Loading...
HomeMy WebLinkAbout4.651 Original ContractFor information regarding this project, contact: James Burke, City of Port Angeles 360- 417 -4809 PW 0407_01 Part01 doc [Revised March 20081 PROJECT MAN UAL for STREET OVERLAYS PROGRAM PROJECT NO. TR 01 -03 CITY OF PORT ANGELES WASHINGTON Spring 2010 ORIGINAL COPY #1 GLENN A. CUTLER, P.E., DIRECTOR OF PUBLIC WORKS UTILITIES STEPHEN P. SPERR, P.E., DEPUTY DIRECTOR OF ENGINEERING SERVICES O� pORTgA, G� bRKS ANO June 1, 2010 TO: Lakeside Industries, Inc. Attn: George Peabody P.O. Box 728 Port Angeles, WA 98362 PROJECT Description: Street Overlays Program, Project No. TR 01 -03, The Owner has considered the bid submitted "by you for the above described work in response to its Advertisement for Bids dated May 2, 2010. You are hereby notified that your bid has been accepted for the base bid in the amount of 1,292,540.96, including the appropriate sales tax. You are required, as stated in the Information for Bidders, to execute the contract and furnish the required Contractor's Performance and Payment Bond and certificates of insurance within ten (10) calendar days from the date of this notice to you. If you fail to execute said contract and to furnish said bonds within ten (10) days from the date of Notice, said Owner will be entitled to consider all of,your rights arising out of the Owner's acceptance of your bid as abandoned and as a forfeiture of your bid bond. 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 3rd day of June, 2010. CITY OF PORT ANGELES NOTICE OF AWARD CITY OF PORT A By: Title: Deputy Director of Enaineerina Services ACCEPTANCE OF NOTICE BY CONTRACTOR Receipt of the above Notice of Award is hereby acknowledged t day oof/f 20 SIGNATURE Print Name: 9$W(D C44- tCf2G4 Title: pin!) v- v Please return signed original to the City of Port Angeles Public Works Utilities Department, attn: James Burke Assistant Civil Engineer I N \PROJECTS \TR -01 -03 Street Overlays Program \14 Contract Award Notice to Proceed- Retainage Agreements \0407_17 Notice_of Award doc ADDENDUM NO. 1 TO PROJECT MANUAL FOR Street Overlays Program PROJECT NO. TR 01 -03 NOTICE TO PROSPECTIVE BIDDERS Bid Opening May 25, 2010 NOTICE IS HEREBY GIVEN that the instructions and requirements of the subject bid are amended as follows: Bid Form 1. A number of Bid Items are corrected to read: Front Street Base Bid: Item No. 1, Minor Change has a unit price of $5000 Item No. 14, Anti- Striping Additive has a unit price of $500 Lauridsen Blvd Base Bid: Item No. 1, Minor Change has a unit price of $5000 L Street Base Bid: Item No. 1, Minor Change has a unit price of $5000 Race Street Base Bid: Item No. 1, Minor Change has a unit price of $5000 Fifth Street Base Bid: Item No. 1, Minor Change has a unit price of $5000 2. Replace pages I -7 through I -17 of the project manual with the attached revised Bid Form. Special Provision: 1. Insert the following new specification in the Special Provisions: (March 13, 1995) Cooperation With Other Contractors Section 1 -05.14 is supplemented with the following: Other Contracts Or Other Work It is anticipated that the following work adjacent to or within the limits of this project will be performed by others during the course of this project and will require coordination of the work: 2010 Watermain Replacement on 5 Street. Therefore asphalt paving of 5 Street shall be done after the watermain work is completed. Addendum No 1 to Project TR 01 -03 Page 1 of 2 2. A point of clarification is that WSDOT Standard Specifications for Road, Bridge, and Municipal Construction 2010, states in section 1 -10 that "the contactor, utilizing contactor labor and contractor- provided equipment and materials, shall plan, manage, supervise and perform all temporary traffic control activities needed to support the Work of the Contract." Therefore, the City will not be supplying a temporary traffic control plan to the contactor; this will be the responsibility of the contractor and shall be incidental to the unit bid price "Temporary Traffic Control Plans: 1. Sheet S -18 is hereby removed and replaced with attached sheet S -18, which illustrates the location of wireless vehicle detection system and pavement marking locations for 5 and Race Streets. All other Pavement marking locations will be provided at the preconference meeting and marked in the field by the project engineer. 2. A point of clarification is that on sheet C -7 (L Street) the "HMA Wedge Joint" refers to detail 5/D -1, "2 inch Min. Compacted Depth HMA Cl %2" PG -64 -22 Shoulder, Typ. (Varies 2.5' to 5' feet)" The Bid Opening date and time has not been changed. This addendum must be acknowledged in the space provided on the Bid Form in the Project Manual that is submitted to the City. Failure to do so may result in the proposal being rejected as non responsive. Stephen Sperr, Deputy Director of Engineering Services Attachments: Revised Sheet S -18 page 45 of 47 Revised Bid Form Addendum No. 1 to Project TR 01 -03 Page 2 of 2 Honorable Mayor and City Council Port Angeles City Hall 321 East Fifth Street Port Angeles, WA 98362 BIDDER: BID FORM 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. The bidder further certifies that the subcontracting firms or businesses submitted on the LISTING OF PROPOSED SUBCONTRACTORS will be awarded subcontracts for the described portions of the work: If the bidder is awarded a construction contract on this bid, the name and address of the surety who will provide the performance bond is: Surety Surety address Surety Contact and Phone Number Agent Agent Address Agent Contact and Phone Number Revised Bid Form Page 1 of 11 Unit Price Extended Item Estimated (Figures) Amount No. Sec No. Description of Item Quantity Units BID FORM BASE BID -FRONT STREET OVERLAY PROJECT 1 I 1 -04 I MINOR CHANGE I 1 I L.S. I 5000.00 I$ 5000.00 2 1 -05 SURVEY, MONUMENT 1 L.S. PROTECTION 3 1 -07 SPILL PREVENTION 1 L.S. CONTROL PLAN 4 11 -09 I MOBILIZATION I 1 L.S. I I 5 1 -10 TEMPORARY TRAFFIC 1 L.S. CONTROL 6 2 -02 REMOVE CEMENT CONC. 48 L.F. CURB AND GUTTER 7 2 -02 REMOVE CEMENT CONC. 30 S.Y. SIDEWAK 8 I I REMOVE CATCH BASIN I 2 I EACH I$ I 9 2 -02 REMOVE EXIST. 1 L.S. PAVEMENT MARKINGS 10 2 -09 STRUCTURE 3 C.Y. EXCAVATION CLASS B, INCL. HAUL 11 15 -03 I PLANING PAVEMENT I 7635 I S.Y. I I$ 12 5 -04 HMA FOR PRELEVEING 392 TONS CL. 3/8" PG 64 -22 13 I 5 -04 I HMA CL. 1/2" PG 62 -22 I 560 I TONS I I 14 5 -04 ANTI STRIPPING 1 INVOICE $500.00 $500.00 ADDITIVE 15 7 -04 SOLID WALL PVC STORM 20 L.F. SEWER PIPE 6" IN. DIAM. 16 7 -05 CATCH BASIN TYPE I W. 2 EACH COMBO. INLET 17 7 -05 ADJUST MANHOLE RING 7 EACH AND COVER 18 7 -12 ADJUST WATER VALVE 2 EACH BOX 19 18 -01 I INLET PROTECTION I 16 I EACH I I 20 8 -04 CEMENT CONC. TRAFFIC 48 L.F. CURB AND GUTTER 21 8 -09 RAISED PAVEMENT 2.28 HUND. MARKER TYPE I Revised Bid Form Page 2 of 11 Unit Price Extended Item Estimated (Figures) Amount No. Sec No. Description of Item Quantity Units BASE BID -FRONT STREET OVERLAY PROJECT 22 8 -09 RAISED PAVEMENT 0.69 HUND. MARKER TYPE II 23 I 8 -012 I MONUMENT CASE I 5 I EACH I I$ 24 8 -14 CEMENT CONC. 10 S.Y. SIDEWALK 25 18 -22 I PLASTIC STOP LINE I 107 I L.F. I I 26 8 -22 PLASTIC TRAFFIC 8 EACH LETTERING 27 8 -22 PLASTIC BIKE SYMBOL 44 EACH LETTERING 28 8 -22 PLASTIC CROSSWALK 358 S.F LINE 29 8 -22 PLASTIC TRAFFIC ARROW 1 EACH TYPE I S 30 8 -22 PLASTIC TRAFFIC ARROW 1 EACH TYPE 2L 31 8 -22 PLASTIC TRAFFIC ARROW 2 EACH TYPE 3R 32 8 -22 PLASTIC TRAFFIC ARROW 2 EACH TYPE 3L 33 8 -22 PLASTIC 8 EACH BICYCLE LANE SYMBOL 34 18 -22 I PAINT LINE I 7500 I L.F. I$ I$ 35 8 -23 TEMPORARY PAVEMENT 1 L.S. MARKING Base Bid Revised Bid Form Page 3 of 11 Unit Price Extended Item Estimated (Figures) Amount No. Sec No. Description of Item Quantity Units BASE BID LAURIDSEN BLVD. STREET OVERLAY PROJECT 1 I 1 -04 I MINOR CHANGE 1 I L.S. I 5000.00 1 5000.00 2 1 -05 SURVEY, MONUMENT 1 L.S. PROTECTION 3 1 -07 SPILL PREVENTION 1 L.S. CONTROL PLAN 4 11 -09 I MOBILIZATION I 1 I L.S. I I$ 5 1 -10 TEMPORARY TRAFFIC 1 L.S. CONTROL 6 2 -02 REMOVE EXIST. 1 L.S. PAVEMENT MARKINGS 7 2 -06 SUBGRADE 1 L.S. PREPARATION 8 4 -04 CRUSHED SURFACING 413 TONS TOP COURSE 9 5 -04 PAVEMENT 709 S.Y. PULVERIZATION 10 5 -04 HMA FOR PRELEVEING 850 TONS CL. 3/8" PG 64 -22 11 I 5 -04 I HMA CL. 1/2" PG 62 -22 I 1740 I TONS I I 12 5 -04 ANTI STRIPPING INVOICE 500.00 500.00 ADDITIVE 13 7 -05 ADJUST MANHOLE RING 3 EACH AND COVER 14 7 -12 ADJUST WATER VALVE 7 EACH BOX 15 18 -01 I INLET PROTECTION I 3 I EACH I I 16 18 -02 I ROADSIDE RESTORATION I 1 I L.S. I I 17 8 -09 RAISED PAVEMENT 10.94 HUND. MARKER TYPE I 18 8 -09 RAISED PAVEMENT 2.92 HUND. MARKER TYPE II 19 8 -13 I MONUMENT CASE I 13 I EACH I I 20 8 -22 I PLASTIC STOP LINE I 37 I L.F. I I 21 8 -22 PLASTIC TRAFFIC 8 EACH LETTERING 22 8 -22 PLASTIC CROSSWALK 64 S.F. LINE Revised Bid Form Page 4 of 11 Unit Price Extended Item Estimated (Figures) Amount No. Sec No. Description of Item Quantity Units BASE BID LAURIDSEN BLVD. STREET OVERLAY PROJECT 23 8 -22 PLASTIC TRAFFIC ARROW 1 EACH TYPE 2R 24 8 -22 PLASTIC TRAFFIC ARROW 1 EACH TYPE 2L 25 18 -22 I PAINT LINE I 10680 I L.F. I$ I$ 26 8 -23 TEMPORARY PAVEMENT 1 L.S. MARKINGS Base Bid Revised Bid Form Page 5 of 11 Unit Price Extended Item Estimated (Figures) Amount No. Sec No. Description of Item Quantity Units BASE BID -L STREET OVERLAY PROJECT MINOR CHANGE 1 L.S. 5000.00 5000.00 SURVEY, MONUMENT 1 L.S. 1 I 1 -04 2 1 -05 3 1 -07 4 I 1 -09 5 1 -10 6 2 -02 7 2 -06 8 4 -04 9 5 -04 10 5 -04 11 I 5 -04 12 5 -04 13 7 -12 14 8 -09 15 8 -09 16 I 8 -13 17 I 8 -22 18 8 -22 19 I 8 -22 20 8 -23 PROTECTION SPILL PREVENTION 1 L.S. CONTROL PLAN I MOBILIZATION I 1 I L.S. I$ TEMPORARY TRAFFIC 1 L.S. CONTROL REMOVE EXIST. 1 L.S. PAVEMENT MARKINGS SUBGRADE 1 L.S. PREPARATION CRUSHED SURFACING 109 TONS TOP COURSE PAVEMENT 19 S.Y. PULVERIZATION HMA FOR PRELEVEING CL. 3/8" PG 64 -22 HMA CL. 1/2" PG 62 -22 ANTI STRIPPING ADDITIVE ADJUST WATER VALVE 2 EACH 107 TONS 532 I TONS I I INVOICE 500.00 500.00 BOX RAISED PAVEMENT 1.76 HUND. MARKER TYPE I RAISED PAVEMENT 0.55 HUND. MARKER TYPE II I MONUMENT CASE I 2 I EACH I I I PLASTIC STOP LINE I 69 I L.F. I I PLASTIC YIELD LINE 5 EACH SYMBOL I PAINT LINE I 3721 I L.F. I$ I$ TEMPORARY PAVEMENT 1 L.S. MARKINGS Base Bid Revised Bid Form Page 6 of 11 Unit Price Extended Item Estimated (Figures) Amount No. Sec No. Description of Item Quantity Units BASE BID -RACE STREET OVERLAY PROJECT 1 I 1 -04 I MINOR CHANGE I 1 I L.S. I 5000.00 I$ 5000.00 2 1 -07 SPILL PREVENTION 1 L.S. CONTROL PLAN 3 11 -09 I MOBILIZATION I 1 I L.S. I I$ 4 1 -10 TEMPORARY TRAFFIC 1 L.S. CONTROL 5 2 -02 REMOVE EXIST. 1 L.S. PAVEMENT MARKINGS 6 12 -06 I SUBGRADE PREPARATON I 1 I L.S. I I 7 4 -04 CRUSHED SURFACING 128 TONS TOP COURSE 8 5 -04 PAVEMENT 123 S.Y. PULVERIZATION 9 5 -04 HMA FOR PRELEVEING 243 TONS CL. 3/8" PG 64 -22 10 I 5 -04 I HMA CL. 1/2" PG 62 -22 I 405 I TONS I I 11 5 -04 ANTI STRIPPING INVOICE 500.00 500.00 ADDITIVE 12 7 -05 ADJUST MANHOLE RING 1 EACH COVER 13 7 -12 ADJUST WATER VALVE 2 EACH BOX 14 8 -09 RAISED PAVEMENT 3.82 HUND. MARKER TYPE I 15 8 -09 RAISED PAVEMENT 0.98 HUND. MARKER TYPE II 16 I 8 -22 I PLASTIC STOP LINE I 56 I L.F. I 17 18 -22 I PAINT LINE I 2517 I L.F. I 18 8 -23 TEMPORARY PAVEMENT 1 L.S. MARKINGS Base Bid Revised Bid Form Page 7 of 11 Unit Price Extended Item Estimated (Figures) Amount No. Sec No. Description of Item Quantity Units BASE BID -FIFTH STREET OVERLAY PROJECT 1 I 1 -04 2 1 -05 3 1 -07 4 I 1 -09 5 1 -10 6 2 -02 7 2 -02 8 2 -02 9 2 -02 10 2 -02 11 I 2 -02 12 I 2 -02 13 2 -09 14 5 -04 15 I 5 -04 16 5 -04 17 7 -04 18 7 -05 19 7 -05 20 7 -05 MINOR CHANGE SURVERYING, MONUMENT PROTECTION 1 L.S. I 5000.00 I 5000.00 1 L.S. SPILL PREVENTION 1 L.S. CONTROL PLAN I MOBILIZATION I 1 I L.S. I I TEMPORARY TRAFFIC 1 L.S. CONTROL REMOVE EXISTING 1 L.S. PAVEMENT MARKINGS REMOVE EXISTING 110 S.Y. CONCRETE DRIVEWAY REMOVE CEMENT 100 S.Y. CONCRETE SIDEWALK REMOVE ASPHALT 36 S.Y. CONCRETE PAVEMENT REMOVE CEMENT CONC. 488 L.F. CURB GUTTER RELOCATE SIGN 3 I EACH I I REMOVE CATCH BASIN I 9 I EACH I I$ STRUCTURE 53 C.Y. EXCAVATION CLASS B HMA FOR PRELEVEING 530 TONS CL. 3/8" PG 64 -22 HMA CL. 1/2" PG 62 -22 I 670 I TONS I INVOICE $500.00 500.00 ANTI- STRIPPING ADDITIVE SOLID WALL PVC STORM 285 L.F. SEWER PIPE 6 IN. DIAM. CONC. INLET W/ COMBO. 4 EACH INLET FRAME AND GRATE CATCH BASIN TYPE I W/ 12 EACH COMBO. INLET ADJUST MANHOLE RING 3 EACH COVER Revised Bid Form Page 8 of 11 Unit Price Extended Item Estimated (Figures) Amount No. Sec No. Description of Item Quantity Units BASE BID -FIFTH STREET OVERLAY PROJECT 21 7 -12 ADJUST WATER VALVE 5 EACH BOX 22 17 -15 I ADJUST METER BOX I 7 EACH I I 23 18 -01 I INLET PROTECTION I 20 I EACH I I 24 18 -02 I ROADSIDE RESTORATION I 1 I L.S. I I$ 25 8 -04 CEMENT CONC. TRAFFIC 506 L.F. CURB GUTTER 26 8 -04 CEMENT CONCRETE 300 L.F. PEDESTRIAN CURB 27 8 -05 CEMENT CONC. 1 L.S. STAIRWAY 28 8 -06 CEMENT CONCRETE 60 S.Y. DRIVE WAY ENTRANCE 29 8 -09 RAISED PAVEMENT 2.17 HUND. MARKER TYPE I 30 8 -09 RAISED PAVEMENT 0.66 HUND. MARKER TYPE II 31 18 -13 MONUMENT CASE I 4 I EACH I I 32 8 -14 CEMENT CONC. 809 S.Y. SIDEWALK 33 8 -14 CEMENT CONCRETE 20 EACH SIDEWALK RAMP 34 8 -18 MAILBOX SUPPORT 4 EACH TYPE I 35 8 -20 WIRELESS VEHICLE 1 L.S. DETECTION SYSTEM 36 18 -22 I PLASTIC CROSSWALK I 96 I S.F. I$ I 37 18 -22 I PLASTIC STOP LINE I 113 I L.F. I I 38 8 -22 PLASTIC TRAFFIC 4 EACH LETTERING 39 8 -22 PLASTIC TRAFFIC ARROW 1 EACH TYPE 2SL 40 8 -22 PLASTIC TRAFFIC ARROW 2 EACH TYPE 3SR 41 18 -22 I PAINT LINE I 40 I L.F. I I 42 8 -23 TEMPORARY PAVEMENT 1 L.S. MARKINGS Revised Bid Form Page 9 of 11 Unit Price Extended Item Estimated (Figures) Amount No. Sec No. Description of Item Quantity Units 43 8 -27 MODULAR CONC. 1 L.S. RETAINING WALL 44 8-100 PEDESTRIAN RAILING 55 L.F Base Bid Total Project Base Bid Revised Bid Form Page 10 of 11 ADDENDA ACKNOWLEDGMENT AND RESPONSIBLE BIDDER CRITERIA The bidder hereby acknowledges that it has received Addenda No(s). to this Project Manual. The name of the bidder submitting this bid and its business phone number and address, to which address all communications concerned with this bid and with the Contract shall be sent, are listed below. Bidder's firm name Complete address Telephone No. Current Contractor's Registration No. Current UBI No. Current Industrial Insurance Acct. No. Current Employment Security Acct. No. Current State Excise Tax No. By signing below the bidder acknowledges it has received any and all Addenda and represents it is not disqualified from bidding on this Contract Signed by Title Printed Name: (Street address) BID FORM (State) (Zip) 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. Revised Bid Form Page 11 of 11 N N SOLID LANE LINE YELLOW (20 LF) PER WSDOT STANDARD PLANS M-20 10-01, TYP I N 1 TPE 35R TRAFFIC ARROW PER WSDOT STANDARD PLANS M -25 4601, TYP STOP BAR (23 LF) PER WSDOT STANDARD PLANS M -24 60-20, CROSS WALK PER WSDOT STANDARD PLANS M-15 10-01, TYP. 11 +00 TYPE 2SL TRAFFIC ARROW PER WSDOT STANDARD PLANS 1A- 24.40-01, TYP 5th Street STOP BAR (18 LF) PER WSDOT STANDARD PLANS 18.24 60-20, DOUBLE CENTER LINE TYPE IW RPM PER WSDOT STANDARD PLANS M-20 50.01, TYP DOUBLE CENTER LINE TYPE 2W RPM PER W OOT STANDARD PLANS M-20 50-01, TYP iii/iii/ti 6 +00 a 7 +501 1 9 PLANS M80 10-00 TYP DOUSE CENTER IINE TYPE 2YY RPM aD PANS M-20 1 TYP DOUBLE CENTER UNE TYPE 1 V RPM PER WSDOT STANTD PLANS M- 2050-01, TYP 3:- r 12 +00 CENTER LINE TYPE 2YV RPM PER WSDQTSTANDARD PLAN M-20 50-01, TYP 6,00 25' 5th Street At Full Scale 1" 20' 25' DOUBLE C DOUBLE CE R LINE TYPE 2W RPMPER NSOON STANDARD PLANSM-20 f /1/1 L 1 tie' ii $,$Sii 7 +00 PER WSDOT STANDARD PLANS M- 801000, TYP L TYPE 2SL TRAFFIC ARROW PER WSDOT STANDARD PLANS FA-24 40.01, TAP TYPE 3SR TRAFFIC ARROW PER WSDOT STANDARD PLANS M- 2540-01, TYP STOP BAR (23 LF) PER WSDOT STANDARD PLANS M-24 60-20 CROSS WALK PER WSDOT STANDARD PLANS M- 1510-01 TYP CENTER UNE TYPE 1Y RPM M- 2050-01,TYP 9 +00 80' WIRELESS VEHICLE r DETECTION SENSOR TYP 1 Wireless Vehicle Detection System Location and Stnping Detail 5 18 19' 10' LI 1 DOUBICENTER LINE TYPE 2YY RPM SUOT STANDARD PLANS M-20 1, TYP DOUBLE CENTER LINE TYPE 1Y RPM PER WSDOT STANDARD PLANS M- 20.50.01, TYP STOP BAR (18 LF) PER WSDOT STANDARD PLANS M- 24.60 -20, 10+00 I— Q f) 1 i >iL L LA 8 LV ov, �i3 LEGEND DOTTED LINE FOR LINE EXTENSIONS CONSIST OF 2 FT LINE S SEGMENTS AND 2 FT GAPS tz 0 5 00 P 'PRE- FORMED FUSED THERMOPLASTIC PAVEMENT i 1 z MARKINGS TO BE USED o' w SEE CURRENT WSDOT STANDARD PLANS FOR PATTERNS E w m .iax TRAFFIC STRIPING MARKERS AND SIGNS PER MUTCD UNLESS b 0 G a OTHERWISE SPECIFIED o _n_ .6 NOTE ALL EXISTING PAVEMENT MARKINGS WITHIN THE CONSTRUCTION (f) to SITE SHALL BE REMOVED UNLESS OTHERWISE SPECIFIED ON THE O PLAN SET OR BY THE ENGINEER h N CO L d m 0' LANE MARKER TYPE 1' LANE MARKER TYPE 2' STOP BAR AND CROSSWALK' 1' 0 IWO INCHES AT FULL SCALE IF NOT SCALE ACCORDINGLY Q 0 O U) J L() w N m NS °W 2' S -18 Prepared by: James Burke A t2 r,-- ilf°�r tit.l ject Engineer Reviewed by: Stephen P. Sperr City rrlgineer PROJECT MANUAL STREET OVERLAY PROGRAMS PROJECT NO. TR 01 -03 for 0 At CITY OF PORT ANGELES WASHINGTON Spring 2010 GLENN A. CUTLER, P.E., DIRECTOR OF PUBLIC WORKS UTILITIES STEPHEN P. SPERR, P.E., DEPUTY DIRECTOR OF ENGINEERING SERVICES Re i =wed b D nnis Dickson I Ji /U Sr ssistant City Attorney I I I PART I BIDDING REQUIREMENTS: Pape No(s). Advertisements for Bids 1 -1 Information for Bidders 1 -2 Bidder's Checklist 1 -3 Non Collusion Affidavit 1 -4 Bidder's Construction Experience I -5 List of Proposed Subcontractors 1 -6 Bid Form 1 -7 -18 Bid Security Transmittal form 1 -19 Disadvantaged Business Enterprise Utilitization Certification .1 -20 PART II CONTRACT FORMS SUBMITTED FOLLOWING AWARD OF CONTRACT Contract 11 -1 -4 Contract Bond II- 5 Escrow Agreement for Retained Percentage 11- 6 Certificate of Insurance (provided by bidder) PART III AMENDMENTS TO THE STANDARD SPECIFICATIONS PART IV SPECIFICATIONS, SPECIAL PROVISIONS AND SUBMITTALS PART V ATTACHMENTS A. Washington State Prevailing Wage Rates for Clallam County B. Davis -Bacon Prevailing Wage Rate Schedule for the area C. Request For Information (RFI) and Construction Change Order (CCO) Forms D. Contractor's Application for Payment Form E. Request for Approval of Material Form F. Request to Sublet and Subcontract Certification Forms G. Project Plans PW 0407_01 Part01 doc [Revised 09/08] TABLE OF CONTENTS STREET OVERLAYS PROGRAMS PROJECT NO. TR 01 -03 ADVERTISEMENT FOR BIDS STREET OVERLAYS PROGRAM PROJECT TR 01-03 City of Port Angeles Sealed bids will be received by the Director of Public Works Utilities at 321 East Fifth Street, P. O. Box 1150, Port Angeles, Washington 98362, until 2:00pm, May 25, 2010, and not later, and will then and there be opened and publicly read at that time in the Jack Pittis Conference Room for the construction of the following improvements: Paving, Drainage Structures, Sidewalks and Bike Lanes The City Engineer's estimate for this project is between $900,000 and 1,300,000. The time of completion (performance period) for this Project is 60 working days. Plans, specifications, addenda, and plan holders list for this project are available on -line through Builders Exchange of Washington, Inc. at http. /www.bxwa.com. Click on. "Posted Projects Public Works "City of Port Angeles Bidders are encouraged to `Register as a Bidder", in order to receive automatic email notification of future addenda and to be placed on the `Bidders List Contact the Builders Exchange of Washington (425- 258 -1303) should you require further assistance. Informational copies of any available maps, plans and specifications are on file for inspection in the office of the Port Angeles Public Works Engineering Services (360- 417 4700). All questions regarding the plans and specifications shall be submitted in writing or electronically to James Burke, at jburke @cityofpa.us The City of Port Angeles, in accordance with Title VI of the Civil Rights of 1964, 78 Stat.252, 42 U.S.C. 2000d to 2000 -4 and Title 49, Code of Federal Regulations, Department of Transportation, Subtitle A, Office of the Secretary Part 21, Non Discrimination in Federally Assisted Programs of the Department of Transportation, issued pursuant to such Act, hereby notifies all bidders that it will affirmatively ensure that in any contact entered into pursuant to this advertisement, minority business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award. Minority and women owned businesses shall be afforded full opportunity to submit bids in response to this invitation, shall not be discriminated against on the grounds of gender, race, color, age, national origin or handicap in consideration of an award of any contract or subcontract, and shall be actively solicited for participation in this project by direct mailing of the invitation to bid to such businesses as have contacted the City for such notification. Further, all bidders are directed to solicit and consider minority and women owned businesses as potential subcontractors and material suppliers for this project. Glenn A. Cutler, P.E. Director of Public Works Utilities Publish. Peninsula Daily News [5/02/10 5/09/10] Daily Journal of Commerce: 5/03/10 Cc: NPBA I I I I I I I 1 I t 1 I I I I 1 I I I INFORMATION FOR BIDDERS Sealed bids will be received by the City of Port Angeles (herein called "Owner at 321 East Fifth Street, Port Angeles, Washington 98362, until the time and date as stated in the ADVERTISEMENT FOR BIDS or as amended through addendum, and then at said office publicly opened and read aloud. Each bid shall be received by the Owner in the manner set forth in the ADVERTISEMENT FOR BIDS. Each bid must be submitted in a sealed envelope, so marked as to indicate its contents without being opened, and addressed in conformance with the instructions of the ADVERTISEMENT FOR BIDS. Each bid shall be submitted on the required bid form contained in Part I of the Project Manual. All blank spaces for bid prices must be filled in, in ink or typewritten, and the Bid Form must be fully completed and executed when submitted. Only one copy of the Bid Form is required. In addition, all other forms included in Part I shall be filled out and completed, including any addendum(s), and enclosed in a sealed envelope endorsed with the name of the work. Each bid shall be accompanied by a bid deposit in the form of a cashier's check, postal money order, or surety bond to the City of Port Angeles for a sum of not less than 5% of the amount of the bid, and no bid will be considered unless accompanied by such bid deposit In addition, the bidder shall submit a copy of a valid certificate of registration in compliance with 18.27 RCW. The Owner may waive any informalities or minor defects or reject any and all bids Any bid may be withdrawn prior to the scheduled time for the opening of bids or authorized postponement thereof Any bid received after the time and date specified shall not be considered No bidder will be permitted to withdraw its bid between the closing time for receipt of bids and execution of the Contract, unless the award is delayed for a penod exceeding sixty (60) calendar days. A conditional or qualified bid will not be accepted. The City of Port Angeles reserves the right to accept the bid that is in the best interest of the City, to postpone the acceptance of bids and the award of the Contract for a period not to exceed sixty (60) days, or to reject any and all bids. If all bids are rejected, the City may elect to re- advertise for bids Subject to the foregoing, the contract will be awarded to the lowest responsible bidder The work will begin within ten (10) calendar days after notice to proceed from the Director of Public Works Utilities and shall be completed within the time as stated in the Advertisement for bids The Owner may make such investigations as it deems necessary to determine the ability of the bidder to perform the work, and the bidder shall furnish to the Owner all such information and data for this purpose as the Owner may request. The Owner reserves the right to reject any bid, if the evidence submitted by, or investigation of, such bidder fails to satisfy the Owner that such bidder is properly qualified to carry out the obligations of the Contract and to complete the work contemplated therein. Subject to the foregoing, the bid award may be made to the lowest responsible bidder. The party to whom the Contract is awarded will be required to execute the Contract and obtain the Performance and Payment Bond within ten (10) calendar days from the date the notice of award is delivered to the bidder. Such bond(s) shall be on the form provided by the Owner, specify the name, contact phone, and address of the surety, and shall include a power of attorney appointing the signatory of the bond(s) as the person authorized to execute it (them) The notice of award will be accompanied by the necessary Contract and bond forms In case of failure of the bidder to execute the Contract, the Owner may, at its option, consider the bidder in default, in which case the bid deposit accompanying the bid shall become the property of the Owner The Owner, within ten (10) calendar days of receipt of the acceptable Performance and Payment Bond and the Contract signed by the party to whom the Contract was awarded, will sign the Contract and return to such party an executed duplicate of the Contract Should the Owner not execute the Contract within such period, the bidder may, by written notice, withdraw its signed Contract. Such notice of withdrawal will be effective upon receipt of the notice by the Owner. The notice to proceed will be issued within ten (10) calendar days of the execution of the Contract by the Owner. Should there be reasons why the notice to proceed cannot be issued within such period, the time may be extended by mutual agreement between the Owner and Contractor. If the notice to proceed has not been issued within the ten (10) calendar day period or within the period mutually agreed upon, the Contractor may terminate the Contract without further liability on the part of either party. All applicable laws, ordinances, and the rules and regulations of all authorities having jurisdiction over construction of the project shall apply to the Contract throughout. 1 I I I I I I 1 I I 1 I I I I I I I I C. Insurance certificate(s). BIDDER'S CHECKLIST 1. Has the Bid Security Transmittal form been completed, either by (1) attaching a bid deposit in the form of a postal money order, cashier's check or other security and filling out the part of the form above the words "Bid Bond" or (2) a surety bond in the proper form and filling out the section of the form below the words "Bid Bond 2. Is the amount of the bid deposit at least five percent (5 of the total amount of the bid? 3. Have the bid forms been properly signed? 4. Do the written amounts of the bid forms agree with the amounts shown in figures? 5. Have you bid on all items? 6. If Addendum(a) have been issued, have it/they been acknowledged on the Bid Form? 7. Has the non collusion affidavit been properly executed? 8. Have you shown your contractor's state license number on the Bid Form? 9. Have you included a copy of a valid certificate of registration in compliance with 18.27 RCW? 9. Have you listed all proposed subcontractors that you will use for the project on the Listing of Proposed Subcontractors form? 10. Have you filled out the Bidder's Construction Experience form? The following forms are to be executed after the Contract is awarded: A. Contract To be executed by the successful bidder and the City. B. Performance and Payment Bond To be executed on the form provided by Owner, by the successful bidder and its surety company. To include name. contact and phone number. and address of surety and power of attorney of sianator rte. STATE OF WASHINGTON COUNTY OF NON COLLUSION AFFIDAVIT The undersigned, being first duly sworn on oath, says that the bid herewith submitted is a genuine and not a sham or collusive bid, or made in the interest or on behalf of any person not therein named; and (s)he further says that the said bidder has not directly or indirectly induced or solicited any bidder on the above work or supplies to put in a sham bid, or any other person or corporation to refrain from bidding, and that said bidder has not in any manner sought by collusion to secure to him /her self an advantage over any other bidder or bidders. Signature of Bidder /Zontractor Subscribed and sworn to before me this day of Cc 1 o, V AN 2 .f.e :.t.' :4 146 ah f Ai_L 1)--f ...r. 11 r (1•k:jt. ZPFIblic in and for the i 9� F 'iVashington. Co. u '0,, N w 9 4 /M111110 B My Comm. Exp.: /a-C113-6/ 1 ''age 8 Non Collusion Affidavit 'rovided to Builders Exchange of WA, Inc For usage Conditions Agreement see www bxwa corn Always Verify Scale 2 BIDDER'S CONSTRUCTION EXPERIENCE Answer all questions and provide clears and comprehensive information 1. Name of bidder: Lakeside lossAf /l° lvl' Registration Number L4} J i ,,27l/,TD 2. Permanent main office address: /G3 F-e/i,'se d i5 yzaj Reece. ?ay Pcs)Y- Aveks 9f7d 3 3 When organized: 4. Where incorporated' g$JJ 5. How many years have you been engaged in the contracting business under your present firm name? y62r5 6. Contracts on Nand. (Schedule these, showing gross amount of each contract and the approximate anticipated dates of completion), contact name and phone number. £(/a/- /Yl2 -r 1 ,025,0 Oa), cry -err t 2 1 ay 00893 30 WWStlb sr.- s °p tot. r, /.1 Z1 Z (z60) 1117- `/70/ r S ups t 1 l 7 1 1 min) 3 �s 0,7/ 3 S 1 vet, OW. O V /64 .1 rwa 2attsf .5 7 p2 fcwsala $35a 010. Ite 'fa^ HD 4014.4 Pth:y4.F (,2 —7C�a0 7. General character of work performed by your company U 8. Have you ever failed to complete any work awarded to you? NO If so, where and why? 9. Have you ever defaulted on a contract? NO 10. List the more important projects recently completed by your company, stating approximate cost for each, the month and year completed, contact name and phone number ditea4 I 1051 ),07--- 50110,00_ 8'/4009 'Hoare goo -•5 ObyL biurrieo,va A c eve, Ooo °Paw ®1%0;A e. /14-Fiaki Patti Fetlenti -�zg44a a 3b0 joeb• 4 5 ce-4- C oat Pat- eles 9. J.0.. 917.AOA ►'G4h(e-GK l X00 q /'7 -C/70/ 11. List your major equipment available for this contract. Cad-55 /d e'v !C/lox e aev (ilj /re yy fitlY Tnzr r (CP dalj occs ze Ro it crs- Cal 71 r'c: r, Ca-F S, cf ftrey' oe:. /1 Pte, P 4 r 12. Experience of bidder in construction similar to this project in work and importance: t y 13. Will you, upon request, fill out a detailed financial statement and furnish any other information that may be required by the City? Add separate sheets if necessary. The undersigned hereby authorizes and requests any person, firm or corporation to furnish any information requested by the City of Port Angeles. Date: S 1 6---- �0 Bidder's Signature: r Print Name C-if"�CIeC£W Title. pit iihavte69 -er v age 9 Bidder's Construction Experience owded to Builders Exchange of WA, Inc For usage Conditions Agreement see www bxwa corn Always Verify Scale To Be Submitted with the Bid Proposal Project Name Sir g.0 ever Cia R"araii T Failure to list subcontractors who are proposed to perform the work of heating, ventilation and air conditioning, plumbing, as described in Chapter 18.106 RCW, and electrical as described in Chapter 19.28 RCW will result in your bid being non responsive and therefore void. Subcontractor(s) that are proposed to perform the work of heating, ventilation and air conditioning, plumbing, as described in Chapter 18.106 RCW, and electrical as described in Chapter 19.28 RCW must be listed below. The work to be performed is to be listed below the subcontractor(s) name. If no subcontractor is listed below, the bidder acknowledges that it does not intend to use any subcontractor to perform those items of work. Subcontractor Name Qfywl(,c, jae" C Work to be Performed Subcontractor Name Work to be Performed Subcontractor Name Work to be Performed Subcontractor List Prepared in compliance with RCW 39.30.060 as amended Arp(y -a ni Subcontractor Name 112 moils �vl1 Work to be Performed if "/apt/ gh e%S 5 J i_. &46 ah n &Lex F314/11S Subcontractor Name A/0Vei '0?v 2a /P1 Work to be Performed 0 .x(W a,1 r crn k-4 s (i• s e`pe 'age 10 Subcontractor List owded to Builders Exchange of WA, Inc For usage Conditions Agreement see www bxwa corn Always Verify Scale 1 (S/97) 1 (Rt971 DEPARiMENI 01 ,ANDINDUSTRILS REGISTERED AS PROVIDED BY LAW AS CONST COW GENERAL REG I ST EXP 'DATE CCO1 LAKESI*274JD 07/11/2010 EFFECTIVE DATE 04/04/1973 LAKESIDE- INDUSTRIES 'INC PO BOX 7016 I SSAQU,AH WA 98,027-7016 Detach And Display Certificate REGI STEREP4S ''PROV", ,1DED.. BY LAW AS CONST CONT 'GENERAL XEGIST .i.' -2- ff' EX-R: DATE Please Remove CCol. LAKESI*274JD 07/31/2010 And Sign EFFECTIVE DAT E 04 /0"4 /1973 Identification Card Before LAKESIDE:' INDUSTRIES INC:. Placing In PO BOX '7701 ".f1 Billfold issAQuiqi WA 9 Stpaitik.: issued by 1)1:LPARTI'vlePP.O.S.AnAU611 AND triDUSTR11-S ige 3 Bid Form BID FORM Honorable Mayor and City Council Port Angeles City Hall 321 East Fifth Street Port Angeles, WA 98362 BIDDER: 14keacv 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. The bidder further certifies that the subcontracting firms or businesses submitted on the LISTING OF PROPOSED SUBCONTRACTORS will be awarded subcontracts for the described portions of the work: If the bidder is awarded a construction contract on this bid, the name and address of the surety who will provide the performance bond is: _y Surety p #Ii44.e✓A Agent /50/ `/Z' 5a1i,, U/Ak Surety MO/ �O/ g L f fro Ata 326 -��YT Surety Contact and Phone Number Revised Bid Form Sw /w G.. r`.....1:+....... A n+ 1, t Ave, g /4144e Wig AgenT Address 9g;o0 54640 Lav 5ah ifs-10f- Agent Contact and Phone Number L A I /....F C....I.. Page 1 of 11 Item No. Sec No. 1 1 1 -04 2 1 -05 3 1 -07 4 1 1 -09 5 1 -10 6 2 -02 7 2 -02 8 1 2 -02 9 2 -02 10 2 -09 11 1 5 -03 12 5 -04 13 1 5 -04 14 5 -04 15 7 -04 16 7 -05 17 7 -05 18 7 -12 19 1 8 -01 20 8-04 21 8 -09 Revised Bid Form lage 4 Provided to Builders Exchange of WA, Inc Description of Item BASE BID —FRONT STREET OVERLAY PROJECT MINOR CHANGE I SURVEY, MONUMENT PROTECTION SPILL PREVENTION CONTROL PLAN MOBILIZATION TEMPORARY TRAFFIC CONTROL REMOVE CEMENT CONC. 48 CURB AND GUTTER REMOVE CEMENT CONC. 30 SIDEWAK REMOVE CATCH BASIN REMOVE EXIST. PAVEMENT MARKINGS STRUCTURE EXCAVATION CLASS B, INCL. HAUL PLANING PAVEMENT HMA FOR PRELEVEING CL. 3/8" PG 64 -22 HMA CL. 1/2" PG 62 -22 ANTI STRIPPING ADDITIVE SOLID WALL PVC STORM SEWER PIPE 6" IN. DIAM. CATCH BASIN TYPE I W. COMBO. INLET ADJUST MANHOLE RING AND COVER ADJUST WATER VALVE BOX INLET PROTECTION CEMENT CONC. TRAFFIC CURB AND GUTTER RAISED PAVEMENT MARKER TYPE I BID FORM Estimated Quantity Units 1 1 1 L.S. L.S. L.S. L.S. L.S. L.F. S.Y. 2 I EACH 1 L.S. 3 C.Y. 7635 I S.Y. 392 TONS 560 TONS 1 INVOICE 20 L.F. 2 EACH 7 EACH 2 EACH 16 I EACH 48 L.F. 2.28 HUND. Unit Price (Figures) 5000.00 I For usage Conditions Agreement see www bxwa corn Always Verify Scale Extended Amount 5000.00 6,eev,°2 ad $JO,Oc 2 07 04..® o Pc- s .2-5 5 1 9 W,izz o0 $68;3?O f $500.00 Page 2 of 11 Revised Bid Form LINE MARKING Unit Price (Figures) Units Item Estimated No. Sec No. Description of Item Quantity BASE BID -FRONT STREET OVERLAY PROJECT 22 8 -09 RAISED PAVEMENT 0.69 HUND. MARKER TYPE II 23 18 -012 I MONUMENT CASE I 5 I 24 8 -14 CEMENT CONC. 10 SIDEWALK 25 18 -22 I PLASTIC STOP LINE I 107 I L.F. 26 8 -22 PLASTIC TRAFFIC 8 EACH LETTERING 27 8 -22 PLASTIC BIKE SYMBOL 44 LETTERING 28 8 -22 PLASTIC CROSSWALK 358 S.F 29 8 -22 PLASTIC TRAFFIC ARROW 1 EACH TYPE 1S 30 8 -22 PLASTIC TRAFFIC ARROW 1 EACH TYPE 21. 31 8 -22 PLASTIC TRAFFIC ARROW 2 EACH TYPE 3R 32 8 -22 PLASTIC TRAFFIC ARROW 2 EACH TYPE 3L 33 8 -22 PLASTIC 8 EACH BICYCLE LANE SYMBOL 34 18 -22 I PAINT LINE I 7500 I 35 8 -23 TEMPORARY PAVEMENT 1 EACH S.Y. L.F. L.S. Extended Amount I lko.61$3,449D. 3,5 I 37i, ifsi 3 oo EACH $'2 's0 $5 00 .7" I) p is $ISoO $16.a0 00 q0 9d- af7 $115.,Q7 q do SS. S O $1 165 $s35 I $a,bs° $754S 8V. cao Base Bid Page 3 of 11 Item No. Sec No. Description of Item BASE 1 1 1 -04 2 1 -05 3 1 -07 4 I 1 -09 5 1 -10 6 2 -02 7 2 -06 8 4 -04 9 5 -04 10 5 -04 11 I 5 -04 12 5 -04 13 7 -05 14 7 -12 15 I 8 -01 16 I 8 -02 17 8 -09 18 8 -09 19 I 8 -13 20 8 -22 21 8 -22 22 8 -22 Revised Bid Form MINOR CHANGE SURVEY, MONUMENT PROTECTION SPILL PREVENTION CONTROL PLAN MOBILIZATION TEMPORARY TRAFFIC CONTROL REMOVE EXIST. PAVEMENT MARKINGS SUBGRADE PREPARATION CRUSHED SURFACING TOP COURSE PAVEMENT PULVERIZATION HMA FOR PRELEVEING CL. 3/8" PG 64 -22 HMA CL. 1/2" PG 62 -22 ANTI STRIPPING ADDITIVE ADJUST MANHOLE RING AND COVER ADJUST WATER VALVE BOX INLET PROTECTION ROADSIDE RESTORATION RAISED PAVEMENT MARKER TYPE I RAISED PAVEMENT MARKER TYPE II MONUMENT CASE PLASTIC STOP LINE PLASTIC TRAFFIC LETTERING PLASTIC CROSSWALK LINE Estimated Quantity BID LAURIDSEN BLVD. STREET OVERLAY PROJECT 1 0 29V- 49 5 00 1 I L.S. I $yoga 'I 5_; ©DD ors 1 L.S. 1 L.S. 07 /y504 m //5-P- ao I L.S. 9 /aD 9 /00.. 1 413 TONS 709 850 TONS 1740 I TONS 3 7 EACH 3 I EACH 1 I L.S. 10.94 HUND. 2.92 HUND. 13 37 8 Unit Price (Figures) Units L.S. L.S. L.S. Extended Amount 5000.00 I 5000.00 36 $/yFso 69 S.Y. 734 /r $9,an ?O iro, 99,5 4 0 1$97- I $/73 «0,`" INVOICE 500.00 500.00 EACH EACH L.F. EACH 64 S.F. 720 1 20 $Q Ilage 6 Provided to Builders Exchange of WA, Inc For usage Conditions Agreement see www.bxwa corn Always Verify Scale Page 4 of 11 I ge 7 Unit Price Extended Item Estimated (Figures) Amount No. Sec No. Description of Item Quantity Units BASE BID LAURIDSEN BLVD. STREET OVERLAY PROJECT 23 8 -22 PLASTIC TRAFFIC ARROW 1 EACH TYPE 2R 24 8 -22 PLASTIC TRAFFIC ARROW 1 EACH TYPE 2L 25 18 -22 I PAINT LINE I 10680 I L.F. 26 8 -23 TEMPORARY PAVEMENT 1 L.S. MARKINGS Revised Bid Form Page 5 of 11 r r• .s....... A ...............4 1. A 6........ 1 C....1 Item No. Sec No. 1 I 1-04 2 1 -05 3 1 -07 4 I 1 -09 5 1 -10 6 2 -02 7 2 -06 8 4-04 9 5-04 10 5-04 11 I 5-04 12 5-04 13 7 -12 14 8 -09 15 8 -09 16 I 8 -13 17 I 8 -22 18 8 -22 19 I 8 -22 20 8 -23 Revised Bid Form Description of Item BASE BID -L STREET OVERLAY PROJECT MINOR CHANGE SURVEY, MONUMENT PROTECTION SPILL.PREVENTION CONTROL PLAN MOBILIZATION TEMPORARY TRAFFIC CONTROL REMOVE EXIST. PAVEMENT MARKINGS SUBGRADE PREPARATION CRUSHED SURFACING TOP COURSE PAVEMENT PULVERIZATION HMA FOR PRELEVEING CL. 3/8" PG 64 -22 HMA CL. 1/2" PG 62 -22 ANTI STRIPPING ADDITIVE ADJUST WATER VALVE BOX RAISED PAVEMENT MARKER TYPE I RAISED PAVEMENT MARKER TYPE II MONUMENT CASE PLASTIC STOP LINE PLASTIC YIELD LINE SYMBOL PAINT LINE TEMPORARY PAVEMENT MARKINGS .c A,A 1.... C.......n....!"n...I.F...n.- Estimated Quantity 1 1 1 1 1 L.S. $7r�e 8 7 0 511 0 2 5559, isf ?SS, e± $#g950, 532 1 TONS I 1 oO I b/, OVP 109 19 107 2 1.76 0.55 2 1 69 1 5 3721 1 1 A a ens c...,. .A.A. ti Unit Price (Figures) Units L.S. L.S. filV 3 ,2 757 L o0 1 L.S. I$� I$ ��.�o L. S. red 9, b?4- a' 7q 751 'o L.S. L.S. TONS S.Y. TONS INVOICE 500.00 500.00 EACH HUND. HUND. EACH L.F. EACH L.F. L.S. AI. .....,e. ..w CA.nl., Extended Amount 5000.00 I 5000.00 q't% g 854°2 /167 5 2 I$cops'I$ I$3.5oI$a0,50 S 79 so $35 Is ocz. s Base Bid 7 r OS b s Page 6 of 11 Item No. Sec No. 2 3 I 1 -09 4 1 -10 5 2 -02 6 I 2 -06 7 4 -04 8 5-04 9 5-04 10 1 5 -04 11 5 -04 12 7 -05 13 7 -12 14 8 -09 15 8 -09 16 I 8 -22 17 I 8 -22 18 8 -23 Revised Bid Form 1 -04 1 1 -07 lage 9 Provided to Builders Exchange of WA, Inc Description of Item BASE BID -RACE STREET OVERLAY PROJECT MINOR CHANGE SPILL PREVENTION CONTROL PLAN MOBILIZATION TEMPORARY TRAFFIC CONTROL REMOVE EXIST. PAVEMENT MARKINGS SUBGRADE PREPARATON CRUSHED SURFACING TOP COURSE PAVEMENT PULVERIZATION HMA FOR PRELEVEING CL. 3/8" PG 64 -22 HMA CL. 1/2" PG 62 -22 ANTI- STRIPPING ADDITIVE ADJUST MANHOLE RING COVER ADJUST WATER VALVE BOX RAISED PAVEMENT MARKER TYPE 1 RAISED PAVEMENT MARKER TYPE II PLASTIC STOP LINE PAINT LINE TEMPORARY PAVEMENT MARKINGS Estimated Quantity 1 1 1 I L.S. 128 TONS 123 243 TONS 405 1 EACH 2 EACH 3.82 HUND. 0.98 HUND. 56 2517 Unit Price (Figures) Units L.S. L.S. L.S. L.S. L.S. S.Y. TONS INVOICE L.F. L.F. L.S. For usage Conditions Agreement see www bxwa corn Always Verify Scale Extended Amount 5000.00 I 5000.00 $oa7 $,295 Cid Vag 5 La oeo,e1-7 /,2'lev oa S7�' $,7%., a� 1$6;ytT gq'- %L 0 4S0 N S W 5 W5: s Ye 5 »i? I$oov,°°Is qio.� s 500.00 500.00 ads, s96 y/J,32 $4623,, sv e 9 02 I$ 3. I$ /96_ I s. s' I$ 75 ©0 Base Bid Page 7 of 11 Item No. Sec No. 4 Revised Bid Form 1 -04 1 -09 BASE BID -FIFTH STREET OVERLAY PROJECT 2 1 -05 SURVERYING, MONUMENT PROTECTION 3 1 -07 SPILL PREVENTION CONTROL PLAN Description of Item MINOR CHANGE MOBILIZATION 5 1 -10 TEMPORARY TRAFFIC CONTROL 6 2 -02 REMOVE EXISTING PAVEMENT MARKINGS 7 2 -02 REMOVE EXISTING CONCRETE DRIVEWAY 8 2 -02 REMOVE CEMENT CONCRETE SIDEWALK 9 2 -02 REMOVE ASPHALT CONCRETE PAVEMENT 14 5 -04 HMA FOR PRELEVEING CL. 3/8" PG 64 -22 15 I 5 -04 I HMA CL. 1/2" PG 62 -22 16 5-04 ANTI- STRIPPING ADDITIVE 19 7 -05 CATCH BASIN TYPE I W/ COMBO. INLET 20 7 -05 ADJUST MANHOLE RING COVER Estimated Quantity 110 100 36 10 2 -02 REMOVE CEMENT CONC. 488 CURB GUTTER 11 2 -02 RELOCATE SIGN 12 2 -02 REMOVE CATCH BASIN 13 2 -09 STRUCTURE EXCAVATION CLASS B 3 9 53 17 7-04 SOLID WALL PVC STORM 285 SEWER PIPE 6 IN. DIAM. 18 7 -05 CONC. INLET W/ COMBO. 4 INLET FRAME AND GRATE Unit Price (Figures) Units I 1 I L.S. I$ 5000.00 I 5000.00 1 L.S. tjeva W 5,40° ,Q 2# Gb 1 L.S. a29 1 I L.S. I $0 Oat I 0 9 0 0 4 Y 1 L.S. T� vb 7/ 0 0 1 L.S. 27s0, &;75V. S.Y. S.Y. S.Y. L.F. EACH EACH C.Y. Extended Amount 530 TONS 1 0 00 00 670 I TONS I $4,2.4(3 I$ e 2 INVOICE 12 3 EACH EACH EACH $500.00 500.00 L.F. DO CI7 zttea 9, beo.- $4)0e2 $0 %0 ev age 10 Provided to Builders Exchange of WA, Inc For usage Conditions Agreement see www bxwa corn Always Verify Scale d(o, p 00 Page 8 of 11 1 1 1 Item No. Sec No. Description of 21 7 -12 ADJUST WATER VALVE BOX 22 I 7 -15 I ADJUST METER BOX 23 I 8 -01 I INLET PROTECTION 24 I 8 -02 I ROADSIDE RESTORATION 25 8-04 CEMENT CONC. TRAFFIC CURB GUTTER 26 8-04 CEMENT CONCRETE PEDESTRIAN CURB 27 8 -05 CEMENT CONC. STAIRWAY 28 8-06 CEMENT CONCRETE DRIVE WAY ENTRANCE 29 8-09 RAISED PAVEMENT MARKER TYPE I 30 8-09 RAISED PAVEMENT MARKER TYPE II 8 -13 I MONUMENT CASE 31 I -CIAIA 1.-. BASE BID -FIFTH STREET OVERLAY PROJECT Estimated Quantity, 5 EACH 7 20 1 506 300 1 60 2.17 0.66 32 8 -14 CEMENT CONC. SIDEWALK 33 8 -14 CEMENT CONCRETE SIDEWALK RAMP 34 8 -18 MAILBOX SUPPORT 4 TYPE I 35 8 -20 WIRELESS VEHICLE 1 DETECTION SYSTEM 36 8 -22 I PLASTIC CROSSWALK I 96 37 I 8 -22 I PLASTIC STOP LINE I 113 38 8 -22 PLASTIC TRAFFIC 4 LETTERING 39 8 -22 PLASTIC TRAFFIC ARROW 1 TYPE 2SL 40 8 -22 PLASTIC TRAFFIC ARROW 2 TYPE 3SR 41 I 8 -22 I PAINT LINE I 40 42 8 -23 TEMPORARY PAVEMENT 1 MARKINGS 4 809 20 Unit Price (Figures) Units EACH EACH L.S. L.F. L.F. L.S. S.Y. HUND. HUND. I EACH S.Y. Extended Amount EACH L.S. S.F. L.F. EACH EACH EACH L.F. L.S. $3 �o 9,0 c7,5triS 5 I$ 3. O I$ 3 Is 3 eIs% /.&'o 35: 0 5) qS 5 00 $16-1 .!2° Is5,00 I$ izaat72 9s0 9s1°2 Revised Bid Form Page 9 of 11 Item Estimated No. Sec No. Description of Item Quantity Units 43 8 -27 MODULAR -CONC. I L.S. RETAINING WALL 44 18 -100 I PEDESTRIAN RAILING Revised Bid Form 55 Base Bid Total Project Base Bid L.F Unit Price Extended (Figures) Amount L2'e Lig I s3'a I s/7,Osd. 1 /37 3 3 p r.,e r.....4,ai...,e• e r. nnann e hao-b, Page 10 of 11 ADDENDA ACKNOWLEDGMENT AND RESPONSIBLE BIDDER CRITERIA The bidder hereby acknowledges that it has received Addenda No(s). to this Project Manual. The name of the bidder submitting this bid and its business phone number and address, to which address all communications concerned with this bid and with the Contract shall be sent, are listed below. Bidder's firm name L tkecil 5 74`te 5 J:46. Complete address F /36),C 7 for/ Altoideg5 ,,O4 (Street =tress) (State) Telephone No. O i tSa 7 T1 3 Current Contractor's Registration No. /likes" 2 7i/ .J ,r) Current UBI No. 0 /f Current Industrial Insurance Acct. No. 760 .2017 Current Employment Security Acct. No. 1 2 7,a; 0693 Current State Excise Tax No. 60/ X9 By signing below the bidder acknowledges it has received any and all Addenda and represents it is not disqualified from bidding on this Contract Signed by Printed Name: DIWID C°E gLeC.0 BID FORM Title v (up) 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. Revised Bid Form Page 11 of 11 C.._L _........0 1A /A I.... C r• di+ An.enw,nnF coo L.v..ro nom AI l /e...., C 1 Herewith find an executed Bid Bond or a deposit in the form of a cashier's check, postal money order or other security in lieu of a bid bond in the amount of which amount is not less than five (5 percent of the total bid. KNOW ALL MEN BY THESE PRESENTS. BID SECURITY TRANSMITTAL FORM SIGN HERE BID BOND Travelers Casualty and Surety That wel-;akeside Industries, Inds Principal and Company of America as Surety, are held and firmly bound unto the CITY OF PORT ANGELES as Obligee, in the penal sum of Five Percent (5%) of the total amount bid Dollars, for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, by these presents The condition of this obligation is such that if the Obligee shall make any award to the Principal for STREET OVERLAYS PROGRAM PROJECT NO. TR 01- 03 according to the terms of the bid made by the aiincipal, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure so to do, pay and forfeit to the Obligee the penal amount of the deposit specified in the advertisement for bids, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages, the amount of this bond. SIGNED, SEALED AND DATED THIS 25th day of ide es, Inc. May 2010 Pnce(pal Travelers Casualty and Surety Parker, Smith Feek, Inc. Surety, Company of America Agent 2233 112th Ave NE Susan B. Larson, Attorney in Fact 1501 4th Ave #1650 Surety address Seattle, WA 98101 Erik Rolfness, 206 326 -4245 Sul ety Contact and Phone Number Dated Received return of deposit in the sum of Bellevue, WA 98004 Agent Address Susan B. Larson, 425 709 -3625 Agent Contact and Phone Number Page 22 Bid Security Transmittal Form Provided to Builders Exchange of WA, Inc For usage Conditions Agreement see www bxwa corn Always Verify Scale TRAVELERS J Attorney -In Fact No. KNOW ALL MEN BY THESE PRESENTS That St Paul Fire and Marine Insurance Company, St Paul Guardian Insurance Company and St Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota, that Farmington Casualty Company, Travelers Casualty and Surety Company, and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut, that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies and that the Companies do hereby make, constitute and appoint Carl Newman, Deanna M Meyer, Karen P Dever, Jill A Boyle, Stuart A O'Farrell, Susan B Larson, Scott Fisher, Lillian Tse, Kara N Harmala, Benjamin L Wolfe, Elizabeth R Hahn, and Jana M Roy of the City of _Bellevue State of Washington their true and lawful Attomey(s) -in -Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law IN WITNESS WHEREOF. the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this day of April 2010 State of Connecticut City of Hartford ss In Witness Whereof, I hereunto set my hand and official seal. My Commission expires the 30th day of June, 2011 58440 -4 -09 Printed in U.S A. 221827 WARNING THIS POWER OF TTA ORNEY IS INVALID WITHOUT THE RED BORDER ER POWER OF ATTORNEY Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company On this the 6th day of A 2010 before me personally appeared George W Thompson who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc St Paul Fire and Marine Insurance Company, St Paul Guardian Insurance Company, St Paul Mercury Insurance Company. Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of Amerca, and United States Fidelity and Guaranty Company, and that he, as such, being authonzed so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer By WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER Certificate No, 0 0 3 5 8 9 5 9 2 St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company George6 Thompson, iorj/ice President 6th St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company `Marie C Tetreault. Notary Public `c(\ c3J i,c C WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This'Posser of Attorney is granted undet and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity and Guaranty Insurance Company Fidelity and Guaranty Instuance Underwriters, Inc St Paul Fire and Marine Insurance Company, St Paul Guardian Insurance Company St Paul Mercury Insurance Company Tiaseleis Casualty and Surety Company Travelers Casualty and Surety Company of America. and United States Fidelity and Guaranty Company }v lush resolutions ale nos% in full totce and effect reading as follows RESOLVED that the Chauman the Piesident any Vice Chairman any Executive Vice President, any Senior Vice President, any Vice President. any Second Vice President the Treasurer any Assistant Ttea the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authouty as his or her certificate of authority ma} prescribe to sign with the Company's name and seal with the Company s seal bonds tecogntzances contracts of indemnity, and other urntings obligatory in the nature of a bond recognizance. or conditional undertaking and any ut sdid otficets or the Board of Directors at any tune may temose any such appointee and revoke the power given him or her, and it is FURTHER RESOLVED that the Chapman the President any Vice Chairrnun an} Executive Vice President any Senior Vice President or any Vice President may delegate all of any pan of the totegoi ng authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereat is filed in the office at the Secretory, and it is FURTHER RESOL\ ED that ans bond recognizance contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be sapid and binding upon the Company %Shen (a) signed by the Piesident any Vice Chairman any Executive Vice President. any Senior Vice President or any Vice President any Second Vice President the Tteasutef any Assistant Tieasutet the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company s seal by a Sectetary or Assistant Secretary or tbi duly executed (undet seal if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescubed in his or her ccitittcate of their certificates of authority or by one or more Company officers pursuant to a written delegation of authority, and it is FURTHER RESOLVED that the signature of each of the following officers President any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President any Secretary any Assistant Secretory, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other vetitines ohligatoiy in the nature thereof and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond of u to which it is attached I Kot t M Johanson the under signed Assistant Seuetat of Fat mington Casualty Company Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Undetsstiteis Inc St Paul Foe and Marine Insurance Company St Paul Guardian hnsurance Company, St Paul Mercury Insurance Company Travelers Casualty and Surety Company Ti anglers Casualty and Sot ety Company' of Amerca and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and coitect copy of the Passer of Attotnev executed by said Companies, which is in full force and effect and has not been revoked rli i IN TESTIMON7 WHEREOF I has e het eunto set Inv hand and affixed the seals of said Companies this 7- 1 day of V 3W p pPPONA l SEAL 1, WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER Kon M JohanscJAssistant Secretary ,20 To set the authenticity of this Posses of Attorney call 1- 800 -421 -3880 or contact us at ii sin ttayelersbond corn Please refer to the Attorney -In-Fact number, the aboy'e- panned indis'duals and the details of the hood to ishich the posset is attached 7 I Washington State Disadvantaged Business W/ Department of Transportation Enterprise Utilization Certification To be eligible for award of this contract the bidder must fill out and submit, as part of its bid proposal, the following Disadvantaged Business Enterprise Utilization Certification relating to Disadvantaged Business Enterprise (DBE) requirements. The Contracting Agency shall consider as non responsive and shall reject any bid proposal that does not contain a DBE Certification which properly demonstrates that the bidder will meet the DBE participation requirements in one of the manners provided for in the proposed contract. If the bidder is relying on the good faith effort method to meet the DBE assigned contract goal, documentation in addition to the certificate must be submitted with the bid proposal as support for such efforts. The successful bidder's DBE Certification shall be deemed a par of the resulfin� Information on certified firms Is available from OMWBE, telephone 360- 753 -9693, I. Qke5 .L io t /esr certifies that the Disadvantaged Business Enterprise Name of Bldde (DBE) Firms listed below have been contacted regarding participation on this project If this bidder is successful on this project and is awarded the contract, it shall assure that subcontracts or supply agreements are executed with those firms where an "Amount to be Applied Towards Goal" is listed. (If necessary, use additional sheet i Tea -gt4. C' CD. D� F5 309670 2. 3. 4. 5. 6. 7. 8. 9. 10. Name of DBE Certificate Number Project Role (Prime, Subcontractor, Manufacturer, Regular Dealer) Description of Work Sub cane Jiaq,9 ers Amount to be Applied Towards Goal $77 Disadvantaged Business Enterprise Subcontracting Goal: 6 9'D DBE Total 7755-2. C. Regular Dealer status must be approved prior to bid submittal by the Office of Equal Opportunity, Wash. State Dept. of Transportation, on each contract. See the section "Counting DBE Participation Toward Meeting the Goal" in the Contract Document. The Contracting Agency will utilize this amount to determine whether or not the bidder has met the goal. In the event of an arithmetic difference between this total and the sum of the individual amounts listed above, then the sum of the amounts listed shall prevail and the total will be revised 'age 23 Disadvantaged Business Enterprise Utilization Certification rovided to Builders Exchange of WA, Inc For usage Conditions Agreement see www bxwa corn Always Verify Scale DOT Form 272 -056 EF Revised 7107 PART II CONTRACT FORMS SUBMITTED FOLLOWING AWARD OF CONTRACT PUBLIC WORKS CONTRACT This Contract is made and entered into in duplicate this I day of I,U►�Q ,Z%, by and between the City of Port An eles, a no,A, ter cgde cIty of the State of Washington, hereinafter referred to as "the City," and L 1,�t laixts -tr t 14 a 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: 1. Scone of Work. The Contractor shall do all work and furnish all tools, materials, and equipment in order to accomplish the following project: Street Overlays Program, Project No. TR01 -03 in accordance with and as described in Section 1 -01.3 of the Washington State Department of Transportation Standard Specifications, and shall perform any alterations in or additions to the work provided under this Contract and every part thereof. The Contractor shall provide and bear the expense of all equipment, work, and labor of any sort whatsoever that 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 A. The City shall pay the Contractor for work performed under this Contract as detailed in the bid, as incorporated in the Project Manual. 3. Compensation and Method of Payment. Time is of the essence in the performance of this Contract and in adhering to the time frames specified herein. The Contractor shall commence work within ten (10) calendar days after notice to proceed from the City, and said work shall be physically completed within Sixty (60) working days after said notice to proceed, unless a different time frame is expressly provided in writing by the City. B. Payments for work provided hereunder shall be made following the performance of such work, unless otherwise permitted by law and approved in wnting by the City. No payment shall be made for any work rendered by the Contractor except as identified and set forth in this Contract. CITY OF PORT ANGELES Project No TR 01 -03 11 -1 March 2010 C. Progress payments shall be based on the timely submittal by the Contractor of the City's standard payment request form. D. Payments for any alterations in or additions to the work provided under this Contract shall be in accordance with the Request For Information (RFI) and/or Construction Change Order (CCO) process as set forth in the Project Manual. Following approval of the RFI and /or CCO, the Contractor shall submit the standard payment request form(s). E. The Contractor shall submit payment requests with a completed Application for Payment form, an example of which is included in the Attachments to this Contract. This form includes a lien waiver certification and shall be notarized before submission. Applications for payment not signed or notarized shall be considered incomplete and ineligible for payment consideration. The City shall initiate authorization for payment after receipt of a satisfactorily completed payment request form and shall make payment to the Contractor within approximately thirty (30) days thereafter. 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. Prevailine Wave Requirements. The Contractor shall document compliance with applicable prevailing wage requirements of the Washington State Department of Labor Industries, as set forth in Chapter 39.12 RCW and Chapter 296 -127 WAC and shall file with the City appropriate affidavits, certificates, and/or statements of compliance with the State prevailing wage requirements. The Washington State Prevailing Wage Rates For Public Works Contracts, Clallam County, incorporated in this Contract have been established by the Department of Labor Industries and are included as an Attachment to this Contract. The Contractor shall also ensure that any subcontractors or agents of the Contractor shall comply with the prevailing wage and documentation requirements as set forth herein 6. Indemnification and Hold Harmless. A. The Contractor shall defend, indemnify, and hold harmless the City, its officers, officials, employees, and volunteers against and from any and all claims, injuries, damages, losses, or lawsuits, including attorney fees, arising out of or in connection with the performance of this Contract, except for injuries and damages caused by the sole negligence of the City. It is further provided that no liability shall attach to the City by reason of entering into this Contract, except as expressly provided herein B. Should a court of competent jurisdiction determine that this Contract is subject to RCW 4 24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, its officers, officials, employees, and volunteers, the CITY OF PORT ANGELES Project No TR 01 -03 11 March 2010 7. Insurance The insurance coverage shall be in accordance with and as described in the Washington State Department of Transportation Standard Specifications Division 1- 07.18. A. Verification of Coverage The Contractor shall furnish the City with onginal certificates and a copy of the amendatory endorsements, including but not limited to the additional insured endorsement, evidencing the insurance requirements of the Contractor before commencement of the work B Subcontractors 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 forth in the Project Manual. 9. Non Discrimination. Non discrimination shall be in accordance with and as described in the Washington State Department of Transportation Standard Specifications and the Special Provisions Division 1- 07.11. 10. Assignment. A. The Contractor shall not assign this Contract or any interest herein, nor any money due to or to become due hereunder, without first obtaining the written consent of the City, nor shall the Contractor subcontract any part of the services to be performed hereunder without first obtaining the consent of the City CITY OF PORT ANGELES Project No TR 01 -03 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. The Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the same insurance requirements as stated herein for the Contractor. 11 March 2010 11. Contract Administration. This Contract shall be administered by i I b G.- .(C -(4.1 on behalf of the Contractor and by James Burke. Proiect Manaeer on behalf of the City. Any written notices required by the terms of this Contract shall be served or mailed to the following addresses: Contractor: --Po 7 12. Interpretation and Venue. This Contract shall be interpreted and construed in accordance with the laws of the State of Washington. The venue of any litigation between the parties regarding this Contract shall be Clallam County, Washington. IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed the day and year first set forth above. CONTRACTOR: 7- E 4 4 Name of Contractor Title: 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. b44t't D C 1fGt tear{ d a CITY OF PORT ANGELES Project No TR 01 -03 Attest: City. CITY OF PORT ANGELES: Approved as to Form: City Attorney City of Port Angeles P.O. Box 1150 321 East Fifth Street Port Angeles, WA 98362 -0217 11 -4 March 2010 q KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, Lakeside Industries, Inc as Principal, and Travelers Casualty and ourecy compazzy._nf_n 3 ra_._.__- a corporation, organized and existing under the laws of the Stale of Aftoa Ora as a surety corporation, and qualified under the laws of the State of Washington to become surety upon bonds of contractors with municipal corporations as surety, are jointly and severally held and firmly bound to the City of Port Angeles in the penal sum of $.1_,.2 .4n 96* for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators, or personal representatives, as the case may be *One Million Two Hundred Ninety Two Thousand Five Hundred Forty and 96/100 dollars This obligation is entered into pursuant to the statutes of the State of Washington and the ordinances of the City of Port Angeles Dated at 1L5£ 5 Washington, this ay of X72. 20 /0 The conditions of the above obligation are such that. By Lakeside Industries, WHEREAS, the City of Port Angeles has let or is about to let to the said Inc the above bounded Principal, a certain contract, the said contract being numbered TR 01 -03 and providing for Street Overlays Program (which contract is referred to herein and is made a part hereof as though attached hereto), and WHEREAS, the said Principal has accepted, or is about to accept, the said contract, and undertake to perform the work therein provided for in the manner and within the time set forth; now, therefore, if the said Principal, Lakeside Industries Inc shall faithfully perform all of the provisions of said contract in the manner and within the time therein set forth, or within such extensions of time as may be granted under said contract, and shall pay all laborers, mechanics, subcontractors and matenalmen, and all persons who shall supply said Principal or subcontractors with provisions and supplies for the carrying on of said work, and shall indemnify and hold the City of Port Angeles harmless from any damage or expense by reason of failure of performance as specified in said contract or from defects appearing or developing in the material or workmanship provided or performed under said contract within a period of one year after its acceptance thereof by the City of Port Angeles, then and in that event, this obligation shalt be void; but otherwise, it shall be and remain in full force and effect Signed this 05 ay of .114), 20LO Travelers Casualty and Surety Company of America Sure .na M Roy Atto ney -in -Fact Title 2233 112th Ave. NE Bellevue. WA 98004 Surety Address Stuart O'Farrell (425)_709-3600 Surety Contact and Phone Number OF PORT ANC,P ES Pt arc a No i t -6 I -U 3 CONTRACT BOND Bond to the City of Port Angeles Bond 105425272 Lakeside Industries, Inc. Principal id i/ Chief jinane Title 2233 112th Ave. NE Bellevue, WA 98004 Agent Address Stuart O'Farrell (425) 709 3600 Agent Contact and Phone Number TRAVELERSJ Attorney -In Fact No. 221827 WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER POWER OF ATTORNEY Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company KNOW ALL MEN BY THESE PRESENTS That St Paul Fire and Marine Insurance Company, St Paul Guardian Insurance Company and St Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota, that Farmington Casualty Company, Travelers Casualty and Surety Company, and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut, that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc., is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies and that the Companies do hereby make, constitute and appoint Carl Newman, Deanna M Meyer, Karen P Dever, Jill A Boyle, Stuart A O'Farrell, Susan B Larson, Scott Fisher, Lillian Tse, Kara N Harmala, Benjamin L Wolfe, Elizabeth R Hahn, and Jana M Roy of the City of Bellevue State of Washington their true and lawful Attorney(s) -in -Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other wntings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permittedan any achons or. proceedings allowed by law y y IN WITNESS WHEREOF, the Companies have caused this instrument to'be signed'and their corporate seals to be hereto affixed, this April 2010 day of (..y Farmington Casualty Company' Fidelity and Guaranty 1, Insurance "Company, Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company State of Connecticut City of Hartford ss. 58440 4 09 Printed in U.S.A. In Witness Whereof, I hereunto set my hand and official seal My Commission expires the 30th day of June, 2011 9 J qq, iItORPOR40, W o pPORRr p,t ED: if Ai "SEALj�o3 SEAL `s Certificate No. 00358 9 9 36 By WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company George' Thompson, ice President 6th On this the 6th day of April 2010 before me personally appeared George W Thompson, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St Paul Fire and Marine Insurance Company, St Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authonzed officer V\. 0.1111 C Mane C Tetreault. Notary Public I WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc St Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authonty may prescnbe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her, and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in wnting and a copy thereof is filed in the office of the Secretary, and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary, or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a wntten delegation of authority, and it is FURTHER RESOLVED, that the signature of each of the following officers President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached I, Kori M Johanson, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc St Paul Fire and Marine Insurance Company, St Paul Guardian Insurance Company, St Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and Umted'States Fidelity, and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies iwhichris in full force'arid effect and has not been revoked �s }\y„ <1 ti -x :11 affixed A `i e 1`0°1^ 1L V IN TESTIMONY WHEREOF, I have hereunto set my hand f ixed t A a s of l G o p thi day of C J A 20 V \y y c W co aroaar f ri SEAL .e0 WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER Kori M Johansc/Assistant Secretary" To verify the authenticity of this Power of Attorney, call 1- 800 421 -3880 or contact us at www travelersbond com Please refer to the Attorney -In -Fact number, the above -named individuals and the details of the bond to which the power is attached A KNOW ALL MEN BY THESE PRESENTS, that LAKESIDE INDUSTRIES, INC. as Principal authorized to do business in the State of Washington and TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA as Surety, a corporation organized and existing under the laws of the State of CONNECTICUT and authorized to transact business in the State of Washington as Surety, are jointly and severally held and bound unto CITY OF PORT ANGELES as Obligee in the penal sum of SIXTY FOUR THOUSAND SIX HUNDRED TWENTY SEVEN AND 05/100THS Dollars 64,627.05 which is 5% of the Principal's bid. WHEREAS, on the oQ5 day of d'u ,20lD the said Principal, herein, executed a contract with the Obligee, for STREET OVERLAY PROGRAMS, PROJECT NO. TR 01 03 WHEREAS, said contract and RCW 60 28 require the Obligee to withhold from the Principal the sum of 5% from monies earned on estimates during the progress of the construction, hereinafter referred to as earned retained funds. AND NOW WHEREAS, Principal has requested that the Obligee not retain any earned retained funds as allowed under RCW 60.28. NOW, THEREFORE, the condition of this obligation is such that the Principal and Surety are held and bound unto the beneficiaries of the trust fund created by RCW 60 28 in the penal sum of 5% of the final contract cost which shall include any increases due to change orders, increases in quantities of work or the addition of any new item of work. If the Principal shall use the earned retained funds, which will not be retained, for the trust fund purposes of RCW 60.28, then this obligation shall be null and void, otherwise, it shall remain in full force and effect. This bond and any proceeds therefrom shall be made subject to all claims and liens and in the same manner and priority as set forth for retained percentages in RCW 60.28 PROVIDED HOWEVER, that: 1. The liability of the Surety under this bond shall not exceed 5% of the total amount earned by the Principal if no monies are retained by the Obligee on estimates during the progress of construction. 2. Any suit under this bond must be instituted within the time period provided by applicable law. WITNESS our hands this 15TH day of JUNE 20 10 Travelers Casualty and Surety Company of America Sur TAt By Attor�ei 1 -in -Fa tr, Jana M. o Parker, Smith Feek, Inc. 2233 112 Ave NE, Bellevue, WA 98004 Name and Address of Local Agent LAKESIDE INDUSTRIES, INC. tygoner ChiefFinancial Of Officer RETAINAGE BOND Bond No 105425273 Principal 088085 w TRAVELERSJ Attorney -In Fact No. 221827 WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER POWER OF ATTORNEY Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company KNOW ALL MEN BY THESE PRESENTS That St Paul Fire and Marine Insurance Company, St Paul Guardian Insurance Company and St Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota, that Farmmngton Casualty Company, Travelers Casualty and Surety Company, and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut, that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc., is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies and that the Companies do hereby make, constitute and appoint Carl Newman, Deanna M Meyer, Karen P Dever, Jill A. Boyle, Stuart A O'Farrell, Susan B Larson, Scott Fisher, Lillian Tse, Kara N Harmala, Benjamin L. Wolfe, Elizabeth R Hahn, and Jana M Roy of the City of Bellevue State of Wnshington their true and lawful Attorney(s) -in -Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their busuiess oP guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or.prgceedings allowed by law IN WITNESS WHEREOF, the Companies have caused this instrument tote signed`and theirr corporate seals to be hereto affixed, this 6th April 2010 day of State of Connecticut City of Hartford ss In Witness Whereof, I hereunto set my hand and official seal. My Commission expires the 30th day of June, 2011 58440 -4 -09 Printed in U S A F Farmington Casualty Company Fidelity and Guaranty 1Insurance'Company,' f Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company 4 IN Sygµ",. L R' 9 b 4 �I�ON VORA E l', `OOpFORATf ni co: SE ALA?! t4S SEAL e By St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company Certificate No. 00358 9 9 38 St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER George& Thompson, iorflice President On this the 6th day of April 2010 before me personally appeared George W Thompson, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St Paul Fire and Marine Insurance Company, St Paul Guardian Insurance Company, St Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer Mane C Tetreault, Notary Public 1 This Power of Attorney is granted under and by the authonty of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc St Paul Fire and Marine Insurance Company, St Paul Guardian Insurance Company, St Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other wntings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her, and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary, and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary, or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority, and it is FURTHER RESOLVED, that the signature of each of the following officers President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached I, Kon M Johanson, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc St Paul Fire and Marine Insurance Company, St Paul Guardian Insurance Company, St Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United'States Fidelityyand Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Compatues�whichri's in-full force and effect and has not been revoked. y IN TESTIMONY WHEREOF, I have hereunto set my hand ffixe th of said,Compames this op day of ri.(.� 20 /V /r"Vt-if WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER Kon M JohansAssistant Secretary` To verify the authenticity of this Power of Attorney, call 1- 800 421 -3880 or contact us at www travelersbond com Please refer to the Attorney -In -Fact number, the above -named individuals and the details of the bond to which the power is attached WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER W ti 1 Date: 6/18/2010 Time: 9:11 AM To: '360 -417 -4542 td 9,1360- 417 -4542 425 7097460 Page: 002 ACORDTM PRODUCER PARKER, SMITH FEEK, INC 2233 112th Avenue N E Bellevue, Washington 98004 Phone: 425- 709 -3600 Fax 425 709 -7460 INSURED LAKESIDE INDUSTRIES, INC. PO Box 7016 Issaquah, WA 98043 COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS I LTR SRO TYPE OF INSURANCE I POLICY NUMBER I DATE IMMIDO V I P DATE Y (MMIDDIYY O I N I LIMITS A X GENERAL LIABILITY B OTHER X ACORD 25 (2001/08) LAKEINDUICERTI O(MO2) COMMERCIAL GENERAL LIABILITY GLA399263006 GEN L AGGREGATE LIMIT APPLIES PER POLICY I X I jECT n LOC A AUTOMOBILE LIABILITY X ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS Xi OCCUR 1 I X OCCUR GARAGE LIABILITY ANY AUTO EXCESS/UMBRELLA LIABILITY CERTIFICATE HOLDER DEDUCTIBLE RETENTION A W■wvcwc rnuacereATrpnr Qpr EMPLOYERS' LIABILITY ANY PROPRIETOR /PARTNER /EXECUTIVE OFFICER /MEMBER EXCLUDED? If yes describe under SPECIAL PROVISIONS below CITY OF PORT ANGELES PO Box 1150 Port Angeles, WA 98362 CERTIFICATE OF LIABILITY INSURANCE 71 C7000342101 DATE (MM /DD /YYYY) 6/18/2010 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURER A INSURER B INSURER C INSURER D I INSURER E INSURERS AFFORDING COVERAGE ZURICH AMERICAN INSURANCE COMPANY EVEREST NATIONAL INSURANCE COMPANY 06/01/2010 06/01/2011 GLA399263006 06/01/2010 06/01/2011 06/01/2010 06/01/2011 GLA399213006 (WA STATE STOP 06/01/2010 06/01/2011 GAP) I EACH OCCURRENCE DAMAGE TO RENTED PREMISES (Ea occurrence) MED EXP (Any one person) I PERSONAL ADV INJURY I GENERAL AGGREGATE I PRODUCTS COMP /OP AGG COMBINED SINGLE LIMIT (Ea accident) BODILY INJURY (Per person) BODILY INJURY (Per accident) PROPERTY DAMAGE (Per accident) I AUTO ONLY EA ACCIDENT OTHER THAN AUTO ONLY I EACH OCCURRENCE IAGGREGATE WC ATU- TORY ST LIMITSI E L EACH ACCIDENT X OTH- ER E L DISEASE POLICY LIMIT I EACH CLAIM I TOTAL ALL CLAIMS I DEDUCTIBLE EA ACC AGG I s E L DISEASE EACH EMPLOYEE I I$ I$ I$ I$ NAIC A XV A+ XV 1,000.000 300,000 10,000 1,000,000 2.000,000 2,000,000 1,000,000 2000000 2000000 1,000,000 1,000,000 1,000,000 DESCRIPTION OF OPERATIONSILOCATIONSIVEHICLESIEXCLUSIONS ADDED BY ENDORSEMENTISPECIAL PROVISIONS LI Job No 040093 Street Overlay Programs City of Port Angeles Is include as an Additional Insured per Endorsement U -GL- 1175 -B CW, Edition Date 03/07 attached. CANCELS AND REPLACES PREVIOUSLY ISSUED CERTIFICATE. CANCELLATION *10 days for non payment of premium SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 45* DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE V ACORD CORPORATION 1988 CERT#608 Revised Date: 6/18/2010 Time: 9:11 AM To: '360- 417 -4542 9,1360 -417 -4542 425 7097460 Page: 003 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s) If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s) DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon Additional Insured Automatic Owners, Lessees Or 1 Contractors ZURICH Policy No I Exp Date of Pol I Eff Date of End I Agency No I Addl Prem I Return Prem 3LA399263006 106/01/2011 106/01/2010 1 'Included INUA THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Named Insured: Lakeside Industries, Inc. Address (including ZIP Code): P.O. Box 7016 Issaquah, WA 98027 This endorsement modifies insurance provided under the Commercial General Liability Coverage Part A. Section II Who Is An Insured is amended to include as an insured any person or organization who you are re- quired to add as an additional insured on this policy under a written contract or written agreement B. The insurance provided to the additional insured person or organization applies only to "bodily injury "property damage" or "personal and advertising injury" covered under SECTION I Coverage A Bodily Injury And Property Damage Liability and Section I Coverage B Personal And Advertising Injury Liability, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by 1. Your acts or omissions, or 2. The acts or omissions of those acting on your behalf, and resulting directly from a. Your ongoing operations performed for the additional insured, which is the subject of the written contract or written agreement, or b. "Your work" completed as included in the "products- completed operations hazard performed for the ad- ditional insured, which is the subject of the written contract or written agreement C. However, regardless of the provisions of paragraphs A and B above 1. We will not extend any insurance coverage to any additional insured person or organization a. That is not provided to you in this policy, or b. That is any broader coverage than you are required to provide to the additional insured person or organiza- tion in the written contract or written agreement, and 2. We will not provide Limits of Insurance to any additional insured person or organization that exceed the lower of a. The Limits of Insurance provided to you in this policy, or b. The Limits of Insurance you are required to provide in the written contract or written agreement 1 Date: 6/18/2010 'Time: 9:11 AM To: '350-417-4542 L 9,1360 -417 -4542 425 11 7097460 Page: 004 Includes copyrighted material of Insurance Services Office, Inc, with its permission_ U•GL•1175•B CW (3/2007) Page 1 of 2 Date: 6/18/2010 Time: 9:11 AM To: '360 -417 -4542 9,1360- 417 -4542 425 7097460 Page: 005 D. The insurance provided to the additional insured person or organization does not apply to "Bodily injury "property damage" or "personal and advertising injury" arising out of the rendering or failure to render any professional architectural, engineering or surveying services including 1. The preparing, approving or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications, and 2. Supervisory, inspection, architectural or engineering activities E. The additional insured must see to it that 1. We are notified as soon as practicable of an "occurrence" or offense that may result in a claim, 2. We receive written notice of a claim or "suit" as soon as practicable, and 3. A request for defense and indemnity of the claim or "suit" will promptly be brought against any policy issued by another insurer under which the additional insured may be an insured in any capacity This provision does not apply to insurance on which the additional insured is a Named Insured, if the written contract or written agreement requires that this coverage be primary and non contributory F. For the coverage provided by this endorsement 1. The following paragraph is added to Paragraph 4.a. of the Other Insurance Condition of Section IV Commercial General Liability Conditions: This insurance is primary insurance as respects our coverage to the additional insured person or organization, where the written contract or written agreement requires that this insurance be primary and non contributory In that event, we will not seek contribution from any other insurance policy available to the additional insured on which the additional insured person or organization is a Named Insured 2. The following paragraph is added to Paragraph 4.b. of the Other Insurance Condition of Section IV Com- mercial General Liability Conditions This insurance is excess over Any of the other insurance, whether primary, excess, contingent or on any other basis, available to an additional insured, in which the additional insured on our policy is also covered as an additional insured by attachment of an endorsement to another policy providing coverage for the same "occurrence claim or "suit" This provision does not apply to any policy in which the additional insured is a Named Insured on such other policy and where our policy is required by written contract or written agreement to provide coverage to the additional insured on a primary and non contributory basis G. This endorsement does not apply to an additional insured which has been added to this policy by an endorsement showing the additional insured m a Schedule of additional insureds, and which endorsement applies specifically to that identified additional insured Any provisions in this Coverage Part not changed by the terms and conditions of this endorsement continue to apply as written Includes copyrighted material of Insurance Services Office, Inc with its permission U•GL•I 175 B CW (3/2007) Page 2of2 1 I PART III AMENDMENTS TO THE STANDARD SPECIFICATIONS 1 INTRO.AP1 I I I I I 1 I I I I I I I I I I I I 2 INTRODUCTION 3 The following Amendments and Special Provisions shall be used in conjunction with the 4 2010 Standard Specifications for Road, Bridge, and Municipal Construction. 5 6 AMENDMENTS TO THE STANDARD SPECIFICATIONS 7 8 The following Amendments to the Standard Specifications are made a part of this contract 9 and supersede any conflicting provisions of the Standard Specifications. For informational 10 purposes, the date following each Amendment title indicates the implementation date of the 11 Amendment or the latest date of revision. 12 13 Each Amendment contains all current revisions to the applicable section of the Standard 14 Specifications and may include references which do not apply to this particular project. 15 16 02.AP1 17 SECTION 1 -02, BID PROCEDURES AND CONDITIONS 18 January 4, 2010 19 1 -02.7 Bid Deposit 20 In the first paragraph, the third sentence is revised to read: 21 22 For projects scheduled for bid opening in Olympia, the proposal bond may be in hard 23 copy or electronic format via Surety2000.com or Insurevision.com and BidX.com. 24 25 1 02.9 Delivery of Proposal 26 In the first paragraph, the first sentence is revised to read: 27 28 For projects scheduled for bid opening in Olympia, each Proposal shall be sealed and 29 submitted in the envelope provided with it, or electronically via Expedite software and 30 BidX.com at the location and time identified in Section 1- 02.12. 31 32 The following new paragraph is inserted after the first paragraph: 33 34 For projects scheduled for bid opening in the Region, each Proposal shall be sealed 35 and submitted in the envelope provided with it, at the location and time identified in 36 Section 1- 02.12. The Bidder shall fill in all blanks on this envelope to ensure proper 37 handling and delivery. 38 39 06.AP1 40 SECTION 1 -06, CONTROL OF MATERIALS 41 January 4, 2010 42 1 -06.1 Approval of Materials Prior to Use 43 This section is supplemented with the following new sub section: 44 45 1 06.1(4) Fabrication Inspection Expense 46 In the event the Contractor elects to have items fabricated beyond 300 miles from 47 Seattle, Washington the Contracting Agency will deduct from payment due the 48 Contractor costs to perform fabrication inspection on the following items: 1 1 2 Steel Bridges and Steel Bridge components 3 Cantilever Sign Structures and Sign Bridges 4 Cylindrical, Disc, Pin, and Spherical Bearings 5 Modular Expansion Joints 6 Additional items as may be determined by the Engineer. 7 8 The deductions for fabrication inspection costs will be as shown in the Payment Table 9 below. 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 Zone I Place of Fabrication 1 Within 300 airline miles from Seattle 2 Between 300 and 3,000 airline miles from Seattle 3 Over 3,000 airline miles from Seattle Reduction in Payment None $700.00 per *inspection day $1,000 per *inspection day, but not less than $2,500 per trip *Note An inspection day includes any calendar day or portion of a calendar day spent inspecting at or traveling td and from a place of fabrication. Where fabrication of an item takes place in more than one zone, the reduction in payment will be computed on the basis of the entire item being fabricated in the furthest of zones where any fabrication takes place on that item. The rates for Zone 2 and 3 shall be applied for the full duration time of all fabrication inspection activities to include but not limited to; plant approvals, prefabrication meetings, fabrication, coatings and final inspection. 07.AP1 SECTION 1 -07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC January 4, 2010 25 1- 07.16(2) Vegetation Protection and Restoration 26 The second paragraph is revised to read: 27 28 29 30 31 32 33 34 The third paragraph is revised to read: 35 36 37 38 39 40 41 Damage which may require replacement of vegetation includes torn bark stripping, broken branches, exposed root systems, cut root systems, poisoned root systems, compaction of surface soil and roots, puncture wounds, drastic reduction of surface roots or leaf canopy, changes in grade greater than 6- inches, or any other changes to the location that may jeopardize the survival or health of the vegetation to be preserved. When large roots of trees designated to be saved are exposed by the Contractor's operation, they shall be wrapped with heavy, moist material such as burlap or canvas for protection and to prevent excessive drying. The material shall be kept moist and securely fastened until the roots are covered to finish grade. All material and fastening material shall be removed from the roots before covering. All roots 1 -inch or larger in diameter, which are damaged, shall be pruned with a sharp saw or pruning shear. 2 I I I I I I I I I I I I I I I I I 1 I 1 Damaged, torn, or ripped bark shall be removed as ordered by the Engineer at no 2 additional cost to the Contracting Agency. 3 4 The fourth paragraph is revised to read: 5 6 Any pruning activity required to complete the Work as specified shall be performed by a 7 Certified Arborist as designated by the Engineer. 8 9 09.AP1 10 SECTION 1 -09, MEASUREMENT AND PAYMENT 11 January 4, 2010 12 1 -09.9 Payments 13 The first paragraph is revised to read: 14 15 The basis of payment will be the actual quantities of Work performed according to the 16 Contract and as specified for payment. 17 18 The Contractor shall submit a breakdown of the cost of lump sum Items to enable the 19 Project Engineer to determine the Work performed on a monthly basis. Lump sum item 20 breakdowns shall be submitted prior to the first progress payment that includes payment 21 for the Bid Item in question. A breakdown is not required for lump sum items that 22 include a basis for incremental payments as part of the respective Specification. Absent 23 a lump sum breakdown the Project Engineer will make a determination based on 24 information available. The Project Engineer's determination of the cost of work shall be 25 final. 26 27 In the third paragraph, the second sentence is deleted. 28 29 10.AP1 30 SECTION 1 -10, TEMPORARY TRAFFIC CONTROL 31 January 4, 2010 32 In Division 1 -10, all references to "truck mounted" are revised to read "transportable 33 34 1 10.2(3) Conformance to Established Standards 35 In the fifth paragraph, the reference "(TMA's)" is deleted. 36 37 1 10.3(2)C Lane Closure Setup/Takedown 38 In the second paragraph, the reference to "TMA/arrow board" is revised to read 39 "transportable attenuator /arrow board 40 41 1 10.3(3)J Truck Mounted Attenuator 42 The title for this section is revised to read: 43 44 1 10.3(3)J Transportable Attenuator 45 46 In the second and fourth paragraphs, the references to "TMA" are revised to read 47 "Transportable Attenuator". 48 49 In the first paragraph, the first sentence is revised to read: 3 1 2 Where shown on an approved traffic control plan or where ordered by the Engineer, the 3 Contractor shall provide, operate, and maintain transportable impact attenuators as 4 required in Section 9- 35.12. 5 6 In the third paragraph, the reference to "truck's" is revised to read "host vehicle's 7 8 1 10.4(2) Item Bids with Lump Sum for Incidentals 9 All references to "Truck Mounted Impact Attenuator(s)" are revised to read "Transportable 10 Attenuator(s)". 11 12 In the eighth paragraph, the first sentence is revised to read: 13 14 "Transportable Attenuator" will be measured per each one time only for each host 15 vehicle with mounted or attached impact attenuator used on the project. 16 17 In the last sentence of the ninth paragraph, the reference to "TMA" is replaced with 18 "transportable attenuator". 19 20 1 10.5(2) Item Bids with Lump Sum for Incidentals 21 All references to "truck mounted impact attenuator(s)" are revised to read "transportable 22 attenuator(s)". 23 24 02.AP2 25 SECTION 2 -02, REMOVAL OF STRUCTURES AND OBSTRUCTIONS 26 January 4, 2010 27 2 -02.3 Construction Requirements 28 The fourth paragraph is revised to read: 29 30 The Contractor may dispose of waste material in Contracting Agency owned sites if the 31 Special Provisions or the Engineer permits it. Otherwise, the Contractor shall arrange 32 to dispose of waste at no expense to the Contracting Agency and the disposal shall 33 meet the requirements of Section 2- 03.3(7)C. 34 35 01.AP5 36 SECTION 5 -01, CEMENT CONCRETE PAVEMENT REHABILITATION 37 January 4, 2010 38 5 -01.2 Materials 39 The referenced section for the following item is revised to read: 40 41 Dowel Bars 9- 07.5(1) 42 43 02.AP6 44 SECTION 6 -02, CONCRETE STRUCTURES 45 January 4, 2010 46 6- 02.3(6) Placing Concrete 47 The third paragraph is revised to read: 48 4 1 All foundations, forms, and contacting concrete surfaces shall be moistened with water 2 just before the concrete is placed. Any standing water on the foundation, on the 3 concrete surface, or in the form shall be removed. 4 5 6 02.3(10)D Concrete Placement, Finishing, and Texturing 6 The following paragraph is inserted at the beginning of this section: 7 8 Before placing bridge approach slab concrete, the subgrade shall be constructed in 9 accordance with Sections 2 -06 and 5- 05.3(6). 10 11 6 02.3(17)F Bracing 12 Under the heading "Temporary Bracing for Bridge Girders the table is revised to read: 13 Girder Series Distance in Inches W42G 30 W5OG 42 W58G I 63 W74G 66 Prestressed concrete tub girders 30 with webs with flanges WF36G, WF42G, WF50G, 70 WF58G, WF66G, WF74G, WF83G, WF95G, and WF100G W32BTG, W38BTG, and 70 W62BTG WF74PTG, WF83PTG, 70 WF95PTG, and WF100PTG 14 15 16 6 02.3(17)N Removal of Falsework and Forms 17 The first paragraph including table is revised to read: 18 19 If the Engineer does not specify otherwise, the Contractor may remove forms based on 20 an applicable row of criteria in the table below. Both compressive strength and minimum 21 time criteria must be met if both are listed in the applicable row. The minimum time shall 22 be from the time of the last concrete placement the forms support. In no case shall the 23 Contractor remove forms or falsework without the Engineer's approval. 5 1 Concrete Placed In Percent of Specified Minimum Minimum Time Minimum Compressive Compressive Strengthl Strengthl Columns, walls, non- 3 days sloping box girder webs, abutments, footings, pile caps„ traffic and pedestrian barriers, and any other side form not supporting the concrete weight. Columns, walls, non- 1400 psi 18 hours sloping box girder webs, abutments, traffic and pedestrian barriers, and any other side form not supporting the concrete weight or other loads. Side forms of footings, pile 18 hours caps, and shaft caps. Crossbeams, shaft caps, 80 5 days struts, inclined columns and inclined walls. Bridge decks supported on 80 10 days wood or steel stringers or on steel or prestressed concrete girders.' Box girders, T -beam 80 14 days girders, and flat -slab Superstructure.' Arches.' 80 I I 21 days 1 Strength shall be proved by test cylinders made from the last concrete placed into the form. The cylinders shall be cured according to WSDOT FOP for AASHTO T 23. 2 Curing compound shall be immediately applied to the sides when forms are removed. 3 Where continuous spans are involved, the time for all spans will be determined by the last concrete placed affecting any span. 2 3 4 The third and fourth paragraphs are deleted. 5 6 The fifth paragraph is revised to read: 7 8 Curing shall comply as required in Section 6- 02.3(11). The concrete surface shall not 9 become dry during form removal if removed during the cure period. 10 11 6 02.3(24) Reinforcement 12 This first paragraph is revised to read: 6 I I I I I I I I I I I I I I I I 1 I I 1 2 Although a bar list is normally included in the Plans, the Contracting Agency does not 3 guarantee its accuracy and it shall be used at the Contractor's risk. Reinforcement 4 fabrication details shall be determined from the information provided in the Plans. 5 6 The third paragraph is deleted. 7 8 6 02.3(24)C Placing and Fastening 9 The eighth paragraph is revised to read: 10 11 Mortar blocks may be accepted based on a Manufacturer's Certificate of Compliance. 12 13 The 14th paragraph is revised to read: 14 15 Clearances for main bars shall be at least: 16 17 4- inches between: Bars and the surface of any concrete masonry exposed 18 to the action of salt or alkaline water. 19 20 3- inches between: Bars and the surface of any concrete deposited against 21 earth without intervening forms. 22 23 2 /z- inches between: Adjacent bars in a layer. Bridge deck bars and the top of 24 the bridge deck. 25 26 2- inches between: Adjacent layers. Bars and the surface of concrete 27 exposed to earth. Reinforcing bars and the faces of 28 forms for exposed aggregate finish. 29 30 1 -1/2- inches between: Bars and the surface of concrete when not specified 31 otherwise in this Section or in the Plans. Barrier and 32 curb bars and the surface of concrete. 33 34 1 -inch between: Slab bars and the bottom of the slab. Slab bars and the 35 top surface of the bottom slab of a cast -in -place 36 concrete box girder. 37 38 The following new paragraph is inserted after the 14th paragraph: 39 40 Cover to ties and stirrups may be 1 -inch less than the values specified for main bars 41 but shall not be less than 1 -inch. 42 43 6 02.3(25) Prestressed Concrete Girders 44 Under the heading "Prestressed Concrete Wide Flange I Girder" the last sentence is 45 revised to read: 46 47 WSDOT standard girders in this category include Series WF36G, WF42G, WF50G, 48 WF58G, WF66G, WF74G, WF83G, WF95G and WF100G. 49 50 Under the heading "Spliced Prestressed Concrete Girder" the last sentence is revised to 51 read: 52 1 WSDOT standard girders in this category include Series WF74PTG, WF83PTG, 2 WF95PTG and WF100PTG. 3 4 6 02.3(25)L Handling and Storage 5 In the third sentence of the second paragraph, the reference to "1- foot -9- inches" is revised to 6 read "3- foot -0- inches 7 8 6 02.3(25)N Prestressed Concrete Girder Erection 9 The seventh paragraph is supplemented with the following: 10 11 The aspect ratio (height/width) of oak block wedges at the girder centerline shall not 12 exceed 1.0. 13 14 6 02.3(28)F Tolerances 15 The reference to "PCI -MNL -166" is revised to read "PCI -MNL- 116 16 17 09.AP6 18 SECTION 6 -09, MODIFIED CONCRETE OVERLAYS 19 January 4, 2010 20 6- 09.3(6) Further Deck Preparation 21 In the second paragraph, item number 3. and 4. are revised to read: 22 23 3. Existing non concrete patches as authorized by the Engineer. 24 25 4. Additionally, for concrete surfaces scarified by rotomilling only, exposure of 26 reinforcing steel to a depth of one -half of the periphery of a bar for a distance of 12- 27 inches or more along the bar. 28 29 6 09.3(6)B Deck Repair Preparation 30 In the first paragraph, the second sentence is revised to read: 31 32 For concrete surfaces scarified by rotomilling, concrete shall be removed to provide a 33 3 4-inch minimum clearance around the top mat of steel reinforcing bars only where 34 unsound concrete exists around the top mat of steel reinforcing bars, or if the bond 35 between concrete and the top mat of steel is broken. 36 37 10.AP6 38 SECTION 6 -10, CONCRETE BARRIER 39 January 4, 2010 40 6- 10.3(1) Precast Concrete Barrier 41 In the 12th paragraph, the first sentence is revised to read: 42 43 Only 1 section less than 20 -feet long for single slope barrier and 10 -feet long for all 44 other barriers may be used in any single run of precast barrier, and it must be at least 8- 45 feet long. 46 47 6 10.3(6) Placing Concrete Barrier 48 The first paragraph is revised to read: 49 8 I I I I I I I I I I I I I I I I 1 I I 1 Precast concrete barrier Type 2, 3, 4 and transitions shall rest on a paved foundation 2 shaped to a uniform grade and section. The foundation surface for precast concrete 3 barrier Type 2, 3, 4 and transitions shall meet this test for uniformity: 4 5 When a 10 -foot straightedge is placed on the surface parallel to the centerline for 6 the barrier, the surface shall not vary more than 1/4-inch from the lower edge of the 7 straightedge. If deviations exceed 1/4-inch, the Contractor shall correct them as 8 required in Section 5- 04.3(13). 9 10 In the second paragraph, the first sentence is revised to read: 11 12 The Contractor shall align the joints of all precast barrier segments so that they offset no 13 more than' /4 -inch transversely and no more than 3/4-inch vertically. 14 15 17.AP6 16 SECTION 6 -17, PERMANENT GROUND ANCHORS 17 January 4, 2010 18 6- 17.3(7) Installing Permanent Ground Anchors 19 In the third paragraph, the first sentence is revised to read: 20 21 The tendon shall be inserted into the drill hole to the desired depth prior to grouting. 22 23 In the third paragraph, the following sentence is inserted after the first sentence: 24 25 Wet setting of permanent ground anchors will not be allowed. 26 27 02.AP7 28 SECTION 7 -02, CULVERTS 29 January 4, 2010 30 7 -02.2 Materials 31 In the first paragraph, the following two items are inserted after the item "Corrugated 32 Polyethylene Culvert Pipe 9- 05.19 33 34 Steel Rib Reinforced Polyethylene Culvert Pipe 9 -05.21 35 High Density Polyethylene (HDPE) Pipe 9 -05.23 36 37 7 02.5 Payment 38 This section is supplemented with the following: 39 40 "Steel Rib Reinforced Polyethylene Culvert Pipe In. Diam. per linear foot. 41 "High Density Polyethylene (HDPE) Pipe In. Diam. per linear foot. 42 43 04.AP7 44 SECTION 7 -04, STORM SEWERS 45 January 4, 2010 46 7 -04.2 Materials 47 In the first paragraph, the following two items are inserted after the item "Corrugated 48 Polyethylene Storm Sewer Pipe 9- 05.20 9 1 2 Steel Rib Reinforced Polyethylene Storm Sewer Pipe 9 -05.22 3 High Density Polyethylene (HDPE) Pipe 9 -05.23 4 5 7 04.5 Payment 6 This section is supplemented with the following: 7 8 "Steel Rib Reinforced Polyethylene Storm Sewer Pipe In. Diam. per linear foot. 9 "High Density Polyethylene (HDPE) Pipe In. Diam. per linear foot. 10 11 01.AP8 12 SECTION 8 -01, EROSION CONTROL AND WATER POLLUTION CONTROL 13 January 4, 2010 14 8 -01.2 Materials 15 In the first paragraph, the following is inserted after the first sentence: 16 17 Corrugated Polyethylene Drain Pipe 9- 05.1(6) 18 19 8 01.3(1) General 20 In the sixth paragraph, the first sentence is revised to read: 21 22 When natural elements rut or erode the slope, the Contractor shall restore and repair 23 the damage with the eroded material where possible, and remove and dispose of any 24 remaining material found in ditches and culverts. 25 26 The table in the seventh paragraph is revised to read: 27 28 Western Washinaton (West of the Cascade Mountain crest) 29 May 1 through September 30 17 Acres 30 October 1 through April 30 5 Acres 31 32 Eastern Washinaton (East of the Cascade Mountain crest.) 33 April 1 through October 31 17 Acres 34 November 1 through March 31 5 Acres 35 36 The eighth paragraph is revised to read: 37 38 The Engineer may increase or decrease the limits based on project conditions. 39 40 The ninth paragraph is revised to read: 41 42 Erodible earth is defined as any surface where soils, grindings, or other materials may 43 be capable of being displaced and transported by rain, wind, or surface water runoff. 44 45 The 10th paragraph is revised to read: 46 47 Erodible earth not being worked, whether at final grade or not, shall be covered 48 within the specified time period, (see the tables below) using an approved soil 49 covering practice. 50 10 1 Western Washington (West of the Cascade Mountain crest) 2 October 1 through April 30 2 -days maximum 3 May 1 to September 30 7 -days maximum 4 5 6 Eastern Washington (East of the Cascade Mountain crest.) 7 October 1 through June 30 5 -days maximum 8 July 1 through September 30 10 -days maximum 9 10 8 01.3(1)A Submittals 11 This section is revised to read: 12 13 When a Temporary Erosion and Sediment Control (TESC) Plan is included in the Plans, 14 the Contractor shall either adopt or modify the existing TESC Plan. If modified, the 15 Contractor's TESC Plan shall meet all requirements of Chapter 6 -2 of the current edition 16 of the WSDOT Highway Runoff Manual. The Contractor shall provide a schedule for 17 TESC Plan implementation and incorporate it into the Contractor's progress schedule. 18 The Contractor shall obtain the Engineer's approval of the TESC Plan and schedule 19 prior to the beginning of Work. The TESC Plan shall cover all areas that maybe affected 20 inside and outside the limits of the project (including all Contracting Agency provided 21 sources, disposal sites, and haul roads, and all nearby land, streams, and other bodies 22 of water). 23 24 The Contractor shall allow at least 5- working days for the Engineer to review any 25 original or revised TESC Plan. Failure to approve all or part of any such Plan shall not 26 make the Contracting Agency liable to the Contractor for any Work delays. 27 28 8 01.3(1)B Erosion and Sediment Control (ESC) Lead 29 In the last paragraph, "Form Number 220 -030 EF" is revised to read "WSDOT Form Number 30 220 -030 EF 31 32 8 01.3(1)C Water Management 33 In number 2., the reference to "Standard Specification" is revised to read "Section 34 35 Number 3., is revised to read: 36 37 3. Offsite Water 38 Prior to disruption of the normal watercourse, the Contractor shall intercept the 39 offsite stormwater and pipe it either through or around the project site. This water 40 shall not be combined with onsite stormwater. It shall be discharged at its pre 41 construction outfall point in such a manner that there is no increase in erosion 42 below the site. The method for performing this Work shall be submitted by the 43 Contractor for the Engineer's approval. 44 45 8 01.3(1)D Dispersion /Infiltration 46 This section is revised to read: 47 48 Water shall be conveyed only to dispersion or infiltration areas designated in the TESC 49 Plan or to sites approved by the Engineer. Water shall be conveyed to designated 50 dispersion areas at a rate such that, when runoff leaves the area, and enters waters of 11 1 the State, turbidity standards are achieved. Water shall be conveyed to designated 2 infiltration areas at a rate that does not produce surface runoff. 3 4 8 01.3(2)B Seeding and Fertilizing 5 The fourth paragraph is revised to read: 6 7 The seed applied using a hydroseeder shall have a tracer added to visibly aid uniform 8 application. This tracer shall not be harmful to plant, aquatic or animal life. If cellulose 9 fiber mulch or wood fiber mulch is used as a tracer, the application rate shall not exceed 10 250 pounds per acre. 11 12 In the fifth paragraph, "hydro seeder" is revised to read "hydroseeder 13 14 8 01.3(2)D Mulching 15 In the second paragraph, the second sentence is revised to read: 16 17 Wood strand mulch shall be applied by hand or by straw blower on seeded areas. 18 19 In the third paragraph, "1" is revised to read "a single" and "hydro seeder" is revised to read 20 "hydroseeder 21 22 In the fourth paragraph, "MBFM" is revised to read "MBFM /FRM 23 24 8 01.3(2)E Tacking Agent and Soil Binders 25 The following new paragraph is inserted at the beginning of this Section: 26 27 Tacking agent or soil binders applied using a hydroseeder shall have a mulch 28 tracer added to visibly aid uniform application. This tracer shall not be harmful to 29 plant, aquatic or animal life. If cellulose fiber mulch or wood fiber mulch is used as a 30 tracer, the application rate shall not exceed 250 pounds per acre. 31 32 The paragraph "Soil Binding Using Bonded Fiber Matrix (BFM)" is supplemented with the 33 following: 34 35 The BFM may require a 24 to 48 hour curing period to achieve maximum performance 36 and shall not be applied when precipitation is predicted within 24 to 48 hours, or on 37 saturated soils, as determined by the Engineer. 38 39 The last paragraph including title is revised to read: 40 41 Soil Binding Using Mechanically- Bonded Fiber Matrix (MBFM) or Fiber Reinforced 42 Matrix (FRM) 43 The MBFM /FRM shall be hydraulically applied in accordance with the manufacturer's 44 installation instructions and recommendations. 45 46 8 01.3(2)F Dates for Application of Final Seed, Fertilizer, and Mulch 47 The first paragraph is revised to read: 48 49 Unless otherwise approved by the Engineer, the final application of seeding, fertilizing, 50 and mulching of slopes shall be performed during the following periods: 51 12 1 1 Western Washington' Eastern Washington 2 (West of the Cascade Mountain crest) (East of the Cascade Mountain crest) 3 March 1 through May 15 October 1 through November 15 only 4 September 1 through October 1 5 6 'Where Contract timing is appropriate, seeding, fertilizing, and mulching shall be 7 accomplished during the fall period listed above. Written permission to seed after 8 October 1 will only be given when Physical Completion of the project is imminent and 9 the environmental conditions are conducive to satisfactory growth. 10 11 8 01.3(2)G Protection and Care of Seeded Areas 12 The first paragraph is revised to read: 13 14 The Contractor shall be responsible to ensure a healthy stand of grass. The Contractor 15 shall restore eroded areas, clean up and properly dispose of eroded materials, and 16 reapply the seed, fertilizer, and mulch, at no additional cost to the Contracting Agency. 17 18 In the second paragraph, number 1. is revised to read: 19 20 1. At the Contractor's expense, seed, fertilizer and mulch shall be reapplied in areas 21 that have been damaged through any cause prior to final inspection, and reapplied 22 to areas that have failed to receive a uniform application at the specified rate. 23 24 8 01.3(2)H Inspection 25 The first sentence is revised to read: 26 27 Inspection of seeded areas will be made upon completion of seeding, temporary 28 seeding, fertilizing, and mulching. 29 30 The third sentence is revised to read: 31 32 Areas that have not received a uniform application of seed, fertilizer, or mulch at the 33 specified rate, as determined by the Engineer, shall be reseeded, refertilized, or 34 remulched at the Contractor's expense prior to payment. 35 36 8 01.3(2)1 Mowing 37 In the first paragraph, the last sentence is revised to read: 38 39 Trimming around traffic facilities, Structures, planting areas, or other features extending 40 above ground shall be accomplished preceding or simultaneously with each mowing. 41 42 8 01.3(3) Placing Erosion Control Blanket 43 In the first sentence, "Standard" is deleted. 44 45 The second sentence is revised to read: 46 47 Temporary erosion control blankets, having an open area of 60- percent or greater, may 48 be installed prior to seeding. 49 50 8 01.3(4) Placing Compost Blanket 51 In the first paragraph, "before" is revised to read "prior to 13 1 2 The last sentence is revised to read: 3 4 Compost shall be Coarse Compost. 5 6 8- 01.3(5) Placing Plastic Covering 7 The first sentence is revised to read: 8 9 Plastic shall be placed with at least a 12 -inch overlap of all seams. 10 11 8 01.3(6)A Geotextile Encased Check Dam 12 The first paragraph is deleted. 13 14 8 01.3(6)B Rock Check Dam 15 This section including title is revised to read: 16 17 8 01.3(6)B Quarry Spali Check Dam 18 The rock used to construct rock check dams shall meet the requirements for quarry 19 spalls. 20 21 8 01.3(6)D Wattle Check Dam 22 This section is revised to read: 23 24 Wattle check dams shall be installed in accordance with the Plans. 25 26 8 01.3(6)E Coir Log 27 This section is revised to read: 28 29 Coir logs shall be installed in accordance with the Plans. 30 31 8 01.3(9)A Silt Fence 32 In the second paragraph, the second sentence is revised to read: 33 34 The strength of the wire or plastic mesh shall be equivalent to or greater then what is 35 required in Section 9- 33.2(1), Table 6 for unsupported geotextile (i.e., 180 lbs. grab 36 tensile strength in the machine direction). 37 38 8 01.3(9)B Gravel Filter, Wood Chip or Compost Berm 39 In the second paragraph, the last sentence is deleted. 40 41 The third paragraph is revised to read: 42 43 The Compost Berm shall be constructed in accordance with the detail in the Plans. 44 Compost shall be Coarse Compost. 45 46 8 01.3(9)C Straw Bale Barrier 47 This section is revised to read: 48 49 Straw Bale Barriers shall be installed in accordance with the Plans. 50 14 y I I I I I 1 I I I I I I I I I I I I 1 8- 01.3(9)D Inlet Protection 2 This section is revised to read: 3 4 Inlet protection shall be installed below or above, or as a prefabricated cover at each 5 inlet grate, as shown in the Plans. Inlet protection devices shall be installed prior to 6 beginning clearing, grubbing, or earthwork activities. 7 8 Geotextile fabric in all prefabricated inlet protection devices shall meet or exceed the 9 requirements of Section 9 -33.2, Table 1 for Moderate Survivability, and the minimum 10 filtration properties of Table 2. 11 12 When the depth of accumulated sediment and debris reaches approximately 1 /2 the 13 height of an internal device or D the height of the external device (or less when so 14 specified by the manufacturers) or as designated by the Engineer, the deposits shall be 15 removed and stabilized on site in accordance with Section 8- 01.3(16). 16 17 8 01.3(10) Wattles 18 In the first paragraph, the third sentence is revised to read: 19 20 Excavated material shall be spread evenly along the uphill slope and be compacted 21 using hand tamping or other method approved by the Engineer. 22 23 This section is supplemented with the following new paragraph: 24 25 The Contractor shall exercise care when installing wattles to ensure that the method of 26 installation minimizes disturbance of waterways and prevents sediment or pollutant 27 discharge into waterbodies. 28 29 8 01.3(12) Compost Sock 30 In the first paragraph, "sock" is revised to read "socks" and "streambed" is revised to read 31 "waterbodies 32 33 In the second paragraph "bank" is revised to read "slope 34 35 In the third paragraph "and" is revised to read "or 36 37 This section is supplemented with the following new paragraph: 38 39 Compost for Compost Socks shall be Coarse Compost. 40 41 8 01.3(14) Temporary Pipe Slope Drain 42 The first paragraph is revised to read: 43 44 Temporary pipe slope drain shall be Corrugated Polyethylene Drain Pipe and shall be 45 constructed in accordance with the Plans 46 47 The last paragraph is revised to read: 48 49 Placement of outflow of the pipe shall not pond water on road surface. 50 15 1 8- 01.3(15) Maintenance 2 In the fourth paragraph, the last sentence is revised to read: 3 4 Clean sediments may be stabilized on site using approved BMPs as approved by the 5 Engineer. 6 7 8- 01.3(16) Removal 8 In the second paragraph, the last sentence is revised to read: 9 10 This may include, but is not limited to, ripping the soil, incorporating soil amendments, 11 and seeding with the specified seed. 12 13 8 01.4 Measurement 14 The eighth paragraph is revised to read: 15 16 Silt fence, gravel filter, compost berms, and wood chip berms will be measured by the 17 linear foot along the ground line of completed barrier. 18 19 20 8 01.5 Payment 21 The following bid items are relocated after the bid item "Check Dam 22 23 "Inlet Protection per each. 24 25 "Gravel Filter Berm per linear foot. 26 27 The following new paragraph is inserted before the bid item "Stabilized Construction 28 Entrance 29 30 The unit Contract price per lineal foot for "Check Dam" and "Gravel Filter Berm" and per 31 each for "Inlet Protection" shall be full pay for all equipment, labor and materials to 32 perform the Work as specified, including installation, removal and disposal at an 33 approved disposal site. 34 35 The paragraph after the bid item "Temporary Curb" is revised to read: 36 37 The unit Contract price per linear foot for temporary curb shall include all costs to install, 38 maintain, remove, and dispose of the temporary curb. 39 40 The bid item "Mulching with MBFM" is revised to read "Mulching with MBFM /FRM 41 42 02.AP8 43 SECTION 8 -02, ROADSIDE RESTORATION 44 January 4, 2010 16 45 8- 02.3(2) Roadside Work Plan 46 In the first paragraph, the second sentence is revised to read: 47 48 The roadside work plan shall define the Work necessary to provide all Contract 49 requirements, including: wetland excavation, soil preparation, habitat, Structure 50 placement, planting area preparation, seeding area preparation, bark mulch and I I I I 1 I I I I I I I I I I I I I I 1 compost placement, seeding, planting, plant replacement, irrigation, and weed control in 2 narrative form. 3 4 The first sentence under "Progress Schedule" is revised to read: 5 6 A progress schedule shall be submitted in accordance with Section 1 -08.3. The 7 Progress Schedule shall include the planned time periods for Work necessary to 8 provide all Contract requirements in accordance with Sections 8 -01, 8 -02, and 8 -03. 9 10 The first sentence under "Weed and Pest Control Plan" is revised to read: 11 12 The Weed and Pest Control Plan shall be submitted and approved prior to starting any 13 Work defined in Sections 8 -01, and 8 -02. 14 15 In the third paragraph under "Weed and Pest Control Plan the first and second sentences 16 are revised to read: 17 18 The plan shall be prepared and signed by a licensed Commercial Pest Control Operator 19 or Consultant when chemical pesticides are proposed. The plan shall include methods 20 of weed control; dates of weed control operations; and the name, application rate, and 21 Material Safety Data Sheets of all proposed herbicides. 22 23 The last paragraph under "Plant Establishment Plan" is deleted. 24 25 8 02.3(2)A Chemical Pesticides 26 This section is deleted. 27 28 8- 02.3(2)B Weed and Pest Control 29 This section is deleted. 30 31 8 02.3(3) Planting Area Weed Control 32 This section including title is revised to read: 33 34 8 02.3(3) Weed and Pest Control 35 The Contractor shall control weed and pest species within the project area using 36 integrated pest management principles consisting of mechanical, biological and 37 chemical controls that are outlined in the Weed and Pest Control Plan or as designated 38 by the Engineer. 39 40 Those weeds specified as noxious by the Washington State Department of Agriculture, 41 the local Weed District, or the County Noxious Weed Control Board and other species 42 identified by the Contracting Agency shall be controlled on the project in accordance 43 with the weed and pest control plan. 44 45 The Contractor shall control weeds not otherwise covered in accordance with Section 8- 46 02.3(3)A, Planting Area Weed Control in all areas within the project limits, including 47 erosion control seeding area and vegetation preservation areas, as designated by the 48 Engineer. 49 50 This section is supplemented with the following new sub sections: 51 17 1 8- 02.3(3)A Planting Area Weed Control 2 All planting areas shall be prepared so that they are weed and debris free at the time of 3 planting and until completion of the project. The planting areas shall include the entire 4 ground surface, regardless of cover, all planting beds, areas around plants, and those 5 areas shown in the Plans. 6 7 All applications of post- emergent herbicides shall be made while green and growing 8 tissue is present. Should unwanted vegetation reach the seed stage, in violation of 9 these Specifications, the Contractor shall physically remove and bag the seed heads. 10 All physically removed vegetation and seed heads shall be disposed of off site at no 11 cost to the Contracting Agency. 12 13 Weed barrier mats shall be installed as shown in the Plans. Mats shall be 3 -feet square 14 and shall be secured by a minimum of 5- staples per mat. Mats and staples shall be 15 installed according to the manufacturer's recommendations. 16 17 8 02.3(3)B Chemical Pesticides 18 Application of chemical pesticides shall be in accordance with the label 19 recommendations, the Washington State Department of Ecology, local sensitive area 20 ordinances, and Washington State Department of Agriculture laws and regulations. Only 21 those herbicides listed in the table Herbicides Approved for Use on WSDOT Rights of 22 Way at htto: /www.wsdot.wa.aov /maintenance /odf /Herbicide List.odf may be used. 23 24 The applicator shall be licensed by the State of Washington as a Commercial Applicator 25 or Commercial Operator with additional endorsements as required by the Special 26 Provisions or the proposed weed control plan. The Contractor shall furnish the Engineer 27 evidence that all operators are licensed with appropriate endorsements, and that the 28 pesticide used is registered for use by the Washington State Department of Agriculture. 29 All chemicals shall be delivered to the job site in the original containers. The licensed 30 applicator or operator shall complete a Commercial Pesticide Application Record (DOT 31 Form 540 -509) each day the pesticide is applied, and furnish a copy to the Engineer by 32 the following business day. 33 34 The Contractor shall ensure confinement of the chemicals within the areas designated. 35 The use of spray chemical pesticides shall require the use of anti -drift and activating 36 agents, and a spray pattern indicator unless otherwise allowed by the Engineer. 37 38 The Contractor shall assume all responsibility for rendering any area unsatisfactory for 39 planting by reason of chemical application. Damage to adjacent areas, either on or off 40 the Highway Right of Way, shall be repaired to the satisfaction of the Engineer or the 41 property owner, and the cost of such repair shall be borne by the Contractor. 42 43 8 02.3(5) Planting Area Preparation 44 In the first paragraph, the second sentence is revised to read: 45 46 Material displaced by the Contractor's operations that interferes with drainage shall be 47 removed from the channel and disposed of as approved by the Engineer. 48 49 8 02.3(7) Layout of Planting 50 The second paragraph is deleted. 51 18 1 8- 02.3(8) Planting 2 In the second paragraph, the first and second sentences are revised to read: 3 4 Under no circumstances will planting be permitted during unsuitable soil or weather 5 conditions as determined by the Engineer. Unsuitable conditions may include frozen 6 soil, freezing weather, saturated soil, standing water, high winds, heavy rains, and high 7 water levels. 8 9 The fourth paragraph is revised to read: 10 11 Plants shall not be placed below the finished grade. 12 13 The fifth paragraph is revised to read: 14 15 Planting hole sizes for plant material shall be in accordance with the details shown in 16 the Plans. Any glazed surface of the planting hole shall be roughened prior to planting. 17 18 The following new paragraph is inserted after the fifth paragraph: 19 20 All cuttings shall be planted immediately if buds begin to swell. 21 22 8 02.3(9) Pruning, Staking, Guying, and Wrapping 23 In the first paragraph, the last sentence is revised to read: 24 25 All other pruning shall be performed only after the plants have been in the ground at 26 least one year and when plants are dormant. 27 28 8 02.3(13) Plant Establishment 29 In the third paragraph, the first sentence is revised to read: 30 31 During the first -year plant establishment period, the Contractor shall perform all Work 32 necessary to ensure the resumption and continued growth of the transplanted material. 33 34 In the fourth paragraph, "propose" is revised to read "submit 35 36 8 02.3(15) Live Fascines 37 In the first paragraph, the fourth sentence is revised to read: 38 39 Dead branches may be placed within the live fascine and on the side exposed to the air. 40 41 In the second paragraph, the third sentence is deleted. 42 43 In the second paragraph, the seventh sentence is revised to read: 44 45 The live stakes shall be driven through the live fascine vertically into the slope. 46 47 8 02.3(16)A Lawn Installation 48 In the third paragraph, the last two items "West of the summit of the Cascade Range March 49 1 to October 1." and "East of the summit of the Cascade Range April 15 to October 1." are 50 revised to read: 51 19 1 Western Washington Eastern Washington 2 (West of the Cascade Mountain crest) (East of the Cascade Mountain crest) 3 March through May 15 October 1 through November 15 4 September 1 through October 1 5 6 The fifth paragraph is revised to read: 7 8 Topsoil for seeded or sodded lawns shall be placed at the depth and locations as shown 9 in the Plans. The topsoil shall be cultivated to the specified depth, raked to a smooth 10 even grade without low areas that trap water and compacted, all as approved by the 11 Engineer. 12 13 In the sixth paragraph, the last sentence is revised to read: 14 15 Following placement, the sod shall be rolled with a smooth roller to establish contact 16 with the soil. 17 18 8 02.4 Measurement 19 The seventh paragraph is revised to read: 20 21 Fine compost, medium compost and coarse compost will be measured by the cubic 22 yard in the haul conveyance at the point of delivery. 23 24 8 02.5 Payment 25 The following new paragraph is inserted after the 12th paragraph: 26 27 Plant establishment milestones are achieved when plants meet conditions described in 28 Section 8- 02.3(13). 29 30 The following is inserted after the pay item "Fine Compost 31 32 "Medium Compost', per cubic yard. 33 34 The paragraph for the pay item "Weed Control" is revised to read: 35 36 "Weed and Pest Control will be paid in accordance with Section 1 -09.6. 37 38 The following new paragraph is inserted after the pay item "Soil Amendment 39 40 The unit Contract price per cubic yard for "Soil Amendment" shall be full pay for 41 furnishing and incorporating the soil amendment into the existing soil. 42 43 The following new paragraph is inserted after the pay item "Bark or Wood Chip Mulch" 44 45 The unit Contract price per cubic yard for "Bark or Wood Chip Mulch" shall be full pay 46 for furnishing and spreading the mulch onto the existing soil. 47 20 1 03.AP8 2 SECTION 8 -03, IRRIGATION SYSTEMS 3 January 4, 2010 4 8 -03.1 Description 5 In this section, "staked" is revised to read "approved by the Engineer." 6 7 8 03.3 Construction Requirements 8 The second paragraph is revised to read: 9 10 Potable water supplies shall be protected against cross connections in accordance with 11 applicable Washington State Department of Health rules and regulations and approval 12 by the local health authority. 13 14 8 03.3(1) Layout of Irrigation System 15 This section is revised to read: 16 17 The Contractor shall stake the irrigation system following the schematic design shown in 18 the Plans. Approval must be obtained from the Engineer. Alterations and changes in the 19 layout may be expected in order to conform to ground conditions and to obtain full and 20 adequate coverage of plant material with water. However, no changes in the system as 21 planned shall be made without prior authorization by the Engineer. 22 23 This section is supplemented with the following new sub section: 24 25 8 03.3(1)A Locating Irrigation Sleeves 26 Existing underground irrigation sleeve ends shall be located by potholing. irrigation 27 sleeves placed during general construction prior to installation of the irrigation system 28 shall be marked at both ends with a 2x4x24 -inch wood stake extending 6- inches out of 29 the soil and painted blue on the exposed end. 30 31 8 03.3(2) Excavation 32 In the first paragraph, the fourth sentence is revised to read: 33 34 Trenches through rock or other material unsuitable for trench bottoms and sides shall 35 be excavated 6- inches below the required depth and shall be backfilled to the top of the 36 pipe with sand or other suitable material free from rocks or stones. Backfill material shall 37 not contain rocks 2- inches or greater in diameter or other materials that can damage 38 pipe. 39 40 The second paragraph is revised to read: 41 42 The Contractor shall exercise care when excavating pipe trenches near existing trees to 43 minimize damage to tree roots. Where roots are 1 -1/2- inches or greater in diameter, the 44 trench shall be hand excavated and tunneled under the roots. When large roots are 45 exposed, they shall be wrapped with heavy, moist material, such as burlap or canvas, 46 for protection and to prevent excessive drying. The material must be kept moist until the 47 trench is backfilled. Trenches dug by machines adjacent to trees having roots less than 48 1 -1/2- inches in diameter shall have severed roots cleanly cut. Trenches having exposed 49 tree roots shall be backfilled within 24 -hours unless adequately protected by moist 21 1 material as approved by the Engineer. All material and fastenings used to cover the 2 roots shall be removed before backfilling. 3 4 The third paragraph is revised to read: 5 6 Detectable marking tape shall be placed in all trenches 6- inches directly above, parallel 7 to, and along the entire length of all nonmetallic water pipes, and all nonmetallic and 8 aluminum sleeves, conduits and casing pipe. The width of the tape and installation 9 depth shall be as recommended by the manufacturer for the depth of installation or as 10 shown in the Plans. 11 12 8 03.3(3) Piping 13 This section is revised to read: 14 15 All water lines shall be a minimum of 18- inches below finished grade measured from the 16 top of the pipe or as shown in the Plans. All live water mains to be constructed under 17 existing pavement shall be placed in steel casing jacked under pavement as shown in 18 the Plans. All PVC or polyethylene pipe installed under areas to be paved shall be 19 placed in irrigation sleeves. Irrigation sleeves shall extend a minimum of 2 -feet beyond 20 the limits of pavement. All jacking operations shall be performed in accordance with an 21 approved jacking plan. Where possible; mains and laterals or section piping shall be 22 placed in the same trench. All lines shall be placed a minimum of 3 -feet from the edge 23 of concrete sidewalks, curbs, guardrail, walls, fences, or traffic barriers. Pipe pulling will 24 not be allowed for installation and placement of irrigation pipe. 25 26 Mainlines and lateral lines shall be defined as follows: 27 28 Mainlines: All supply pipe and fittings between the water meter and the irrigation 29 control valves. 30 31 Lateral Lines: All supply pipe and fittings between the irrigation control valves 32 and the connections to the irrigation heads. Swing joints, thick walled PVC or 33 polyethylene pipe, flexible risers, rigid pipe risers, and associated fittings are not 34 considered part of the lateral line but incidental components of the irrigation heads. 35 36 8 03.3(4) Jointing 37 In the second paragraph, the third sentence is revised to read: 38 39 Threaded galvanized steel joints shall be constructed using either a nonhardening, 40 nonseizing multipurpose sealant or Teflon tape or paste as recommended by the pipe 41 manufacturer, or as shown in the Plans. 42 43 In the last sentence of the second paragraph, "will" is revised to read "shall 44 45 In the fourth sentence of the third paragraph, "will" is revised to read "shall" and "at" is 46 revised to read "of 47 48 In the fifth paragraph, the first sentence is revised to read: 49 50 On PVC or polyethylene -to -metal connections, work the metal connection first. 51 22 1 In the fifth paragraph, the third sentence is revised to read: 2 3 Connections between metal and PVC or polyethylene are to be threaded utilizing 4 female threaded PVC adapters with threaded schedule 80 -PVC nipple only. 5 6 In the sixth paragraph, the second sentence is revised to read: 7 8 The ends of the polyethylene pipe shall be cut square, reamed smooth inside and out, 9 and inserted to the full depth of the fitting. 10 11 8 03.3(5) Installation 12 The following new paragraph is inserted after the third paragraph: 13 14 All automatic control valves, flow control valves, and pressure reducing valves shall be 15 installed in appropriate sized valve boxes. Manual control valves shall be installed in an 16 appropriate sized valve box and where appropriate, upstream of the automatic control 17 valves. Manual and automatic valves installed together shall be in an appropriate sized 18 box with 3- inches of clearance on all sides. 19 20 The fourth paragraph is revised to read: 21 22 Final position of valve boxes, capped sleeves, and quick coupler valves shall be 23 between 1 /2 -inch and 1 -inch above finished grade or mulch, or as shown in the Plans. 24 25 The following new paragraph is inserted after the fourth paragraph: 26 27 Quick coupler valves and hose bibs shall be installed in valve boxes, either separately 28 or within a control valve assembly box upstream of the control valves. Valves, quick 29 couplers, and hose bibs shall have 3- inches of clearance on all sides within the valve 30 box. 31 32 In the fifth paragraph "an" is revised to read "a minimum 33 34 The following new paragraph is inserted after the fifth paragraph: 35 36 Automatic controller pedestals or container cabinets shall be installed on a concrete 37 base as shown in the Plans or in accordance with the manufacturer's recommendations. 38 Provide three 1 -inch diameter galvanized metal or PVC electrical wire conduits through 39 the base and 3- inches minimum beyond the edge or side of the base both inside and 40 outside of the pedestal. 41 42 8 03.3(6) Electrical Wire Installation 43 This section is revised to read: 44 45 All electrical work shall conform to the National Electric Code, NEMA Specifications and 46 in accordance with Section 8 -20. Electrical wiring between the automatic controller and 47 automatic valves shall be direct burial and may share a common neutral. Separate 48 control conductors shall be run from the automatic controller to each valve. When more 49 than one automatic controller is required, a separate common neutral shall be provided 50 for each controller and the automatic valves which it controls. Electrical wire shall be 51 installed in the trench adjacent to or above the irrigation pipe, but no less than 12- inches 52 deep. Plastic tape or nylon tie wraps shall be used to bundle wires together at 10 -foot 23 1 intervals. If it is necessary to run electrical wire in a separate trench from the irrigation 2 pipe, the wire shall be placed at a minimum depth of 18- inches and be "snaked" from 3 side to side in the trench. Each circuit shall be identified at both ends and at all splices 4 with a permanent marker identifying zone and /or station. 5 6 Wiring placed under pavement and walls, or through walls, shall be placed in an 7 electrical conduit or within an irrigation sleeve. Electrical conduit shall not be less than 8 1 -inch in diameter, and shall meet conduit specifications for PVC conduit as required in 9 Section 9 -29.1. 10 11 Splices will be permitted only in approved electrical junction boxes, valve boxes, pole 12 bases, or within control equipment boxes or pedestals. A minimum of 18- inches of 13 excess conductor shall be left at all splices, terminals and control valves to facilitate 14 inspection and future splicing. The excess wire shall be neatly coiled to fit easily into the 15 boxes. 16 17 All 120 -volt electrical conductors and conduit shall be installed by a certified electrician 18 including all wire splices and wire terminations. 19 20 All wiring shall be tested in accordance with Section 8- 20.3(11). 21 22 Continuity ground and functionality testing shall be performed for all 24 -volt direct burial 23 circuits. The Megger test, confirming insulation resistance of not less than 2 megohms 24 to ground in accordance with Section 8- 20.3(11), is required. 25 26 8 03.3(7) Flushing and Testing 27 In the first paragraph "correct" is revised to read "as accurate" and "ordered" is revised to 28 read "required 29 30 The third paragraph is revised to read: 31 32 Main Line Flushing 33 All main supply lines shall receive two fully open flushing's to remove debris that may 34 have entered the line during construction: The first before placement of valves and the 35 second after placement of valves and prior to testing. 36 37 The fourth paragraph is revised to read: 38 39 Main Line Testing 40 All main supply lines shall be purged of air and tested with a minimum static water 41 pressure of 150 -psi for 60- minutes without introduction of additional service or pumping 42 pressure. Testing shall be done with one pressure gauge installed on the line, in the 43 location required by the Engineer. For systems using a pump, an additional pressure 44 gauge shall be installed at the pump when required by the Engineer. Lines that show 45 loss of pressure exceeding 5 -psi at the ends of specified test periods will be rejected. 46 47 The fifth paragraph is deleted. 48 49 In the sixth paragraph, "any" is revised to read "all 50 51 In the seventh paragraph, the second sentence is revised to read: 24 1 2 The operating line pressure shall be maintained for 30- minutes with valves closed and 3 without introduction of additional service or pumping pressure. 4 5 In the eighth paragraph, the fourth and fifth sentences are revised to read: 6 7 The Contractor shall then conduct a thorough inspection of all sprinkler heads, emitters, 8 etc., located downstream of the break or disruption of service, and make all needed 9 repairs to ensure that the entire irrigation system is operating properly. 10 11 8 03.3(8) Adjusting System 12 In the first paragraph, the last sentence is revised to read: 13 14 Unless otherwise specified, sprinkler spray patterns will not be permitted to apply water 15 to pavement, walks, or Structures. 16 17 8 03.3(11) System Operation 18 In the first paragraph, the last sentence is revised to read: 19 20 The final inspection of the irrigation system will coincide with the end of the Contract or 21 the end of first -year plant establishment, which ever is later. 22 23 In the second paragraph "ordered" is revised to read "required 24 25 In the third paragraph, the last sentence is revised to read: 26 27 Potable water shall not flow through the cross connection control device to any 28 downstream component until tested and approved for use by the local health authority 29 in accordance with Section 8- 03.3(12). 30 31 The fourth paragraph is revised to read: 32 33 In the spring, when the drip irrigation system is in full operation, the Contractor shall 34 make a full inspection of all emitters, and irrigation heads. This shall involve visual 35 inspection of each emitter and irrigation head under operating conditions. All 36 adjustments, flushing, or replacements to the system shall be made at this time to 37 ensure the proper operation of all emitters and irrigation heads. 38 39 8 03.3(12) Cross Connection Control Device Installation 40 In the first sentence of the first paragraph "serving utility" is revised to read "local health 41 authority 42 43 8 03.3(13) Irrigation Water Service 44 The first paragraph is revised to read: 45 46 All water meter(s) shall be installed by the serving utility. The Contracting Agency shall 47 arrange for a water meter installation(s) for the irrigation system at the locations and 48 sizes as shown in the Plans at no cost to the Contractor. It shall be the Contractor's 49 responsibility to contact the Engineer to schedule the water meter installation. The 50 Contractor shall provide a minimum of 60- calendar days notice to the Engineer prior to 51 the desired water meter installation date. 25 1 2 In the second paragraph, "will" is revised to read "shall 3 4 8- 03.3(14) Irrigation Electrical Service 5 The first paragraph is revised to read: 6 7 The Contracting Agency shall arrange for electrical service connection(s) for operation 8 of the automatic electrical controller(s) at the locations as shown in the Plans. The 9 Contractor shall splice and run conduit and wire from the electrical service 10 connection(s), or service cabinet to the automatic electrical controller and connect the 11 conductors to the circuit(s) per the controller manufacturer's diagrams or 12 recommendations. 13 14 In the second paragraph, "conduit" is revised to read "conduits 15 16 15.AP8 17 SECTION 8 -15, RIPRAP 18 January 4, 2010 19 8 -15.2 Materials 20 The referenced sections for the following items are revised to read: 21 22 Heavy Loose Riprap 9 -13 23 Light Loose Riprap 9 -13 24 Hand Placed Riprap 9 -13 25 Sack Riprap 9 -13 26 Quarry Spalls 9 -13 27 28 20.AP8 29 SECTION 8 -20, ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND 30 ELECTRICAL 31 January 4, 2010 32 8- 20.3(4) Foundations 33 In the 12th paragraph, number 2. is revised to read: 34 35 2. The top heavy -hex nuts for type ASTM F1554 grade 105 anchor bolts shall be 36 tightened by the Turn -Of -Nut Tightening Method to minimum rotation of 1 -turn (90 37 degrees) and a maximum rotation of o -turn (120 degrees) past snug tight. 38 Permanent marks shall be set on the base plate and nuts to indicate nut rotation 39 past snug tight. 40 41 In the 12th paragraph, the following is inserted after number 2.: 42 43 3. The top hex nuts for type ASTM F1554 grade 55 anchor bolts shall be tightened by 44 the Turn -of -Nut Tightening Method to minimum rotation of 1/8 -turn (45 degrees) 45 and a maximum rotation of 1/6 -turn (60 degrees) past snug tight. Permanent 46 marks shall be set on the base plate and nuts to indicate nut rotation past snug 47 tight. 48 26 1 I I I I I I I I I I I I I 1 I I I I 1 21.AP8 2 SECTION 8 -21, PERMANENT SIGNING 3 January 4, 2010 4 8- 21.3(4) Sign Removal 5 In the fourth paragraph, the following sentence is inserted after the second sentence: 6 7 Where signs are removed from existing overhead sign Structures, the existing vertical 8 sign support braces shall also be removed. 9 10 In the fourth paragraph, the third sentence is revised to read: 11 12 Aluminum signs, wood signs, wood sign posts, wood structures, metal sign posts, wind 13 beams, and other metal structural members, and all existing fastening hardware 14 connecting such members being removed, shall become the property of the Contractor 15 and shall be removed from the project. 16 17 03.AP9 18 SECTION 9 -03, AGGREGATES 19 January 4, 2010 20 In this Division, all references to "AASHTO TP 61" are revised to read "AASHTO T 335 21 22 04.AP9 23 SECTION 9 -04, JOINT AND CRACK SEALING MATERIALS 24 January 4, 2010 25 9 -04.11 Butyl Rubber 26 This section including title is revised to read: 27 28 9 04.11 Butyl Rubber and Nitrile Rubber 29 Butyl rubber shall conform to ASTM D 2000, M1 BA 610. If the Engineer determines 30 that the area will be exposed to petroleum products Nitrile rubber shall be utilized and 31 conform to ASTM D 2000, M1 BG 610. 32 33 05.AP9 34 SECTION 9 -05, DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS 35 January 4, 2010 36 9- 05.12(2) Profile Wall PVC Culvert Pipe, Profile Wall PVC Storm Sewer Pipe, 37 and Profile Wall PVC Sanitary Sewer Pipe 38 In the fourth paragraph, the word "producer's" is revised to read "Manufacturer's 39 40 9 05.13 Ductile Iron Sewer Pipe 41 The second and third paragraphs are revised to read: 42 43 Ductile iron pipe shall conform to ANSI A 21.51 or AWWA C151 and shall be cement 44 mortar lined and have a 1- mil seal coat per AWWA C104, or a Ceramic Filled Amine 45 cured Novalac Epoxy lining, as indicated on the Plans or in the Special Provisions. The 27 1 ductile iron pipe shall be Special Thickness Class 50, Minimum Pressure Class 350, or 2 the Class indicated on the Plans or in the Special Provisions. 3 4 Nonrestrained joints shall be either rubber gasket type, push on type, or mechanical 5 type meeting the requirements of AWWA C111. 6 7 Division 9 -05 is supplemented with the following new sections: 8 9 9 05.21 Steel Rib Reinforced Polyethylene Culvert Pipe 10 Steel rib reinforced polyethylene culvert pipe shall meet the requirements of ASTM 11 F2562 Class 1 for steel reinforced thermoplastic ribbed pipe and fittings for pipe 24 -inch 12 to 60 -inch diameter with silt -tight joints. -13 14 Silt -tight joints for steel reinforced polyethylene culvert pipe shall be made with a 15 bell /bell or bell and spigot coupling and incorporate the use of a gasket conforming to 16 the requirements of ASTM F 477. All gaskets shall be installed on the pipe by the 17 manufacturer. 18 19 Qualification for each manufacturer of steel reinforced polyethylene culvert pipe requires 20 an approved joint system and a formal quality control plan for each plant proposed for 21 consideration. 22 23 A Manufacturer's Certificate of Compliance shall be required and shall accompany the 24 materials delivered to the project. The certificate shall clearly identify production lots for 25 all materials represented. The Contracting Agency may conduct verification tests of pipe 26 stiffness or other properties as it deems appropriate. 27 28 9 05.22 Steel Rib Reinforced Polyethylene Storm Sewer Pipe 29 Steel rib reinforced polyethylene storm sewer pipe shall meet the requirements of ASTM 30 F2562 Class 1 for steel reinforced thermoplastic ribbed pipe and fittings. The maximum 31 diameter for steel reinforced polyethylene storm sewer pipe shall be the diameter for 32 which a manufacturer has submitted a qualified joint. Qualified manufacturers and 33 approved joints are listed in the Qualified Products Lists. Fittings shall be rotationally 34 molded, injection molded, or factory welded. 35 36 All joints for steel reinforced polyethylene storm sewer pipe shall be made with a bell 37 and spigot coupling and conform to ASTM D 3212 using elastomeric gaskets 38 conforming to ASTM F 477. All gaskets shall be installed on the pipe by the 39 manufacturer. 40 41 Qualification for each manufacturer of steel reinforced polyethylene storm sewer pipe 42 requires joint system conformance to ASTM D 3212 using elastomeric gaskets 43 conforming to ASTM F 477 and a formal quality control plan for each plant proposed for 44 consideration. 45 46 A Manufacturer's Certificate of Compliance shall be required and shall accompany the 47 materials delivered to the project. The certificate shall clearly identify production lots for 48 all materials represented. The Contracting Agency may conduct verification tests of pipe 49 stiffness or other properties as it deems appropriate. 50 28 1 9 -05.23 High Density Polyethylene (HDPE) Pipe 2 HDPE pipe shall be manufactured from resins meeting the requirements of ASTM 3 D3350 with a cell classification of 345464C and a Plastic Pipe Institute (PPI) 4 designation of PE 3408. 5 6 The pipes shall have a minimum standard dimension ratio (SDR) of 32.5. 7 8 HDPE pipe shall be joined into a continuous length by an approved joining method. 9 10 The joints shall not create an increase in the outside diameter of the pipe. The joints 11 shall be fused, snap together or threaded. The joints shall be water tight, rubber 12 gasketed if applicable, and pressure testable to the requirements of ASTM D 3212. 13• 14 Joints to be welded by butt fusion, shall meet the requirements of ASTM F 2620 and the 15 manufacturer's recommendations. Fusion equipment used in the joining procedure 16 shall be capable of meeting all conditions recommended by the pipe manufacturer, 17 including but not limited to fusion temperature, alignment, and fusion pressure. All field 18 welds shall be made with fusion equipment equipped with a Data Logger. Temperature, 19 fusion pressure and a graphic representation of the fusion cycle shall be part of the 20 Quality Control records. Electro fusion may be used for field closures as necessary. 21 Joint strength shall be equal or greater than the tensile strength of the pipe. 22 23 Fittings shall be manufactured from the same resins and Cell Classification as the pipe 24 unless specified otherwise in the Plans or Specifications. Butt fusion fittings and 25 Flanged or Mechanical joint adapters shall have a manufacturing standard of ASTM 26 D3261. Electro fusion fittings shall have a manufacturing standard of ASTM F1055. 27 28 HDPE pipe to be used as liner pipe shall meet the requirements of AASHTO M 326 and 29 this specification. 30 31 The supplier shall furnish a Manufacturer's Certification of Compliance stating the 32 materials meet the requirements of ASTM D 3350 with the correct cell classification with 33 the physical properties listed above. The supplier shall certify the dimensions meet the 34 requirements of ASTM F 714 or as indicated in this Specification or the Plans. 35 36 At the time of manufacture, each lot of pipe, liner, and fittings shall be inspected for 37 defects and tested for Elevated Temperature Sustain Pressure in accordance with 38 ASTM F 714. The Contractor shall not install any pipe that is more than 2 years old 39 from the date of manufacture. 40 41 At the time of delivery, the pipe shall be homogeneous throughout, uniform in color, free 42 of cracks, holes, foreign materials, blisters, or deleterious faults. 43 44 Pipe shall be marked at 5 foot intervals or less with a coded number which identifies the 45 manufacturer, SDR, size, material, machine, and date on which the pipe was 46 manufactured. 47 29 1 07.AP9 2 SECTION 9 -07, REINFORCING STEEL 3 January 4, 2010 4 9- 07.5(1) Epoxy Coated Dowel Bars (For Cement Concrete Pavement) 5 This sections title is revised to read: 6 7 9- 07.5(1) Epoxy Coated Dowel Bars (For Cement Concrete Pavement 8 Rehabilitation) 9 10 08.AP9 11 SECTION 9 -08, PAINTS 12 January 4, 2010 13 9- 08.1(2)C Inorganic Zinc Rich Primer 14 In the first paragraph, the reference to "Type II" is revised to read "Type I 15 16 9 08.1(2)D Organic Zinc Rich Primer 17 This section is revised to read: 18 19 Organic zinc rich primer shall be a high performance two- component epoxy conforming 20 to SSPC Paint 20 Type II. 21 22 14.AP9 23 SECTION 9 -14, EROSION CONTROL AND ROADSIDE PLANTING 24 January 4, 2010 25 9 -14.3 Fertilizer 26 In the first paragraph, the second sentence is revised to read: 27 28 It may be separate or in a mixture containing the percentage of total nitrogen, available 29 phosphoric acid, water soluble potash, or sulfur in the amounts specified. 30 31 9 14.4(1) Straw 32 The following is inserted after the second sentence: 33 34 The Contractor shall provide documentation that the material is steam or heat treated to 35 kill seeds, or shall provide U.S., Washington, or other State's Department of Agriculture 36 laboratory test reports, dated within 90 days prior to the date of application, showing 37 there are no viable seeds in the straw. 38 39 9 14.4(2) Wood Cellulose Fiber 40 This section including title is revised to read: 41 42 9 14.4(2) Fiber Mulch 43 All Fiber Mulch materials shall be in a dry condition free of noxious weeds, seeds, and 44 other materials detrimental to plant life. Fiber Mulch shall be suitable for spreading with 45 a hydroseeder or mulch blower equipment. 46 47 This section is supplemented with the following new sub sections: 30 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 9 14.4(2)A Cellulose Fiber Mulch Cellulose Fiber Mulch shall be recycled (pulp) fiber such as newsprint, magazine stock, corrugated cardboard, cotton or straw. It shall be free from chemical printing ink, germination inhibitors, and chlorine bleach and shall contain no rock, metal, and plastic. If Cellulose Fiber Mulch contains cotton or straw, the Contractor shall provide documentation that the material is steam or heat treated to kill seeds, or shall provide U.S., Washington, or other State's Department of Agriculture laboratory test reports, dated within 90 days prior to the date of application, showing there are no viable seeds in the mulch. Cellulose Fiber Mulch shall be manufactured in such a manner that when agitated in slurry tanks with water, the fibers will become uniformly suspended, without clumping, to form a homogeneous slurry. When hydraulically applied, the material shall form a strong moisture holding mat that allows the continuous absorption and infiltration of water. Cellulose Fiber Mulch shall contain a dye to facilitate placement and inspection of the material. Dye shall be non -toxic to plants, animals, and aquatic life and shall not stain concrete or painted surfaces. Cellulose Fiber Mulch furnished by the Contractor shall be pre packaged by the manufacturer. The Contractor shall supply independent test results from the National Transportation Product Evaluation Program (NTPEP) or other independent testing organization as approved by the Engineer to assure compliance with the minimum requirements in the following table: Properties Water Holding Capacity Heavy Metals f Test Method ASTM D 7367 EPA Method 200.7 and Standard Method 3112B Cold Vapor for Mercury Organic Matter Content I ASTM D 586* Moisture Content I ASTM D 644* Seed Germination I ASTM D 7322* 31 I Requirements 1,000 percent minimum Arsenic 20 mg /kg maximum Boron 100 mg /kg maximum Cadmium —10 mg/kg maximum Copper 50 mg /kg maximum Lead 150 mg/kg maximum Mercury 8 mg /kg maximum Nickel 210 mg /kg maximum Selenium 18 mg /kg maximum Zinc 150 mg /kg maximum 190 percent minimum 115 percent maximum 1 200 percent minimum 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 Enhancement Performance in Protecting Slopes from Rainfall- Induced Erosion ASTM D 6459 with 0.12 -inch average raindrop size.** Test in one soil type. Soil tested shall be loam as defined by the National Resources Conservation Service (NRCS) Soil Texture Triangle C Factor 0.15 maximum using Revised Universal Soil Loss Equation (RUSLE) ASTM test methods developed for Rolled Erosion Control Products (RECPs) with the only modification being that Hydraulic Erosion Control Products (HECPs) are applied to the test plot. Utah State Protocol of 2.5:1 slope with rainfall simulated at 5- inches per hour for 60 minute duration, or TTI Protocol of 2:1 slope with rainfall simulated at 3.5- inches per hour with 3 successive test durations of 30 minutes each test in 24 hour intervals may be substituted. *Available at: htto: /soils.usda.aov/ education resources /lessons /texture /textural tri hi.ioa 9 14.4(2)B Wood Fiber Mulch Wood Fiber Mulch shall be thermally processed, defibrated, wood fiber from natural or recycled wood chips or similar woody material. The wood shall be manufactured to produce long- strand fibers that physically interlock to form a strong moisture holding mat that allows the absorption and infiltration of water. Wood Fiber Mulch shall be free from paper, straw, cotton, jute, hemp, coconut, rock, metal, and plastic. Wood Fiber Mulch shall contain a dye to facilitate placement and inspection of the material. Dye shall be non -toxic to plants, animals, and aquatic life and shall not stain concrete or painted surfaces. Wood Fiber Mulch shall be manufactured in such a manner that when agitated in slurry tanks with water, the fibers will be uniformly suspended to form a homogeneous slurry. Wood Fiber Mulch furnished by the Contractor shall be pre packaged by the manufacturer. The Contractor shall supply independent test results from the National Transportation Product Evaluation Program (NTPEP) or other independent testing organization as approved by the Engineer to assure compliance with the minimum requirements in the following table: Properties Long Strand Fibers WSDOT Test Method T 126 Water Holding Capacity ASTM D 7367 Test Method Heavy Metals EPA Method 200.7 and Standard Method 3112B Cold 32 Requirements A minimum of 50% of the fiber, by mass, is collected on the combination of No. 8, No. 16, and No. 24 sieves 1,300 percent minimum Arsenic 20 mg /kg maximum Organic Matter Content Moisture Content Seed Germination Enhancement Performance in Protecting Slopes from Rainfall Induced Erosion Vapor for Mercury ASTM D 586* ASTM D 644* ASTM D 7322* Boron 100 mg /kg maximum Cadmium 10 mg/kg maximum Copper 50 kg /mg maximum Lead 150 mg /kg maximum Mercury 8 mg /kg maximum Nickel 210 mg /kg maximum Selenium 18 mg /kg maximum Zinc 150 mg /kg maximum 90 percent minimum I 15 percent maximum 300 percent minimum C Factor 0.15 maximum using Revised Universal Soil Loss Equation (RUSLE) ASTM D 6459 with 0.12 -inch average raindrop size. Test in one soil type. Soil tested shall be loam as defined by the NRCS Soil Texture Triangle ASTM test methods developed for Rolled Erosion Control Products (RECPs) with the only modification being that Hydraulic Erosion Control Products (HECPs) are applied to the test plot. Utah State Protocol of 2.5:1 slope with rainfall simulated at 5- inches per hour for 60 minute duration, or TTI Protocol of 2:1 slope with rainfall simulated at 3.5- inches per hour with 3 successive test durations of 30 minutes each test in 24 hour intervals may be substituted. 1 2 3 4 5 6 7 8 9 10 *Available at: 11 htta: /soils.usda.aov /education/ resources /lessons /texture /textural tri hi. i Dq 12 13 9 14.4(3) Bark or Wood Chips 14 The first paragraph is revised to read: 15 16 17 18 19 20 This section is supplemented with the following: 21 22 23 24 Bark or wood chip mulch shall be derived from Douglas fir, pine, or hemlock species and shall not contain resin, tannin, or other compounds in quantities that would be detrimental to plant life. Sawdust shall not be used as mulch. Bark or wood chips when tested shall be per WSDOT Test Method T 123 prior to placement and shall meet the following loose volume gradation: Percent Passing 33 Sieve Size 2" No.4 Minimum 95 0 1 2 3 9 14.4(4) Wood Strand Mulch 4 This section is revised to read: 5 6 7 8 9 10 11 12 13 14 15 16 17 18 9 14.4(6) Gypsum 19 This section is revised to read: 20 21 22 23 24 9 14.4(7) Tackifier 25 This section is revised to read: 26 27 28 29 30 31 All tackifiers shall meet the following heavy metals limits: 32 Wood strand mulch shall be a blend of angular, loose, long, thin wood pieces that are frayed, with a high length -to -width ratio and shall be derived from native conifer or deciduous trees. A minimum of 95 percent of the wood strand shall have lengths between 2 and 10- inches. At least 5 percent of the length of each strand shall have a width and thickness between 1 /i6 and 1 -inch. No single strand shall have a width or thickness greater than' -inch. The mulch shall not contain salt, preservatives, glue, resin, tannin, or other compounds in quantities that would be detrimental to plant life. Sawdust or wood chips or shavings shall not be acceptable. Products will be tested using WSDOT Test Method 125 prior to placement. Gypsum shall consist of Calcium Sulfate (CaSO42H2O) in a pelletized or granular form. 100 percent shall pass through a No. 8 sieve. Tackifiers are used as a tie -down for soil, compost, seed, and /or mulch. Tackifier shall contain no growth or germination inhibiting materials, and shall not reduce infiltration rates. Tackifier shall hydrate in water and readily blend with other slurry materials. Properties Heavy Metals Test Method EPA Method 200.7 and Standard Method 3112B Cold Vapor for Mercury 34 Maximum 100 30 Requirements Arsenic 20 mg /kg maximum Boron 100 mg /kg maximum Cadmium —10 mg /kg maximum Copper 50 kg /mg maximum Lead 150 mg/kg maximum Mercury 8 mg /kg maximum Nickel 210 mg /kg maximum Selenium 18 mg /kg maximum Zinc 150 mg /kg maximum 1 Viscosity 1 ASTM D 2364 4000 cPs minimum 1 2 3 This section is supplemented with the following new sub sections: 4 5 6 7 8 9 10 11 12 13 14 9 14.4(8) Compost 15 In the third paragraph, number 1. is revised to read: 16 17 18 19 20 21 9 14.4(7)A Organic Tackifier Organic tackifier shall be derived from natural plant sources and shall have an MSDS that demonstrates to the satisfaction of the Engineer that the product is not harmful to plants, animals, and aquatic life. 9 14.4(7)B Synthetic Tackifier Synthetic tackifier shall have an MSDS that demonstrates to the satisfaction of the Engineer that the product is not harmful to plants, animals, and aquatic life. 1. Compost material shall be tested in accordance with U.S. Composting Council Testing Methods for the Examination of Compost and Composting (TMECC) 02.02- B, "Sample Sieving for Aggregate Size Classification Fine Compost shall meet the following gradation: Sieve Size 1 2" 1 5/8 1 /4" Percent Passing Minimum I Maximum 100 95 1 100 90 1 100 75 1 100 22 Maximum particle length of 6- inches. 23 24 Medium Compost shall meet the following gradation: 25 Percent Passing Sieve Size Minimum I Maximum I 2" 100 I1" 95 100 1 90 1 100 1 /4" 75 85 26 Maximum particle length of 6- inches. 27 28 29 30 31 32 33 Coarse Compost shall meet the following gradation: 34 Medium Compost shall have a Carbon to Nitrogen ratio (C:N) between 18:1 and 30:1. The Carbon to Nitrogen ratio shall be calculated using the dry weight of "Organic Carbon" using TMECC 04.01A divided by the dry weight of "Total N" using TMECC 04.02D. 35 Percent Passing Sieve Size Minimum I Maximum 3" 100 I1" 90 1100 1 70 1 100 1 1 /4" 40 60 1 Maximum particle length of 6- inches. 2 3 4 "Contractor 5 6 9 14.4(8)A Compost Approval 7 This sections title is revised to read: 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 9 14.4(9) Bonded Fiber Matrix (BFM) 37 This section is revised to read: 38 39 40 41 42 43 44 45 In number 8. of the third paragraph, the reference to "manufacturer" is revised to read 9 14.4(8)A Compost Submittal Requirements The first sentence is revised to read: The Contractor shall submit the following information to the Engineer for approval: Number 1. is revised to read: 1. The Qualified Products List printed page or a Request for Approval of Material (DOT Form 350 -071 EF). In number 3., the reference to "manufacturer" is revised to read "Contractor" and the reference to "analyses" is revised to read "analysis 9 14.4(8)B Compost Acceptance This section is revised to read: Fourteen days prior to application, the Contractor shall submit a sample of the compost approved for use, and a STA test report dated within 90 calendar days of the application, and the list of feed stocks by volume for each compost type to the Engineer for review. The Contractor shall use only compost that has been tested within 90 calendar days of application and meets the requirements in Section 9- 14.4(8). Compost not conforming to the above requirements or taken from a source other than those tested and accepted shall not be used. Bonded Fiber Matrix (BFM) shall be a hydraulically- applied blanket /mulch /matrix comprised of organic fiber from natural or recycled wood chips or similar woody material, weed free straw, cotton, coconut, jute, and /or hemp. The fibers shall be thermally processed, defibrated, long- strand fibers that physically interlock to form a strong moisture holding mat that allows the absorption and infiltration of water. BFM shall be free from rock, metal, or plastic. It shall contain no more than 15 percent recycled paper and meets the requirements in Section 9- 14.4(2)A. 36 1 2 The BFM shall be manufactured in such a manner that when agitated in slurry tanks 3 with water, the fibers will be uniformly suspended to form a homogeneous slurry. 4 5 Within 48 hours, the BFM shall bond with the soil surface to create a continuous, 6 absorbent, flexible erosion resistant blanket that allows for seed germination and plant 7 growth. 8 9 BFM shall contain a dye to facilitate placement and inspection of the material. Dye shall 10 be non -toxic to plants, animal, and aquatic life and shall not stain concrete or painted 11 surfaces. 12 13 BFM shall be furnished premixed by the manufacturer. The BFM shall be furnished with 14 an MSDS that demonstrates to the satisfaction of the Engineer that the product is not 15 harmful to plants, animals, and aquatic life. Under no circumstances will field mixing of 16 additives or components be acceptable. 17 18 The Contractor shall supply independent test results from the National Transportation 19 Product Evaluation Program (NTPEP) or other independent testing organization as 20 approved by the Engineer to assure compliance with the minimum requirements in the 21 following table: 22 37 Properties Long Strand Fibers Tackifier, Type A or Type B Water Holding Capacity Heavy Metals I Organic Matter Content I Moisture Content Seed Germination Enhancement Performance in Protecting Slopes from Rainfall- Induced Erosion I Test Method WSDOT Test Method T 126 See Section 9- 14.4(7)A I ASTM D 7367 EPA Method 200.7 and Standard Method 3112B Cold Vapor for Mercury I ASTM D 586* I ASTM D 644* ASTM D 7322* ASTM D 6459 with 0.12 -inch average raindrop size. Test in one soil type. Soil tested shall be loam as defined by the NRCS Soil Texture Triangle I Thickness I ASTM D 6525* I Ground Cover I ASTM D 6567* I Mass Per Unit Area I ASTM D 6566* ASTM test methods developed for Rolled Erosion the only modification being that Hydraulic Erosion applied to the test plot. Utah State Protocol of 2.5:1 slope with rainfall sim 60 minute duration, or TTI Protocol of 2:1 slope with Requirements A minimum of 50% of the fiber, by mass, is collected on the combination of No. 8, No. 16, and No. 24 sieves Minimum 10 percent by weight of a cross linked, polysaccharide, hydro colloid tackifier 1,300 percent minimum Arsenic 20 mg /kg maximum Boron 100 mg /kg maximum Cadmium —10 mg/kg maximum Copper 50 kg /mg maximum Lead 150 mg/kg maximum Mercury 8 mg /kg maximum Nickel 210 mg /kg maximum Selenium 18 mg /kg maximum Zinc 150 mg /kg maximum 90 percent minimum 15 percent maximum 500 percent minimum C Factor 0.10 maximum using Revised Universal Soil Loss Equation (RUSLE) 0.10 -inch minimum 97 percent minimum 10.0 oz/yd2 minimum Control Products (RECPs) with Control Products HECPs) are ulated at 5- inches per hour for rainfall simulated at 3.5- inches 1 per hour with 3 successive test durations of 30 minutes each test in 24 hour 2 intervals may be substituted. 3 4 Available at: 5 htto: /.soils.usda.aov/ education resources /lessons /texture /textural tri hi.ioq 6 7 8 9 14.4(10) Mechanically Bonded Fiber Matrix (MBFM) 9 This section including title is revised to read: 10 11 9- 14.4(10) Mechanically Bonded Fiber Matrix (MBFM) or Fiber Reinforced 12 Matrix (FRM) 13 The MBFM /FRM shall be a hydraulically applied blanket/mulch /matrix comprised of 14 organic fiber from natural or recycled wood chips or similar woody material, straw, 15 coconut, jute, and /or hemp. The MBFM /FRM fibers shall be thermally processed, 16 defibrated, long- strand fibers that are bent in multiple locations on each strand and that 17 physically interlock to form a strong moisture holding mat that allows the absorption and 18 infiltration of water. The MBFM /FRM shall contain cross linked polysaccharide fibers. 19 MBFM /FRM shall be free from paper, rock, metal, and plastic. 20 21 MBFM /FRM shall be manufactured in such a manner that when agitated in slurry tanks 22 with water, the fibers will be uniformly suspended to form a homogeneous slurry. 23 24 The MBFM /FRM shall require no curing period upon application, and shall bond with the 25 soil surface to create a continuous, porous, absorbent, and flexible erosion resistant 26 blanket that allows for seed germination and plant growth. 27 28 MBFM /FRM shall be furnished premixed by the manufacturer. The MBFM /FRM shall be 29 furnished with an MSDS that demonstrates to the satisfaction of the Engineer that the 30 product is not harmful to plants, animals, and aquatic life. Under no circumstances will 31 field mixing of additives or components be acceptable. 32 33 The Contractor shall supply independent test results from the National Transportation 34 Product Evaluation Program (NTPEP) or other independent testing organization as 35 approved by the Engineer to assure compliance with the minimum requirements in the 36 following table: 37 Properties 1 Test Method 1 Requirements Long Strand Fibers WSDOT Test Method T 126 A minimum of 50% of the fiber, by mass, is collected on the combination of No. 8, No. 16, and No. 24 sieves Tackifier, Type A or See Section 9- 14.4(7)A Minimum 10 percent by Type B weight of a cross linked, polysaccharide, hydro colloid tackifier Water Holding ASTM D 7367 1,500 percent minimum Capacity I Heavy Metals I EPA Method 200.7 and I Arsenic 20 mg /kg 39 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 Organic Matter Content Moisture Content Seed Germination Enhancement Performance in Protecting Slopes from Rainfall- Induced Erosion Standard Method 3112B Cold Vapor for Mercury ASTM D 586* 1 ASTM D 644* ASTM D 7322* This section is supplemented with the following: ASTM D 6459 with 0.12 -inch average raindrop size. Test in one soil type. Soil tested shall be loam as defined by the NRCS Soil Texture Triangle 9 14.5(1) Polyacrylamide (PAM) The third and fourth sentences are revised to read: 40 maximum Boron 100 mg /kg maximum Cadmium 10 mg/kg maximum Copper 50 kg /mg maximum Lead 150 mg /kg maximum Mercury 8 mg /kg maximum Nickel 210 mg /kg maximum Selenium 18 mg /kg maximum Zinc 150 mg /kg maximum 90 percent minimum 1 15 percent maximum 500 percent minimum C Factor 0.05 maximum using Revised Universal Soil Loss Equation (RUSLE) Thickness 1 ASTM D 6525* 1 0.15 -inch minimum Ground Cover 1 ASTM D 6567* 1 98 percent minimum Mass Per Unit Area 1 ASTM D 6566* 1 11.0 oz/yd2 minimum ASTM test methods developed for Rolled Erosion Control Products (RECPs) with the only modification being that Hydraulic Erosion Control Products (HECPs) are applied to the test plot. Utah State Protocol of 2.5:1 slope with rainfall simulated at 5 inches per hour for 60 minute duration, or TTI Protocol of 2:1 slope with rainfall simulated at 3.5- inches per hour with 3 successive test durations of 30 minutes each test in 24 hour intervals may be substituted. Available at: htto: /soils. usda.aov/ education resources /lessons /texture /textural tri hi.ioq The minimum average molecular weight shall be greater than 5 Mg /mole and minimum 30 percent charge density. The product shall contain at least 80 percent active ingredients and have a moisture content not exceeding 10 percent by weight. 9 10 11 12 13 14 15 16 17 18 19 20 21 1 PAM shall be delivered in a dry granular or powder form. 2 3 9 14.5(2) Erosion Control Blanket 4 This section is revised to read: 5 6 Temporary erosion control blanket shall be made of natural plant fibers and meet the 7 following requirements: 8 Properties I ASTM Test Method I Requirements Protecting Slopes D 6459 with 0.12 -inch Maximum C factor of from Rainfall- average raindrop size.* Test 0.15 using Revised Induced Erosion in one soil type. Soil tested Universal Soil Loss shall be loam as defined by Equation (RUSLE) the NRCS Soil Texture Triangle** Dry Weight per D 6475 0.36 lb /sq. yd. minimum Unit Area Performance in Protecting Earthen Channels from Stormwater- Induced Erosion Seed Germination D 7322* 200 percent minimum Enhancement Netting, if present, shall be biodegradable with a life span not to exceed one year. Utah State Protocol of 2.5:1 slope with rainfall simulated at 5- inches per hour for 60 minute duration, or TTI Protocol of 2:1 slope with rainfall simulated at 3.5- inches per hour with 3 successive test durations of 30 minutes each test in 24 hour intervals may be substituted. D 6460 Test in one soil type. 1.0 lb /sq. ft. minimum Soil tested shall be loam as defined by the NRCS Soil Texture Triangle Available at: htto: /soils. usda.aov/ education resources /lessons /texture /textural tri hi.ioq Permanent erosion control blanket or turf reinforcing mat shall consist of UV stabilized fibers, filaments, or netting and shall meet the following requirements: Properties UV Stability Protecting Slopes from Rainfall Induced Erosion Dry Weight per Unit Area Performance in I ASTM Test Method I Requirements D 4355 Minimum 80 percent strength retained after 500 hours in a xenon arc device Maximum C factor of 0.15 using Revised Universal Soil Loss Equation (RUSLE) D 6459 with 0.12 -inch average raindrop size.* Test in one soil type. Soil tested shall be loam as defined by the NRCS Soil Texture Triangle D 6475 D 6460 Test in one soil type. 12.0 lb /sq. ft. minimum 41 0.50 lb /sq. yd. minimum Protecting Soil tested shall be loam as Earthen Channels defined by the NRCS Soil from Stormwater- Texture Triangle Induced Erosion Seed Germination D 7322 200 percent minimum Enhancement 1 Utah State Protocol of 2.5:1 slope with rainfall simulated at 5- inches per hour for 2 60 minute duration, or TTI Protocol of 2:1 slope with rainfall simulated at 3.5- inches 3 per hour with 3 successive test durations of 30 minutes each test in 24 hour 4 intervals may be substituted. 5 Available at: 6 htto: /soils.usda.aov/ education resources /lessons /texture /textural tri hi.ioq 7 8 This section is supplemented with the following new sub section: 9 10 9 14.5(2)A Erosion Control Blanket Approval 11 The Contractor shall select Erosion Control Blanket products that bear the Quality and 12 Data Oversight and Review (QDOR) seal from the Erosion Control and Technology 13 Council (ECTC). All materials selected shall be currently listed on the QDOR products 14 list available at htto:www.ectc.ora/ador. 15 16 9 14.5(4) Geotextile Encased Check Dam 17 In the second paragraph, the second and third sentences are revised to read: 18 19 The geotextile material shall overhang the foam by at least 6- inches at each end, and 20 shall have apron type flaps that extend a minimum of 24- inches on each side of the 21 check dam. The geotextile material shall meet the requirements for Temporary Silt 22 Fence in Section 9 -33. 23 24 9 14.5(5) Wattles 25 This section is revised to read: 26 27 Wattles shall consist of cylinders of biodegradable plant material such as straw, coir, 28 compost, wood chips, excelsior, or wood fiber or shavings encased within 29 biodegradable or photodegradable netting. Wattles shall be a minimum of 5- inches in 30 diameter. Netting material shall be clean, evenly woven, and free of encrusted concrete 31 or other contaminating materials such as preservatives. Netting material shall be free 32 from cuts, tears, or weak places and shall have a minimum lifespan of 6 months. 33 34 Compost filler shall be Coarse Compost and shall meet the material requirements as 35 specified in Section 9- 14.4(8). If wood chips are used they shall meet the material 36 requirements as specified in Section 9- 14.4(3). If wood shavings are used, 80 percent 37 of the fibers shall have a minimum length of 6- inches between 0.030 and 0.50- inches 38 wide, and between 0.017 and 0.13- inches thick. 39 40 9 14.5(6) Compost Sock 41 This section is revised to read: 42 43 Compost socks shall consist of extra heavy weight biodegradable fabric, with a 44 minimum strand thickness of 5 mils. The fabric shall be filled with Coarse Compost. 45 Compost Socks shall be at least 8- inches in diameter. The fabric shall be clean, evenly 42 1 woven, and free of encrusted concrete or other contaminating materials and shall be 2 free from cuts, tears, broken or missing yarns, and be free of thin, open, or weak areas 3 and shall be free of any type of preservative. 4 5 Coarse Compost filler shall meet the material requirements as specified in Section 9- 6 14.4(8). 7 8 Wood stakes for compost socks shall be made from untreated Douglas fir, hemlock, or 9 pine species. Wood stakes shall be 2 -inch by 2 -inch nominal dimension and 36- inches 10 in length, 11 12 9 14.5(7) Coir Log 13 This section is revised to read: 14 15 Coir logs shall be made of 100 percent durable coconut (coir) fiber uniformly compacted 16 within woven netting made of bristle coir twine with minimum strength of 80 lbs tensile 17 strength. The netting shall have nominal 2 -inch by 2 -inch openings. Log segments shall 18 have a maximum length of 20 feet, with a minimum diameter as shown in the Plans. 19 Logs shall have a minimum density of 7 lbs/cf. 20 21 Stakes shall be untreated Douglas fir, hemlock, or pine species. Wood stakes shall 22 have a notch to secure the rope ties. Rope ties shall be of 1 /4 -inch diameter 23 commercially available hemp rope. 24 25 9 14.6(1) Description 26 The fourth paragraph is revised to read: 27 28 Cuttings are live plant material without a previously developed root system. Source 29 plants for cuttings shall be dormant when cuttings are taken. All cuts shall be made with 30 a sharp instrument. Cuttings may be collected. If cuttings are collected, the requirement 31 to be nursery grown or held in nursery conditions does not apply. Written permission 32 shall be obtained from property owners and provided to the Engineer before cuttings are 33 collected. The Contractor shall collect cuttings in accordance with applicable sensitive 34 area ordinances. Cuttings shall meet the following requirements: 35 36 A. Live branch cuttings shall have flexible top growth with terminal buds and may 37 have side branches. The rooting end shall be cut at an approximate 45 degree 38 angle. 39 40 B. Live stake cuttings shall have a straight top cut immediately above a bud. The 41 lower, rooting end shall be cut at an approximate 45 degree angle. Live stakes 42 are cut from one to two year old wood. Live stake cuttings shall be cut and 43 installed with the bark intact with no branches or stems attached, and be '/z to 44 11/2-inch in diameter. 45 46 C. Live pole cuttings shall have a minimum 2 -inch diameter and no more than 47 three branches which shall be pruned back to the first bud from the main stem. 48 49 Rhizomes shall be a prostrate or subterranean stem, usually rooting at the nodes and 50 becoming erect at the apex. Rhizomes shall have a minimum of two growth points. 51 Tubers shall be a thickened and short subterranean branch having numerous buds or 52 eyes. 43 1 2 9- 14.6(2) Quality 3 The first paragraph is revised to read: 4 5 At the time of delivery all plant material furnished shall meet the grades established by 6 the latest edition of the American Standard for Nursery Stock, (ASNS) ANSI Z60.1 and 7 shall conform to the size and acceptable conditions as listed in the Contract, and shall 8 be free of all foreign plant material. 9 10 The third paragraph is revised to read: 11 12 All plant material shall be purchased from a nursery licensed to produce plants for sale 13 in Washington State. 14 15 This section is supplemented with the following new paragraph: 16 17 All nurseries and nursery vendors must have a business license issued by the 18 Washington State Department of Licensing with a "Nursery" endorsement. Upon 19 request, the Contractor shall furnish the Engineer with copies of the applicable licenses 20 and endorsements. 21 22 9 14.6(3) Handling and Shipping 23 Number 8. and 9. are revised to read: 24 25 8. Size. (Height, runner length, caliper, etc. as required.) 26 27 9. Signature of shipper by authorized representative. 28 29 Number 10. and 11. are deleted. 30 31 9 14.6(7) Temporary Storage 32 The first paragraph is revised to read: 33 34 Plants stored under temporary conditions prior to installation shall be the responsibility 35 of the Contractor. 36 37 15.AP9 38 SECTION 9 -15, IRRIGATION SYSTEM 39 January 4, 2010 40 The first paragraph is supplemented with the following: 41 42 When the water supply for the irrigation system is from a non potable source, irrigation 43 components shall have lavender indicators supplied by the equipment manufacturer. 44 45 9 15.3 Automatic Controllers 46 This section is revised to read: 47 48 The automatic controller shall be an electronic timing device for automatically opening 49 and closing control valves for predetermined periods of time. The automatic controller 50 shall be enclosed in a weatherproof, painted, metal housing fabricated from 16 gauge 44 1 sheet aluminum alloy 6061 -T6 or 16 gauge sheet steel or unpainted, non rusting 2 industrial grade stainless steel. The pedestal shall have a completely removable 3 locking faceplate to allow easy access to wiring. 4 5 The automatic controller housing shall have hasp and lock or locking device. All locks or 6 locking devices shall be master keyed and three sets of keys provided to the Engineer. 7 The controller shall be compatible with and capable of operating the irrigation system as 8 designed and constructed and shall include the following operating features: 9 10 1. Each controller station shall be adjustable for setting to remain open for any 11 desired period of time, from five minutes or less to at least 99 minutes. 12 2. Adjustments shall be provided whereby any number of days may be omitted 13 and whereby any one or more positions on the controller can be skipped. 14 When adjustments are made, they shall continue automatically within a 14 -day 15 cycle until the operator desires to make new adjustments. 16 3. Controls shall allow any position to be operated manually, both on or off, 17 whenever desired, without disrupting the 14 day cycle. 18 4. Controls shall provide for resetting the start of the irrigation cycle at any time 19 and advancing from one position to another. 20 5. Controllers shall contain a power on -off switch and fuse assembly. 21 6. Output shall be 24 volt AC with battery back up for memory retention of the 14 22 day cycle. 23 7. Both normally -open or normally closed rain sensor compatibility. 24 25 9 15.4 Irrigation Heads 26 This section is supplemented with the following new paragraph: 27 28 All instructions, special wrenches, clamps, tools, and equipment supplied by the 29 manufacturer necessary for the installation and maintenance of the irrigation heads 30 shall be turned over to the Engineer upon completion and acceptance of the project. 31 32 9 15.5 Valve Boxes and Protective Sleeves 33 This section including title is revised to read: 34 35 9 15.5 Valve Boxes 36 Valve boxes shall conform to the Plans and be extendible to obtain the depth required. 37 All manual drain valves and manual control valves shall be installed in valve box with a 38 vandal resistant lid as shown in the Plans. 39 40 9 15.7(1) Manual Control Valves 41 The third and fourth sentences are revised to read: 42 43 The Contractor shall furnish three suitable operating keys. Valves shall have removable 44 bonnet and stem assemblies with adjustable packing glands and shall house long acme 45 threaded stems to ensure full opening and closing. 46 47 9 15.7(2) Automatic Control Valves 48 In the second paragraph, the first and second sentences are revised to read: 49 50 Valves shall be of a normally closed design and shall be operated by an electronic 51 solenoid having a maximum rating of 6.5 watts utilizing 24 volt AC power. Electronic 45 1 solenoids shall have a stainless steel plunger and be directly attached to the valve 2 bonnets or body with all control parts fully encapsulated. 3 4 In the fifth sentence of the second paragraph, "electric" is revised to read "electrical 5 6 9 15.7(3) Automatic Control Valves With Pressure Regulator 7 This section is revised to read: 8 9 Automatic control valves with pressure regulators shall be similar to automatic 10 control valves described in Section 9- 15.7(2) and shall reduce the inlet pressure to 11 a constant pressure regardless of supply fluctuations. The regulator must be fully 12 adjustable. 13 14 9 15.8 Quick Coupling Equipment 15 In the first paragraph, the first and second sentences are revised to read: 16 17 Quick coupler valves shall have a service rating of not less than 125 -psi for non -shock 18 cold water. The body of the valves shall be of cast Copper Alloy No. C84400 Leaded 19 Semi -Red Brass conforming to ASTM B 584. 20 21 In the fifth sentence of the first paragraph, "will" is revised to read "shall 22 23 9 15.9 Drain Valves 24 This section is revised to read: 25 26 Drain valves may be a /cinch or 3 -inch PVC or metal gate valve manufactured for 27 irrigation systems. Valves shall be designed for underground installation with suitable 28 cross wheel for operation with a standard key, and shall have a service rating of not less 29 than 150 -psi non -shock cold water. The Contractor shall furnish three standard 30 operating keys per Contract. Drain valves shall be installed in a valve box with a vandal 31 resistant lid as shown in the Plans. 32 33 Drain valves on potable water systems shall only be allowed on the downstream side of 34 approved cross connection control devices. 35 36 9 15.10 Hose Bibs 37 The first sentence is revised to read: 38 39 Hose bibs shall be angle type, constructed of bronze or brass, threaded to 40 accommodate a 3 A-inch hose connection, and shall be key operated. 41 42 9 15.11 Cross Connection Control Devices 43 This section is revised to read: 44 45 Atmospheric vacuum breaker assemblies (AVBAs), pressure vacuum breaker 46 assemblies PVBAs), double check valve assemblies (DCVAs), and reduced pressure 47 backflow devices (RPBDs), shall be of a manufacturer and product model approved for 48 use by the Washington State Department of Health, Olympia, Washington or a 49 Department of Health certified agency. 50 46 1 9 -15.12 Check Valves 2 The last sentence is revised to read: 3 4 Valves shall have angled seats, Buna -N seals and threaded connections, and shall be 5 installed in 8 -inch round plastic valve boxes with vandal resistant lids. 6 7 9 15.14 Three Way Valves 8 The last sentence is revised to read: 9 10 When handles are included as an integral part of the valves, the Contractor shall 11 remove the handles and give them to the Engineer for ultimate distribution to the 12 Maintenance Division. 13 14 9 15.15 Flow Control Valves 15 The third sentence is revised to read: 16 17 Valves shall be factory set to the flows as shown in the Plans. 18 19 9 15.17 Electrical Wire and Splices 20 This section is revised to read: 21 22 Electrical wire used between the automatic controller and automatic control valves shall 23 be solid or stranded copper, minimum size AWG 14. Insulation shall be Type USE 24 Chemically Cross Linked Polyethylene or Type UF, and shall be listed by a National 25 recognized Testing Laboratory. Each conductor shall be color coded and marked at 26 each end and at all splices with zone or station number identification. 27 28 Low voltage splices shall be made with a direct bury splice kit using a twist -on wire 29 connector and inserted in a waterproof polypropylene tube filled with a silicone electrical 30 insulating gel, or heat shrinkable insulating tubing. Heat shrinking insulating tubing shall 31 consist of a mastic lined heavy wall polyolefin cable sleeve. 32 33 9 15.18 Detectable Marking Tape 34 The first paragraph is revised to read: 35 Detectable marking tape shall consist of inert polyethylene plastic that is impervious to 36 all known alkalis, acids, chemical reagents, and solvents likely to be encountered in the 37 soil, with a metallic foil core to provide for the most positive detection and pipeline 38 location. 39 40 In the second paragraph, the first and second sentences are revised to read: 41 42 The tape shall be color coded and shall be imprinted continuously over its entire length 43 in permanent black ink indicating the type of line buried below and shall also have the 44 word "Caution" prominently shown. 45 46 The last paragraph is revised to read: 47 48 The width of the tape shall be as recommended by the manufacturer based on depth of 49 installation. 50 47 1 16.AP9 2 SECTION 9 -16, FENCE AND GUARDRAIL 3 January 4, 2010 4 9- 16.3(2) Posts and Blocks 5 The first sentence in the second paragraph is revised to read: 6 7 Timber posts and blocks shall conform to the grade specified in Section 9 -09.2. 8 9 22.AP9 10 SECTION 9 -22, MONUMENT CASES 11 January 4, 2010 12 9 -22.1 Monument Cases, Covers, and Risers 13 In the first sentence, "Class 30B" is revised to read "Class 35B 14 15 29.AP9 16 SECTION 9 -29, ILLUMINATION, SIGNAL, ELECTRICAL 17 January 4, 2010 18 In this division, all references to "hot- dipped" are revised to read "hot- dip 19 20 9 29.6(5) Foundation Hardware 21 The first paragraph is revised to read: 22 23 Anchor bolts for Type PPB, PS, I, FB, and RM signal standards shall conform to the 24 requirements of ASTM F1554, grade 55. Nuts shall meet the requirements of AASHTO 25 M 291, grade A. Washers shall meet the requirements of ASTM F 844 or ASTM F 436. 26 27 9 -29.7 Luminaire Fusing and Electrical Connections at Light Standard Bases, 28 Cantilever Bases and Sign Bridge Bases 29 The content of this section is revised and moved to the following new sub sections: 30 31 9- 29.7(1) Unfused Quick- Disconnect 32 Unfused quick- disconnect connector kits shall conform to the following requirements: 33 34 1. The copper pin and copper receptacle shall be a crimped type of connection or 35 a stainless steel set screw and lug connection to the cable. The receptacle 36 shall establish contact pressure with the pin through the use of a tinned copper 37 or copper beryllium sleeve spring and shall be equipped with a disposable 38 mounting pin. The receptacle shall be fully annealed. Both the copper pin and 39 receptacle shall have a centrally located recessed locking area adapted to be 40 complementarily filled and retained by the rubber housing. 41 42 2. The plug and receptacle housing shall be made of water resistant synthetic 43 rubber which is capable of burial in the ground or installation in sunlight. Each 44 housing shall provide a section to form a water -seal around the cable, have an 45 interior arrangement to suitably and complementarily receive and retain the 46 copper pin or receptacle, and a section to provide a water -seal between the 47 two housings at the point of disconnection. 48 1 2 3. The kit shall provide waterproof in -line connector protection with three cutoff 3 sections on both the line and Toad side to accommodate various wire sizes. All 4 connections shall be as described in item "1" above. Upon disconnect, the 5 connector shall remain in the load side of the kit. 6 7 9- 29.7(2) Fused Quick- Disconnect 8 Fused quick- disconnect kits shall provide waterproof in -line fuse protection. The kit shall 9 provide three cutoff sections on both lines and load side to accommodate various wire 10 sizes. All connections shall be as described in item "1" above. Upon disconnect, the 11 fuse shall remain in the Toad side of the kit. 12 13 Fuses furnished for all lighting circuits shall be capable of handling the operating voltage 14 of the circuit involved and shall have the following characteristics: 15 16 1. Fuses shall be capable of indefinitely supporting 110 percent of the rated load. 17 18 2. Fuses shall be capable of supporting 135 percent of the rated Toad for 19 approximately 1 hour. 20 21 3. A load of 200 percent of rated load shall effectively cause instantaneous 22 blowing of the fuse. 23 24 4. Fuses shall be rated as listed below and shall be sized to fit the fuse 25 containers furnished on this project, according to the manufacturer's 26 recommendations therefore. 27 28 5. Fuses shall be listed by a nationally recognized testing laboratory. 29 30 Luminaire Size 1,000W 750W 700W 400W 310W 250W 200W 175W 150W 100W 70W 50W Service Voltage 480V 240V 10A 15A 5A 10A 5A 10A 5A 10A 5A 5A 5A 5A 4A 5A 4A 5A 3A 4A 2A 3A 2A 2A 2A 2A 120V 30A 20A 20A 15A 10A 10A 10A 10A 5A 4A 2A 2A 31 32 33 9 -29.9 Ballast, Transformers 34 This sections content is deleted and replaced with: 35 36 Heat generating components shall be mounted to use the portion of the luminaire upon 37 which they are mounted as a heat sink. Capacitors shall be located as far as practicable 49 1 from heat generating components or shall be thermally shielded to limit the fixture 2 temperature to 160 °F. 3 4 Transformers and inductors shall be resin impregnated for protection against moisture. 5 Capacitors, except those in starting aids, shall be metal cased and hermetically sealed. 6 7 No capacitor, transformer, or other device shall employ the class of compounds 8 identified as polychlorinated biphenyls (PCB) as dielectric, coolants, or for any other 9 purpose. 10 11 This section is supplemented with the following new sub sections: 12 13 9 29.9(1) Ballast 14 Each ballast shall have a name plate attached permanently to the case listing all 15 electrical data. 16 17 A Manufacturer's Certificate of Compliance in accordance with Section 1 -06.3 meeting 18 the manufacturers and these Specification requirements, shall be submitted by the 19 Contractor with each type of luminaire ballast. 20 21 Ballasts shall be designed for continuous operation at ambient air temperatures from 22 20 °F without reduction in ballast life. Ballasts shall have a design life of not less than 23 100,000 hours. Ballasts shall be designed to operate for at least 180 cycles of 12 hours 24 on and 12 hours off, with the lamp circuit in an open or short- circuited condition and 25 without measurable reduction in the operating requirements. All ballasts shall be high 26 power factor (90 27 28 Ballasts shall be tested in accordance with the requirements of current ANSI C 82.6, 29 Methods of Measurement of High- Intensity- Discharge Lamp Ballasts. Starting aids for 30 ballasts of a given lamp wattage shall be interchangeable between ballasts of the same 31 wattage and manufacturer without adjustment. 32 33 Ballast assemblies shall consist of separate components, each of which shall be 34 capable of being easily replaced. A starting aid will be considered as a single 35 component. Each component shall be provided with screw terminals, NEMA tab 36 connectors or a single multi- circuit connector. All conductor terminals shall be identified 37 as to the component terminal to which they connect. 38 39 Ballasts for high pressure sodium lamps shall have a ballast characteristic curve which 40 will intersect both of the lamp- voltage limit lines between the wattage limit lines and 41 remain between the wattage limit lines throughout the full range of lamp voltage. This 42 requirement shall be met not only at the rated input voltage of the ballast, but also the 43 lowest and highest input voltage for which the ballast is rated. Throughout the lifetime of 44 the lamp, the ballast curve shall fall within the specified limits of lamp voltage and 45 wattage. 46 47 All luminaires ballasts shall be located within the luminaire housing. The only exception 48 shall be ballasts to be mounted on lowering assemblies and shall be external to, and 49 attached to the fixture assembly. 50 51 Ballast Characteristics for High Pressure Sodium (HPS) and Metal Halide (MH) Sources 52 shall be: 50 1 Source Line Lamp Ballast Type Input Lamp Volt. Wattage Voltage Wattage Variation Variation HPS I any 170 400 I Mag. Reg. Lag I 10% I 18% HPS any 750 1000 Auto Reg. Lead 10% 30% CWA MH I any 1 175 400 I Mag. Reg. Lag I 10% I 18% MH any 1000 Auto Reg. Lead 10% 30% CWA 2 3 4 9 29.9(2) Transformers 5 The transformers to be furnished shall be indoor /outdoor dry type transformers rated as 6 shown in the Plans. The transformer coils, buss bar, and all connections shall be 7 copper. Transformers, 7.5 KVA and larger shall be supplied with two full capacity taps, 8 one at 5% and one at 10% below the normal full capacity. 9 10 9 29.10 Luminaires 11 This section is revised to read: 12 13 All luminaires shall have their components secured to the luminaire frame with ANSI, 14 300 series chrome nickel grade stainless steel, zinc dichromate coated steel or ceramic 15 coated steel hardware. The luminaire slip- fitter bolts shall be either stainless steel, hot 16 dip galvanized steel, zinc dichromate coated steel, or ceramic coated steel. All internal 17 luminaire assemblies shall be assembled on or fabricated from either stainless steel or 18 galvanized steel. The housing, complete with integral ballast, shall be weathertight. 19 20 The temperature rating of all wiring internal to the luminaire housing, excluding the pole 21 and bracket cable, shall equal or exceed 200 °F 22 23 All luminaires shall be provided with markers for positive identification of light source 24 type and wattage. Markers shall be 3- inches square with Gothic bold, black 2 -inch 25 legend on colored background. Background color shall be gold for high pressure 26 sodium, and red for metal halide light sources. Legends shall be sealed with transparent 27 film resistant to dust, weather, and ultraviolet exposure. 28 29 Legends shall correspond to the following code: 30 Lamp 70 100 150 175 200 250 310 400 Wattage Legend 7 10 15 17 20 25 31 40 51 1 700 1 70 1 1 750 1 75 1 1 1,000 1 XI 1 1 2 3 9 29.10(1) Cobra Head Luminaires 4 This sections content including title is revised to read: 5 6 9 29.10(1) Conventional Roadway Luminaires 7 A. Conventional highway luminaires shall be IES Type 111 medium distribution cut off 8 cobra head configuration with horizontal Tamp, rated at 24,000 hours minimum. 9 10 B. The ballast shall be mounted on a separate exterior door, which shall be hinged to 11 the luminaire and secured in the closed position to the luminaire housing by means 12 of an automatic type of latch (a combination hex/slot stainless steel screw fastener 13 may supplement the automatic type latch). 14 15 C. The reflector of all luminaires shall be of a snap -in design or be secured with 16 screws. The reflector shall be manufactured of polished aluminum or molded from 17 prismatically formed borosilicate glass. The refractor or lens shall be mounted in a 18 doorframe assembly which shall be hinged to the luminaire and secured in the 19 closed position to the luminaire by means of automatic latch. The refractor or lens 20 and doorframe assembly, when closed, shall exert pressure against a gasket seat. 21 The refractor lens shall not allow any light output above 90 degrees nadir. Gaskets 22 shall be composed of material capable of withstanding temperatures involved and 23 shall be securely held in place. 24 25 D. Each housing shall be provided with a four bolt slipfitter capable of mounting on a 26 2 -inch pipe tenon and capable of being adjusted within 5 degrees from the axis of 27 the tenon. The clamping bracket(s) and the cap screws of the slipfitter shall not 28 bottom out on the housing bosses when adjusted within the ±5 degree range. 29 30 No part of the slipfitter mounting brackets on the luminaires shall develop a permanent 31 set in excess of 0.2 -inch when the cap screws used for mounting are tightened to a 32 torque of 32 pounds feet. 33 34 E. Refractors shall be formed from heat resistant, high impact, molded borosilicate 35 glass. Flat lens shall be formed from heat resistant, high impact borosilicate or 36 tempered glass. 37 38 F. High pressure sodium conventional roadway luminaires shall be capable of 39 accepting a 150, 200, 250, 310, or 400 watt lamp complete with ballast. 40 41 G. Housings shall be fabricated from aluminum. Painted housings shall be painted flat 42 gray, Federal Standard 595 color chip No. 26280. Housings that are painted shall 43 withstand a 1,000 -hour salt spray test as specified in ASTM B 117. 44 45 H. All luminaires to be mounted on horizontal mast arms, shall be capable of 46 withstanding cyclic loading in: 47 52 1 1. A vertical plane at a minimum peak acceleration level of 3.0 g's peak -to -peak 2 sinusoidal loading (same as 1.5 g's peak) with the internal ballast removed, for 3 a minimum of 2 million cycles without failure of any luminaire parts, and; 4 5 2. A horizontal plane perpendicular to the direction of the mast arm at a minimum 6 peak acceleration level of 1.5 g's peak to peak sinusoidal loading (same as 7 0.75 g's peak) with the internal ballast installed, for a minimum of 2 million 8 cycles without failure of any luminaire parts. 9 10 I. All luminaires shall have leveling reference points for both transverse and 11 longitudinal adjustment. Luminaires shall have slip- fitters capable of adjusting 12 through a 5- degree axis for the required leveling procedure. 13 14 9 29.10(2) Decorative Luminaires 15 In the first paragraph, "150 400" is revised to read "50 400 16 17 In the second paragraph, "box shaped" is deleted. 18 19 In the third paragraph, the first sentence is deleted. The second sentence is revised to read: 20 21 The ballast housing shall be adequately constructed to contain ballasts for 50 400 watt 22 alternate high intensity discharge sources. 23 24 The fourth paragraph is revised to read: 25 26 Each housing shall consist of an integral reflector, containing a mogul based high 27 intensity discharge Tamp, and a one piece heat and shock resistant, clear tempered Tens 28 mounted in a gasketed, hinged frame. The reflector shall be a snap -in design or 29 secured with screws. The reflector assembly shall have a Tamp vibration damper. The 30 reflector shall be manufactured of polished aluminum or molded from prismatically 31 formed borosilicate glass. The housing shall have a heat resistant finish. The Tens 32 frame shall be secured to the housing with ANSI, 300 series chrome nickel grade 33 stainless steel, zinc dichromate coated steel or ceramic coated steel hardware. 34 35 The last sentence in the fifth paragraph is deleted. 36 37 The sixth paragraph is deleted. 38 39 The seventh paragraph is revised to read: 40 41 The finish shall meet the requirements of ASTM B 117 with the exception that the finish 42 shall be salt spray resistant after 300 hours exposure 43 44 The first sentence in the eight paragraph is deleted. 45 46 9 29.10(3) High Mast Luminaires and Post Top Luminaires 47 This sections content including title is deleted and replaced with: 48 49 9 29.10(3) Vacant 50 53 1 9- 29.10(5) Sign Lighting Luminaires 2 This section is revised to read: 3 4 Sign lighting luminaires shall be the Induction Bulb type. 5 6 9 29.10(5)A Sign Lighting Luminaires Mercury Vapor 7 This section including title is revised to read: 8 9 9 29.10(5)A Sign Lighting Luminaires Isolation Switch 10 The isolation switch shall be installed in a terminal cabinet in accordance with Section 9- 11 29.25 with the exception that the cabinet shall be NEMA 3R and stainless steel. The 12 terminal cabinet shall be installed in accordance to the Standard Plans. The switch shall 13 be either single pole, single throw, or double pole single throw as necessary to open all 14 conductors to the luminaires other than neutral and ground conductors. The switch shall 15 contain 600 volt alternating current (VAC) terminal strips on the load side with 16 solderless lugs as required for each load carrying conductor plus four spare lugs per 17 strip. 18 19 9 29.10(5)B Sign Lighting Fixtures Induction 20 The first sentence is revised to read: 21 22 Sign lighting luminaires shall have a cast aluminum housing and door assembly with a 23 polyester paint finish. 24 25 In the second sentence of the sixth paragraph, "87" is revised to read "85 26 27 In the last sentence of the sixth paragraph, "Class a" is revised to read "Class A 28 29 The first sentence of the last paragraph is revised to read: 30 31 A Manufacturer's Certificate of Compliance, conforming to Section 1 -06.3 32 "Manufacturer's Certificates of Compliance" and a copy of the high frequency generator 33 test methods and results shall be submitted by the manufacturer with each lot of sign 34 lighting fixtures. 35 36 30.AP9 37 SECTION 9 -30, WATER DISTRIBUTION MATERIALS 38 January 4, 2010 39 9- 30.1(1) Ductile Iron Pipe 40 In the first paragraph, number 1. and 2. are revised to read: 41 42 1. Ductile iron pipe shall meet the requirements of AWWA C151. Ductile iron pipe 43 shall have a cement mortar lining, and a 1 mil thick seal coat meeting the 44 requirements of AWWA C104. Ductile iron pipe to be joined using bolted flanged 45 joints shall be Special Thickness Class 53. All other ductile iron pipe shall be 46 Special Thickness Class 50, minimum Pressure Class 350, or the class indicated 47 on the Plans or in the Special Provisions. 48 49 2. Nonrestrained joints shall be either rubber gasket type, push on type, or 50 mechanical type meeting the requirements of AWWA C111. 54 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 2 9- 30.1(2) Polyethylene Encasement 3 This section is revised to read: 4 5 Polyethylene encasement shall be tube -form, high density cross laminated polyethylene 6 film, or linear low density polyethylene film, meeting the requirements of ANSI /AWWA 7 C105. Color shall be natural or black. 8 9 10 35.AP9 11 SECTION 9 -35, TEMPORARY TRAFFIC CONTROL MATERIALS 12 January 4, 2010 13 9 -35.0 General Requirements 14 In the first paragraph, the item "Truck Mounted Attenuator" is revised to read "Transportable 15 Attenuator 16 17 In the second paragraph, the third sentence is revised to read: 18 19 Unless otherwise noted, Requests for Approval of Material (RAM) and Qualified 20 Products List (QPL) submittals are not required. 21 22 9 35.12 Truck Mounted Attenuator 23 This section including title is revised to read: 24 25 9 35.12 Transportable Attenuator 26 Transportable attenuators are Truck Mounted Attenuators (TMA) or Trailer- Mounted 27 Attenuators (TMA trailer). The transportable attenuator shall be mounted on, or 28 attached to a host vehicle with a minimum weight of 15,000 pounds and a maximum 29 weight in accordance with the manufacturer's recommendations. Ballast used to obtain 30 the minimum weight requirement, or any other object that is placed on the vehicle shall 31 be securely anchored such that it will be retained on the vehicle during an impact. The 32 Contractor shall provide certification that the transportable attenuator complies with 33 NCHRP 350 Test level 3 requirements. Lighter host vehicles proposed by the 34 Contractor are subject to the approval of the Engineer. The Contractor shall provide the 35 Engineer with roll -ahead distance calculations and crash test reports illustrating that the 36 proposed host vehicle is appropriate for the attenuator and the site conditions. 37 38 The transportable attenuator shall have a chevron pattern on the rear of the unit. The 39 standard chevron pattern shall consist of 4 -inch yellow stripes, alternating non reflective 40 black and retro reflective yellow sheeting, slanted at 45 degrees in an inverted "V" with 41 the "V" at the center of the unit. 42 43 This section is supplemented with the following new sub sections: 44 45 9 35.12(1) Truck Mounted Attenuator 46 The TMA may be selected from the approved units listed on the QPL or submitted using 47 a RAM. 48 55 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 The TMA shall have an adjustable height so that it can be elevation during usage and to a safe height for transporting. If shall install additional lights to provide fully visible brake lights at 9 35.12(2) Trailer Mounted Attenuator The TMA trailer may be selected from the approved units submitted using a RAM. If needed, the Contractor shall install additional lights to provide at all times. 56 placed at the correct needed, the Contractor all times. listed on the QPL or fully visible brake lights 9 35.12(3) Submittal Requirements For transportable attenuators listed on the QPL, the Contractor shall submit the QPL printed page or a QPL Acceptance Code entered on the RAM (WSDOT Form 350- 071 EF) for the product proposed for use to the Engineer for approval. The Contractor shall submit a RAM for transportable attenuators not listed on the QPL. PART IV SPECIAL PROVISIONS Regions' ER Eastern Region NCR North Central Region NWR Northwest Region OR Olympic Region SCR South Central Region SWR Southwest Region 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 (Legions' 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: 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. (July 31, 2007 APW4 GSP) INTRODUCTION TO THE SPECIAL PROVISIONS 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 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 N \PROJECTS\TR 01 -03 Street Overlays Program 12 Specifications, Project Manual IV -2 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 N \PROJECTS \TR 01 -03 Street Overlays Program 12 Specifications, Project Manual IV -3 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. DESCRIPTION OF WORK (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) DIVISION 1 GENERAL REQUIREMENTS t. 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. 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 Iowest responsible and responsive bidder for the work. N \PROJECTS \TR 01 -03 Street Overlays Program 12 Specifications, Project Manual IV -4 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. 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 critena 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 N \PROJECTS \TR 01 -03 Street Overlays Program 12 Specifications, Project Manual IV -5 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 No. of Sets Reduced plans (11" x 17 2 and Contract Provisions Large plans (e.g., 22" x 34 and Contract Provisions Additional plans and Contract Provisions may be purchased by the Contractor by payment of the cost stated in the Call for Bids. 1 -02.5 Proposal Forms (October 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. N \PROJECTS \TR 01 -03 Street Overlays Program 12 Specifications, Project Manual IV -6 Basis of Distribution Furnished automatically upon award. 2 Furnished only upon request. attorney. 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 m 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 authonty to sign). A bid by a partnership shall be executed in the partnership name, and signed by a partner. A copy of the partnership agreement shall be submitted with the Bid Form if any D /M/WBE requirements are to be satisfied through such an agreement. A bid by a joint venture shall be executed in the joint venture name and signed by a member of the joint venture. A copy of the joint venture agreement shall be submitted with the Bid Form if any D/W/MBE requirements are to be satisfied through such an agreement. 1 -02.7 Bid Deposit (October 1, 2005 APWA GSP) Supplement this section with the following: Bid bonds shall contain the following: 1. Contracting Agency- assigned number for the project; 2. Name of the project; 3. The Contracting Agency named as obligee; 4. The amount of the bid bond stated either as a dollar figure or as a percentage which represents five percent of the maximum bid amount that could be awarded; 5. Signature of the bidder's officer empowered to sign official statements. The signature of the person authorized to submit the bid should agree with the signature on the bond, and the title of the person must accompany the said signature; 6. The signature of the surety's officer empowered to sign the bond and the power of If so stated in the Contract Provisions, bidder must use the bond form included in the Contract Provisions. 1 -02.9 Delivery of Proposal (October 1, 2005 APWA GSP) Revise the first paragraph to read: Each proposal shall be submitted in a sealed envelope. with the Proiect Name and Proiect Number as stated in the Advertisement for Bids clearly marked on the outside of the envelope. or as otherwise stated in the Bid Documents. to ensure proper handling and delivery. N \PROJECTS \TR 01 -03 Street Overlays Program 12 Specifications, Project Manual IV -7 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 reauired: b. The authorized proposal form furnished by the Contracting Agency is not used or is altered; c. The completed proposal form contains any unauthorized additions, deletions, alternate Bids, or conditions; d. The Bidder adds provisions reserving the right to reject or accept the award, or enter into the Contract; e. A price per unit cannot be determined from the Bid Proposal; f. The Proposal form is not properly executed; g. The Bidder fails to submit or properly complete a Subcontractor list, if applicable, as required in Section 1 -02.6; h. The Bidder fails to submit or properly complete a Disadvantaged, Minority or Women's Business Enterprise Certification, if applicable, as required in Section 1 -02.6; 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 nroiect 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 reiected 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 auahfied 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 fudged from the standpoint of conduct of the work: workmanship: Progress: affirmative action: equal employment opportunity practices: or Disadvantaged Business Enterprise, Minority Business Enterprise. or Women's Business Enterprise utilization: e. There is uncompleted work (Contracting Agency or otherwise) which might hinder or prevent the prompt completion of the work bid upon; f. The bidder failed to settle bills for labor or materials on past or current contracts; g. The bidder has failed to complete a written public contract or has been convicted N \PROJECTS \TR 01 -03 Street Overlays Program 12 Specifications, Project Manual IV -8 of a crime ansmg from a previous public contract; h. The bidder is unable, financially or otherwise, to perform the work; or i. There are any other reasons deemed proper by the Contracting Agency. 1 -02.15 Pre Award Information (October 1, 2005 APWA GSP) Revise this section to read: Before awarding any contract, the Contracting Agency may require one or more of these items or actions of the apparent lowest responsible bidder: 1. A complete statement of the origin, composition, and manufacture of any or all materials to be used, 2. Samples of these materials for quality and fitness tests, 3. A progress schedule (in a form the Contracting Agency requires) showing the order of and time required for the various phases of the work, 4. A breakdown of costs assigned to any bid item, 5. Attendance at a conference with the Engineer or representatives of the Engineer, 6. Obtain, and furnish a copy of, a business license to do business in the city or county where the work is located. 7. A copy of State of Washington Contractor's Registration, or Any other information or action taken that is deemed necessary to ensure that the bidder is the lowest responsible bidder. 1 -03.3 Execution of Contract (October 1, 2005 APWA GSP) Revise this section to read: Copies of the Contract Provisions. including the unsigned Form of Contract. will be available for signature bv the successful bidder on the first business day following award. The number of conies to be executed bv the Contractor will be determined bv 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. N \PROJECTS \TR 01 -03 Street Overlays Program 12 Specifications, Project Manual IV -9 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. 7. Contracting Agency's Standard Plans (if any). and 8. WSDOT Standard Plans for Road. Bridge. and Municipal Construction N \PROJECTS\TR 01 -03 Street Overlays Program 12 Specifications, Project Manual IV 10 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) 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 appropnate dimensions of structural members being fabricated. N \PROJECTS \TR 01 -03 Street Overlays Program 12 Specifications, Project Manual IV -11 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 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. 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. N \PROJECTS \TR 01 -03 Street Overlays Program 12 Specifications, Project Manual N -12 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 wntten notice, so notify the Contractor giving the reasons therefor. Upon receipt of written notice concurring in or denying substantial completion, whichever is applicable, the Contractor shall pursue vigorously, diligently and without unauthorized interruption, the work necessary to reach Substantial and Physical Completion. The Contractor shall provide the Engineer with a revised schedule indicating when the Contractor expects to reach substantial and physical completion of the work. The above process shall be repeated until the Engineer establishes the Substantial Completion Date and the Contractor considers the work physically complete and ready for final inspection. 1- 05.11(2) Final Inspection and Physical Completion Date When the Contractor considers the work physically complete and ready for final inspection, the Contractor by written notice, shall request the Engineer to schedule a final inspection. The Engineer will set a date for final inspection. The Engineer and the Contractor will then make a final inspection and the Engineer will notify the Contractor in writing of all particulars in which the final inspection reveals the work incomplete or unacceptable. The Contractor shall immediately take such corrective measures as are necessary to remedy the listed deficiencies. Corrective work shall be pursued vigorously, diligently, and without interruption until physical completion of the listed deficiencies. This process will continue until the Engineer is satisfied the listed deficiencies have been corrected. If action to correct the listed deficiencies is not initiated within 7 days after receipt of the written notice listing the deficiencies, the Engineer may, upon written notice to the Contractor, take whatever steps are necessary to correct those deficiencies pursuant to Section 1 -05.7. The Contractor will not be allowed an extension of contract time because of a delay in the performance of the work attributable to the exercise of the Engineer's right hereunder. Upon correction of all deficiencies, the Engineer will notify the Contractor and the Contracting Agency, in writing, of the date upon which the work was considered physically complete. That date shall constitute the Physical Completion Date of the contract, but shall not imply acceptance of the work or that all the obligations of the Contractor under the contract have been fulfilled. 1- 05.11(3) Operational Testing It is the intent of the Contracting Agency to have at the Physical Completion Date a complete and operable system. Therefore when the work involves the installation of machinery or other mechanical equipment; street lighting, electrical distnbution 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 m the Contract Provisions for operational testing they shall be fully tested under operatmg 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 N. \PROJECTS \TR 01 -03 Street Overlays Program 12 Specifications, Project Manual IV 13 equipment which prove faulty, or that are not in first class operating condition. Equipment, electncal 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 Qualifications pursuant to Section 1- 02.14, it will take these performance reports into account. 1 -05.15 Method of Serving Notices (March 25, 2009 APWA GSP) Revise the second paragraph to read: All correspondence from the Contractor shall be directed to the Project Engineer. All correspondence from the Contractor constituting any notification. notice of protest. notice of dispute. or other correspondence constituting notification required to be furnished under the Contract. must be in paper format, hand delivered or sent via mail delivery service to the Proiect Engineer's office. Electronic copies such as e -mails or electronically delivered copies of correspondence will not constitute such notice and will not comply with the reouirements 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 N \PROJECTS\TR 01 -03 Street Overlays Program 12 Specifications, Project Manual IV 14 agreement or conversation shall be considered as unofficial information and in no way binding upon the Contracting Agency, unless subsequently put in writing and signed by the Contracting Agency. CONTROL OF WORK (August 2, 2004) Licensed Surveyors The Contractor shall be responsible for reestablishing or locating legal survey markers such as GLO monuments or property corner monuments, conduct boundary surveys to determine Contracting Agency right -of -way locations, and obtain, review and analyze deeds and records as necessary to determine these boundaries. The Contracting Agency will provide "nghts of entry" as needed by the Contractor to perform the work. The Contractor shall brush out or clear and stake or mark the nght -of -way fines as designated by the Engineer. When required, the Contractor shall prepare and file a Record of Survey map in accordance with RCW 58.09 and provide a recorded copy to the Contracting Agency. The Contracting Agency will provide all existing base maps, existing horizontal and vertical control, and other material available with Washington State Plane Coordinate information to the Contractor. The Contracting Agency will also provide maps, plan sheets, and/or aerial photographs clearly identifying the limits of the areas to be surveyed. The Contractor shall establish Washington State Plane Coordinates on all points required in the Record of Survey and other points designated in the Contract documents. Existing right of way documentation, existing base maps, existing horizontal and vertical control descriptions, maps, plan sheets, aerial photographs and all other available material may be viewed by prospective bidders at the office of the Project Engineer. The Contractor shall perform all of the necessary calculations for the contracted survey work and shall provide copies of these calculations to the Contracting Agency. Electronic files of all survey data shall be provided and in a format acceptable to the Contracting Agency. All survey work performed by the Contractor shall conform to all applicable sections of the Revised Code of Washington and the Washington Administrative Code. The Contractor shall provide all traffic control, signing, and temporary traffic control devices in order to provide a safe work zone. Payment Payment will be made in accordance with Section 1 -09.6 for the following bid item when included in the proposal: "Licensed Surveying Force Account. For the purpose of providing a common proposal for all bidders, the Contracting Agency has entered an amount for the item "Licensed Surveying" in the bid proposal to become a part of the total bid by the Contractor. N \PROJECTS \TR 01 -03 Street Overlays Program 12 Specifications, Project Manual IV 15 CONTROL OF MATERIAL Buy America Section 1 -06 is supplemented with the following: (August 6, 2007) The major quantities of steel and iron construction material that is permanently incorporated into the project shall consist of American -made materials only. Buy America does not apply to temporary steel items, e.g., temporary sheet piling, temporary bridges, steel scaffolding and falsework. The Contractor may utilize minor amounts of foreign steel and iron in this project provided the cost of the foreign material used does not exceed one -tenth of one percent of the total contract cost or $2.500.00, whichever is greater. American -made material is defined as material having all manufactunng processes occurring domestically. To further define the coverage, a domestic product is a manufactured steel material that was produced in one of the 50 States, the District of Columbia, Puerto Rico, or in the territories and possessions of the United States. If domestically produced steel billets or iron ingots are exported outside of the area of coverage, as defined above, for any manufacturing process then the resulting product does not conform to the Buy America requirements. Additionally, products manufactured domestically from foreign source steel billets or iron ingots do not conform to the Buy America requirements because the initial melting and mixing of alloys to create the material occurred in a foreign country. Manufacturing begins with the initial melting and mixing, and contmues through the coating stage. Any process which modifies the chemical content, the physical size or shape, or the final finish is considered a manufacturing process. The processes include rolling, extruding, machining, bending, grinding, drilling, welding, and coating. The action of applying a coating to steel or iron is deemed a manufacturing process. Coating includes epoxy coating, galvanizing, aluminizing, painting, and any other coating that protects or enhances the value of steel or iron. Any process from the original reduction from ore to the finished product constitutes a manufacturing process for iron. Due to a nationwide waiver, Buy America does not apply to raw materials (iron ore and alloys), scrap (recycled steel or iron), and pig iron or processed, pelletized, and reduced iron ore. The following are considered to be steel manufacturing processes: 1. Production of steel by any of the following processes: a. Open hearth furnace. b. Basic oxygen. c. Electric furnace. d. Direct reduction. N \PROJECTS \TR 01 -03 Street Overlays Program 12 Specifications, Project Manual IV 16 2. Rolling, heat treating, and any other similar processing. 3. Fabrication of the products. a. Spinning wire into cable or strand. b. Corrugating and rolling into culverts. c. Shopfabrication. A certification of materials origin will be required for any items comprised of, or containing, steel or iron construction materials prior to such items being incorporated into the permanent work. The certification shall be on DOT Form 350 -109EF provided by the Engineer, or such other form the Contractor chooses, provided it contains the same information as DOT Form 350- 109EF. LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1 -07.1 Laws to be Observed (October 1, 2005 APWA GSP) Supplement this section with the following: In cases of conflict between different safety regulations, the more stringent regulation shall apply. The Washington State Department of Labor and Industries shall be the sole and paramount administrative agency responsible for the administration of the provisions of the Washington Industnal 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. N \PROJECTS \TR 01 -03 Street Overlays Program 12 Specifications, Project Manual IV 17 Section 1 -07.1 is supplemented with the following: (March 25, 2009) American Recovery and Reinvestment Act of 2009 (ARRA) Employment Report The Contractor shall submit monthly reports of the number of employees actively working on this project for the Contractor and all Subcontractors of every tier. The reports shall include all employees actively working on this project at the jobsite, in the project office, in the home office, or teleworking from a home or other alternative office location; and all engineenng personnel, inspectors, sampling and testing technicians, and lab technicians actively performing work directly in support of this project (excluding suppliers) during the reporting month. The report shall be prepared using Form FHWA -1589 and submitted monthly to the Project Engineer. The initial report shall be submitted to the Project Engineer within 30 -days of execution. Subsequent reports shall be submitted to the Project Engineer no later than 10- days after the end of each report month. Failure by the Contractor to submit ARRA Employment Reports for the Contractor and all Subcontractors of every tier shall be reason for withholding all progress payments until reports are received. The cost of preparmg and submitting ARRA Employment Reports is incidental to the Contract. The Contractor shall include all related costs in the unit Bid pnces of the Contract. 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 Contractmg 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 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. N \PROJECTS \TR 01 -03 Street Overlays Program 12 Specifications, Project Manual IV 18 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 vanous 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: (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) N• \PROJECTS \TR 01 -03 Street Overlays Program 12 Specifications, Project Manual IV -19 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 descnption, 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. Contractors are responsible for determining the appropriate crafts necessary to perform the contract work. If a classification considered necessary for performance of the work is missing from the Federal Wage Determination applicable to the contract, the Contractor shall initiate a request for approval of a proposed wage and benefit rate. The Contractor shall prepare and submit Standard Form 1444, Request for Authorization of Additional Classification and Wage Rate available at http /www.wdol.eov /docs /sf1444.odf. 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. N \PROJECTS \TR 01 -03 Street Overlays Program 12 Specifications, Project Manual IV -20 Requirements For Nondiscrimination Section 1 -07.11 is supplemented with the following: (March 6, 2000) Requirement 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% Minonties by Standard Metropolitan Statistical Area (SMSA) Spokane, WA: SMSA Counties: Spokane, WA 2.8 WA Spokane. Non -SMSA Counties 3.0 WA Adams; WA Asotin; WA Columbia; WA Ferry; WA Garfield; WA Lincoln, WA Pend Oreille; WA Stevens; WA Whitman. Richland, WA SMSA Counties: Richland Kennewick, WA WA Benton; WA Franklin. Non -SMSA Counties WA Walla Walla. 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. N. \PROJECTS \TR 01 -03 Street Overlays Program 12 Specifications, Project Manual IV 21 5.4 3.6 Seattle, WA: SMSA Counties: Seattle Everett, WA 7.2 WA King; WA Snohomish. Tacoma, WA 6.2 WA Pierce. Non -SMSA Counties 6.1 WA Clallam; WA Grays Harbor; WA Island; WA Jefferson; WA Kitsap; WA Lewis; WA Mason; WA Pacific; WA San Juan; WA Skagit; WA Thurston; WA Whatcom. Portland, OR: SMSA Counties: Portland, OR -WA 4.5 WA Clark. Non -SMSA Counties 3.8 WA Cowlitz; WA Klickitat; WA Skamania; WA Wahkiakum. These goals are applicable to each nonexempt Contractor's total on -site construction workforce, regardless of whether or not part of that workforce is performing work on a Federal, or federally assisted project, contract, or subcontract until further notice. Compliance with these goals and time tables is enforced by the Office of Federal Contract compliance Programs The Contractor's compliance with the Executive Order and the regulations in 41 CFR Part 60-4 shall be based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the specifications set forth in 41 CFR 60- 4.3(a), and its efforts to meet the goals. The hours of minority and female employment and training must be substantially uniform throughout the length of the contract, in each construction craft and in each trade, and the Contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minonty 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 wntten 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: N \PROJECTS \TR 01 -03 Street Overlays Program 12 Specifications, Project Manual N -22 a. Covered Area means the geographical area described in the solicitation from which this contract resulted; b. Director means Director, Office of Federal Contract Compliance Programs, United States Department of Labor, or any person to whom the Director delegates authority; c. Employer Identification Number means the Federal Social Security number used on the Employer's Quarterly Federal Tax Return, U. S. Treasury Department Form 941; d. Minority includes: (1) Black, a person having origins in any of the Black Racial Groups of Africa. (2) Hispanic, a fluent Spanish speaking, Spanish surnamed person of Mexican, Puerto Rican, Cuban, Central American, South American, or other Spanish origin. (3) Asian or Pacific Islander, a person having origins in any of the original peoples of the Pacific rim or the Pacific Islands, the Hawaiian Islands and Samoa. (4) American Indian or Alaskan Native, a person having origins in any of the original peoples of North America, and who maintain cultural identification through tribal affiliation or community recognition. 2. Whenever the Contractor, or any Subcontractor at any tier, subcontracts a portion of the work involving any construction trade, it shall physically include in each subcontract in excess of $10,000 the provisions of these specifications and the Notice which contains the applicable goals for minority and female participation and which is set forth in the solicitations from which this contract resulted. 3. If the Contractor is participating (pursuant to 41 CFR 60 -4.5) in a Hometown Plan approved by the U.S. Department of Labor in the covered area either individually or through an association, its affirmative action obligations on all work in the Plan area (including goals and timetables) shall be in accordance with that Plan for those trades which have unions participating in the Plan. Contractors must be able to demonstrate their participation in and compliance with the provisions of any such Hometown Plan. Each Contractor or Subcontractor participating in an approved Plan is individually required to comply with its obligations under the EEO clause, and to make a good faith effort to achieve each goal under the Plan in each trade in 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 N \PROJECTS \TR 01 -03 Street Overlays Program 12 Specifications, Project Manual IV 23 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 penod specified. 5. Neither the provisions of any collective bargaining agreement, nor the failure by a union with whom the Contractor has a collective bargaining agreement, to refer either minorities or women shall excuse the Contractor's obligations under these specifications, Executive Order 11246, or the regulations promulgated pursuant thereto. 6. In order for the nonworking training hours of apprentices and trainees to be counted in meeting the goals, such apprentices and trainees must be employed by the Contractor during the training period, and the Contractor must have made a commitment to employ the apprentices and trainees at the completion of their training, subject to the availability of employment opportunities. Trainees must be trained pursuant to training programs approved by the U.S. Department of Labor. 7. The Contractor shall take specific affirmative actions to ensure equal employment opportunity. The evaluation of the Contractor's compliance with these specifications shall be based upon its effort to achieve maximum results from its action. The Contractor shall document these efforts fully, and shall implement affirmative action steps at least as extensive as the following: a. Ensure and maintain a working environment free of harassment, intimidation, and coercion at all sites, and in all facilities at which the Contractor's employees are assigned to work. The Contractor, where possible, will assign two or more women to each construction project. The Contractor shall specifically ensure that all foremen, superintendents, and other on -site supervisory personnel are aware of and carry out the Contractor's obligation to maintain such a working environment, with specific attention to minority or female individuals working at such sites or in such facilities. b. Establish and maintain a current list of minority and female recruitment sources, provide written notification to minority and female recruitment sources and to community organizations when the Contractor or its unions have employment opportunities available, and maintain a record of the organizations' responses. c. Maintain a current file of the names, addresses and telephone numbers of each minority and female off -the- street applicant and minority or female referral from a union, a recruitment source or community organization and 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 N. \PROJECTS \TR 01 -03 Street Overlays Program 12 Speafications, Project Manual IV -24 J• not referred to the Contractor a minority person or woman sent by the Contractor, or when the Contractor has other information that the union referral process has impeded the Contractor's efforts to meet its obligations. e. Develop on-the-job training opportunity and/or participate in training programs for the area which expressly include minorities and women, including upgrading programs and apprenticeship and trainee programs relevant to the Contractor's employment needs, especially those programs funded or approved by the U.S. Department of Labor. The Contractor shall provide notice of these programs to the sources compiled under 7b above. f. Disseminate the Contractor's EEO policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting the Contractor in meeting its EEO obligations; by including it in any policy manual and collective bargaining agreement; by publicizing it in the company newspaper, annual report, etc.; by specific review of the policy with all management personnel and with all minority and female employees at least once a year; and by posting the company EEO policy on bulletin boards accessible to all employees at each location where construction work is performed. g. Review, at least annually, the company's EEO policy and affirmative action obligations under these specifications with all employees having any responsibihty 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. 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. k. Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR Part 60 -3. N \PROJECTS \TR 01 -03 Street Overlays Program 12 Specifications, Project Manual IV 25 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 semority practices, job classifications, work assignments and other personnel practices, do not have a discriminatory effect by continually monitoring all personnel and employment related activities to ensure that the EEO policy and the Contractor's obligations under these specifications are being carried out. n. Ensure that all facilities and company activities are nonsegregated except that separate or single -user toilet and necessary changing facilities shall be provided to assure privacy between the sexes. o. Document and maintain a record of all solicitations of offers for subcontracts from minority and female construction contractors and suppliers, including circulation of solicitations to minority and female contractor associations and other business associations. p. Conduct a review, at least annually, of all supervisors' adherence to and performance under the Contractor's EEO policies and affirmative action obligations. 8. Contractors are encouraged to participate in voluntary associations which assist in fulfilling one or more of their affirmative action obligations (7a through 7p). The efforts of a contractor association, joint contractor union, contractor community, or other similar group of which the Contractor is a member and participant, may be asserted as fulfilling any one or more of the obligations under 7a through 7p of this Special Provision provided that the Contractor actively participates in the group, makes every effort to assure that the group has a positive impact on the employment of minorities and women in the industry, ensure that the concrete benefits of the program are reflected in the Contractor's minority and female work -force participation, makes a good faith effort to meet its individual goals and timetables, and can provide access to documentation which demonstrate the effectiveness of actions taken on behalf of the Contractor. The obligation to comply, however, is the Contractor's and failure of such a group to fulfill an obligation shall not be a defense for the Contractor's noncompliance. 9. A single goal for minorities and a separate single goal for women have been established. The Contractor, however, is required to provide equal employment opportunity and to take affirmative action for all minority groups, both male and female, and all women, both minority and non minority. Consequently, the Contractor may be in violation of the Executive Order if a particular group is employed in substantially disparate manner (for example, even though the Contractor has achieved its goals for women generally, the Contractor may be in 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. N \PROJECTS \TR 01 -03 Street Overlays Program 12 Specifications, Project Manual IV 26 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 prescnbed 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). (January 4, 2010) Disadvantaged Business Enterprise Condition of Award Participation The Disadvantaged Business Enterprise (DBE) requirements of 49 CFR Part 26 apply to this contract. This goal is considered a condition of award. DBE Goals The Contracting Agency has established a goal in the amount of: *Six percent (6 DBE Goal DBE Eligibility Selection of DBEs DBEs proposed by the bidder shall be listed as DBEs on the current list of firms certified by the Office of Minority and Women's Business Enterprises OMWBE.) In absence of being listed, the Contractor may provide written proof from OMWBE documenting that their proposed DBEs are currently certified. A list of N \PROJECTS \TR 01 -03 Street Overlays Program 12 Specifications, Project Manual IV 27 Proposed firms not meeting the specified requirements at the time fixed for the opening of bids will not be credited by the Contracting Agency for the purpose of meeting the goals. The amounts committed to a non certified firm will not be counted in the evaluation of the bidder's DBE submittal. In the event that a DBE firm listed is certified at the time of the submission of the bid, but the listed DBE firm is subsequently determined to be ineligible prior to execution of the contract, then the contract execution will proceed and the Contractor will be required to substitute a certified DBE firm for the same amount or to make a good faith effort to do so. Counting DBE Participation Toward Meeting the Goal and Substitution Requirements When a DBE firm participates in a contract, only the value of the work actually performed by the DBE will be counted towards the DBE goal. 1. Count the entire amount of the portion of the contract that is performed by the DBE's own forces. Include the cost of supplies and materials obtained by the DBE for the work of the contract, including supplies purchased or equipment leased by the DBE (except supplies and equipment the DBE Subcontractor purchases or leases from the Prime Contractor or its affiliates, unless the Prime Contractor is also a DBE). Work performed by a DBE, utilizing resources of the Prime Contractor or its affiliates will not be counted toward DBE goals. In very rare situations, a DBE firm may utilize equipment and/or personnel from a non -DBE firm other than the Prime Contractor or its affiliates. Should this situation arise, the arrangement must be short-term and must have prior written approval from the Contracting Agency. The arrangement must not erode a DBE firm's ability to perfomu a Commercially Useful Function (See discussion of CUF, below). firms certified by OMWBE is available from that office and on line through their website http: /www.omwbe.wa.gov/biznetwas /mainmenu.asp) or by telephone at (360) 704 -1181. It shall be the responsibility of the bidder to confirm with OMWBE that the certification of any proposed DBE firm is current and that the firm is certified in the North Amencan Industry Classification System (NAICS) code for the work being proposed. In establishing the certification status of any subcontractor or supplier, the bidder may rely upon the website list or upon any written commitments from OMWBE provided that information is obtained no earlier than 24 hours pnor to the time set for bid submittals. Count the entire amount of fees or commissions charged by a DBE firm for providing a bona fide service, such as professional, technical, consultant, or managerial services, or for providing bonds or insurance. 3. When a DBE subcontracts part of the work of its contract to another firm, the value of the subcontracted work may be counted toward the DBE goal only if the DBE's lower tier Subcontractor is also a DBE. Work that a DBE subcontracts to a non -DBE firm does not count toward the DBE goal. The DBE firm may further subcontract to lower tier DBE subcontractors to the extent specified by section 1 -08.1. N \PROJECTS \TR 01 -03 Street Overlays Program 12 Specifications, Project Manual IV 28 4. When a non -DBE subcontractor further subcontracts to a lower -tier subcontractor or supplier who is a certified DBE, then that portion of the work further subcontracted may be counted toward the DBE goal, so long as it is a distinct clearly defined portion of the work of the subcontract that the DBE is performing in a commercially useful function with its own forces. 5. Continue to count the work subcontracted to a decertified DBE firm after decertification, provided the prime contractor had a subcontract in force before the decertification and the pnme contractor's actions did not influence the DBE's decertification. DBE Prime Contractor A DBE prime Contractor may only count the work performed with its own forces and the work performed by DBE Subcontractors and DBE suppliers. In the event that the DBE Prime contractor becomes decertified during the contract, for reasons other than graduation from the program, the portion of the work performed after the decertification will not count toward the goal. If this work is part of the Condition of Award the prime will be required to meet the Condition of award and may do so by increasing the dollars and work to another DBE firm in an amount equal to that which can not be counted, utilize the dollars committed/paid to a non -COA DBE who is already on the project, or make a good faith effort to do so. If the reason for decertification is for graduation, the work of the decertified DBE prime contractor may continue to be counted toward the goal. Joint Venture When a DBE performs as a participant in a joint venture, only that portion of the total dollar value of the contract equal to the distinct, clearly defined portion of the work that the DBE performs with its own forces will count toward COA DBE goal In the event that the DBE Joint Venture contractor becomes decertified during the contract, for reasons other than graduation from the program, the portion of the work performed after the decertification will not count toward the DBE goal. If this work is part of the Condition of Award the Joint Venture will be required to meet the Condition of award and may do so by increasing the dollars and work to another DBE firm in an amount equal to that which can not be counted, utilize the dollars committed/paid to a non- COA DBE who is already on the project, or make a good faith effort to do so. If the reason for decertification is for graduation the work of the decertified DBE Joint Venture contractor may continue to be counted toward the goal. Changes in the Quantity of `York Owner initiated Change Orders In the event the Contracting Agency reduces quantities or deletes work items that impact a DBE's work and insufficient work remains on the contract, the Contracting Agency may relieve the prime contractor from attainment of that portion of the goal. Original Quantity Under runs In the event that work committed to a DBE firm as part of the COA, under runs the original planned quantities and that work is completed according to the contract, the contractor shall not be required to substitute work for the portion of the COA not achieved. N \PROJECTS\TR 01 -03 Street Overlays Program 12 Specifications, Project Manual IV 29 Contractor Initiated Proposals General 1. Reductions or Deletions Any reduction or deletion of Condition of Award DBE work that is proposed by the Contractor under this provision shall not be permitted without the express prior written consent of the Contracting Agency, including concurrence by WSDOT /OEO, which shall have the discretion to deny approval. The Contractor must notify and obtain written approval from the contracting agency prior to replacing a DBE or making any change in the participation. Approval for replacement will be granted only if it is demonstrated that the DBE is unable or unwilling to perform. The Contractor must make every good faith effort to find another certified DBE subcontractor to substitute for the original DBE. The good faith efforts shall be directed at finding another DBE to perform at least the same amount of work under the contract as the original DBE, to the extent needed to meet the contract goal. Any deviation from the DBE condition -of -award letter or contract specifications must be approved by Change Order issued by the Contracting Agency. The Contractor shall notify affected DBEs in writing of any changes in the scope of work which result in a reduction in the dollar amount of condition -of -award to the contract. In addition to the above requirements for reductions in the Condition of Award, additional requirements apply to the two cases of Contractor Initiated work substitution proposals. Where the contract allows alternate work methods which serve to delete or create underruns in condition of award DBE work, and the Contractor selects that alternate method or, where the Contractor proposes a substitute work method or material that serves to diminish or delete work committed to a DBE and replace it with other work, then the Contractor must demonstrate one of the following: a. That the replacement work will be performed by the same DBE (as long as the DBE is certified in the respective item of work) in a modification of the Condition of Award agreement; or b. That the DBE is aware that its work will be deleted or will experience underruns and has agreed in writing to the change. If this occurs, the Contractor shall substitute other work of equivalent value to a certified DBE or provide documentation of good faith efforts to do so; or c. That the DBE is not capable of performing the replacement work or has declined to perform the work at a reasonably competitive price. If this occurs, the Contractor shall substitute other work of equivalent value to a certified DBE or provide documentation of good faith efforts to do so. 2. Additions As stated above, any change in the condition of award will be evidenced by a change order. Where the revision includes work committed to a new DBE N \PROJECTS\TR 01 -03 Street Overlays Program 12 Specifications, Project Manual IV 30 subcontractor, not previously involved in the project, then a Request to Sublet shall be submitted in accordance with Section 1 -08.1. If the commitment of work is in the form of additional tasks assigned to an existing subcontractor, then a new Request to Sublet shall not be required. However, the Contractor must document efforts to assure that the existing DBE subcontractor is capable of performing the additional work and has agreed (in wnting) to the change. Commercially Useful Function Payments to a DBE film will count toward DBE goals only if the DBE is performing a commercially useful function on the contract. 1 A DBE performs a commercially useful function when it is responsible for execution of the work of the contract and is carrying out its responsibilities by actually performing, managing, and supervising the work involved. To perform a commercially useful function, the DBE must also be responsible, with respect to materials and supplies used on the contract, for negotiating price, determining quality and quantity, ordering the material, installing (if applicable) and paying for the material itself. 2. A DBE does not perform a commercially useful function if its role is limited to that of an extra participant in a transaction, contract, or project through which funds are passed in order to obtain the appearance of DBE participation. Trucking Use the following factors in determining performing a commercially useful function: whether a DBE trucking company is 1. The DBE must be responsible for the management and supervision of the entire trucking operation for which it is listed on a particular contract. 2. The DBE' must itself own and, with its own workforce, operate at least one fully licensed, insured, and operational truck used on the contract. 3. The DBE receives credit only for the total value of the transportation services it provides on the contract using trucks it owns or leases, licenses, insures, and operates with drivers it employs. 4. For purposes of this paragraph a lease must indicate that the DBE has exclusive use of and control over the truck. This does not preclude the leased truck from working for others during the term of the lease with the consent of the DBE, so long as the lease gives the DBE absolute priority for use of the leased truck. Leased trucks must display the name and identification number of the DBE. 5. The DBE may lease trucks from another DBE firm and may enter an agreement with an owner- operator who is certified as a DBE. The DBE who leases trucks from another DBE or employs a DBE owner operator receives credit for the total value of the transportation services the lessee DBE provides on the contract. N \PROJECTS \TR 01 -03 Street Overlays Program 12 Speafications, Project Manual IV 31 6. The DBE may also lease trucks from a non -DBE firm and may enter an agreement with an owner operator who is a non -DBE. The DBE who leases trucks from a non -DBE or employs a non -DBE owner operator is entitled to credit only for the fee or commission it receives as a result of the lease arrangement. The DBE does not receive credit for the total value of the transportation services provided by the lessee, since these services are not provided by a DBE. 7. In any lease or owner- operator situation, as described in paragraphs 5 6 above, the following rules shall apply: A written lease /rental agreement on all trucks leased or rented, showing the true ownership and the terms of the rental must be submitted and approved by the Contracting Agency prior to the beginning of the work. The agreement must show the lessor's name, trucks to be leased, and agreed upon amount or method of payment (hour, ton, or per load). All lease agreements shall be for a long-term relationship, rather than for the individual project. Does not apply to owner- operator arrangements. Only the vehicle, (not the operator) is leased or rented. Does not apply to owner- operator arrangements. 8. In order for DBE project goals to be credited, DBE trucking firms must be covered by a subcontract or a written agreement approved by the Contracting Agency prior to performing their portion of the work. Expenditures paid to other DBEs Expenditures paid to other DBEs for materials or supplies may be counted toward DBE goals as provided in the following: Manufacturer 1. Counting If the materials or supplies are obtained from a DBE manufacturer, count 100 percent of the cost of the materials or supplies toward DBE goals. 2. Definition To be a manufacturer, the firm operates or maintains a factory or establishment that produces, on the premises, the materials, supplies, articles, or equipment required under the contract and of the general character described by the specifications. 3. In order to receive credit as a DBE manufacturer, the firm must have received an "on- site" review and been approved by WSDOT -OEO to operate as a DBE Manufacturing firm prior to bid opening on any USDOT federally assisted contract. Use of a DBE manufacturer that has not received an on -site review and approval by WSDOT -OEO prior to bid opening will result in the bid being declared non responsive. To schedule a review, the manufacturing firm must submit a written request to WSDOT /OEO and may not receive credit towards DBE participation until the completion of the review. Once a N \PROJECTS \TR 01 -03 Street Overlays Program 12 Specifications, Project Manual IV 32 firm's manufacturing process has been approved in writing, it is not necessary to resubmit the firm for approval unless the manufacturing process has substantially changed. Information on approved manufacturers (per contract) may be obtained from WSDOT-0E0. Regular Dealer 1. Counting If the materials or supplies are purchased from a DBE regular dealer, 60 percent of the cost of the materials or supplies will count toward DBE goals. 2. Definition a) To be a regular dealer, the firm must own, operate or maintain a store, warehouse, or other establishment in which the materials, supplies, articles or equipment of the general character described by the specifications and required under the contract are bought, kept in stock, and regularly sold or leased to the public in the usual course of business. It must also be an established, regular business that engages, as its principal business and under its own name, in the purchase and sale or lease of the products in question. b) A person may be a regular dealer in such bulk items as petroleum products, steel, cement, gravel, stone, or asphalt without owning, operating, or maintaining a place of business, as provided elsewhere in this specification, if the person both owns and operates distribution equipment for the products. Any supplementing of regular dealers' own distnbution equipment shall be by a long-term lease agreement and not on an ad hoc or contract -by- contract basis. c) Packagers, brokers, manufacturers' representatives, or other persons who arrange or expedite transactions are not regular dealers. 3. Regular dealer status is granted on a contract -by- contract basis. To obtain regular dealer status, a formal written request must be made by the interested supplier (potential regular dealer) to WSDOT /OEO. OEO must be in receipt of this request at least seven (7) calendar days prior to bid opening. Included in the request shall be a full description of the project, type of business operated by the DBE, and the manner the DBE will operate as a regular dealer on the specific contract. Rules applicable to regular dealer status are contained in 49 CFR Part 26.55.e.2. Once the request is reviewed by WSDOT-0E0, the DBE supplier requesting it will be notified in writing whether regular dealer status was approved. DBE firms that are approved as regular dealers for a contract (whenever possible) will be listed on the WSDOT Internet Homepage at: www.wsdot.wa.gov /biz /contaa/ prior to the time of bid opening. In addition, bidders may request confirmation of the DBE supplier's approval to operate as a regular dealer on a specific contract by writing the Office of Equal Opportunity, Washington State Department of Transportation, P.O. Box 47314, Olympia, WA 98504 -7314 or by phone at (360) 705 -7085. Use of a supplier that has not received approval as a regular dealer prior to bid opening will result in the bid being declared nonresponsive. (unless the contribution of the regular dealer was not necessary to meet the project goal). N \PROJECTS \TR 01 -03 Street Overlays Program 12 Specifications, Project Manual IV 33 Materials or Supplies Purchased from a DBE With respect to matenals or supplies purchased from a DBE who is neither a manufacturer nor a regular dealer, the entire amount of fees or commissions charged for assistance in the procurement of the materials and supplies, or fees or transportation charges for the delivery of materials or supplies required on a job site may be counted toward the goal. No part of the cost of the matenals and supplies themselves may be applied toward DBE goals. DBE Utilization Certification To be eligible for award of the contract, the bidder must properly complete and submit a DBE Utilization Certification which has been made a.part of the bidder's formal bid proposal. The Certification will be used by the Contracting Agency in determining whether the bidder's bid proposal satisfies the DBE contract requirements. For each DBE described in the Certification, the bidder shall state the project role and work item in which that DBE will participate. A general descnption of the work to be performed by the DBE shall be included. If a DBE will perform a partial item of work, the bidder shall also include a dollar amount for each partial item of work. The bidder shall also include a dollar amount for each DBE listed in the Certification that will be applied towards meeting or exceeding the assigned DBE contract goal. In the event of arithmetic errors in completing the Certification, the amount listed to be applied towards the goal for each DBE shall govern and the DBE total shall be adjusted accordingly. The information and commitments demonstrated in the Certification shall become a condition of any subsequent award of a contract to that bidder and the Certification itself shall become a part of the subsequent contract. The Contracting Agency shall consider as non responsive and shall reject any bid proposal submitted that does not contam a DBE Certification or contains a DBE Certification that fails to demonstrate that the bidder will meet the DBE participation requirements in one of the manners permitted by the contract as described below. Selection of Successful Bidder /Good Faith Efforts The successful bidder shall be selected on the basis of having submitted the lowest responsive bid, which demonstrates good faith effort to achieve the goal. Good faith efforts must be provided with the bid proposal. The first step in demonstrating good faith efforts is to document, through the DBE Utilization Certification, that the bidder has obtained enough DBE participation to meet or exceed the assigned DBE goal. If the bidder is unable to meet the goal as demonstrated above, the bidder shall supply documentation in addition to the DBE Utilization Certification of their good faith efforts to meet the DBE assigned contract goal. The additional documentation, if required, must be provided with the bid proposal. Based upon all of the relevant documentation submitted with the bid, the Contracting Agency shall determine whether the bidder has made a sufficient good faith effort to seek DBE participation. The Contracting Agency will make a fair and reasonable judgment whether a bidder that did not meet the goal made adequate good faith efforts. The quality, quantity, and intensity of the different kinds of efforts that the bidder has made will be considered. A determination will be made whether the efforts employed by the bidder were those that one could reasonably expect a bidder to take if the bidder were actively and aggressively trying to obtain DBE participation sufficient to meet the N \PROJECTS \TR 01 -03 Street Overlays Program 12 Specifications, Project Manual IV 34 DBE contract goal. Mere pro forma efforts will not be considered to be good faith efforts to meet the DBE contract requirements. The following is a list of types of actions, which will be considered as part of the bidder's good faith efforts to obtain DBE participation. It is not intended to be a mandatory checklist, nor is it intended to be exclusive or exhaustive. Other factors or types of efforts may be relevant in appropriate cases: 1. Attendance by the bidder at any pre solicitation or pre -bid meetings that were scheduled by the Contracting Agency to inform DBEs of contracting and subcontracting or matenal supply opportunities available on the project; 2. Contacting local Tribes, Tribal Employment Rights Offices (TERO) concerning the subcontracting or supply opportunities in sufficient time to allow the enterprises to participate effectively; 3. Selection by the bidder of specific economically feasible units of the project to be performed by DBEs in order to increase the likelihood of participation by DBEs even if the bidder preferred to perform these work items as the prime contractor; 4. Advertising by the bidder in general circulation, trade association minority and trade oriented, women focus publications, concerning the subcontracting or supply opportunities; 5. Providing written notice from the bidder to a reasonable number of specific DBEs, identified from the OMWBE Directory of Certified Films for the selected subcontracting or material supply work, in sufficient time to allow the enterprises to participate effectively; 6. Follow -up by the bidder of initial solicitations of interest by contacting the DBEs to determine with certainty whether they were interested. Documentation of this kind of action may include the information outlined below: a. The names, addresses, telephone numbers of DBEs who were contacted, the dates of initial contact, and whether initial solicitations of interest were followed -up by contacting the DBEs to determine with certainty whether the DBEs were interested; b. A description of the information provided to the DBEs regarding the plans, specifications, and estimated quantities for portions of the work to be performed; c. Documentation of each DBE contacted but rejected and the reason(s) for that rejection; 7. Providing, to interested DBEs, adequate information about the plans, specifications, and requirements for the selected subcontracting or material supply work; N \PROJECTS \TR 01 -03 Street Overlays Program 12 Specifications, Project Manual IV 35 2 8. Negotiating in good faith with the DBE firms, and not, without justifiable reason, rejecting as unsatisfactory, bids that are prepared by any DBE; 9. Advertising and making efforts to obtain DBE participation that were reasonably expected to produce a level of participation sufficient to meet the goal or requirements of the Contracting Agency; 10. Making any other efforts to obtain DBE participation that were reasonably expected to produce a level of participation sufficient to meet the goal or requirements of the Contracting Agency; 11. Using the services of minority community organizations, minority contractor groups, local, state, and federal minority business assistance offices and other organizations identified by WSDOT and advocates for disadvantaged, minority, and women businesses that provide assistance in the recruitment and placement of disadvantaged, minority, and women business enterpnses; and 12. Using DBE Supportive Services by contacting the Office of Mmority and Women's Business Enterprises DBE Supportive Services Offices: Seattle: (206) 553 -7356 Tacoma: (253) 680 -7393 If, after review of the documentation provided in the bidder's proposal, the Contracting Agency determines that a good faith effort was made to secure DBE participation, the assigned DBE goal will not be reduced to the bidder's partial commitment. However, the bidder will be formally advised in the award letter that the partial commitment will satisfy the terms of the contract and there will be no adverse effect on the Contractor as a result of the reduced attainment. Should the low and otherwise responsive bidder fail to meet the DBE participation requirements in one of the manners provided in the proposed contract, its bid proposal will be rejected as non responsive and the next lowest responsive bid accepted unless the Contracting Agency chooses to reject all bids. Administrative Reconsideration 1. A bidder has the right to reconsideration in the event its bid has been found to be nonresponsive due to a failure to make adequate good faith efforts to meet the DBE goal requirements of this specification. The bidder must request reconsideration within five working days of notification of being nonresponsive or forfeit the right to reconsideration. The Contracting Agency's decision on reconsideration of the bidders good faith efforts shall be made by an official who did not take part in the original determination that the bidder failed to meet the goal or make adequate good faith efforts to do so. 3. The bidder shall have the opportunity to meet in person with the official for the purpose of setting forth the bidder's position as to why the documents provided with its bid proposal supported adequate good faith efforts to meet the DBE contract requirements. The bidder's support for its position must be based on its N \PROJECTS \TR 01 -03 Street Overlays Program 12 Specifications, Project Manual IV 36 bid submuttal. The bidder may provide further explanation/clarification of the information and materials in the submittal, but no new materials or information will be considered by the official in reaching a decision on reconsideration. 4. The official shall send the bidder a written decision on reconsideration, explaining the basis for the finding as to whether the bidder's bid submittal supported adequate good faith efforts to meet the DBE contract requirements. The Contracting Agency has been advised that the United States Department of Transportation will not accept appeals concerning results of the reconsideration process. Procedures Between Award and Execution After award of the contract, the successful bidder shall provide the additional information described below. A failure to comply shall result in the forfeiture of the bidder's proposal bond or deposit. The Contracting Agency will notify the successful bidder of the award of the contract in writing and will include a request for a further breakdown of the DBE information. After award and prior to execution of the contract, the bidder shall submit the following items: (1) Additional information for all successful DBE's as shown on the DBE Utilization Certification: Correct business name, federal employee identification number (if available), and mailing address. List of all bid items assigned to each successful DBE firm, including unit prices and extensions. Description of partial items (if any) to be sublet to each successful DBE firm specifying the distinct elements of work under each item to be performed by the DBE and including the dollar value of the DBE portion. Total amounts shown for each DBE shall not be less than the amount shown on the Utilization Certification. This submittal, showing the DBE work item breakdown, when accepted by the Contracting Agency and resulting in contract execution, shall become a part of the contract. A breakdown that does not conform to the DBE Utilization Certification or that demonstrates a lesser amount of DBE participation than that included in the Certification will be returned for correction. The contract will not be executed by the Contracting Agency until a satisfactory breakdown has been submitted. (2) A list of all firms who submitted a bid or quote in an attempt to participate in this project whether they were successful or not. Include the correct business name, federal employer identification number (optional) and a mailing address. The firms identified by the Contractor may be contacted to solicit general information as follows: 1. age of the firm 2. average of its gross annual receipts over the past three years N \PROJECTS \TR 01 -03 Street Overlays Program 12 Specifications, Project Manual IV 37 Procedures After Execution Reporting The Contractor shall submit a "Quarterly Report of Amounts Credited as DBE Participation" (actual payments) on a quarterly basis for any calendar quarter in which DBE work is accomplished or upon completion of the project, as appropriate. The quarterly reports are due on January 20` Apnl 20 July 20` and October 20 of each year. The dollars reported will be in accordance with the "Counting DBE Participation" section of this specification. In the event that the payments to a DBE have been made by an entity other than the Prime Contractor (as in the case of a lower -tier subcontractor or supplier), then the Prime Contractor shall obtain the quarterly report, including the signed affidavit, from the paying entity and submit the report to the Contracting Agency. Damages for Noncompliance When a Contractor violates the DBE provisions of the contract, the Contracting Agency may incur damages. These damages consist of additional administrative costs including, but not limited to, the inspection, supervision, engineering, compliance, and legal staff time and expenses necessary for investigating, reporting, and correcting violations as well as loss of federal funding. Damages attributable to a Contractor's violations of the DBE provisions may be deducted from progress payments due to the Contractor or from retainage withheld by the Contracting Agency as allowed by RCW 60.28.021. Before any money is withheld, the Contractor will be provided with a notice of the basis of the violations and an opportunity to respond. The Contracting Agency's decision to recover damages for a DBE violation does not limit its ability to suspend or revoke the Contractor's pre qualification status or seek other remedies as allowed by federal or state law. In appropriate circumstances, the Contracting Agency may also refer the Contractor to state or federal authorities for additional sanctions. Required Disadvantaged Business Enterprise Provisions The Contractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The Contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of contracts, which contain funding assistance from the United States Department of Transportation. Failure by the Contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the Contracting Agency deems appropriate. If the Contractor does not comply with any part of its contract as required under 49 CFR part 26, and/or any other applicable law or regulation regarding DBE, the Contracting Agency may withhold payment, suspend, or terminate the contract, and subject the Contractor to civil penalties of up to ten percent of the amount of the contract for each violation. In the case of WSDOT contracts, repeated violations, exceeding a single violation, may disqualify the Contractor from further participation in WSDOT contracts for a period of up to three years. An apparent low bidder must be in compliance with these contract provisions as a condition precedent to the granting of a notice of award by the Contracting Agency. The Contractor is entitled to request an adjudicative proceeding with respect to the Contracting Agency's determination of contract violation and assessed penalties by filing a written application within thirty N. \PROJECTS \TR 01 -03 Street Overlays Program 12 Specifications, Project Manual IV -38 days of receipt of notification. The adjudicative proceeding, if requested, will be conducted by an administrative law judge pursuant to the procedures set forth in RCW 34.05 and Chapter 10.08 of the Washington Administrative Code. Payment Compensation for all costs involved with complying with the conditions of this specification and any associated DBE requirements is included in payment for the associated contract items of work. (March 13, 1995) Federal Agency Inspection Section 1 -07.12 is supplemented with the following: Required Federal Aid Provisions The Required Contract Provisions Federal Aid Construction Contracts (FHWA 1273) and the amendments thereto supersede any conflicting provisions of the Standard Specifications and are made a part of this contract; provided, however, that if any of the provisions of FHWA 1273, as amended, are less restrictive than Washington State Law, then the Washington State Law shall prevail. The provisions of FHWA 1273, as amended, included in this contract require that the Contractor insert the FHWA 1273 and amendments thereto in each subcontract, together with the wage rates which are part of the FHWA 1273, as amended. Also, a clause shall be included in each subcontract requiring the subcontractors to insert the FHWA 1273 and amendments thereto in any lower tier subcontracts, together with the wage rates. The Contractor shall also ensure that this section, REQUIRED FEDERAL AID PROVISIONS, is inserted in each subcontract for subcontractors and lower tier subcontractors. For this purpose, upon request to the Project Engineer, the Contractor will be provided with extra copies of the FHWA 1273, the amendments thereto, the applicable wage rates, and this Special Provision. Public Convenience And Safety Construction Under Traffic Section 1- 07.23(1) is supplemented with the following: (April 2, 2007) Work Zone Clear Zone The Work Zone Clear Zone (WZCZ) applies during working and nonworking hours. The WZCZ applies only to temporary roadside objects introduced by the Contractor's operations and does not apply to preexisting conditions or peimanent 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. N \PROJECTS \TR 01 -03 Street Overlays Program 12 Specifications, Project Manual IV 39 The Contractor's nonessential vehicles and employees private vehicles shall not be permitted to park within the WZCZ at any time unless protected as descnbed 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: Posted Speed Distance, From Traveled Way (Feet) 35 mph or less 10 4O mph 15 45to55mph 1 20 1 60 mph or greater 1 30 or 2 -feet beyond the outside edge of sidewalk Minimum Work Zone Clear Zone Distance 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. N \PROJECTS \TR 01 -03 Street Overlays Program 12 Specifications, Project Manual IV -40 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 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 'h -inch in grade or terrain that could cause tripping or be a barrier to wheelchair use. Vertical elevation differences between 1 -inch and 1/2-inch shall be beveled at a maximum 2 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 N• \PROJECTS \TR 01 -03 Street Overlays Program 12 Specifications, Project Manual IV -41 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: 1 -07.24 Rights of Way (October 1, 2005 APWVA GSP) bottom of the curb ramp shall be flush with the Roadway. Temporary detectable warning mats shall be installed at street crossings. 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 pedestnan 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 pedestnan 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. "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. Delete this section in its entirety, and replace it with the following: N \PROJECTS \TR 01 -03 Street Overlays Program 12 Specifications, Project Manual IV 42 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 m 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, nghts 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 wntten release from the property owner of each property disturbed or otherwise interfered with by reasons of construction pursued under this contract. The statement shall be signed by the private property owner, or proper authority acting for the owner of the private property affected, stating that permission has been granted to use the property and all necessary permits have been obtained or, in the case of a release, that the restoration of the property has been satisfactorily accomplished. The statement shall include the parcel number, address, and date of signature. Written releases must be filed with the Engineer before the Completion Date will be established. N \PROJECTS \TR 01 -03 Street Overlays Program 12 Specifications, Project Manual IV 43 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 (Clay 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 penod between 7:00 a.m. and 6:00 p.m. of a working day with a maximum 1 -hour lunch break and a 5 -day work week. The normal straight time 8 -hour working period for the contract shall be established at the preconstruction conference or prior to the Contractor commencing the work. If a Contractor desires to perform work on holidays, Saturdays, Sundays, or before 7:00 a.m. or after 6:00 p.m. on any day, the Contractor shall apply in writing to the Engineer for N \PROJECTS \TR 01 -03 Street Overlays Program 12 Specifications, Project Manual IV 44 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 pnor to the day for which the Contractor is requesting permission to work. Permission to work between the hours of 10:00 p.m. and 7:00 a.m. during weekdays and between the hours of 10:00 p.m. and 9:00 a.m. on weekends or holidays may also be subject to noise control requirements. Approval to continue work during these hours may be revoked at any time the Contractor exceeds the Contracting Agency's noise control regulations or complaints are received from the public or adjoining property owners regarding the noise from the Contractor's operations. The Contractor shall have no claim for damages or delays should such permission be revoked for these reasons. Permission to work Saturdays, Sundays, holidays or other than the agreed upon normal straight time working hours Monday through Friday may be given subject to certain other conditions set forth by the Contracting Agency or Engineer. These conditions may include but are not limited to: requiring the Engineer or such assistants as the Engineer may deem necessary to be present during the work; requiring the Contractor to reimburse the Contracting Agency for the costs in excess of straight -time costs for Contracting Agency employees who worked during such times, on non Federal aid projects; considering the work performed on Saturdays, Sundays, and holidays as working days with regards to the contract time; and considering multiple work shifts as multiple working days with respect to contract time even though the multiple shifts occur in a single 24 -hour period. Assistants may include, but are not limited to, survey crews; personnel from the Contracting Agency's material testing lab; inspectors; and other Contracting Agency employees when in the opinion of the Engineer, such work necessitates their presence. Subcontracting Section 1 -08.1 is supplemented with the following: (October 12, 1998) Prior to any subcontractor or lower tier subcontractor beginning work, the Contractor shall submit to the Engineer a certification (WSDOT Form 420 -004) that a written agreement between the Contractor and the subcontractor or between the subcontractor and any lower tier subcontractor has been executed. This certification shall also guarantee that these subcontract agreements include all the documents required by the Special Provision Federal Agency Inspection. A subcontractor or lower tier subcontractor will not be permitted to perform any work under the contract until the following documents have been completed and submitted to the Engineer: 1. Request to Sublet Work (Form 421 -012), and 2. Contractor and Subcontractor or Lower Tier Subcontractor Certification for Federal -aid Projects (Form 420 -004) The Contractor's records pertaining to the requirements of this Special Provision shall be open to inspection or audit by representatives of the Contracting Agency during the life of the contract and for a period of not less than three years after the date of acceptance of the contract. The Contractor shall retain these records for that period The Contractor shall also N \PROJECTS \TR 01 -03 Street Overlays Program 12 Specifications, Project Manual IV 45 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 guarantee that these records of all subcontractors and lower tier subcontractors shall be available and open to similar inspection or audit for the same time period. Revise this section to read: 1 -08.4 Notice to Proceed and Prosecution of the Work (October 1, 2005 APWA GSP) Notice to Proceed will be given after the contract has been executed and the contract bond and evidence of insurance have been approved and filed by the Contracting Agency. The Contractor shall not commence with the work until the Notice to Proceed has been given by the Engineer. The Contractor shall commence construction activities on the Droiect 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. Section 1 -08.4 is supplemented with the following: Only one block at a time shall be open for construction activities unless otherwise approved in writing by the Project Engineer. Construction for the following streets should not conflict with the following dates: Front Street: May 1, 2010 May 28 -30, 2010 July 4, 2010 July 23 -25, 2010 Spiff Up Downtown for Summer Juan de Fuca Festival of the Arts Fourth of July Arts in Action Lauridsen Blvd L Street. August 19 -22, 2010 Clallam County Fair 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 N \PROJECTS \TR 01 -03 Street Overlays Program 12 Speafications, Project Manual [V -46 a week (a 4 -10 schedule) and the fifth day of the week in which a 4 -10 shift is worked would ordinarily be charged as a working day then the fifth day of that week will be charged as a working day whether or not the Contractor works on that day. Revise the sixth paragraph to read: The Engineer will give the Contractor written notice of the completion date of the contract after all the Contractor's obligations under the contract have been performed by the Contractor. The following events must occur before the Completion Date can be established: 1. The physical work on the project must be complete; and 2. The Contractor must furnish all documentation required by the contract and required by law, to allow the Contracting Agency to process final acceptance of the contract. The following documents must be received by the Project Engineer prior to establishing a completion date: a. Certified Payrolls (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. Property owner releases per Section 1 -07.24 1 -08.7 Maintenance During Suspension (October 1, 2005 APWA GSP) Revise the second paragraph to read: At no expense to the Contracting Agency, the Contractor shall provide through the construction area a safe, smooth, and unobstructed roadway. sidewalk. and path for public use during suspension (as required in Section 1 -07.23 or the Special Provisions). This may include a temporary road or detour. 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 N \PROJECTS \TR 01 -03 Street Overlays Program 12 Specifications, Project Manual IV 47 monthly basis. Lump sum breakdowns shall be provided to the Project Engineer no later than the date of the preconstruction conference. Delete the third paragraph and replace it with the following: 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 appropnate fund source for the project. Payments received on account of work perfoimed 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: 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. N \PROJECTS\TR 01 -03 Street Overlays Program 12 Specifications, Project Manual IV 48 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 Amencan Traffic Safety Services Association 15 Riverside Parkway, Suite 100 Fredericksburg, Virginia 22406 -1022 Training Dept. Toll Free (877) 642 -4637 Phone: (540) 368 -1701 Measurement Lump Sum Bid for Project (No Unit Items) Section 1- 10.4(1) is supplemented with the following: (August 2, 2004) The proposal contains the item "Project Temporary Traffic Control," lump sum. The provisions of Section 1- 10.4(1) shall apply. N \PROJECTS \TR 01 -03 Street Overlays Program 12 Specifications, Project Manual IV 49 DIVISION 2 EARTHWORK CLEARING, GRUBBING, AND ROADSIDE CLEANUP Description Section 2 -01.1 is supplemented with the following: Cleanng and grubbing on this project shall be performe within the following limits: As necessary for workspace, to allow for installation of planned work, where indicted on the plans or directed by the Engineer. Payment (January 5, 1998) The first and second paragraphs of the Section 2 -01.5 are revised to read was follows: Payment will be made in accordance with Section 1 -04.1 for the following bid items when they are included in the proposal: All costs for clearing and grubbing on this project shall be included in the unit bid price for "Cleanng and Grubbing, Lump Sum 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 Pavements, Sidewalks, Curbs, Gutters, Stairway, Obstructions Construction Requirements Section 2 -02.3 is supplemented with the following: 1) The approximate thickness of the asphalt pavement on Lauridsen Blvd. is 1.5" to 3 2) The approximate thickness of the asphalt pavement on L Street is 1.5" to 3 3) The approximate thickness of the asphalt pavement on Race Street is 3.5" to 5 4) Front Street has an approximate asphalt thickness which varies between 1.5 6" and concrete pavement which varies between 8 -10" 5) The approximate thickness of the asphalt pavement on 5 Street is 2"- 4" Measurement Section 2 -02.4 is supplemented with the following: Curb and gutter removal shall be measured by the linear foot Traffic curb removal shall be measured by the linear foot N \PROJECTS \TR 01 -03 Street Overlays Program 12 Specifications, Project Manual [V 50 Sidewalk removal shall be measured by the square yard (includes stairway removal) Dnveway removal shall be measured by the square yard Asphalt concrete pavement removal shall be measured per square yard Catch basin removal shall be measured per each Manhole ring and cover removal per each Sign removal and relocation shall be measured per each Existing pavement marking removal shall be measured by lump sum Payment Section 2 -02.5 is supplemented with the following: "Remove Cement Concrete Curb and Gutter linear foot All work and material associated with any fill required per Section 2- 02.3(2) shall be included in the cost for removing any item identified for removal in this section. No distinction shall be made between curbs with or without integral gutters or curbs that are an integral part of the concrete roadway. If the gutter is not an integral part of the curb, or the curb is an integral part of the roadway, a portion of the pavement, within the roadway and adjacent to the curb, one foot in width shall be removed and included in the unit bid contract price for "Remove Cement Concrete Curb "Remove Cement Concrete Traffic Curb linear foot "Remove Cement Concrete Sidewalk square yard "Remove Cement Concrete Driveway square yard "Remove Asphalt Concrete Pavement per square yard "Remove Catch Basin per each Haul and disposal of as well as any necessary equipment, labor, materials (including backfilling) sawing, breaking, planing, and/or grinding shall be made and shall be included in the unit contract bid price for removing any item identified for removal in this section and in the plans. Removal of pavements shall include all costs associated with removing and either disposing of, and/or salvaging, appurtenant facilities such as manhole lid and frames, handholes, access portals, valve boxes and covers, conduit, etc., as indicated on the drawings or directed by the Engineer. All debris, saw slurry, and grindings shall be prevented from entering any drainage system and shall be removed from the project area and shall be included in the unit bid contract price for removing any item identified for removal in this section. "Relocate Sign per each N. \PROJECTS \TR 01 -03 Street Overlays Program 12 Specifications, Project Manual IV 51 1 "Remove Existing Pavement Marking lump sum Bid item "Remove Existing Pavement Marking lump sum includes T's removal of parking T's on Front and First Street. ROADWAY EXCAVATION AND EMBANKMENT Section 2 -03.4 is revised by following: The third, fourth and fifth sentences of the first paragraph are deleted. Excavated areas shall have 6" of IL IA Cl. t/ PG 64 -22 where indicated on plan set or specified by Engineer. The following shall be included in the unit contract bid price: 1) Removal of pavement of any type lying within the excavation area 2) Saw cutting or anyother cost associated with removing pavement lying within the excavation area 3) Root Barrier STRUCTURE EXCAVATION Section 2- 09.3(E), Construction Requirements, Structure Excavation, Class B is supplemented with the following: The unit Contract price per cubic yard for "Structure Excavation, Class B" will include Control Density Fill. SUBGRADE PREPARATION Section 2 -06.5 is supplemented with the following: No specific unit of measurement shall apply to the lump sum item of Subgrade Preparation. An estimated quantity for the following streets is listed below: Lauridsen Blvd: Lauridsen Blvd. Additive: L Street: Race Street: 170 Cubic Yards 5 Cubic Yards 50 Cubic Yards 42 Cubic Yards "Subgrade Preparation lump sum The work shall consist of grading and removing any material necessary for widening the roadway to achieve a maximum 25 foot roadway. Subgrade Preparation on this project shall be performed within the following limits: As necessary for workspace, to allow for installation of planned work, where indicted on the plans or directed by the Engineer. N. \PROJECTS \TR 01 -03 Street Overlays Program 12 Specifications, Project Manual IV 52 1 DIVISION 4 BASES ASPHALT TREATED BASE Materials Section 4 -06.2 is supplemented with the following: (October 25, 1999) The grade of paving asphalt used in asphalt treated base shall be PG 64 -22 unless otherwise ordered by the Engineer. N \PROJECTS \TR 01 -03 Street Overlays Program 12 Specifications, Project Manual IV -53 DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS ASPHALT CONCRETE PAVEMENT Section 5 -04.3, Construction Requirements, is supplemented with the following: Pavement Pulverizing The work consists of pulverizing the existing asphalt concrete pavement within the project limits indicated on the Drawings and as marked in the field by the Engineer. The work shall include pulverizing, mixing, re- grading, and compaction of pulvenzed asphalt with the existing Crushed Surfacing Top Course Layer, in conformance with these Specifications. Pulverization areas include portions of: Lauridsen Blvd., L Street and Race Street. Construction Requirements Existing asphalt concrete pavement surface shall be pulverized as shown on the plan. The thickness of the existing asphalt vanes, averaging 2 -4 inches. Actual quantity of pulverized pavement may vary. The pulvenzed material shall conform to the following gradation: Sieve size passing (bv weight) 1 1/2" square opening 95% Acceptance of the gradation will be based on visual inspection by the engineer. After pulverizing of pavement is complete the contractor shall rerun pulverization equipment back through to a depth of 4 to 6 inches, to thoroughly mix the pulverized pavement with the existing crushed surfacing top course. The pulverized material shall be regraded and compacted to at least 95% of maximum. Measurement and Payment The unit price per square yard for Pavement Pulverizing shall be full compensation for all furnishing all materials, equipment, tools, labor, and all other costs associated with pulverizing, mixing, compacting and re- grading the existing asphalt pavement as shown on the plans. 5 -03 PLANING PAVEMENT NEW SECTION 5 -03.1 Description This work shall consist of planing flexible pavement to the designated depth in preparation for pavement repair or pavement overlay. 5 -03.3 Construction Requirements Planing shall be performed with a pavement planing machine of a type that has operated successfully on work comparable to that specified in the Contract. Irregularities and high spots shall be eliminated. The pavement surface shall be ground to the depth and cross section indicated in the Contract Plans. The planed surface shall be free from gouges, grooves, ridges, soot, oil film, and other imperfections and shall have a mosaic appearance suitable as a riding surface. N \PROJECTS \TR 01 -03 Street Overlays Program 12 Specifications, Project Manual IV -54 5 -03.3 Portland Cement and Asphalt Concrete Pavement Grinding and Planing Grinding shall be in a longitudinal direction beginning and ending at lines normal to the pavement centerline wherever possible. The ground speed of the machine and the cutting equipment shall be independent. The machine shall have a self contained water system for the control of dust and fine particles. Removal of the grinding residue from the roadway shall occur immediately after grinding and shall be accomplished on a continual basis. Slurry shall not be allowed to drain across open traffic lanes and shoulders. Slurry shall not be allowed to dram into any waterway or be placed on the roadway shoulder within 200 feet of any waterway. Prior to commencing the gnnding operation, the contractor shall submit to the Engineer for approval a plan to prevent contaminants, such as grinding slurry or concrete debris, from entering ditches, culverts, or other waterways, including wetlands or aquifers. Pnor to opening to traffic, the Contractor shall remove any grindings and dust from the ground pavement by washing and/or sweeping to the satisfaction of the Engineer. Concrete slurry, and grindings shall become the property of the Contractor and shall be collected from the roadway and disposed of by the Contractor off the project site. The Contractor shall provide a copy of the permit for an approved waste site for the disposal of the slurry and grindings prior to the start of the grinding. Planing shall be performed in such a manner that the underlying pavement is not torn, broken, or otherwise damaged by the planing operation. The surface of the underlying pavement shall be slightly grooved or roughened sufficiently to ensure a bond when overlaid. The planings shall become the property of the Contractor. The Contractor shall be responsible for removing and disposing of all debris resulting from the planing operation. 5 -03.4 Measurement Portland Cement and Asphalt Concrete Pavement Grinding and Planing shall be measured by the square yard. 5 -03.4 Payment "Portland Cement and Asphalt Concrete Pavement Grinding and Planing per square yard. The per square yard contract pnce for "Portland Cement and Asphalt Concrete Pavement Gnnding and Planing" shall be full pay for performing all work specified. Hot Mix Asphalt Pavers (April 5, 2004) Section 5- 04.3(3) is supplemented with the following: For any course of hot mix asphalt (HMA) used in traffic lanes with a depth of 0.08 feet or greater the direct transfer of the HMA from the hauling equipment to the paving machine will not be allowed. A material transfer device or vehicle (MTD/V) shall be used to deliver the I-L IA from the hauling equipment to the paving machine. The MTD/V shall mix the HMA after delivery by the hauling equipment but prior to laydown by the paving machine. Mixing of the HMA shall be sufficient to obtain a uniform temperature throughout the mixture. If a windrow elevator is used, the length N \PROJECTS \TR 01 -03 Street Overlays Program 12 Specifications, Project Manual IV 55 of the windrow may be limited in urban areas or through intersections, at the discretion of the Engineer. 5 -03.5 Preparation of Existing Soil Residual Herbicide The first sentence of Section 5- 04.3(5)D is replaced with the following: Soil residual herbicide shall be applied in areas to be paved with granular base. Application of soil residual herbicide shall not be required in areas of non permeable base such as paving over cement concrete or asphalt treated base. Acceptance Sampling and Testing Ili IA Mixture (January 5, 2004) Section 5- 04.3(8)A is supplemented with the following: Commercial HATA Evaluation The following HMA will be accepted by commercial EL VIA evaluation: HMA Class 'A" PG 64 -22 HMA for Overlay Cl. 3/8" PG 64 -22 Joints (January 5, 2004) Section 5- 04.3(11) is supplemented with the following: The HMA overlay shall be feathered or a butt joint created to produce a smooth riding connection to the existing pavement. Cross streets shall be paved with 10' butt joint unless otherwise specified by the Engineer. Driveways shall be feathered 6' unless otherwise specified by the Engineer. Mainline joints shall be 25' (length): 0.1' (depth) butt joint shall be constructed where indicated on plans or ordered by the Engineer. A minimum 40" butt joint shall be constructed where shown in plans or order by the Engineer. HMA utilized in the construction of the feathered connections shall be modified by eliminating the coarse aggregate from the mix at the Contractor's plant or the commercial source or by raking the joint on the roadway, to the satisfaction of the Engineer. All cold joints, whether they are butt or lap joints, shall be sealed on the surface at the joint with AR -4000. Surface Smoothness The second sentence of Section 5- 04.3(13) is revised to read: The completed surface of the wearing course shall not vary more than 1/8 inch from the lower edge of a 10 -foot straightedge placed on the surface parallel to centerline. Measurement The eleventh paragraph of Section 5 -04.4 is revised as follows: No specific unit of measurement will apply to Temporary Pavement Marking The twelfth paragraph of Section 5 -04.4 is revised as follows: No specific unit of measurement will apply to Removing Temporary Pavement Marking N• \PROJECTS \TR 01 -03 Street Overlays Program 12 Specifications, Project Manual IV 56 Section 5 -04.4 is revised as follows: The fourth paragraph is deleted. The unit contract bid price for HMA for Overlay Cl. 3/8" PG 64 -22" and HMA Cl 1/2" PG 64 -22" shall include the contraction of butt joints where indicted on the plans and the application of soil residual herbicide in areas to be paved with granular base. Application of soil residual shall not be required in areas of non- permeable base such as paving over cement concrete or asphalt treated base Payment The second paragraph of Section 5 -04.5 is supplemented as follows: The unit contract bid price for "HMA Cl. 1/2" PG 64 -22" and "HMA for Prelevel Cl. 3/8" PG 64 -22" shall include the construction of butt points where indicated on the plans, sealing_ butt and/or lap joints, and the application of soil residual herbicide in accordance with Section 5- 04.3(5)D in areas to be paved with granular base. Application of soil residual herbicide shall not be required in areas of non permeable base such as paving over cement concrete or asphalt treated base. Paragraphs 13, 14 and 15 are deleted. N \PROJECTS \TR 01 -03 Street Overlays Program 12 Specifications, Project Manual IV 57 Materials DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS, AND CONDUITS STORM SEWERS Payment Section 7 -04.5 is supplemented with the following: The unit contract price per linear foot for storm sewer pipe of the kind and size specified shall be full payment for pavement sawing, pavement removal, excavation and disposal of excavated matenal, pavement restoration, and restoration of any other existing facilities damaged or destroyed during construction. MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS Section 7 -05.2, Materials, is supplemented with the following: 1) All manhole frames, covers and risers will be provided by the City. Contractor is required to pick -up and transport manhole frames, covers and risers to jobsite. Manhole frames, covers and nsers will be available for pick -up at the City Corp Yard, 1703 B Street, Port Angeles, Wa, 98363 2) Grates and covers shall be standard bolt down type indicated. 3) Adjusting inlets shall be cement concrete 4) Each manhole ring and cover shall be installed per the manufactures installation Instructions provided by the City. 5) Backfill around catch basins shall be controlled density fill (CDF) when directed by the Engineer. Construction Requirements Section 7 -05.3, Construction Requirements, is supplemented with the following: All manholes shall have existing risers removed and new Ladtech risers shall be install and anchored down per installation instruction provided by the City. Where shown on the Plans, or directed by the Engineer, the Contractor shall install catch basin or inlet with frame, grate or solid cover as indicated on the plans to finish grade. Combination inlet hoods and catch basin grates shall have stamped on them the words "Drains to Streams Connections to existing drainage structures shall be made utilizing a grout collar with rubber gasket appropriate to the size and material of the connecting pipe. Oil/Water separator tee's shall be installed in only those structures that are the first upstream structure from a main or manhole. Section 7- 05.3(1), Construction Requirements, is revised as follows: The first sentence of the second paragraph is deleted and replaced with the following: The existing cast iron ring and cover shall be removed and remain the property of the City. The contractor shall transport all cast iron nngs and covers to the location directed by the Engineer Adjusted manholes shall be replaced with new bolt down type frame, covers and rings provide by the City. N \PROJECTS \TR 01 -03 Street Overlays Program 12 Specifications, Project Manual IV 58 Measurement Section 7 -05.4, Measurement, is supplemented with the following: "Concrete Inlet with Combination Inlet will be measured per each. "Catch Basin Type I with Combination Inlet will be measured per each Payment Section 7 -05.5 Payment, is supplemented with the following: "Concrete Inlet with Combination Inlet per each. "Catch Basin Type I with Combination Inlet per each All costs associated with furnishing and installing, gravel backfill for bedding shall be included in the unit contract price for the item installed. "Adjust Manhole Ring and Cover" per each Bolt -down manhole rings and covers will be provided by the City. "Adjust Manhole Ring and Cover" will consist of removing the existing manhole ring and cover and replacing the items with the manhole frames and covers provided by the City. Pavement sawing, pavement removal, excavation and disposal of excavated material, controlled density backfill, pavement restoration, and restoration of any other existing facilities damaged or destroyed during construction, for "Concrete Inlet with Combination Inlet "Catch Basin Type I with Rectangular Solid Metal Cover "Catch Basin Type I, with Herringbone Frame Grate" and "Adjust Manhole is considered incidental and shall be included in the unit contract price. The unit Contract price per each for "Adjust Manhole" will include the installation of new manhole frames, covers and risers provided by the City. The unit contract bid price shall include: 1) Installation of Oil/Water separator tee's where required. 2) Controlled Density Fill (CDF) 3) Connect to Existing Storm Structure Backfilling Trenches The second paragraph of Section 7- 09.3(10) is deleted and replaced with the following: Backfill above the pipe zone within the roadway shall be controlled density fill. Controlled Density Fill shall be place to within 4" of the finish grade outside the traveled way (parking lane and shoulder) and to within 6" of finished grade in the traveled way, unless otherwise shown on the plans. The reminder shall be filled with hot mix asphalt, placed and compacted per the Standard Specification, to finish grade. The edges abutting the HMA shall be thoroughly tacked and the surface joint shall be sealed. VALVES FOR WATER MAINS Adjust Water Valve Box Materials Section 7 -12.2, Construction Requirements, is supplemented with the following: Adjust rings and sleeves for water valve risers shall be ductile iron N. \PROJECTS \TR 01 -03 Street Overlays Program 12 Specifications, Project Manual Iv 59 Construction Requirements Section 7 -12.3, Construction Requirements, is supplemented with the following: Where shown on the Plans, or directed by the Engineer, the Contractor shall adjust water valve boxes to finished grade. The Contractor shall exercise care in handling the valve box. Valve boxes damaged, due to the Contractor's operations, shall be repaired by the Contractor at no added cost to the City and to the satisfaction of the Engineer. Should the existing box be found unsuitable for adjustment, the Contractor shall supply and mstall a new box at no additional cost to the City. Measurement Section 7 -12.4, Measurement, is supplemented with the following: Measurement for "Adjust Water Valve Box" shall be per each box actually adjusted. Payment Section 7 -12.5, Payment, is supplemented with the following: The unit contract pnce per each for "Adjust Water Valve Box" shall be full pay for performing the work as specified including all costs necessary for restoration of adjacent areas in a manner acceptable to the Engineer. N \PROJECTS \TR 01 -03 Street Overlays Program 12 Specifications, Project Manual IV -60 DIVISION 8 MISCELLANEOUS CONSTRUCTION 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 unit contract price for "Inlet Protection ROADSIDE RESTORATION Description Section 8 -02.1 is replaced with the following: This work consists of placing compost and grass seed in grassy areas disturbed by construction. These areas shall include 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) Grass Seed 9 -14.2 Construction Requirements Section 8 -02.3 is replaced with the following: A minimum of 2" and a maximum of 4" of compost shall be placed in previously grassy areas disturbed by construction and any other area as indicated on the plans. Grass seed shall be mixed into the compost prior to application or raked into the compost immediately following application. Measurement Section 8 -02.4 is replaced with the following: No specific unit of measure shall apply to the lump sum item of roadside restoration. Payment Section 8 -02.5 is replaced with the following: "Roadside Restoration lump sum, shall be full pay for all work and materials required to perform the work described in this section. CEMENT CONCRETE STAIRWAY NEW SECTION 8 -05 Description This work consists of constructing cement concrete stairway and landing in accordance with details shown in the standard Plans and these Specifications and in conformity to lines and grades shown in the Plans or as established by the Engineer. N \PROJECTS \TR 01 -03 Street Overlays Program 12 Specifications, Project Manual IV 61 8 -05.2 Material Matenals shall meet the requirements of the following sections: Portland Cement 9 -01 Aggregates 9 -03 Premolded Joint Filler 9 -04.1 Concrete Curing Materials and Admixtures 9 -23 8 -05.3 Construction Requirements The concrete in the stairway shall be air entrained concrete Class 3000 in accordance with the requirements of Section 6 -02. 8- 05.3(1) Forming, Placing and Finishing Concrete Soil residual herbicide shall be applied to the subgrade prior to pouring cement concrete. Subgrade preparation for the stairway shall consist of excavating and compacting the subgrade. Forms for the stairway may be of any suitable material provided the material used will form a finished cement concrete stairway or stairway landing of dense concrete conforming to the alignment, grade, and cross section dimensions required by the construction plans. Reinforced steel for cement concrete stairways shall be places as shown on the standard plan. The steel shall be assembled and securely tied with annealed wire of not less than No.16 gauge at each bar lap or crossing and be ngidly supported in the plan location during the concrete placement. 8- 05.3(2) Curing Curing shall meet the requirements of section 8- 14.3(4). 8 -05.4 Measurement No specific unit of measurement will apply to the lump sum price for "Cement Concrete Stairway" 8 -05.5 Payment Payment for the bid item "Timber Hand Rail" shall be, lump sum. All costs associated with furnishing and installing Cement Concrete Stairway shall be included in the unit contract price. CEMENT CONCRETE DRIVEWAY ENTRANCE Payment Section 8 -06.5 is supplemented with the following: "Cement Conc. Driveway Entrance per square yard Payment for any item in this section shall include all necessary excavation, including excavation of cut slopes, disposal of excavated material, application of soil residual herbicide, backfill of voids required for forming, restoration of any other existing facilities damaged or destroyed during construction N \PROJECTS \TR 01 -03 Street Overlays Program 12 Specifications, Project Manual N -62 MONMENT CASES Description Section 8 -13.1 is deleted and replaced by the following: This work shall consist of adjusting/furnishing and placing monument cases, covers, and pipes in accordance with the Standard Plans and these Specifications, in confounity with the lines and locations shown in the Plans and identified and referenced by a Land Surveyor licensed to practice in Washington State. Materials (March 13, 1995) Section 8 -13 -2 is supplemented with the following:' The pipe shall be Schedule 40 galvanized pipe. Construction Requirements The last paragraph of Section 8 -13.3 is revised to read: A Land Surveyor licensed to practice in Washington State will place reference marks suitable for the Contractor to install the monument case and pipe. The Contractor shall be responsible for placing the concrete core and brass cap inside the pipe. Unmarked brass caps shall be provided by the Contracting Agency. The Contractor shall be responsible for arranging to have the brass caps stamped with the license number of the Surveyor. After the concrete secunng the brass cap within the pipe has cured for a minimum of three days, the brass cap shall be punched under the direction of the Surveyor at the calculated position in such manner as to produce an approximately 1/8" diameter by 1/8" deep divot on the top surface of the brass cap. Measurement (April 28, 1997) Section 8 -13.4 is deleted and replaced by the following: Measure of monument case, cover, pipe and brass cap will be by the unit for each monument case, cover, pipe and brass cap furnished, set and marked. 8 -14 CEMENT CONCRETE SIDEWALKS Construction Requirements Placing and Finishing Concrete The first paragraph of Section 8- 14.3(3) is supplemented with the following: Soil residual herbicide shall be applied to the subgrade prior to pouring cement concrete. The fourth and fifth paragraphs of Section 8- 14.3(3) are deleted and replaced with the following: Sidewalk ramps shall be of the type specified in the Plans. The detectable warning pattern shall have the truncated dome shape and dimension shown in the WSDOT Standard Plans and shall be formed by installing a replaceable panel manufactured by "ADA Replaceable Tiles or equal. The panels shall be installed by the Contractor immediately after the concrete has been poured and prior to curing. The panels shall be installed under the direction of the Engineer. Payment Section 8 -14.5 is revised as follows: "Cement Conc. Sidewalk Ramp Type Ramp" N \PROJECTS \TR 01 -03 Street Overlays Program 12 Specifications, Project Manual IV 63 is replaced with "Cement Conc. Sidewalk Payment for any item in this section shall include all necessary excavation, including excavation of cut slopes, disposal of excavated material, application of soil residual herbicide, backfill of voids required for forming, restoration of any other existing facilities damaged or destroyed during construction. ILLUMINATION, TRAFFIC SIGNAL SYSTEM, AND ELECTRICAL Description Section 8 -20.1 is deleted and replaced with the following: This work consists of furnishing, installing and field testing all materials and equipment necessary to complete in place, fully functional Wireless Vehicle Detection System in accordance with approved methods, the Plans and these Special Provisions. The exact location will be established by the Engineer in the field. Materials Section 8 -20.2 is deleted and replaced with the following,: Materials shall meet all manufactures requirements. All materials shall be new. It is the contactors responsibility to provide all of necessary materials in accordance with the manufactures instructions. The Wireless Vehicle Detection System shall include seven (7) Flush mount wireless sensors. Measurement Section 8 -20.4 is deleted and replaced with the following: Wireless Vehicle detection system will be measured per Lump Sum. Payment Section 8 -20.5 is supplemented with the following: "Wireless Vehicle Detection System Lump Sum The Contractor shall guarantee all materials and equipment furnished and work performed for a period of one (1) year from the date of substantial completion. The Contractor shall warrant and guarantee for a period of one (1) year from the date of substantial completion of the system that the completed system is free from all defects due to faulty materials or workmanship, and the Contractor shall promptly make such corrections as may be necessary by reason of such defects including the repairs of any damage to other parts of the system resulting from such defects. The City will give notice of observed defects with reasonable promptness. In the event that the Contractor should fail to make such repairs, adjustments, or other work that may be made necessary by such defects, the City may do so and charge the Contractor the cost thereby incurred. PAVEMENT MARKING Materials The first sentence of Section 8 -22.2 of the Standard Specifications is replaced with the following: Material for plastic pavement marking shall be Type A Liquid Hot Applied Thermoplastic per section 9- 34.3(1) of the Standard Specifications. N 1PROJECTSITR 01 -03 Street Overlays Program 12 Specifications, Project Manual IV 64 Payment Section 8 -22.5 is supplemented with the following: The Contractor shall guarantee all materials and equipment furnished and work performed for a period of one (1) year from the date of substantial completion. The Contractor shall warrant and guarantee for a period of one (1) year from the date of substantial completion of the system that the completed system is free from all defects due to faulty materials or workmanship, and the Contractor shall promptly make such corrections as may be necessary by reason of such defects including the repairs of any damage to other parts of the system resulting from such defects. The City will give notice of observed defects with reasonable promptness. Ili the event that the Contractor should fail to make such repairs, adjustments, or other work that may be made necessary by such defects, the City may do so and charge the Contractor the cost thereby incurred. TEMPORARY PAVEMENT MARKINGS Measurement Section 8 -23.4 is deleted and replaced with the following: Temporary pavement marking shall be measured by lump sum. Payment Section 8 -23.5 is deleted and replaced with the following: "Temporary Pavement Marking Lump Sum The unit contract price for "Temporary Pavement Marking" shall be full pay for constructing, installing, maintaining, relocating, removing and reinstalling all temporary pavement marking and complying with all applicable requirements of Section 8 -23 and the current edition of the MUTCD. MODULAR CONCRETE RETAINING WALL NEW SECTION 8 -27.1 Description This work consists of furnishing, installing and equipment necessary to complete in place, fully functional Modular Concrete Retaining Wall in accordance with approved methods, the Plans and these Special Provisions. The exact location will be established by the Engineer in the field. 8 -27.2 Materials Materials for "Modular Concrete Retaining Wall" shall include the following: Crushed Top Course Modular Blocks (16 "X6 "X12 8 -27.3 Measurement "Modular Concrete Retaining Wall" shall be measured by lump sum. 8 -27.4 Payment The unit contract price for "Modular Concrete Retaining Wall" shall be full pay for grading, compacting subgrade, constructing wall per plan details, and include all materials. N \PROJECTS \TR 01 -03 Street Overlays Program 12 Specifications, Project Manual IV 65 8 -100 PEDESTRIAN RAILING NEW SECTION 8 -100.1 Description This work shall consist of fabricating and installing metal Pedestrian Railing at the locations shown on the Plans. 8 -100.2 Materials Materials shall meet the requirements of the following sections as applicable unless noted: Painting 6 -07 Structural Steel and related materials 9 -06 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 linear foot. The unit bid price shall be full compensation for all labor, materials, tools and equipment, supplies, incidental work, to satisfactonly complete the work defined in the Standard Specifications, Special Provisions and the particular items called for in the Plans. N \PROJECTS \TR 01 -03 Street Overlays Program 12 Speafications, Project Manual IV 66 DIVISION 9 Materials AGGREGATES (January 5, 2004) HMA Test Requirements Section 9- 03.8(2) is supplemented with the following: ESAL's The number of ESAL's for the design and acceptance of the HMA shall be 2.4 million. N \PROJECTS \TR 01 -03 Street Overlays Program 12 Specifications, Project Manual IV 67 STANDARD PLANS December 7, 2009 The State of Washington Standard Plans for Road, Bridge and Mumcipal 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 Deleted J -40 10. Section A replace 3" MIN. with 3" MAX. J -40 30 N \PROJECTS \TR 01 -03 Street Overlays Program 12 Specifications, Project Manual IV 68 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' MN. is changed to 300' MN. 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- 50.20- 01.......9/22/09 A- 10.20 -00 10/05/07 A- 40.00 -00 8/11/09 A- 50.30- 00....11/17/08 A- 10.30 -00 10/05/07 A- 40.10 -01 8/11/09 A- 50.40- 00.....11/17/08 A- 20.10 -00 8/31/07 A- 40.15 -00 8/11/09 A- 60.10 -01 10/14/09 A- 30.10 -00 11/08/07 A- 40.20 -00 9/20/07 A- 60.20 -01 8/11/09 A- 30.15 -00 11/08/07 A- 40.50 -00 11/08/07 A- 60.30 -00 11/08/07 A- 30.30 -00 11/08/07 A- 50.10- 00.....11/17/08 A- 60.40 -00 8/31/07 B- 5.20 -00 6/01/06 B- 30.50 -00 6/01/06 B- 75.20 -01 6/10/08 B- 5.40 -00 6/01/06 B- 30.70 -01 8/31/07 B- 75.50 -01 6/10/08 B- 5.60 -00 6/01/06 B- 30.80 -00 6/08/06 B- 75.60 -00 6/08/06 B- 10.20 -00 6/01/06 B- 30.90 -01 9/20/07 B- 80.20 -00 6/08/06 B- 10.40 -00 6/01/06 B- 35.20 -00 6/08/06 B- 80.40 -00 6/01/06 B -10 60 -00 6/08/06 B- 35.40 -00 6/08/06 B- 82.20 -00 6/01/06 B- 15.20 -00 6/01/06 B- 40.20 -00 6/01/06 B- 85.10 -01 6/10/08 B- 15.40 -00 6/01/06 B- 40.40 -00 6/01/06 B- 85.20 -00 6/01/06 B- 15.60 -00 6/01/06 B- 45.20 -00 6/01/06 B- 85.30 -00 6/01/06 B- 20.20 -01 11/21/06 B- 45.40 -00 6/01/06 B- 85.40 -00 6/08/06 B- 20.40 -02 6/10/08 B- 50.20 -00 6/01/06 B- 85.50 -01 6/10/08 B- 20.60 -02 6/10/08 B- 55.20 -00 6/01/06 B- 90.10 -00 6/08/06 B- 25.20 -00 6/08/06 B- 60.20 -00 6/08/06 B- 90.20 -00 6/08/06 N \PROJECTS \TR 01 -03 Street Overlays Program 12 Specifications, Project Manual IV 69 B- 25.60 -00 6/01/06 B- 60.40 -00 6/01/06 B- 90.30 -00 6/08/06 B- 30.10 -00 6/08/06 B- 65.20 -00 6/01/06 B- 90.40 -00 6/08/06 B- 30.20 -01 11/21/06 B- 65.40 -00 6/01/06 B- 90.50 -00 6/08/06 B- 30.30 -00 6/01/06 B- 70.20 -00 6/01/06 B- 95.20 -01 2/03/09 B- 30.40 -00 6/01/06 B- 70.60 -00 6/01/06 B- 95.40 -00 6/08/06 C -1 2/10/09 C-4e '/20/03 C -14i '/10/09 C -la 10/14/09 C-4f 6/30/04 C -14j 12/02/03 C -lb 10/31/03 C -5 10/14/09 C -14k 2/10/09 C -lc 5/30/97 C -6 5/30/97 C -15a 7/3/08 C -ld 10/31/03 C -6a 10/14/09 C -15b 7/3/08 C -2 1/06/00 C -6c 1/06/00 C -16a 11/08/05 C -2a 6/21/06 C -6d 5/30/97 C -16b 11/08/05 C -2b 6/21/06 C -6f 7/25/97 C- 20.14 -01 10/14/09 C -2c 6/21/06 C -7 10/31/03 C- 20.15 -00 10/14/09 C -2d 6/21/06 C -7a 10/31/03 C- 20.18 -00 10/14/09 C -2e 6/21/06 C -8 2/10/09 C- 20.19 -00 10/14/09 C -2f 3/14/97 C -8a 7/25/97 C- 20.40 -01 10/14/09 C -2g 7/27/01 C -8b '/10/09 C- 20.42 -01 10/14/09 C -2h 3/28/97 C -8e '/21/07 C- 22.14 -00 '/03/09 C -2i 3/28/97 C -8f 6/30/04 C- 22.16 -00 '/03/09 C -2j 6/12/98 C -10 7/31/98 C- 22.40 -01 10/05/07 C -2k 7/27/01 C -13 7/3/08 C- 23.60 -01 10/14/09 C -2n 7/27/01 C -13a 7/3/08 C- 25.18 -01 9/20/07 C -2o 7/13/01 C -13b 7/3/08 C- 25.20 -04 10/14/09 C -2p 10/31/03 C -13c 7/3/08 C- 25.22 -03 10/14/09 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 '/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 -0' 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 N. \PROJECTS \TR 01 -03 Street Overlays Program 12 Specifications, Project Manual IV -70 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- 10.16 -00 12/20/06 F- 40.10 -01 10/05/07 F- 10.40 -01 7/3/08 F-40.17-00 2/07/07 F- 10.42 -00 1/23/07 F- 40.14 -00 2/07/07 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 7/07/07 G- 10.10 -00 9/20/07 G- 20.10 -00 9/20/07 G- 22.10 -01 7/3/08 G- 24.10 -00 11/08/07 G- 24.20 -00 11/08/07 G- 24.30 -00 11/08/07 G- 24.40 -01 12/02/08 G- 24.50 -00 11/08/07 H- 10.10 -00 7/3/08 H- 10.15 -00 7/3/08 H- 30.10 -00 10/12/07 K- 10.20 -01 K- 10.40 -00 K- 20.20 -01 N. \PROJECTS \TR IV 71 G- 24.60 -00 11/08/07 G- 25.10 -01 1/06/09 G- 30.10 -00 11/08/07 G- 50.10 -00 11/08/07 G- 60.10 -00 8/31/07 G- 60.20 -00 8/31/07 G- 60.30 -00 8/31/07 G- 70.10 -00 10/5/07 H- 32.10 -00 9/20/07 H- 60.10 -01 7/3/08 H- 60.20 -01 7/3/08 I- 10.10 -01 8/11/09 I- 30.40 -00 10/12/07 I- 30.10 -01 8/11/09 I- 30.50 00......11/14/07 1- 30.15 -00 8/11/09 1- 40.10 -00 9/20/07 1- 30.20 -00 9/20/07 1- 40.20 -00 9/20/07 I- 30.30 -00 9/20/07 1- 50.10 -00 9/20/07 J -lf 6/23/00 J -16c 7 /10/09 J -3 8/01 /97 J -18 2/10/09 J -3b 3/04/05 J -19 2/10/09 J -3c 6/24/02 J -20 9/02/05 J -3d 11/05/03 J- 20.10 -00 10/14/09 J -6c 4/24/98 J- 20.15 -00 10/14/09 J -7c 6/19/98 J- 20.16 -00 10/14/09 J -7d 4/24/98 J- 20.20 -00 10/14/09 J -8a 5/20/04 J- 20.26 -00 10/14/09 J -8b 5/20/04 J- 21.10 -00 10/14/09 J -8c 5/20/04 J- 21.15 -00 10/14/09 J -8d 5/20/04 J- 21.16 -00 10/14/09 J -9a 4/24/98 J- 21.17 -00 10/14/09 J -10 7/18/97 J- 21.20 -00 10/14/09 J -11b 9/02/05 J- 22.15 -00 10/14/09 J -12 2/10/09 J- 22.16 -00 10/14/09 J -16a 3/04/05 J- 28.10 -00 8/07/07 J -16b 2/10/09 J- 28.22 -00 8/07/07 F- 40.18 -00 7 /07/07 F- 40.20 -00 10/05/07 F- 42.10 -00 10/05/07 F- 80.10 -00 1/23/07 G- 70.20 -00 10/5/07 G- 70.30 -00 10/5/07 G- 90.10 00 1 /06/09 G- 90.20 00 1 /06/09 G- 90.30 00 1 /06/09 G-90.40-01 10/14/09 G- 95.10 -00 11/08/07 G- 95.20 -01 7/10/08 G- 95.30 -01 7/10/08 H- 70.10 -00 9/05/07 H- 70.20 -00 9/05/07 H- 70.30 -01 11/17/08 I- 50.20 -00 8/31/07 I- 60.10 -00 8/31/07 1- 60.20 -00 8/31/07 1- 80.10 -01 8/11/09 J- 28.24 -00 8/07/07 J- 28.26 -01 12/02/08 J- 28.30 -01 10/14/09 J- 28.40 -01 10/14/09 J- 28.42 00 8/07/07 J- 28.45 -00 8/07/07 J- 28.50 -00 8/07/07 J- 28.60 -00 8/07/07 J- 28.70 -00 11/08/07 J-40.10-01 10/14/09 J- 40.30 -00 1/06/09 J- 75.10 -00 7/10/09 J- 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 J- 90.10 -00 2/10/09 J- 90.20 -00 2/10/09 10/12/07 K- 26.40 -01 10/12/07 K- 40.60 -00 2/15/07 2/15/07 K- 30.20 -00 2/15/07 K- 40.80 -00 7/15/07 10/12/07 K- 30.40 -01 10/12/07 K- 55.20 -00 7 /15/07 01 -03 Street Overlays Program 12 Specifications, Project Manual K- 20.40 -00 2/15/07 K- 32.20 -00 2/15/07 K- 60.20 -02 7/3/08 K- 20.60 -00 7/15/07 K- 32.40 -00 2/15/07 K- 60.40 -00 7 /15/07 K- 22.20 -01 10/12/07 K- 32.60 -00 2/15/07 K- 70.20 -00 7/15/07 K- 24.20 -00 2/15/07 K- 32.80 -00 2/15/07 K- 80.10 -00 7 /21/07 K- 24.40 -01 10/12/07 K- 34.20 -00 7 /15/07 K- 80.20 -00 12/20/06 K- 24.60 -00 2/15/07 K- 36.20 -00 7 /15/07 K- 80.30 -00 7 /21/07 K- 24.80 -01 10/12/07 K- 40.20 -00 2/15/07 K- 80.35 -00 2/21/07 K- 26.20 -00 7 /15/07 K- 40.40 -00 7 /15/07 K- 80.37 -00 7 /21/07 L- 10.10 -00 7 /21/07 L- 40.10 -00 7 /21/07 L- 70.10 -01 5/21/08 L- 20.10 -00 7/07/07 L- 40.15 -00 7/21/07 L-70. 5/21/08' L- 30.10 -00 7/07/07 L- 40.20 -00 2/21/07 M- 1.20 -01 1/30/07 M- 7.50 -01 1/30/07 M- 24.60 -0 2/06/07 M- 1.40 -01 1/30/07 M- 9.50 -01 1/30/07 M- 40.10 -00 9/20/07 M- 1.60 -01 1/30/07 M- 9.60 -00 2/10/09 M- 40.20 00...10/12/07 M- 1.80 -02 8/31/07 M- 11.10 -01 1/30/07 M- 40.30 -00 9/20/07 M- 2.20 -01 1/30/07 M- 15.10 -01 2/06/07 M- 40.40 -00 9/20/07 M- 2.40 -01 1/30/07 M- 17.10 -02 7/3/08 M- 40.50 -00 9/20/07 M- 2.60 -01 1/30/07 M- 20.10 -01 1/30/07 M- 40.60 -00 9/20/07 M- 3.10 -0 7/10/09 M- 20.20 -01 1/30/07 M- 60.10 -00 9/05/07 M- 3.20 -01 1/30/07 M- 20.30 -02 10/14/09 M- 60.20 -01 7 /03/09 M- 3.30 -0 2/10/09 M- 20.40 -01 1/30/07 M- 65.10 -01 5/21/08 M- 3.40 -07 2/10/09 M- 20.50 -01 1/30/07 M- 80.10 -00 6/10/08 M- 3.50 -01 1/30/07 M- 24.20 -01 5/31/06 M- 80.20 -00 6/10/08 M- 5.10 -01 1/30/07 M- 24.40 -01 5/31/06 M- 80.30 -00 6/10/08 N \PROJECTS \TR 01 -03 Street Overlays Program 12 Specifications, Project Manual IV 72 Required Contract Provisions Federal -Aid Construction Contracts FHWA -1273 Electronic Version March 10, 1994 I. General 1 II. Nondiscrimination 2 III. Nonsegregated Facilities 6 IV. Payment of Predetermined Minimum Wage 7 V. Statements and Payrolls 12 VI. Record of Matenals, Supplies, and Labor 14 VII. Subletting or Assigning the Contract 14 VIII. Safety Accident Prevention 15 IX. False Statements Concerning Highway Projects 16 X. Implementation of Clean Air Act and Federal Water Pollution Control Act 17 XI. Certification Regarding Debarment, Suspension Ineligibility, and Voluntary Exclusion 17 XII. Certification Regarding Use of Contract Funds for Lobbying X 21 Attachments A. Employment Preference for Appalachian Contracts (included in Appalachian contracts only) 23 I GENERAL 1 These contract provisions shall apply to all work performed on the contract by the contractor's own organization and with the assistance of workers under the contractor's immediate superintendence and to all work performed on the contract by piecework, station work, or by subcontract. 2 Except as otherwise provided for in each section, the contractor shall insert in each subcontract all of the stipulations contained in these Required Contract Provisions, and further require their inclusion in any lower tier subcontract or purchase order that may in turn be made The Required Contract Provisions shall not be incorporated by reference in any case The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with these Required Contract Provisions 3 A breach of any of the stipulations contained in these Required Contract Provisions shall be sufficient grounds for termination of the contract 4 A breach of the following clauses of the Required Contract Provisions may also be grounds for debarment as provided in 29 CFR 5.12 Section I, paragraph 2, Section IV, paragraphs 1, 2, 3, 4, and 7; Section V, paragraphs 1 and 2a through 2g 1 5 Disputes arising out of the labor standards provisions of Section IV (except paragraph 5) and Section V of these Required Contract Provisions shall not be subject to the general disputes clause of this contract Such disputes shall be resolved in accordance with the procedures of the U S Department of Labor (DOL) as set forth in 29 CFR 5, 6, and 7 Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and the contracting agency, the DOL, or the contractor's employees or their representatives 6 Selection of Labor: During the performance of this contract, the contractor shall not a discriminate against labor from any other State, possession, or territory of the United States (except for employment preference for Appalachian contracts, when applicable, as specified in Attachment A), or b. employ convict labor for any purpose within the limits of the project unless it is labor performed by convicts who are on parole, supervised release, or probation. II NONDISCRIMINATION (Applicable to all Federal -aid construction contracts and to all related subcontracts of $10,000 or more 1 Equal Employment Opportunity: Equal employment opportunity (EEO) requirements not to discriminate and to take affirmative action to assure equal opportunity as set forth under laws, executive orders, rules, regulations (28 CFR 35, 29 CFR 1630 and 41 CFR 60) and orders of the Secretary of Labor as modified by the provisions prescribed herein, and imposed pursuant to 23 U S C 140 shall constitute the EEO and specific affirmative action standards for the contractor's project activities under this contract The Equal Opportunity Construction Contract Specifications set forth under 41 CFR 60 -4 3 and the provisions of the American Disabilities Act of 1990 (42 U S C 12101 et seq) set forth under 28 CFR 35 and 29 CFR 1630 are incorporated by reference in this contract In the execution of this contract, the contractor agrees to comply with the following minimum specific requirement activities of EEO' a The contractor will work with the State highway agency (SHA) and the Federal Government in carrying out EEO obligations and in their review of his /her activities under the contract b The contractor will accept as his operating policy the following statement "It is the policy of this Company to assure that applicants are employed, and that employees are treated during employment, without regard to their race, religion, sex, color, national origin, age or disability Such action shall include' employment, upgrading, demotion, or transfer, recruitment or recruitment advertising, layoff or termination, rates of pay or other forms of compensation, and selection for training, including apprenticeship, preapprenticeship, and /or on-the-job training 2 1 2. EEO Officer: The contractor will designate and make known to the SHA contracting officers an EEO Officer who will have the responsibility for and must be capable of effectively administering and promoting an active contractor program of EEO and who must be assigned adequate authority and responsibility to do so 3 Dissemination of Policy: All members of the contractor's staff who are authorized to hire, supervise, promote, and discharge employees, or who recommend such action, or who are substantially involved in such action, will be made fully cognizant of, and will implement, the contractor's EEO policy and contractual responsibilities to provide EEO in each grade and classification of employment To ensure that the above agreement will be met, the following actions will be taken as a minimum a Periodic meetings of supervisory and personnel office employees will be conducted before the start of work and then not less often than once every six months, at which time the contractor's EEO policy and its implementation will be reviewed and explained. The meetings will be conducted by the EEO Officer b All new supervisory or personnel office employees will be given a thorough indoctrination by the EEO Officer, covenng all major aspects of the contractor's EEO obligations within thirty days following their reporting for duty with the contractor c All personnel who are engaged in direct recruitment for the project will be instructed by the EEO Officer in the contractor's procedures for locating and hiring minority group employees d Notices and posters setting forth the contractor's EEO policy will be placed in areas readily accessible to employees, applicants for employment and potential employees e The contractor's EEO policy and the procedures to implement such policy will be brought to the attention of employees by means of meetings, employee handbooks, or other appropriate means 4 Recruitment: When advertising for employees, the contractor will include in all advertisements for employees the notation. "An Equal Opportunity Employer All such advertisements will be placed in publications having a large circulation among minority groups in the area from which the project work force would normally be derived a The contractor will, unless precluded by a valid bargaining agreement, conduct systematic and direct recruitment through public and private employee referral sources likely to yield qualified minonty group applicants To meet this requirement, the contractor will identify sources of potential minority group employees, and establish with such identified sources procedures whereby minority group applicants may be referred to the contractor for employment consideration b In the event the contractor has a valid bargaining agreement providing for exclusive hiring hall referrals, he is expected to observe the provisions of that agreement to the extent that the system permits the contractor's compliance with EEO contract provisions (The DOL has held that where implementation of such agreements have 3 the effect of discriminating against minorities or women, or obligates the contractor to do the same, such implementation violates Executive Order 11246, as amended c The contractor will encourage his present employees to refer minority group applicants for employment Information and procedures with regard to referring minority group applicants will be discussed with employees 5 Personnel Actions: Wages, working conditions, and employee benefits shall be established and administered, and personnel actions of every type, including hiring, upgrading, promotion, transfer, demotion, layoff, and termination, shall be taken without regard to race, color, religion, sex, national origin, age or disability The following procedures shall be followed: a The contractor will conduct periodic inspections of project sites to insure that working conditions and employee facilities do not indicate discnminatory treatment of project site personnel b The contractor will periodically evaluate the spread of wages paid within each classification to determine any evidence of discriminatory wage practices c The contractor will periodically review selected personnel actions in depth to determine whether there is evidence of discrimination Where evidence is found, the contractor will promptly take corrective action If the review indicates that the discrimination may extend beyond the actions reviewed, such corrective action shall include all affected persons d The contractor will promptly investigate all complaints of alleged discrimination made to the contractor in connection with his obligations under this contract, will attempt to resolve such complaints, and will take appropriate corrective action within a reasonable time If the investigation indicates that the discrimination may affect persons other than the complainant, such corrective action shall include such other persons Upon completion of each investigation, the contractor will inform every complainant of all of his avenues of appeal 6 Training and Promotion: a. The contractor will assist in locating, qualifying, and increasing the skills of minority group and women employees, and applicants for employment b Consistent with the contractor's work force requirements and as permissible under Federal and State regulations, the contractor shall make full use of training programs, 1 e apprenticeship, and on-the-job training programs for the geographical area of contract performance Where feasible, 25 percent of apprentices or trainees in each occupation shall be in their first year of apprenticeship or training In the event a special provision for training is provided under this contract, this subparagraph will be superseded as indicated in the special provision. c. The contractor will advise employees and applicants for employment of available training programs and entrance requirements for each 4 d The contractor will penodically review the training and promotion potential of minority group and women employees and will encourage eligible employees to apply for such training and promotion 7 Unions: If the contractor relies in whole or in part upon unions as a source of employees, the contractor will use his /her best efforts to obtain the cooperation of such unions to increase opportunities for minority groups and women within the unions, and to effect referrals by such unions of minority and female employees Actions by the contractor either directly or through a contractor's association acting as agent will include the procedures set forth below a The contractor will use best efforts to develop, in cooperation with the unions, joint training programs aimed toward qualifying more minority group members and women for membership in the unions and increasing the skills of minority group employees and women so that they may qualify for higher paying employment. b The contractor will use best efforts to incorporate an EEO clause into each union agreement to the end that such union will be contractually bound to refer applicants without regard to their race, color, religion, sex, national origin, age or disability c The contractor is to obtain information as to the referral practices and policies of the labor union except that to the extent such information is within the exclusive possession of the labor union and such labor union refuses to furnish such information to the contractor, the contractor shall so certify to the SHA and shall set forth what efforts have been made to obtain such information d In the event the union is unable to provide the contractor with a reasonable flow of minonty and women referrals within the time limit set forth in the collective bargaining agreement, the contractor will, through independent recruitment efforts, fill the employment vacancies without regard to race, color, religion, sex, national origin, age or disability, making full efforts to obtain qualified and /or qualifiable minority group persons and women (The DOL has held that it shall be no excuse that the union with which the contractor has a collective bargaining agreement providing for exclusive referral failed to refer minonty employees) In the event the union referral practice prevents the contractor from meeting the obligations pursuant to Executive Order 11246, as amended, and these special provisions, such contractor shall immediately notify the SHA 8 Selection of Subcontractors, Procurement of Materials and Leasing of Equipment: The contractor shall not discriminate on the grounds of race, color, religion, sex, national origin, age or disability in the selection and retention of subcontractors, including procurement of matenals and leases of equipment a The contractor shall notify all potential subcontractors and suppliers of his /her EEO obligations under this contract. b Disadvantaged business enterprises (DBE), as defined in 49 CFR 23, shall have equal opportunity to compete for and perform subcontracts which the contractor enters into pursuant to this contract. The contractor will use his best efforts to solicit bids from and to utilize DBE subcontractors or subcontractors with meaningful 5 minority group and female representation among their employees Contractors shall obtain lists of DBE construction firms from SHA personnel c The contractor will use his best efforts to ensure subcontractor compliance with their EEO obligations 9 Records and Reports: The contractor shall keep such records as necessary to document compliance with the EEO requirements Such records shall be retained for a period of three years following completion of the contract work and shall be available at reasonable times and places for inspection by authorized representatives of the SHA and the FHWA a The records kept by the contractor shall document the following 1 The number of minority and non minority group members and women employed in each work classification on the project, 2 The progress and efforts being made in cooperation with unions, when applicable, to increase employment opportunities for minorities and women; 3 The progress and efforts being made in locating, hiring, training, qualifying, and upgrading minority and female employees, and 4 The progress and efforts being made in securing the services of DBE subcontractors or subcontractors with meaningful minority and female representation among their employees b The contractors will submit an annual report to the SHA each July for the duration of the project, indicating the number of minority, women, and non minority group employees currently engaged in each work classification required by the contract work This information is to be reported on Form FHWA -1391 If on-the-job training is being required by special provision, the contractor will be required to collect and report training data III NONSEGREGATED FACILITIES (Applicable to all Federal -aid construction contracts and to all related subcontracts of $10,000 or more a By submission of this bid, the execution of this contract or subcontract, or the consummation of this material supply agreement or purchase order, as appropriate, the bidder, Federal -aid construction contractor, subcontractor, material supplier, or vendor, as appropriate, certifies that the firm does not maintain or provide for its employees any segregated facilities at any of its establishments, and that the firm does not permit its employees to perform their services at any location, under its control, where segregated facilities are maintained The firm agrees that a breach of this certification is a violation of the EEO provisions of this contract. The firm further certifies that no employee will be denied access to adequate facilities on the basis of sex or disability b As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms and washrooms, restaurants and other eating areas, timeclocks, locker rooms, and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive, or are, in fact, segregated on the basis of race, color, 6 religion, national origin, age or disability, because of habit, local custom, or otherwise The only exception will be for the disabled when the demands for accessibility override (e g disabled parking) c The contractor agrees that it has obtained or will obtain identical certification from proposed subcontractors or material suppliers prior to award of subcontracts or consummation of material supply agreements of $10.000 or more and that it will retain such certifications in its files IV PAYMENT OF PREDETERMINED MINIMUM WAGE (Applicable to all Federal -aid construction contracts exceeding $2,000 and to all related subcontracts, except for projects located on roadways classified as local roads or rural minor collectors, which are exempt 1. General: a All mechanics and laborers employed or working upon the site of the work will be paid unconditionally and not less often than once a week and without subsequent deduction or rebate on any account [except such payroll deductions as are permitted by regulations (29 CFR 3) issued by the Secretary of Labor under the Copeland Act (40 U S C 276c)] the full amounts of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment The payment shall be computed at wage rates not less than those contained in the wage determination of the Secretary of Labor (hereinafter the wage determination which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor or its subcontractors and such laborers and mechanics The wage determination (including any additional classifications and wage rates conformed under paragraph 2 of this Section IV and the DOL poster (WH -1321) or Form FHWA -1495) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers For the purpose of this Section, contributions made or costs reasonably anticipated for bona fide fringe benefits under Section 1(b)(2) of the Davis -Bacon Act (40 U S C 276a) on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of Section IV, paragraph 3b, hereof Also, for the purpose of this Section, regular contributions made or costs incurred for more than a weekly penod (but not less often than quarterly) under plans, funds, or programs, which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in paragraphs 4 and 5 of this Section IV b Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein, provided, that the employer's payroll records 7 2 Classification: accurately set forth the time spent in each classification in which work is performed c All rulings and interpretations of the Davis -Bacon Act and related acts contained in 29 CFR 1, 3, and 5 are herein incorporated by reference in this contract. a The SHA contracting officer shall require that any class of laborers or mechanics employed under the contract, which is not listed in the wage determination, shall be classified in conformance with the wage determination b The contracting officer shall approve an additional classification, wage rate and fringe benefits only when the following criteria have been met 1 the work to be performed by the additional classification requested is not performed by a classification in the wage determination, 2 the additional classification is utilized in the area by the construction industry, 3 the proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination, and 4 with respect to helpers, when such a classification prevails in the area in which the work is performed c If the contractor or subcontractors, as appropriate, the laborers and mechanics (if known) to be employed in the additional classification or their representatives, and the contracting officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the DOL, Administrator of the Wage and Hour Division, Employment Standards Administration, Washington, D C 20210 The Wage and Hour Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30 -day period that additional time is necessary d In the event the contractor or subcontractors, as appropnate, the laborers or mechanics to be employed in the additional classification or their representatives, and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the contracting officer, to the Wage and Hour Administrator for determination. Said Administrator, or an authorized representative, will issue a determination within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30 -day period 8 that additional time is necessary e The wage rate (including fringe benefits where appropriate) determined pursuant to paragraph 2c or 2d of this Section IV shall be paid to all workers performing work in the additional classification from the first day on which work is performed in the classification 3 Payment of Fringe Benefits: a Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor or subcontractors, as appropriate, shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly case equivalent thereof b If the contractor or subcontractor, as appropriate, does not make payments to a trustee or other third person, he /she may consider as a part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, provided, that the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis -Bacon Act have been met The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program 4 Apprentices and Trainees (Programs of the U.S. DOL) and Helpers: a Apprentices 1 Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the DOL, Employment and Training Administration, Bureau of Apprenticeship and Training, or with a State apprenticeship agency recognized by the Bureau, or if a person is employed in his /her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Bureau of Apprenticeship and Training or a State apprenticeship agency (where appropriate) to be eligible for probationary employment as an apprentice 2 The allowable ratio of apprentices to journeyman -level employees on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program Any employee listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate listed in the wage determination for the classification of work actually performed In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed Where a contractor or subcontractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman -level hourly rate) 9 b Trainees specified in the contractor's or subcontractor's registered program shall be observed 3 Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeyman -level hourly rate specified in the applicable wage determination Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification If the Administrator for the Wage and Hour Division determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination 4 In the event the Bureau of Apprenticeship and Training, or a State apprenticeship agency recognized by the Bureau, withdraws approval of an apprenticeship program, the contractor or subcontractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the comparable work performed by regular employees until an acceptable program is approved 1 Except as provided in 29 CFR 5 16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the DOL, Employment and Training Administration 2 The ratio of trainees to journeyman -level employees on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid nct less than the applicable wage rate on the wage determination for the classification of work actually performed In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed 3 Every trainee must be paid at not less than the rate specified in the approved program for his /her level of progress, expressed as a percentage of the journeyman- level hourly rate specified in the applicable wage determination Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman -level wage rate on the wage determination which provides for less than full fringe benefits for apprentices, in which case such trainees shall receive the same fringe benefits as apprentices 10 4 In the event the Employment and Training Administration withdraws approval of a training program, the contractor or subcontractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved c Helpers Helpers will be permitted to work on a project if the helper classification is specified and defined on the applicable wage determination or is approved pursuant to the conformance procedure set forth in Section IV 2 Any worker listed on a payroll at a helper wage rate, who is not a helper under a approved definition, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed 5 Apprentices and Trainees (Programs of the U.S. DOT): Apprentices and trainees working under apprenticeship and skill training programs which have been certified by the Secretary of Transportation as promoting EEO in connection with Federal -aid highway construction programs are not subject to the requirements of paragraph 4 of this Section IV The straight time hourly wage rates for apprentices and trainees under such programs will be established by the particular programs The ratio of apprentices and trainees to journeymen shall not be greater than permitted by the terms of the particular program 6 Withholding: The SHA shall upon its own action or upon written request of an authorized representative of the DOL withhold, or cause to be withheld, from the contractor or subcontractor under this contract or any other Federal contract with the same prime contractor, or any other Federally assisted contract subject to Davis -Bacon prevailing wage requirements which is held by the same pnme contractor, as much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contract In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of the work, all or part of the wages required by the contract, the SHA contracting officer may, after written notice to the contractor, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased 7 Overtime Requirements: No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers, mechanics, watchmen, or guards (including apprentices, trainees, and helpers described in paragraphs 4 and 5 above) shall require or permit any laborer, mechanic, watchman, or guard in any workweek in which he /she is employed on such work, to work in excess of 40 hours in such workweek unless such laborer, mechanic, watchman, or guard receives compensation at a rate not less than one and- one -half times his /her basic rate of pay for all hours worked in excess of 40 hours in such workweek 11 8 Violation: Liability for Unpaid Wages, Liquidated Damages In the event of any violation of the clause set forth in paragraph 7 above, the contractor and any subcontractor responsible thereof shall be liable to the affected employee for his /her unpaid wages In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory) for liquidated damages Such liquidated damages shall be computed with respect to each individual laborer, mechanic, watchman, or guard employed in violation of the clause set forth in paragraph 7, in the sum of $10 for each calendar day on which such employee was required or permitted to work in excess of the standard work week of 40 hours without payment of the overtime wages required by the clause set forth in paragraph 7 9 Withholding for Unpaid Wages and Liquidated Damages: The SHA shall upon its own action or upon written request of any authorized representative of the DOL withhold, or cause to be withheld, from any monies payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same pnme contractor, or any other Federally assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph 8 above V STATEMENTS AND PAYROLLS (Applicable to all Federal -aid construction contracts exceeding $2,000 and to all related subcontracts, except for projects located on roadways classified as local roads or rural collectors, which are exempt 1 Compliance with Copeland Regulations (29 CFR 3): The contractor shall comply with the Copeland Regulations of the Secretary of Labor which are herein incorporated by reference 2 Payrolls and Payroll Records: a Payrolls and basic records relating thereto shall be maintained by the contractor and each subcontractor during the course of the work and preserved for a period of 3 years from the date of completion of the contract for all laborers, mechanics, apprentices, trainees, watchmen, helpers, and guards working at the site of the work b The payroll records shall contain the name, social security number, and address of each such employee, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalent thereof the types described in Section 1(b)(2)(B) of the Davis Bacon Act), daily and weekly number of hours worked, deductions made, and actual wages paid In addition, for Appalachian contracts, the payroll records shall contain a notation indicating whether the employee does, or does not, normally reside in the 12 labor area as defined in Attachment A, paragraph 1 Whenever the Secretary of Labor, pursuant to Section IV, paragraph 3b, has found that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in Section 1(b)(2)(B) of the Davis Bacon Act, the contractor and each subcontractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, that the plan or program has been communicated in writing to the laborers or mechanics affected, and show the cost anticipated or the actual cost incurred in providing benefits Contractors or subcontractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprentices and trainees, and ratios and wage rates prescribed in the applicable programs c Each contractor and subcontractor shall furnish, each week in which any contract work is performed, to the SHA resident engineer a payroll of wages paid each of its employees (including apprentices, trainees, and helpers, described in Section IV, paragraphs 4 and 5, and watchmen and guards engaged on work during the preceding weekly payroll period) The payroll submitted shall set out accurately and completely all of the information required to be maintained under paragraph 2b of this Section V This information may be submitted in any form desired Optional Form WH -347 is available for this purpose and may be purchased from the Superintendent of Documents (Federal stock number 029 005 0014 -1), U S Government Printing Office, Washington, D C 20402 The pnme contractor is responsible for the submission of copies of payrolls by all subcontractors d Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the contractor or subcontractor or his /her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following 1 that the payroll for the payroll period contains the information required to be maintained under paragraph 2b of this Section V and that such information is correct and complete, 2 that such laborer or mechanic (including each helper, apprentice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in the Regulations, 29 CFR 3, 3 that each laborer or mechanic has been paid not less that the applicable wage rate and fringe benefits or cash equivalent for the classification of worked performed, as specified in the applicable wage determination incorporated into the contract e The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH -347 shall satisfy the requirement for submission of the "Statement of Compliance" required by paragraph 2d of this Section V 13 f The falsification of any of the above certifications may subject the contractor to civil or criminal prosecution under 18 U S C 1001 and 31 U S C 231 g The contractor or subcontractor shall make the records required under paragraph 2b of this Section V available for inspection, copying, or transcription by authorized representatives of the SHA, the FHWA, or the DOL, and shall permit such representatives to interview employees during working hours on the job If the contractor or subcontractor fails to submit the required records or to make them available, the SHA, the FHWA, the DOL, or all may, after written notice to the contractor, sponsor, applicant, or owner, take such actions as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5 12 VI RECORD OF MATERIALS, SUPPLIES, AND LABOR 1 On all Federal -aid contracts on the National Highway System, except those which provide solely for the installation of protective devices at railroad grade crossings, those which are constructed on a force account or direct labor basis, highway beautification contracts, and contracts for which the total final construction cost for roadway and bridge is less than $1,000,000 (23 CFR 635) the contractor shall a Become familiar with the list of specific materials and supplies contained in Form FHWA -47, "Statement of Materials and Labor Used by Contractor of Highway Construction Involving Federal Funds," prier to the commencement of work under this contract b Maintain a record of the total cost of all materials and supplies purchased for and incorporated in the work, and also of the quantities of those specific materials and supplies listed on Form FHWA -47, and in the units shown on Form FHWA -47 c furnish, upon the completion of the contract, to the SHA resident engineer on Form FHWA -47 together with the data required in paragraph 1 b relative to materials and supplies, a final labor summary of all contract work indicating the total hours worked and the total amount earned 2 At the prime contractors option, either a single report covering all contract work or separate reports for the contractor and for each subcontract shall be submitted VII SUBLETTING OR ASSIGNING THE CONTRACT 1 The contractor shall perform with its own organization contract work amounting to not less than 30 percent (or a greater percentage if specified elsewhere in the contract) of the total original contract price, excluding any specialty items designated by the State Specialty items may be performed by subcontract and the amount of any such specialty items performed may be deducted from the total onginal contract price before computing the amount of work required to be performed by the contractors own organization (23 CFR 635) 14 VIII SAFETY: ACCIDENT PREVENTION a Its own organization" shall be construed to include only workers employed and paid directly by the prime contractor and equipment owned or rented by the prime contractor, with or without operators Such term does not include employees or equipment of a subcontractor, assignee, or agent of the prime contractor b "Specialty Items" shall be construed to be limited to work that requires highly specialized knowledge, abilities, or equipment not ordinarily available in the type of contracting organizations qualified and expected to bid on the contract as a whole and in general are to be limited to minor components of the overall contract 2 The contract amount upon which the requirements set forth in paragraph 1 of Section VII is computed includes the cost of material and manufactured products which are to be purchased or produced by the contractor under the contract provisions 3 The contractor shall furnish (a) a competent superintendent or supervisor who is employed by the firm, has full authority to direct performance of the work in accordance with the contract requirements, and is in charge of all construction operations (regardless of who performs the work) and (b) such other of its own organizational resources (supervision, management, and engineering services) as the SHA contracting officer determines is necessary to assure the performance of the contract 4. No portion of the contract shall be sublet, assigned or otherwise disposed of except with the written consent of the SHA contracting officer, or authorized representative, and such consent when given shall not be construed to relieve the contractor of any responsibility for the fulfillment of the contract Written consent will be given only after the SHA has assured that each subcontract is evidenced in wnting and that it contains all pertinent provisions and requirements of the prime contract 1 In the performance of this contract the contractor shall comply with all applicable Federal, State, and local laws governing safety, health, and sanitation (23 CFR 635) The contractor shall provide all safeguards, safety devices and protective equipment and take any other needed actions as it determines, or as the SHA contracting officer may determine, to be reasonably necessary to protect the life and health cf employees on the job and the safety of the public and to protect property in connection with the performance of the work covered by the contract 2 It is a condition of this contract, and shall be made a condition of each subcontract, which the contractor enters into pursuant to this contract, that the contractor and any subcontractor shall not permit any employee, in performance of the contract, to work in surroundings or under conditions which are unsanitary, hazardous or dangerous to his /her health or safety, as determined under construction safety and health standards (29 CFR 1926) promulgated by the Secretary of Labor, in accordance with Section 107 of the Contract Work Hours and Safety Standards Act (40 U S C 333) 15 3 Pursuant to 29 CFR 1926 3, it is a condition of this contract that the Secretary of Labor or authorized representative thereof, shall have right of entry to any site of contract performance to inspect or investigate the matter of compliance with the construction safety and health standards and to carry out the duties of the Secretary under Section 107 of the Contract Work Hours and Safety Standards Act (40 U S C 333) IX FALSE STATEMENTS CONCERNING HIGHWAY PROJECTS In order to assure high quality and durable construction in conformity with approved plans and specifications and a high degree of reliability on statements and representations made by engineers, contractors, suppliers, and workers on Federal -aid highway projects, it is essential that all persons concerned with the project perform their functions as carefully, thoroughly, and honestly as possible Willful falsification, distortion, or misrepresentation with respect to any facts related to the project is a violation of Federal law To prevent any misunderstanding regarding the seriousness of these and similar acts, the following notice shall be posted on each Federal -aid highway project (23 CFR 635) in one or more places where it is readily available to all persons concerned with the project NOTICE TO ALL PERSONNEL ENGAGED ON FEDERAL -AID HIGHWAY PROJECTS 18 U S C 1020 reads as follows "Whoever, being an officer, agent, or employee of the United States, or of any State or Territory, or whoever, whether a person, association, firm, or corporation, knowingly makes any false statement, false representation, or false report as to the character, quality, quantity, or cost of the material used or to be used, or the quantity or quality of the work performed or to be performed, or the cost thereof in connection with the submission of plans, maps, specifications, contracts, or costs of construction on any highway or related project submitted for approval to the Secretary of Transportation, or Whoever knowingly makes any false statement, false representation, false report or false claim with respect to the character, quality, quantity, or cost of any work performed or to be performed, or materials furnished or to be furnished, in connection with the construction of any highway or related project approved by the Secretary of Transportation, or Whoever knowingly makes any false statement or false representation as to material fact in any statement, certificate, or report submitted pursuant to provisions of the Federal -aid Roads Act approved July 1, 1916, (39 Stat 355), as amended and supplemented, Shall be fined not more that $10,000 or imprisoned not more than 5 years or both 16 X IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT (Applicable to all Federal -aid construction contracts and to all related subcontracts of $100,000 or more By submission of this bid or the execution of this contract, or subcontract, as appropriate, the bidder, Federal -aid construction contractor, or subcontractor, as appropriate, will be deemed to have stipulated as follows 1 That any facility that is or will be utilized in the performance of this contract, unless such contract is exempt under the Clean Air Act, as amended (42 U S C 1857 et mg as amended by Pub L 91 -604), and under the Federal Water Pollution Control Act, as amended (33 U S C 1251 et sec as amended by Pub L. 92 -500), Executive Order 11738, and regulations in implementation thereof (40 CFR 15) is not listed, on the date of contract award, on the U S Environmental Protection Agency (EPA) List of Violating Facilities pursuant to 40 CFR 15 20 2 That the firm agrees to comply and remain in compliance with all the requirements of Section 114 of the Clean Air Act and Section 308 of the Federal Water Pollution Control Act and all regulations and guidelines listed thereunder 3 That the firm shall promptly notify the SHA of the receipt of any communication from the Director, Office of Federal Activities, EPA, indicating that a facility that is or will be utilized for the contract is under consideration to be listed on the EPA List of Violating Facilities 4 That the firm agrees to include or cause to be included the requirements of paragraph 1 through 4 of this Section X in every nonexempt subcontract, and further agrees to take such action as the government may direct as a means of enforcing such requirements XI CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION 1 Instructions for Certification Primary Covered Transactions: (Applicable to all Federal -aid contracts 49 CFR 29) a By signing and submitting this proposal, the prospective primary participant is providing the certification set out below b The inability of a person to provide the certification set out below will not necessarily result in denial of participation in this covered transaction The prospective participant shall submit an explanation of why it cannot provide the certification set out below The certification or explanation will be considered in connection with the department or agency's determination whether to enter into this transaction However, failure of the prospective primary participant to furnish a certification or an explanation shall disqualify such a person from participation in this transaction. 17 c The certification in this clause is a material representation of fact upon which reliance was placed when the department or agency determined to enter into this transaction If it is later determined that the prospective primary participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause of default d The prospective primary participant shall provide immediate wntten notice to the department or agency to whom this proposal is submitted if any time the prospective primary participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances e The terms "covered transaction," "debarred," "suspended," "ineligible," "lower tier covered transaction," "participant," "person," "primary covered transaction," "principal," "proposal," and "voluntarily excluded," as used in this clause, have the meanings set out in the Definitions and Coverage sections of rules implementing Executive Order 12549 You may contact the department or agency to which this proposal is submitted for assistance in obtaining a copy of those regulations f The prospective primary participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency entering into this transaction g The prospective primary participant further agrees by submitting this proposal that it will include the clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion -Lower Tier Covered Transaction," provided by the department or agency entenng into this covered transaction, without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions h A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous A participant may decide the method and frequency by which it determines the eligibility of its principals Each participant may, but is not required to, check the nonprocurement portion of the "Lists of Parties Excluded From Federal Procurement or Nonprocurement Programs" (Nonprocurement List) which is compiled by the General Services Administration 1. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause The knowledge and information of participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings 18 J. Except for transactions authorized under paragraph f of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause or default Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion- Primary Covered Transactions 1 The prospective primary participant certifies to the best of its knowledge and belief, that it and its principals a Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency, b Have not within a 3 -year period preceding this proposal been convicted of or had a civil judgement rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property, c. Are not presently indicted for or otherwise cnminally or civilly charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph 1b of this certification; and d Have not within a 3 -year period preceding this application /proposal had one or more public transactions (Federal, State or local) terminated for cause or default. 2 Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal 19 2 Instructions for Certification Lower Tier Covered Transactions: (Applicable to all subcontracts, purchase orders and other lower tier transactions of $25,000 or more 49 CFR 29) a By signing and submitting this proposal, the prospective lower tier is providing the certification set out below b The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department, or agency with which this transaction originated may pursue available remedies, including suspension and /or debarment c The prospective lower tier participant shall provide immediate written notice to the person to which this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous by reason of changed circumstances d The terms "covered transaction," "debarred," "suspended," "ineligible," "primary covered transaction," "participant," "person," "principal," "proposal," and "voluntarily excluded," as used in this clause, have the meanings set out in the Definitions and Coverage sections of rules implementing Executive Order 12549 You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations e The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction; unless authorized by the department or agency with which this transaction originated f The prospective lower tier participant further agrees by submitting this proposal that it will include this clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion -Lower Tier Covered Transaction," without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions g A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous A participant may decide the method and frequency by which it determines the eligibility of its principals Each participant may, but is not required to, check the Nonprocurement List h Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause The knowledge and information of participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings i Except for transactions authorized under paragraph e of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and /or debarment 21 Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion- -Lower Tier Covered Transactions: 1 The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency 2 Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal XII CERTIFICATION REGARDING USE OF CONTRACT FUNDS FOR LOBBYING (Applicable to all Federal -aid construction contracts and to all related subcontracts which exceed $100,000 49 CFR 20) 1 The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that a No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. b. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form -LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions 2 This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31 U S C 1352 Any perscn who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure 3 The prospective participant also agrees by submitting his or her bid or proposal that he or she shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such recipients shall certify and disclose accordingly 22 ATTACHMENT A EMPLOYMENT PREFERENCE FOR APPALACHIAN CONTRACTS (Applicable to Appalachian contracts only 1 During the performance of this contract, the contractor undertaking to do work which is, or reasonably may be, done as on -site work, shall give preference to qualified persons who regularly reside in the labor area as designated by the DOL wherein the contract work is situated, or the subregion, or the Appalachian counties of the State wherein the contract work is situated, except a To the extent that qualified persons regularly residing in the area are not available b For the reasonable needs of the contractor to employ supervisory or specially experienced personnel necessary to assure an efficient execution of the contract work c For the obligation of the contractor to offer employment to present or former employees as the result of a lawful collective bargaining contract, provided that the number of nonresident persons employed under this subparagraph lc shall not exceed 20 percent of the total number of employees employed by the contractor on the contract work, except as provided in subparagraph 4 below 2 The contractor shall place a job order with the State Employment Service indicating (a) the classifications of the laborers, mechanics and other employees required to perform the contract work, (b) the number of employees required in each classification, (c) the date on which he estimates such employees will be required, and (d) any other pertinent information required by the State Employment Service to complete the job order form The job order may be placed with the State Employment Service in writing or by telephone If during the course of the contract work, the information submitted by the contractor in the original job order is substantially modified, he shall promptly notify the State Employment Service 3 The contractor shall give full consideration to all qualified job applicants referred to him by the State Employment Service The contractor is not required to grant employment to any job applicants who, in his opinion, are not qualified to perform the classification of work required 4 If, within 1 week following the placing of a job order by the contractor with the State Employment Service, the State Employment Service is unable to refer any qualified job applicants to the contractor, or less than the number requested, the State Employment Service will forward a certificate to the contractor indicating the unavailability of applicants Such certificate shall be made a part of the contractor's permanent project records Upon receipt of this certificate, the contractor may employ persons who do not normally reside in the labor area to fill positions covered by the certificate, notwithstanding the provisions of subparagraph lc above 5 The contractor shall include the provisions of Sections 1 through 4 of this Attachment A in every subcontract for work which is, or reasonably may be, done as on -site work 23 AMENDMENT REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS (Exclusive of Appalachian Contracts) Section I, General, is supplemented with the following: 7 Section 902 of the American Recovery and Reinvestment Act (ARRA) of 2009 requires that each contract awarded using ARRA funds must include a provision that provides the U S Comptroller General and his representatives with the authority to "(1) to examine any records of the contractor or any of its subcontractors, or any State or local agency administenng such contract, that directly pertain to, and involve transactions relating to, the contract or subcontract; and (2) to interview any officer or employee of the contractor or any of its subcontractors, or of any State or local government agency administering the contract, regarding such transactions." The Contractor shall include the following provision in all contracts, subcontracts, and other contracts for services for an ARRA funded project "Accordingly, the Comptroller General and his representatives shall have the authority and rights as provided under Section 902 of the ARRA with respect to this contract, which is funded with funds made available under the ARRA. Section 902 further states that nothing in this section shall be interpreted to limit or restrict in any way any existing authority of the Comptroller General." "Section 1515(a) of the ARRA provides authority for any representatives of the Inspector General to examine any records or interview any employee or officers working on this contract. The contractor is advised that representatives of the inspector general have the authority to examine any record and interview any employee or officer of the contractor, its subcontractors or other firms working on this contract. Section 1515(b) further provides that nothing in this section shall be interpreted to limit or restrict in any way any existing authority of an inspector general." Under Section II, Paragraph 8b is revised as follows The reference to 49 CFR 23 is revised to read 49 CFR 26 Under Section II, Paragraph 8b is supplemented with the following The contractor, sub recipient or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of USDOT- assisted contracts Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the recipient deems appropriate Amendment to Form FHWA 1273 Revised March 26, 2009 1 Under Section II, in accordance with standard specification 1 -08 1(1) and applicable RCWs a new paragraph 8d is added as follows The contractor or subcontractor agrees to pay each subcontractor under this prime contract for satisfactory performance of its contract and /or agreement no later than ten (10) days from the receipt of each payment the prime contractor receives from WSDOT or its sub recipients. The prime contractor agrees further to return retainage payments to each subcontractor within ten (10) days after the subcontractor's work is satisfactorily completed Any delay or postponement of payment from the above referenced time frame may occur only for good cause following written approval of the WSDOT This clause covers both DBE and non -DBE contractors Under Section IV, the applicability statement is supplemented with the following: (Applicable to all ARRA funded construction contracts and related subcontracts regardless of location, including projects on local roads or rural minor collectors, and Transportation Enhancement projects outside the highway right -of -way Under Section IV, Paragraph 2b(4) is deleted Under Section IV, Paragraph 4, "and helpers" is deleted from the title Under Section IV, Paragraph 4a(1), add: The provisions in this section allowing apprentices to work at less than the predetermined rate when they are registered in a bona fide apprenticeship program registered with the U S Department of Labor, Employment and Training Administration, or with the Bureau of Apprenticeship and Training, does not preclude a requirement for the Contractor to pay apprentices the full applicable predetermined rate in the event a State Apprenticeship Agency, recognized by the Bureau, has not approved, or withdraws approval, of an apprenticeship program Under Section IV, Paragraph 4c is deleted Under Section IV, Paragraph 6 is revised by deleting "helpers" and "helper Under Section IV, Paragraph 7 is revised by deleting "helpers" Under Section V, the applicability statement is supplemented with the following (Applicable to all ARRA funded construction contracts and related subcontracts regardless of location, including projects on local roads or rural minor collectors, and Transportation Enhancement projects outside the highway right -of -way Under Section V, Paragraph 2a is revised by deleting "helpers" Amendment to Form FHWA 1273 Revised March 26, 2009 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Under Section V, Paragraph 2b, the first sentence is revised to read "The payroll records shall contain the name and an individually identifying number (e g the last four digits of the employees social security number) for each such employee; his or her correct classification hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fnnge benefits or cash equivalent thereof the types described in Section 1(b)(2)(B) of the Davis Bacon Act); daily and weekly number of hours worked; deductions made, and actual wages paid Payrolls shall not include the full social security number and home address of covered workers Contractors and subcontractors shall maintain the full social security number and home address of each covered worker and shall provide them to the SHA upon request Under Section V, Paragraph 2d(2) is revised by deleting "helper" Section VI, Records Of Material, Supplies, And Labor, is deleted Amendment to Form FHWA 1273 Revised March 26, 2009 Attachment A Washington State Prevailing Wage Rates for Clailam County N \PROJECTS\TR -01 -03 Street Overlays Program \12 Project Manual \Bid Project Manual 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 97 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 $48.47 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 $48 60 1H 5D SHINGLER $4860 1H 5D STATIONARY POWER SAW OPERATOR $48.60 1H 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 1T 5D 8L ENGINEER WELDER $49 62 1T 513 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 50 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 60 FABRICATED PRECAST CONCRETE PRODUCTS ALL CLASSIFICATIONS $13 50 1 FENCE ERECTORS FENCE ERECTOR $9 96 1 FLAGGERS JOURNEY LEVEL $33 93 1 H 50 GLAZIERS JOURNEY LEVEL $48 61 1Y 5G HEAT FROST INSULATORS AND ASBESTOS WORKERS MECHANIC $50 28 1 S 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 CLALLAM COUNTY EFFECTIVE 3 -03 -2010 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Cade Code 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 5D BALLAST REGULATOR MACHINE $40 03 1H 5D 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 50 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 5D CLEAN -UP LABORER $40 03 1H 50 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 50 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 50 EROSION CONTROL WORKER $40 03 1H 50 FALLER/BUCKER, CHAIN SAW $40.77 1H 5D FINAL DETAIL CLEANUP (i e dusting, vacuuming, window cleaning, NOT $30.84 1H 513 construction debns cleanup) Page 3 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 50 FORM SETTER $40 03 1H 50 GABION BASKET BUILDER $40 03 1H 5D GENERAL LABORER $40 03 1H 50 GRADE CHECKER TRANSIT PERSON $41 28 1H 50 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 1H 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 50 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 50 PIPE RELINER (NOT INSERT TYPE) $40 77 1H 5D PIPELAYER CAULKER $40.77 1H 5D PIPELAYER CAULKER (LEAD) $41.28 1H 50 PIPEWRAPPER $40 77 1H 5D POT TENDER $40 03 1H 5D POWDERMAN $41 28 1H 50 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 $4077 1H 5D SCAFFOLD ERECTOR $40 03 1H 50 SCALE PERSON $40 03 1H 5D SIGNALMAN $40 03 1H 50 SLOPER (OVER 20 $40 77 1H 5D SLOPER SPRAYMAN $40 03 1H 50 SPREADER (CLARY POWER OR SIMILAR TYPES) $40 77 1H 50 SPREADER (CONCRETE) $40 77 1H 5D STAKE HOPPER $40 03 1H 5D STOCKPILER $40 03 1H 50 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 50 TRACK LINER (POWER) $40.77 1H 5D Page 4 CLALLAM COUNTY EFFECTIVE 3 -03 -2010 (See Benefit Code Key) Over PREVAILING Time Holiday Note C!2ssific2tien \NAGF Cade Code Cede 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 $4003 1H 50 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 50 8P ASSISTANT ENGINEERS $47 12 IT 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 50 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 50 8P BROOMS $47.12 1T 5D 8P BUMP CUTTER $49 90 1T 50 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 \NAGE 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 IT 50 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 50 8P EQUIPMENT SERVICE ENGINEER (OILER) $49 48 1T 5D 8P FINISHING MACHINE /BIDWELL GAMACO AND SIMILAR EQUIP $49 90 1T 50 8P FORK LIFTS, (3000 LBS AND OVER) $49 48 1T 5D 8P FORK LIFTS, (UNDER 3000 LBS) $47 12 1T 5D 8P GRADE ENGINEER $49 90 1T 5D 8P GRADECHECKER AND 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 HORIZONTAL/DIRECTIONAL 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 50 8P LOCOMOTIVES, ALL $49.90 1T 5D 8P MECHANICS, ALL $50 94 1T 5D 8P MIXERS, ASPHALT PLANT $49 90 1T 50 8P MOTOR PATROL GRADER (FINISHING) $50 39 1T 50 8P Page 6 CLALLAM COUNTY EFFECTIVE 3 -03 -2010 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE_ Cede 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 50 8P OPERATOR PAVEMENT BREAKER $47 12 1T 5D 8P PILEDRIVER (OTHER THAN CRANE MOUNT) $49 90 1T 5D 8P PLANT OILER (ASPHALT, CRUSHER) $49.48 IT 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 5D 8P EQUIP RIGGERANDBELLMAN $47.12 1T 50 8P ROLLAGON $50 39 IT 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 IT 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 IT 5D 8P SLIPFORM PAVERS $50 39 1T 50 8P SPREADER, TOPSIDER SCREEDMAN $50 39 1T 5D 8P SUBGRADE TRIMMER $49 90 1T 5D 8P TOWER BUCKET ELEVATORS $49 48 1T 50 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 IT 5D 8P TRENCHING MACHINES $49 48 1T 50 8P TRUCK CRANE OILER/DRIVER UNDER 100 TON) $49 48 1T 5D 8P TRUCK CRANE OILER/DRIVER (100 TON OVER) $49 90 1T 5D 8P TRUCK MOUNT PORTABLE CONVEYER $49 90 1T 50 8P WELDER $50 39 1T 50 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 APPLICATORS JOURNEY LEVEL $9 86 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 1 S 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 $39.19 2X 5A Page 8 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Cede Cede 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 I $32.27 2B 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 CLALLAM COUNTY EFFECTIVE 3 -03 -2010 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, 1 L, 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 1 X X Custom Message X Custom End Sec Std Signing Message X X Standard 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) Prevailing Overtime Holiday Wage Code Code Counties Covered ADAMS, ASOTIN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, KITTITAS LINCOLN, OKANOGAN, PEND ORIELLE, STEVENS, WALLA WALLA AND WHITMAN FITTER/WELDER $12 76 LABORER $8 55 MACHINE OPERATOR $12 66 PAINTER $10 20 Counties Covered BENTON 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 Classification Code FITTER/WELDER PAINTER METAL FABRICATION (IN SHOP) EFFECTIVE 03/03/2010 (See Benefit Code Key) Counties Covered CLARK FITTER $27 49 1E 6H LABORER $1921 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 $25 33 1B 6V Counties Covered GRANT Counties Covered KING Counties Covered KITSAP Prevailing Overtime Holiday Wage Code Code $10 79 1 $8 55 1 FITTER $15 86 1 LABORER $9 78 1 MACHINE OPERATOR $13 04 1 PAINTER $11 10 1 WELDER 15 48 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 .......Or* 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) Counties Covered WHATCOM Counties Covered YAKIMA 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 $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 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 (3) All travel time that relates to the work covered under subsection (2) of this section requires the payment of prevailing wages. Travel time includes time spent waiting to load, loading, transporting, waiting to unload, and delivering materials. Travel time would include all time spent in travel in support of a public works project whether the vehicle is empty or full. For example, travel time spent returning to a supply source to obtain another load of material for use on a public works site or returning to the public works site to obtain another load of excavated material is time spent in travel that is subject to prevailing wage. Travel to a supply source, including travel from a public works site, to obtain materials for use on a private project would not be travel subject to the prevailing wage. (4) Workers are not subject to the provisions of chapter 39.12 RCW when they deliver materials to a stockpile. (a) A "stockpile" is defined as materials delivered to a pile located away from the site of incorporation such that the stockpiled materials must be physically moved from the stockpile and transported to another location on the project site in order to be incorporated into the project. (b) A stockpile does not include any of the functions described in subsection (2)(a) through (f) of this section, nor does a stockpile include materials delivered or distributed to multiple locations upon the project site; nor does a stockpile include materials dumped at the place of incorporation, or adjacent to the location and coordinated with the incorporation. (5) The applicable prevailing wage rate shall be determined by the locality in which the work is performed. Workers subject to subsection (2)(d) of this section, who produce such materials at an off -site facility shall be paid the applicable prevailing wage rates for the county in which the off -site facility is located. Workers subject to subsection (2) of this section, who deliver such materials to a public works project site shall be paid the applicable prevailing wage rates for the county in which the public works project is located. [Statutory Authority: Chapter 39.12 RCW, RCW 43.22.051 and 43.22.270. 08 -24 -101, 296- 127 -018, filed 12/2/08, effective 1/2/09. Statutory Authority: Chapters 39.04 and 39.12 RCW and RCW 43.22 270. 92 -01 -104 and 92 -08 -101, 296- 127 -018, filed 12/18/91 and 4/1/92, effective 8/31/92.] Supplemental to Wage Rates 16 3/3/2010 Edition, Published March, 2010 BENEFIT CODE KEY EFFECTIVE 03 -03 -2010 *1 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 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 -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 I ALL HOURS WORKED ON SATURDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SUNDAYS AND ON LABOR DAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE J ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE -HALF TIMES THE HOURLY RATE OF WAGE, INCLUDING THE HOLIDAY PAY ALL HOURS WORKED ON UNPAID HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE K ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY L ALL HOURS WORKED ON SATURDAYS (OR ON THE REGULAR DAY OFF DURING A WORKWEEK OTHER THAN MONDAY THROUGH FRIDAY) AND 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 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 (11) G HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (7) H HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, AND CHRISTMAS (6) I HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (6) J HOLIDAY CODES HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY, AND CHRISTMAS DAY (7) K HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (9) L HOLIDAYS NEW YEAR'S DAY, MARTIN LUTHER KING JR DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8) 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 I 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 YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, CHRISTMAS DAY AND A FLOATING HOLIDAY (8) Y HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, PRESIDENTIAL ELECTION DAY, THANKSGIVING DAY, THE FRIDAY FOLLOWING THANKSGIVING DAY, AND CHRISTMAS DAY (8) Z HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8) 6 A PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8) B PAID HOLIDAYS NEW YEAR'S EVE DAY, NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS EVE'S DAY, AND CHRISTMAS DAY (9) C HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (9) D PAID HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER 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 YEAR'S DAY, MARTIN LUTHER KING JR DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND CHRISTMAS EVE DAY (11) H PAID HOLIDAYS NEW YEAR'S DAY, NEW YEAR'S EVE DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY AFTER CHRISTMAS, AND A FLOATING HOLIDAY (10) 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) V. PAID HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY, CHRISTMAS DAY, AND ONE DAY OF THE EMPLOYEE'S CHOICE (9) W PAID 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, EMPLOYEE'S BIRTHDAY (11) Y PAID HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND A FLOATING HOLIDAY (9) 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 Davis -Bacon Prevailing Wage Rates N \ppniprn Straat Clvarlavc Prnnram \19 Prniart M1A ial \Rvi Prniart 11Aani ■al General Decision Number: WA100001 04/16/2010 WA1 Superseded General Decision Number: WA20080001 State: Washington Construction Type: Highway Counties: Washington Statewide. HIGHWAY (Excludes D.O.E, Hanford Site in Benton and Franklin Counties) Modification Number Publication Date 0 03/12/2010 1 03/19/2010 2 04/16/2010 CARP0001 -008 09/01/2009 Rates Fringes Carpenters: COLUMBIA RIVER AREA ADAMS, BENTON, COLUMBIA, DOUGLAS (EAST OF THE 120TH MERIDIAN), FERRY, FRANKLIN, GRANT, OKANOGAN (EAST OF THE 120TH MERIDIAN) AND WALLA WALLA COUNTIES GROUP 1• 27.73 10.56 GROUP 2 29.73 10.56 GROUP 3 28.00 10.56 GROUP 4• 27.73 10.56 GROUP 5• 63.50 10.56 GROUP 6 30.75 10.56 GROUP 7 31.75 10.56 GROUP 8 28.00 10.56 GROUP 9 33.75 10.56 WA100001 Modification 2 1 1 Page Federal Highway Wage Determinations SPOKANE AREA: ASOTIN, GARFIELD, LINCOLN, PEND OREILLE, SPOKANE, STEVENS AND WHITMAN COUNTIES GROUP 1• 26.06 10.56 GROUP 2 28.06 10.56 GROUP 3 26.32 10.56 GROUP 4 26.06 10.56 GROUP 5 60.14 10.56 GROUP 6• 29.07 10.56 GROUP 7 30.07 10.56 GROUP 8 27.32 10.56 GROUP 9 33.07 10.56 CARPENTER DIVER CLASSIFICATIONS: GROUP 1: Carpenter GROUP 2: Millwright, machine erector GROUP 3: Piledriver includes driving, pulling, cutting, placing collars, setting, welding, or creosote treated material, on all piling GROUP 4: Bridge carpenters GROUP 5: Diver Wet GROUP 6: Diver Tender, Manifold Operator, ROV Operator GROUP 7: Diver Standby, Bell /Vehicle or Submersible operator Not Under Pressure GROUP 8: Assistant Tender, ROV Tender /Technician GROUP 9: Manifold Operator -Mixed Gas ZONE PAY: ZONE 1 0 -40 MILES FREE ZONE 2 41 -65 MILES $2.25 /PER HOUR ZONE 3 66 -100 MILES $3.25 /PER HOUR ZONE 4 OVER 100 MILES $4.75 /PER HOUR DISPATCH POINTS: CARPENTERS /MILLWRIGHTS: PASCO (515 N Neel Street) or Main Post Office of established residence of employee (Whichever is closest to the worksite). CARPENTERS /PILEDRIVER: SPOKANE (127 E. AUGUSTA AVE.) or Main Post Office of established residence of employee (Whichever is closest to the worksite). CARPENTERS: WENATCHEE (27 N. CHELAN) or Main Post Office of established residence of employee (Whichever is closest to the worksite). WA100001 Modification 2 2 1 P a g e Federal Highway Wage Determinations CARPENTERS: COEUR D' ALENE (1839 N. GOVERNMENT WAY) or Main Post Office of established residence of employee (Whichever is closest to the worksite). CARPENTERS: MOSCOW (302 N. JACKSON) or Main Post Office of established residence of employee (Whichever is closest to the worksite). DEPTH PAY FOR DIVERS BELOW WATER SURFACE: 50 -100 feet $2.00 per foot 101 -150 feet $3.00 per foot 151 -220 feet $4.00 per foot 221 feet and deeper $5.00 per foot PREMIUM PAY FOR DIVING IN ENCLOSURES WITH NO VERTICAL ASCENT: 0 -25 feet Free 26 -300 feet $1.00 per Foot SATURATION DIVING: The standby rate applies until saturation starts. The saturation diving rate applies when divers are under pressure continuously until work task and decompression are complete. the diver rate shall be paid for all saturation hours. WORK IN COMBINATION OF CLASSIFICATIONS: Employees working in any combination of classifications within the diving crew (except dive supervisor) in a shift are paid in the classification with the highest rate for that shift. HAZMAT PROJECTS: Anyone working on a HAZMAT job (task), where HAZMAT certification is required, shall be compensated at a premium, in addition to the classification working in as follows: LEVEL D $.25 per hour This is the lowest level of protection. No respirator is used and skin protection is minimal. LEVEL C $.50 per hour This level uses an air purifying respirator or additional protective clothing. LEVEL B $.75 per hour Uses same respirator protection as Level A. Supplied air line is provided in conjunction with a chemical "splash suit LEVEL A +$1.00 per hour This level utilizes a fully encapsulated suit with a self- contained breathing apparatus or a supplied air line. WA100001 Modification 2 3 I P a g e Federal Highway Wage Determinations CARP0003 -006 06/01/2007 SOUTHWEST WASHINGTON: CLARK, COWLITZ, KLICKITAT, LEWIS(Piledriver only), PACIFIC (South of a straight line made by extending the north boundary line of Wahkiakum County west to Willapa Bay to the Pacific Ocean), SKAMANIA AND WAHKIAKUM COUNTIES and INCLUDES THE ENTIRE PENINSULA WEST OF WILLAPA BAY SEE ZONE DESCRIPTION FOR CITIES BASE POINTS ZONE 1: Carpenters: CARPENTERS 27.56 13.30 DIVERS TENDERS 30.28 13.30 DIVERS 68.84 13.30 DRYWALL 27.56 13.30 MILLWRIGHTS 28.04 13.30 PILEDRIVERS 28.04 13.30 DEPTH PAY: 50 TO 100 FEET $1.00 PER FOOT OVER 50 FEET 101 TO 150 FEET $1.50 PER FOOT OVER 101 FEET 151 TO 200 FEET $2.00 PER FOOT OVER 151 FEET Zone Differential (Add up Zone 1 rates): Zone 2 $0.85 Zone 3 1.25 Zone 4 1.70 Zone 5 2.00 Zone 6 3.00 Rates Fringes WA100001 Modification 2 4 1 Page Federal Highway Wage Determinations BASEPOINTS: ASTORIA, LONGVIEW, PORTLAND, THE DALLES, AND VANCOUVER, (NOTE: All dispatches for Washington State Counties: Cowlitz, Wahkiakum and Pacific shall be from Longview Local #1707 and mileage shall be computed from that point.) ZONE 1: Projects located within 30 miles of the respective city hall of the above mentioned cities ZONE 2. Projects located more than 30 miles and less than 40 miles of the respective city of the above mentioned cities ZONE 3: Projects located more than 40 miles and less than 50 miles of the respective city of the above mentioned cities ZONE 4: Projects located more than 50 miles and less than 60 miles of the respective city of the above mentioned cities. ZONE 5: Projects located more than 60 miles and less than 70 miles of the respective city of the above mentioned cities ZONE 6: Projects located more than 70 miles of the respected city of the above mentioned cities CARP0770 -003 06/01/2009 Rates Fringes Carpenters: CENTRAL WASHINGTON: CHELAN, DOUGLAS (WEST OF THE 120TH MERIDIAN), KITTITAS, OKANOGAN (WEST OF THE 120TH MERIDIAN) AND YAKIMA COUNTIES CARPENTERS ON CREOSOTE MATERIAL 25.25 11.97 CARPENTERS 35.39 11.97 DIVERS TENDER 39.15 13.08 DIVERS 87.20 13.08 MILLWRIGHT AND MACHINE ERECTORS 36.39 11.97 PILEDRIVER, DRIVING, PULLING, CUTTING, PLACING COLLARS, SETTING, WELDING OR CRESOTE TREATED MATERIAL, ALL PILING 35.59 11.97 WA100001 Modification 2 Wage Federal Highway Wage Determinations (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON ALL CLASSIFICATIONS EXCEPT MILLWRIGHTS AND PILEDRIVERS Hourly Zone Pay shall be paid on jobs located outside of the free zone computed from the city center of the following listed cities: Seattle Auburn Renton Aberdeen Hoquiam Ellensburg Centralia Chelan Zone Pay: 0 -25 radius miles 26 -35 radius miles 36 -45 radius miles 46 -55 radius miles Over 55 radius miles Olympia Bremerton Shelton Tacoma Everett Mount Vernon Pt. Townsend Free $1.00 /hour $1.15 /hour $1.35 /hour $1.55 /hour Bellingham Anacortes Yakima Wenatchee Port Angeles Sunnyside (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON MILLWRIGHT AND PILEDRIVER ONLY) Hourly Zone Pay shall be computed from Seattle Union Hall, Tacoma City center, and Everett City center Zone Pay: 0 -25 radius miles 26 -45 radius miles Over 45 radius miles WA100001 Modification 2 Federal Highway Wage Determinations Free .70 /hour $1.50 /hour 6jPage CARP0770 -006 06/01/2009 Rates Carpenters: WESTERN WASHINGTON: CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS (excludes piledrivers only), MASON, PACIFIC (North of a straight line made by extending the north boundary line of Wahkiakum County west to the Pacific Ocean), PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM COUNTIES BRIDGE CARPENTERS 35.39 CARPENTERS ON CREOSOTE MATERIAL 35.49 CARPENTERS 35.39 DIVERS TENDER 39.15 DIVERS 87.20 MILLWRIGHT AND MACHINE ERECTORS 36.39 PILEDRIVER, DRIVING, PULLING, CUTTING, PLACING COLLARS, SETTING, WELDING OR CRESOTE TREATED MATERIAL, ALL PILING 35.59 Fringes 13.08 13.08 13.08 13.08 13.08 13.08 13.08 (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON ALL CLASSIFICATIONS EXCEPT MILLWRIGHTS AND PILEDRIVERS Hourly Zone Pay shall be paid on jobs located outside of the free zone computed from the city center of the following listed cities: Seattle Auburn Renton Aberdeen Hoquiam Ellensburg Centralia Chelan Olympia Bremerton Shelton Tacoma Everett Mount Vernon Pt. Townsend WA100001 Modification 2 Federal Highway Wage Determinations Bellingham Anacortes Yakima Wenatchee Port Angeles Sunnyside 7IPage Zone Pay: 0 -25 radius miles 26 -35 radius miles 36 -45 radius miles 46 -55 radius miles Over 55 radius miles Zone Pay: 0 -25 radius miles 26 -45 radius miles Over 45 radius miles Free $1.00 /hour $1.15 /hour $1.35 /hour $1.55 /hour (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON MILLWRIGHT AND PILEDRIVER ONLY) Hourly Zone Pay shall be computed from Seattle Union Hall, Tacoma City center, and Everett City center ELEC0046 -001 06/01/2009 CALLAM, JEFFERSON, KING AND KITSAP COUNTIES Rates CABLE SPLICER 44.89 ELECTRICIAN 40.81 ELEC0048 -003 01/01/2010 CLARK, KLICKITAT AND SKAMANIA COUNTIES Rates CABLE SPLICER 39.66 ELECTRICIAN 36.05 HOURLY ZONE PAY: Hourly Zone Pay shall be paid on jobs located outside of the free zone computed from the city center of the following listed cities: Portland, The Dalies, Hood River, Tillamook, Seaside and Astoria Zone Pay: Zone 1: 31 -50 miles $1.50 /hour Zone 2: 51 -70 miles $3.50 /hour Zone 3: 71 -90 miles $5.50 /hour Zone 4: Beyond 90 miles $9.00 /hour *These are not miles driven. Zones are based on Delorrne Street Atlas USA 2006 plus. WA100001 Modification 2 Federal Highway Wage Determinations Free .70 /hour $1.50 /hour Fringes 30 +15.71 30 +15.71 Fringes $16.58 $16.58 8 Page_ ELEC0073-001 01/01/2010 ADAMS, FERRY, LINCOLN, PEND OREILLE, SPOKANE, STEVENS, WHITMAN COUNTIES ELE00076-002 09/01/2009 ELEC0112-005 07/01/2009 Rates Fringes CABLE SPLICER 28.62 3%-12.98 ELECTRICIAN 28.37 13.98 GRAYS HARBOR, LEWIS, MASON, PACIFIC, PIERCE, AND THURSTON COUNTIES Rates Fringes CABLE SPLICER 38.32 3%+16.45 ELECTRICIAN 34.84 3%+16.40 ASOTIN, BENTON, COLUMBIA, FRANKLIN, GARFIELD, KITTITAS, WALLA WALLA, YAKIMA COUNTIES Rates Fringes CABLE SPLICER 36.70 3%+13.73 ELECTRICIAN 34.95 3%+13.73 ELEC0191-003 03/01/2008 ISLAND, SAN JUAN, SNOHOMISH, SKAGIT AND WHATCOM COUNTIES Rates Fringes CABLE SPLICER 36.86 3%+12.98 ELECTRICIAN 33.51 3%+12.98 WA100001 Modification 2 9IPage Federal Highway Wage Determinations ELEC0191 -004 03/01/2008 CHELAN, DOUGLAS, GRANT AND OKANOGAN COUNTIES Rates Fringes CABLE SPLICER 32.46 3% +12.81 ELECTRICIAN 29.51 3% +12.81 ELEC0970 -001 01/01/2009 COWLITZ AND WAHKIAKUM COUNTY CABLE SPLICER 34.68 3% +9.59 ELECTRICIAN 31.53 3 %+9.59 ENGI0302 -003 06/01/2009 Zone 1 (0 -25 radius miles): Zone Differential (Add to Zone 1 rates): Zone 2 (26 -45 radius miles) $1.00 Zone 3 (Over 45 radius miles) $1.30 POWER EQUIPMENT OPERATORS CLASSIFICATIONS Rates Fringes CHELAN (WEST OF THE 120TH MERIDIAN), CLALLAM, DOUGLAS (WEST OF THE 120TH MERIDIAN), GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, KITTITAS, MASON, OKANOGAN (WEST OF THE 120TH MERIDIAN), SAN JUNA, SKAGIT, SNOHOMISH, WHATCOM AND YAKIMA (WEST OF THE 120TH MERIDIANN) COUNTIES PROJECTS: CATEGORY A PROJECTS (EXCLUDES CATEGORY B PROJECTS, AS SHOWN BELOW) Rates Fringes Power equipment operators: Group 1A 35.79 15.15 Group IAA 36.36 15.15 Group lAAA 36.92 15.15 Group 1 35.24 15.15 Group 2 34.75 15.15 Group 3 34.33 15.15 Group 4 31.97 15.15 BASEPOINTS: Aberdeen, Bellingham, Bremerton, Everett, Kent, Mount Vernon, Port Angeles, Port Townsend, Seattle, Shelton, Wenatchee, Yakima GROUP lAPA Cranes -over 300 tons, or 300 ft of boom (including jib with attachments) WA100001 Modification 2 10 1 P a g e Federal Highway Wage Determinations GROUP IAA Cranes 200 to 300 tons, or 250 ft of boom (including jib with attachments); Tower crane over 175 ft in height, base to boom GROUP 1A Cranes, 100 tons thru 199 tons, or 150 ft of boom (including jib with attachments); Crane overhead, bridge type, 100 tons and over; Tower crane up to 175 ft in height base to boom; Loaders overhead, 8 yards and over; Shovels, excavator, backhoes -6 yards and over with attachments GROUP 1 Cableway; Cranes 45 tons thru 99 tons, under 150 ft of boom (including jib with attachments); Crane- overhead, bridge type, 45 tons thru 99 tons; Derricks on building work; Excavator, shovel, backhoes over 3 yards and under 6 yards; Hard tail end dump articulating off -road equipment 45 yards and over; Loader- overhead 6 yards to, but not including 8 yards; Mucking machine, mole, tunnel, drill and /or shield; Quad 9, HD 41, D -10; Remote control operator on rubber tired earth moving equipment; Rollagon; Scrapers -self propelled 45 yards and over; Slipform pavers; Transporters, all truck or track type GROUP 2 Barrier machine (zipper); Batch Plant Oneraor- Concrete; Bump Cutter; Cranes, 20 tons thru 44 tons with attachments; Crane overhead, bridge type -20 tons through 44 tons; Chipper; Concrete Pump -truck mount with boom attachment; Crusher; Deck Engineer /Deck Winches (power); Drilling machine; Excavator, shovel, backhoe- 3yards and under; Finishing Machine, Bidwell, Gamaco and similar equipment; Guardrail punch; Horizontal /directional drill operator; Loaders overhead under 6 yards; Loaders -plant feed; Locomotives -all; Mechanics -all; Mixers asphalt plant; Motor patrol graders- finishing; Piledriver (other than crane mount); Roto mill,roto- grinder; Screedman, spreader, topside operator -Slaw Knox, Cedar Rapids, Jaeger, Caterpillar, Barbar Green; Scraper -self propelled, hard tail end dump, articulating off -road equipment -under 45 yards; Subgrade trimmer; Tractors, backhoes -over 75 hp; Transfer material service machine shuttle buggy, blaw knox roadtec; Truck crane oiler /driver -100 tons and over; Truck Mount portable conveyor; Yo Yo Pay dozer GROUP 3 Conveyors; Cranes -thru 19 tons with attachments; A -frame crane over 10 tons; Drill oilers -auger type, truck or crane mount; Dozers -D -9 and under; Forklift -3000 lbs. and over with attachments; Horizontal /directional drill locator; Outside hoists (elevators and manlifts), air tuggers, strato tower bucket elevators; Hydralifts /boom trucks over 10 tons; Loader elevating type, belt; Motor patrol grader nonfinishing; Plant oiler- asphalt, crusher; Pumps concrete; Roller, plant mix or multi -lift materials; Saws concrete; Scrpers- concrete and carry -all; Service engineer equipment; Trenching machines; Truck Crane Oiler /Driver under 100 tons; Tractors, backhoe 75 hp and under WA100001 Modification 2 11 P a g e Federal Highway Wage Determinations GROUP 4 Assistant Engineer; Bobcat; Brooms; Compressor; Concrete finish mahine -laser screed; Cranes -A frame -10 tons and under; Elevator and Manlift permanent or shaft type; Gradechecker, Stakehop; Forklifts under 3000 lbs. with attachments; Hydralifts /boom trucks, 10 tons and under; Oil distributors, blower distribution and mulch seeding operator; Pavement breaker; Posthole digger, mechanical; Power plant; Pumps, water; Rigger and Gellman; Roller -other than plant mix; Wheel Tractors, farmall type; Shotcrete /gunite equipment operator Category B Projects: 95% of the basic hourly reate for each group plus full fringe benefits applicable to category A projects shall apply to the following projects. A Reduced rates may be paid on the following: 1. Projects involving work on structures such as buildings and bridges whose total value is less than $1.5 million excluding mechanical, electrical, and utility portions of the contract. 2. Projects of less than $1 million where no building is involved. Surfacing and paving included, but utilities excluded. 3. Marine projects (docks, wharfs, etc.) less than $150,000. HANDLING OF HAZARDOUS WASTE MATERIALS: Personnel in all craft classifications subject to working inside a federally designated hazardous perimeter shall be elgible for compensation in accordance with the following group schedule relative to the level of hazardous waste as outlined in the specific hazardous waste project site safety plan. H -1 Base wage rate when on a hazardous waste site when not outfitted with protective clothing H -2 Class "C" Suit Base wage rate plus .25 per hour. H -3 Class "B" Suit Base wage rate plus .50 per hour. H -4 Class "A" Suit Base wage rate plus .75 per hour. WA100001 Modification 2 12 1 P a g e Federal Highway Wage Determinations ENGI0370 -002 06/01/2009 ADAMS, ASOTIN, BENTON, CHELAN (EAST OF THE 120TH MERIDIAN), COLUMBIA, DOUGLAS (EAST OF THE 120TH MERIDIAN), FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN (EAST OF THE 120TH MERIDIAN), PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMA (EAST OF THE 120TH MERIDIAN) COUNTIES ZONE 1: Rates Fringes Power equipment operators: GROUP lA 23.21 11.05 GROUP 1 23.76 11.05 GROUP 2 24.08 11.05 GROUP 3 24.69 11.05 GROUP 4 24.85 11.05 GROUP 5 25.01 11.05 GROUP 6 25.29 11.05 GROUP 7 25.56 11.05 GROUP 8 26.66 11.05 ZONE DIFFERENTIAL (Add to Zone 1 rate): Zone 2 $2.00 Zone 1: Within 45 mile radius of Spokane, Pasco, Washington; Lewiston, Idaho Zone 2: Outside 45 mile radius of Spokane, Pasco, Washington; Lewiston, Idaho POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1A: Boat Operator; Crush Feeder; Oiler; Steam Cleaner GROUP 1: Bit Grinders; Bolt Threading Machine; Compressors (under 2000 CFM, gas, diesel, or electric power); Deck Hand; Drillers Helper (Assist driller in making drill rod connections, service drill engine and air compressor, repair drill rig and drill tools, drive drill support truck to and on the job site, remove drill cuttings from around bore hole and inspect drill rig while in operation); Fireman Heater Tender; Hydro- seeder, Mulcher, Nozzleman; Oiler Driver, Cable Tender, Mucking Machine; Pumpman; Rollers, all types on subgrade, including seal and chip coatings (farm type, Case, John Deere similar, or Compacting Vibrator), except when pulled by Dozer with operable blade; Welding Machine; Crane Oiler- Driver (CLD required) Cable Tender, Mucking Machine WA100001 Modification 2 13 1 P a g e Federal Highway Wage Determinations GROUP 2: A -frame Truck (single drum); Assistant Refrigeration Plant (under 1000 ton); Assistant Plant Operator, Fireman or Pugmixer (asphalt); Bagley or Stationary Scraper; Belt Finishing Machine; Blower Operator (cement); Cement Hog; Compressor (2000 CFM or over, 2 or more, gas diesel or electric power); Concrete Saw (multiple cut); Distributor Leverman; Ditch Witch or similar; Elevator Hoisting Materials; Dope Pots (power agitated); Fork Lift or Lumber Stacker, hydra -lift similar; Gin Trucks (pipeline); Hoist, single drum; Loaders (bucket elevators and conveyors); Longitudinal Float; Mixer (portable- concrete); Pavement Breaker, Hydra- Hammer similar; Power Broom; Railroad Ballast Regulation Operator (self propelled); Railroad Power Tamper Operator (self propelled); Railroad Tamper Jack Operator (self propelled; Spray Curing Machine (concrete); Spreader Bcx (self propelled); Straddle Buggy (Ross similar on construction job only); Tractor (Farm type R/T with attachment, except Backhoe); Tugger Operator GROUP 3: A -frame Truck (2 or more drums); Assistant Refrigeration Plant Chiller Operator (over 1000 ton); Backfillers (Cleveland similar); Batch Plant Wet Mix Operator, single unit (concrete); Belt -Crete Conveyors with power pack or similar; Belt Loader (Kocal or similar); Bending Machine; Bob Cat (Skid Steer); Boring Machine (earth); Boring Machine (rock under 8 inch bit) (Quarry Master, Joy or similar); Bump Cutter (Wayne, Saginau or similar); Canal Lining Machine (concrete); Chipper (without crane); Cleaning Doping Machine (pipeline); Deck Engineer; Elevating Belt -type Loader (Euclid, Barber Green similar); Elevating Grader -type Loader (Dumor, Adams or similar); Generator Plant Engineers (diesel or electric); Gunnite Combination Mixer Compressor; Locomotive Engineer; Mixermobile; Mucking Machine; Posthole Auger or Punch; Pump (grout or jet); Soil Stabilizer (P H or similar); Spreader Machine; Dozer /Tractor (up to D -6 or equivalent) and Traxcavator; Traverse Finish Machine; Turnhead Operator GROUP 4: Concrete Pumps (squeeze crete, flow crete, pump crete, Whitman similar); Curb Extruder (asphalt or concrete); Drills (churn, core, calyx or diamond); Equipment Serviceman; Greaser Oiler; Hoist (2 or more drums or Tower Hoist); Loaders (overhead front -end, under 4 yds. R /T); Refrigeration Plant Engineer (under 1000 ton); Rubber -tired Skidders (R /T with or without attachments); Surface Heater Plant Machine; Trenching Machines (under 7 ft. depth capacity); Turnhead (with re- screening); Vacuum Drill (reverse circulation drill under 8 inch bit) WA100001 Modification 2 14 1 P a g e Federal Highway Wage Determinations GROUP 5: Backhoe (under 45,000 gw); Backhoe Hoe Ram (under 3/4 yd.); Carrydeck Boom Truck (under 25 tons); Cranes (25 tons under), all attachments including clamshell, dragline; Derricks Stifflegs (under 65 tons); Drilling Equipment(8 inch bit over) (Robbins, reverse circulation similar); Hoe Ram; Piledriving Engineers; Paving (dual drum); Railroad Track Liner Operaotr (self propelled); Refrigeration Plant Engineer (1000 tons over); Signalman (Whirleys, Highline Hammerheads or similar); Grade Checker GROUP 6: Asphalt Plant Operator; Automatic Subgrader (Ditches Trimmers)(Autcgrade, ABC, R.A. Hansen similar on grade wire); Backhoe (45,000 gw and over to 110,000 gw); Backhoes Hoe Ram (3/4 yd. to 3 yd.); Batch Plant (over 4 units); Batch Wet Mix Operator (multiple units, 2 incl. 4); Blade Operator (motor patrol attachments); Cable Controller (dispatcher); Compactor (self propelled with blade); Concrete Pump Boom Truck; Concrete Slip Form Paver; Cranes (over 25 tons, to and including 45 tons), all attachments including clamshell, dragline; Crusher, Grizzle Screening Plant Operator; Dozer, 834 R/T similar; Drill Doctor; Loader Operator (front -end overhead, 4 yds. incl. 8 yds.); Multiple Dozer Units with single blade; Paving Machine (asphalt and concrete); Quad -Track or similar equipment; Rollerman (finishing asphalt pavement); Roto Mill (pavement grinder); Scrapers, all, rubber tired; Screed Operator; Shovel(under 3 yds.); Trenching Machines (7 ft. depth over); Tug Boat Operator Vactor guzzler, super sucker; Lime Batch Tank Operator (REcycle Train); Lime Brain Operator (Recycle Train); Mobile Crusher Operator (Recycle Train) GROUP 7: Backhoe (over 110,000 gw); Backhoes Hoe Ram (3 yds over); Blade (finish bluetop) Automatic, CMI, ABC, Finish Athey Huber similar when used as automatic; Cableway Operators; Concrete Cleaning /Decontamination machine operator; Cranes (over 45 tons to but not including 85 tons), all attachments including clamshell and dragine; Derricks Stiffleys (65 tons over); Elevating Belt (Holland type); Heavy equipment robotics operator; Loader (360 degrees revolving Koehring Scooper or similar); Loaders (overhead front -end, over 8 yds. to 10 yds.); Rubber -tired Scrapers (multiple engine with three or more scrapers); Shovels (3 yds. over); Whirleys Hammerheads, ALL; H.D. Mechanic; H.D. Welder; Hydraulic Platform Trailers (Goldhofer, Shaurerly andSimilar); Ultra High Pressure Wateriet Cutting Tool System Operator (30,000 psi); Vacuum Blasting Machine Operator GROUP 8: Cranes (85 tons and over, and all climbing, overhead,rail and tower), all attachments including clamshell, dragline; Loaders (overhead and front -end, 10 yards and over); Helicopter Pilot WA100001 Modification 2 15 1 P a g e Federal Highway Wage Determinations BOOM PAY: (All Cranes, Including Tower) 180 ft to 250 ft .50 over scale Over 250 ft .80 over scale NOTE: In computing the length of the boom on Tower Cranes, they shall be measured from the base of the Tower to the point of the boom. HAZMAT: Anyone working on HAZMAT jobs, working with supplied air shall receive $1.00 an hour above classification. WA100001 Modification 2 16 (P a g e Federal Highway Wage Determinations ENGI0612 -006 06/01/2009 LEWIS,PIERCE, PACIFIC (portion lying north of a parallel line extending west from the northern boundary of Wahkaikum County to the sea) AND THURSTON COUNTIES ON PROJECTS DESCRIBED IN FOOTNOTE A BELOW, THE RATE FOR EACH GROUP SHALL BE 90% OF THE BASE RATE PLUS FULL FRINGE BENEFITS. ON ALL OTHER WORK, THE FOLLOWING RATES APPLY. Zone 1 (0 -25 radius miles): Power equipment operators: GROUP 1A 35.79 15.15 GROUP IAA 36.36 15.15 GROUP lAAA 36.92 15.15 GROUP 1 35.24 15.15 GROUP 2 34.75 15.15 GROUP 3 34.33 15.15 GROUP 4 31.97 15.15 Zone Differential (Add to Zone 1 rates): Zone 2 (26 -45 radius miles) .70 Zone 3 (Over 45 radius miles) $1.00 BASEPOINTS: CENTRALIA, OLYMPIA, TACOMA POWER EQUIPMENT OPERATORS CLASSIFICATIONS Rates Fringes GROUP 1 AAA Cranes -over 300 tons or 300 ft of boom (including jib with attachments) GROUP IAA Cranes- 200 tonsto 300 tons, or 250 ft of boom (including jib with attachments; Tower crane over 175 ft in height, bas to boom WA100001 Modification 2 17 1 P a g e Federal Highway Wage Determinations GROUP 1A Cranes, 100 tons thru 199 tons, or 150 ft of boom (including jib with attachments); Crane overhead, bridge type, 100 tons and over; Tower crane up to 175 ft in height base to boom; Loaders overhead, 8 yards and over; Shovels, excavator, backhoes-6 yards and over with attachments GROUP 1 Cableway; Cranes 45 tons thru 99 tons under 150 ft of boom (including jib with attachments); Crane overhead, bridge type, 45 tons thru 99 tons; Derricks on building work; Excavator, shovel, backhoes over 3 yards and under 6 yards; Hard tail end dump articulating off -road equipment 45 yards and over; Loader- overhead, 6 yards to, but not including, 8 yards; Mucking machine, mole, tunnel, drill and /or shield; Quad 9 HD 41, D -10; Remote control operator on rubber tired earth moving equipment; Rollagon; Scrapers self- propelled 45 yards and over; Slipform pavers; Transporters, all track or truck type GROUP 2 Barrier machine (zipper); Batch Plant Operator concrete; Bump Cutter; Cranes, 20 tons thru 44 tons with attachments; Crane Overhead, bridge type, 20 tons through 44 tons; Chipper; Concrete pump -truck mount with boom attachment; Crusher; Deck engineer /deck winches (power); Drilling machine; Excavator, shovel, backhoe -3 yards and under; Finishing machine, Bidwell, Gamaco and similar equipment; Guardrail punch; Loaders, overhead under 6 yards; Loaders -plant feed; Locomotives -all; Mechanics- all; Mixers, asphalt plant; Motor patrol graders, finishing; Piledriver (other than crane mount); Roto -mill, roto- grinder; Screedman, spreader, topside operator -Blaw Knox, Cedar Rapids, Jaeger, Caterpillar, Barbar Green; Scraper -self- propelled, hard tail end dump, articulating off -road equipment- under 45 yards; Subgrader trimmer; Tractors, backhoe over 75 hp; Transfer material service machine shuttle buggy, Blaw Knox- Roadtec; Truck Crane oiler /driver -100 tons and over; Truck Mount Portable Conveyor; Yo Yo pay GROUP 3 Conveyors; Cranes through 19 tons with attachments; Crane -A -frame over 10 tons; Drill oilers -auger type, truck or crane mount; Dozer -D -9 and under; Forklift -3000 lbs. and over with attachments; Horizontal /directional drill locator; Outside Hoists- (elevators and manlifts), air tuggers, strato tower bucket elevators; Hydralifts /boom trucks over 10 tons; Loaders- elevating type, belt; Motor patrol grader nonfinishing; Plant oiler- asphalt, crusher; Pump- Concrete; Roller, plant mix or multi -lfit materials; Saws concrete; Scrapers, concrete and carry all; Service engineers equipment; Trenching machines; Truck crane oiler /driver under 100 tons; Tractors, backhoe under 75 hp WA100001 Modification 2 18 1 P a g e Federal Highway Wage Determinations GROUP 4 Assistant Engineer; Bobcat; Brooms; Compressor; Concrete Finish Machine -laser screed; Cranes A -frame 10 tons and under; Elevator and manlift (permanent and shaft type); Forklifts -under 3000 lbs. with attachments; Gradechecker, stakehop; Hydralifts /boom trucks, 10 tons and under; Oil distributors, blower distribution and mulch seeding operator; Pavement breaker; Posthole digger- mechanical; Power plant; Pumps- water; Rigger and Bellman; Roller -other than plant mix; Wheel Tractors, farmall type; Shotcrete /gunite equipment operator FOOTNOTE A- Reduced rates may be paid on the following: 1. Projects involving work on structures such as buildings and bridges whose total value is less than $1.5 million excluding mechanical, electrical, and utility portions of the contract. 2. Projects of less than $1 million where no building is involved. Surfacing and paving included, but utilities excluded. 3. Marine projects (docks, wharfs, etc.) less than $150,000. HANDLING OF HAZARDOUS WASTE MATERIALS: Personnel in all craft classifications subject to working inside a federally designated hazardous perimeter shall be elgible for compensation in accordance with the following group schedule relative to the level of hazardous waste as outlined in the specific hazardous waste project site safety plan. H -1 Base wage rate when on a hazardous waste site when not outfitted with protective clothing H -2 Class "C" Suit Base wage rate plus .25 per hour. H -3 Class "B" Suit Base wage rate plus .50 per hour. H -4 Class "A" Suit Base wage rate plus .75 per hour. ENGI0701 -002 01/01/2010 CLARK, COWLITZ, KLICKKITAT, PACIFIC (SOUTH), SKAMANIA, AND WAHKIAKUM COUNTIES POWER RQUIPMENT OPERATORS: ZONE 1 Rates Fringes Power equipment operators: (See Footnote A) GROUP 1 37.27 11.50 GROUP lA 39.13 11.50 GROUP 13 41.00 11.50 GROUP 2 35.64 11.50 GROUP 3 34.64 11.50 GROUP 4 33.71 11.50 GROUP 5 32.60 11.50 GROUP 6 29.61 11.50 WA100001 Modification 2 19 1 P a g e Federal Highway Wage Determinations Zone Differential (add to Zone 1 rates): Zone 2 $3.00 Zone 3 $6.00 For the following metropolitan counties: MULTNOMAH; CLACKAMAS; MARION; WASHINGTON; YAMHILL; AND COLUMBIA; CLARK; AND COWLITZ COUNTY, WASHINGTON WITH MODIFICATIONS AS INDICATED: All jobs or projects located in Multnomah, Clackamas and Marion Counties, West of the western boundary of Mt. Hood National Forest and West of Mile Post 30 on Interstate 84 and West of Mile Post 30 on State Highway 26 and West of Mile Post 30 on Highway 22 and all jobs or projects located in Yamhill County, Washington County and Columbia County and all jobs or porjects located in Clark Cowlitz County, Washington except that portion of Cowlitz County in the Mt. St. Helens "Blast Zone" shall receive Zone I pay for all classifications. All jobs or projects located in the area outside the identified boundary above, but less than 50 miles from the Portland City Hall shall receive Zone II pay for all classifications. All jobs or projects located more than 50 miles from the Portland City Hall, but outside the identified border above, shall receive Zone III pay for all classifications. For the following cities: ALBANY; BEND; COOS BAY; EUGENE; GRANTS PASS; KLAMATH FALLS; MEDFORD; ROSEBURG All jobs or projects located within 30 miles of the respective city hall of the above mentioned cities shall receive Zone I pay for all classifications. All jobs or projects located more than 30 miles and less than 50 miles from the respective city hall of the above mentioned cities shall receive Zone II pay for all classifications. All jobs or projects located more than 50 miles from the respective city hall of the above mentioned cities shall receive Zone III pay for all classifications. POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1: CONCRETE: Batch Plant and /or Wet Mix Operator, three units or more; CRANE: Helicopter Operator, when used in erecting work; Whirley Operator, 90 ton and over; LATTICE BOOM CRANE: Operator 200 tons through 299 tons, and /or over 200 feet boom; HYDRAULIC CRANE: Hydraulic Crane Operator 90 tons through 199 tons with luffing or tower attachments; FLOATING EQUIPMENT: Floating Crane, 150 ton but less than 250 ton WA100001 Modification 2 20 P a g e Federal Highway Wage Determinations GROUP 1A: HYDRAULIC CRANE: Hydraulic Operator, 200 tons and over (with luffing or tower attachment); LATTICE BOOM CRANE: Operator, 200 tons through 299 tons, with over 200 feet boom; FLOATING EQUIPMENT: Floating Crane 250 ton and over GROUP 13: LATTICE BOOM CRANE: Operator, 300 tons through 399 tons with over 200 feet boom; Operator 400 tons and over; FLOATING EQUIPMENT: Floating Crane 350 ton and over GROUP 2: ASPHALT: Asphalt Plant Operator (any type); Roto Mill, pavement profiler, operator, 6 foot lateral cut and over; BLADE: Auto Grader or "Trimmer" (Grade Checker required); Blade Operator, Robotic; BULLDOZERS: Bulldozer operator over 120,000 lbs and above; Bulldozer operator, twin engine; Bulldozer Operator,tandem, quadnine, D10, D11, and similar type; Bulldozere Robotic Equipment (any type; CONCRETE: Batch Plant and /or Wet Mix Operator, one and two drum; Automatic Concrete Slip Form Paver Operator; Concrete Canal Line Operator; Concrete Profiler, Diamond Head; CRANE: Cableway Operator, 25 tons and over; HYDRAULIC CRANE: Hydraulic crane operator 90 tons through 199 tons (without luffing or tower attachment); TOWER /WHIRLEY OPERATOR: Tower Crane Operator; Whirley Operator, under 90 tons; LATTICE BOOM CRANE: 90 through 199 tons and /or 150 to 200 feet boom; CRUSHER: Crusher Plant Operator; FLOATING EQUIPMENT: Floating Clamshell, etc.operator, 3 cu. yds. and over; Floating Crane (derrick barge) Operator, 30 tons but less than 150 tons; LOADERS: Loader operator, 120,000 lbs. and above; REMOTE CONTROL: Remote controlled earth moving equipment; RUBBER -TIRED SCRAPERS: Rubber tired scraper operator, with tandem scrapers, multi engine; SHOVEL, DRAGLINE, CLAMSHELL, SKOOPER OPERATOR: Shovel, Dragline, Clamshell, operator 5 cu. yds and over; TRENCHING MACHINE: Wheel Excavator, under 750 cu. yds. per hour (Grade Oiler required); Canal Trimmer (Grade Oiler required); Wheel Excavator, over 750 cu. yds. per hour; Band Wagon (in conjunction with wheel excavator); UNDERWATER EQUIPMENT: Underwater Equipment Operator, remote or otherwise; HYDRAULIC HOES EXCAVATOR: Excavator over 130,000 lbs.; HYDRAULIC CRANE: Hydraulic crane operator, 50 tons through 89 tons (with luffing or tower attachment); GROUP 3: BULLDOZERS: Bulldozer operator, over 70,000 lbs. up to and including 120,000 lbs.; HYDRAULIC CRANE: Hydraulic crane operator, 50 tons through 89 tons (without luffing or tower attachment); LATTICE BOOM CRANES: Lattice Boom Crane -50 through 89 tons (and less than 150 feet boom); FORKLIFT: Rock Hound Operator; HYDRAULIC HOES EXCAVATOR: excavator over 80,000 lbs. through 130,000 lbs.; LOADERS: Loader operator 60,000 and less than 120,000; RUBBER -TIRED SCRAPERS: Scraper Operator, with tandem scrapers; Self loading, paddle wheel, auger type, finish and /or 2 or more units; SHOVEL, DRAGLINE, CLAMSHELL,SKOOPER OPERATOR: Shovel, Dragline, Clamshell operators 3 cu. yds. but less than 5 cu yds. WA100001 Modification 2 21 1 P a g e Federal Highway Wage Determinations GROUP 4: ASPHALT: Screed Operator; Asphalt Paver operator (screeman required); BLADE. Blade operator; Blade operator, finish; Blade operator, externally controlled by electronic, mechanical hydraulic means; Blade operator, multi engine; BULLDOZERS: Bulldozer Operator over 20,000 lbs and more than 100 horse up to 70,000 lbs; Drill Cat Operator; Side -boom Operator; Cable -Plow Operator (any type); CLEARING: Log Skidders; Chippers; Incinerator; Stump Splitter (loader mounted or similar type); Stump Grinder (loader mounted or similar type; Tub Grinder; Land Clearing Machine (Track mounted forestry mowing grinding machine); Hydro Axe (loader mounted or similar type); COMPACTORS SELF PROPELLED: Compactor Operator, with blade; Compactor Operator, multi- engine; Compactor Operator, robotic; CONCRETE: Mixer Mobile Operator; Screed Operator; Concrete Cooling Machine Operator; Concrete Paving Road Mixer; Concrete Breaker; Reinforced Tank Banding Machine (K -17 or similar types); Laser Screed; CRANE: Chicago boom and similar types; Lift Slab Machine Operator; Boom type lifting device, 5 ton capacity or less; Hoist Operator, two (2) drum; Hoist Operator, three (3) or more drums; Derrick Operator, under 100 ton; Hoist Operator, stiff leg, guy derrick or similar type, 50 ton and over; Cableway Operator up to twenty (25) ton; Bridge Crane Operator, Locomotive, Gantry, Overhead; Cherry Picker or similar type crane; Carry Deck Operator; Hydraulic Crane Operator, under 50 tons; LATTICE BOOM CRANE OPERATOR: Lattice Boom Crane Operator, under 50 tons; CRUSHER: Generator Operator; Diesel Electric Engineer; Grizzley Operator; Drill Doctor; Boring Machine Operator; Driller- Percussion, Diamond, Core, Cable, Rotary and similar type; Cat Drill (John Henry); Directional Drill Operator over 20,000 lbs pullback; FLOATING EQUIPMENT: Diesel electric Engineer; Jack Operator, elevating barges, Barge Operator, self unloading; Piledriver Operator (not crane type) (Deckhand required); Floating Clamshelll, etc. Operator, under 3 cu. yds. (Fireman or Diesel- Electric Engineer required); Floating Crane (derrick barge) Operator, less than 30 tons; GENERATORS: Generator Operator; Diesel electric Engineer; GUARDRAIL EQUIPMENT: Guardrail Punch Operator (all types); Guardrail Auger Operator (all types); Combination Guardrail machines, i.e., punch auger, etc.; HEATING PLANT: Surface Heater and Planer Operator; HYDRAULIC HOES EXCAVATOR: Robotic Hydraulic backhoe operator, track and wheel type up to and including 20,0000 lbs. with any or all attachments; Excavator Operator over 20,000 lbs through 80,000 lbs.; LOADERS: Belt Loaders, Kolman and Ko Cal types; Loaders Operator, front end and overhead, 25,000 lbs and less than 60,000 lbs; Elevating Grader Operator by Tractor operator, Sierra, Euclid or similar types; PILEDRIVERS: Hammer Operator; Piledriver Operator (not crane type); PIPELINE, SEWER WATER: Pipe Cleaning Machine Operator; Pipe Doping Machine Operator; Pipe Bending Machine Operator; Pipe Wrapping Machine Operator; Boring Machine Operator; Back Filling Machine Operator; REMOTE CONTROL: Concrete Cleaning Decontamination Machine Operator; Ultra High Pressure Water Jet Cutting Tool System Operator /Mechanic; Vacuum Blasting WA100001 Modification 2 22 !Page Federal Highway Wage Determinations Machine Operator /mechanic; REPAIRMEN, HEAVY DUTY: Diesel Electric Engineer (Plant or Floating; Bolt Threading Machine operator; Drill Doctor (Bit Grinder); H.D. Mechanic; Machine Tool Operator; RUBBER -TIRED SCRAPERS: Rubber -tired Scraper Operator,single engine, single scraper; Self- loading, paddle wheel, auger type under 15 cu. yds.; Rubber -tired Scraper Operator, twin engine; Rubber -tired Scraper Operator, with push- ull attachments; Self Loading, paddle wheel, auger type 15 cu. yds. and over, single engine; Water pulls, water wagons; SHOVEL, DRAGLINE, CLAMSHELL, SKOOPER OPERATOR: Diesel Electric Engineer; Stationay Drag Scraper Operator; Shovel, Dragline, Clamshell, Operator under 3 cy yds.; Grade -all Operator; SURFACE (BASE) MATERIAL: Blade mounted spreaders, Ulrich and similar types; TRACTOR- RUBBERED TIRED: Tractor operator, rubber tired, over 50 hp flywheel; Tractor operator, with boom attachment; Rubber -tired dozers and pushers (Michigan, Cat, Hough type); Skip Loader, Drag Box; TRENCHING MACHINE: Trenching Machine operator, digging capacity over 3 ft depth; Back filling machine operator; TUNNEL: Mucking machine operator GROUP 5: ASPHALT: Extrusion Machine Operator; Roller Operator (any asphalt mix); Asphalt Burner and Reconditioner Operator (any type); Roto -Mill, pavement profiler, ground man; BULLDOZERS: Bulldozer operator, 20,000 lbs. or less or 100 horse or less; COMPRESSORS: Compressor Operator (any power), over 1,250 cu. ft. total capacity; COMPACTORS: Compactor Operator, including vibratory; Wagner Pactor Operator or similar type (without blade); CONCRETE: Combination mixer and Compressor Operator, gunite work; Concrete Batch Plant Quality Control Operator; Beltcrete Operator; Pumperete Operator (any type); Pavement Grinder and /or Grooving Machine Operator (riding type); Cement Pump Operator, Fuller- Kenyon and similar; Concrete Pump Operator; Grouting Machine Operator; Concrete mixer operator, single drum, under (5) bag capacity; Cast in place pipe laying machine; maainnis Internal Full slab vibrator operator; Concrete finishing mahine operator, Clary, Johnson, Bidwell, Burgess Bridge deck or similar type; Curb Machine Operator, mechanical Berm, Curb and /or Curb and Gutter; Concrete Joint Machine Operator; Concrete Planer Operator; Tower Mobile Operator; Power Jumbo Operator setting slip forms in tunnels; Slip Form Pumps, power driven hydraulic lifting device for concrete forms; Concrete Paving Machine Operator; Concrete Finishing Machine Operator; Concrete Spreader Operator; CRANE: Helicopter Hoist Operator; Hoist Operator, single drum; Elevator Operator; A -frame Truck Operator, Double drum; Boom Truck Operator; HYDRAULIC CRANE OPERATOR: Hydraulic Boom Truck, Pittman; DRILLING: Churm Drill and Earth Boring Machine Operator; Vacuum Truck; Directional Drill Operator over 20,000 lbs pullback; FLOATING EQUIPMENT: Fireman; FORKLIFT: Fork Lift, over 10 ton and /or robotic; HYDRAULIC HOES EXCAVATORS: Hydraulic Backhoe Operator, wheel type (Ford, John Deere, Case type); Hydraulic Backhoe Operator track type up to and including WA100001 Modification 2 23 1 P a g e Federal Highway Wage Determinations 20,000 lbs.; LOADERS: Loaders, rubber- tired type, less than 25,000 lbs; Elevating Grader Operator, Tractor Towed requiring Operator or Grader; Elevating loader operator, Athey and similar types; OILERS: Service oiler (Greaser); PIPELINE -SEWER WATER: Hydra hammer or simialr types; Pavement Breaker Operator; PUMPS: Pump Operator, more than 5 (any size); Pot Rammer Operator; RAILROAD EQUIPMENT: Locomotive Operator, under 40 tons; Ballast Regulator Operator; Ballast Tamper Multi- Purpose Operator; Track Liner Operator; Tie Spacer Operator; Shuttle Car Operator; Locomotive Operator, 40 tons and over; MATERIAL HAULRS: Cat wagon DJBs Volvo similar types; Conveyored material hauler; SURFACING (BASE) MATERIAL: Rock Spreaders, self propelled; Pulva -mixer or similar types; Chiip Spreading machine operator; Lime spreading operator, construction job siter; SWEEPERS: Sweeper operator (Wayne type) self propelled construction job site; TRACTOR RUBBER TIRED: Tractor operator, rubber tired, 50 hp flywheel and under; Trenching machine operator, maximum digging capacity 3 ft depth; TUNNEL: Dinkey GROUP 6: ASPHALT: Plant Oiler; Plant Fireman; Pugmill Operator (any type); Truck mounted asphalt spreader, with screed; COMPRESSORS: Compressor Operator (any power), under 1,250 cu. ft. total capacity; CONCRETE: Plant Oiler, Assistant Conveyor Operator; Conveyor Operator; Mixer Box Operator (C.T.B., dry batch, etc.); Cement Hog Operator; Concrete Saw Operator; Concrete Curing Machine Operator (riding type); Wire Mat or Brooming Machine Operator; CRANE: Oiler; Fireman, all equipment; Truck Crane Oiler Driver; A -frame Truck Operator, single drum; Tugger or Coffin Type Hoist Operator; CRUSHER: Crusher Oiler; Crusher Feederman; CRUSHER: Crusher oiler; Crusher feederman; DRILLING: Drill Tender; Auger Oiler; FLOATING EQUIPMENT: Deckhand; Boatman; FORKLIFT: Self- propelled Scaffolding Operator, construction job site (exclduing working platform); Fork Lift or Lumber Stacker Operator, construction job site; Ross Carrier Operator, construction job site; Lull Hi -Lift Operator or Similar Type; GUARDRAIL EQUIPMENT: Oiler; Auger Oiler; Oiler, combination guardrail machines; Guardrail Punch Oiler; HEATING PLANT: Temporary Heating Plant Operator; LOADERS: Bobcat, skid steer (less than 1 cu yd.); Bucket Elevator Loader Operator, BarberGreene and similar types; OILERS: Oiler; Guardrail Punch Oiler; Truck Crane Oiler- Driver; Auger Oiler; Grade Oiler, required to check grade; Grade Checker; Rigger; PIPELINE -SEWER WATER: Tar Pot Fireman; Tar Pot Fireman (power agitated); PUMPS: Pump Operator (any power); Hydrostatic Pump Operator; RAILROAD EQUIPMENT: Brakeman; Oiler; Switchman; Motorman; Ballast Jack Tamper Operator; SHOVEL, DRAGLINE, CLAMSHELL, SKOOPER, ETC. OPERATOR: Oiler, Grade Oiler (required to check grade); Grade Checker; Fireman; SWEEPER: Broom operator, self propelled, construction job site; SURFACING (BASE) MATERIAL: Roller Operator, grading of base rock (not asphalt); Tamping Machine operartor, mechanical, self propelled; Hydrographic Seeder Machine Operator; TRENCHING MACHINE: Oiler; Grade Oiler; TUNNEL: Conveyor operator; Air filtration equipment operator WA100001 Modification 2 24 Federal Highway Wage Determinations 1 Page IRON0014 -005 07/01/2009 ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND ORIELLE, SPOKANE, STEVENS, WALLA WALLA AND WHITMAN COUNTIES IRON0029 -002 07/01/2009 IRON0086 -002 07/01/2009 YAKIMA, KITTITAS AND CHELAN COUNTIES Rates IRONWORKER 31.07 IR0N0086 -004 07/01/2009 Rates Fringes IRONWORKER 30.79 17.40 CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA, AND WAHKAIKUM COUNTIES Rates Fringes IRONWORKER 33.12 17.40 Fringes 17.40 CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PIERCE, SKAGIT, SNOHOMISH, THURSTON, AND WHATCOM COUNTIES Rates Fringes IRONWORKER 36.62 17.40 WA100001 Modification 2 25 1 Page Federal Highway Wage Determinations LABO0001 -002 06/01/2009 ZONE 1: Rates Fringes Laborers: CALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PACIFIC (NORTH OF STRAIGHT LINE MADE BY EXTENDING THE NORTH BOUNDARY WAHKIAKUM COUNTY WEST TO THE PACIFIC OCEAN), PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM COUNTIES GROUP 1 21.77 9.07 GROUP 2 24.86 9.07 GROUP 3 30.96 9.07 GROUP 4 31.70 9.07 GROUP 5 32.21 9.07 CHELAN, DOUGLAS (WEST OF THE 120TH MERIDIAN), KITTITAS AND YAKIMA COUNTIES GROUP 1 17.95 9.07 GROUP 2 20.58 9.07 GROUP 3 22.54 9.07 GROUP 4 23.09 9.07 GROUP 5 23.48 9.07 BASE POINTS: BELLINGHAM, MT. VERNON, EVERETT, SEATTLE, KENT, TACOMA, OLYMPIA, CENTRALIA, ABERDEEN, SHELTON, PT. TOWNSEND, PT. ANGELES, AND BREMERTON ZONE 1 Projects within 25 radius miles of the respective city hall ZONE 2 More than 25 but less than 45 radius miles from the respective city hall ZONE 3 More than 45 radius miles from the respective city hall ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES): ZONE 2 $1.00 ZONE 3 $1.30 BASE POINTS: CHELAN, SUNNYSIDE, WENATCHEE, AND YAKIMA ZONE 1 Projects within 25 radius miles of the respective city hall ZONE 2 More than 25 radius miles from the respective city hall ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES): ZONE 2 $2.25 WA100001 Modification 2 26 1Page Federal Highway Wage Determinations LABORERS CLASSIFICATIONS GROUP 1: Landscaping and Planting; Watchman; Window Washer /Cleaner (detail clean -up, such as but not limited to cleaning floors, ceilings, walls, windows, etc., prior to final acceptance by the owner) GROUP 2: Batch Weighman; Crusher Feeder; Fence Laborer; Flagman; Pilot Car GROUP 3: General Laborer; Air, Gas, or Electric Vibrating Screed; Asbestos Abatement Laborer; Ballast Regulator Machine; Brush Cutter; Brush Hog Feeder; Burner; Carpenter Tender; Cement Finisher Tender; Change House or Dry Shack; Chipping Gun (under 30 lbs.); Choker Setter; Chuck Tender; Clean -up Laborer; Concrete Form Stripper; Curing Laborer; Demolition (wrecking and moving including charred material); Ditch Digger; Dump Person; Fine Graders; Firewatch; Form Setter; Gabian Basket Builders; Grout Machine Tender; Grinders; Guardrail Erector; Hazardous Waste Worker (Level C: uses a chemical "splash suit" and air purifying respirator); Maintenance Person; Material Yard Person; Pot Tender; Rip Rap Person; Riggers; Scale Person; Sloper Sprayer; Signal Person; Stock Piler; Stake Hopper; Toolroom Man (at job site); Topper Tailer; Track Laborer; Truck Spotter; Vinyl Seamer GROUP 4: Cement Dumper- Paving; Chipping Gun (over 30 lbs.); Clary Power Spreader; Concrete Dumper /Chute Operator; Concrete Saw Operator; Drill Operator (hydraulic, diamond, aiartrac); Faller and Bucker Chain Saw; Grade Checker and Transit Person; Groutmen (pressure) including post tension beams; Hazardous Waste Worker (Level B: uses same respirator protection as Level A. A supplied air line is provided in conjunction with a chemical "splash suit High Scaler; Jackhammer; Laserbeam Operator; Manhole Builder Mudman; Nozzleman (concrete pump, green cutter when using combination of high pressure air and water on concrete and rock, sandblast, gunite, shotcrete, water blaster, vacuum blaster); Pavement Breaker; Pipe Layer and Caulker; Pipe Pot Tender; Pipe Reliner (not insert type); Pipe Wrapper; Power Jacks; Railroad Spike Puller- Power; Raker Asphalt; Rivet Buster; Rodder; Sloper (over 20 ft); Spreader (concrete); Tamper and Similar electric, air and glas operated tool; Timber Person -sewer (lagger shorer and cribber); Track Liner Power; Tugger Operator; Vibrator; Well Point Laborer GROUP 5: Caisson Worker; Miner; Mortarman and Hodcarrier; Powderman; Re- Timberman; Hazardous Waste Worker (Level A: utilizes a fully encapsulated suit with a self- contained breathing apparatus or a supplied air line). WA100001 Modification 2 27 1 Page Federal Highway Wage Determinations LAB00238 -004 06/01/2009 ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS (EAST OF THE 120TH MERIDIAN), FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND OREILLE, STEVENS, SPOKANE, WALLA WALLA AND WHITMAN COUNTIES Rates Fringes Laborers: ZONE 1: GROUP 1 20.56 8.75 GROUP 2 22.66 8.75 GROUP 3 22.93 8.75 GROUP 4 23.20 8.75 GROUP 5 23.48 8.75 GROUP 6 24.85 8.75 Zone Differential (Add to Zone 1 rate): $2.00 BASE POINTS: Spokane, Pasco, Lewiston Zone 1: 0 -45 radius miles from the main post office. Zone 2: 45 radius miles and over from the main post office. LABORERS CLASSIFICATIONS GROUP 1: Flagman; Landscape Laborer; Scaleman; Traffic Control Maintenance Laborer (to include erection and maintenance of barricades, signs and relief of flagperson); Window Washer /Cleaner (detail cleanup, such as, but not limited to cleaning floors, ceilings, walls, windows, etc. prior to final acceptance by the owner) GROUP 2: Asbestos Abatement Worker; Brush Hog Feeder; Carpenter Tender; Cement Handler; Clean -up Laborer; Concrete Crewman (to include stripping of forms, hand operating jacks on slip form construction, application of concrete curing compounds, pumperete machine, signaling, handling the nozzle of squeezcrete or similar machine,6 inches and smaller); Confined Space Attendant; Concrete Signalman; Crusher Feeder; Demolition (to include clean -up, burning, loading, wrecking and salvage of all material); Dumpman; Fence Erector; Firewatch; Form Cleaning Machine Feeder, Stacker; General Laborer; Grout Machine Header Tender; Guard Rail (to include guard rails, guide and reference posts, sign posts, and right -of -way markers); Hazardous Waste Worker, Level D (no respirator is used and skin protection is minimal); Miner, Class "A" (to include all bull gang, concrete crewman, dumpman and pumperete crewman, including distributing pipe, assembly dismantle, and nipper); Nipper; Riprap Man; Sandblast Tailhoseman; Scaffold Erector (wood or steel); Stake Jumper; Structural Mover (to include separating foundation, preparation, cribbing, shoring, jacking and unloading of structures); Tailhoseman (water nozzle); Timber Bucker and Faller (by hand); Track Laborer (RR); Truck Loader; Well -Point Man; All Other Work Classifications Not Specially Listed Shall Be Classified As General Laborer WA100001 Modification 2 28 !Page Federal Highway Wage Determinations GROUP 3: Aspahlt Raker; Asphalt Roller, walking; Cement Finisher Tender; Concrete Saw, walking; Demolition Torch; Dope Pot Firemen, non mechanical; Driller Tender (when required to move and position machine); Form Setter, Paving; Grade Checker using level; Hazardous Waste Worker, Level C (uses a chemical "splash suit" and air purifying respirator); Jackhammer Operator; Miner, Class "B" (to include brakeman, finisher, vibrator, form setter); Nozzleman (to include squeeze and flo -crete nozzle); Nozzleman, water, air or steam; Pavement Breaker (under 90 lbs.); Pipelayer, corrugated metal culvert; Pipelayer, multi- plate; Pot Tender; Power Buggy Operator; Power Tool Operator, gas, electric, pneumatic; Railroad Equipment, power driven, except dual mobile power spiker or puller; Railroad Power Spiker or Puller, dual mobile; Rodder and Spreader; Tamper (to include operation of Barco, Essex and similar tampers); Trencher, Shawnee; Tugger Operator; Wagon Drills; Water Pipe Liner; Wheelbarrow (power driven) GROUP 4: Air and Hydraulic Track Drill; Brush Machine (to include horizontal construction joint cleanup brush machine, power propelled); Caisson Worker, free air; Chain Saw Operator and Faller; Concrete Stack (to include laborers when laborers working on free standing concrete stacks for smoke or fume control above 40 feet high); Gunite (to include operation of machine and nozzle); Hazardous Waste Worker, Level B (uses same respirator protection as Level A. A supplied air line is provided in conjunction with a chemical "splash suit High Scaler; Laser Beam Operator (to include grade checker and elevation control); Miner, Class C (to include miner, nozzleman for concrete, laser beam operator and rigger on tunnels); Monitor Operator (air track or similar mounting); Mortar Mixer; Nozzleman (to include jet blasting nozzleman, over 1,200 lbs., jet blast machine power propelled, sandblast nozzle); Pavement Breaker (90 lbs. and over); Pipelayer (to include working topman, caulker, collarman, jointer, mortarman, rigger, jacker, shorer, valve or meter installer); Pipewrapper; Plasterer Tender; Vibrators (all) GROUP 5 Drills with Dual Masts; Hazardous Waste Worker, Level A (utilizes a fully encapsulated suit with a self- contained breathing apparatus or a supplied air line); Miner Class "D (to include raise and shaft miner, laser beam operator on riases and shafts) GROUP 6 Powderman WA100001 Modification 2 29 1 P a g e Federal Highway Wage Determinations LA300238 -006 06/01/2009 COUNTIES EAST OF THE 120TH MERIDIAN: ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND OREILLE, STEVENS, SPOKANE, WALLA WALLA, WHITMAN Rates Fringes Hod Carrier 24.10 8.75 LAB00335 -001 06/01/2008 CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH OF A STRAIGHT LINE MADE BY EXTENDING THE NORTH BOUNDARY LINE OF WAHKIAKUM COUNTY WEST TO THE PACIFIC OCEAN), SKAMANIA AND WAHKIAKUM COUNTIES Laborers: ZONE 1: GROUP 1 27.46 8.40 GROUP 2 28.06 8.40 GROUP 3 28.50 8.40 GROUP 4 28.88 8.40 GROUP 5 24.96 8.40 GROUP 6 22.54 8.40 GROUP 7 19.34 8.40 Zone Differential (Add to Zone 1 rates): Zone 2 0.65 Zone 3 1.15 Zone 4 1.70 Zone 5 2.75 Rates Fringes BASE POINTS: GOLDENDALE, LONGVIEW, AND VANCOUVER ZONE 1: Projects within 30 miles of the respective city all. ZONE 2: More than 30 miles but less than 40 miles from the respective city hall. ZONE 3: More than 40 miles but less than 50 miles from the respective city hall. ZONE 4: More than 50 miles but less than 80 miles from the respective city hall. ZONE 5: More than 80 miles from the respective city hall. WA100001 Modification 2 30 1 P a g e Federal Highway Wage Determinations LABORERS CLASSIFICATIONS GROUP 1: Asphalt Plant Laborers; Asphalt Spreaders; Batch Weighman; Groomers; Brush Burners and Cutters; Car and Truck Loaders; Carpenter Tender; Change -House Man or Dry Shack Man; Choker Setter; Clean -up Laborers; Curing, Concrete; Demolition, Wrecking and Moving Laborers; Dumpers, road oiling crew; Dumpmen (for grading crew); Elevator Feeders; Guard Rail, Median Rail Reference Post, Guide Post, Right of Way Marker; Fine Graders; Fire Watch; Form Strippers (not swinging stages); General Laborers; Hazardous Waste Worker; Leverman or Aggregate Spreader (Flaherty and similar types); Loading Spotters; Material Yard Man (including electrical); Pittsburgh Chipper Operator or Similar Types; Railroad Track Laborers; Ribbon Setters (including steel forms); Rip Rap Man (hand placed); Road Pump Tender; Sewer Labor; Signalman; Skipman; Slopers; Spraymen; Stake Chaser; Stockpiler; Tie Back Shoring; Timber Faller and Bucker (hand labor); Toolroom Man (at job site); Tunnel Bullgang (above ground); Weight -Man- Crusher (aggregate when used) GROUP 2: Applicator (including pot power tender for same), applying protective material by hand or nozzle on utility lines or storage tanks on project; Brush Cutters (power saw); Burners; Choker Splicer; Clary Power Spreader and similar types; Clean- up Nozzleman -Green Cutter (concrete, rock, etc.); Concrete Power Buggyman; Concrete Laborer; Crusher Feeder; Demolition and Wrecking Charred Materials; Gunite Nozzleman Tender; Gunite or Sand Blasting Pot Tender; Handlers or Mixers of all Materials of an irritating nature (including cement and lime); Tool Operators (includes but not limited to: Dry Pack Machine; Jackhammer; Chipping Guns; Paving Breakers); Pipe Doping and Wrapping; Post Hole Digger, air, gas or electric; Vibrating Screed; Tampers; Sand Blasting (Wet); Stake Setter; Tunnel Muckers, Brakemen, Concrete Crew, Bullgang (underground) GROUP 3: Asbestos Removal; Bit Grinder; Drill Doctor; Drill Operators, air tracks, cat drills, wagon drills, rubber mounted drills, and other similar types including at crusher plants; Gunite Nozzleman; High Scalers, Strippers and Drillers (covers work in swinging stages, chairs or belts, under extreme conditions unusual to normal drilling, blasting, barring -down, or sloping and stripping); Manhole Builder; Powdermen; Concrete Saw Operator; Pwdermen; Power Saw Operators (Bucking and Falling); Pumperete Nozzlemen; Sand Blasting (Dry); Sewer Timberman; Track Liners, Anchor Machines, Ballast Regulators, Multiple Tampers, Power Jacks, Tugger Operator; Tunnel -Chuck Tenders, Nippers and Timbermen; Vibrator; Water Blaster WA100001 Modification 2 31 P a g e Federal Highway Wage Determinations GROUP 4: Asphalt Raker; Concrete Saw Operator (walls); Concrete Nozzelman; Grade Checker; Pipelayer; Laser Beam (pipelaying)- applicable when employee assigned to move, set up, align; Laser Beam; Tunnel Miners; Motorman -Dinky Locomotive Tunnel; Powderman Tunnel; Shield Operator- Tunnel GROUP 5: Traffic Flaggers GROUP 6: Fence Builders GROUP 7: Landscaping or Planting Laborers LAB00335 -019 06/01/2008 Hod Carrier 29.58 8.40 PAIN0005 -002 07/01/2009 STATEWIDE EXCEPT CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH), SKAMANIA, AND WAHKIAKUM COUNTIES Painters: STRIPERS 27.40 PAIN0005 -004 03/01/2009 Rates Fringes Rates Fringes 11.50 CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM COUNTIES Rates Fringes PAINTER 20.82 7.44 WA100001 Modification 2 32 Federal Highway Wage Determinations Pag PAIN0005 -006 07/01/2009 ADAMS, ASOTIN; BENTON AND FRANKLIN (EXCEPT HANFORD SITE); CHELAN, COLUMBIA, DOUGLAS, FERRY, GARFIELD, GRANT, KITTITAS, LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMA COUNTIES Rates Fringes Painters: Application of Cold Tar Products, Epoxies, Polyure thanes, Acids, Radiation Resistant Material, Water and Sandblasting 21.50 7.98 Over 30' /Swing Stage Work $ 22.20 7.98 Brush, Roller, Striping, Steam cleaning and Spray $ 15.09 6.78 Lead Abatement, Asbestos Abatement 21.50 7.98 *$.70 shall be paid over and above the basic wage rates listed for work on swing stages and high work of over 30 feet. PAIN0055 -002 07/01/2009 CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA, AND WAHKIAKUM COUNTIES Rates Fringes Painters: Brush Roller 19.59 7.24 High work All work 60 ft. or higher 20.34 7.24 Spray and Sandblasting 20.19 7.24 PAIN0055 -007 08/13/2009 CLARK, COWLITZ, KLICKITAT, SKAMANIA and WAHKIAKUM COUNTIES Rates Fringes Painters: HIGHWAY PARKING LOT STRIPER 30.82 8.62 WA100001 Modification 2 33 P a g e Federal Highway Wage Determinations PLAS0072 -004 06/01/2009 ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, KITTITAS, LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN, AND YAKIMA COUNTIES PLAS0528 -001 06/01/2009 PLAS0555 -002 06/01/2009 CLARK, KLICKITAT AND SKAMANIA COUNTIES ZONE 1: Rates Fringes CEMENT MASON /CONCRETE FINISHER ZONE 1• 24.08 11.22 Zone Differential (Add to Zone 1 rate): Zone 2 $2.00 BASE POINTS: Spokane, Pasco, Lewiston; Wenatchee Zone 1: 0 45 radius miles from the main post office Zone 2: Over 45 radius miles from the main post office CLALLAM, COWLITZ, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PACIFIC, PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON, WAHKIAKUM AND WHATCOM COUNTIES Rates Fringes Cement Masons: CEMENT MASON 35.75 13.40 COMPOSITION, TROWEL MACHINE, GRINDER, POWER TOOLS, GUNNITE NOZZLE 36.25 13.40 TROWLING MACHINE OPERATOR ON COMPOSITION 37.25 13.40 Rates Fringes Cement Masons: CEMENT MASONS DOING BOTH COMPOSITION /POWER MACHINERY AND SUSPENDED /HANGING SCAFFOLD $ 29.94 15.59 CEMENT MASONS ON SUSPENDED, SWINGING AND /OR HANGING SCAFFOLD 29.41 15.59 CEMENT MASONS 28.87 15.59 COMPOSITION WORKERS AND POWER MACHINERY OPERATORS $ 29.41 15.59 WA100001 Modification 2 34 Federal Highway Wage Determinations Page Zone Differential (Add To Zone 1 Rates): Zone 2 $0.65 Zone 3 1.15 Zone 4 1.70 Zone 5 3.00 BASE POINTS: BEND, CORVALLIS, EUGENE, MEDFORD, PORTLAND, SALEM, THE DALLES, VANCOUVER ZONE 1: Projects within 30 miles of the respective city hall ZONE 2: More than 30 miles but less than 40 miles from the respective city hall. ZONE 3: More than 40 miles but less than 50 miles from the respective city hall. ZONE 4: More than 50 miles but less than 80 miles from the respective city hall. ZONE 5: More than 80 miles from the respective city hall TEAM0037 -002 06/01/2009 CLARK, COWLITZ, KLICKITAT, PACIFIC (South of a straight line made by extending the north boundary line of Wahkiakum County west to the Pacific Ocean), SKAMANIA, AND WAHKIAKUM COUNTIES Rates Fringes Truck drivers: ZONE 1 GROUP 1 26.90 12.75 GROUP 2 27.02 12.75 GROUP 3 27.15 12.75 GROUP 4 27.41 12.75 GROUP 5 27.63 12.75 GROUP 6 27.79 12.75 GROUP 7 27.99 12.75 Zone Differential (Add to Zone 1 Rates): Zone 2 $0.65 Zone 3 1.15 Zone 4 1.70 Zone 5 2.75 BASE POINTS: ASTORIA, THE DALLES, LONGVIEW AND VANCOUVER ZONE 1: Projects within 30 miles of the respective city hall. ZONE 2: More than 30 miles but less than 40 miles from the respective city hall. ZONE 3: More than 40 miles but less than 50 miles from the respective city hall. ZONE 4: More than 50 miles but less than 80 miles from the respective city hall. ZONE 5: More than 80 miles from the respective city hall. WA100001 Modification 2 Federal Highway Wage Determinations 35 1Page TRUCK DRIVERS CLASSIFICATIONS GROUP 1: A Frame or Hydra lifrt truck w /load bearing surface; Articulated Dump Truck; Battery Rebuilders; Bus or Manhaul Driver; Concrete Buggies (power operated); Concrete Pump Truck; Dump Trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations there of: up to and including 10 cu. yds.; Lift Jitneys, Fork Lifts (all sizes in loading, unloading and transporting material on job site); Loader and /or Leverman on Concrete Dry Batch Plant (manually operated); Pilot Car; Pickup Truck; Solo Flat Bed and misc. Body Trucks, 0 -10 tons; Truck Tender; Truck Mechanic Tender; Water Wagons (rated capacity) up to 3,000 gallons; Transit Mix and Wet or Dry Mix 5 cu. yds. and under; Lubrication Man, Fuel Truck Driver, Tireman, Wash Rack, Steam Cleaner or combinations; Team Driver; Slurry Truck Driver or Leverman; Tireman GROUP 2: Boom Truck /Hydra -lift or Retracting Crane; Challenger; Dumpsters or similar equipment all sizes; Dump Trucks /Articulated Dumps 6 cu to 10 cu.; Flaherty Spreader Driver or Leverman; Lowbed Equipment, Flat Bed Semi trailer or doubles transporting equipment or wet or dry materials; Lumber Carrier, Driver Straddle Carrier (used in loading, unloading and transporting of materials on job site); Oil Distributor Driver or Leverman; Transit mix and wet or dry mix trcuks: over 5 cu. yds. and including 7 cu. yds.; Vacuum Trucks; Water truck /Wagons (rated capacity) over 3,000 to 5,000 gallons GROUP 3: Ammonia Nitrate Distributor Driver; Dump trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations thereof: over 10 cu. yds. and including 30 cu. yds. includes Articulated Dump Trucks; Self- Propelled Street Sweeper; Transit mix and wet or dry mix truck: over 7 cu yds. and including 11 cu yds.; Truck Mechanic Welder -Body Repairman; Utility and Clean -up Truck; Water Wagons (rated capacity) over 5,000 to 10,000 gallons GROUP 4: Asphalt Burner; Dump Trucks, side, end and bottom cumps, including Semi Trucks and Trains or combinations thereof: over 30 cu. yds. and including 50 cu. yds. includes Articulated Dump Trucks; Fire Guard; Transit Mix and Wet or Dry Mix Trucks, over 11 cu. yds. and including 15 cu. yds.; Water Wagon (rated capacity) over 10,000 gallons to 15,000 gallons GROUP 5: Composite Crewman; Dump Trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations thereof: over 50 cu. yds. and including 60 cu. yds. includes Articulated Dump Trucks GROUP 6: Bulk Cement Spreader w/o Auger; Dry Pre -Batch concrete Mix Trucks; Dump trucks, side, end and bcttom dumps, including Semi Trucks and Trains of combinations thereof: over 60 cu. yds. and including 80 cu. yds., and includes Articulated Dump Trucks; Skid Truck WA100001 Modification 2 36 P a e Federal Highway Wage Determinations GROUP 7: Dump Trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations thereof: over 80 cu. yds. and including 100 cu. yds., includes Articulated Dump Trucks; Industrial Lift Truck (mechanical tailgate) TEAM0174 -001 06/01/2009 CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PACIFIC (North of a straight line made by extending the north boundary line of Wahkiakum County west to the Pacific Ocean), PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM COUNTIES Rates Fringes Truck drivers: ZONE A: GROUP 1• 31.87 14.60 GROUP 2 31.03 14.60 GROUP 3 28.22 14.60 GROUP 4• 23.25 14.60 GROUP 5• 31.42 14.60 ZONE B (25 -45 miles from center of listed cities Add $.70 per hour to Zone A rates. ZONE C (over 45 miles from centr of listed cities Add $1.00 per hour to Zone A rates. *Zone pay will be calculated from the city center of the following listed cities: BELLINGHAM EVERETT SEATTLE TACOMA CENTRALIA SHELTON PORT ANGELES PORT TOWNSEND TRUCK DRIVERS CLASSIFICATIONS RAYMOND ANACORTES MT. VERNON ABERDEEN OLYMPIA BELLEVUE KENT BREMERTON GROUP 1 "A -frame or Hydralift" trucks and Boom trucks or similar equipment when "A" frame or "Hydralift" and Boom truck or similar equipment is used; Buggymobile; Bulk Cement Tanker; Dumpsters and similar equipment, Tournorockers, Tournowagon, Tournotrailer, Cat DW series, Terra Cobra, Le Tourneau, Westinghouse, Athye Wagon, Euclid Two and Four Wheeled power tractor with trailer and similar top loaded equipment transporting material: Dump Trucks, side, end and bottom dump, including semi trucks and trains or combinations thereof with 16 yards to 30 yards capacity: Over 30 yards $.15 per hour additional for each 10 yard increment; Explosive Truck (field mix) and similar equipment; Hyster Operators (handling bulk loose aggregates); Lcwbed and Heavy Duty Trailer; Road Oil Distributor Driver; Spreader, Flaherty Transit mix used exclusively in heavy construction; Water Wagon and Tank Truck -3,000 gallons and over capacity WA100001 Modification 2 37 1 P a g e Federal Highway Wage Determinations GROUP 2 Bulllifts, or similar equipment used in loading or unloading trucks, transporting materials on job site; Dumpsters, and similar equipment, Tournorockers, Tournowagon, Turnotrailer, Cat. D.W. Series, Terra Cobra, Le Tourneau, Westinghouse, Athye wagon, Euclid two and four wheeled power tractor with trailer and similar top loaded equipment transporting material: Dump trucks, side, end and bottom dump, including semi trucks and trains or combinations thereof with less than 16 yards capacity; Flatbed (Dual Rear Axle); Grease Truck, Fuel Truck, Greaser, Battery Service Man and /or Tire Service Man; Leverman and loader at bunkers and batch plants; Oil tank transport; Scissor truck; Slurry Truck; Sno -Go and similar equipment; Swampers; Straddler Carrier (Ross, Hyster) and similar equipment; Team Driver; Tractor (small, rubber tired)(when used within Teamster jurisdiction); Vacuum truck; Water Wagon and Tank trucks -less than 3,000 gallons capacity; Winch Truck; Wrecker, Tow truck and similar equipment GROUP 3 Flatbed (single rear axle); Pickup Sweeper; Pickup Truck. (Adjust Group 3 upward by $2.00 per hour for onsite work only) GROUP 4 Escort or Pilot Car GROUP 5 Mechanic HAZMAT PROJECTS Anyone working on a HAZMAT job, where HAZMAT certification is required, shall be compensated as a premium, in addition to the classification working in as follows: LEVEL C: +$.25 per hour This level uses an air purifying respirator or additional protective clothing. LEVEL B: +$.50 per hour Uses same respirator protection as Level A. Supplied air line is provided in conjunction with a chemical "splash suit." LEVEL A: +$.75 per hour This level utilizes a fully encapsulated suit with a self- contained breathing apparatus or a supplied air line. WA100001 Modification 2 38 1 P a g e Federal Highway Wage Determinations TEAM0760 -002 06/01/2009 ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT KITTITAS, LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMA COUNTIES Rates Fringes Truck drivers: (ANYONE WORKING ON HAZMAT JOBS SEE FOOTNOTE A BELOW) ZONE 1: GROUP 1 20.02 10.86 GROUP 2 22.29 10.86 GROUP 3 22.79 10.86 GROUP 4 23.12 10.86 GROUP 5 23.23 10.86 GROUP 6 23.40 10.86 GROUP 7 23.93 10.86 GROUP 8 24.26 10.86 Zone Differential (Add to Zone 1 rate: Zone 2 $2.00) BASE POINTS: Spokane, Moses Lake, Pasco, Lewiston Zone 1: 0 -45 radius miles from the main post office. Zone 2: Outside 45 radius miles from the main post office TRUCK DRIVERS CLASSIFICATIONS GROUP 1: Escort Driver or Pilot Car; Employee Haul; Power Boat Hauling Employees or Material GROUP 2: Fish Truck; Flat Bed Truck; Fork Lift (3000 lbs. and under); Leverperson (loading trucks at bunkers); Trailer Mounted Hydro Seeder and Mulcher; Seeder Mulcher; Stationary Fuel Operator; Tractor (small, rubber- tired, pulling trailer or similar equipment) GROUP 3: Auto Crane (2000 lbs. capacity); Buggy Mobile Similar; Bulk Cement Tanks Spreader; Dumptor (6 yds. under); Flat Bed Truck with Hydraullic System; Fork Lift (3001- 16,000 lbs.); Fuel Truck Driver, Steamcleaner Washer; Power Operated Sweeper; Rubber -tired Tunnel Jumbo; Scissors Truck; Slurry Truck Driver; Straddle Carrier (Ross, Hyster, similar); Tireperson; Transit Mixers Truck Hauling Concrete (3 yd. to including 6 yds.); Trucks, side, end, bottom articulated end dump (3 yards to and including 6 yds.); Warehouseperson (to include shipping receiving); Wrecker Tow Truck GROUP 4: A- Frame; Burner, Cutter, Welder; Service Greaser; Trucks, side, end, bottom articulated end dump (over 6 yards to and including 12 yds.); Truck Mounted Hydro Seeder; Warehouseperson; Water Tank truck (0 -8,000 gallons) WA100001 Modification 2 39 P a g e Federal Highway Wage Determinations GROUP 5: Dumptor (over 6 yds.); Lowboy (50 tons under); Self- loading Roll Off; Semi -Truck Trailer; Tractor with Steer Trailer; Transit Mixers and Trucks Hauling Concrete (over 6 yds. to and including 10 yds.); Trucks, side, end, bottom and end dump (over 12 yds. to including 20 yds.); Truck Mounted Crane (with load bearing surface either mounted or pulled, up to 14 ton); Vacuum Truck (super sucker, guzzler, etc.) GROUP 6: Flaherty Spreader Box Driver; Flowboys; Fork Lift (over 16,000 lbs.); Dumps (Semi -end); Mechanic (Field); Semi- end Dumps; Transfer Truck Trailer; Transit Mixers Trucks Hauling Concrete (over 10 yds. to including 20 yds.); Trucks, side, end, bottom and articulated end dump (over 20 yds. to including 40 yds.); Truck and Pup; Tournarocker, DWs similar with 2 or more 4 wheel -power tractor with trailer, gallonage or yardage scale, whichever is greater Water Tank Truck (8,001- 14,000 gallons); Lowboy(over 50 tons) GROUP 7: Oil Distributor Driver; Stringer Truck (cable oeprated trailer); Transit Mixers Trucks Hauling Concrete (over 20 yds.); Truck, side, end, bottom end dump (over 40 yds. to including 100 yds.); Truck Mounted Crane (with load bearing surface either mounted or pulled (16 through 25 tons); GROUP 8: Prime Movers and Stinger Truck; Trucks, side, end, bottom and articulated end dump (over 100 yds.); Helicopter Pilot Hauling Employees or Materials WA100001 Modification 2 40 Federal Highway Wage Determinations 1 Pa e Footnote A Anyone working on a HAZMAT job, where HAZMAT certification is required, shall be compensated as a premium, in additon to the classification working in as follows: LEVEL C -D: $.50 PER HOUR (This is the lowest level of protection. This level may use an air purifying respirator or additional protective clothing. LEVEL A -B: $1.00 PER HOUR (Uses supplied air is conjunction with a chemical spash suit or fully encapsulated suit with a self- contained breathing apparatus. Employees shall be paid Hazmat pay in increments of four(4) and eight(8) hours. NOTE: Trucks Pulling Equipment Trailers: shall receive $.15 /hour over applicable truck rate WELDERS Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). In the listing above, the "SU" designation means that rates listed under the identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: an existing published wage determination a survey underlying a wage determination a Wage and Hour Division letter setting forth a position cn a wage determination matter a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. WA100001 Modification 2 41 Page Federal Highway Wage Determinations With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION WA100001 Modification 2 42 P a g e Federal Highway Wage Determinations Attachment C Request for Information And Contract Change Order Forms N 1PROJECTS\TR -01 -03 Street Overlays Program112 Project Manual \Bid Project Manual 'RKS At REQUEST FOR INFORMATION (RFI) FORM PROJECT NAME: PROJECT /CONTRACT NUMBER: ORIGINATOR: Owner Contractor ITEM. REFERENCE DRAWING OR SPECIFICATION: DESCRIPTION OF CLARIFICATION/REQUEST DATE REPLY REQUESTED ORIGINATOR SIGNATURE. COMMENTS: CRITICAL TO SCHEDULE: YES NO DATE. RFI Number: 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 CONTRACT CHANGE ORDER (CCO) NO. Project Name Date Contractor Project No DESCRIPTION OF WORK You are ordered to perform the following described work upon receipt of an approved copy of this Change Order: 1. Describe work here 2. Additional work, etc.... Such work will be compensated by. check one or more of the following as applicable Increase or Decrease in bid items, Force Account; Negotiated Price: The described work affects the existing contract items and /or adds and /or deletes bid items as follows. Item Description No 1 2 RFI ORIGINAL CURRENT EST NET CHANGE TOTAL CHANGE ORDERS, EST CONTRACT AFTER CONTRACT CONTRACT THIS CHANGE ORDER INCLUDING THIS ONE THIS CHANGE ORDER DAYS XX I* I* 1 DAYS VY 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 Ong I I I Rev 1 1 I I Orig I 1 1 Rev 1* 1 DAYS XX +ZZ -YY SIGNATURE: All work, materials and measurements to be in accordance with the provisions of the original contract and /or the standard specifications and special provisions for the type of construction involved. The payments and /or additional time specified and agreed to in this order include every claim by the Contractor for any extra payment or extension of time with respect to the work descnbed herein, including delays to the overall project. 1* 1 DAYS YY+ZZ DATE: Attachment D Contractor's Application For Payment 15 6 7 8 9 10 11 TO: City of Port Angeles Public Works Utilities Department P.O. Box 1150 Port Angeles, WA 98362 FROM: 1 PERIOD From Continued on Page 2 CONTRACTOR'S APPLICATION FOR PAYMENT Street Overlays Program, PROJECT NO. TR 01 -03 Page 1 of 2 DATE: PAYMENT REQUEST NO. to [end of period]: STATEMENT OF CONTRACT ACCOUNT 1 1 Original Contract Amount (Excluding Sales Tax) 1 2 Total Value of Approved Change Order No(s). (Excluding Sales Tax) 3 Adjusted Contract Amount [1 +2] 4 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. I also certify that all lower -tier payments, less applicable retention, have been made by the Applicant for the penods 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. l 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 CONTRACTOR'S APPLICATION FOR PAYMENT Page2of2 Notary Public in and for the State of residing at My appointment expires Date Date Attachment E Request for Approval of Material Form Washington t v� Sta De partment of T ransportation Contract Section Contractor Project Engineer 1. Acceptance Cntena 2 Acceptance Cntena 3 Acceptance Criteria 4 Acceptance Cntena 5 Acceptance Cntena 6 Acceptance Criteria 7. Acceptance Criteria 8. Source Approved 9 Approval Withheld 10 Approval Withheld 11. Miscellaneous Acceptance Criteria. Remarks Project Engineer Distribution Contractor Region Operations Engineer Fabrication Inspection DOT Form 350 -071 EF Revised 12/2008 Date Region Materials State Materials Lab M/S 47365 FA Number Submit samples for preliminary evaluation Subcontractor This form shall be completed prior to submittal. If this form is not complete at time of submittal it may be returned for information that was omitted. For assistance in completing, see Instructions and Example Bid Material or Name and Location of Fabricator, Item No. Product/Type Manufacturer or Pit Number Request for Approval of Material SR Date County Specification Reference Acceptance Action Codes for use by Project Engineer and State Materials Laboratory For WSDOT Use Only RAM PE/QPL Code State Materials Engineer Date 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 material. Catalog Cuts for 'Acceptance' prior to use of material. Catalog Cut Approved Yes No Submit Shop Drawings for 'Approval' prior to fabrication of material Only 'Approved for Shipment', 'WSDOT Inspected' or 'Fabrication Approved Decal' material shall be used Submit Certificate of Materials Origin to Project Engineer Office. Request Transmitted to State Materials Laboratory for Approval Action Hdqtr /QPL Code State Materials Engineer Distribution General File Signing Inspection Other Attachment F Request to Sublet and Subcontract Certification Forms W Washington State Department of Transportation Prime Contractor Job Description (Title) 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 SOT Form 421 -012 EF Revised 11/2009 Date Request to Sublet Work Subcontractor Lower Tier Subcontractor DBE Federal Employer I D Number State Contract Number Request Number Unified Business Identifier (UBI) Federal Employer I D Number Telephone Number State Zip Code Estimated Starting Date Item Description Amount Prime Contractor Signature Date Approved Region Construction Engineer Date (When Required) Distribution White (Original) Region Canary (Copy) Project Engineer Pink (Copy) Contractor If no Federal Employer I D Number, Use Owner's Social Security Number I■ Washington State Department of Transportation Contract Number Subcontractor or Lower Tier Subcontractor To be signed by proposed subcontractor or lower tier subcontractor I certify the above statement to be true and correct Company Signature Title Contractor Certification To be completed and signed by the contractor 2 Company Signature Title Contractor and Subcontractor or Lower Tier Subcontractor Certification for Federal -Aid Projects (Required for each Subcontractor or Lower Tier Subcontractor on all Federal -Aid projects) Federal -Aid Number State Route Number The contract documents for this subcontract include as part of the subcontract a special provision entitled "Required Federal -Aid Provisions the "Required Contract Provisions Federal -Aid Construction Contracts (FHWA 1273) and the minimum wage rates Date 1 A written agreement has been executed between my firm and the above subcontractor All documents required by the special provision entitled "Required Federal -Aid Provisions" are included in the agreement for (1) or (2) marked above I certify the above statements under Contractor Certification to be true and correct DOT Form 420 -004 EF Revised 03/2008 A written agreement has been executed between (the subcontractor) and the above lower tier subcontractor Date 1 1 1 1 1 1 1 1 1 1 1 1 1 1 a ANLVERS R VICINITY MAP J PORT ANGELES NO SCALE CITY OF PORT ANGELES STREET OVERLAYS PROGRAM PROJECT \o. TR C PROJECT SITE tttt4 >At" 407 4t.40 4 44 v '944 EVOUMST A 3 rc la 8 PORT ANGELES HARBOR OALAND A GRANT AVE to PENINSULA rc COl1ECE OLYMPUS CRAIG A SCRIVNER RD AVE D -1 -3 M SHEET INDEX SHEET TITLE PAGE T -1 G -1 G -2 G -3 C-1-6 C -7-8 C -9 -10 C -11-17 C -18 -20 S -1 -6 S -7 -8 S -9 -10 S -11 -17 S -18 -20 TITLE SHEET NOTES CONSTRUCTION INDEX SHEET STRIPING INDEX SHEET OVERLAY SHEETS LAURIDSEN STREET L STREET RACE STREET FRONT STREET 5th STREET DETAILS AND NOTES STRIPING SHEETS LAURIDSEN STREET L STREET RACE STREET FRONT STREET 5th STREET 1 2 3 4 5 -10 11 -12 13 -14 15 -21 22 -24 25 -27 28 -33 34 -35 36 -37 38 -44 45 -47 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 GUIDELINES 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 ALL 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 ALL 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 "K" PLANS ARE NOT UTIUZED 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 SRI 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 ESTABLISHED 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 GUIDELINES 12 CONSTRUCTION WORK HOURS SHALL BE RESTRICTED TO 7 A M TO 10 P M PRIOR WRITTEN APPROVAL OF THE CITY ENGINEER SHALL BE REQUIRED FOR WORK BETWEEN 10 P M AND 7 A.M 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 PUBLIC CONVENIENCE AND SAFETY, THE CONTRACTOR SHALL MAINTAIN READY ACCESS TO DRIVEWAYS, HOUSES, AND BUILDINGS ALONG THE LINE 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 REQUIRE 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 0 f 00 T -1 TRENCHING AND PATCHING NOTES: 1 ALL WORKMANSHIP SHALL BE IN ACCORDANCE WITH THE CITY OF PORT ANGELES URBAN SERVICES STANDARDS AND GUIDELINES (A COPY OF WHICH IS AVAILABLE ON THE CITY'S WEBSITE OR THE PUBLIC WORKS AND UTILITIES DEPARTMENTS ENGINEERING SERVICES DIVISION), THE LATEST 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 IN WRITING 3 THE CONTRACTOR SHALL GIVE THE CITY AT LEAST 48 HOURS NOTICE FOR REQUIRED INSPECTION OF CONSTRUCTION AND ALL CONCRETE POURS 4 THE CONTRACTOR SHALL BE FULLY RESPONSIBLE FOR THE LOCATION AND PROTECTION OF ALL EXISTING STREET SIGNS, LIGHTS, UTILITIES, CONTROL WIRING AND OTHER APPURTENANCES 5 THE CONTRACTOR IS RESPONSIBLE FOR ALL REQUIRED TRENCH SHORING IF SHORING 15 NOT ADEQUATE, THE CITY CREWS WILL NOT ENTER THE TRENCH AND THE CONTRACTOR WILL BE RESPONSIBLE FOR THE COST OF AN ADDITIONAL TRIP TO THE SITE BY THE CITY CREWS 6 ALL TRENCH EXCAVATION, BEDDING AND BACKFILL SHALL BE ACCOMPLISHED IN ACCORDANCE WITH WSDOT SECTION 7.08, OTHER APPLICABLE SPECIFICATIONS, AND AS CONTAINED HEREIN A CLEARING AND GRUBBING, WHERE REQUIRED, SHALL BE PERFORMED WITHIN THE EASEMENT OR PUBLIC RIGHT OF WAY AS PERMITTED BY THE CITY AND /OR GOVERNING AGENCY DEBRIS RESULTING FROM THE CLEARING AND GRUBBING SHALL BE DISPOSED OF BY THE CONTRACTOR IN ACCORDANCE WITH THE TERMS OF ALL APPLICABLE PERMITS UNLESS THERE IS A SPECIFIC BID ITEM IN THE BID SCHEDULE FOR CLEARING AND GRUBBING, THE COST OF ALL LABOR, EQUIPMENT AND MATERIALS NECESSARY TO COMPLETE THE CLEARING AND GRUBBING SHALL BE INCLUDED IN THE UNIT CONTRACT PRICE FOR THE VARIOUS OTHER ITEMS OF WORK IN THE BID PROPOSAL B THE TRENCH SHALL BE KEPT FREE FROM WATER UNTIL JOINTING IS COMPLETE SURFACE WATER SHALL BE DIVERTED SO AS NOT TO ENTER THE TRENCH THE CONTRACTOR SHALL MAINTAIN SUFFICIENT PUMPING EQUIPMENT ON THE JOB TO ENSURE THAT THESE PROVISIONS ARE CARRIED OUT C TRENCHING AND SHORING OPERATIONS SHALL NOT PROCEED MORE THAN 100 FEET IN ADVANCE OF PIPE LAYING WITHOUT PRIOR WRITTEN APPROVAL OF THE CITY ENGINEER D BACKFILLING WITH NATIVE MATERIALS EXCAVATED FROM THE TRENCHES MAY ONLY OCCUR WITH THE PRIOR WRITTEN APPROVAL OF THE CITY ENGINEER IF THE EXCAVATED TRENCH MATERIAL I5 DETERMINED BY THE CITY ENGINEER TO BE SUITABLE FOR BACKFILL, THE CONTRACTOR MAY USE THE MATERIAL TO THE BOTTOM OF SUBGRADE ALL TRENCH BACKFILL MATERIALS SHALL BE COMPACTED TO 95 PERCENT DENSITY E IN PAVED AREAS WITHIN THE PUBLIC RIGHT -OF -WAY THE CONTRACTOR SHALL USE CONTROLLED DENSITY BACKFILL PER CITY STANDARD DETAIL UNLESS ANOTHER ALTERNATIVE METHOD IS SPECIFIED HEREIN, OR APPROVED BY THE CITY ENGINEER ALTERNATIVE MATERIALS MAY ONLY BE ACCEPTED WITH WRITTEN APPROVAL FROM THE CITY ENGINEER ALL OTHER TRENCHING SHALL BE BACKFILLED WITH CRUSHED SURFACING OR OTHER MATERIALS CONFORMING TO WSDOT SPECIFICATIONS 7 ALL ASPHALT TRENCH AND PAVEMENT JOINTS SHALL BE SAWCUT THE CUTS SHALL BE A MINIMUM OF ONE FOOT OUTSIDE THE EXCAVATED TRENCH WIDTH 8 TEMPORARY RESTORATION OF TRENCHES AND STREET PATCHING SHALL BE ACCOMPLISHED BY USING 2' MINIMUM DEPTH HMA, CLASS W PG 64 -22 WHEN AVAILABLE, MEDIUM CURING (MC -250) LIQUID ASPHALT (LD MIX), ASPHALT TREATED BASE (ATB), OR TRAFFIC BEARING THICKNESS STEEL PLATES WHEN UTILIZED, STEEL PLATES SHALL BE SHIMMED AS NECESSARY AND SECURED WITH HOT OR COLD MIX ASPHALT CONCRETE A WEDGE OF HOT OR COLD MIX ASPHALT SHALL BE CONSTRUCTED AT 12H 1V ADJOING ALL PLATE EDGES TO BE CROSSED BY TRAFFIC 9 ATB USED FOR TEMPORARY nco l,,nATION, MAY BE PLACED DIRECTLY INTO THE TRENCH OR PATCH AREA, BLADED AND ROLLED AFTER ROLLING, THE TRENCH MUST BEFILLED FLUSH WITH THE EXISTING PAVEMENT TO PROVIDE A SMOOTH RIDING SURFACE 10 ALL TEMPORARY PATCHES SHALL BE MAINTAINED BY THE CONTRACTOR UNTIL SUCH TIME AS THE PERMANENT PATCH IS IN PLACE IF THE CONTRACTOR IS UNABLE TO MAINTAIN A PATCH FOR ANY REASON, THE CITY WILL PATCH THE AREA AT THE EXPENSE OF THE CONTRACTOR 11 TRAFFIC SHALL NOT BE ALLOWED TO CROSS GRAVEL OR CDF TRENCH BACKFILL FOR ME THAN 24 HOURS WITHOUT USE OF TEMPORARY PATCHING MEASURES STATED ABOVE 12 TACK COAT SHALL BE APPLIED TO EXISTING PAVEMENT AND EDGE OF THE CUT AND AT COLD JOINTS PRIOR TO PAVING SPECIFIED IN WSDOT SPECIFICATION SECTION 5-04 3(5)A 13 HMA, CLASS W PG 64 -22 EQUAL IN DEPTH TO THE EXISTING PAVEMENT, SHALL BE PLACED IN ACCORDANCE WITH THE APPLICABLE REQUIREMENTS OF WSDOT SPECIFICATIONS OF SECTION 5-04, EXCEPT THAT LONGITUDINAL JOINTS BETWEEN SUCCESSIVE LAYERS OF HMA SHALL BE DISPLACED LATERALLYA MINIMUM OF 12 INCHES HMA OVER 3 INCHES THICK SHALL BE PLACED IN EQUAL LIFTS NOT TO EXCEED 3 INCHES EACH 14 PATCHES ON ALL STREET SURFACES, WALKS, OR DRIVEWAYS, SHALL BE FEATHERED AND SHIMMED TO AN EXTENT THAT PROVIDES A SMOOTH RIDING CONNECTION AND EXPEDITIOUS DRAINAGE FLOW FOR THE NEWLY PAVED SURFACE SHIMMING AND FEATHERING AS REQUIRED BY THE CITY ENGINEER SHALL BE ACCOMPLISHED BE RAKING OUT THE OVERSIZED AGGREGATES FROM THE ASPHALT CONCRETE MIX AS APPROPRIATE 15 SURFACE SMOOTHNESS SHALL BE PER WSDOT SPECIFICATION SECTION 5-04 3(13) UNACCEPTABLE PAVING PATCHES SHALL BE CORRECTED BY REMOVAL AND REPAVING OF THE PATCH 16 WHEN TRENCHING WITHIN THE ROADWAY SHOULDER(S), THE SHOULDER SHALL BE RESTORED TO ITS ORIGINAL OR BETTER CONDITION 17 THE FINAL PATCH SHALL BE COMPLETED AS SOON AS POSSIBLE AND SHALL BE COMPLETED WITHIN 30 DAYS AFTER FIRST OPENING THE TRENCH THIS TIME FRAME MAY BE ADJUSTED IF DELAYS ARE DUE TO INCLEMENT PAVING WEATHER OR OTHER ADVERSE CONDITIONS THAT MAY EXIST HOWEVER, DELAYING OF THE FINAL PATCH OR OVERLAY WORK IS ALLOWABLE ONLY SUBJECT TO THE CITY ENGINEER'S APPROVAL THE CITY ENGINEER MAY DEEM IT NECESSARY TO COMPLETE THE WORK WITHIN THE 30 DAY TIME FRAME AND NOT ALLOW ANY TIME EXTENSION IF THIS OCCURS, THE CONTRACTOR SHALL PERFORM THE NECESSARY WORK AS ORDERED BY THE CITY ENGINEER 18 THE CONTRACTOR SHALL BE FULLY RESPONSIBLE FOR THE LOCATION AND PROTECTION OF ALL EXISTING UTILITIES THE CONTRACTOR SHALL VERIFY ALL UTILITY LOCATIONS PRIOR TO CONSTRUCTION BY CALLING THE UNDERGROUND UTILITY LOCATION CENTER AT 1- 8004245555 A MINIMUM OF 48 HOURS PRIOR TO ANY EXCAVATION THE CONTRACTOR WILL ALSO BE RESPONSIBLE FOR MAINTAINING ALL LOCATE MARKS ONCE THE UTILITIES HAVE BEEN LOCATED 19 INDUCTION LOOPS DAMAGED BY CONTRACTOR SHALL BE REPLACED PER THE APPROPRIATE BID ITEM (5) AND ALL APPLICABLE SECTIONS OF THE CURRENT WSDOT STANDARD SPECIFICATIONS CONTRACTOR TO ARRANGE WITH ENGINEER TO HAVE THE SIGNAL PLACED IN PRE -TIME MODE PRIOR TO BEGINNING GRINDING /PLANING OPERATIONS IN THE VICINITY OF THE INDUCTION LOOPS SANITARY AND STORM SEWER NOTES: 1 THE CITY SHALL BE GNEN 72 HOURS NOTICE PRIOR TO SCHEDULING A DIVERSION OF FLOWS IN THE WASTEWATER SYSTEM NO DISRUPTION OF SEWER SERVICE WILL BE ALLOWED 2 TRENCHING AND SHORING OPERATIONS SHALL NOT PROCEED MORE THAN 100 FEET IN ADVANCE OF PIPE LAYING WITHOUT PRIOR WRITTEN APPROVAL OF THE CITY ENGINEER ALL WORK SHALL BE IN ACCORDANCE WITH WASHINGTON INDUSTRIAL SAFETY AND HEALTH ADMINISTRATION (WISHA) AND THE FEDERAL OFFICE OF SAFETY AND HEALTH ADMINISTRATION (OSHA) STANDARDS 3 ALL SEWER MAINS SHALL BE HIGH VELOCITY CLEANED AND PRESSURE TESTED PRIOR TO PAVING THE STREETS IN CONFORMANCE WITH THE WSDOT SPECIFICATIONS AT THE CONTRACTORS EXPENSE HYDRANT FLUSHING OF LINES IS NOT AN ACCEPTABLE CLEANING METHOD AN AIR TEST OF ALL THE LINES 15 THE MINIMUM TESTING REQUIRED TESTING OF THE MAIN MAY INCLUDE VIDEO INSPECTION BYTHE CITY TESTING SHALL TAKE PLACE AFTER ALL UNDERGROUND UTILITIES ARE INSTALLED AND COMPACTION OF THE ROADWAY SUBGRADE IS COMPLETED 4 PRIOR TO BACKFILLING, ALL SEWER LINES AND APPURTENANCES SHALL BE INSPECTED AND APPROVED BY THE CITY'S INSPECTOR APPROVAL SHALL NOT RELIEVE THE CONTRACTOR FOR CORRECTION OF ANY DEFICIENCIES AND/OR FAILURE AS DETERMINED BY SUBSEQUENT TESTING AND INSPECTIONS IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO NOTIFY THE CITY FOR THE REQUIRED INSPECTIONS 5 CONNECTION OF A SEWER MAIN TO A SYSTEM WHERE A MANHOLE IS NOT AVAILABLE SHALL BE ACCOMPLISHED BY POURING A CONCRETE BASE AND SETTING MANHOLE SECTIONS THE EXISTING PIPE SHALL ONLY BE CUT INTO BY CITY CREWS, UNLESS OTHERWISE APPROVED 6 ECCENTRIC MANHOLE CONES SHALL BE OFFSET 50 AS NOT TO BE LOCATED IN THE TIRE TRACK OR A TRAVELED LANE AND SHALL BE IN LINE WITH THE MANHOLE STEPS 7 MANHOLE FRAMES AND COVERS SHALL BE CAST IRON MARKED 'SEWER' OR 'DRAIN', AS APPROPRIATE, CONFORMING TO THE REQUIREMENTS OF ASTM A536, GRADE 8055.06 REPAIR OF DEFECTS SHALL NOT BE PERMITTED 8 SAFETY STEPS SHALL BE FABRICATED OF POLYPROPYLENE CONFORMING TO ASTM 0-4101, INJECTION MOLDED AROUND A Y. INCH ASTM A-615 GRADE STEEL REINFORCING BAR WITH ANTI -SLIP TREAD STEPS SHALL PROJECT UNIFORMLY FROM THE INSIDE WALL OF THE MANHOLE STEPS SHALL BE INSTALLED TO FORM A CONTINUOUS VERTICAL LADDER WITH RUNGS EQUALLY SPACED ON 12 INCH CENTERS AND INSTALLED PER WSDOT STANDARD PLAN B-24 9 MINIMUM SLOPE THROUGH THE MANHOLE SHALL BE 1 /10TH OF ONE FOOT FROM THE INVERT IN TO THE INVERT OUT ALL MANHOLES SHALL BE CHANNELED 10 A MANDREL TEST IN ACCORDANCE WITH WSDOT SECTION 7 -17 3(2)G MAY BE REQUIRED BY THE CITY ENGINEER ON SEWERS EXCEPT LATERALS 11 THE CONTRACTOR SHALL INSPECT SEWER SERVICE LINES FOR BLOCKAGE OR DAMAGE AND REPLACE ACCORDINGLY UP TO THE RIGHT OF WAY LIMITS 12 WHEN THE SEWER LINE CROSSES AN EXISTING WATER MAIN, THE CONTRACTOR SHALL VERIFY THAT THERE IS AN 18 INCH SEPARATION BETWEEN THE PIPES IF THERE IS LESS THAN 18 INCHES CLEARANCE, THE CONTRACTOR SHALL CUT THE SEWER PIPE AS NECESSARY TO ASSURE THAT NO JOINTS IN THE SEWER PIPE ARE CLOSER THAN 10 FEET FROM THE CROSSING CONSTRUCTION PLAN GENERAL CONDITIONS: 1 ALL WORKMANSHIP SHALL BE IN ACCORDANCE WITH THE CITY OF PORT ANGELES URBAN SERVICES STANDARDS AND GUIDELINES, THE 2006 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 CITY CONSTRUCTION INSPECTOR SHALL BE NOTIFIED A MINIMUM OF 48 HOURS IN ADVANCE OF THE NEED FOR AN INSPECTION 4 LOCATION OF TRAFFIC AND STREET SIGN SLEEVES TO BE INSTALLED BY CONTRACTOR TO BE VERIFIED BY CITY INSPECTOR PRIOR TO POURING CONCRETE CONTRACTOR TO NOTIFY THE INSPECTOR 48 HOURS PRIOR TO CONCRETE POURS 5 THE CONTRACTOR SHALL BE FULLY RESPONSIBLE FOR THE LOCATION AND PROTECTION OF ALL EXISTING STREET SIGNS, LIGHTS, UTILITIES AND APPURTENANCES 6 NEW CURB LOCATIONS WILL BE STAKED BY THE CITY CALL FOR CURB STAKING 48 HOURS MINIMUM IN ADVANCE OF THE NEED FOR THE STAKING PAVEMENT SECTION AT CORING LOCATION: CL #1 CL #2 ASP. 5 H 5 LEGEND r/4 I I O ADJUST MANHOLE TO FINISH GRADE, REPLACE WITH BOLT DOWN CIRCULAR FRAME AND CIRCULAR COVER ADJUST EXISTING WATER VALVE TYPE I CATCH BASIN DRAINAGE STRUCTURE AS NOTED ON PLAN SHEET 25' (LENGTH) BY 0.1' (DEPTH) TAPERED CONSTRUCTION BUTT JOINT EXISTING WATER LINE ss EXISTING SANITARY SEWER LINE SD EXISTING STORM DRAIN LINE MONUMENT r W 0 CL# 1 GRIND 0.1' AND OVERLAY WITH 01' AVERAGE DEPTH PRE -LEVEL CORING LOCATION, SEE SHEET G -1 FOR CORING DEPTHS EXISTING HYDRANT G -1 1 1 1 1 1 N 1 1 1 1 1 NO SCALE SP._ Q f HAZEL_ z E MADRON Acs W D 0 G[ENWOO D W Q w G MOT DOL HA FOGART" 61 FOREST R 4 i N AVE z ORC.NS A COCK o LOPEZ AVE. z v) 0 0 EAU WHIDBEY AVE. —1 z 4 I IAV PARK AVE. CJ UMBI,IS o 'IEWCREST AVE J 0 0 m w PORT ANGELES HARBOR L1/ 0 HfGHLAND AVE. c -1) WANT AVE cr W 1-- OLYMPUS P,VE.z �RAIG A.C. OOQMPBELL AVE. PENINSULA COLLEGE G -2 Th 6 11 MI Plot ilinuary 21 1111 z 0 0) 0 m G) 0 1 O 0 k z 0 CO F) C z D Cr) D o r` r D D I'm POR TER ST7 PUBLIC WORKS CITY OF POR T ANGELES STEPHEN P SPERR, PE, CITY ENGINEER 321 E. 5111 STREET P 0 BOX 1150 PORT ANGELES, WASHINGTON, 98362 PHONE (360) 457 -0411 INN INN INN 11111111slon Jill. 2010 1111111 alliuck R11111111 "i'Q !CERRY ST. T. OAK STS o o 0 0 D 0 O c I D y U o LAUREL o z LIN :OL,N IT -H i H k 44 1 ,4* 4tititr D rte- �rSE ST.c) PEA''BODY T. AEOD i' o FT1-- REGENT ST. :D m co N de, -9 17 4 *0. r_ �y o m O z r mUl ALDER 0 NEW CALL 48 HOURS IDESGNED BY BEFORE YOU DIG I9RRAWN T R7 NO' TR 01 -03 DAZE AUGUST 2009 !V SCALE 1'- N /A (POJEC 1-800-424- 5555 It ROJ NAME. N/A Route Rase ISURVEY FILENAME N/A BEAN RD. ST AIRMOUNT A\; EUCLID D N o m O DATE AUGUST 2009 .0) STR IPING INDEX SHEET !CONTOUR INTERVAL N/A i OATFI I SCALE 1 =N /A REVISION u MP 111111 1111111 oat zote, .ZIECFMKR 2C09 MATCH LINE STA 17+50 SEE ABOVE 7 TY OF PORT A NOE. LES sTspHrtt 3 Cr Ver' 321 E. ST1 STRai eC Ittc. po.v ?,E4R2 MATCH LINE STA 20+25 SEE SHEET S-2 f.7) P■'. Z.; CI C) 0 M r2 rn z ,:i .74 7,7 7 zs 41 12 Z fri z 0, ca ri Ir4 2 -4 Z 7,i) p p: 0 z Z tlb-i 3 CD fTI u 17 it, fii 5 0 o rr, m ez u w r ni m =/3 eg riO 2.' 7 171 0 Z 0 0 r ci 0 4 0 rr't 4 2 !II gi wis „v,..1.9 11.1 Ns am mit.. rim CALL 48 HORS BEFORE YOU Ole 0— 424 5555 3 MATCH LINE STA 12+25 SEE ABOVE MATCH LINE STA 17+50 SEE BELOW I 1"; z 0 z z tr, g 2 0 C 8 rn m 0 $CESIGNE0 ey, .k .‘7E. *".,',11. zmi ICOMOVE 7, 4/A Cq+VoN BY "..'.',I 0 204 W. 5....0 1.' CO zR .-:3 r. 3CALF. 0M2 P...S.4 ir,":* R-4 .B,4.,,.. I C I: 1 CZ... PR'S,: NAY:: :IA 1S A 9/9 1 BEGINING OF CONSTRUCTION STATION 8+43 STA 0+00 MONUMNET 293' WEST OF CL INTERSECTION LAURIDSEN BLVD, AND L STREET 4: tiL MATCH LINE STA 12+25 SEE BELOW LAURIDSEN St.. /D. OVER! Y 8+ TO 20+25 i MI MO MI MB IIIIIII INIS MN I= NM OM 111111 NMI NM MB MI Nct E.C49 Pevis'on Doty SECEIIIIER 2009 I R6.1.4 IM3I $'§r plAILIC,VeKS [T;" OF PORT ANGELES STEPHEN P. SPERS, P E, C NGINEER E SEE P0 SC% 'In PQNE PMIT P/AMUS, 'PASNINITEPI, SESS2 0ECI m G) m z CALL 48 HOOPS t DESCNE:`, BD BEFORE you ,,m/f- toffAo.: 171, 4 43; 1: _8,90_4 24_ C4447 FILENWS 7/441tI, Rc ..te ao. C3CP PROI NANE, I7/4 :SURVEN ile_L :4.64 MATCH LINE STA 25+50 SEE ABOVE MATCH LINE STA 30+75 SEE SHEET C-3 L A UR BLVD. Z A TE .C,SCV/F.E1+ PVCICONTa.P.1 DSCEvEEP ECM IV S.CPIT, SCN.E1 IC' C_ 2I7 OVERLAY 20-f-25 TO J07-75 OATES REVS3N, t MATCH LINE STA 20+25 SEE SHEET C-1 MATCH LINE STA 25+50 SEE BELOW asps ;n '4 MO77E :3 OO+9 VS Nil HOIVA :1 1 1 Vits '3,3■137171.1.3,33 3 3---1131.---,11w Vt1 :WO: Tet:s1 'Da r‘cr• 0 o i i e ,ni (-s(,. -4: n V133 ..,3 TivoS 'At atoe 6-.,:-..eao,-e. :3.:YO AU 1...sh:11 3.-if 1 3-' 1 3, 30S: 3 3,11 1. 3: 3- 1 s- Arian 31.131.04Z11, Ott :.,3coirO4.: 173!so OP 'AS 3,3s3,13130.1 Sa g7 77V:.? C.4-1'fr 0- cZ 7 01 -7 A V 7,c.V...74 0 'GA 7P N .5' 1 ;1817 v7 1 IT21-iS 335 ct+Or VS 3Nr1 PaLVA z i33S 775 VIS 3N11 HaLV;rd 3A08V 3S 00+9c: VIS 7:Ni7 H3iViN (1-`63) 13NOO., 3113'35 1 NCIall331S:O. 1 511 27N.',Atli Of:: ne .1333:13 3 a3 3 :33 /133 410 1 3`. 1 63Oac.6 ::13, or/vat/6 _S373:9AIV .1dr- _40 .-J 3,16n tii 0, a a lu a Lu Vi F z x 2 1 6003 336.3321. sopa to34333C MI MI IMO MN 111111 NMI MI MI MO OM MI MI MI 1111• MI MN 11•1 Ell NM NM =I SIM NMI MN MI NMI INN 0crqP DECEMBER E009 "••••4„.. at le MATCH LINE STA 49-L50 _SEE ABOVE MATCH LINE STA 51+ 75 SEE SHEET C-5 PUSLIC W05,5 CITY Or PORT ANGELES 5.51X PE, CM VISiNLErl 53REE0 p_ SCE MO POP; ANEE'..ES, *P 5(00H, sessi Tri0040 (353) 407-0.1'1 CXLL 48 HOURS BEFORE YOU DIG [1-800-424— 5555 4tvistor Dote DECEMBER e009 MATCH LINE STA 4-5- SEE ABOVE MATCH UNE STA 4-'9+50 SEE BELOW 6 g -4 7 4 1 Z .Z !fi. 0 0_ on 0 rn 1- z M sn F C. on C z 32 —on :DAG PLEN Po.< 00000 P5O 5050 5,11 rat k. 4 on 2 1 M S 4 a ;S g col !ass cnsa 0.- s nsa- 1.0..c.smerie,2=9 tr.0 itMER/01... 4/d. o•ai .EV ISICN .LAURIOSEN BLVD, OVERLAY 4 T-o-25 TO 511:- 75 :78700 SECE55 23; t: 3C57.00 ..5,14 I I IPECIECT he c'fi 0 1:4, SCM.E. 20' 7 MATCH LtNE STA 41+25 SEE SHEET MATCH L STA 45+50 SEE BEI OW Fn.:, O roSs 145u0t,Ba88 rs.6. rteVISICA Otte. ilk.1..tO10t.k 0009 FMt Truj9q Roots Bose inn* pusos. ivoR,cs cITY OF ,c ANGELES SPERR E. (TTR f.2.-090E0 321 E .51 STREET c Boo 1150 PORT ,0900tES RA0H900100 S82,62 0 000) RS7-041 MATCH LINE. STA 57+00 _SEE ABOVE MATCH LINE STA 60+00 SEE SHEET C MATCH LINE STA 51+75 SEE SHEET 0-4 L A OR/OSEN BL OVERLAY 5+75 FO 60-,4 GO CALL 48 KOLIRc C)0022'NE:.', SRI .20 00 DT:CENSER 2.000 CCITTCUR..f-ERY,R._ 9/0 t0 An19'02. BEFORE YOU 07/6 0="14'90-,0,_„ ,TF_ 0E3E910E8 2021'2„ SZREE 'CR100 /0- 113000 '2"..1' 20' i 1 .c. SIRG., 21LETIRVE, T16, 880/. BE 0 20 555.: VGA 186010 1080. ro_ERAVF. 1010 `C,.. MATCH UNE STA 57+00 SEE BELOV f•C 00 +P9 00409 V7aYA 00+179 IS NOTD0a.SNCO JO CN3 7f S 0C+09 3N11 H-C,LLV I vitt .2K;t:31..i Z 1011111=3111111111 T/!, .'HYN 44e *Otti ,CL-5gg —fr7 'i -oog- i 2 D 1 me lovtr-nt.1 'ale(31. ,:f6.■• .1...1 ily:`,S 1-1 To-c.e5. ,5.N IDXOttei cs ,y-7 nr^ t' 17 ,:‘,114 E,'■ 601:?; briENK`,„‘i: -a.:‘,3 o.,.... ,.:,,,5,1 •./..1" tli ef101 5.42 544A6R33.10 3,1,13 00 "7.S tritC 1 ,5 Pt 77V0 .0,1 7E' A'25 a i .%111? 7' 7 0 0 6 o 7 0 H3-tAY :v-3 urn •m.tv.t-STM 'S3 ma4 ;fl no 1.-oattay.eo 3 'brzt4 in.f0 'tartS N7t E 7 736W t" .1600 20 pt8thl Drortd- (0 0 4 ti314■43311 a 4.0W 1111111r 1111111 NMI ISE ONO MINI 111 43a1433 1.1• IMO INN 1111, INS INN MI NMI INN NMI MB IMO Ell MINI MO MI MIMI MI MI MO NMI Dai.ep XCEMBER 20$9 MATCH LINE S1A 1 H-O0 SEE ABOVE MATCH LINE STA 13+75 SEE SHEET C5 PUBLIU.VORKE 0 TY 2 PORT ANGELES S7E EPERK °E. CiTY EN,74E1A 321 r. 574 EISEE'r "7.0. 9O `1E0 PCS/ 42ftAA, WS 31234, ;BM? P.104F. 380) C 2 G/LL 48 HOURS BEFORE YOU DIG —800-424— 5555 MATCH LINE STA 8+25 SEE ABOVE 4o,srcn ZEtt•tEr..R ella; ,MATCH LINE STA SEE BELOW OX°F 1 I ,C) L STREET OVERLAY STA 3400 TO /3+75 DESIGNED '5' Ai 734E DECE.SEN 2 it.'rE Nis 1041E Fir..3 1.3■43.74 ■31 „N. DATE. 223i' S2-',.E VLA 1 I FRD.ECT Na A 01-r.3 Ph. SCP_E l''.1" 20' i::,,a. TAIK..1tE. Tr..ok RMIte 9.14 ,i 9 20 I 1 NAVE f: (A 3 I fitMiS,Y F0 £1 4/A BEGIN CONSTRUCTION STA 3+24 STA- 3±bO CL INTERSECTION L STRF_.1 AND LAURIDSEN BLVD. MATCH LINE STA 8+25 SEE BELOW NM NM NM M— r• a• MO MN MI N MI r MN MI Prot Dotes DECEMBER 2009 MATCH LINE STA 19 +00 SEE ABOVE Revision Dais DECEMBER 8009 PUBL!G h'OR•S ^/T" OF PORT ANGELES 9 EoHEN a 5°ERR, PL. CITY £t1:NE£R 1A E. 9'M. !MEET °.O BOX PORT t ;lC;1c^S, 15; 98382 oMCME. (390).a 57 -0a11 END OF CONSTRUCTION STA 21 +58 FOR WEST, BRANCH AND STA 21 +21 FOR EAST BRANCH .7) tn 0 0,rn M 171 rrt v C Z Q n I z> v O rn I z m m J m Y d Z MATCH LINE STA 13 +75 SEE SHEET C-7 MATCH LINE STA 19 +00 SEE BELOW CALL 4S HO'J S IV SCALE t'. L STREET OVERLAY STA_ 1,34-75 75 TO 21=- a IDi9�:NEi] BY *1 ps{E, ';,f:.E lG•'.31CONiCUR IN iERVay- N/A tOAiE d£ �iSON 50 t BY 12 E FORE YOU D/ Ra,SV "hS bAV D E'ER■SER iO ^a t°4OS'u'::10:�'Si D. -DS iu SCALE` f'. 70' s y ONO. =R 94NA0E i Ro.i:e ease k 5C 1— �'Clll- 4L4 -7. OCA W, NA�'E �e 51RVIY FIIe,YruCR Route Vase 4 MI MI 111111 MI MI OM OM NMI OM MI MN N• P.ot TAstel CECEITBER 2039 R ev Iva", tt DECEMBER eco9 Z.; z M. z U) Pukx, Wotixs CITY OF 'PO; ANGELES STEPMENP SPERR, PF,, OTY ENBM E- 5TH STREET P 0 .001e1150 pcftz R0001.03, T145MD:LITC, 00,302 PSERiS.• (3E0 457-04“ 0 C 2 E I ,?4 I X cl \J -4 2 r rn rn 0 EFOR 'YOU t/ 10R1,5•1 AvD IBRCJECT 0-1-03 DATE_ AUCBJ5'.. 200' SCk.E B 6. G I.'.. 20 !DWG 'FlUENAME 13 Bces 22 124— EIC t4M54 45/5 SURVEY FEM.V.E• 0/5 1 BEGIN CONSTRUCTION STA 3+00 STA 0+00 CL INTERSECTION GRAIG AVE AND MT. ANGELES RD. 14 MATCH LINE STA 8+50 SEE SHEET C-10 CALL 48 R ACE STREET. OVERLAY STA 3+00 TO 8+50 TEEMED DT- XI 00 111,.65551 2055 O005T005 YMTBATc., 0/.5 f WS BO/MOM FAB Truces ROUT y Bast ET r I I I I t. Mil Mil 11111 11111 1111. MI 1111. 11111 Pt oI Dot.. DECEPIER nos ROViStC, Da teu DECEN3E4' 20a9 ‘PAP4rock PcoAr 'Base 2 of.IBU: POPO CITY OF PORT ANGELES STE.14, P. SPEAR P E.. CITY ENPAEIR 5Th SPiEr Peox 150 PORT ANGELES, 5#INCT01}, V43t2 ;PHONE. (26C> 457-C411 CALL 48 HOURS BEFORE YOU DIG i-800— MATC1-; UNE STA 14÷00 SEE ABOVE END OF CONSTRUCTON STA 17+ A r9 MATCH UNE STA 14+00 SEE BELOW RACE STREET OVERLAY STA 81; TO 17--75 ICES B A44;C5r 2:09 !Cat TOUR 114 E9YAL A14 O■IE PEAS OW J.eq CATE. 2C09 SCALE' 1".• WO, IP:JECT O TR Ct -C3 SCA:1J 20' 4 !OA° FILENANE• RACE 3 rq OVERLAY CiA 9■OU PG S5.25 p 2: E.17, O C4 INN .111,-,111.- MN= in2SVEY,CLENRI,It MATCH UNE STA 8±50 SEE 0-9 4 Pio -JANUARY RfvI61oAN 111111111111111- MIL O a NaJc *<s. CITY OF 0OR'T ANGELES StpuE,q S'E4R, P,E C T ENG1t1: ER 32) E .7714 STREET o.0 80k 5130 ?CRT i iGEL£s MA Sr,•:OTCtt, 9 22 ?it1NE: 000 4SI -G<t: r m m -z BEGINING OF CONSTRUCTION STA 1 +80,38 STA 1 +00 204' WEST OF CL INTERSECTION VALLEY STREET AND FIRST STREET MATCH LINE STA 4 +25 SEE BELOW CALL FRONT' STREEI OVERLAY 7 5 TO 5+25 /!r�y I E31k0.A G" .1V D')E• AUX S ia06 +:Dtitot!i l?.FT_'RVR!' N/A 3 0Atr.f RENS GI for r' J' V ✓fG ^94bV 3r �tf� :4T iU:t.S- 2000 M. SC1.`_ i "n .i ✓f l 1 t ?40.�ECi i.6 m -Ot -o] tr SCALE. I"as 1 i�!f./ O( 0 fokG FILENAME. OCRV+oA1 o'r4! P" SASE G iil• 2 1 (i '�24 —J55� wCA Pow NAVE N✓, i DAGlatle NAOIN a ACISVE:d 121941 00 r R 01 SZ -r S AV 1338.1 S 1'106'd MO138 33S 9L +9 VIS 3NI1 H0111W 6 O 133HS,33S SZ +1 ;VIS 3N11 HO!VW 5 voi ,smta ll! .cas 53 01 (1 r sS00 Y/,C! .00* SA9 43111 3x[11 /�/�A Ci _iJ r G ,C: t n.. =:r7S 'rf its,- tC g ti ::338!21 ✓/fi O 7 7dV 1. Vit. -.1, =TWOS' At .0: L 197eirY '`Y: 5 hNtlb9: L' a/\ IsAb312.1 esoit.'O'.i ?OA?. IS,Tt.t 31YC z V ,o[Od f.mtndrr ug4a1n.21 g u w .0 ,,z u1 C O g< y (5 uj N� z Z 4 LL, w _z 0 LO O 2 z I U N z t 2 c F-' O r Z Lt o �m a ci xa e •os a S /70,4 8v 77V0 53730 NV 180d' 1 sk a U III I VI z z W 0 O z I-z w UI 7 ,S z Ll v co x R. w z u: H I U a �i zi z z u In d z v e 8 Es £6 133HS 33S 00 +8 VIS,3NI1 HOlyW 3AO8y.33S SL +9 VIS 3NI1 HOEWW 1:43 -Lis (Tor) :310)- L3£55- '!019.I YM '5'F UI lead 9511 XC? Od t`N1S 142 tL[ 1: '3'd'0 3dS'81 IS U z 8 Q LL w x w UI 0 O z O Z 3 8 O 010a AN5511N' r»,oq ;C%G MI OM MI IMO EMI OM I MI MN MO MO OM OM MI MN w MI w MI MN I NM P {o: -DOtei .1AN!AR• 00.0 CITY OF PORT ANGELES 5CEPH3N qR, 0 C40Y'EN00000 32 57$ S0 E_ P.C. $0% .550 059i 400010 Nly$0G1Cti. 885$2 °hok&` (.130) 457 -0 MATCH LINE 10 +25 SEE ABOVE MATCH LINE STA 1.1 +50 SEE SHEET C -14 GALL 48 HOURS B EFORE YOU DIG vi 800 424 -5555 Revision Date: JANORY 20!0 1, 300. PRCJ.!tAt'r_ NlA M.1057: F)LNAV_x NIA 5 0 MATCH LINE STA 8 +00' SEE SHEET C -12 MATCH LINE STA +25 SEE LINE BELOW o 0 z z z r m o 1 in cn q 0 z 0 z 0 -c U) FONT STREET OV/ 8100 TO 1+50 10= S:7.E3 9Y. .V 3A :f 90S00 2005 1CC ^I70. 0 $5 N/A DATE; REN4Ch I[EZAAY. R•. 489 257E A'_vd.'SE 20C$ i;' SCALE. r N /A P.O!Ci AC 5R C3 OS .H SCUD, 10' 1 DWG. 4.71.31A1/44E: D^=A 4005'0 925E- 0 09 4.71.31A1/44E: 0 I; DX On F Flii +DT1VNT0NN BASEIDV6 r m G) m z o 111.1 init, Ag um no we ma am ma 3 fr 4 1. go 4 1 4 MATCH LINE STA 14-t- 00 SEE ABOVE MATCH :-INE STA 1 5±00 SEE SHEET C-15 i I n 0 671 C c T 2 U) hi m z 0 z 6 -4 rn P 4 0 cn z z 5 C i -I 0 m 6 z c r3 2 10 C0 5. s o 0 R c c C 2 c 8 rn ...4 --c z z .z fir C' 0.0 0 :3; z or -v. 11 21' co z: 0 m m 0 s rii q 0 B rn x I z r f OM I= MI NM MATCH LINE SIA 11t 50 SEE SHEET 0-13 m m MATCH LINE STA 14+00 SEE UNE BELOW FRONT' STREET OVERLAY 114-50 TO 18+00 u,±: wc..Ks CITY OF PORT ANGELES CA LL 48 HOURS {0-Tt. 2:-0: IC.atii'XIR NISIVAI.- RYA iii7,5 5 ON :321E., 57:' S'ItEEI P 0, 74 119:1 1.PRZ,CCI t TR 01--43 !0.±,,-.71,...- ST:StV F. S.." F r... I` Et101,h7J1 BEFORE YOU 0/G DA:S.,, ...,-50USI 2?,...G IV- 9CALL 1. N s■i. PC 7 10' PORT- ANCLIES, ISALS1.0 99362 11-800424-5555 IS7N; .21,47.4i. Dtiltinf., 94SS `DOA' PRO NAME.14/1-- I t I P,C.:E. (5)) 46/.4.11 ;SURVEY MINAT.1 I4/ Fitat:W. r';SE PAM Catat JArelially Me cyrY OF ',PORT ANGELES Stag-EN SPViP, ENG 32.I E 511 57RET P.O. 555 1154 317 ■IMLSS, Yto.E.KUTOO. 58,152 PearE, (350) 45 0 0 z A 0 z 0 to tol .MATCH LINE STA 18+50 SEE ABOVE MATCH LINE STA 20+50 SEE SHEET C-16 2 C m 8 3 2 2 2 0 cr.1 zi fr,4 rn a Z C S 0 z 2 2 Sn T. 2 -1 z •=i rn 0 CALL 48 HOURS BEFORE YOU DIG 1-800-424-5555 F C Sn I Ca 39 71 C;) 0 0 2/ 8 g z 52= Z 2 6 c 0 0 c i 8 rn .4 6 K Z' CI 1 0 0 0 In a 22 52581 C "Z C) ;a 0 CM o. ,M 0 rn 0 a M x I M 81.•130.155 aY 9v .799 /99C:ECT na, M -CI 8155, F028501 5501)381)' 8,8155 DCA PRCI. N855,- hr/A P599'121.' FUSUAVE N/9, 94vistan ,Dat., AUGUST NW r M m 0 99;E: .03119 3555 CCN1055 NIA 83870 DAC- A813595 MCI t 5 SCALE 1'9 915 19_ SCALS: 3 80' '0 MATCH LINE STA 16+00 SEE SHEET C-14, MATCH LINE STA 18+50 SEE LINE BELOW FRONT STREET OVE-?LAY 16y-00 10 20+50 95V153+4 ritv■ 5004711/ IIIASE,DwG ffr 01 04'400' 2 V7 J3 S 7 MO]e]Nn S 0 ZV S ]Nf»dl w §wo I )HS 33S O +d b S 3Nn H01 ¥A 1 rODIAMOC VEN V.:10 0 £2 -+z -002 -I 010 30 310J38 £8479 77V3 a 111 ƒ R u a E U. ƒ w z A la co I ce 0 0 0 e f ƒ R Z k D i 0 Lt.- 1 3HS 335 09417Z VS]&] vw ]WO8V 335 0 +CZ b S]k1 VI C, _a ,m ja i m aa' V a e, VeCiiS. 'a _5 53730 NV IY0d J «7c e m Ativnoir MI MI M 11111 MI =I Ell 11E1 =I 1•111 11111 INN MB =I IMO tiC' 'UCtri .141'4M$1 y1,411 r-• a ?IntJC tfiC/ItIk5 cyTy OF PORT ANGELES, STE1EN SPEr. PE art -crit.1R. s STREET P C. pox ITN FORT WASIfINGT01, 683.$1 Pkg. (Xt3) 457-0flt E X 0 Rooftlon Datei ALT5115T MATCH LINE-STA 24+50 SEE SHEET C-16 CALL 48 HOURS" FRONT S TREET OVERLAY 24+50 Ats..u51 2))T 1.41 etIA CES1710 .Att 04.7E' I .1 9 ra 1,7r.% IV. SC.91.- 8EFE2R1:7 YOU DIG •PRCAIF:T DAV,. FILVAHL: 03Z741:10: EASE 10 —_800— tICA.PRW ft/WE, /4 t MATCH LINE STA 26+38.5 END OF CONSTRUCTION TO .26 +38.5 *kik LIOWInit.41 BASE MN MI MN MI INN all =Ili NM NMI MIMI MI 1111111 NM Mill MI =I Plot Dote -DECEMBER am A. o z cn z cn m -4 a m CP CO CP g r- r- m m m m r.) -1 M 00 o z m -e a -f C ED 0) Co M g 0 di, -T, Fr, co m Z00 z 10 0 E7 CO z F -4 0 rn Co C 2 A I z .c. e C Jr 2 CO PLISIJC Wt5 ary OF PORT ANGELES 771 X Co Co z —1 m *0 5 MATCH LINE, ETA 10+50 SEE. ABM •r. MATCH LINE STA 13+00 SEE SHEET C-19 at g 00 Z 5 Reviver, Datfe DECEMBER ',0009 BEGINING cONSTRUCDON STA 5-;-57 ETA 04700 CL INTERSECTION FRANCIS ANO 5TH, STREET 7 1) VX,M IW,V VVVI, •fA OshingtOP` teet,' MATCH LINE ETA 10+50 SEE BELOW FIFTH STREET—. OVERL.4" ETA +5O TO 17+-75 C,4LL 48 HOURS IDEBB)MEC et' At DUCTIC0D TOUR ?AA ZATEI RE‘.%Sai SOM P RPM.% P CoY ENCZE.E.R. s EFGRE you of ay NA. ,DECaS7R.. 2:09 IV, srms. .E%.504 P BOX 1=- ir-RCJECT NO, 00 rr• •-ta 1".0* 20/ P0RT !IASYING;C•t±. S'3582 424 .7-1L1•41.10 FThi 511 OV-.1131._AY ST 5-50 10 1 '0 20 009 PROst. Na A 00,o0 000- 45-'C (-1(-1-/ 02,009 Ro9. DM/ Vt," kvolv 'OPMSAVATenoW Vega' 44-4-5 MI NI MN MI NM MN MI MN In NM MI NE 11111 NB NE MI MI NB ION Mei 11ECERBER 209 4.1 V 'co O 2 m m -4 -4 O 0 123 in 0 M M 422 Z M 'C) 9 -I I 2 M ,0 —I x m c z U) 0 471 0 )1 m 0 55 z S r 131 z 5 z 4„: 0 z 0 co 0 2 0- 0 U) 0 0 -on z 0 2 z FLOC 10402 CITY OF PORT ANGELES P,E, CITY-24 321 E. Ern ErnEet. P.0 110 .0 Ascr.....E5,111...51424604., 983252 P7 (34) "27-0.11 1 ,AkIN't MATCH 'LINE STA 151-00 SEE, ABOVE MATCH UNE. STA 21-F0O SEE SHEET 0-20 [CALL 48 HOURS BEFORE YOU DIG 7=800-4245555 0 22 z 2 (0 7 60 z -1 C F. 2 rE ones 0 III 0 Ras/Iran DECENKR 00 rTh [1:: rri G) m 0 FNIEf 9:4:0OIED'SY. At CtC2■139 2::...0 IC0/42r2R. L.4r24 OA .94 tal C) 0-10 0412. 2 25S f -S 1 -12,G O SCA Irm l'A. t)- SCM-E: 1 IV 1 .a.441.:.4 A, 44 a 1 646... FET. SrPEIET CVE..LAY IST4 52,12 TO 141.,10 I2k 23 k nr.„4 2 401 N hlA InewCww.._...... l i 1 0. I. MATCH UNE STA 13'-7-0i) SEE SHEET C-1-8 MATCH I.NE STA 181-,00 SEE BELOW FIFTH STREET- OVERLAY' STA TO i_Ty-oa TO 21409 LE 510Or rli.nfruck■ gout* int 44"I 414 ,LL"'IL,4 rw 7 9Y S ALUMINUM ALLUY (AMIMM1X, 7 Lv) L3INCRI JT sitps, (STY -APMMTX. .1 IEPS) CTIMPAGTE0 mcmpt; L RAILING NOTES: tak6VE EXISTrCON ADA' STRODT.PFedi 4ET.02:4") C 49. 1 1:rir:4 1 .01 t Igng 0 17 0NOT, fer4, Pi Oft, ..toistRucr smci)ma0Wd,mi1I), fit 1.) Z ALUMINUM ALLOY RAILS SHALL BE PLACED VERTICALLY ATEVERY 8' INTERVAL 2) THE INSTALLED RAILING SHALL BE IN TRUE ALIGNMENT. ON PROPER GRADE, AND ALL POSTS PLUMB 3) HORIZONTAL RAILING ENDS SHALL BE ATTACHED TO VERTICAL POLES, THUS PREVENT CATCHING: T-1.! ALUMINUM ALLUY RAILING MTV APPSIX 2.0 LI") WISING ;3/ 4' TU 1 1/4f I I 1 TYPICAL STAIR SECTION 4' °MIN CONC. STAIRWAY NOTES:' NG imE V t AmmT or GUAR PLR DS 36' MIN TO NIARLS'I kiKikwAYS, EXCLUSIVE or IMISIMUCUON 111EIM LANUIN4S, MUST 5 NAVE A MIN. 111:1‘,111 or, 14. mcmi.u4c0 /L0) icom„,;...y cmum rut: NOSING or THU tmEAll, 1) STAIRWAY SHALL BE CONSTRUCTED PER THE 2006 INTERNATIONAL RESIDENTAIL CODE_ 2) STAIRWAY SHALL CONSIST OF APPROX EIGHT (8) CONC, STEPS, MIN. 6' THICK 3) REINFORCED STEEL SHALL BE PLACED PER DIRECTION OF ENGINEER. REINFORCED STEEL'SHALL BE ASSEMBLED 4) AND SECURELY TIED WITHANNEALED WIRE OF NOT THANNO,16„GAUGE AT:EACH BAR LAPOR CROSSING AND BE RIGIDLY SUPpORTEDIN THE PLAN LOCATION DURING TIE CONCRETEPLACEMENT 4) THE LARGEST RISE OR RUN WITHIN ANY-FLIGHT OF STAIRS IS NOT TO EXCEED THE SMALLEST BY MORE THAN 318'. 6 c>: Oh kurittqum PLUTO PIPE (NCIPINAL S17,r) 1/2' ALUMINUM Ahoy PIPE (NUMINAL PIPE sIg) •1. A SPIICRE 4' IN bIAMt TER CANNOT PASS 'MACKIE SIPt IR VA t L7 1 R 1 vf ri) STANDARD PEDSTRIAN GUARD RAIL D-eo mar tRININ 10 sour RAILING"NOTES: ALL RAILING SHALL BE ALUMINUM ALLOY. SCHEDULE 40 PIPE.ALL PEDESTRIAN RAILING INCLUDES POSTS; RAILS AND ALl. CONNCECTIONS NECESSARY FOR FABRICATION AND INSTALLATIONINCLUDING BUT NOT LIMITED TOTHE PLANS AND SPECIFICATIONS a) ALL FITTINGS AND FASTENERS SHALL BE SAME BASIC MATERIAL AND ALLOY AS PARTS BEING JOINED. DO. NOT USE MATERIALS THAT WILL BE CORROSIVE OR INCOMPATiBLE,WITHMATERIALS DO NOT USE POP- RIVETS, SHEET METAL SCREWS, ADHESIVES OR CASTING FITTINGS 3) APPROXIMATEPEDESTRIAN RAIL LENGTH IS 55 LINEAR FEET (INCLUDES RAIL IN SIDEWALK AND ALONG STAIRS) 2" GALVANIZED RAILS SHALL BE PLACED VERTICALLY AT EVERY 8' INTERVAL THE INSTALLED RAILING SHALL BE-IN TRUE- ALIONMENT„ONPROPER-GRADE, ANDALL -POSTS PLUMB LOWER RAIL SHALL BEA MAXIMUM ttl't ABOVESIDEWALK c.rts140 111m mutat Mac mvuom I36,ata=m; PM Nal.'S:, I. imF um trav mu is zy aurrfuicao nt' mimiLD m4 a43 1 Am IV: ,NICIS te 'OMR 101/7 tonart I,' moo: 4' *arrow we it. mair win. sait !VC STANDARD UNIT/BASE PAD ISOMETRIC SECTION VIEW, 1,67ree7ai a lamp or m- xrci74 RETAINING WALL NOTES: I) RETAIN WALL SHALL Be APPROXIMATELY 2-3 FEET IN HEIGHTS ,2) LENGTH OF RETAINING WALL SHALL BE APPROXIMATELY 6-8 FEET IN LENGTH 3) DISTANCE BETWEENwK OF SIDEWALK TO RETAINING WALL:SHALL BE MINIMUM 12". I) 3) 4) LEGEND, 0' 11V INCIIIS AT 1.1i1 scar if NOT SCALE CCORDINOT 1 a•Ca EXISTING I IYDRANT EXISTING TF2E17-, 1E3 pRIN.evar r,02 0.1' AVERAGE DEPTH OVERLAY C.) REPLACE MANHOI E FRAME"AND COVEI okuJusrtxts/INGwATE• VALVE CATCH BASIN TYPE I Comommem•Er WITH COMBINATION it 25", (LENGTH) BY B I (DEMI-I) TAK CONSTI4UCTION BUTT:10IN I EXISTING WATER LINE EXISTING SANITARY SEWER uwe exisitwrl SI ORM DRAIN LINE MONUMENT 'GENERAL NOTES: AU. GRATES AND COVERS SHALL RE MOLT DOWN: MANI IOU! COVERS SHA11: SAVE LEITERS 'SEWER" OR "IJRAIN'AS APPROPRIATE CATCH BASIN SHALL HAVE OIL/WATER SEPARATORS GRATES AND COMBINAIlati two HOODS SHALL:BE SI AMPED GRAIN TOM NO SCALE SHOULDER II PARKING PRELEVEL, TYP NO SCALE 2' MIN COMPACTED DEPTH CRUSHED ROCK SHOULDER TYP (VARIES 2 5' TO 5' FEET) VARIES BETWEEN 35' -50' 8' I VARIES 12 -18' I VARIES 12 -18' i 8' I 4 I BUTT JOINT 01' OVERLAY HMACL 1/2' PG-82-22 �ml 0 1' GRINDING, TYP EXISTING HMA FRONT STREET GRIND. PRELEVEL AND OVERLAY VARIES BETWEEN 38' -42' VARIES 12 18' I VARIES 12 -18' 0 1' OVERLAY HMACL PG82 -22 Q EXISTING HMA 5TH STREET PRELEVEL AND OVERLAY D-1 NO SCALE 01' OVERLAY HMA CL 12' PG -64 -22 12.5' PRELEVEL (VARIES), TYP 25' IL EXISTING HMA 12.5' SHOULDER PARKING 4' I BUTT JOINT EXISTING CURB. GUTTER SIDEWALK EXISTING CURB, GUTTER SIDEWALK LAURIDSEN BLVD., L STREET AND RACE STRET PRELEVEL AND OVERLAY ROADWAY WIDTH EXTENDED TO ACHIEVE 25' MAX HMA ROADWAY, SHOULDER PREPARATION REQUIRED 2' MIN COMPACTED DEPTH CRUSHED ROCK SHOULDER TPY (VARIES 2 5' TO 5' FEET) ROADWAY WIDTH EXTENDED TO ACHIEVE 25' MAX HMA ROADWAY, SHOULDER PREPARATION REQUIRED 2' MIN COMPACTED DEPTH HMA CL 12' PG-84-22 SHOULDER TPY (VARIES 2 5' TO 5' FEET) 25' 12.5' I 12.5' VARIES _I VARIES 0 1' OVERLAY HMA CL 12' PG-84-22 IL MAX.: 1 I.-- MAX. 6' 2' MIN COMPACTED DEPTH HMA 2' MIN COMPACTED DEPTH CRUSHED SURFACING TOP COURSE AS SPECIFIED IN PLANS SHOULDER PREPARATION- CRUSHED ROCK NO SCALE 12 5' VARIES 01' OVERLAY HMA CL 112' P084.22 25' IL 2' MIN COMPACTED DEPTH HMA 2' MIN COMPACTED DEPTH CRUSHED SURFACING TOP COURSE AS SPECIFIED IN PLANS X51 SHOULDER PREPARATION -HMA D -1 NO SCALE 12 5' VARIES 0.1' OVERLAYER 111-12 NO SCALE VARIES ROADWAY WIDTH EXTENDED TO ACHIEVE 25' MAX HMA ROADWAY, SHOULDER PREPARATION REQUIRED rL 2' MIN COMPACTED DEPTH CRUSHED ROCK SHOULDER TPY (VARIES 2 5' TO 5' FEET) ROADWAY WIDTH EXTENDED TO ACHIEVE 25' MAX HMA ROADWAY, SHOULDER PREPARATION REQUIRED 2' MIN COMPACTED DEPTH HMA CL 12' PG-84-22 SHOULDER TYP (VARIES 2 5' TO 5' FEET) VARIES I"( 6 -10' 25' 01' TAPERED BUTT JOINT NO SCALE 6' HMA DRIVEWAY FEATHER j 25' TAPER BUTT JOINT I 25' 0.1' VARIES PROFILE VIEW 25 01 TAPERED I UTT JOINT CROSS SECTION 25: 0.1' HMA TAPERED BUTT JOINT HMA DRIVEWAY FEATHER 25 01 TAPERED BUTT JOINT 0' TWO INCHES AT FALL SCALE IF NOT SCALE ACCORDINGLY EDGE OF PAVEMENT A rc D -1 VARIES 0.1' OVERLAYER 8- 10' HMA CROSS STREET FEATHER D -2 NO SCALE W SOLID WHITE LANE LINE NOTES. NOTE. BIKE LANE BIKE SYMBOL NO SCALE 4' -6" VARIES FACE OF CURB LINE 1 WHITE SKID RESISTANT UNLESS OTHERWISE INDICATED ON CH NNELIZATION PLANS AND/OR IN THE SPECIAL PROVISIONS 2 STATION REFERENCE LOCATION FOR CHANNELIZATION PLANS 3 BIKE LANE AND SHARED LANE SIGNING SHALL BE PER MUTCO 4 AT A MINIMUM BIKE PAVEMENT MARKINGS SHALL BE PLACED IMMEOIATLY AFTER EVERY INTERSECTION 10' 4 LLANE BEGINS BIKE TEXT DIMENSIONS VARIES VAR /ES 2% SLOPE 0 S HMA CROSS STREET FEATHER NO SCALE PROFILE GRADE (SEE NOTES /2 AND /3) 2% SLOPE 4 -6" MIN COMPACTED DEPTH HOT MIX ASPHALT 6" MIN COMPACTED DEPTH CRUSHED SURFACING TOP COURSE 24" MIN. COMPACTED DEPTH BALLAST VAR /ES L 4' -6" �o BACKFILL DETAIL FOR CATCH BASIN REMOVAL D-2 NO SCALE 1 ASPHALT THICKNESS SHALL BE 4" THICK ON 57H STREET 6" THICK ON FRONT STREET UNLESS OTHERWISE DIRECTED BY ENGINEER 2 ALL TRENCHING /BACKFILL SHALL BE BACKFILLED WITH CRUSHED SURFACING MATERIALS CONFORMING TO WSDOT /APWA SPECIFICATIONS SECTION 4 -04 AND SHALL BE COMPACTED TO 95% MAX DENSITY, AS DESCRIBED IN WSDOT/APWA SPECIF ICATIONS S£CTTON 2 -03. NOTES 71 Avg axe /Lµ9/ AT &NKR RFAACE WM r camera N WIMPY AREA 6' nN r ITEl SCWMK OR MERE SWUM MOE uMAX N IIA.NAl11 SLOPE 9EVIN 'TINE =��a s-� 5 MIN/ ~NSW sl GINNIFAK LIAR ISO ONE QAIDSV AS MWLSSVTY SECTION A -A 1/2"R SST NON 1 DRIVEWAY LOCATION TO BE APPROVED BY CITY ENGINEER 2 WHEN SIDEWALK IS NOT PRESENT, DRIVEWAY APPROACH SHALL BE CONSTRUCTED TO MEET FUTURE SIDEWALK GRADE .I SIDEWALK CROSS SLOPE SHALL NOT EXCEED 2% IN DRIVEWAY AND BYPASS AREAS 4 DRIVEWAY APRON AND SIDEWALK SHALL BE CONCRETE AND SEPARATED FRONT OTHER CONCRETE WORK USING EXPANSION JOINTS S HERBICIDE TO BE PLACED UNDER PAVING CURB AND SIDEWALK PRIOR TO PLACING OF MATERIALS 6 SIDEWALKS CURB AND GUTTER PER CITY STANDARD PLANS K EXPOSED AGGREGATE WORK OR SPECIAL SURFACE TREATMENT NOT ALLOWED IN RIGHT OF WAY B TRANSVERSE EXPASNS/OW JOINT(S), FULL DEPTH, SHALL BC AT INTERVALS NOT TO EXCEED 15 FEET AND BE EQUALLY SPACED IN OR /HEWAY APRONS 9 CONCRETE SHALL BE CLASS 30010 10 DRIVEWAY PAYING MATERIALS 077/ER THAN CYWCRETE, MAY BE USED BETWEEN THE SIDEWALK AND THE R/W BM CITY ENGINEER APPROVAL Il EXPANSION JOINTS SF /ALL BE 1/4" THICK, RILL DEPTH, ASPHALT IMPREGNATED JOINT MATERIAL 12 SIDEWALK MOTHS SHOWN ARE FOR RESIDENTIAL AREAS COMMERCIAL AND DOWNTOWN AREA ;MOTHS SHALL BE 10' AND 14' RESPECTIVELY 11 ANY DEVIATION FROM THESE MINIMUM STANDARDS REQUIRES PRIOR APPROVAL BY CITY ENGINEER F TOP OF CURB AT DRIVEWAY AND LATTER PER WSDOT STANDARD PLAN F- TOT2 -00 D -2 NOT TO SCALE w.rn�.ue0 COVCPETE CURB 11 DRIVEWAY INSTALLATION D_') NOT TO SCALE L_ FULL CONCRETE CURB AND CLUTTER (BEYOND) SIDEWALK SURFACE TRANSYRLW RAMP FROM (m DRIVEWAY 70 SIDEWALK 7 MAX SLOPE A. 12' 7(83%) 6' PEDESTRIAN -A- TRAMWAY CROSSING DRIVEWAY NOTES SECTION A —A 6 CRACK ANTS EVERY 5 FEET IN WALK B towrope (RESIDUAL) 70 BE APPLIED BfRWE PDWTNO pYKREts 0' 6" J GRADE TO MARY! EXISTING DR/VEWAY SEE NOTE 5 NOTES I DIE PEDESTRIAN IRAIELWAY SNAIL /L1/£ A MM L/EM CROSS SLOPE A' 501 (2X,1 1 INSTALL RAMPS ON BON 9DES OF ME DRIEWAY AS SHOW O0 DE PLANS RAMPS SWILL BE AS LONG AS NECESSARY 70 PROMDE A MANIUM SCWE OF 727 PARALLEL AND PFRPFIV/9TAAR 70 DIE COSINO PANE ON IIIA'CH DIE RAMP IS 70 B L'CWSIVICIID. J GWENT COMZEIE SHALL SE puss soca 120 rasa' AILL1CNC MWPS A ASPHALT NAM EV•ANSON ANT ROLL DEPM AT BACK OF CLIMB AND ACRE TO FEET AT IRANS1ER3£ A OS ANT MATERIAL NOT REPARE0 AT BACK OF LMPB F LAMP AADAR 05W1I/A Y IS POURED 5EPA /711 GREASING A CAD ANT I FORMS SHALE BE SIEEL. NO VI MAY BE APPROVED FOP AREAS REWLWNC SPEOAL (01115& 2 FORTIS VINO BE DIVE 70 LINE CRAVE SECHRELY STAKES .I EXIRO]EO CURBS REVERE mew APPROVAL BY OTY ENINFER A 771E 1 RADIOS ON UPPER FACE OF COW MAY BE FARMED BY 11018 OR BOLT INTO FACE FARM I RADIOS ON LONER FACE OF Cl/749 SHALL BE FORMED BY BE FACE /5/H O COOOPE11 SHALL BE L£MEVT CONCRETE CLASS JO)G O EXPAHWXO ANTS SHALL BE PALED AT ALL AILEY AND DAIEW'AY RE1URNS SIRLCRMES CURB RAMPS AND AS SHOWY ON PLANS T ALL JOINTS SHAH BE CLEAN AND EDGED S E]PANSKN ANTS SHALL BE 1/4 •ICH MICK AND AT TO FT INTERVALS OR AS ORECIED EAPANSTW .MINIS 91411 BE ASPHALT IIPREO/AIED JOINT 1/AR/WL Id caw( ANTS VIAL( BE 7/5' WOE AND 1' DEEP AND .SMALL BE PLACED AT IO FT IVIESYALS 2� CONCRETE TRAFFIC CURB AND GUTTER aFNF 1' TWO INCHES AT FULL SCALE IF NOT SCALE ACCORDINGLY 2' D -2 oo 0 r 00 No iyg J Q m 0 z 4 a m at� s a 00/ rli c a c c -a .91 /I I .Z1I SCZ XVW AlONIaNO33V 31935 ION it 31V3S llnJ IV S3HONI OMl .l MIA ORI.LRYAIOSI 11V.L2U 313111111 �7HLOd1�Q nolo) 011 /901131 30119116 V3199001311.91 61111 I 8 1 1 0 1 NV7d 1 Ia ..v1 1 I VVff J .S6 I g l Ni l s .'Si V 1 N' 9 I I co) -E 3 avvv Mt, A. 6! x1, /o 120000 ullov)ouo 9.9 00/09 t9gr dww ay,/ 6701709 ayl 4 •II Pun/ vawawld01.14 P19 /0 Y 9 v /W/J 7081/89 910 .91. II P.M 110400,7 09) 000 0091 n ■0009 pm, •00,1 I 110 thaw agiJ wolf rvolnnomony,0.n tamp uopsunf'ra/6onovaSes/wp Avoid pow Y 417101 uoq/ 0011) r a9,ov80yr12do/rAmu r 01'O 1900191d 29703,700603 vNo o 091 /"Aap'Va9,'(ap091 I wa7 ]00070(970 09910600 1209 8 17003 ry 0 P19075 o+wlrao(ow ayl w p1900d /p.1101ala Wogs n 0 1 STRAW 0 pam 17 000 1794 r (x1611) 7M.f)(MIN 6111 00//91, w 0071.717v I{. 1 J I Dy..ar6' a0/ /.v 0/131191 MOM, RAs 0/70.01/1' NM V -00 AS 30)20 AMMO" 0AdN'0 000 VA301 N3931V 1 00(97 .0 NOI1VAd1a .1410111 .7rcbd 1 .7.l 461 .019 .01 .11.9 1190113 30811510 3)105 w JON V V AWI035 1nO� V 31VOS 01 ION 1 H11M V1 Bd)ll dWVII N1VMGIS NOI1aas (83JON a /S) 2303110 V cam 000502430 0017.10/171NI III N1/311001 91v1089501101 .0x1 -AI 1119x001 .0.0 01 91 133100 1I9A A 01 133300 .3111- II 143109 .0rc0 AI 109100 .9319 b 133100 .0110.9 109100 .011 -9 /I0al O15O0191 00310 X 93V51V601OV1 31VOS 01 ION E a 18�NI NOIIVNI8WO0 /M NISV8 HOJYO 9 .80 370360 /V 0191/007 9.00 71) 0MOUVAVI 03111131 K1 10/ 00919• -6 130001 16019 If90I� ONY AYS (Y 00- 0•171 -9 ammo JOON 3631 0/)0 a 3791 77/7 A, 006 VA/U 1x613109 /661310 r Y 87601#0/7x177.1 1 0O j j 1, p III LI I y 8 9 3/Yaa A -V T.9 010 Sa01VA WON 1)711101.07 10167 w 63711/ 3a w 30913900 l3rll/3f 36 d are PAM IOIYO r 0000 555 313200100 $x94/ A0 60/9/1307 11 x10/810 x' 631031 NOIJ.38S Harm.) aNV Dana 1o'0a03 (9 OJAN 1091) 1)0111107/ awn 005532d00 AVMOVO/ 40101 Nsnld (ZI 01 NVId COS 96S1 awn NVI11Saaad 0120391031NON33 (s)IVJSO 036) N13LLVd ONINOIVM _S 3110133JHO ,.O ONIONY) N)IOLLVd ONINOIVO inavIoNiaa IVIONV) I I 0-3 70T /yam) I t L N)YMa01S t I/) 6a, 2 Oa93 40 3301 1V 9803 AO 371 (11913 0 0051 N11311Yd, 9NIN0VM 3100/03130 alvva ,1fd (Y 02091 aas) 203319) /9 IM0o 0J023NO3 JNaHla3 AVMOVO) 40101 t 1 .63 \I aw9a ,.6./. I N0101300 0)1113 1010104 0010Va A 1 07103 NVM1S /0ad 1223NO7 JNaWa3 NO M3IA 011 1011081 XIVM09083 t b ONIONY) /)17VMOIS 39103 mama (01 OE 01003S) 431101 NO1SNVIX3 NOIJ OIS 13100100101901 (01014 NV)d 010 a0S) 1101 NOISNVdX3.0/0 Vb 04x1 ANVI X)VMOOIS 010/13I1033N3W0) 11200 dVN811 7.910 /S 313010500 1613033 931100099 089390 0890 11011381Or N01609913.05 1903015 3119/8010 01201391071910W97 TIVOS 01 ION Al BdkL dwb'd 88nO (0 0000330 O NOLL038 8311110 9 0/17.3 313830001113933 3700/3016 3130139031143933 x91 0101 0908 3 3119 71 (9 3001233W O No11038 831.1.03 4131113 31353310313130130 )190/3016 3(310NO3110M3 .30190908 J ���I.• x99 0/ 409101 NIW .0 9 31014 33S) NOLL038 8 311110 4 9 8110 03SS3tld30 x90/10905 H 1)3 10101 d9Va 1117130 330161131111 J 819 .0 8 960101M 318V133130 ONIONVI NIW 0 4 M3IA 3IH131081 0WM1010 31393500 1338130 �o x7.0 Az -%13a 8niavd a ino 8an0 31380000 193930 1999 .0 S ■81117.1 09:141101310V133130 00107.1) 7831380890 804 109011100130 dAl) 481083//00 74611111 *Yaw,' e1I1Y� OM' XVIVE do c09-1101-10151619113330) 19MO7.09 (113 0590 NV18183034 10101 3138371001130130 13dA1 dIlV I )IlVM3318 M3IA NVId NOIIVT1V1SNI NI1VMBdIS 1133NON3 Alp 19 7930170)1? 09/81 63091039 SOUYONYIS IYMYM/I1 NOW 07111030 ANY YI 1731003031/ ,I1 OW 01 38 778310 00011 S1381 3100/0000 OW 0*083777090 70/70/003/0 8013W 31X016 6010/9 00931306 it 1917007 A dal ,1971/ 09/1031981 3,970 XL NO 03580 38 77116 0971VA373 1799306 11 577317/ 900.47 0111097/0 131 80111/0 8190300 OW 88/9 9M1Yd /90/07 030911 38 01 30018838 91 1700' SS913 38 771111S 383801100 6 '600/x" MO0NYdX3 AO 03/020Yd3S 38 770/6 X71/27306 ONY 1013-0180 5 AVM- JO110AV A9 030077610N 30807, 1913/11381 30Y38/1S 790316 80 319338009 0.01d13 1 03703 OAP 1000 38 77YNS 3.10/I03 9 718 V 93078 00 x089 030674 (max mu) 71/1731900 !MOP 0131SNV&3 3171 7706 7989 117YM306 xY .713 53808 1731390 0/3X/91.41177111 779 5 5774110/10 -,9 .16 ONY 1370 .1 30911 .el 39 77611S S/NKN A /00100 Y SVM113119 .0 lY OW /71130 73(1.1 3090 .1/ /1 38 77071S /01119* x96319193 Y 7811131079 131109 031 YNO31471917Y7/dSY 38 77106 &M VP 1176NV10i3 Z 10701003 410 A8 031108119 38 01 09711007 X790/30/6' 1 8 -8 808,735 31VOS 01 ION E I BdkL &WEI 8EIn0 31831131 0X111010/3181103130 831103 9 0500 (002{ 01 NVIm 010 339) 039038/00 1 00113 08/8303/ 31380300 /103933 l 031.1190 0800 313030031130133 A9M0008 30 101 1 3AA1dWVEINIVM3019 113002001013933 831/110 0000 do 0090 X90/3015 O 813 611481630301 313803001236113 1098 NM .0 9 AMTS 331 SY mono AM 701 11941 M W ?WI00 63/39110/ 0)W 30110600 w/OYdw 0 NO11038 V -Y x(78,235 10613601).0 1 6x; ma I 090,6 88179 1 V N7141301S d 303135 dims 9N1NV7d /81141 N7YM30.6 1100/3010 31383333 13.30 Nil 0 S NO11038 3 380„03 13930 To Yz 7.10 0 5 31VOS 01 ION 531ON c C -�i t ii g z 0 M c a W I- 0 z 1= J W U1- ZOJ O z W c s CO N J Z z z O Z N 0 O Z L 11 W o CO En Q a) m W Z LLI CD U 7 +00 BEOINING OF CONSTRUCTION STA 8+43 1434 1602 13 +00 I10.5' 18 +00 110 5' 1105' 110 5' 8 +00 DOUBLE CENTER LINE, TYPE 2YY RMP, PER WSDOT STANDARD PLANS M -20 50-01, TYP ADDRESS, TYP UBNTER TYPE 1Y RMP, mmm LL LA PER DO WSDOT LE CE STANDARD LINE, PLANS M -20 50-01, TIP 9 +00 LAURIDSEN BLVD. 19 +00 1702 AI 1704 CENTER LINE. TYPE 1Y RMP, PER WSDOT STANDARD PLANS M -20 50-01, TYP DOUBLE CENTER LINE. TYPE 21'Y RMP, PER WSDOT STANDARD PLANS M-20 50-01, TYP 14 +00 15 +00 LAURIDSEN. BLVD. 105' 20 +00 10 5' 05' 110.5' 1, (30 AND 1632 CROSS WALK, STATION 15 +49, PER WSDOT STANDARD PLAN M-15 10-01, TYP U, N N H I-- W W W Z w J W I (n 10 +00 WHITE EDGE LINE, PER WSDOT STANDARD PLANS, M-20 10-01, TYP (5327 LF) LAURIDSEN BLVD. WHITE EDGE LINE, PER WSDOT STANDARD PLANS, M-20 10-01, TYP (5354 LF) 11 +00 16 +00 10.5'1 110.5' 1500 10 5' LEGEND DOTTED LINE FOR LINE EXTENSIONS CONSIST OF 2 FT LINE SEGMENTS AND 2 FT GAPS. LANE MARKER TYPE 1' LANE MARKER TYPE 2' STOP BAR AND CROSSWALK' 'PRE- FORMED FUSED THERMOPLASTIC PAVEMENT MARKINGS TO BE USED SEE CURRENT WSDOT STANDARD PLANS FOR PATTERNS 105' TRAFFIC STRIPING MARKERS AND SIGNS PER MUTCD UNLESS OTHERWISE SPECIFIED. 17 +00 NOTE ALL EXISTING PAVEMENT MARKINGS WITHIN THE CONSTRUCTION SITE SHALL BE REMOVED UNLESS OTHERWISE SPECIFIED ON THE PLAN SET OR BY THE ENGINEER 0 12 +00 1 2 NEM TWO INCHES AT FULL SCALE IF NOT SCALE ACCORDINGLY Q F4$ O jaa W W Q Z LL J oo 0 U E 6- o j h N N- CI- O O m A. LANE MARKER TYPE 1* LANE MARKER TYPE 2* STOP BAR AND CROSSWALK' NOTE 26 +00 21 +00 10.5' 10 5' 1 10.5' 27 +00 10 5'1 LEGEND DOTTED LINE FOR LINE EXTENSIONS CONSIST OF 2 FT LINE SEGMENTS AND 2 FT GAPS. *PRE- FORMED FUSED THERMOPLASTIC PAVEMENT MARKINGS TO BE USED. SEE CURRENT WSDOT STANDARD PLANS FOR PATTERNS TRAFFIC STRIPING MARKERS AND SIGNS PER MUTCD UNLESS OTHERWISE SPECIFIED. 22 +00 ALL EXISTING PAVEMENT MARKINGS WITHIN THE CONSTRUCTION SITE SHALL BE REMOVED UNLESS OTHERWISE SPECIFIED ON THE PLAN SET OR BY THE ENGINEER 1354 28 +00 1305 23 +00 24 +00 110 LAURIDSEN BLVD. 10:71_ 0 0 z W m 29 +00 LAURIDSEN BLVD. 1254 10 5' 25 +00 30 +00 110 5' 1338 0' 1' 2' ThO INCHES M FULL SCALE IF NOT SCALE ACCORDINGLY U) O M co (ow w w Z J w 2 I- U) 2 S -2 I i co N 1 O N rr) 1 V) (n W W W Z J W S W O co V) 31 +00 105 ..iil iii� 105' 1254 STOP BAR (20 SF), PER WSDOT STANDARD PLANS M-24 60-20, TYP LANE MARKER TYPE 1* LANE MARKER TYPE 2` STOP BAR AND CROSSWALK' I- W W L 32 +00 1105' 37 +00 11 7.._.i_i1.i i" 10.5' LEGEND DOTTED LINE FOR LINE EXTENSIONS CONSIST OF 2 FT LINE SEGMENTS AND 2 FT GAPS. *PRE- FORMED FUSED THERMOPLASTIC PAVEMENT MARKINGS TO BE USED SEE CURRENT WSDOT STANDARD PLANS FOR PATTERNS 1140 TRAFFIC STRIPING MARKERS AND SIGNS PER MUTCD UNLESS OTHERWISE SPECIFIED NOTE ALL EXISTING PAVEMENT MARKINGS WITHIN THE CONSTRUCTION SITE SHALL BE REMOVED UNLESS OTHERWISE SPECIFIED ON THE PLAN SET OR BY THE ENGINEER co Q 0 co W Z W 34+00 105' J �j- m o O Q h cJ r n Z Q I z----- N O cs,,. 2 I 1 1. Ln m N Z d o o I j a a a 30 +00 40 +00 l05' 41 +00 I 1 39+00 LAURIDSEN BLVD, 10,5' W i s _J W 1122 a4) b?w I 0 On oag9P5 j O to N co N- LL O U m 1227 105' LAURIDSEN BLVD. 0' 1' MEN 1111•11111 TWO INCHES AT FULL SCALE IF NOT SCALE ACCORDINGLY 2' O O t i f I o LO P co W I 0 V O m wQ Z W J W 0 I- I 10 N d- (n (O W Z J W I- N Q 14 10 5' 47 +00 10.5'! =4 r; -i i t t/ t 1 t 1 10 5 LEGEND 42 +00 i10 5' DOTTED LINE FOR LINE EXTENSIONS CONSIST OF 2 FT LINE SEGMENTS AND 2 FT GAPS LANE MARKER TYPE 1* LANE MARKER TYPE 2* STOP BAR AND CROSSWALK* *PRE- FORMED FUSED THERMOPLASTIC PAVEMENT MARKINGS TO BE USED. SEE CURRENT WSDOT STANDARD PLANS FOR PATTERNS TRAFFIC STRIPING MARKERS AND SIGNS PER MUTCD UNLESS OTHERWISE SPECIFIED. 43 +00 44 +00 48 +00 NOTE ALL EXISTING PAVEMENT MARKINGS WITHIN THE CONSTRUCTION SITE SHALL BE REMOVED UNLESS OTHERWISE SPECIFIED ON THE PLAN SET OR BY THE ENGINEER 10 5' 10 5' 49 +00 1033 45 +00 i i '1 44'-3 LAURIDSEN BLVD. 50 +00 10 19 'St <0 I J 46 +00 II0 5' w •-•-•-s---0- 110 w m Li IN Z J W 1020 tots (n i Q N 1 Q I Z to o N I f, 1-- Ti P1,1 o (n W W Li WI o z cn o g 10 5' 51 +00 J w t� w 105 LAURIDSEN BLVD. I- vo Q 934 i n e m 6 l girE oetee; 1 r, Lc) h N 0 3 N- LL O c)m� 0' r 10 5' 2' IMMO 1W0 INCHES AT FULL SCALE IF NOT SCALE ACCORDINGLY 0 0 U') W H- 0 W W Z J W (n U F- Q 928 -00 1140 t 1 12' 52 +00 53 +00 F 110.5' 10' 5E1+00 Ito 5' 101 59 +00 ff 54 +00 LAURIDSEN BLVD. 61 r 55 +00 56 +00 0 0 O u) I Q F W W I z W J W r /j LEGEND I tt' 830 A/ 0' 5) DOTTED LINE FOR LINE EXTENSIONS CONSIST OF 2 FT LINE SEGMENTS AND 2 FT GAPS. LANE MARKER TYPE 1* LANE MARKER TYPE 2* STOP BAR AND CROSSWALK* *PRE FORMED FUSED THERMOPLASTIC PAVEMENT MARKINGS TO BE USED. SEE CURRENT WSDOT STANDARD PLANS FOR PATTERNS TRAFFIC STRIPING MARKERS AND SIGNS PER MUTCD UNLESS OTHERWISE SPECIFIED. 1' 0 0 N tn NOTE ALL EXISTING PAVEMENT MARKINGS WITHIN THE CONSTRUCTION SITE SHALL BE REMOVED UNLESS OTHERWISE SPECIFIED ON THE PLAN SET OR BY THE ENGINEER IWO INCHES AT FULL SCALE IF NOT SCALE ACCORDINGLY m 2' S -5 W Z FLYsthi P. Q o Oa� C3 O 0 O L17 Q U) W W W Z J W W U I— Q CURVE A B D F G •00 11' 10'T CURVE TABLE RADIUS 90' 300' 288' 45' 30' 150' 150' 120' TAPES LENGTH 89.44' I 80.66' 77.44' 36.02' 63.04 45.57' 51.81' I 61 +00 w N W 6L PER WSDOT STANDARD DOUBLE CENTER LINE, TYPE 1Y RMP, PL NS M'20 50-01, TYP T 1 13' F 1 DOUBLE LANE TYPE 2W, PER WSDOT STANDARD PLANS M-20 50-01, TYP PER WSDOT STANDARD PLANS M-80 10-00, TYP DOUBLE LANE TYPE 1W, PER WSDOT STANDARD PLANS M-20 50-01, TYP DOUBLE CENTER LINE TYPE 2YY, PER WSDOT STANDARD PLANS M-20 50-01, TYP, 13' r L1' 1 •'U S TRAFFIC ARROW TYPE 2SL, PER WSDOT STANDARD PLANS M-24 40-0, TYP 63 +00 TRAFFIC ARROW TYPE 2SR, PER WSDOT STANDARD PLANS M -24 40-01, TYP, STOP BAR (22 LF), PER WSDOT STANDARD PLANS M-24 80-20, TYP NOTE T LEGEND STOP BAR (15 LF), PER WSDOT STANDARD PLANS M -24 80-20, TYP .D' 28' T,1, B (4+ I0 C I5.5' S 22' DOTTED LINE FOR LINE EXTENSIONS CONSIST OF 2 FT LINE SEGMENTS AND 2 FT GAPS LANE MARKER TYPE 1* LANE MARKER TYPE 2* STOP BAR AND CROSSWALK* *PRE- FORMED FUSED THERMOPLASTIC PAVEMENT MARKINGS TO BE USED. SEE CURRENT WSDOT STANDARD PLANS FOR PATTERNS TRAFFIC STRIPING MARKERS AND SIGNS PER MUTCD UNLESS OTHERWISE SPECIFIED. ALL EXISTING PAVEMENT MARKINGS WITHIN THE CONSTRUCTION SITE SHALL BE REMOVED UNLESS OTHERWISE SPECIFIED ON THE PLAN SET OR BY THE ENGINEER 0 1' 2• TWO INCHES AT FULL SCALE IF NOT SCALE ACCORDINGLY z 0 I— D O I 0 Z O 0 LL O 0 z W S -6 N Z ro O Z U O W W 0 (n Z tr z Q W C� J CO II o 0 O O U W D M W F u) (n Z O J 3 +00 STOP BAR (25 LF), PER WSDOT STANDARD PLANS M -24 80-20, TYP 19' 9 +00 10 5' L STREET 105• START OF EDGE LINE STA 3 +57, WESTSIDE OF ROADWAY, PER WSDOT STANDARD PLANS M-20 50-01 (1888 LF) BEGINING OF CONSTRUTION STA 3 +24 WIDE LINE, TYPE 11' PRM PER WSDOT STANDARD PLANS M- 20 -50 -01, TYP 19' 14' LSTREET J 75 START OF EDGE LINE STA 3 +24, EASTSIDE OF ROADWAY, PER WSDOT STANDARD PLANS M -20 50-01 (18331 .F) 3 3' LEGEND DOTTED LINE FOR LINE EXTENSIONS CONSIST OF 2 FT LINE SEGMENTS AND 2 FT GAPS LANE MARKER TYPE 1• LANE MARKER TYPE 2* STOP BAR AND CROSSWALK' *PREFORMED FUSED THERMOPLASTIC PAVEMENT MARKINGS TO BE USED SEE CURRENT WSDOT STANDARD PLANS FOR PATTERNS TRAFFIC STRIPING MARKERS AND SIGNS PER MUTCD UNLESS OTHERWISE SPECIFIED. 12' 12' NOTE ALL EXISTING PAVEMENT MARKINGS WITHIN THE CONSTRUCTION SITE SHALL BE REMOVED UNLESS OTHERWISE SPECIFIED ON THE PLAN SET OR BY THE ENGINEER WIDE LINE, TYPE 2YY RPM PER WSDOT STANDARD PLANS M- 20{0-01, TYP 100' EDGE LINE TAPER BEGIN STA 4 +28, EAST AND WEST SIDES OF ROADWAY 10 +00 1I I0I 11 +00 1 I 10,5' I I EDGE LINE, PER WSDOT STANDARD PLANS M-20 60-01, TYP WIDE LINE, TYPE 1Y AND TYPE 2Y RPM, SEE WSDOT STANDARD PLANS M- 20.50.01, TYP WIDE LINE, TYPE 2YY RPM, SEE WSDOT STANDARD PLANS M- 20-50.01, TYP 6 +00 EDGE LINE TAPER ENDS STA 5+28, EAST AND WEST SIDES OF ROADWAY 10 5' 105• 1 II 12 +00 T+- D D• a1 33' i I _r 7 +-00 10 5' 33' 10 5' 13 +00 8 +D0 0' I' 2' MO INCHES AT FULL SCALE IF NOT SCALE ACCORDINGLY S -7 Z c5 m a RQRth •,Qoa�a O a2 b w�€ p r4 2 to H (O w wW Z r J U W U F- 2 0 0 rn (n 0 M Z< J W U) H 7 14 +00 Ilr RN 10.5' 10 5' 15 +00 Ili +UU EDGE LINE, PER WSDOT TANDARD PLANS M-20 50-01 (105 LF) YIELD BAR, PER WSDOT STANDARD PLANS M -24 60-02 END OF EDGE LINE STA 21 +59, WESTSIDE OF ROADWAY, PER WSDOT STANDARD PLANS M -20 50 -01 END OF EDGE LINE STA 21 +24, PER WSDOT STANDARD PLANS M -20 50-01 CP. Al t EDGE LINE, PER WS OT STANDARD PLANS M -20 50-01 (91 LF) STOP BAR (12 LF), PER WSDOT STANDARD PLANS M -24 60-20 21 +00 TOP BAR (32 LF). rER WSDOT STANDARD 'GINS M -24 60-20 1 /sUU N N H F�- CO CO U Z Z Z O z O W Z Q (A CO m 1 O WO 0 0 cc W u- 10.5'1 LEGEND DOTTED LINE FOR LINE EXTENSIONS CONSIST OF 2 FT LINE SEGMENTS AND 2 FT GAPS LANE MARKER TYPE 1* LANE MARKER TYPE 2* STOP BAR AND CROSSWALK* *PREFORMED FUSED THERMOPLASTIC PAVEMENT MARKINGS TO BE USED. SEE CURRENT WSDOT STANDARD PLANS FOR PATTERNS TRAFFIC STRIPING MARKERS AND SIGNS PER MUTCD UNLESS OTHERWISE SPECIFIED NOTE ALL EXISTING PAVEMENT MARKINGS WITHIN THE CONSTRUCTION SITE SHALL BE REMOVED UNLESS OTHERWISE SPECIFIED ON THE PLAN SET OR BY THE ENGINEER 0' 1' TWO INCHES AT FULL SCALE IF NOT SCALE ACCORDINGLY 0 0 rn COO W Z w h U� N° L O S Q S -8 O Z C) O IQ- U N w Z ce O w U Z c z 0 d ce w -J w U F'- 2 Z Q w w D e m 0 LEGEND NOTE EDGE LINE, STA 3 +00 TO 17 25, WESTSIDE OF ROADWAY (1375 LF) DOTTED LINE FOR LINE EXTENSIONS CONSIST OF 2 FT LINE SEGMENTS AND 2 FT GAPS. LANE MARKER TYPE 1* LANE MARKER TYPE 2* STOP BAR AND CROSSWALK* *PRE- FORMED FUSED THERMOPLASTIC PAVEMENT MARKINGS TO BE USED. SEE CURRENT WSDOT STANDARD PLANS FOR PATTERNS TRAFFIC STRIPING MARKERS AND SIGNS PER MUTCD UNLESS OTHERWISE SPECIFIED. 4 +00 EDGE LINE, STA 3+00113 17 00, EASTSIDE OF ROADWAY (1415 LF) ALL EXISTING PAVEMENT MARKINGS WITHIN THE CONSTRUCTION SITE SHALL BE REMOVED UNLESS OTHERWISE SPECIFIED ON THE PLAN SET OR BY THE ENGINEER MT. ANGELES ROAD D 1 LE CENTER LINE, TYPE PM, TYP 5 +00 lo.s' 10 s' 6 +00 DOUBLE CENTER LINE, TYPE 1Y RPM, TYP DOTTED EDG LINE, 7 LINE SEGMENTS WITH A 7 GAP STOP BAR (29 LF), PER WSDOT STAND PLANS, M -24 60-20, TYP 0 1' TWO INCHES AT FULL SCALE IF NOT SCALE ACCORDINGLY 2• S -9 0 1() CO Q O) M W Z J (n W 0 f- Q 0 0 Q> I- 0 w m 1 +00 w Z J W (n 0 I- Q LEGEND NOTE 15 +00 DOTTED LINE FOR LINE EXTENSIONS CONSIST OF 2 FT LINE SEGMENTS AND 2 FT GAPS. LANE MARKER TYPE 1* LANE MARKER TYPE 2* STOP BAR AND CROSSWALK* *PRE- FORMED FUSED THERMOPLASTIC PAVEMENT MARKINGS TO BE USED. SEE CURRENT WSDOT STANDARD PLANS FOR PATTERNS DOTTED EDGE LINE, 2' LINE SEGMENTS WITH A Z GAP TRAFFIC STRIPING MARKERS AND SIGNS PER MUTCD UNLESS OTHERWISE SPECIFIED ALL EXISTING PAVEMENT MARKINGS WITHIN THE CONSTRUCTION SITE SHALL BE REMOVED UNLESS OTHERWISE SPECIFIED ON THE PLAN SET OR BY THE ENGINEER DOUBLE CENTER LINE, TYPE 2YY RPM. TYP, 16 +00 DOUBLE CENTER LINE, TYPE 1Y RPM, TYP 10,5' 10.5' i S i S 2 Ii 17 +00 :IS -SS S r.�' 11.0' MT ANGELES ROA[i •12 +00 ui STOP BAR 54 PER WSDO STANDARD PLANS, M -24 60-20, P 13 +00 10 5' 110 5' RACE STREET z 19 +00 18 +41 F zN 0 I 0 W 0 STOP BAR (11 5 LF), 0 PER WSDOT STANDARD PLANS, M -24 60-20, TYP Z W 0' 1' 2' 1W0 INCHES AT FULL SCALE IF NOT SCALE ACCORDINGLY 14 a 0 0 0 (n J W W Z J W (n 0 I- S -10 Z MO ww Z Z O0 L.L. F- F- Q Z W LUU W O 0 N 0 w Z O J Z Q 0< w I m to N I- NO Z CO W 0) TYPE 2Y RPM, PER WSDOT STANDARD LANS M- 20.50 -01 WIDE LANE, TYPE 1W RPM, PER WSDOT STANDARD PLANS, M- 20.50 -01, TYP. CROSSWALK, PE WSDOT STANDARD PLANS, M- 15.10 -01, I YP. GE OF CURB, TYP. YELLOW EDGE LINE (125 LF), M- 20.10 -01, TYP. STOP LINE (38 LF), TYPE 1 W ff A�RM SEE WSDOT STANDARD PLANS, PER WSDOT STANDAR"' M- 24.60 -02. TYP. CAN //20.50 -01 WIDE LANE, TYPE 2W RPM, PER WSDOT STANDARD PLANS, M- 20.50 -01, TYP. 5 +00 FRONT STREET I TYPE 1S TRAFFIC ARROW, SEE WSDOT STANDARD PLANS, M- 24.40 -01 4' -2' 3 +00 OSkWALK, PER WSDOSTANDARD PLANS, M- 15.10 -01 5 0 ST ION 3 9.5 TO 3 +91, D NOT DI,S URB RAISED PAV�MENT MARKERS A UND GORE AREA TYPE 1W RPM, ER WSDOT STANDARD PLANS M- 20.50 -01 'PRE FORMED FUSED THERMOPLASTIC PAVEMENT MARKINGS TO BE USED. SEE CURRENT WSDOT STANDARD PLANS FOR PATTERNS 0 LEGEND DOTTED LINE FOR LINE EXTENSIONS CONSIST OF 2 FT LINE SEGMENTS AND 2 FT GAPS LANE MARKER TYPE 1` LANE MARKER TYPE 2* STOP BAR AND CROSSWALK` TRAFFIC STRIPING MARKERS AND SIGNS PER MUTCD UNLESS OTHERWISE SPECIFIED PER WSDOT STANDARDPLANS, M- 80.10 -00 4+00 1 2 I, si t r WPF-9SE--(tEEE TRAFkte 0' 1' is TWO INCHES AT FULL SCALE IF NOT SCALE ACCORDINGLY 2' S -11 CD J Qo oc Q Q Qj EDGE OF CURB, TYP. I') cNi <(n i l i 1 11 W W W Z J(/) 2 W H U) 2 3' -I\ NOTE BIKE LANE ENDS AT STATION 5 +50 20' 20' 6 +00 LEGEND DOTTED LINE FOR LINE EXTENSIONS CONSIST OF 2 FT LINE SEGMENTS AND 2 FT GAPS. LANE MARKER TYPE 1* LANE MARKER TYPE 2* STOP BAR AND CROSSWALK* *PRE- FORMED FUSED THERMOPLASTIC PAVEMENT MARKINGS TO BE USED. SEE CURRENT WSDOT STANDARD PLANS FOR PATTERNS TRAFFIC STRIPING MARKERS AND SIGNS PER MUTCD UNLESS OTHERWISE SPECIFIED BIKE LANE, TYP. BIKE LANE, TYP. ALL EXISTING PAVEMENT MARKINGS WITHIN THE CONSTRUCTION SITE SHALL BE REMOVED UNLESS OTHERWISE SPECIFIED ON THE PLAN SET OR BY THE ENGINEER V DOTTED- EXTENTION- LINEFOR- BIKE -LANE, PER WSDOT STANDARD PLANS M- 20.10 -01, TYP. BIKE LANE TAPFLZBEGINS_A-T- S- TATION -5475 BIK YMBOL, TYP. 7 +00 FRONT STREET 20' 20' 0 BIKE LANE, TYP. EDGE OF CURB, TYP. 0 L' TWO INCHES AT FULL SCALE IF NOT SCALE ACCORDINGLY 2' 3-12 5 1 I I 1 J(A Lu Fn 2 i r I as as 0 as as 8�J as I o 12' in O Q W i t W ai m 12' w Z W J U (0 5' Q 2 o STATION 10 +54, BIKE LANE TAPER ENDS as as as as as 11+00 FRONT STREET _•51!'__.! ..S J as 9 +00 as a 5 0 I 6 W W Z U) W O W F- 2 U p• 20' STATION 10 +73, BIKE LANE TAPER BEGINS LEGEND NOTE STATION 9 +36, BIKE LANE 5' OFF EP, BIKE LANE TAPER BEGINS as as as as as as 0 DOTTED LINE FOR LINE EXTENSIONS CONSIST OF 2 FT LINE SEGMENTS AND 2 FT GAPS. LANE MARKER TYPE 1* LANE MARKER TYPE 2* STOP BAR AND CROSSWALK* *PRE- FORMED FUSED THERMOPLASTIC PAVEMENT MARKINGS TO BE USED. SEE CURRENT WSDOT STANDARD PLANS FOR PATTERNS TRAFFIC STRIPING MARKERS AND SIGNS PER MUTCD UNLESS OTHERWISE SPECIFIED STATION 10 +04, BIKE LANE TAPER ENDS as as as as 8' Jj L0 +00 ALL EXISTING PAVEMENT MARKINGS WITHIN THE CONSTRUCTION SITE SHALL BE REMOVED UNLESS OTHERWISE SPECIFIED ON THE PLAN SET OR BY THE ENGINEER as —FC 5' 0 a 0 1' 1W0 INCHES AT FULL SCALE IF NOT SCALE ACCORDINGLY 2' 3-13 1 1 1 1 1 O 10 Ul I— v) W I W W Z w W U W ui as as as as as as as as as as as as as 5' f t 12' L� 12' so O w m w Z 12' I l U I— Q 12 +00 12' 5' Rs— as— as— as as as— as —;s— as as as as as as FRONT STREET J 8� J 15 +00 g' J US GS HS US aS as as as as US v 111_,•• 5' BIKE LANE, TYP. 13 +00 1 RIME 0 if O *PRE- FORMED FUSED THERMOPLASTIC PAVEMENT o MARKINGS TO BE USED. coo L n SEE CURRENT WSDOT STANDARD PLANS FOR PATTERNS v) TRAFFIC STRIPING MARKERS AND SIGNS PER MUTCD UNLESS v) w OTHERWISE SPECIFIED W w Z U) I w NOTE v 0 0 14 O H m W W Z J I J 5' 0 (f) I LEGEND DOTTED LINE FOR LINE EXTENSIONS CONSIST OF 2 FT LINE SEGMENTS AND 2 FT GAPS. LANE MARKER TYPE 1* LANE MARKER TYPE 2* STOP BAR AND CROSSWALK* ALL EXISTING PAVEMENT MARKINGS WITHIN THE CONSTRUCTION SITE SHALL BE REMOVED UNLESS OTHERWISE SPECIFIED ON THE PLAN SET OR BY THE ENGINEER 0' 1' 2' IWO INCHES AT FULL SCALE IF NOS SCALE ACCORDINGLY 0 J I i 3 o h 2 118 o Nsn LL 8 qi N s g w vA_QQ'T h N 0 0 Nt- m 0 0 (0 v m H W W Z J 0) W UW H O 0 to CO a W m m W a Z W J W 1 0) I- 2 0 O m 19 +00 9, 6" EDGE LINE (WHITE) TYP. TYPE 3SR (RIGHT) TRAFFIC ARROW 8' PER WSDOT STANDARD PLANS M- 24.40 -01, TYP. 5' I f f —J CO 17+00 12 CO 5-1-' ii e f I. 'r Ir cc 1 2' FRONT STREET Fe o m 5.0' f o t TYPE 3SL (LEFT) TRAFFIC ARROW 9' PER WSDOT STANDARD PLANS M- 24.40 -01, TYP. O 5' F.TOP-LINE-(34 -LF) SEE WSDOT STANDARD PLANS M- 24.60 -02 12' 5' 12' 20 +00 E -0 —s U.—e• to h a° N 18+00 I- W O J J O 2 W(c) 2 Q 0 Z I W -�o 1 I I-- r LEGEND a 6 DOTTED LINE FOR LINE EXTENSIONS CONSIST OF 2 FT LINE SEGMENTS AND 2 FT GAPS 0. LANE MARKER TYPE 1* o 2W m W *PRE- FORMED FUSED THERMOPLASTIC PAVEMENT to MARKINGS TO BE USED. 0 CO SEE CURRENT WSDOT STANDARD PLANS FOR PATTERNS H ln W OTHERWISE SPECIFIED Z J V) NOTE 1 LANE MARKER TYPE 2* m z i STOP BAR AND CROSSWALK* b a i; TRAFFIC STRIPING MARKERS AND SIGNS PER MUTCD UNLESS ALL EXISTING PAVEMENT MARKINGS WITHIN THE CONSTRUCTION SITE SHALL BE REMOVED UNLESS OTHERWISE SPECIFIED ON THE PLAN SET OR BY THE ENGINEER 0' 1' 2' TWO INCHES AT FULL SCALE IF NOT SCALE ACCORDINGLY S -15 0 u� N v- ch co r w Z I 5 I w o w 1- 2 0 0 M N Q co m Q Z W J I U) I- Q 8 -I 5' t f 12' 12' FRONT STREET 5' 5' 5' fi•• 9' 9 J 0 21 +00 8' J 12' t 12' I♦ al 0 Q 24 +00 (1) V U CO 0 0 0 0 N <Ch co W Z Z J I W U U 0 5' 5' STOP LINE (35 LF), SEE WSDOT STANDARD PLANS, M- 24.60 -02 0 4 I 0 12' 23 N 0 0 a u) co W N R ZZ J O O W Q 0 N 1 LEGEND DOTTED LINE FOR LINE EXTENSIONS CONSIST OF 2 FT LINE SEGMENTS AND 2 FT GAPS. LANE MARKER TYPE 1* LANE MARKER TYPE 2' STOP BAR AND CROSSWALK* *PRE- FORMED FUSED THERMOPLASTIC PAVEMENT MARKINGS TO BE USED. SEE CURRENT WSDOT STANDARD PLANS FOR PATTERNS TRAFFIC STRIPING MARKERS AND SIGNS PER MUTCD UNLESS OTHERWISE SPECIFIED NOTE ALL EXISTING PAVEMENT MARKINGS WITHIN THE CONSTRUCTION SITE SHALL BE REMOVED UNLESS OTHERWISE SPECIFIED ON THE PLAN SET OR BY THE ENGINEER 0' L 2' TAO INCHES AT FULL SCALE IF NOT SCALE ACCORDINGLY I S -16 �t�' 1 t U) N co W N W O U) 2 25+00 a—•—•—• LEGEND LANE MARKER TYPE 1* LANE MARKER TYPE 2* N OTE STOP BAR AND CROSSWALK* 12' f 12' DOTTED LINE FOR LINE EXTENSIONS CONSIST OF 2 FT LINE SEGMENTS AND 2 FT GAPS *PRE- FORMED FUSED THERMOPLASTIC PAVEMENT MARKINGS TO BE USED. SEE CURRENT WSDOT STANDARD PLANS FOR PATTERNS TRAFFIC STRIPING MARKERS AND SIGNS PER MUTCD UNLESS OTHERWISE SPECIFIED ALL EXISTING PAVEMENT MARKINGS WITHIN THE CONSTRUCTION SITE SHALL BE REMOVED UNLESS OTHERWISE SPECIFIED ON THE PLAN SET OR BY THE ENGINEER 0 FRONT STREET 9 5' r 26 +00 5' f IN 0 0 O W CF) J 0 J 0 0 I' TWO INCHES AT FULL SCALE IF NOT SCALE ACCORDINGLY 2' Lr) 0 Z A 27 +00 cc) 0 N CDC w o Z N JU =W QZ Ca gw o O O I: 1 oaa �Q� w O 6 3-17 Q z O I U W W z W O (I) I I= O (n I U W- D z Ln (n +UD �Ln z S II i T 1�� t ••Tr I M Iillliiili 18 n T 6 +00 7 +00 U i iii i f i S i i i i O U 4 p z T 'y. Z Q w I— f I CO CROSS WALK PER WSDOT STANDARD PLANS M -15 10 -01, TYP TYPE 3SR TRAFFIC ARROW PER WSDOT STANDARD PLANS M -25 40 -01, TYP TYPE 2SL TRAFFIC ARROW PER WSDOT STANDARD PLANS M -24 40 -01, TYP STOP BAR (23 LF) PER WSDOT STANDARD PLANS M -24 60.20, SOLID LANE LINE YELLOW (20 IF) PER WSDOT STANDARD PLANS M -20 10-01, TYP L PER WSDOT STANDARD PLANS M-80 10 -00, TYP DOUBLE CENTER LINE TYPE 1W RPM PER WSDOT STANDARD PLANS M -20 50 -01, TYP I POURLF CFNTFR LINF TYPE 2W RPM PER M 20 50-01, WSDOT TYP�DARD PLANS DOUBLE CENTER LINE TYPE 1Y RPM PER WSDOT STANDARD PLANS M -20 50 -01, TYP 11 +00 12 +00 5th Street STOP BAR (18 LF) PER WSDOT STANDARD PLANS M -24 60-20, DOUBL6CENTER LINE TYPE 2YY RPM PCP WSDOT STANDARD PLANS M -20 50401, TYP CENTER LINE TYPE 2YY RPM PFR WSDOTNTANOARD PLANS M -20 50 -01, TYP 8 +00 5th Street CENTER LINE TYPE 1Y RPM PER- WSDOT- STANDARDELANS-, M -20 50 -01, TYP 9 +00 18' 19' LEGEND DOTTED LINE FOR LINE EXTENSIONS CONSIST OF 2 FT LINE SEGMENTS AND 2 FT GAPS u LANE MARKER TYPE 1• (\I N Cr) LANE MARKER TYPE 2• STOP BAR AND CROSSWALK* (n I— `PRE- FORMED FUSED THERMOPLASTIC PAVEMENT w w MARKINGS TO BE USED z N SEE CURRENT WSDOT STANDARD PLANS FOR PATTERNS J W 0 (I) TRAFFIC STRIPING MARKERS AND SIGNS PER MUTCD UNLESS OTHERWISE SPECIFIED. NOTE ALL EXISTING PAVEMENT MARKINGS WITHIN THE CONSTRUCTION SITE SHALL BE REMOVED UNLESS OTHERWISE SPECIFIED ON THE PLAN SET OR BY THE ENGINEER STOP BAR (18 LF) PER WSDOT STANDARD PLANS M -24 80-20, 10 +00 0 L() O 0' L' 2' TWO INCHES AT FULL SCALE IF NOT SCALE ACCORDINGLY O N (n W W m °m JW K,' (n I rN 0 h Q in 'C 1.. (I) S -18 13 +00 18 +00 19 17' 1 14 +00 15 +00 19 +00 20 +00 STOP BAR (18 IF) PER WSDOT STANDARD PLANS M -24 60 -20, 5th Street STOP BAR (18 LF) PER WSDOT STANDARD PLANS J/ M -24 60-20, 5th Street m U) a) E 0 16 +00 JI 21 STOP BAR (18 LF) PER WSDOT STANDARD PLANS M -24 60-20, L1) N O N o -I- p N Dl LA N' JLLI O (f) I -I- o o q 0. a .'----1-- ,4 1 Y 16'.1 G B i -C S ��uyyyy{UU OF y M W e__ N N n U O O D O LEGEND L` Iu I DOTTED LINE FOR LINE EXTENSIONS CONSIST OF 2 FT LINE SEGMENTS AND 2 FT GAPS. o a a LANE MARKER TYPE 1* m i4h1 LANE MARKER TYPE 2* STOP BAR AND CROSSWALK* a s d h *PRE- FORMED FUSED THERMOPLASTIC PAVEMENT (i) h CC MARKINGS TO BE USED. h SEE CURRENT WSDOT STANDARD PLANS FOR PATTERNS N TRAFFIC STRIPING MARKERS AND SIGNS PER MUTCD UNLESS k p OTHERWISE SPECIFIED. O NOTE ci c I ALL EXISTING PAVEMENT MARKINGS WITHIN THE CONSTRUCTION SITE SHALL BE REMOVED UNLESS OTHERWISE SPECIFIED ON THE PLAN SET OR BY THE ENGINEER W J )S' N N C. g W m v Q Z O O F 1 O a i 7 c. p n k. w k. Z F4 0 Oak N a V 17 +00 0' 1' 2' TWO INCHES AT FULL SCALE IF NOT SCALE ACCORDINGLY S -19 i r 1 r r. t 1 I t 00 LEGEND 22 +00 LANE MARKER TYPE 1* LANE MARKER TYPE 2* STOP BAR AND CROSSWALK* DOTTED LINE FOR LINE EXTENSIONS CONSIST OF 2 FT LINE SEGMENTS AND 2 FT GAPS. *PRE— FORMED FUSED THERMOPLASTIC PAVEMENT MARKINGS TO BE USED. SEE CURRENT WSDOT STANDARD PLANS FOR PATTERNS TRAFFIC STRIPING MARKERS AND SIGNS PER MUTCD UNLESS OTHERWISE SPECIFIED. 19' f 20' NOTE ALL EXISTING PAVEMENT MARKINGS WITHIN THE CONSTRUCTION SITE SHALL BE REMOVED UNLESS OTHERWISE SPECIFIED ON THE PLAN SET OR BY THE ENGINEER 23 +00 24 +00 25 +00 26 +00 5th Street CD .a J 0' 1' 2' TWO INCHES AT FULL SCALE IF NOT SCALE ACCORDINGLY S -20