $0 25 M WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS LEVELS A B $1 00, LEVELS C D $0 50 N WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS LEVEL A $1 00, LEVEL B $0 75, LEVEL C $0 50, AND LEVEL D $0 25 P WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS CLASS A SUIT $2 00, CLASS B SUIT $1 50, CLASS C SUIT $1 00, AND CLASS D SUIT $0 50 ATTACHMENT B REQUEST FOR INFORM ATION (RFI) AND CONTRACT CHANGE ORDER FORMS City cf Port Angeles RETAINING WALL DESIGN 633 PARK AVEUNE Small Works Project Manual April 2010 DATE REPLY REQUESTED ORIGINATOR SIGNATURE COMMENTS REQUEST FOR INFORMATION (RFI) FORM PROJECT NAME PROJECT /CONTRACT NUMBER ORIGINATOR. 0 Owner i Contractor ITEM REFERENCE DRAWING OR SPECIFICATION DESCRIPTION OF CLARIFICATION /REQUEST CRITICAL TO SCHEDULE: 0 YES NO DATE: RFI Number 1 1 1 1 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 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Contractor Project No 2. Additional work, etc.... Such work will be compensated by check one or more of the following as applicable Increase or j Decrease in bid items; Force Account; j Negotiated Price The described work affects the existing contract items and /or adds and /or deletes bid items as follows CONTRACT CHANGE ORDER (CCO) NO. Project Name Date Item Descnption No 2 DAYS XX RFI 1 I* 1* 1 DAYS YY 1 DAYS ZZ Amount with applicable sales tax Included APPROVED BY. PROJECT ENGINEER CITY ENGINEER CONTRACTOR PUBLIC WORKS UTILITIES DIRECTOR CITY MANAGER CITY COUNCIL APPROVAL DATE Qty Unit Cost Per Unit Cost Net Cost Adj Days I O no I I I 1 I I I R ev I I I 1 I I I O no I I I I I I R ev I 1 1 I I ORIGINAL CURRENT EST NET CHANGE TOTAL CHANGE ORDERS, EST CONTRACT AFTER CONTRACT CONTRACT THIS CHANGE ORDER INCLUDING THIS ONE THIS CHANGE ORDER 1 1 DAYS XX +ZZ -YY All work, matenais and measurements to be In accordance with the provisions of the ongmal 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 descnbed herein, including delays to the overall project SIGNATURE' I* 1 DAYS YY +ZZ DATE ATTACHMENT C CONTRACTOR'S APPLICATION FOR PAYMENT FORM City of Port Angeles RETAINING WALL DESIGN 633 PARK AVEUNE Small Works Project Manual Apnl 2010 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 2 3 4 5 6 7 8 9 10 11 413 34 Arm TO: City of Port Angeles Public Works Utilities Department P.O. Box 1150 Port Angeles, WA 98362 FROM: PERIOD From. STATEMENT OF CONTRACT ACCOUNT Original Contract Amount (Excluding Sales Tax) Total Value of Approved Change Order No(s) (Excluding Sales Tax) Adjusted Contract Amount [1 +2] Value of Work Completed to Date (per attached breakdown) Material Stored on Site (per attached breakdown and material receipts) Subtotal [4 +5] 8 4% Sales Tax (at 8.4% of Subtotal), As Applicable Less Amount Retained (at 5% of subtotal) Subtotal [6 +7 -8] Total Previously Paid 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 all 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 09/08] CONTRACTOR'S APPLICATION FOR PAYMENT Retaining Wall Design 633 Park Avenue Page 1 of 2 DATE: PAYMENT REQUEST NO. to [end of period] 1 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 performance 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 APPROVAL: Project Manager City Engineer PW 407_04 Part04 doc [Revised 09/08] CONTRACTOR'S APPLICATION FOR PAYMENT Page 2 of 2 Notary Public in and for the State of residing at My appointment expires Date Date 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ATTACHMENT D REQUEST FOR APPROVAL OF MATERIAL FORM City of Port Angeles RETAINING WALL DESIGN 633 PARK AVEUNE Small Works Project Manual April 2010 g li t Washington State WAV Department of Transportation Contract Section Contractor 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 Bid Item No. Project Engineer 1. Acceptance Criteria 2 Acceptance Cntena 3 Acceptance Cntena 4 Acceptance Cntena 5. Acceptance Criteria 6 Acceptance Cntena 7 Acceptance Criteria 8 Source Approved 9. Approval Withheld 10 Approval Withheld 11. Miscellaneous Acceptance Cntena Remarks Project Engineer Distribution Contractor Region Operations Engineer Fabrication Inspection DOT Form 350 -071 EF Revised 12/2008 Material or Name and Location of Fabricator, Product/Type Manufacturer or Pit Number Date FA Number Request for Approval of Material SR Date County Subcontractor Specification Reference 1 1 PE/QPL Code State Materials Engineer Date Acceptance Action Codes for use by Project Engineer and State Materials Laboratory Acceptance based upon 'Satisfactory' Test Report for samples of materials to be incorporated into project Mfg Cert of Compliance for 'Acceptance' prior to use of matenal Catalog Cuts for 'Acceptance' prior to use of material. Catalog Cut Approved Yes No Submit Shop Drawings for 'Approval' pnor to fabncation of material. Only 'Approved for Shipment', 'WSDOT Inspected' or 'Fabrication Approved Decal' material shall be used Submit Certificate of Materials Ongin to Project Engineer Office Request Transmitted to State Materials Laboratory for Approval Action. Submit samples for preliminary evaluation Region Materials State Materials Lab M/S 47365 For WSDOT Use Only RAM Hdqtr /QPL Code State Materials Engineer Distribution General File Signing Inspection Other 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ATTACHMENT E REQUEST TO SUBLET AND SUBCONTRACT CERTIFICATION FORMS City cf Port Angeles RETAINING WALL DESIGN 633 PARK AVEUNE Small Works Project Manual April 2010 6, Washington State Va. Department of Transportation Prime Contractor Job Description (Title) Request Number Subcontractor or Lower Tier Subcontractor Address City Approval is Requested to Sublet the Following Described Work to: If Lower Tier Subcontractor, ID of Corresponding Subcontractor Item No Partial I understand and will insure that the subcontractor will comply fully with the plans and specifications under which this work is being performed Department of Transportation Use Only Percent of Total Contract DBE Status Verification This Request Previous Requests Sublet to Date Project Engineer's Signature Approved )OT Form 421 -012 EF Revised 11/2009 OA Date Request to Sublet Work Subcontractor Lower Tier Subcontractor DBE Federal Employer I D. Number State Contract Number Unified Business Identifier (UBI) Federal Employer I.D. Number Telephone Number State Zip Code Estimated Starting Date Distnbution White (Original) Region Canary (Copy) Project Engineer Pink (Copy) Contractor If no Federal Employer I D Number, Use Owner's Social Security Number Item Description Amount Prime Contractor Signature Date Approved Region Construction Engineer Date (When Required) 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 OF NcS 4 l' Rcs ptA Project Number I certify the above statement to be true and correct. Company By Title Contractor Certification To be completed and signed by the contractor PW 040725 [New 07/05] Contractor and Subcontractor or Lower Tier Subcontractor Certification for City of Port Angeles Projects (Required for each Subcontractor or Lower Tier Subcontractor on all projects) Project Name Subcontractor or Lower Tier Subcontractor To be signed by proposed subcontractor or lower tier subcontractor The contract documents for this subcontract include the minimum prevailing wage rates. Date 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. The contract documents for (1) or (2) marked above include the minimum prevailing wage rates. I certify the above statements under Contractor Certification to be true and correct. Company By Date Title 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ATTACHMENT F PROJECT PLANS City of Port Angeles RETAINING WALL DESIGN 633 PARK AVEUNE Small Works Project Manual April 2010 1 4 1 1 1 1 EWE 110D6 PORT ANGELES NO SCALE VICINITY MAP SCRIVNER RD AVE, PROJECT SITE to PENINSULA COLLEGE 64. CITY OF PORT ANGELES RETAINING WAL1 633 SOUTH PARK AVENUE POR ANGELES, WA 98362 PORT ANGELES HARBOR MELODY N LINDBERG RD MADDOCK RD SHEET INDEX SHEET TITLE T -1 TITLE SHEET PAGE 1 C -1 CONSTRUCTION SHEET 2 C -2 PROFILES AND DETAILS 3 SHEET GENERAL NOTES 1. ALL WORKMANSHIP AND MATERIALS SHALL BE IN ACCORDANCE WITH THE CITY OF PORT ANGELES STANDARDS, THE CURRENT EDITION OF THE WASHINGTON STATE DEPARTMENT OF TRANSPORTATION (WSDOT) STANDARD SPECIFICATIONS FOR ROAD. BRIDGE AND MUNICIPAL CONSTRUCTION (STANDARD SPECIFICATIONS). AND ANY PROJECT SPECIFIC SPECIAL PROVISIONS OR CONDITIONS AND REQUIREMENTS 2. TEMPORARY EROSION/WATER POLLUTION MEASURES ARE REQUIRED AND SHALL COMPLY WITH CHAPTER 6 OF THE CITY OF PORT ANGELES' URBAN SERVICES STANDARDS AND GUIDEUNES AND THE CURRENT EDITION OF THE WASHINGTON STATE DEPARTMENT OF TRANSPORTATION STANDARD SPECIFICATIONS FOR ROAD. BRIDGE AND MUNICIPAL CONSTRUCTION 3. EXISTING AND NEWLY CONSTRUCTED STORM WATER DRAINAGE SYSTEMS SHALL. BE PROTECTED FROM CONSTRUCTION SITE RUNOFF. 4 A PRECONSTRUCTION MEETING SHALL BE HELD WITH THE CITY PRIOR TO THE START OF CONSTRUCTION 5 HORIZONTAL AND VERTICAL CONTROLS /DATUM AS ADOPTED BY THE CITY SHALL BE USED. UNLESS APPROVED OTHERWISE 6 AU. APPROVALS AND PERMITS REQUIRED BY THE CITY SHALL BE OBTAINED BY THE CONTRACTOR PRIOR TO THE START OF CONSTRUCTION, UNLESS OTHERWISE APPROVED BY THE CITY ENGINEER 7 THE CONTRACTOR SHALL BE FULLY RESPONSIBLE FOR THE LOCATION AND PROTECTION OF AU. EXISTING UTILITIES THE CONTRACTOR SHALL VERIFY ALL UTILITY LOCATIONS PRIOR TO CONSTRUCTION BY CALLING UNDERGROUND LOCATE AT 1 -800- 424 -5555 A MINIMUM OF 48 HOURS PRIOR TO ANY EXCAVATION WORK 8. IF THE CURRENT WSDOT STANDARD lc" PLANS ARE NOT U1IUZED. THE CONTRACTOR SHALL PROVIDE A TRAFFIC CONTROL PLAN(S) FOR REVIEW AND APPROVAL BY THE CITY ENGINEER IN ACCORDANCE WITH THE MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES (MUTCD) 9 THE CONTRACTOR SHALL HAVE A COPY OF THE APPROVED PLANS AT THE CONSTRUCTION SITE AT ALL TIMES 10 SPECIAL STRUCTURES SHALL BE INSTALLED PER PLANS AND MANUFACTURERS' RECOMMENDATIONS. 11 ALL DISTURBED AREAS SHALL RECEIVE TEMPORARY AND PERMANENT EROSION CONTROL IN THE FORM OF VEGETATION ESTABLISHMENT SUCH AS GRASS SEEDING A MEANS SHALL BE ESTABUSHED TO PROTECT THE PERMANENT STORM DRAIN SYSTEM PRIOR TO ESTABLISHMENT OF THE PERMANENT EROSION CONTROL MEASURES. THESE METHODS SHALL BE INCLUDED IN THE EROSION AND SEDIMENT CONTROL PLANS IN ACCORDANCE WITH CHAPTER 6 THE CITY OF PORT ANGELES URBAN SERVICES STANDARDS AND GUIDEUNES 12 CONSTRUCTION WORK HOURS SHALL BE RESTRICTED TO 7 AM TO 10 P.M PRIOR WRITTEN APPROVAL OF THE CITY ENGINEER SHALL BE REQUIRED FOR WORK BETWEEN 10 P M AND 7 AM 13 THE CITY CONSTRUCTION INSPECTOR SHALL BE NOTIFIED A MINIMUM OF 24 HOURS IN ADVANCE OF THE NEED FOR AN INSPECTION 14 TRAFFIC AND STREET SIGN SLEEVES TO BE PROVIDED BY THE CITY PRIOR TO POURING CONCRETE, CONTRACTOR TO CONFIRM SLEEVE LOCATIONS. IF ANY, WITH CITY INSPECTOR 15. PER THE PROVISIONS OF THE CURRENT WSDOT STANDARD SPECIFICATIONS RELATED TO PUBUC CONVENIENCE AND SAFETY, THE CONTRACTOR SHALL MAINTAIN READY ACCESS TO DRIVEWAYS, HOUSES. AND BUILDINGS ALONG THE UNE OF WORK 16 A MINIMUM OF ONE WAY TRAVEL THROUGH THE PROJECT AREA SHALL BE MAINTAINED AT ALL TIMES. 17 SHOULD ACCESS TO A PROPERTY ADJOINING THE PROJECT REOUIRE TEMPORARY CLOSURE ANTICIPATED TO HAVE A DURATION EXCEEDING 15 MINUTES, THE CONTRACTOR SHALL COORDINATE THE TEMPORARY CLOSURE WITH THE PROPERTY OWNER /RESIDENT A MINIMUM OF 24 HOURS ADVANCE NOTIFICATION SHALL BE PROVIDED TO THE PROPERTY OWNER /RESIDENT PRIOR TO ANY SUCH TEMPORARY CLOSURE T -1 1 w a cc 3 LL aQ I <O tj co Z -I o w~ O 00 1Y U)F-a t Z CC L,L- 000 Z II o I w+ mo H U) 1 1 1 1 1 1 1 1 1 1 (1 TIERED RETAINING WALL WITH PEDESTRIAN RAILING C -1 NOT DRAWN TO SCALE CONSTRUCTION PLAN GENERAL CONDITIONS: 1 ALL WORKMANSHIP SHALL BE M ACCORDANCE WITH THE CITY OF PORT ANGELES URBAN SERVICES STANDARDS AND GUIDELINE, THE 2010 WASHINGTON STATE STANDARD SPECIFICATIONS FOR ROAD, BRIDGE AND MUNICIPAL CONSTRUCTION AND ANY PROJECT SPECIFIC SPECIAL PROVISIONS, CONDITIONS AND REQUIREMENTS 2 HORIZONTAL AND VERTICAL CONTROLS/DATUM AS ADOPTED BY THE CITY SHALL BE USED, UNLESS OTHERWISE APPROVED 3 THE CRY CONSTRUCTION INSPECTOR SHALL BE NOTIFIED A MINIMUM OF 48 HOURS IN ADVANCE OF THE NEED FOR AN INSPECTION 4 THE CONTRACTOR SHALL BE FULLY RESPONSIBLE FOR THE LOCATION AND PROTECTION OF ALL EXISTING STREET SIGNS, LIGHTS, UTILITIES AND APPURTENANCES z 0 1- O co 0) z 0 0 H 0� 0 Z w (2" EXISTING SITE CONDITION C_1 NOT DRAWN TO SCALE LEGEND REMOVAL OF EXISTING RETAINING WALL NOT DRAWN TO SCALE L. EXISTING FIRE HYDRANT EXISTING STORM DRAIN EXISTING MAILBOX ADJUST WATER METER 3 PROPOSED TIERED RETAINING WALL EXISTING RETAINING WALL —W— EXISTING WATERMAIN JEI EXISTING NATIVE SOIL PERMEABLE NATIVE BACKFILL 3/4' WASHED DRAIN ROCK LEVEL PAD 6' CRUSHED ROCK F_.J MSE RETAINING WALL BLOCKS TOP SOIL r.'1 T] EXISTING FAILED RETAINING WALL SURVEY POINT 0' 1' TWO INCHES AT FULL SCALE IF NOT SCALE ACCORDINGLY 2' C -1 1 1 1 g F z a 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 100 NORTH EDGE OF PAVEMENT (EL 97 40) 98 94 I 92 I 1 III I I xl TAVATIOM E I,! F�C (70 SLOPE) 0 +00 102 NORTH 100 EDGE OF PAVEMENT (EL 9767) 98 2% SLOPE 96 94 92 0 +00 102 0 +00 I.� I I rf, J 1 I 1= 111 111= 11 =1 I 1 e Tl r I "L 4 OF I I 1 —I 1=1 1= 111 =1 1 -1 r MCI I 111- 111 -11=11 H 1 H 11- 11 rF, i r. i. r. 96 "11lE1 1I I Ni i I -11 Ida r r f f �l 111E11 11144 OF EXCAVATION (70 SLOPE) NORTH EDGE OF 100 PAVEMENT (EL 18 02) 2% SLOPE 98 11 r 2 94 j I-1 0+05 0 +10 0+15 0 4 RETAINING WALL SECTION STA 9+97 C-2 NATIVE BACKFILL EXISTING SLOPE EXISTING NORTH EDGE OF GRASS PEDESTRIAN RALING PEDESTRIAN RAILING 92 A El HET TOP OF r.....r ...QM- RETAINING WALL (EL 97A) 374' WASHED DRAIN ROCK WRAPPED WITH GEO•TEXTILE FASIC, TYP 12 MIN, LOW PERMEABLE SOIL EXISTING SLOPE EXISTING NORTH{ EDGE OF GRASS TOP OF PROPOSED RETAINING WALL (EL 97.4) 314' WASHED DRAIN ROCK WRAPPED WITH FABIC, TYP TOP OF PROPOSED RETAINING WALL (EL 924) TQP OE EXISTING FAILED WALL 4EL 9661) PEDESTRIAN RAILING r MIN LOW PERMEABLE SOIL EXISTING SLOPE 314• WASHED DRAIN ROCK WRAPPED WTTH GEO•TExmLE FABIC, TYP I III TOP OF PROPOSED RETAINING WALL (EL 95 10) EXISTING GROUND (EL 62 70) 6• CRUSHED ROCK LEVELING PAD, TYP TOP OF PROPOSED RETAINING WALL (EL 95 06) EXISTING GROUND (EL 9259) 6' CRUSHED ROCK LEVELING PAD, TYP EXISTING RESIDENTIAL SIDEWALK TOP OF PROPOSED RETAINING WALL (EL 9$ 03) EXISTING GOUND (EL 92 63) 0 +05 0 +10 0+15 G2 C RETAINING WALL SECTION STA 9 +76 OF EXCAVATION (70% SLOPE) 0+05 0 +10 0+15 n RETAINING WALL SECTION- STA 9+97 ■Gy E CRUSHED ROCK LEVELING PAD, TYP RELOCATE EXISTING POLE 6 FEET NORTH XISTING RESIDENTIAL SIDEWALK Y 0 +20 20+00 20+00 BASE LEVELING PAD NOTES, 1 DE LLH 3E PAD I TO BE C NSIDUCTED OF CALMED TOP MOSE ROCK CR09ED TOP COURSE ROCK IEYEl41G FAO [NEMT/YS 195017 *Ir IRR7 Br AMON 2' ALUMINUM ALLOY PIPE (NOMINAL PIPE SIZE) A 1181181181181111811118118118111181111 1/2' ALUMINUM ALLOY PIPE (NOMINAL PIPE SIZE) PERMEABLE SOIL, TYP. A SPHERE 4' IN DIAMETER CANNOT PASS THROUGH, TYP. SWOW) 1087 ir •50000 m' HMI 8' IWIT I' *HEW tog to .Karr So b OP LIE 11DI16 la' •LEPIk to r/7' RETAILING WALL NOTES, D HET/AMMO WALL SHALL NOT EXCEED 25 FEET N HOMO 2) THE PLANTER STRIP SHALL DE AM8IMS19 FEET IN 11110111. 3) LENGTH OF RETADONO WALL SHALL BE MIT FACE STANDARD UNIT /BASE PAD ISOMETRIC SECTION VIEW IgTO RA WNTD SCALE LEGEND A EXISTING FIRE HYDRANT EXISTING STORM DRAIN EXISTING MAILBOX ADJUST WATER METER C PROPOSED TIERED RETAINING WALL EXISTING RETAINING WALL EXISTING WATERMAIN EXISTING NATIVE SOIL PERMEABLE NATIVE BACIff61 374• WASHED DRAIN ROCK LEVEL PAD, 6' CRUSHED ROCK Q MSE RETAINING WALL BLOCKS TOP SOIL EXISTING FAILED RETAINING WALL SURVEY POINT 0 1' 1N'0 INCHES AT FILL SCALE F NOT SCALE ACCORDINGLY 2' C -2 W Q O L a Q h a s 3 3 G` c tO N J 1 O NC kJ J CO v �R C5 ET T aka C-21 5