Loading...
HomeMy WebLinkAboutPW07-322 - Original - Dennis R. Craig Construction, Inc. - 2nd Ave Pedestrian Improvements - 12/24/2007 y�ff 4, Records Maouv...emet% KEN T x. . WA5HINGTON Document CONTRACT COVER SHEET This is to be completed by the Contract Manager prior to submission to City Clerks Office. All portions are to be completed, if you have questions, please contact Mary Simmons, City Clerks Office. Vendor Name: Dennis R. Craig Construction, Inc. Contract Number: &07- 3LIa This is assigned by Mary Simmons Vendor Number: Project Names: 2nd Avenue Pedestrian Improvements Contract Effective Date: December 24, 2007 Contract Termination Date: 60 workina days from notice to proceed Contract Renewal Notice (Days): Number of days required notice for termination or renewal or amendment Contract Manager: Mark Madfai Department: Engineering Abstract: Construction contract to install cement concrete sidewalks and driveways, cement concrete curb and gutter, streets trees and Illumination. cM - .2J611107 ADCL7832 07/02 SIGNED CONTRACT CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR 2nd Avenue Pedestrian Improvements (W. Gowe St. to W. Smith St.) Federal Aid Number: CM-9917 (008) Project Number: 05-3010 BIDS ACCEPTED UNTIL BID OPENING November 13, 2007 November 13, 2007 9:45 A.M. 10:00 A.M. DELIVER TO CITY OF KENT, CITY HALL LARRY R. BLANCHARD DIRECTOR OF PUBLIC WORKS • KEN TT WASHINGTON TAB INDEX Tab 1 Bidders Package Tab 2 Performance Bond and Contract Tab 3 Table of Contents Tab 4 Amendments Tab 5 General Special Provisions Tab 6 APWA General Special Provisions p s Tab 7 Kent Special Provisions Tab 8 Kent Standard Details Tab 9 WSDOT Standard Plans Tab 10 City of Kent Development Assistance Brochure Tab 11 Required Contract Provisions Federal-Aid Construction Contracts Tab 12 Traffic Control Plans i Tab 13 Contaminated Material Management Health and Safety Guide i Tab 14 Prevailing Wage a Rates t CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR 2nd Avenue Pedestrian Improvements (W. Gowe St. to W. Smith St.) Federal Aid Number: CM-9917 (008) i Project Number: 05-3010 BIDS ACCEPTED UNTIL BID OPENING November 13, 2007 November 13, 2007 9:45 A.M. 10:00 A.M. DELIVER TO CITY OF KENT, CITY HALL LARRY R. BLANCHARD CRAIG DIRECTOR OF PUBLIC WORKS ©F WAS A�� •per 3177 SIG]VAL G KENT IXPIR'ESZ-27-oP� W A S H I N G T 0 N ABIDDER'S NAME E)ennlS R. Cr81 Y g ConstrtmEfln. i CITY OF KENT KING COUNTY,WASHINGTON BIDDER'S DOCUMENTS FOR 2nd Avenue Pedestrian Improvements t (W. Gowe St. to W. Smith St.) Federal Aid Number: CM-9917 (008) Project Number: 05-3010 BIDS ACCEPTED UNTIL BID OPENING j November 13, 2007 November 13, 2007 9:45 A.M. 10:00 A.M. DELIVER TO CITY OF KENT, CITY HALL LARRY R. BLANCHARD DIRECTOR OF PUBLIC WORKS KEN T W A 5 H I N G T 0 N ORDER OF CONTENTS Call for Bids Information for Bidders Contractor Compliance Statement Declaration—City of Kent Equal Employment Opportunity Policy Administrative Policy 1.2—Minority and Women Contractors City of Kent Equal Employment Opportunity Compliance Statement Proposal City of Kent Subcontractor List(over$100K) Subcontractor List(over$1 million) Contractor's Qualification Statement Proposal Signature Page Non-Collusion Declaration Certification for Federal-Aid Contracts Bid Bond Form Combined Af fidavit& Certification Form Non-Collusion, Minimum Wage (Non-Federal Aid) Disadvantaged Business Enterprise Utilization Certification Bidders Check List Performance Bond Contract Table of Contents Amendments ORDER OF CONTENTS (continued) General Special Provisions APWA General Special Provisions Kent Special Provisions Kent Standard Details WSDOT Standard Plans City of Kent Development Assistance Brochure Required Contract Provisions Federal-Aid Construction Contracts Traffic Control Plans Contaminated Material Management Health and Safety Guide Prevailing Wage Rates CALL FOR BIDS Notice is hereby given that the City of Kent,Washington,will receive sealed bids at the City Clerk's office through November 13,2007 up to 9:45 a.m. as shown on the clock on the east wall of the City Clerk's Office on the first floor of City Hall, 220 4th Avenue South, Kent, Washington. All bids must be properly marked and sealed in accordance with this"Call for Bids". Bids must be delivered and received at the City Clerk's office by the above-stated time, regardless of delivery method, including U.S. Mail. All bids will be opened and read publicly aloud at 10:00 a.m. for the City of Kent project named as follows: 2nd Avenue Pedestrian Improvements (W. Gowe St.to W. Smith St.) Federal Aid Number: CM-9917 (008) Project Number: 05-3010 The project consists of approximately 652 square yards of cement concrete sidewalks and driveways, 354 linear feet of cement concrete curb and gutter, 545 tons of crushed surfacing, 35 tons of asphalt, 9 street trees, and illumination. Also included is the removal of curb and gutter, sidewalk, street trees and other miscellaneous items and all other related work. The Engineer's estimated range for this project is approximately$375,000- $425,000. Bid documents may be obtained by contacting City of Kent Engineering Department,Nancy Yoshitake at(253) 856- 5508. For technical questions,please call Mark Madfai at(253) 856-5521. Bids must be clearly marked"Bid"with the name of the project on the outside of the envelope, addressed to the City Clerk, 220 4th Avenue South,Kent,WA 98032-5895. Only sealed bids will be accepted. No facsimiles will be considered. Each bid shall be in accordance with the plans and specifications and other contract documents now on file in the office of the City Engineer, City of Kent, Washington. Copies of the plans and Special Provisions may be purchased at a non-refundable cost of$50.00 for each set. Plans and specifications can also be downloaded at no charge at www.ci.kent.wa.us/procurement. Copies of the WSDOT Standard Specifications are available for perusal only. A cashier's check,postal money order or surety bond in the amount of 5%of the bid is required. The City of Kent reserves the right to reject any and all bids on any or all schedules or alternates or to waive any informalities in the bidding and shall determine which bid or bidders is the most responsive, satisfactory and responsible bidder and shall be the sole judge thereof. No plea of mistake in the bid shall be available to the bidder for the recovery of his/her deposit or as a defense to any action based upon the neglect or refusal to execute a contract. Bidders must submit with their initial bid a signed statement as to whether they have previously performed work subject to the President's Executive Order No. 11246. No bidder may withdraw his/her bid for a period of six (60) days after the day of bid opening. 1 The following is applicable to federal aid projects. The (Local Agency) in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C. 2000d to 2000d-4 and Title 49, Code of Federal Regulations,Department of Transportation, subtitle A, Office of the Secretary,Part 21 nondiscrimination in federally assisted programs of the Department of Transportation issued pursuant to such Act, hereby notifies all bidders that it will affirmatively insure that in any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color or national origin in consideration for an award. Dated this 18th day of October_, 2007. CL BY: 90&'ta's' -d— � F-- — Brenda Jacober,PyClerk Published in Kent Reporter on October 24th, 31 st, &November 7th, 2007 Daily Journal of Commerce on October 24th, 31 st, &November 7th, 2007 i 1 ` INFORMATION FOR BIDDERS Also see the Standard Specifications and the APWA Special Provisions for additional information. 1. Bidders shall be qualified by ability, experience, financing, equipment, and organization to do the work called for in the Contract Documents. The City of Kent reserves the right to take whatever action it deems necessary to ascertain the ability of the Bidder to perform the work satisfactorily. This action includes the City's review of the qualification information in the bid documents. The City will use this qualification data in its decision to determine whether ' the lowest responsive bidder is also responsible and able to perform the contract work. If the City determines that the lowest bidder is not the lowest responsive and responsible bidder,the City reserves its unqualified right to reject that bid and award the contract to the next lowest bidder that the City, in its sole judgment, determines is also responsible and able to perform the contract work (the "lowest responsive and responsible bidder"). 2. Upon awarding the Contract, the City shall supply to the Contractor, for its own use, five (5) copies of the Plans and Specifications. Additional copies can be purchased from the City at the price specified by the City or in the Call for Bids. 3. Because of the varying soil composition and ground water levels encountered in various areas and at different seasons of the year, the City makes no representation of such conditions as they may pertain to this project. The Contractor shall be responsible for any and all cribbing, sheet piling, dewatering, or other construction methods or procedures that may be necessary to complete the project, and additional compensation therefore will not be allowed unless otherwise specified in this document. Soils information is not available for this project. 4. Prospective bidders may obtain Bid Documents and a"Bid Proposal" for the advertised project from the City of Kent upon furnishing a non-refundable payment as specified in the "Call for Bids." Bid Documents may he requested by mail, or picked up at the Public Works Engineering Department, 400 West Gowe Street, Second Floor, Kent, Washington 98032. 5. All blanks in the proposal forms must be appropriately filled in, and all prices must be stated in both words and figures. Proposal must contain original signature pages. Facsimiles are not acceptable and are considered non-responsive submittals. 6. Certified checks are not accepted for bid deposit. 7. All bids must be sealed and delivered in accordance with the "Call for Bids." Bids must be received at the City Clerk's office by the stated time, regardless of delivery method, including U.S. Mail. S. No person, firm or corporation shall be allowed to make, or file, or be interested in more than one bid for the same work unless alternate bids are specifically called for; however, a person, firm, or corporation that has submitted a subproposal to a bidder, or that has quoted prices of materials to a bidder is not thereby disqualified from submitting a subproposal or quoting prices to other bidders or from making a prime proposal. Smith St.Improvements/Madfai October 18,2007 Federal Aid Number: CM-9917(008) Project Number- 04-3003 9. The City of Kent also reserves the right to include or omit any or all schedules or alternates of the Proposal and will award the Contract to the lowest responsive,responsible bidder based on the total bid amount, including schedules or alternates selected by the City. A bidder who wished to claim error after the Bids have been opened and tabulated shall submit a notarized affidavit signed by the Bidder, accompanied by original work sheets used in the preparation of the Bid, requesting relief from the responsibilities of Award. The affidavit shall describe the specific error(s) and certify that the work sheets are the originals used in the preparation of the Bid. The affidavit and the work sheets shall be submitted to the Engineer no later than 5:00 p.m, on the first business day after Bid opening, or the claim will not be considered. The Engineer will review the certified work sheets,to determine validity of the claimed error, and make a recommendation to the City of Kent. If the City concurs in the claim of error, the Bidder will be relieved of responsibility, and the Bid Deposit of the Bidder will be returned. jThereafter, at the discretion of the City, all Bids may be rejected or award made to the next lowest responsive,responsible Bidder. 10. The form of contract that the successful bidder, as the Contractor, will be required to execute, and the forms and the amount of surety bonds that it will be required to furnish at the time of execution of the contract are included in the bid documents and should be carefully examined. The contract and the Surety Bonds will be executed in three (3) original counterparts. Within 10 calendar days after the award date, the successful bidder shall return the signed City prepared contract, insurance certification as required by the contract, and a satisfactory bond as required by law and Section 1-03.4. If the successful bidder fails to provide these documents within this 10-day period, the City may, at its sole discretion, reduce the time for completion of the contract work by one calendar day for each calendar day after this 10-day period that the successful bidder fails to provide all required documents. Until the City executes a contract,no proposal shall bind the City nor shall any work begin within the project limits or within City-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 City. No claim for delay shall be granted to the Contractor due to his failure to submit the required rdocuments to the City in accordance with this schedule. ■ 11. The "Contract Bond"shall remain in force for one year following the Kent City Council "Final Acceptance Date" of the project to ensure defects are corrected during the one-year guarantee period in compliance with WSDOT Section 1-05.10 (Guarantees), and the Performance Bond language of the contract. 12. Any decision made by the City of Kent regarding the award and execution of the contract or bid rejection shall be conclusive subject to the scope of judicial review permitted under Washington State Law. Such review, if any, shall be timely filed in the Superior Court of King County, located in Kent, Washington. Smith St.Improvements/Madfai October 18,2007 Federal Aid Number. CM-9917(008) Project Number. 04-3003 13. The Contractor shall include all costs of doing the work within the bid item prices. If the 1 contract plans, contract provisions, addenda, or any other part of the contract require work that has no bid item price in the proposal form,the entire cost of labor and materials required to perform that work shall be incidental and included with the bid item prices in the contract. 14. Refer to the insurance requirements in the project contract, which constitute the Contractor's q P J insurance requirements for this project. 15. Coordination with other contractors. There are two construction projects that may be p J Y occurring at the time of this contract, which are as follows: A. City of Kent Downtown Plaza construction This project consists of construction of a park plaza located at the northwest corner of 2nd Avenue and Harrison Street and included with the project is the construction of a raised intersection at Harrison Street and 2nd Avenue, new curb and gutter and a concrete roadway from Harrison Street to Smith Street, and curb, gutter, street and storm drainage work on Harrison Street west of 2nd Avenue. The contractor shall coordinate his work with plaza contractor and shall not shut down northbound lanes simultaneously with other lane closures in this area. B. The King County Library is constructing a driveway off of Smith Street east of 2nd Avenue. This work will require one lane closures eastbound on Smith Street. Qwest communication conduits and vaults will be installed within the project limits as shown on the plans. The contractor shall coordinate with Qwest for the installation of these facilities. Qwest or its contractor may elect to have the contractor install these facilities independent of the City's contract. 1 Smith St.Improvements/Madfai October 18,2007 Federal Aid Number: CM-9917(008) Protect Number 04-3003 CONTRACTOR COMPLIANCE STATEMENT President's Executive Order#11246 Date -1007 Ir This statement relates to a proposed contract with the City of Kent named I 2nd Avenue Pedestrian Improvements (W. Gowe St. to W. Smith St.) Federal Aid Number: CM-9917 (008) Project Number: 05-3010 I am the undersigned bidder or prospective contractor. I represent that— I _have, have not, participated in a previous contract or subcontract subject to the President's Executive Order#11246 (regarding equal employment opportunity) or a preceding similar Executive Order. Dennis R. Craig Construct on, Inc. NAME OF BIDDER v B i ature/Title ?,xkned CYA ADDRESS (Note to Bidders: The information required in this Compliance Statement is informational only) 2nd Ave Ped Improvements/Madfai 1 October 18,2007 Federal Aid Number CM-9917(008) Project Number: 05-3010 DECLARATION CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY POLICY The City of Kent is committed to conform to Federal and State laws regarding equal opportunity. As such, all contractors, subcontractors and suppliers who perform work with relation to this contract shall comply with the regulations of the City's equal employment opportunity policies. The following questions specifically identify the requirements the City deems necessary for any contractor, subcontractor or supplier on this specific contract to adhere to. An affirmative response is required on all of the following questions for this contract to be valid and binding. If any contractor, subcontractor or supplier willfully misrepresents themselves with regard to the directives outlined, it will be considered a breach of contract and it will be at the City's sole determination regarding suspension or termination for all or part of the contract; iThe questions are as follows: 1. 1 have read the attached City of Kent administrative policy number 1.2. 2. During the time of this contract I will not discriminate in employment on the basis of sex,race, color, national origin, age, or the presence of all sensory, mental or physical disability. 3. During the time of this contract the prime contractor will provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 4. During the time of the contract 1, the prime contractor, will actively consider hiring and promotion of women and minorities. 5. Before acceptance of this contract, an adherence statement will be signed by me, the Prime Contractor, that the Prime Contractor complied with the requirements as set forth above. By signing below, I agree to fulfill the five requirements referenced above. Dated this day of , 2007. i By: For: Title: 0 OA I CiA�i I,"\ Date: , I 6 7 2nd Ave.Ped Improvements/Madfai 2 October 18,2007 Federal Aid Number- CM-9917(008) Project Number: 05-3010 CITY OF KENT ADMINISTRATIVE POLICY NUMBER: 1.2 EFFECTIVE DATE: January 1, 1998 1 SUBJECT: MINORITY AND WOMEN SUPERSEDES: April 1, 1996 CONTRACTORS APPROVED BY Jim White, Mayor POLICY: Equal employment opportunity requirements for the City of Kent will conform to federal and state laws. All contractors, subcontractors, consultants and suppliers of the City must guarantee equal employment opportunity within their organization and, if holding contracts with the City amounting to $10,000 or more within any given year, must take the following affirmative steps: 1. Provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 2. Actively consider for promotion and advancement available minorities and women. Any contractor, subcontractor, consultant or supplier who willfully disregards the City's Inondiscrimination and equal opportunity requirements shall be considered in breach of contract and subject to suspension or termination for all or part of the contract. Contract Compliance Officers will be appointed by the Directors of Planning, Parks, and Public Works Departments to assume the following duties for their respective departments. 1. Ensuring that contractors, subcontractors, consultants, and suppliers subject to these regulations are familiar with the regulations and the City's equal employment opportunity policy. j2. Monitoring to assure adherence to federal, state and local laws, policies and guidelines. 2nd Ave Ped Improvements/Madfai 3 October 18,2007 Federal Aid Number: CM-9917(008) Project Number- 05-3010 CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT This form shall be filled out AFTER COMPLETION of this project by the Contractor awarded the contract. ' I,the undersigned, a duly represented agent of Company, hereby acknowledge and declare that the before-mentioned company was the prime contract for the contract known as 2nd Avenue Pedestrian Improvements (W. Gowe St. to W. Smith St.) -Federal Aid Number: CM-9917 (008)/Project Number: 05-3010 that was entered into on the(Date) ,between the firm I represent and the City of Kent. I declare that I complied fully with all of the requirements and obligations as outlined in the City of Kent Administrative Policy 1.2 and the Declaration City of Kent Equal Employment Opportunity Policy that was part of the before-mentioned contract. Dated this day of , 2007. By: For: Title: r Date: 2nd Ave.Ped ImprovementslMadfai 4 October 18,2007 Federal Aid Number. CM-9917(008) Proiect Number 05-3010 1 PROPOSAL rTo the City Clerk City Hall Kent, Washington 98032 The undersigned hereby certifies that -^ris R'. Craig Consb%W.V, Inc. has examined the job site and construction details of the work as outlined on the plans and described in the specifications for the project named 2nd Avenue Pedestrian Improvements (W. Gowe St. to W. Smith St.) - Federal Aid Number: CM-9917 (008)/Project Number: 05-3010 for the City of Kent, Washington, and has read and thoroughly understands the plans and specifications and Contract governing the work embraced in this improvement and the method by which payment will be made for that work and hereby proposes to undertake and complete the work embraced in this improvement in accordance with the bid and contract documents, and at the following schedule of rates and prices: NOTE TO BIDDERS: 1) All bid items are described in the Kent Special Provisions (KSP) or the Standard Specifications (WSDOT). Reference the Section No. listed in this proposal, where the bid item is described. 2) Proposal items are numbered in sequence but are non-continuous. 3) Unit prices for all items, all extensions and total amount of bid must be shown. Show unit prices in both words and figures and,where conflict occurs, the written or typed words shall ' prevail. 4) Should a particular bid item appear in more than one schedule of the proposal, the bidder must bid the same unit price. Should the Contractor not bid the same unit price, the City reserves the right to revise the bid by using the lowest unit price submitted by the bidder for the item in question in each schedule where the item appears. The bid items which appear in more than one schedule are typically denoted with an asterisk (*). EXAMPLE SCHEDULE I - STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1006 2-03.5 100 Roadway Excavation, $14.00 $1,400.00 WSDOT CU YDS Including Haul Per CY Fourteen Dollars and no cents r Any bids not filled out properly may be considered non-responsive. 2nd Ave Ped Improvements/Madfat 5 October 18,2007 Federal Aid Number- CM-9917(008) Protect Number: 05-3010 SCHEDULE I - STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT a 1000 1-09.7 1 Mobilization $ Z9 $�5�� $ 7-1 tv.r i WSDOT LUMP SUM Per LS 1005 2-01.5 1 Clearing and Grubbing $ ( �185 �' $ s>° WSDOT LUMP SUM Per LS If-AS Q)�\ .awe�.•...� 'QLI�e�sue' 'q4%3 e�Ll ftn + oo�oD 1010 2-02.5 84 Remove Existing Asphalt $ 7. 00 $156,9100 KSP SQ YDS Concrete Pavement Per SY �Se-oen Ctni 0-a-yano cis 1020 2-02.5 310 Remove Cement Concrete $ is-50 $ 3,875.00 KSP SQ YDS Sidewalk Per SY -�.Je1vP_ dollars Gr�d�', '�,c� Cex� 1022 2-02.5 69 Remove Existing Reinforced $ I a.SU $ KSP SQ YDS Cement Concrete Driveway Per SY ' 1025 2-02.5 482 Remove Cement Concrete $ fs.00 $ 3&6ro.CZ KSP LN FT Curb and Gutter Per LF QAl ar-5 ay-ld InQ 1030 2-02.5 5 Remove Cement Concrete $ 9.(gyp $ 1,/0.00 KSP LN FT Extruded Curb Per LF oil +, d6 1045 8-21.5 1 Removal of Traffic Signs $ l00.00 $ /OG.00 KSP LUMP SUM Per LS one, \% rJre_rj dnllarn ancA nn cPks 1050 2-02.5 390 Saw Cut Existing Asphalt $ a.60 $ q,7,5.00 KSP LN FT Concrete Pavement Per LF t r 2nd Ave Ped]mprovements/Madfai 6 October 18,2007 Federal Aid Number: CM-9917(008) Project Number 05-3010 I SCHEDULE I - STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1055 2-02.5 199 Saw Cut Existing Cement $ Q.SO $ 9g7,5-0 i KSP LN FT Concrete Pavement Per LF -�wO cjjLne, (and R,�Au Cetn�S 1060 2-03.5 104 Roadway Excavation, Including $011-c'd $ at&44.Cep ' WSDOT CU YDS Haul Per CY iwe -c>cNe, ckk&fs ay-� roc) ce.nA:S 1061 2-13.5 25 Contaminated Soil Excavation $ 17u,QO $ `/3-75,00 KSP TONS Testing, Transportation and Per TON Disposal iJen t 1070 2-12.5 143 Geotextile Fabric,Non-Woven $3,00 $gQjq OD KSP SQ YDS Per SY : 'aae iCUWQkrS Carr-1 rv-i CCAN:�� 1075 4-03.5 111 Gravel Borrow, Including Haul $3/, 00 $ KSP TONS and Compaction Per TON -�hiAsj -one_ dcaas-n' crddo C""An ($2.50 Min) ' 1080 4-04.5 148 Crushed Surfacing Top Course, $o . 19 $ q 17Q.Q KSP TONS 5/8 Inch Minus Per TON �c11 Get C' GYM �nC,l ninaccr, ($6.00 Min) 1085 4-04.5 354 Crushed Surfacing Base Course, $d7,g3 $9,897 as KSP TONS 1 1/4 Inch Minus Per TON '�w�,(`c�19�"�L�af1CO�Gtf�4 t�,rt4� hnee cers ,$6.00 Min) 1095 5-04.5 35 HMA Class B, PG 64-22 $ as.00 $ co,Oa •C>C�o KSP TONS Per TON C3f�e.by neck Sr'�„ rs�u- yC CPS I QM O nd E D C&4,5 1125 5-04.5 35 Cold Plant Mix for Temporary $ i 10.00 $ 3$SO.co KSP TONS Pavement Patch Per TON no Ceps 2nd Ave Ped Improvements/Madfai 7 October 18,2007 Federal Aid Number- CM-9917(008) Protect Number• 05-3010 SCHEDULE I- STREET ITEM SECTION APPROX. ITEM UNIT TOTAL ' NO. NO. QUANTITY PRICE AMOUNT 1140 8-06.5 103 Cement Concrete Driveway, $Q81.00 $ /0109c/.00 KSP SQ YDS 8 Inch Depth, Reinforced Per SY hl ae� p;caYY 1r ck clean cknd no ce r ;, 1145 8-14.5 549 Cement Concrete Sidewalk $3 yU $R,9,&3.GO KSP SQ YDS Per SY -�1���i x c�►c�l�►� G ���ts C i1150 8-14.5 2 Cement Concrete Sidewalk $ lgw.OU $ Q,$t1O.00 KSP EACH Ramp Type I A Per EA cont? 4K- istgcd qx -hwndrorj -CwP_X4$A f:WL-s and mo CGLi'Ls 1155 8-14.3(5) 1 Ramp Detectable Warning Retrofit $ X6b.00 $176-CLOa WSDOT EACH Per EA 1205 8-04.5 546 Cement Concrete Curb and Gutter $66t3.Coco $ 1 a,G18.3G KSP LN FT Per LF _ '1f'wer�c�.�ln�e,�c�\b►r� card s`��,-�1x � .�S ' 1210 8-04.5 5 Cement Concrete Extruded Curb $ 1Q3,0p $ q'46,00 KSP LN FT Type 6 Per LF Ili 1225 7-05.5 5 Adjust Existing Catch Basin or $ @75,00 $ 1375.00 KSP EACH Curb Inlet Grate to Finished Grade Per EA �t,��hur�d d �p�n�-cs.�+✓G COI IGrS ark, r0 CeYT�S 1235 7-15.5 1 Adjust Existing Meter Box to $ a75.00 $ @75.00 KSP EACH Finished Grade Per EA 4wep Y1r-,,rYired seoec�-2isic, (36ScAY5 Qrd no cenA:S 1240 8-20.5 2 Relocate Existing Junction Box was"00 $ 6�;-0-Qp ' KSP EACH Per EA 1VG 2nd Ave.Ped Improvements/Madfai 8 October 18,2007 Federal Aid Number. CM-9917(008) Protect Number• 05-3010 SCHEDULE I- STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1315 8-28.5 10 Pothole Utilities $ am-00 $19,;OM-©O KSP EACH Per EA -"WCD 1r\ur,dre.Cx CA0\k0rS Gn6 no CAS 1320 8-33.5 2 Project Sign $3moo $ lei pp KSP EACH Per EA 4\je. dollars and no ctrr\s ' 1355 1-04.4(1) 1 Minor Changes $5,000.00* $5,000.00 WSDOT CALC Per CALC *Common price to all bidders Schedule I Total $ 110 5 0, . 3lz 0,41U.1,11.idta- i r 2nd Ave.Ped Improvements/Madfai 9 October 18,2007 Federal Aid Number. CM-9917(008) Protect Number• 05-3010 iSCHEDULE IV- STORM SEWER ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT . 1 ' 4010 7-04.5 5 Storm Sewer Pipe, $76-00 $390.00 KSP LN FT 8 Inch Diameter Per LF ' i�A )Cn�-eiCah C16 V-AftS Gv f�c Cen-3CS 4080 7-05.5 1 Catch Basin, Type 1 $ 1a50.00 $ )a60.00 ' KSP EACH Per EA _-_, _�- nne.-N-nunci►• d Awo hurdrr&44p do l jars Ond n0 c efs, 4115 7-05.5 1 Bolt Down Catch Basin $ 00 $zoo•co KSP EACH Frame and Grate Per EA do\lclrs c Ay-i& no Cery�S 4125 7-05.5 1 Thru-Curb Inlet $qc)s.o 0 $N.-6.00 KSP(( EACH Frame and Grate Per EA -tots t` �1,rr�r(`ec� �� ��-•�1 G'�.o� f C Q� r� G en� 4135 2-02.5 5 Remove Existing Storm Sewer $C .qy $ 3N.R0 KSP LN FT Pipe or Culvert Per LF �_ '►u clollafs cW\d cents 4145 2-02.5 1 Remove Existing Catch Basin or $tip,ap $ ►-7S.Oo KSP EACH Manhole Per EA t4155 7-08.5 1 Foundation Material, $Sq, SS9,00 KSP TON Class I and II Per TON 4170 7-08.5 4 Pipe Zone Bedding $Sr.00 $ ;13G.OD KSP TONS Per TON 4180 7-08.5 4 Bank Run Gravel for Trench $3). /0 $I ail,q 17 KSP TONS Backfill Per TON 4 Ati On dnl In r,-ard Aen cen-is ($2.50 Min.) ' 2nd Ave Ped Improvements/Madfai 10 October 18,2007 Federal Aid Number. CM-9917(008) Project Number• 05-3010 SCHEDULE IV— STORM SEWER ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 4210 7-05.5 4 Thermoplastic Storm Drain $ 130.00 $6ap _(pp KSP EACH Stenciling Per EA n0 C<� Schedule IV Total I 1 1 i i i .. 2nd Ave Ped Improvements/Madfai 11 October 18,2007 Federal Aid Number: CM-9917(008) Protect Number: 05-3010 SCHEDULE V—TRAFFIC CONTROL ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT .So.Icbz -Wo-Sol onc* 5004 1-10.5 1,000 Flagger and Spotter - ee WSDOT HOURS Per HR -J i dollars cind Moen-IS 5006 1-10.5 300 Other Traffic Control Labor $146.00 S 8.00-00 WSDOT HOURS Per HR CIO)to r.S cirri no cer4s 5010 1-10.5 421 Construction Signs Class A $ 6.00 WSDOT SQ FT Per SF mixCU I(ars ar-CL Y 0 C-V-& 5015 1-10.5 500 Traffic Control Supervisor $ yg.00 $a4,or,>�.(x7 WSDOT HOURS Per HR s 5020 1-10.5 1 Other Temporary Traffic Control $/$*ro-Ov $ isS-0_00 WSDOT LUMP SUM Per LS C�C��.��c�l.2i arc�'hur�cl�rec�. 21�n�udobr ci nd no omn 5030 1-10.5 45 Portable Changeable Message $70©O $3,WCK:) WSDOT DAYS Sign (PCMS) Per DAY `C`5 d 'n.0 5031 1-10.5 45 Operation of Portable Changeable $3 ZO $aa6•oo WSDOT DAYS Message Sign (PCMS) Per DAY -0;,jc (101IarnS CLO(-j_ r(D Gems 5035 1-10.5 45 Sequential Arrow Sign (SAS) $ I/-/,00 $G30-00 WSDOT DAYS Per DAY - COjfAtem ad lar,-s ay-\A ro cerc >- 5080 8-23.5 500 Temporary Pavement Marking $11 00 $,G00.00 WSDOT LN FT Per LF noe do1\(afr G,r\c\ X-\n ccn,�* 2nd Ave Ped Improvements/Madfai 12 October 18,2007 Federal Aid Number CM-9917(008) Protect Number 05-3010 SCHEDULE V-TRAFFIC CONTROL ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 5115 8-22.5 40 Plastic Stop Line $ G•00 $ -A10.00 KSP LN FT Per LF 6 i)c cool Ims ana no Geryis 5120 8-22.5 48 Plastic Crosswalk Line $ 6•o n $ 3 8'q.00 KSP SQ FT Per SF Pit 9h+ dol to r� (and ro CP frlyS 5122 8-22.5 156 White Edge Line Paint Stripe $ S-Co $ 780•000 KSP LN FT Per LF (' 5135 8-21.5 1 Permanent Signing $I-S00.c0 $3 SjU o0 WSDOT LUMP SUM Per LS o d► ro Cf�dIS Schedule V Total $ 2nd Ave.Ped Improvements/Madfai 13 October 18,2007 Federal Aid Number CM-9917(008) Proiect Number 05-3010 SCHEDULE VI—ELECTRICAL ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 6011 8-20.5 1 Illumination System- Ornamental $ ZIG,3Q.00 $ Y6,31a.00 KSP LUMP SUM Lighting Per LS 6020 4-04.5 111 Crushed Surfacing Top Course, $ $ I6'E6100 8-35.5 TONS 5/8 Inch Minus for Backfill for Per TON KSP Utility Trench ur'+een dol lc ui-S and 6021 8-35.5 53 Sand for Conduit Bedding $ I a,N9 $(.G I.4'7 KSP TONS Per TON ceYAS 6024 8-20.5 2,733 Conduit Pipe 2 Inch Diameter $ /O/057,c/q WSDOT LN FT Sch. 80 PVC Per LF 2g:iUh-� C erg 6026 8-20.5 770 Conduit Pipe 4 Inch Diameter $ 117N3.&0 WSDOT LN FT Sch. 80 PVC Per LF <�►xduoliacc, ctrcat A,1,6= cfyyr 6036 8-20.5 5 Junction Box WSDOT Type 11, $7&400 $39aO.Op KSP EACH Including Welding Per EA clolL ��(' CIIS CA�a Yl• C-fh"�S 6040 8-20.5 3 Junction Box WSDOT Type VIII, $ I j&14.00 $4-10,-Q.00 KSP EACH Including Welding Per EA 6080 8-20.5 10 Street Tree Pit Electrical $319, a0 $ 3/19a .00 KSP EACH Receptacles Per EA -three, kLy%�cl ,dine.--Feen dohars Gncl -lza n4u c-enis 6085 8-20.5 1 Electrical Service Cabinet $1,500.00* $1,500.00 KSP FORCE Modifications at 2nd Avenue and, per FA ACCOUNT Smith Street *Common price to all bidders 2nd Ave Ped Improvements/Madfai 14 October 18,2007 Federal Aid Number: CM-9917(008) Proiect Number• 05-3010 SCHEDULE VI-ELECTRICAL ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT Schedule VI Total $ r7G (,p i 1 2nd Ave Ped Improvements/Madfai 15 October 18,2007 Federal Aid Number- CM-9917(008) Protect Number: 05-3010 SCHEDULE VII-TEMPORARY EROSION AND SEDIMENTATION CONTROL ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 7015 8-01.5 6 Inlet Protection $(a5,O0 $3q0,00 KSP EACH Per EA S►x�t',���e C�d1c�►r� Clod no CoAs 7025 8-01.5 50 Clear Plastic Covering $3,00 $ E50.00 KSP SQ YDS _ 1- Per SY f P�, d0t�Of S Gr YA C7 C-WXS 7030 8-01.5 12 ESC Lead $ Has.oo $S,►co.oo KSP DAYS Per DAY 7055 8-01.5 1 Temporary Erosion/Water $2,000.00* $2,000.00 WSDOT FORCE Pollution Control Per FA ACCOUNT *Common price to all bidders 7060 1-07.15(1) 1 SPCC Plan $LI-50.po $ 4?SO. 0O WSDOT LUMP SUM Per LS f S no G2Y`c�S Schedule VII Total $ 21 ncio-•(o l 2nd Ave.Ped Improvements/Madfai 16 October 18,2007 Federal Aid Number CM-9917(008) Project Number• 05-3010 SCHEDULE VIII-ROADSIDE RESTORATION ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 8000 8-02.5 10 Street Tree Planting and Staking $a0.00 $5sc,0•00 KSP EACH Per EA -�1�ninP.,�_1r�u�c�►���-�'���c��\\O�� ar�C9 r�c7 C-er�� 8001 8-02.5 3 Mulch for Street Trees $ 01-5-0•CEO $`ZrO.00 KSP CU YDS Per CY -kw0 hLuN r-enA -Q4\%a (J�AbfS Otr-d rO C -Vr S 8005 8-02.5 11 Topsoil Type A $0- 5;O.M $ Q,7w-00 KSP CU YDS Per CY - - - , \\cars ck, no— cerylls- 8025 8-02.5 10 48 Inch Square Ductile Iron $Coo.00 $ Ga00.op KSP EACH "Kent"Tree Grate (2 Pieces) Per EA Six�,nAnf C1 A &ILAC-S C.nd r©c�� 8030 8-02.5 10 Tree Grate and Frame Installation $ 8G•00 $ 8601C)5 KSP EACH Per EA ie1 s5))C &cs Ora ctr An ccjj�S 8035 8-02.5 7 Special Base Course $sf•00 $`/13,00 KSP TONS Per TON ni Schedule VIII Total $ L� 1-1731 LIDO 2nd Ave.Ped lmprovemenWMadfai 17 October 18,2007 Federal Aid Number: CM-9917(008) Project Number 05-3010 BID SUMMARY Schedule I 3 .5015. 3� 2 - /34 9:e.QC Schedule IV Schedule V UQ Schedule VI 7; CO (e I -f4iCos.49 Schedule VII 9j 090. c — L Schedule VIII I q10 {73 , 00 TOTAL BID AMOUNT -- F #ass Gf3.59 2nd Ave Ped Improvements/Madfai 18 October 18,2007 Federal Aid Number: CM-9917(008) Project Number: 05-3010 CITY OF KENT SUBCONTRACTOR LIST (Contracts over$100,000) List each subcontractor, from any tier of subcontractors, that shall perform subcontract work amounting to more than 10% of the total bid contract price. List each bid item to be performed by each designated subcontractor in numerical sequence. If no subcontractors will be performing 10% or more of the work, indicate this by writing"None" and signing this form at the bottom of the page. Failure to submit a fully completed and signed subcontractor list after the time set for bid opening may disqualify your bid. PROJECT NAME: .2nd Avenue Pedestrian Improvements (W. Gowe St. to W. Smith St.) FEDERAL AID NUMBER: CM-9917 (008) PROJECT NUMBER: 05-3010 Subcontractor Name / r T Item Numbe s oZ,, az o Z6 6 036, 60 v Subcontractor Name Item Numbers 12-10,Z-IZIQ 6-115z �12y_ Subcontractor Name 1ID-f Al 1 X RA U.CJJ l n L Item Numbers o SS Subcontractor Name Cl'i n" r a K S 4. Item Numbers l OS�— Subcontractor Name Co QAru c fion Item Numbers �DOu Subcontractor Name Item Numbers Subcontractor Name Item Numbers Aj CONTRACTOR'S SIGNATURE 2nd Ave Ped Improvements/Madfai 19 October 18,2007 Federal Aid Number: CM-9917(008) Proiect Number: 05-3010 t SUBCONTRACTOR LIST (Contracts over 1 million dollars) Name of Bidder: 'benn',)6 Project Name: 2nd Avenue Pedestrian Improvements (W. Gowe St, to W. Smith St.) Federal Aid Number: CM-9917 008 Project Number: 05-3010 Pursuant to RCW 39.30.060,Bidder shall list the names of the subcontractors with whom the Bidder, if awarded the contract, will subcontract for performance of the work of heating, ventilation, and air conditioning; plumbing; and electrical, or to name itself for the work. Failure of the Bidder to submit, as part of the Bid,the names of such subcontractors or to name itself to perform such work or the naming of two or more subcontractors to perform the same work shall render the Bidder's Bid non-responsive and,therefore, void. Heating, Ventilation, and Air Conditioning Subcontractor Name: Plumbing Subcontractor Name: Electrical Subcontractor Name: M7 L==M�C_ AAA Si ature o Bid Date 2nd Ave.Ped Improvements/Madfat 20 October 18,2007 Federal Aid Number- CM-9917(008) Project Number: 05-3010 CONTRACTOR'S QUALIFICATION STATEMENT COMPLETE AND SIGN THIS FORMAS PART OF YOUR BID. FAILURE TO PROPERLY COMPLETE THIS FORM MAY RESULT IN A DETERMINATION THAT YOUR BID IS NON-RESPONSIVE AND THEREFORE VOID. THIS DOCUMENT HAS IMPORTANT LEGAL CONSEQUENCES: CONSULTATION WITH AN ATTORNEY IS ENCOURAGED WITH RESPECT TO ITS COMPLETION OR MODIFICATION. The Undersigned certifies under oath that the information provided herein is true and sufficiently complete so as not to be misleading. SUBMITTED BY: NAME: f1'h ADDRESS: ,►_CS9�S- PRINCIPAL OFFICE: DcnniS9, GYG\U Conslr.2r,c_ ADDRESS: 112560 ALxndQ1e, ?L /UP- V�f Jmoca LOA C?K Sa PHONE: 4/aS, 5;/8 a- caq_ a,a FAX: L) . 1. ORGANIZATION 1.1 How many years has your organization been in business as a Contractor? 1.2 How many years has your orga zation been in business under its present business name? 33 k:r s 1.2.1 , Under what other or former names has your organization operated? 1.3 If your organization is a corporation, answer the following: 1.3.1 Date of incorporation: IR7 g 1.3.2 State of incorporation:W 4 sbvh }� 1.3.3 President's name:ScAv 1.3.4 Vice-president's name(s):perw�, 9'. 1.3.5 Secretary's name: l-.)ery,;6 R.Crctic� 1.3.6 Treasurer's name:sgni,, Crclic� J 1.4 If your organization is a partnership, answer the following: 2nd Ave Ped Improvements/Madfai 21 October 18,2007 Federal Aid Number CM-9917(008) Project Number 05-3010 1.4.1 Date of organization: 1.4.2 Type of partnership (if applicable): 1.4.3 Name(s) of general partner(s): 1.5 If your organization is individually owned, answer the following: 1.5.1 Date of organization: 1.5.2 Name of owner: 1.6 If the form of your organization is other than those listed above, describe it and name the principals: 2. LICENSING 2.1 List jurisdictions and trade categories in which your organization is legally qualified to do business, and indicate license numbers, if applicable. G�e o3 - WG im q^ or\ 2.2 List jurisdictions in which your organizati 's partnership or trade name is filed. 3. EXPERIENCE 3.1 List the categories of work that your organization normally performs with its own forces. s��'oldl►�^�,d ,rw�t,exCC%V-1kA;on,?+f e,worKj CCWn&* 3.2 Claims and Suits. (If the answer to any of the questions below is yes, please attach details.) gone, 3.2.1 Has your organization ever failed to complete any work awarded to it?nb 3.2.2 Are there any judgments, claims, arbitration proceedings or suits pending or outstanding against your organization or its officers?rid 3.2.3 Has your organization filed any law suits or requested arbitration with regard to construction contracts within the last five years? Y 10 3.3 Within the last five years,has any officer or principal of your organization ever been an officer or principal of another organization when it failed to complete a construction contract? (If the answer is yes,please attach details.) 1r1Q 3.4 On a separate sheet, list major construction projects your organization has in progress, giving the name of project, owner, architect or design engineer, contract amount, percent complete and scheduled completionSeG *0&le& 3.4.1 State total worth of work in progress and under contract: �,1m�ll�o►� 3.5 On a separate sheet, list the major projects your organization has completed in the past five years, giving the name of project, owner, architect or design engineer, See ci+ 'Q c l� 2nd Ave Ped Improvements/Madfai 22 October 18,2007 Federal Aid Number CM-9917(008) Project Number: 05-3010 contract amount, date of completion and percentage of the cost of the work performed with your own forces. 3.5.1 State average annual amount of construction work performed during the past five years: L/M;(t I-Ort 3.6 On a separate sheet, list the construction experience and present commitments of the key individuals of your organization. See a44,-,A 3.7 On a separate sheet, list your major equipment. 4. REFERENCES 4.1 Trade References:5ee G 0'144 4.2 Bank References:V-iriS 1' lr y\,, Mc-\� Zc'n� 4.3 Surety-Tmoe-A trSC.GSuc,\+L °a-a suf'e'tt6 C,0,"'Pur6 04,Awxrri C-a` 4.3.1 Name of bonding company: NU\6 ate►&4vo»a 4.3.2 Name and address of agent: 5. FINANCING 5.1 Financial Statement. After bid opening,the City may require the following financial information from any of the three apparent low bidders. If so required, the selected bidder(s)must respond with this financial information within 24 hours of the City's request for that information. The City's request for this information shall not be construed as an award or as an intent to award the contract. A bidder's failure or refusal to provide this information may result in rejection of that bidder's bid. 5.1.1 Attach a financial statement,preferably audited, including your organization's latest balance sheet and income statement showing the following items: Current Assets (e.g., cash,joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials inventory and prepaid expenses); Net Fixed Assets; Other Assets; Current Liabilities (e.g., accounts payable,notes payable, accrued expenses, provision for income taxes, advances, accrued salaries and accrued payroll taxes); Other Liabilities (e.g., capital, capital stock, authorized and outstanding shares par values, earned surplus and retained earnings). 2nd Ave Ped Improvements/Madfai 23 October 18,2007 Federal Aid Number. CM-9917(008) Proiect Number• 05-3010 5.1.2 Name and address of firm preparing attached financial statement, and date thereof: 5.1.3 Is the attached financial statement for the identical organization named on page one? 5.1.4 If not, explain the relationship and financial responsibility of the organization whose financial statement is provided (e.g.,parent-subsidiary). 5.2 Will the organization whose financial statement is attached act as guarantor of the contract for construction? 6. SIGNATURE 6.1 Dated at this day of .2007. Name of Organization: J ` By: Title: 6.2 Jr n&-e_ erzuk0 ,being duly(w deposes and says that the information provided herein is true and sufficiently complete so as not to be misleading. Subscribed and sworn before me this 19'.1 day of 12007. Notary Publi M Commission Expires:y r t D ac , c N����� f title too,1 %,us _ v' My AQr M L 40' d ��,, ..`26 2nd Ave Ped Improvements/Madfai 24 October 18,2007 Federal Aid Number- CM-9917(008) Proiect Number: 05-3010 rllennis A. Craig zo)o CONSTRUCTION, INC. P.O. Box 595 Contr. Lic. No.DE-NN-11*201D4 REDMOND,WASHINGTON 98073-0595 (425)882-2922 FAX(425)881-0380 2008 ADA Upgrade and Sidewalk And Repair Program Phase 2/Bellevue Contract No. 0753 DRCC #07-040 SUBCONTRACTOR: Stripe Rite Inc. 253.863.2087 Fax: 253.863.3120 PO Box 1724 Auburn, WA 98071 GENERAL CONTRACTOR: Dennis R. Craig Construction, Inc. 425.882.2922 Fax: 425.881.0380 Attn: Vern Endres, PM email: vern .dreconst.com PO Box 595 Cell: 206.786.0304 Redmond, WA 98073-0595 Supt.: Jason Craig Cell: 206.786.0305 OWNER: City of Bellevue 425.452.5279 Fax: 425.452.2874 PO Box 90012 Bellevue, WA 98009 Dorcie Hulke 425.452.5279 CONSTRUCTION INSPECTOR: rquat opportunay'Employer 77ennis A. Craig CONSTRUCTION, INC. P.O. Box 595 Contr. Lic. No.DE-NN-11*201134 REDMOND,WASHINGTON 98073-0595 (425)882-2922 FAX(425)881-0380 Northwest As halt/Cit of Snohomish p Y 2007 Overlay Program Contract No. B07234 DRCC #07-034 SUBCONTRACTOR: Dennis R. Craig Construction, Inc. 425.882.2922 Fax: 425.881.0380 Attn: Vern Endres, PM email: vemOdreconst.com PO Box 595 Cell: 206.786.0304 Redmond, WA 98073-0595 Supt.: Jason Craig Cell: 206.786.0305 GENERAL CONTRACTOR: Northwest Asphalt, Inc. 425.254.1820 Fax: 425.254.1821 PO Box 2260 Renton, WA 98056 OWNER: City of Snohomish CONSTRUCTION INSPECTOR: Equal Opportunity fanployer (Dennis A. Craig CONSTRUCTION,INC. P.O. Box 595 Contr. Lic.No. DE-NN-11*201134 REDMOND,WASHINGTON 98073-0595 (425)882-2922 FAX(425)881-0380 City of Bellevue 120T" Ave. NE (NE 20 St. to NE 26th St.Y Contract No. 0745 DRCC #07-033 GENERAL CONTRACTOR: Dennis R. Craig Construction, Inc. 425.882.2922 Fax: 425.881.0380 Attn: Vern Endres, PM email: vern -dreconst.com PO Box 595 Cell: 206.786.0304 Redmond, WA 98073-0595 Supt.: Jason Craig Cell: 206.786.0305 SUBCONTRACTOR: Stripe Rite, Inc. 253.863.2987 Fax: 253.863.3120 PO Box 1724 Auburn, WA 98071-1724 Lakeridge Paving Company LLC 253.631.8290 Fax: 253.630.9709 PO Box 8500 Covington, WA 98041-8500 PLS, Inc. 425.313.9378 Fax: 425.313.9379 PO Box 1778 Issaquah, WA 98027 OWNER: City of Bellevue CONSTRUCTION INSPECTOR: Eajua(Opporturaty'Employer lo (Dennis A. Cyan � g r S-S CONSTRUCTION, INC. P.O. Box 595 Contr. Lic. No. DE-NN-II*201D4 REDMOND,WASHINGTON 98073-0595 (425)882-2922 FAX(425)881-0380 2008 ADA Upgrade & Repair Program/ City of Bellevue Contract No. 0740 DRCC #07-032 GENERAL CONTRACTOR: Dennis R. Craig Construction, Inc. 425.882.2922 Fax: 425.881.0380 Attn: Vern Endres, PM email: vern ,dreconst.com PO Box 595 Cell: 206.786.0304 Redmond, WA 98073-0595 Supt.: Jason Craig Cell: 206.786.0305 1 SUBCONTRACTOR: Stripe Rite, Inc. 253.863.2987 Fax: 253.863.3120 PO Box 1724 Auburn, WA 98071-1724 OWNER: City of Bellevue CONSTRUCTION INSPECTOR: 1 Equal Opportunity'Employer rDennis A. Craig CONSTRUCTION, INC. P.O. Box 595 Contr. Lic. No. DE-NN-11*201D4 REDMOND,WASHINGTON 98073-0595 (425)882-2922 FAX(425)881-0380 REFERENCES SE 8th Street Trail Connection Tukwila 2006 Small Drainage Program City of Bellevue City of Tukwila Scott Vander Hyden 425.452.4169 Bob Giberson 206.431.2457 $139,993 $204,961 Year Completed—2006 Year Completed-2006 Boardwalk Drainage, sidewalk, curb&gutter 140 Avenue SE Pedestrian Improvements Bel-Red Road/NE 30 h Street King County City of Bellevue Frank Overton 206.296.8023 Maher Welaye 425.452.4878 $260,020 $624,278 Year Completed—2006 Year Completed-2007 Drainage, pedestrian pathway Curb&gutter, sidewalk, drainage, street improvements Kirkland Avenue Sidewalk City of Kirkland 416t Street&A Street SE Quinn Golden 425.587.3827 City of Auburn $262,765 Scott Nutter 253.804.5082 Year Completed—2005 $266,766 Sidewalk, drain, curb &gutter, asphalt Year Completed-2005 patching Water line, sidewalk, curb& gutter SE 38th Street Crosswalk SE 28th Street Sidewalk City of Bellevue City of Bellevue Tony Cezar 425.452.7835 Maher Welaye 425.452.4878 $48,536 $35,839 Year Completed—2006 Year Completed-2005 Crosswalk Sidewalk, curb& gutter Bear Creek Bicycle & Pedestrian Trail 2006 Citywide Sidewalk City of Redmond City of Renton Rob Crittenden 425.556.2838 Derek Akesson 425.430.7243 $353,343 $390,789 Year Completed—2007 Year Completed—2006 Pedestrian trail and landscaping Curb &gutter, sidewalk, drainage SE 63"t Street Right Turn Pocket City of Bellevue Maher Welaye 425.452.4878 $60,856 Year Completed -2006 Street work U:16id PackageslREFERENCE LIST 2007.doc Equal Opportunity Employer Janie Craig: President of Dennis R. Craig Construction, Inc. and Safety Officer Phone Ws: 425.882.2922 206.786.0303 Dennis Craig: Vice President of Dennis R. Craig Construction, Inc. and Erosion/Sedimentation Control Office. Primary Assistant to project manager and project superintendent. Phone Ws: 425.882.2922 206.786.0302 Vern Endres: Project Manager and Project Estimator Phone Ws: 425.882.2922 206.786.0304 Jason Craig: Project Superintendent Phone#: 206.786.0305 Lisa Phillips: Contract Compliance and Account Phone#: 425.882.2922 Paul Aritchita: Concrete Foreman 10+yrs exp. Phone#: 206.423.1831 Jeff Craig: Concrete Foreman 6+yrs exp. Phone#: 206.786.0319 Dennis R. Craig Construction, Inc. Equipment Listing Trackhoe w/thumb 75 HP and above Trackhoe w/thumb 75 HP and below Backhoe 75 HP and below Backhoe w/breaker/hoepac 75 HP and below Loader 75 HP and above Dozer 75 HP and above Dozer 75 HP and below Roller Vibratory 75 HP and below Compressor Truck and trailer Work truck w/tools 1 r Trade References: H. D. Fowler Company 206.746.8400 PO Box 160 Bellevue, WA 98005 Cadman, Inc. 425.867.1234 PO Box 97038 Redmond, WA 98073-9738 Stoneway Concrete 425.226.1000 915 Houser Way N Renton, WA 98057 r PROPOSAL SIGNATURE PAGE The undersigned bidder hereby proposes and agrees to start construction work on the Contract, if awarded to him/her, on or before ten (10) calendar days from the date of the Notice to Proceed, and agrees to complete the Contract within sixty(60)working days after issuance of the City's Notice to Proceed. The undersigned bidder hereby agrees to submit all insurance documents,performance bonds and signed contracts within ten (10) calendar days after City awards the Contract. The City anticipates issuance of the Notice to Proceed on the day of the preconstruction meeting. No bidder may withdraw his/her bid for a period of sixty (60) calendar days after the day of bid opening. The required bid security consisting of a bid bond, cashier's check or cash in an amount equal to 5% of the total amount is hereto attached. Notice of acceptance of this bid or request for additional information shall be addressed to the undersigned at the address stated below. Receipt of Addendum No.'s , to the plans and/or specifications is hereby acknowledged. Failure to acknowledge receipt of the addenda may be considered an irregularity in this proposal. By signing this Proposal Signature Page,the undersigned bidder agrees to be bound b all terms, requirements and representations listed in the bid documents whether set forth by City or by the Bidder. DATE: I I y7 NAME OF BID AA B ro& (P 'nt am and Title) I 1AJLdjAA itlA actress go7.�-vs 1 2nd Ave.Ped Improvements/Madfai 25 October 18,2007 Federal Aid Number CM-9917(008) Project Number: 05-3010 Failure to return this Declaration as part of the bid proposal package will make the bid nonresponsive and ineligible for award. NON-COLLUSION DECLARATION I, by signing the proposal, hereby declare, under penalty of perjury under the laws of the United States that the following statements are true and correct: 1. That the undersigned person(s), firm, association or corporation has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the project for which this proposal is submitted. 2. That by signing the signature page of this proposal, I am deemed to have signed and to have agreed to the provisions of this declaration. NOTICE TO ALL BIDDERS To report rigging activities call: 1-800-424-9071 r The U.S. Department of Transportation (USDOT) operates the above toll-free "hotline" Monday through Friday, 8:00 a.m. to 5:00 p.m., eastern time. Anyone with knowledge of possible bid rigging, bidder collusion, or other fraudulent activities should use the "hotline" to report such activities. The "hotline" is part of USDOT's continuing effort to identify and investigate highway construction contract fraud and abuse and is operated under the direction of the USDOT Inspector General. All information will be treated confidentially and caller anonymity will be respected. DOT Form 272-036H EF Revised 5/06 r Certification for Federal-Aid Contracts The prospective participant certifies by signing and submitting this bid or proposal, to the best of his or her knowledge and 1 belief, that: (1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress I in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. This certification is material representation of the fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a werequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each failure. The ros ective artici ant also a re s by submitting his or her bid or moposal that he or she shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such subrecipients shall certify and disclose accordingly. DOT Form 272-040 EF Revised 1/2000 BID BOND FORM KNOW ALI, MEN BY 'llIESE PRFSFN'1'1: That we,-� Dennis R. Craig Construction, Inc. - , as Principal, and Travelers Casualty and Surety Company of America , as Surety, are held and tiredly bound unto the CITY OF KENT, as Obligee, in the penal sum of ofvtotalcent bid amount Dollars, i'or the payment of which the Principal and the Surety bond themselves,their heirs, executors, administrators, successors and assigns,jointly and severally, by these presents. The condition of this obligation is such that if the Oblig-ee_shall make any_a-w2rd-to the —(VV - Priticipa de l for 2nd Avenue Pestrian Improvemc;nts . Gower St. to W. Smith St.) - Federal Aid Number: CM-9917 (008)/Project Number: 05-3010 According to the terms of the proposal or bid made by the Principal thereof,and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of'said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure so to do, pay and forfeit to the Obligee the penal amount of the deposit speci fled in the call for bids, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect and the Surety shall fort h pay and forfeit to the Obligee, as penalty and liquidated damaged,the amount ol'this b SIGNED, SEALED AND DATED THIS 13th DAY Olt' vember 7. De a R. on on, Y NCiPA T velers Casualty an Sur ty Company of America — Y _ Jim S. Kuich, Attorney-in-fao't- Received return of deposit in the sum of J �J 2nd Ave Pod lmpiovemew/Madfai 29 October 18,2007 Federal Aid Number CM-9917(008) Proieel Number. 05-3010 WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER Ad. POWER OF ATTORNEY TR�VELERSJ Farmington Casualty Company St.Paul Guardian Insurance Company Fidelity and Guaranty Insurance Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company Seaboard Surety Company Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company Attorney-In Fact No. 218179 Certificate No. 002018400 KNOW ALL MEN BY THESE PRESENTS That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York,that St Paul Fire and Marine Insurance Company,St Paul Guardian Insurance Company and St Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota.that Farmington Casualty Company,Travelers Casualty and Surety Company,and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut,that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maiyland,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 Underwriteis,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 Darlene Jakielski,Julie M.Glovev-M-J.Cotton,-Nancy J-ADsborne,-S-.M.Scott,-Steven K-BusK,idlichael A.Murphy,Jinn W.Doyle,Brandon K Bush,Andy D Prill,Jim S Kutch,Chad M Epple,Steve Wagner,and Theresa A Lamb of the City of Bothell ,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 behalt 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 22nd day of October 2007 Farmington Casualty Company St.Paul Guardian Insurance Company Fidelity and Guaranty Insurance Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company Seaboard Surety Company Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company Y 4ASU,�� sivaEly FIRE 6 ^ ��W!NyG ,.+•'' 1NS�q PITY 4/yG !'IP SIW�Y `4"'Y� - O �-'• �~ V � * � OJ _�P QO•RPOR 9y f4JP 9,4°i: 4P��1 SG9 �"�•+� � ��O 19.82�� .1.9� IiC01tPOHllTrp 927 � �t°0 ...">e m /�4ppPORAT�. �`- a MARTFORD, � "' Ii1A'rF6tiD, � ��NCpi6yq� �6 cYu a 1951 s,O , SEALi�o� :SEAL 3J o CONts ;� t886 n� ti ! � OF tr£N� r„��N�, A!s.i.N't- �s rP„� di �e v'' /�A►NO' ....+' +...mom°• State of Connecticut By City of Hartford ss Georg Thompson, error ice President On this the 22nd day of October 2007 before me personally appeared George W Thompson,who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters, Inc, Seaboard Surety Company, St Paul Fire and Marine Insurance Company, St Paul Guardian Insurance Company, St Paul Mercury Insurance Company, Travelers Casualty and Suiety 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 G•T� In Witness Whereof,I hereunto set my hand and official seal W w" C My Commission expires the 30th day of June,2011 pU81dG * Mane C Tetreault Notary Public 58440-5-07 Printed in U S A• WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company,Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc, Seaboard Surety Company, St Paul Fire and Marine Insuraite :&IZ,ny, St Paul Guardian Insurance Company, St Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,which resolutions are now in full force and effect,reading as follows RESOLVED,that the Chairman,the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her,and it is FURTHER RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary,and it is FURTHER RESOLVED,that any bond,recognizance,contract of indemnity,or writing obligatory in the nature of a bond,recognizance,or conditional undertaking shall be valid and binding upon the 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 Attomeys-m-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority, and it is FURTHER RESOLVED,that the signature of each of the following officers President,any Executive Vice President,any Senior Vice President,any Vice President, any Assistant Vice President,any Secretary,any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached I,Kori M Johanson,the undersigned,Assistant Secretary,of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters, Inc, Seaboard Surety Company, St Paul Fire and Marine Insurance Company, St Paul Guardian Insurance Company, St Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surgt�^Company of America,and United 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 Compames,which is in full force and effect and has not been revoked h , I IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the sd'9is of said Companies this 11 day of !1z����u�'� 20 407 Kori M Johans Assistant Secretary G I.SU.�� Qom" 'J�f/j FlRE�4 �Ra�NfG j1NSUq JP�fY 4Np !Rp _ � n.- Or �� b" n � _ INCORPORATED r � c i m�oRP-RA�e.� 2 WRypRRT!'�t mP HARTFORC.9''c - �NAiiTFOFU, v-- �� �_t982 O 1927 ® CONN 1896 �.SEAI o> SEAL 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 CITY OF KENT COMBINED AFFIDAVIT & CERTIFICATION FORM: NON-COLLUSION, MINIMUM WAGE (NON-FEDERAL AID) NON-COLLUSION AFFIDAVIT Being first duly sworn, deposes and says, that he/she is the identical person who submitted the foregoing proposal or bid, and that such bid is genuine and not sham or collusive or made in the interest or on behalf of any person not therein named, and further, that the deponent has not directly induced or solicited any other bidder on the foregoing work equipment to put in a sham bid, or any other person or corporation to refrain from bidding, and that deponent has not in any manner sought by collusion to secure to himself/herself or to any other person any advantage over other bidder or bidders. AND IMINIMUM WAGE AFFIDAVIT FORM I, the undersigned, having duly sworn, deposed, say and certify that in connection with the performance of the work of this project, I will pay each classification of laborer, workman, or mechanic employed in the performance of such work not less than the prevailing rate of wage or not I less than the minimum rate of wage as specified in the principal contract; that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. FOR;NON-COLLUSION AFFIDAVIT AND MINIMUM WAGE AFFIDAVIT 2nd Avenue Pedestrian Improvements (W. Gowe St. to W. Smith St.) Federal Aid Number: CM-9917 (008) Project Number: 05-3010 NAME IBIDUDER4' PROJECT - 0A All i AAJ NAM O S IRM IGNATURE OF AUTHO Z REP SE ATIVE OF BIDDER Subscribe and sworn to before me this da of , 2007. N �, ublic in and for th State of Washington, i ,;•. s MptAllr d' residing at 'kO Ry.25 � 2nd Ave.Ped Improvem ��► �� 29 October 18,2007 Federal Aid Number CMi/� 8 Ast�� ` Project Number. 05-3010 MAWashingtonState Disadvantaged Business 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 part of the resulting contract. Information on certified firms is available from OMWBE,telephone 360-753-9693. / bfnyla . �TA;- eIn/1:J S�_ �1?L certifies that the Disadvantaged Business Enterprise Namd of Bidder (DBE)Firms listed below have been contacted regarding participation on this project.If this bidder is successful on this project and is awarded the 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.) Project Role * Amount to Name of DBE (Prime,Joint Venture, Certificate Number Subcontractor, Description of Work be Applied Manufacturer,Regular Towards Goal Dealer,Service Provider) Il 2 10L/SLZ 5414a* c S 2. nNAo (,At or) ►� 2 u9 Sub u .k �1 obo d I3' --—- ' 4. 5. 8. 9 10- -- ------ .** Disadvantaged Business Enterprise Subcontracting Goal: �Q DBE T �- s3 qz7 '11 �- * 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 accordingly. DOT Form 272-056 EF ' Revised 7l07 BIDDER'S CHECKLIST The following checklist is a guideline to help the Contractor make sure all forms are complete. The bidder's attention is especially called to the following forms. Failure to execute these forms as required may result in rejection of any bid. Bidder's Package should include the following: Bid Document Cover Sheet filled out with Bidder's Name..............................................® IF Table of Contents Sheet.......................................................................................................0 Call for Bids. „ Informationfor Bidders......................................................................................................® ' Contractor Compliance Statement....................................................................................® Date. ..0 Have/have not acknowledgment............................................................................99 ' Signature and address............................................................... ® .. Declaration—City of Kent Equal Employment Opportunity Policy..............................® Datedand signed ....................................................................................................li Cityof Kent Administrative Policy.................................................................................... ' Proposal...............................................................................................................................® First line of proposal—filled in. ..a Unit prices are correct and written in words.......................................................a ' Bid the same unit price for asterisk(*) bid items................................................a City of Kent Subcontractor List(over$100K). ..............................90 Subcontractors listed properly..............................................................................® Signature..............................................................................................................® Subcontractor List(over$1 million). ..® Subcontractorslisted properly..............................................................................a Signature.................................................................................................................is Contractor's Qualification Statement...............................................................................a Filledout and notarized.........................................................................................® ProposalSignature Page.....................................................................................................® ' All Addenda acknowledged...................................................................................® Date,signed and addressed....................................................................................® Non-Collusion Declaration.................................................................................................® Certification for Federal-Aid Contracts............................................................................® BidBond Form....................................................................................................................a Signed,sealed and dated........................................................................................I® ' Power of Attorney..................................................................................................0 (Amount of bid shall equal 5% of the total amount bid) Non-Collusion Affidavit......................................................................................................� Signed,dated and notarized..................................................................................IF Disadvantaged Business Enterprise Utilization Certification.........................................6 Bidder's Check List.............................................................................................................Is ' The following forms are to be executed after the Contract is awarded: A) CONTRACT ' This agreement to be executed by the successful bidder. B) PERFORMANCE BOND To be executed by the successful bidder and his surety company. ' The following form is to be executed after the Contract is completed: A) CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT ' To be executed by the successful bidder AFTER COMPLETION of this contract. 2nd Ave Ped Improvements/Madfai 31 October 18,2007 Federal Aid Number: CM-9917(008) Proiect Number• 05-3010 PERFORMANCE BOND BOND #105013235 TO CITY OF KENT KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, Dennis R. Craig Construction, Inc. as Principal, and Travelers Casualty and Surety Company of America Connecticut a Corporation organized and existing under the laws of the State of %MMM'N6*i, 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 KENT in the penal sum of S* , together with any adjustments, up or down, in the total contract price because of changes in the contract work, f'or the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or personal representatives, as the case may be. * Three Hundred Thirty Eight Thousand Six Hundred Seventy Three and 59/100 Dollars ($338,673.59) This obligation is entered into in pursuance of the statutes of the State of Washington, and the Codes and Ordinances of the CITY OF KENT. Nevertheless, the conditions of the above obligation are such that: WHEREAS, under and pursuant to a motion, duly made, seconded and passed by the City Council of the City of Kent, King County, Washington, the Mayor of the City of Kent has let or is about to let to the above bounden Principal, a certain contract, the said contract providing for constn)ction of the 2nd Avenue Pedestrian Improvements (W. Gowe St. to W. Smith St.) - Federal Aid Number: CM-9917 (008)[Project Number: 05-3010 (which contract is referred to herein and is made a part hereol'as though attached hereto), and WHEREAS, the Principal has accepted, or is about to accept, the contract, and undertake to perform the work therein provided R)r in the manner and within the time set Iiorth: NOW, THEREFORE, if the Principal shall faitl)titlly perform all the provisions of said contract it) the manner and within the time herein set forth, or within such extensions of time as may be granted under the said contract, and shall Pay all laborers, mechanics, subcontractors and material nicn, and all persons who shall supply the Principal or subcontractors with provisions and supplies for the canying on of said work and shall indemnify and hold the CiTY OF KENT harniless Germ 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, excluding maintenance items, provided or performed under said contract within a period of one year after its acceptance thereof by the CITY OF KENT, or, for a specific product or feature, liar the warranty tir))c period, if any, provided by the manufacturer of that product or feature, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. TN WTTNESS WHEREOF, the above bounden parties have executed this instillment under their separate seals. The name and corporate seal (if required by law) of each corixorate party is hereto affixed and duly signed by its undersigned representatives pursuant to authority of its governing body. (SIGNATURES ON FOLLOWING PAGE) 2n1 Ave Pod Improvements/MidtF0 32 Oember 18,2(X)7 Fcdcr�l A0 Number: UM 9917(008) ProlcctNulnber: US-3U10 ` PERFORMANCE BOND PAGE TWO TWO WITNESSES: Dennis R. Craig Construction, Inc. PRiNc PAL TITLE: DATE:��j►'nI3P,►r`_- 7'�5 CORPORATE SEAL: PRINT NAME 1 DATE: ZCC Travelers Casualty and Surety Company of America SURETY CORPORATE SEAL: BY: Jim S. Kuich DATE: .D bor )GTQ-1zf-z- .- - TITLF: Attorney—in—fact ADDRESS: PO Box 3018 ` Bothell, WA 98041-3018 ' CERTIFICATE AS TO CORPORATE SEAL 1 hereby certify that 1 ani the (Assistant) Secretary of the Corporation named as Principal in the within Bond; that --�F-LM* — — -- IWlio signed the said bond on behalf of the Principa Ol'the said Corporation; that i know his signature thereto is ine, and that said Bond was duly signed, scaled, and attested for and in behalf of said C porati by authority f it T ming body. 1 :TARY OR A. SIS CRETARY 2nd Ave.Ped Improvements/MAdfai 33 ()Unbar IK,2M)7 Fcciem]Aid Number: CM 9917(008) Piolcc[Nwn1)cr; os-7010 WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER AM POWER OF ATTORNEY TRAVELERSJ Farmington Casualty Company St.Paul Guardian Insurance Company Fidelity and Guaranty Insurance Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company Seaboard Surety Company Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company Attorney-In Fact No. 218179 Certificate No. 002018504 KNOW ALL MEN BY THESE PRESENTS That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York,that St Paul Fire and Marine Insurance Company.St Paul Guardian Insurance Company and St Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota.that Farmington Casualty Company,Travelers Casualty and Surety Company,and Travelers Casualty and Suiety Company of America are corporations duly oiganized 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 Underwriteis,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 Darlene Jakielski,Julie M Glover,M J.Cotton, Nancy J Osborne,S M Scott,Steven K Bush,Michael A Murphy,Jim W Doyle,Brandon K Bush,Andy D Prill,Jim S Kutch,Chad M Epple,Steve Wagner,and Theresa A Lamb of the City of Bothell , State of Washington their true and lawful Attorney(s)-in-Fact, each in their separate capacity it 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 22nd day of October 2007 Farmington Casualty Company St.Paul Guardian Insurance Company Fidelity and Guaranty Insurance Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company Seaboard Surety Company Travelers Casualty and Surety Company of America ;St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company fO�,N.!NSG ,4Pj 1NSUq y„} 9JP�tY ANp S` y�N,°5yq��Y �p4YAA'0 3t'O�'�1�n 197� INCOpppRpp .1927 ? 1'«ow Pow >f-'s., J��copPONAIp ni `0p NAFlTFORO 9� s3Ft4RfFGt10,1 `�� � 1982 o t3 a < < �.SEAL..�ol � SEAL ; W CONN• o° N• N 1896 State of Connecticut By City of Hartford ss lGeorg6 Thompson Uor ice President On this the 22nd day of October 2007 before me personally appeared George W Thompson,who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters,Inc, Seaboard Surety Company, St Paul Fire and Marine Insurance Company, St Paul Guardian Insurance Company, St Paul Mercury Insurance Company,Travelers Casualty and Suiety 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 foi the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer Go T In Witness Whereof,I hereunto set my hand and official seal1 �� a ����`�`�""�� My Commission expires the 30th day of June,2011 <<+ * Mane C Tetreault Notary Public 58440-5-07 Printed in U S A. WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company,�Fidehty, ' and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc, Seaboard Surety Company, St Paul Fire and Marine Insurance Company, St Paul Guardian Insurance Company, St Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,which resolutions are now in full force and effect,reading as follows RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President,any Vice President, any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her,and it is FURTHER RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary,and it is FURTHER RESOLVED,that any bond,recognizance,contract of indemnity,or writing obligatory in the nature of a bond,recognizance,or conditional undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary,or(b)duly executed(under seal,if required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority, and it is FURTHER RESOLVED,that the signature of each of the following officers:President,any Executive Vice President,any Senior Vice President,any Vice President, any Assistant Vice President,any Secretary,any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached I,Kori M Johanson,the undersigned,Assistant Secretary,of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters, Inc, Seaboard Surety Company, St Paul Fire and Marine Insurance Company, St Paul Guardian Insurance Company, St Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety C'ompany of America,and United 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,which is in full force and effect and has not been revoked IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this day of �.G )OOr 20 (� Kori M Johans Assistant Secretary 2 G�SU,���L SDREIf 'yFlPEp6�sy T�\^N••INfG9 +�_+'�Jpj 1�HSV �JP�IY ANOs - •�.YW SUgUf �' 6� � �RDRIITEp �1 N m at't _, f;m �W �oaeaaarf�? < wiAi'FORo, a Ixc°a�o� SB--R—LDo n i m HARTFDRD, 1896 Z o S; J• 'nj . CDNN n CDNN. $ bin� �r �'� *� �oF�� �'��"�""E` �fs.:,"„N.,� �ls•� *ed 'byt naa°Z 1. + all ANI� 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 CONTRACT THIS AGREEMENT made in triplicate, is entered into between the CITY OF KENT , p , a Washington municipal corporation ("City"), and S on organized under the laws of the State of , located and doing business at ("Contractor"). iWITNESS: In consideration of the terms and conditions contained herein and attached and made a part of this Agreement, the parties agree as follows: 1. The Contractor shall do all work and furnish all tools, materials, and equipment for: 2nd Avenue Pedestrian Improvements (W. Gowe St. to W. Smith St.) - Federal Aid Number: CM-9917 (008)/Project Number: 05-3010 in accordance with and as described in the Contract Documents and shall perform any alterations in or additions to the work provided under the Contract Documents and every part thereof. The Contract Documents shall include all project specifications,provisions, and plans; the City's general and special conditions; the 2006 Standard Specifications for Road, Bridge, and Municipal Construction, as prepared by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association, including all published amendments issued by those organizations, if applicable("Standard Specifications"); the City's bid documents; and the Contractor's response to the City's bid. Unless otherwise directed by the City, work shall start within ten(10) days after the City issues its Notice to Proceed and be completed within sixty (60) working days. The Contractor shall provide and bear all expense of all equipment, work, and labor of any Isort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in the Contract Documents and every part thereof, except as mentioned in the specifications to be furnished by the City. 2. The City hereby promises and agrees with the Contractor to employ, and does employ, the Contractor to provide the materials and to do and cause to be done the above described work and to complete and finish the same according to the Contract Documents and the terms and conditions herein contained and hereby contracts to pay for the same according to the Contract Documents and the schedule of unit or itemized prices provided by Contractor in its response to the City's bid, at the time and in the manner and upon the conditions provided for in the Contract Documents. 3. The Contractor for itself, and for its heirs, executors, administrators, successors, and assigns, does hereby agree to the full performance of all covenants herein contained upon the part of the Contractor. 4. It is further provided that no liability shall attach to the City by reason of entering into this contract, except as expressly provided herein. 2nd Ave Ped Improvements/Madfai 34 October 18,2007 Federal Aid Number: CM-9917(008) Proiect Number• 05-3010 5. Contractor shall defend, indemnify, and hold the City, its officers, officials, employees, agents, volunteers and assigns harmless from any and all claims, injuries, damages, losses or suits, including all legal costs and 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. The City's inspection or acceptance of any of Contractor's work when completed shall not be grounds to avoid any of these covenants of indemnification. 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, agents and volunteers, the Contractor's liability hereunder shall be only to the extent of the Contractor's negligence. IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES THE CONTRACTOR'S WAIVER OF IMMUNITY UNDER INDUSTRIAL INSURANCE,TITLE 51 RCW, SOLELY FOR THE PURPOSES OF THIS INDEMNIFICATION. THE PARTIES FURTHER ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER. The provisions of this section shall survive the expiration or termination of this contract. 6. Contractor agrees, upon the City's written demand, to make all books and records available to the City for inspection, review,photocopying, and audit in the event of a contract related dispute, claim, modification, or other contract related action at reasonable times (not to exceed three (3)business days) and at places designated by the City. 7. The Contractor shall procure and maintain, during the term of construction and throughout the specified term of maintenance, insurance of the types and in the amounts described in Exhibit A attached and incorporated by this reference. 8. Contractor is responsible for locating any underground utilities affected by the work and is deemed to be an excavator for purposes of RCW Ch. 19.122, as amended. Contractor shall be responsible for compliance with RCW Ch. 19.122, including utilization of the "one call" locator service before commencing any excavation activities. 9. Contractor shall fully cover any and all loads of loose construction materials, including but not limited to sand, dirt, gravel, asphalt, excavated materials, construction debris, etc, to protect said materials from air exposure and to minimize emission of airborne particles to the ambient air environment within the City. 2nd Ave.Ped Improvements/Madfai 35 October 18,2007 Federal Aid Number: CM-9917(008) Protect Number• 05-3010 IN WITNESS WHEREOF the parties hereto have caused this agreement to be executed the day and year first hereinabove written. CITY OF KENT BY: ET�TJ OOKE, MAYOR DAT/• 1 ATT T: BRENDA JACOBER ITY CLERK AP OVED AS O FORM: T L IXRTMENT CONTRACTOR BY PRIN AME: TITLE: DATE: er=aben 19 a 0 2nd Ave.Ped Improvements/Madfai 36 October 18,2007 Federal Aid Number. CM-9917(008) Project Number: 05-3010 WITNESS, if INDIVIDUAL OR PARTNERSHIP: STATE OF WASHINGTON ) ss COUNTY OF KING ) On this _ day of f , 200 7, before me personally appeared and to me known to be and of the corporation/individual that executed the within and foregoing instrument, and acknowledged said instrument to be free and voluntary act and deed of said corporation, for the uses and purposes therein mentioned, and on oath stated that they were authorized to execute said instrument and that the seal affixed is the corporate seal of said corporation. IN WITNESS WHEREOF, I have hereunto set my hand and official seal the day and year first above written. •,..•••�ON'•••�!� NOTARY PUBLIC, in and for the State NPI, of Washington,residing at V��[bd►Agll�Q soU# i MY appointment a ex x p ires �ll•a-Sr ()� • Pon% 25 • 2nd Ave.Ped Improvements/Madfai 37 October 18,2007 Federal Aid Number- CM-9917(008) Protect Number: 05-3010 EXHIBIT A INSURANCE REQUIREMENTS FOR CONSTRUCTION PROJECTS Insurance The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. A. Minimum Scope of Insurance Contractor shall obtain insurance of the types described below: 1. Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 2. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors and personal injury and advertising injury. The City shall be named as an insured under the Contactor's Commercial General Liability insurance policy with respect to the work performed for the City. 3. Excess Liability insurance covering both the Commercial General Liability and Automobile policies. 4. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. B. Minimum Amounts of Insurance Contractor shall maintain the following insurance limits: 1. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of$1,000,000 per accident. 2. Commercial General Liability insurance shall be written with limits no less than $1,000,000 each occurrence, $2,000,000 general aggregate and a$2,000,000 products- completed operations aggregate limit. 3. Excess LighLl ty insurance shall be written with limits no less than $1,000,000 per occurrence in excess of both the CGL and Auto Liability policies cited above. C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability: 1. The Contractor's insurance coverage shall be primary insurance as respect the City. Any insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Contractor's insurance and shall not contribute with it. 2nd Ave Ped Improvements/Madfai 38 October 18,2007 Federal Aid Number: CM-9917(008) Project Number: 05-3010 EXHIBIT A (continued) 2. The Contractor's insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty(30) days prior written notice by certified mail, return receipt requested, has been given to the City. 3. The City of Kent shall be named as an additional insured on all policies (except Professional Liability) as respects work performed by or on behalf of the contractor and a copy of the endorsement naming the City as additional insured shall be attached to the Certificate of Insurance. The City reserves the right to receive a certified copy of all required insurance policies. The Contractor's Commercial General Liability insurance shall also contain a clause stating that coverage shall apply separately to each insured against whom claim is made or suit is brought, except with respects to the limits of the insurer's liability. D. Contractor's Insurance For Other Losses jThe Contractor shall assume full responsibility for all loss or damage from any cause whatsoever to any tools, Contractor's employee owned tools, machinery, equipment, or motor vehicles owned or rented by the Contractor, or the Contractor's agents, suppliers or contractors as well as to any temporary structures, scaffolding and protective fences. E. Waiver of Subrogation The Contractor and the City waive all rights against each other any of their Subcontractors, Sub- subcontractors, agents and employees, each of the other, for damages caused by fire or other perils to the extend covered by Builders Risk insurance or other property insurance obtained pursuant to the Insurance Requirements Section of this Contract or other property insurance applicable to the work. The policies shall provide such waivers by endorsement or otherwise. F. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than ANII. G. Verification of Coverage Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the Automobile Liability and Commercial General Liability insurance of the Contractor before commencement of the work. H. Subcontractors 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. 2nd Ave.Ped Improvements/Madfai 39 October 18,2007 1 Federal Aid Number: CM-9917(008) Proiect Number: 05-3010 ACORD CERTIFICATE OF LIABILITY INSURANCE CSR KK DATE(MWOD/YYYY) DRCRA01 1 12 17 07 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Hub International Northwest HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR P. 0. Box 3018 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Bothell WA 98041-3018 Phone: 425-489-4500 Fax:425-489-4501 INSURERS AFFORDING COVERAGE NAIC# INSURED INSURER Continental Ins Co. INSURER B Continental Casualty Co Dennis R. Craig Construction INSURER P.O. Box 595 INSURER D Redmond WA 98073-0595 INSURER E COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS TION LTR NSR TYPE OF INSURANCE POLICY NUMBER DATE MWDDIY POLICY MWDEXPD/YY LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 1000000 A %XWA MMERCIAL GENERAL LIABILITY 2093181579 07/21/07 07/21/08 'PREMISES(Eaoccurence $50000 CLAIMS MADE a OCCUR MED EXP(Any one person) $ STOP GAP PERSONAL&ADV INJURY $ 1000000 X Per Proj/Per Loc GENERAL AGGREGATE $2000000 GENT AGGREGATE LIMIT APPLIES PER PRODUCTS-COMP/OP AGG $2 000000 JECT LOC E Ben. 1000000 POLICY X AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $1 r 000 r 000 A ANY AUTO 2093181565 07/21/07 07/21/08 (Ea accident) ALL OWNED AUTOS BODILY INJURY $ X SCHEDULED AUTOS (Per person) X HIRED AUTOS BODILY INJURY $ X NON-OWNED AUTOS (Per accident) PROPERTY DAMAGE $ (Per accident) GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ANY AUTO OTHER THAN EA ACC $ AUTO ONLY AGG $ EXCESS/UMBRELLA LIABILITY EACH OCCURRENCE $ 1000000 B X OCCUR CLAIMSMADE 2093181551 07/21/07 07/21/08 AGGREGATE $ 1000000 DEDUCTIBLE $ X RETENTION $10 0 0 0 $ STATWORKERS COMPENSATION AND TORY LIMITS ER EMPLOYERS'LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE El EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED E L DISEASE-EA EMPLOYEE $ If yes,descnbe under SPECIAL PROVISIONS below El DISEASE-POLICY LIMIT $ OTHER DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS IT IS AGREED THAT THE CITY OF KENT IS INCLUDED AS ADDITIONAL INSURED AS REQUIRED BY WRITTEN CONTRACT PER ATTACHED ENDORSEMENT. WAIVER OF SUBROGATION APPLIES. RE: 2ND AVENUE PEDESTRIAN IMPROVEMENTS (W. GOWE STREET TO W. SMITH STREET) . PROJECT NO. 05-3010. CERTIFICATE HOLDER CANCELLATION CIKENT4 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN CITY OF KENT NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,BUT FAILURE TO DO SO SHALL PUBLIC WORKS DEPARTMENT IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER,ITS AGENTS OR 400 WEST GOWE KENT WA 98032 REPRESENTATIVES. AUTHORIZED REPRFENTATI_ VE (� JACORD 25(2001/08) 0 ACORD CORPORATION 1988 CJVA THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONTRACTORS' GENERAL LIABILITY EXTENSION ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART overage afforded under this extension of coverage endorsement does not apply to any person or organization covered as an additional insured on any other endorsement now or hereafter attached to this Coverage Part. MISCELLANEOUS ADDITIONAL INSUREDS WHO IS AN INSURED (Section II) is amended to include as an insured any person or organization (called additional insured) described in paragraphs 2.a.through 2.g. below whom you are required to add as an additional insured on this policy under a written contract or agreement but the written contract or agreement must be: 1. Currently in effect or becoming effective during the term of this policy; and 2. Executed prior to the "bodily injury," "property damage"or"personal injury and advertising injury," but Only the following persons or organizations are additional insureds under this endorsement and coverage provided to such additional insureds is limited as provided herein: a. State or Political Subdivisions A state or political subdivision subject to the following provisions: (1) This insurance applies only with respect to the following hazards for which the state or political subdivision has issued a permit in connection with premises you own, rent, or control and to which this insurance applies: (a) The existence, maintenance, repair, construction, erection, or removal of advertising signs, awnings, canopies, cellar entrances, coal holes, driveways, manholes, marquees, hoistaway openings, sidewalk vaults, street banners, or decorations and similar exposures; or (b) The construction, erection, or removal of elevators; or (2) This insurance applies only with respect to operations performed by you or on your behalf for which the state or political subdivision has issued a permit. This insurance does not apply to "bodily injury," "property damage" or "personal and advertising injury" arising out of operations performed for the state or municipality. b. Controlling Interest Any persons or organizations with a controlling interest in you but only with respect to their liability arising out of: (1) Their financial control of you; or (2) Premises they own, maintain or control while you lease or occupy these premises. This insurance does not apply to structural alterations, new construction and demolition operations performed by or for such additional insured. c. Managers or Lessors of Premises A manager or lessor of premises but only with respect to liability arising out of the ownership, maintenance or use of that specific part of the premises leased to you and subject to the following additional exclusions: This insurance does not apply to: (1) Any "occurrence"which takes place after you cease to be a tenant in that premises; or (2) Structural alterations, new construction or demolition operations performed by or on behalf of such additional insured. d. Mortgagee, Assignee or Receiver A mortgagee, assignee or receiver but only with respect to their liability as mortgagee, assignee, or receiver and arising out of the ownership, maintenance, or use of a premises by you. This insurance does not apply to structural alterations, new construction or demolition operations performed by or for such additional insured. e. Owners/Other Interests—Land is Leased An owner or other interest from whom land has been leased by you but only with respect to liability arising out of the ownership, maintenance or use of that specific part of the land leased to you and subject to the following additional exclusions: This insurance does not apply to: (1) Any 'occurrence"which takes place after you cease to lease that land; or ' (2) Structural alterations, new construction or demolition operations performed by or on behalf of such additional insured. f. Co-owner of Insured Premises A co-owner of a premises co-owned by you and covered under this insurance but only with respect to the co- owners liability as co-owner of such premises. g. Lessor of Equipment Any person or organization from whom you lease equipment. Such person or organization are insureds only with respect to their liability arising out of the maintenance, operation or use by you of equipment leased to you by such person or organization. A person's or organization's status as an insured under this endorsement ends when their written contract or agreement with you for such leased equipment ends. With respect to the insurance afforded these additional insureds,the following additional exclusions apply: This insurance does not apply: (1) To any"occurrence" which takes place after the equipment lease expires;or (2) To "bodily injury", "property damage", or "personal and advertising injury" arising out of the sole negligence of such additional insured. Any insurance provided to an additional insured designated under paragraphs a. through g. above does not apply to "bodily injury" or"property damage" included within the "products-completed operations hazard". As respects the coverage provided under this endorsement, Paragraph 4.b. SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS is deleted and replaced with the following: 4. Other Insurance b. Excess Insurance This insurance is excess over: Any other insurance naming the additional insured as an insured whether primary, excess, contingent or on any other basis unless a written contract or agreement specifically requires that this insurance be either primary or primary and noncontributing. Where required by written contract or agreement, we will consider any other insurance maintained by the additional insured for injury or damage covered by this endorsement to be excess and noncontributing with this insurance. 2. EMPLOYEES AS INSUREDS—HEALTH CARE SERVICES Paragraph 2.a.(1)(d) of Section II—Who Is An Insured is deleted. JOINT VENTURES/PARTNERSHIP/LIMITED LIABILITY COMPANY COVERAGE A. The following is added to Section II —Who Is An Insured: 4. You are an insured when you had an interest in a joint venture, partnership or limited liability company which terminated or ended prior to or during this policy period but only to the extent of your interest in such joint venture, partnership or limited liability company.This coverage does not apply: a. Prior to the termination date of any joint venture, partnership or limited liability company; or b. If there is other valid and collectible insurance purchased specifically to insure the partnership, joint venture or limited liability company. c. To a joint venture, partnership or limited liability company which is or was insured under a "consolidated (wrap-up) insurance program". "Consolidated (wrap-up) insurance program" means a construction, erection or demolition project for which the prime contractor/project manager or owner of the construction project has secured general liability insurance covering some or all of the contractors or subcontractors involved in the project, otherwise referred to as an Owner Controlled Insurance Program (O.C.I.P.)or Contractor Controlled Insurance Program (C.C.I.P.). B. The last paragraph of Section II—Who Is An Insured is deleted and replaced by the following: Except as provided in 4. above, no person or organization is an insured with respect to the conduct of any current or past partnership,joint venture or limited liability company that is not shown as a Named Insured in the Declarations. 4. EXPANDED PERSONAL AND ADVERTISING INJURY A. The following is added to Section V—Definitions,the definition of"Personal and advertising injury": h. Discrimination or humiliation that results in injury to the feelings or reputation of a natural person, but only if such discrimination or humiliation is: (1) Not done intentionally by or at the direction of: (a) The insured; or (b) Any "executive officer", director, stockholder, partner, member or manager (if you are a limited liability company) of the insured; and (2) Not directly or indirectly related to the employment, prospective employment, past employment or termination of employment of any person or persons by any insured. B. Exclusions of Section I—Coverage B—Personal and Advertising Injury Liability is amended to include the following: p. Discrimination Relating To Room, Dwelling or Premises Caused by discrimination directly or indirectly related to the sale, rental, lease or sub-lease or prospective sale, rental, lease or sub-lease of any room, dwelling or premises by or at the direction of any insured. q. Fines Or Penalties Fines or penalties levied or imposed by a governmental entity because of discrimination. C. This provision 4. (EXPANDED PERSONAL AND ADVERTISING INJURY COVERAGE) does not apply to discrimination or humiliation committed in the states of New York or Ohio. Also, EXPANDED PERSONAL AND ADVERTISING INJURY COVERAGE does not apply to policies issued in the states of New York or Ohio. D. This provision 4. (EXPANDED PERSONAL AND ADVERTISING INJURY COVERAGE) does not apply if Section I — Coverage B— Personal And Advertising Injury Liability is excluded either by the provisions of the Coverage Part or by endorsement. MEDICAL PAYMENTS A. Paragraph 7, Medical Expense Limit, of Section III—Limits of Insurance is deleted and replaced by the following: 7. Subject to 5. above (the Each Occurrence Limit), the Medical Expense Limit is the most we will pay under Section- -Coverage C for all medical expenses because of"bodily injury" sustained by any one person. The Medical Expense Limit is the greater of: (1) $15,000;or (2) The amount shown in the Declarations for Medical Expense Limit. B. This provision 5. (Medical Payments) does not apply if Section I —Coverage C Medical Payments is excluded either by the provisions of the Coverage Part or by endorsement. C. Paragraph 1.a.(3)(2)of Section I—Coverage C—Medical Payments, is replaced by the following: The expenses are incurred and reported to us within three years of the date of the accident; and LEGAL LIABILITY AND BORROWED EQUIPMENT A. Under Section I — Coverage A — Bodily Injury and Property Damage 2. Exclusions, Exclusion J. is replaced by the following. "Property damage" to: (1) Property you own, rent, or occupy; (2) Premises you sell, give away or abandon, if the "property damage" arises out of any part of those premises; (3) Property loaned to you; (4) Personal property in the care, custody or control of the insured; (5) That particular part of real property on which you or any contractors or subcontractors working directly or indirectly on your behalf are performing operations, if the "property damage"arises out of those operations; or (6) That particular part of any property that must be restored, repaired or replaced because "your work" was incorrectly performed on it. Paragraph (2) of this exclusion does not apply if the premises are "your work" and were never occupied, rented or held for rental by you. Paragraphs (1), (3) and (4)of this exclusion do not apply to: (i) "property damage"to tools or equipment loaned to you if the tools or equipment are not being used to perform operations at the time of loss; or (ii) "property damage" (other than damage by fire) to premises rented to you or temporarily occupied by you with the permission of the owner, or to the contents of premises rented to you for a period of 7 or fewer consecutive days. A separate limit of insurance applies to Damage To Premises Rented To You as described in Section III—Limits Of Insurance. Paragraphs (3), (4), (5)and (6) of this exclusion do not apply to liability assumed under a sidetrack agreement. Paragraph (6) of this exclusion does not apply to "property damage" included in the "products-compieted operations hazard". B. Under Section I — Coverage A — Bodily Injury and Property Damage the last paragraph of 2. Exclusions is deleted and replaced by the following. Exclusions c. through n. do not apply to damage by fire to premises while rented to you or temporarily occupied by you with permission of the owner or to the contents of premises rented to you for a period of 7 or fewer consecutive days. IA separate limit of insurance applies to this coverage as described in Section III—Limits Of Insurance. C. Paragraph 6. Damage To Premises Rented To You Limit of Section III — Limits Of Insurance is replaced by the following: 6. Subject to 5. above, (the Each Occurrence Limit), the Damage To Premises Rented To You Limit is the most we will pay under Section—1—Coverage A for damages because of "property damage"to any one premises while rented to you or temporarily occupied by you with the permission of the owner, including contents of such premises rented to you for a period of 7 or fewer consecutive days. The Damage To Premises Rented To You Limit is the greater of: a. $200,000; or b. The Damage To Premises Rented To You Limit shown in the Declarations. D. Paragraph 4.16.(1)(b) of Section IV—Commercial General Liability Conditions is deleted and replaced by the following: (b) That is property insurance for premises rented to you or temporarily occupied by you with the permission of the owner; or E. This,provision 6. (LEGAL LIABILITY AND BORROWED EQUIPMENT) does not apply if Damage To Premises Rented To You Liability under Section I — Coverage A is excluded either by the provisions of the Coverage Part or by endorsement. NON-OWNED WATERCRAFT Under Section 1—Coverage A, Exclusion 2.g., subparagraph (2)is deleted and replaced by the following. (2) A watercraft you do not own that is: (a) Less than 55 feet long; and (b) Not being used to carry persons or property for a charge. NON-OWNED AIRCRAFT Exclusion 2.g. of Section I — Coverage A — Bodily Injury and Property Damage, does not apply to an aircraft you do not own, provided that: 1. The pilot in command holds a currently effective certificate issued by the duly constituted authority of the United States of America or Canada, designating that person as a commercial or airline transport pilot; 2. It is rented with a trained, paid crew; and 3. It does not transport persons or cargo for a charge. 9. CONTRACTUAL LIABILITY FOR PERSONAL AND ADVERTISING INJURY Exclusion e. Contractual Liability of Section I—Coverage B is deleted. . SUPPLEMENTARY PAYMENTS A. Under Section I—Supplementary Payments—Coverages A and B, Paragraph 1.b.,the limit of$250 shown for the cost of bail bonds is replaced by$2,500: B. In Paragraph 1.d.,the limit of$250 shown for daily loss of earnings is replaced by$1,000. 11. LIQUOR LIABILITY Exclusion c. of Section I —Coverage A is deleted. . NEWLY FORMED OR ACQUIRED ORGANIZATIONS Paragraph 3.a. of Section 11—Who Is An Insured is deleted and replaced by the following: Coverage under this provision is afforded only until the end of the policy period or the next anniversary of this policy's effective date after you acquire or form the organization,whichever is earlier. 13. LIBERALIZATION CLAUSE If we adopt a change in our forms or rules which would broaden coverage for contractors without an additional premium charge, your policy will automatically provide the additional coverages as of the date the revision is effective in your state. 14. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS Based on our reliance on your representations as to existing hazards, if unintentionally you should fail to disclose all such hazards at the inception date of your policy,we will not deny coverage under this Coverage Part because of such failure. 15. NOTICE OF OCCURRENCE >� The following is added to paragraph 2. of Section IV—Commercial General Liability Conditions— Duties In The Event of Occurrence, Offense, Claim or Suit: Your rights under this Coverage Part will not be prejudiced if you fail to give us notice of an "occurrence", offense, claim or "suit" and that failure is solely due to your reasonable belief that the "bodily injury" or "property damage" is not covered under this Coverage Part. However, you shall give written notice of this "occurrence", offense, claim or "suit" to us as soon as you are aware that this insurance may apply to such "occurrence", offense claim or"suit". 6. BROAD KNOWLEDGE OF OCCURRENCE The following is added to paragraph 2. of Section IV—Commercial General Liability Conditions— Duties in The Event of Occurrence,Offense, Claim or Suit: You must give us or our authorized representative notice of an "occurrence", offense, claim, or "suit" only when the "occurrence", offense, claim or"suit" is known to: (1) You, if you are an individual; (2) A partner, if you are a partnership; (3) An executive officer or the employee designated by you to give such notice, if you are a corporation; or (4) A manager, if you are a limited liability company. 7. AGGREGATE LIMITS PER PROJECT A. For all sums which the insured becomes legally obligated to pay as damages caused by "occurrences" under COVERAGE A (SECTION 1), and for all medical expenses caused by accidents under COVERAGE C (SECTION 1), which can be attributed only to ongoing operations at a single construction project away from premises owned by or rented to the insured: 1. A separate Single Construction Project General Aggregate Limit applies to each construction project away from premises owned by or rented to the insured, and that limit is equal to the amount of the General Aggregate Limit shown in the Declarations. 2. The Single Construction Project General Aggregate Limit is the most we will pay for the sum of all damages under COVERAGE A, except damages because of "bodily injury" or "property damage" included in the "products-completed operations hazard", and for medical expenses under COVERAGE C regardless of the number of: a. Insureds; b. Claims made or"suits" brought; or c. Persons or organizations making claims or bringing "suits". 3. Any payments made under COVERAGE A for damages or under COVERAGE C for medical expenses shall reduce the Single Construction Project General Aggregate Limit for that construction project away from premises owned by or rented to the insured. Such payments shall not reduce the General Aggregate Limit shown in this Declarations nor shall they reduce any other Single Construction Project General Aggregate Limit for any other separate construction project away from premises owned by or rented to the insured. 1 4. The limits shown in the Declarations for Each Occurrence, Fire Damage and Medical Expense continue to apply. However, instead of being subject to the General Aggregate Limit shown in the Declarations, such limits will be subject to the applicable Single Construction Project General Aggregate Limit. B. For all sums which the insured becomes legally obligated to pay as damages caused by "occurrences" under COVERAGE A (SECTION 1), and for all medical expenses caused by accidents under COVERAGE C (SECTION 1), which cannot be attributed only to ongoing operations at a single construction project away from premises owned by or rented to the insured: 1. Any payments made under COVERAGE A for damages or under COVERAGE C for medical expenses shall reduce the amount available under the General Aggregate Limit or the Products-Completed Operations Aggregate Limit, whichever is applicable; and 2. Such payments shall not reduce any Single Construction Project General Aggregate Limit. C. When coverage for liability arising out of the "products-completed operations hazard" is provided, any payments for damages because of "bodily injury" or "property damage" included in the "products-completed operations hazard" will reduce the Products-Completed Operations Aggregate Limit, and not reduce the General Aggregate Limit nor the Single Construction Project General Aggregate Limit. D. If a single construction project away from premises owned by or rented to the insured has been abandoned and then restarted, or if the authorized contracting parties deviate from plans, blueprints, designs, specifications or timetables, the project will still be deemed to be the same construction project. E. The provisions of Limits of Insurance (SECTION Ill) not otherwise modified by this endorsement shall continue to apply as stipulated. . EXPANDED BODILY INJURY Section V—Definitions,the definition of"bodily injury" is changed to read: "Bodily injury" means bodily injury, sickness or disease sustained by a person, including death, humiliation, shock, mental anguish or mental injury by that person at any time which results as a consequence of the bodily injury, sickness or disease. . EXPECTED OR INTENDED INJURY Exclusion a. of Section I—Coverage A—Bodily Injury and Property Damage Liability is replaced by the following: a. "Bodily injury" or "property damage" expected or intended from the standpoint of the insured. This exclusion does not apply to "bodily injury" or "property damage" resulting from the use of reasonable force to protect persons or property. OWNER CONTROLLED INSURANCE PROGRAM, CONTRACTOR CONTROLLED INSURANCE PROGRAM OR CONSOLIDATED (WRAP-UPjrINSURANCE PROGRAMS The endorsement EXCLUSION — CONSTRUCTION WRAP-UP PROGRAM which is attached to this policy is amended as follows: A. This exclusion does not apply to: 1. Coverage available to you under this policy which is broader in scope than coverage provided to you under a "consolidated (wrap-up) insurance program"for a construction project in which you are involved; 2. Coverage for your interest only for ongoing operations in excess of all coverage available to you under a"consolidated (wrap-up) insurance program"for a construction project in which you are involved;and 3. Coverage for your interest only for operations included within the "products -completed operations hazard" in excess of all coverage available to you under a "consolidated (wrap-up) insurance program" for a construction project in which you are or have been involved. t Paragraphs A.1., A.2. and A.3. above do not apply to any portion of a "consolidated (wrap-up) insurance program" involving a "residential structure." B. The following is added immediately after the first paragraph of provision b. Excess Insurance of Section IV — Commercial General Liability Conditions—Other Insurance: This insurance is excess, over any of the other insurance whether primary, excess, contingent or any other basis that is insurance available to you as a result of your being a participant in a"consolidated (wrap-up) insurance program", but only as,respects your involvement in that"consolidated (wrap-up) insurance program". C. The following is added to Section V—Definitions. "CoffVlidated (wrap-up) insurance program" means a construction, erection or demolition project for which the prime contractor/project manager or owner of the construction project has secured general liability insurance covering some or all of the contractors or subcontractors involved in the project, otherwise referred to as an Owner Controlled Insurance Program (O.C.I.P.) or Contractor Controlled Insurance Program (C.C.I.P.). "Residential structure" means any structure where 30% or more of the square foot area is used or is intended to be used for human residency including but not limited to single or multifamily housing, apartments, condominiums, townhouses, co-operatives or planned unit developments and also includes their common areas and/or appurtenant structures (including pools, hot tubs, detached garages, guest houses or any similar structures). When there is no individual ownership of units, residential structure does not include military housing, college/university housing or dormitories, long term care facilities, hotels, or motels. Residential structure also does not include hospitals or prisons. 21. CONTRACTUAL LIABILITY—RAILROADS With respect to operations performed within 50 feet of railroad property and for which a Railroad Protective Liability policy in the name of the railroad has been provided,the definition of "insured contract" in the SECTION V—DEFINITIONS is replaced by the following: "Insured Contract" means: a. A contract for a lease of premises. However, that portion of the contract for a lease of premises that indemnifies any person or organization for damage by fire to premises while rented to you or temporarily occupied by you with permission of the owner is not an "insured contract"; b. A sidetrack agreement; c. Any easement or license agreement; I d. An obligation, as required by ordinance, to indemnify a municipality, except in connection with work for a municipality; e. An elevator maintenance agreement; f. That part of any other contract or agreement pertaining to your business (including an indemnification of a municipality in connection with work performed for a municipality) under which you assume the tort liability of another party to pay for "bodily injury" or "property damage" to a third person or organization. Tort liability means a liability that would be imposed by law in the absence of any contract or agreement. Paragraph f. does not include that part of any contract or agreement: (1) That indemnifies an architect, engineer or surveyor for injury or damage arising out of: (a) Preparing, approving or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or (b) Giving directions or instructions, or failing to give them, if that is the primary cause of the injury or damage; (2) Under which the insured, if an architect, engineer or surveyor, assumes liability for an injury or damage arising out of the insured's rendering or failure to render professional services, including those listed in paragraph (1) above and supervisory, inspection, architectural or engineering activities. r KENT SPECIAL PROVISIONS r TABLE OF CONTENTS PAGE AMENDMENTS Introduction.................................................................................................................AMD-1 1-04 Scope of the Work..............................................................................AMD-2 1-06 Control of Material .AMD-3 1-07 Legal Relations and Responsibilities..................................................AMD-5 1-08 Prosecution and Progress..........•....•.'.........•..•.,•...'••.......•..•..•.........•••'.AMD-7 1-09 Measurement and Payment. .AMD-15 2-02 Removal of Structures and Obstructions............................................AMD-17 2-12 Construction Geotextile...................... . .. . ... .AMD-18 3-01 Production from Quarry and Pit Sites.................................................AMD-19 5-04 Hot Mix Asphalt.................................................................................AMD-20 8-06 Cement Concrete Driveway Entrances...............................................AMD-21 8-14 Cement Concrete Sidewalks...............................................................AMD-22 8-20 Illumination, Traffic Signal Systems, and Electrical..........................AMD-23 9-03 Aggregates ..........................................................................................AMD-25 9-23 Concrete Curing Materials and Admixtures.......................................AMD-30 9-29 Illumination, Signal, Electrical...........................................................AMD-31 9-33 Construction Geotextile......................................................................AMD-38 9-34 Pavement Marking Material ...............................................................AMD-47 9-35 Temporary Traffic Control Materials.................................................AMD-49 GENERAL SPECIAL PROVISIONS SpecialProvisions.........................................................................................................GSP-1 General Requirements...................................................................................................GSP-2 Descriptionof Work.....................................................................................................GSP-2 1-05 Control of Work. .GSP-2 1-06 Control of Material ...............................................................................GSP-2 1-07 Legal Relations and Responsibilities to the Public...............................GSP-4 1-08 Prosecution and Progress. .GSP-26 1-10 Temporary Traffic Control ...................................................................GSP-27 APWA GENERAL SPECIAL PROVISIONS r1-01.3 Definitions .......................................................................................APWA-1 1-02.6 Preparation of Proposal....................................................................APWA-3 ' 1-02.9 Delivery of Proposal.........................................................................APWA-3 1-02.13 Irregular Proposal .APWA-3 1-02.14 Disqualification of Bidders..............................................................APWA-3 ' 1-03.1 Consideration of Bids:::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::.APWA-4 1-03.4 Contract Bond. .APWA-4 1-04.2 Coordination of Contract Documents..............................................APWA-5 1-05.11 Final Inspection............................................................ .APWA-5 ...................1-05.13 Superintendents, Labor and Equipment of Contractor .APWA-7 2nd Ave.Ped Improvements/Madfat 1 October 18,2007 Federal Aid Number: CM-9917(008) Proiect Number 05-3010 KENT SPECIAL PROVISIONS r TABLE OF CONTENTS PAGE APWA GENERAL SPECIAL PROVISIONS continued 1-05.16 Water and Power..............................................................................APWA-7 1-05.17 Oral Agreements..............................................................................APWA-7 1-07.1 Laws to be Observed........................................................................APWA-8 1-07.2 State Sales Tax.................................................................................APWA-8 1-07.23 Public Convenience and Safety .......................................................APWA-9 1-07.24 Rights of Way..................................................................................APWA-11 1-08.0 Prosecution and Progress - Preliminary Matters..............................APWA-12 1-08.0(1) Prosecution and Progress- Preconstruction Conference.................APWA-12 1-08.0(2) Prosecution and Progress - Hours of Work .....................................APWA-12 1-08.4 Notice to Proceed and Prosecution of the Work..............................APWA-13 1-09.6 Force Account..................................................................................APWA-13 1-09.13(3) Claims $250,000 or Less. .APWA-14 1-09.13(3)A Claims Resolution - Administration of Arbitration.........................APWA-14 1-10.1(2) Temporary Traffic Control - Description........................................APWA-14 5-04.3(7)A Mix Design ......................................................................................APWA-15 5-04.3(8)A Acceptance Sampling and Testing - HMA Mixture........................APWA-15 5-04.5(1)A Price Adjustments for Quality of HMA Mixture.............................APWA-16 5-04.5(1)B Price Adjustments for Quality of HMA Compaction......................APWA-17 9-03.8(7) HMA Tolerances and Adjustments..................................................APWA-18 1 KENT SPECIAL PROVISIONS ' DIVISION 2 EARTHWORK.........................................................................2-1 2-02 Removal of Structures and Obstructions....................................................2-1 1 2-03 Roadway Excavation and Embankment.....................................................2-4 2-06 Subgrade Preparation..................................................................................2-5 2-07 Watering......................................................................................................2-5 2-12 Construction Geotextile..............................................................................2-6 2-13 Excavation and Handling of Contaminated Material .................................2-6 DIVISION4 BASES.......................................................................................4-1 1 4-03 Gravel Borrow............................................................................................4-1 4-04 Ballast and Crushed Surfacing.. .4-1 DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS................5-1 ' 5-04 Hot Mix Asphalt .........................................................................................5-1 2nd Ave.Ped Improvements/Madfat 2 October 18,2007 Federal Aid Number: CM-9917(008) Proiect Number: 05-3010 r KENT SPECIAL PROVISIONS r TABLE OF CONTENTS PAGE DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS AND CONDUITS....................7-1 7-04 Storm Sewers..............................................................................................7-1 7-05 Manholes, Inlets, Catch Basins, and Drywells...........................................7-2 7-08 General Pipe Installation Requirements .....................................................7-5 7-15 Service Connections ...................................................................................7-10 DIVISION 8 MISCELLANEOUS CONSTRUCTION...............................8-1 8-01 Erosion Control and Water Pollution Control ............................................8-1 8-02 Roadside Restoration..................................................................................8-12 8-03 Irrigation Systems.......................................................................................8-17 8-04 Curbs, Gutters, and Spillways. .8-18 8-06 Cement Concrete Driveway Entrances.......................................................8-18 8-14 Cement Concrete Sidewalks.......................................................................8-19 8-20 Illumination, Traffic Signal Systems, and Electrical..................................8-20 8-21 Permanent Signing......................................................................................8-24 8-22 Pavement Marking......................................................................................8-24 8-23 Temporary Pavement Markings..................................................................8-26 8-28 Pothole Utilities ..........................................................................................8-27 8-33 Project Signs...............................................................................................8-27 8-35 Undergrounding of Electrical Facilities......................................................8-29 ' DIVISION 9 MATERIALS............................................................................9-1 I 9-03 Aggregates.............................................. .9-1 9-14 Erosion Control and Roadside Planting......................................................9-1 9-28 Signing Materials and Fabrication..............................................................9-7 9-29 Illumination, Signals, Electrical..................................................................9-7 KENT STANDARD DETAILS..............................................................................A-1 WSDOT STANDARD PLANS...............................................................................A-2 I CITY OF KENT DEVELOPMENT ASSISTANCE BROCHURE...................A-3 ' REQUIRED CONTRACT PROVISIONS FEDERAL-AID CONSTRUCTION CONTRACTS..........................................................................................................A-4 ' TRAFFIC CONTROL PLANS..............................................................................A-5 2nd Ave.Ped Improvements/Madfai 3 October 18,2007 Federal Aid Number: CM-9917(008) Proiect Number: 05-3010 KENT SPECIAL PROVISIONS ' TABLE OF CONTENTS PAGE CONTAMINATED MATERIAL MANAGEMENT HEALTH AND SAFETY GUIDE......................................................................................................................A-6 PREVAILING WAGE RATES .............................................................................A-7 1 2nd Ave.Ped Improvements/Madfai 4 October 18,2007 Federal Aid Number. CM-9917(008) Proiect Number• 05-3010 AMENDMENTS INTRODUCTION The following Amendments and Special Provisions shall be used in conjunction with the 2006 Standard Specifications for Road, Bridge, and Municipal Construction. AMENDMENTS TO THE STANDARD SPECIFICATIONS The following Amendments to the Standard Specifications are made a part of this contract and supersede any conflicting provisions of the Standard Specifications. For informational purposes, the date following each Amendment title indicates the implementation date of the Amendment or the latest date of revision. Each Amendment contains all current revisions to the applicable section of the Standard Specifications and may include references which do not apply to this particular project. 2nd Ave.Ped Improvements/Madfai AMD- I October 18,2007 Federal Aid Number- CM-9917(008) Project Number: 05-3010 SECTION 1-04, SCOPE OF THE WORK April 3, 2006 1-04.6 Variation in Estimated Quantities The third paragraph beginning with"If the adjusted final quantity of any items", is revised to read: If the adjusted final quantity of any item does not vary from the quantity shown in the proposal by more than 25%, then the Contractor and the Contracting Agency agree that all work under that item will be performed at the original contract unit price. f 2nd Ave.Ped Improvements/Madfai AMD-2 October 18,2007 Federal Aid Number: CM-9917(008) Project Number: 05-3010 SECTION 1-06, CONTROL OF MATERIAL August 6, 2007 1-06.1 Approval of Materials Prior To Use The second sentence in the first paragraph is revised to read: The Contractor shall use the Qualified Product List(QPL), the Aggregate Source Approval (ASA) Database, or the Request for Approval of Material (RAM) form. Number 1 under the second paragraph is revised to read: 1. Shall be new, unless the Special Provisions or Standard Specifications permit otherwise; 1-06.1(1) Qualified Products List(QPL) This section is supplemented with the following: The current QPL can be accessed on-line at www.wsdot.wa.gov/biz/mats/QPL/QPL.cfm The following new sub-section is inserted to follow 1-06.1(2). 1-06.1(3)Aggregate Source Approval(ASA)Database The ASA is a database containing the results of WSDOT preliminary testing of aggregate sources. This database is used by the Contracting Agency to indicate the approval status of these aggregate sources for applications that require preliminary testing as defined in the contract. The ASA `Aggregate Source Approval Report' identifies the currently approved applications for each aggregate source listed. The acceptance and use of these aggregates is contingent upon additional job sampling and/or documentation. Aggregates approved for applications on the ASA `Aggregate Source Approval Report' not conforming to the specifications, not fulfilling the acceptance requirements, or improperly handled or installed, shall be replaced at the Contractor's expense. For questions regarding the approval status of an aggregate source, contact the WSDOT Regional Materials Engineer for the Region the source is located in. The Contracting Agency reserves the right to make revisions to the ASA database at anytime. If there is a conflict between the ASA database and the contract, then the contract shall take precedence over the ASA database in accordance with Section 1-04.2. The ASA database can be accessed on-line at www.wsdot.wa.gov/biz/mats/ASA 1-06.2(2)D Quality Level Analysis Item 9 under the first paragraph is revised to read: 9. Determine the Composite Pay Factor(CPF) for each lot. CPF = fi(PFI) + f2 PF2) + +fi ff,) Efi i = 1 to ' J 2nd Ave.Ped Improvements/Madfai AMD-3 October 18,2007 Federal Aid Number: CM-9917(008) Proiect Number: 05-3010 where: f, =price adjustment factor listed in these Specifications for the applicable material j =number of constituents being evaluated 1-06.5 Vacant This section including title is revised to read: 1-06.5 Owners Manuals and Operating Instructions For equipment and materials that are permanently incorporated in the Work, the Contractor shall provide to the Project Engineer all owners manuals and operating instructions furnished by the equipment or material manufacturer. 2nd Ave.Ped Improvements/Madfai AMD-4 October 18,2007 Federal Aid Number- CM-9917(008) Project Number: 05-3010 SECTION 1-07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC August 6, 2007 1-07.9(1) General The fifth paragraph is revised to read: If employing labor in a class not listed in the contract provisions on state funded projects only, the Contractor shall request a determination of the correct wage and benefits rate for that class and locality from the Industrial Statistician, Washington State Department of Labor and Industries (State L&I), and provide a copy of those determinations to the Engineer. The fifth paragraph is supplemented with the following new paragraph: If employing labor in a class not listed in the contract provisions on federally funded projects, the Contractor shall request a determination of the correct wage and benefits for that class and locality from the U. S. Secretary of Labor through the project engineer's office. Generally,the Contractor initiates the request by preparing Standard Form 1444 Request for Authorization of Additional Classification and Rate, available at http://www.wdol.gov/docs/sfl444.pdf, and submitting it to the Project Engineers' office for further action. 1-07.10 Worker's Benefits The fourth paragraph is revised to read: The Public Works Contract Division of the Washington State Department of Labor and Industries will provide the Contractor with applicable industrial insurance and medical aid classification and premium rates. After receipt of Revenue Release from the Washington State Department of Revenue, the contracting agency will verify through the Department of Labor and Industries that the Contractor is current with respect to the payments of industrial insurance and medical aid premiums. 1-07.11(10)B Required Records and Retention The second and third paragraphs under "Monthly Employment Utilization Reports" are deleted. 1-07.15 Temporary Water Pollution/Erosion Control The first paragraph is revised to read: In an effort to prevent, control, and stop water pollution and erosion within the project, thereby protecting the work,nearby land, streams, and other bodies of water, the Contractor shall perform all work in strict accordance with all Federal, State, and local laws and regulations governing waters of the State, as well as permits acquired for the project. 1-07.17 Utilities and Similar Facilities This section is revised to read: The Contractor shall protect all private and public utilities from damage resulting from the Work. Among others, these utilities include: telephone, telegraph, and power lines; pipelines, sewer and water lines; railroad tracks and equipment; and highway lighting and signing systems. All costs required to protect public and private utilities shall be at the Contractor's expense, except as provided otherwise in this section. 2nd Ave.Ped Improvements/Madfai AMD-5 October 18,2007 Federal Aid Number- CM-9917(008) Proiect Number: 05-3010 Chapter 19.122 of the Revised Code of Washington(RCW) relates to underground utilities. In accordance with this RCW, the Contractor shall call the One-Number Locator Service for field location of utilities. If no locator service is available for the area, notice shall be provided individually to those owners of utilities known to, or suspected of,having underground facilities within the area of the proposed excavation. This section is supplemented with the following two new sub-sections: 1-07.17(I) Utility Construction, Removal or Relocation by the Contractor If the Work requires removing or relocating a utility, the contract will assign the task to the Contractor or the utility owner. When the task is assigned to the Contractor it shall be performed in accordance with the Plans and Special Provisions. New utility construction shall be performed according to the appropriate contract requirements. To ease or streamline the Work for its own convenience, the Contractor may desire to ask utility owners to move,remove, or alter their equipment in ways other than those listed in the Plans or Special Provisions. The Contractor shall make the arrangements and pay all costs that arise from work performed by the utility owner at the Contractor's request. Two weeks prior to implementing any such utility work, the Contractor shall submit plans and details to the Engineer for approval describing the scope and schedule of all work performed at the Contractors request by the utility owner. In some cases, the Plans or special provisions may not show all underground facilities. If the Work requires these to be moved or protected, the Engineer will assign the task to others or issue a written change order requiring the Contractor to do so as provided in Section 1-04.4. 1-07.17(2) Utility Construction, Removal or Relocation by Others Any authorized agent of the Contracting Agency or utility owners may enter the highway right-of-way to repair, rearrange, alter, or connect their equipment. The Contractor shall cooperate with such efforts and shall avoid creating delays or hindrances to those doing the work. As needed, the Contractor shall arrange to coordinate work schedules. If the contract provides notice that utilities will be adjusted, relocated, replaced, or constructed by others during the prosecution of the work, the Special Provisions will establish the utility owners anticipated completion. The Contractor shall carry out the Work in a way that will minimize interference and delay for all forces involved. Any costs incurred prior to the utility owners anticipated completion (or if no completion is specified, within a reasonable period of time) that results from the coordination and prosecution of the Work regarding utility adjustment, relocation, replacement, or construction shall be at the Contractor's expense as provided in Section 1-05.14. When others delay the Work through late removal or relocation of any utility or similar facility, the Contractor shall adhere to the requirements of Section 1-04.5. The Contracting Agency will either suspend Work according to Section 1-08.6, or order the Contractor to coordinate the Work with the work of the utility owner in accordance with Section 1-04.4. When ordered to coordinate the Work with the work of the utility owner, the Contractor shall prosecute the Work in a way that will minimize interference and delay for all forces involved. 2nd Ave Ped Improvements/Madfat AMD-6 October 18,2007 Federal Aid Number: CM-9917(008) Proiect Number: 05-3010 SECTION 1-08, PROSECUTION AND PROGRESS August 6 , 2007 1-08.1 Subcontracting The eighth paragraph (beginning with- On all projects funded with both Contracting Agency funds and Federal assistance ...) is supplemented with the following: The Contractor has the option of submitting actual MBE/WBE or DBE payment data, on Federally assisted, Federally assisted and Contracting agency funded, and Contracting Agency funded only contracts to the contracting agency on a monthly basis using the Contract Monitoring and Tracking System (CMATS) through the BizWeb application located at http://www.omwbe.wa.gov/bizwebatwashington. Use of CMATS will become a requirement for all contractors effective January 7, 2008. 1-08.3 Progress Schedule Section 1-08.3 and all subsections are deleted in their entirety and replaced with the following: 1-08.3 Progress Schedule 1-08.3(1) General Requirements The Contractor shall submit Type A or Type B Progress Schedules and Schedule Updates to the Engineer for approval. Schedules shall show work that complies with all time and order of work requirements in the contract. Scheduling terms and practices shall conform to the standards established in Construction Planning and Scheduling, Second Edition,published by the Associated General Contractors of America. Except for Weekly Look-Ahead Schedules, all schedules shall meet these General Requirements, and provide the following information: 1. Include all activities necessary to physically complete the project. 2. Show the planned order of work activities in a logical sequence. 3. Show durations of work activities in working days as defined in Section 1-31 08.5. 4. Show activities in durations that are reasonable for the intended work. 5. Define activity durations in sufficient detail to evaluate the progress of individual activities on a daily basis. 6. Show the physical completion of all work within the authorized contract time. The Contracting Agency allocates its resources to a contract based on the total time allowed in the contract. The Contracting Agency may accept a Progress Schedule indicating an early physical completion date but cannot guarantee the Contracting Agency's resources will be available to meet an accelerated schedule. No additional compensation will be allowed if the Contractor is not able to meet their accelerated schedule due to the unavailability of Contracting Agency's resources or for other reasons beyond the Contracting Agency's control. If the Engineer determines that the Progress Schedule or any necessary Schedule Update does not provide the required information, then the schedule will be returned to the Contractor for correction and resubmittal. 2nd Ave.Ped Improvements/Madfai AMD-7 October 18,2007 Federal Aid Number CM-9917(008) Project Number. 05-3010 The Engineer's approval of any schedule shall not transfer any of the Contractor's responsibilities to the Contracting Agency. The Contractor alone shall remain responsible for adjusting forces, equipment, and work schedules to ensure completion of the work within the time(s) specified in the contract. 1-08.3(2) Progress Schedule Types Type A Progress Schedules are required on all projects that do not contain the bid item for Type B Progress Schedule. Type B Progress Schedules are required on all projects that contain the bid item for Type B Progress Schedule. Weekly Look-Ahead Schedules and Schedule Updates are required on all projects. 1-08.3(2)A Type A Progress Schedule The Contractor shall submit five copies of a Type A Progress Schedule no later than 10 days after the date the contract is executed, or some other mutually agreed upon submittal time. The schedule may be a critical path method(CPM) schedule, bar chart, or other standard schedule format. Regardless of which format used, the schedule shall identify the critical path. The Engineer will evaluate the Type A Progress Schedule and approve or return the schedule for corrections within 15 calendar days of receiving the submittal. 1-08.3(2)B Type B Progress Schedule The Contractor shall submit a preliminary Type B Progress Schedule no later than five calendar days after the date the contract is executed. The preliminary Type B Progress Schedule shall comply with all of these requirements and the requirements of Section 1-08.3(1), except that it may be limited to only those activities occurring within the first 60 working days of the project. The Contractor shall submit five copies of a Type B Progress Schedule no later than 30 calendar days after the date the contract is executed. The schedule shall be a critical path method (CPM) schedule developed by the Precedence Diagramming Method(PDM). Restraints may be utilized, but may not serve to change the logic of the network or the critical path. The schedule shall display at least the following information: Contract Number and Title Construction Start Date Critical Path Activity Description Milestone Description Activity Duration Predecessor Activities Successor Activities Early Start(ES) and Early Finish (EF) for each activity Late Start (LS) and Late Finish (LF) for each activity Total Float (TF) and Free Float(FF) for each activity Physical Completion Date Data Date 2nd Ave.Ped Improvements/Madfai AMD-8 October 18,2007 Federal Aid Number- CM-9917(008) Proiect Number• 05-3010 The Engineer will evaluate the Type B Progress Schedule and approve or return the schedule for corrections within 15 calendar days of receiving the submittal. 1-08.3(2)C Vacant 1-08.3(2)D Weekly Look-Ahead Schedule Each week that work will be performed, the Contractor shall submit a Weekly Look-Ahead Schedule showing the Contractor's and all subcontractors' proposed work activities for the next two weeks. The Weekly Look-Ahead Schedule shall include the description, duration and sequence of work, along with the planned hours of work. This schedule may be a network schedule, bar chart, or other standard schedule format. The Weekly Look-Ahead Schedule shall be submitted to the Engineer by the midpoint of the week preceding the scheduled work or some other mutually agreed upon submittal time. 1-08.3(3) Schedule Updates The Engineer may request a Schedule Update when any of the following events occur: 1. The project has experienced a change that affects the critical path. 2. The sequence of work is changed from that in the approved schedule. 3. The project is significantly delayed. 4. Upon receiving an extension of contract time. The Contractor shall submit five copies of a Type A or Type B Schedule Update within i 15 calendar days of receiving a written request, or when an update is required by any ■ other provision of the contract. A "significant" delay in time is defined as 10 working days or 10 percent of the original contract time, whichever is greater. In addition to the other requirements of this Section, Schedule Updates shall reflect the following information: 1. The actual duration and sequence of as-constructed work activities including g changed work. 2. Approved time extensions. 3. Any construction delays or other conditions that affect the progress of the work. 4. Any modifications to the as-planned sequence or duration of remaining activities. 5. The physical completion of all remaining work in the remaining contract time. Unresolved requests for time extensions shall be reflected in the Schedule Update by assuming no time extension will be granted, and by showing the effects to follow-on activities necessary to physically complete the project within the currently authorized time for completion. 1-08.3(4) Measurement No specific unit of measurement shall apply to the lump sum item for Type B Progress Schedule. 2nd Ave.Ped Improvements/Madfat AMD-9 October 18,2007 Federal Aid Number: CM-9917(008) Project Number 05-3010 1-08.3(5) Payment Payment will be made in accordance with Section 1-04.1, for the following bid item when it is included in the proposal: "Type B Progress Schedule" lump Ypp sum. The Lump Sum price shall be full pay for all costs for furnishing the Type B Progress Schedule and preliminary Type B Progress Schedule. Payment of 80 percent of the lump sum price will be made upon approval of the Progress Schedule. Payment will be increased to 100 percent of the lump sum price upon completion of 80 percent of the original total contract award amount. All costs for providing Type A Progress Schedules and Weekly Look-Ahead Schedules are considered incidental to other items of work in the contract. No payment will be made for Schedule Updates that are required due to the Contractors operations. Schedule Updates required by events that are attributed to the actions of the Contracting Agency will be paid for in accordance with Section 1-09.4. 1-08.4 Prosecution of Work The first sentence is revised to read: The Contractor shall begin work within 21 calendar days from the date of execution of the contract by the Contracting Agency, unless otherwise approved in writing. 1-08.5 Time for Completion This section is revised to read: The Contractor shall complete all physical contract work within the number of"working days" stated in the Contract Provisions or as extended by the Engineer in accordance with Section 1-08.8. Every day will be counted as a"working day"unless it is a nonworking day or an Engineer determined unworkable day. A nonworking day is defined as a Saturday, a Sunday, a whole or half day on which the contract specifically prohibits work on the critical path of the Contractor's approved progress schedule, or one of these holidays: January 1, the third Monday of January, the third Monday of February, Memorial Day, July 4, Labor Day, November 11, Thanksgiving Day, the day after Thanksgiving, and Christmas Day. When any of these holidays fall on a Sunday, the following Monday shall be counted a nonworking day. When the holiday falls on a Saturday, the preceding Friday shall be counted a nonworking day. The days between December 25 and January 1 will be classified as nonworking days. An unworkable day is defined as a half or whole day the Engineer declares to be unworkable because of weather or conditions caused by the weather that prevents satisfactory and timely performance of the work shown on the critical path of the Contractor's approved progress schedule. Other conditions beyond the control of the Contractor may qualify for an extension of time in accordance with Section 1-08.8. 2nd Ave.Ped Improvements/Madfai AMID- 10 October 18,2007 Federal Aid Number: CM-9917(008) Project Number. 05-3010 Contract time shall begin on the first working day following the 21 st calendar day after the date the Contracting Agency executes the contract. If the Contractor starts work on the project at an earlier date,then contract time shall begin on the first working day when onsite work begins. The contract provisions may specify another starting date for contract time, in which case, time will begin on the starting date specified. 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 half 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. The Engineer will give the Contractor written notice of the physical completion date for all work the contract requires. That date shall constitute the physical completion date of the contract, but shall not imply the Secretary's acceptance of the work or the contract. 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 p Y p J p 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 1-08.8 Extensions of Time Section 1-08.8 is revised to read: The Contractor shall submit any requests for time extensions to the Engineer in writing no later than 10 working days after the delay occurs. The requests for time extension shall be limited to the affect on the critical path of the Contractor's approved schedule attributable to the change or event giving rise to the request. 2nd Ave.Ped Improvements/Madfai AMD- 11 October 18,2007 Federal Aid Number- CM-9917(008) Protect Number- 05-3010 To be considered by the Engineer, the request shall be in sufficient detail (as determined by the Engineer) to enable the Engineer to ascertain the basis and amount of the time requested. The request shall include an updated schedule that supports the request and demonstrates that the change or event: (1)had a specific impact on the critical path, and except in cases of concurrent delay, was the sole cause of such impact, and (2) could not have been avoided by resequencing of the work or by using other reasonable alternatives. If a request combined with previous extension requests, equals 20 percent or more of the original contract time then the Contractor's letter of request must bear consent of Surety. In evaluating any request,the Engineer will consider how well the Contractor used the time from contract execution up to the point of the delay and the effect the delay has on any completion times included in the special provisions. The Engineer will evaluate and respond within 15 calendar days of receiving the request. The authorized time for physical completion will be extended for a period equal to the time the Engineer determines the work was delayed because of: 1. Adverse weather causing the time requested to be unworkable, provided that the Engineer had not already declared the time to be unworkable and the Contractor has filed a written protest according to Section 1-08.5. 2. Any action, neglect, or default of the Contracting Agency, its officers, or employees, or of any other contractor employed by the Contracting Agency. 3. Fire or other casualty for which the Contractor is not responsible. 4. Strikes. 5. Any other conditions for which these Specifications permit time extensions such as: a. In Section 1-04.4 if a change increases the time to do any of the work including unchanged work. b. In Section 1-04.5 if increased time is part of a protest that is found to be a valid protest. C. In Section 1-04.7 if a changed condition is determined to exist that caused a delay in completing the contract. d. In Section 1-05.3 if the Contracting Agency does not approve properly prepared and acceptable drawings within 30 calendar days. e. In Section 1-07.13 if the performance of the work is delayed as a result of damage by others. f. In Section 1-07.17 if the removal or the relocation of any utility by forces other than the Contractor caused a delay. g. In Section 1-07.24 if a delay results from all the right of way necessary for the construction not being purchased and the special provisions does not make specific provisions regarding unpurchased right of way. h. In Section 1-08.6 if the performance of the work is suspended, delayed, or interrupted for an unreasonable period of time that proves to be the responsibility of the Contracting Agency. 2nd Ave Ped Improvements/Madfai AMD- 12 October 18,2007 Federal Aid Number- CM-9917(008) Project Number. 05-3010 i. In Section 1-09.11 if a dispute or claim also involves a delay in completing the contract and the dispute or claim proves to be valid. j. In Section 1-09.6 for work performed on a force account basis. 6. If the actual quantity of work performed for a bid item was more than the original plan quantity and increased the duration of a critical activity. Extensions of time will be limited to only that quantity exceeding the original plan quantity. 7. Exceptional causes not specifically identified in items I through 6 provided the p p Y g , request letter proves the Contractor had no control over the cause of the delay and could have done nothing to avoid or shorten it. Working days added to the contract by time extensions,when time has overran, shall only apply to days on which liquidated damages or direct engineering have been charged, such as the following: If substantial completion has been granted prior to all of the authorized working days being used, then the number of days in the time extension will eliminate an equal number of days on which direct engineering charges have accrued. If the substantial completion date is established after all of the authorized working days have been used, then the number of days in the time extension will eliminate an equal number of days on which liquidated damages or direct engineering charges have accrued. The Engineer will not allow a time extension for any cause listed above if it resulted from the Contractor's default, collusion, action or inaction, or failure to comply with the contract. The Contracting Agency considers the time specified in the special provisions as sufficient to do all the work. For this reason, the Contracting Agency will not grant a time extension for: • Failure to obtain all materials and workers unless the failure was the result of exceptional causes as provided above in subsection 7; • Changes, protests, increased quantities, or changed conditions (Section 1-04) that do not delay the completion of the contract or prove to be an invalid or inappropriate time extension request; • Delays caused by nonapproval of drawings or plans as provided in Section 1- 05.3; • Rejection of faulty or inappropriate equipment as provided in Section 1-05.9; • Correction of thickness deficiency as provided in Section 5-05.5(1)B. The Engineer will determine whether the time extension should be granted, the reasons for the extension, and the duration of the extension, if any. Such determination will be final as provided in Section 1-05.1. 2nd Ave.Ped Improvements/Madfai AMD- 13 October 19,2007 Federal Aid Number. CM-9917(008) Proiect Number. 05-3010 1-08.9 Liquidated Damages The first sentence in the fourth paragraph is revised to read: When the contract work has progressed to the extent that the Contracting Agency has full use and benefit of the facilities, both from the operational and safety standpoint, all the initial plantings are completed and only minor incidental work, replacement of temporary substitute facilities, plant establishment periods, or correction or repair remains to physically complete the total contract, the Engineer may determine the contract work is substantially complete. 2nd Ave.Ped Improvements/Madfai AMD- 14 October 18,2007 Federal Aid Number. CM-9917(008) Project Number. 05-3010 SECTION 1-09, MEASUREMENT AND PAYMENT August 6, 2007 1-09.2(1) General Requirements for Weighing Equipment The last paragraph is supplemented with the following: The material delivery point is defined as the location where the material is incorporated into the permanent work. 1-09.6 Force Account The first sentence in the last paragraph under 1. For Labor is revised to read: In addition to compensation for direct labor costs defined above, the Contracting Agency will pay Contractor 29 percent of the sum of the costs calculated for labor reimbursement to cover project overhead, general company overhead,profit, bonding, insurance required by Section 1-07.10 and 1-07.18, Business & Occupation tax, and any other costs incurred. The last paragraph under 2. For Materials is revised to read: In addition to compensation for direct materials cost, the Contracting Agency will pay the Contractor 21 percent of the sum of the costs calculated for materials reimbursement to cover project overhead, general company overhead, profit, bonding, insurance required by Section 1-07.10 and 1-07.18, Business & Occupation tax, and any other costs incurred. The first sentence in the fifth paragraph under 3. For Equipment is revised to read: The Contracting Agency will add 21 percent to equipment costs to cover project overhead, general company overhead,profit, bonding, insurance required by Section 1-30 07.10 and 1- 07.18, Business & Occupation tax, and any other costs incurred The last paragraph under 3. For Equipment is revised to read: Copies of the AGC/WSDOT Equipment Rental Agreement will be maintained on the Contracting Agency's web site at www.wsdot.wa.gov. The second paragraph under 4. For Services is revised to read: Except as noted below,the Contracting Agency will pay the Contractor an additional 21 percent of the sum of the costs included on invoices for specialized services to cover project overhead, general company overhead, profit, bonding, insurance required by Section 1-07.10 and 1-07.18, Business & Occupation tax, and any other costs incurred. The first paragraph under 6. For Contractor Markup on Subcontractor's Work is revised to read: 2nd Ave Ped ImprovemenWMadfai AMD- 15 October 18,2007 Federal Aid Number. CM-9917(008) Proiect Number: 05-3010 6. For Contractor Markup on Subcontractor's Work: When work is performed on a force account basis by one or more approved subcontractors,by lower-tier subcontractors or suppliers, or through invoice by firm(s) acting in the manner of a subcontractor, the Contractor will be allowed an additional markup, from the table below, applied to the costs computed for work done by each subcontractor through Sections 1, 2, 3, and 4, to compensate for all administrative costs, including project overhead, general company overhead, profit, bonding, insurance required by 1-07.10 and 1-07.18,Business & Occupation tax, and any other costs incurred. 1-09.9(1) Retainage The fourth paragraph is revised to read: Release of the retainage will be made 60 days following the Completion Date (pursuant to RCW 39.12, and RCW 60.28)provided the following conditions are met: 1. On contracts totaling more than $20,000, a release has been obtained from the Washington State Department of Revenue. 2. Affidavits of Wages Paid for the Contractor and all Subcontractors are on file with the Contracting Agency (RCW 39.12.040). 3. A certificate of Payment of Contributions Penalties and Interest on Public Works Contract is received from the Washington State Employment Security Department. 4. Washington State Department of Labor and Industries (per section 1-07.10) shows the Contractor is current with payments of industrial insurance and medical aid premiums. 5. All claims, as provided by law, filed against the retaina a have been resolved. In P g g the event claims are filed and provided the conditions of 1, 2, 3 and 4 are met, the Contractor will be paid such retained percentage less an amount sufficient to pay any such claims together with a sum determined by the Contracting Agency sufficient to pay the cost of foreclosing on claims and to cover attorney's fees. 2nd Ave.Ped Improvements/Madfai AMD- 16 October 18,2007 Federal Aid Number: CM-9917(008) Protect Number: 05-3010 SECTION 2-02,REMOVAL OF STRUCTURES AND OBSTRUCTIONS April 2, 2007 2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters Item 3. is revised to read: 3. Make a vertical full depth saw cut between any existing pavement, sidewalk, curb, or gutter that is to remain and the portion to be removed. For portland cement concrete pavement removal, a second vertical full depth relief saw cut offset 12 inches to 18 inches from and parallel to the initial saw cut is also required, unless the Engineer approves otherwise. I 2nd Ave.Ped Improvements/Madfai AMD- 17 October 18,2007 Federal Aid Number: CM-9917(008) Project Number- 05-3010 SECTION 2-12 CONSTRUCTION GEOTEXTILE August 7, 2006 The section title is revised to read: CONSTRUCTION GEOSYNTHETIC 2-12 CONSTRUCTION GEOTEXTILE This heading is revised to read: 2-12 CONSTRUCTION GEOSYNTHETIC 2-12.1 Description The word geotextile is revised to geosynthetic. 2-12.2 Materials In the first and second paragraphs geotextile is revised to geosynthetic. 2-12.3 Construction Requirements In the first, second, and third paragraphs geotextile is revised to geosynthetic. 2nd Ave.Ped Improvements/Madfai AMD- 18 October 18,2007 Federal Aid Number: CM-9917(008) Proiect Number: 05-3010 SECTION 3-01, PRODUCTION FROM QUARRY AND PIT SITES August 7, 2006 3-01.4(1) Acquisition and Development The first paragraph is revised to read: If, under the terms of the Contract,the Contractor is required to provide a source of materials, or if the Contractor elects to use materials from sources other than those provided by the Contracting Agency, the Contractor shall, at no expense to the Contracting Agency, make all necessary arrangements for obtaining the material and shall ensure the quantity of suitable material is available. Preliminary samples shall be taken by or in the presence of the Engineer or a designated representative unless the Engineer permits otherwise. Approval of the source does not relieve the Contractor from meeting these specification requirements, nor does it guarantee that the material will meet these requirements without additional or proper processing. The Engineer may require additional preliminary samples at any time. �1 2nd Ave.Ped lmprovements(Madfai AMD- 19 October 18,2007 Federal Aid Number. CM-9917(008) Protect Number: 05-3010 SECTION 5-04, HOT MIX ASPHALT April 2, 2007 5-04.3(1) HMA Mixing Plant The first paragraph is supplemented with the following: 4. Sampling HMA. The HMA plant shall provide for sampling HMA by one of the following methods: a. A mechanical sampling device attached to the HMA plant. b. Platforms or devices to enable sampling from the hauling vehicle without entering the hauling vehicle. 5-04.3(8)A Acceptance Sampling and Testing—HMA Mixture Item 3 in this section is revised to read: 3. Sampling. Samples for acceptance testing shall be obtained by the Contractor when ordered by the Engineer. The Contractor shall sample the HMA mixture in the presence of the Engineer and in accordance with WSDOT FOP for WAQTC/AASHTO T 168. 5-04.3(10)B Control The second paragraph in item 3. is revised to read: For compaction lots falling below a 1.00 pay factor and thus subject to price reduction or rejection, the Contractor may request that cores be used for acceptance of HMA compaction. When cores are taken by the Contracting Agency at the request of the Contractor, they shall be requested by noon of the next workday after receiving the test results. The cores will be taken at approximately the same locations as the nuclear density gauge tests in the compaction lot being challenged. When the CPF for the lot based on the results of the HMA cores is less than 1.00, the cost for the coring will be deducted from any monies due or that may become due the Contractor under the contract at the rate of$125 per core. 2nd Ave.Ped Improvements/Madfai AMD-20 October 18,2007 Federal Aid Number- CM-9917(008) Proiect Number: 05-3010 SECTION 8-06, CEMENT CONCRETE DRIVEWAY ENTRANCES April 2, 2007 8-06.2 Materials The second paragraph is deleted. 8-06.3 Construction Requirements The following new paragraph is inserted in front of existing paragraph one. Cement concrete driveway approaches shall be constructed with air entrained concrete Class 4000 conforming to the requirements of Section 6-02 or Portland Cement Concrete Pavement conforming to the requirements of Section 5-05. 2nd Ave Ped Improvements/Madfai AMD-21 October 18,2007 Federal Aid Number: CM-9917(008) Proiect Number: 05-3010 SECTION 8-14, CEMENT CONCRETE SIDEWALKS April 2, 2007 8-14.2 Materials The second paragraph is deleted. 8-14.3 Construction Requirements This section is supplemented with the following new paragraph: The concrete in the sidewalks shall be air entrained concrete Class 3000 in accordance with the requirements of Section 6-02. 8-14.5 Payment In the paragraph following"Cement Conc. Sidewalk Ramp Type_", per each, the second sentence is revised to read: Otherwise, the Contractor shall make all excavations including haul and disposal, regardless of the depth required for constructing the sidewalk to the lines and grades shown, and shall include all costs thereof in the unit contract price per square yard for"Cement Conc. Sidewalk", "Cement Conc. Sidewalk with Raised Edge", "Monolithic Cement Conc. Curb and Sidewalk", or"Cement Conc. Sidewalk Ramp Type 2nd Ave.Ped Improvements/Madfai AMD-22 October 18,2007 Federal Aid Number• CM-9917(008) Project Number: 05-3010 SECTION 8-20, ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL December 4, 2006 8-20.3(2) Excavating and Backfilling The third paragraph is revised to read: The excavations shall be backfilled in conformance with the requirements of Section 2- 09.3(1)E, Structure Excavation. 8-20.3(4) Foundations The second paragraph is revised to read: The bottom of concrete foundations shall rest on firm ground. If the portion of the foundation beneath the existing ground line is formed or cased instead of being cast against the existing soil forming the sides of the excavation, then all gaps between the existing soil and the completed foundation shall be backfilled and compacted in accordance with Section 2- 09.3(1)E. The thirteenth paragraph is revised to read: Both forms and ground which will be in contact with the concrete shall be thoroughly moistened before placing concrete; however, excess water in the foundation excavation will not be permitted. Foundations shall have set at least 72 hours prior to the removal of the forms. All forms shall be removed, except when the Plans or Special Provisions specifically allow or require the forms or casing to remain. 8-20.3(9) Bonding, Grounding The first, second, and fourth paragraphs are revised to read: All metallic appurtenances containing electrical conductors (luminaires, light standards, cabinets, metallic conduit, etc.) shall be made mechanically and electrically secure to form continuous systems, that shall be effectively grounded. Where conduit is installed, the installation shall include an equipment ground conductor, in addition to the conductors noted in the contract. Bonding jumpers and equipment grounding conductors shall be installed in accordance with Section 9-29.3 and NEC. Where existing conduits are used for the installation of new circuits, an equipment-grounding conductor shall be installed unless an existing equipment ground conductor, which is appropriate for the largest circuit, is already present in the existing raceway. The equipment ground conductor between the isolation switch and the sign lighter fixtures shall be a minimum of a 14 AWG stranded copper conductor. Where parallel circuits are enclosed in a common conduit, the equipment-grounding conductor shall be sized by the largest overcurrent device serving any circuit contained within the conduit. Supplemental grounding shall be provided at light standards, signal standards, cantilever and sign bridge structures. Steel sign posts which support signs with sign lighting or flashing beacons shall also have supplemental grounding. The supplemental ground conductor shall be connected to the foundation rebar(all rebar crossings shall be wire tied)by means of a grounding connector listed for use in concrete, and lead up directly adjacent to a conduit 2nd Ave.Ped Improvements/Madfai AMD-23 October 18,2007 Federal Aid Number: CM-9917(008) Proiect Number. 05-3010 installed within the foundation. The free end of the conductor shall be terminated to the ground terminal, with an approved clamp, within the pole. If no ground terminal is provided, bond to standard or post. Three feet slack shall be provided inside the standard. Where a concrete and rebar foundation is not used the supplemental ground shall be a grounding electrode placed in the hole next to the post prior to back fill. For light standards, signal standards, cantilever and sign bridge structures the supplemental grounding conductor shall be a non-insulated 4 AWG stranded copper conductor. For steel sign posts which support signs with sign lighting or flashing beacons the supplemental grounding conductor shall be a non- insulated 6 AWG stranded copper conductor. 8-20.3(14)E Signal Standards The second paragraph is revised to read: Signal standards shall not be erected on concrete foundations until the foundations have attained 2400 psi or 14 days after concrete placement. Signal standards without mast arms may be erected after 72 hours. Type IV and V strain pole standards may be erected but the messenger cable (span wire) shall not be placed until the foundation has attained 2400 psi or 14 days after concrete placement. 2nd Ave.Ped Improvements/Madfai AMD-24 October 18,2007 Federal Aid Number: CM-9917(008) Proiect Number: 05-3010 SECTION 9-03,AGGREGATES August 6, 2007 9-03.1(1) General Requirements The below new paragraph is inserted to follow the first paragraph: The material from which concrete aggregate is manufactured shall meet the following test requirements: Los Angeles Wear, 500 Rev. 35 max. Degradation Factor(Structural and Paving Concrete) 30 min. Degradation Factor(Other as defined in 6-02.3(2)B 20 min. The second sentence in the fourth paragraph is revised to read: The Contractor may submit an alternative mitigating measure through the Project Engineer to the State Materials Laboratory for approval along with evidence in the form of test results from ASTM C 1567 that demonstrate the mitigation when used with the proposed aggregate controls expansion to 0.20 percent or less. The second sentence in the fifth paragraph is revised to read: The Contractor shall submit evidence in the form of test results from ASTM C 1567 through the Project Engineer to the State Materials Laboratory that demonstrate the proposed mitigation when used with the aggregates proposed will control the potential expansion to 0.20 percent or less before the aggregate source may be used in concrete. 9-03.1(4)A Deleterious Substances The reference to "AASHTO PT 61" in the second paragraph is revised to "AASHTO TP 61". 9-03.1(4)B Wear in Los Angeles Machine This section including title is revised to read: 9-03.1(4)B Vacant 2nd Ave.Ped Improvements/Madfai AMD-25 October 18,2007 Federal Aid Number: CM-9917(008) Protect Number: 05-3010 9-03.1(4)C Grading The AASHTO Grading Chart is revised to include AASHTO Grading No. 4. Passing AASHTO AASHTO AASHTO AASHTO AASHTO AASHTO Grading Grading Grading Grading Grading Grading No.467 No.4 No.57 No.67 No.7 No.8 Sieve Min. Max. Min. Max. Min. Max. Min. Max. Min. Max. Min. Max. Size 2"square 100 --- 100 --- --- --- --- --- --- --- --- --- 11/2 95 100 90 100 100 --- --- --- --- --- --- --- square 1 square --- --- 20 55 95 100 100 --- --- --- --- --- 3/4 square 1 35 70 0 15 --- --- 90 100 100 --- --- --- 1/2 square --- --- --- --- 25 60 --- --- 90 100 100 --- 3/8 square 10 30 0 5 --- --- 20 55 40 70 85 100 U.S.No.4 0 5 --- --- 0 10 0 10 0 15 10 30 U.S.No. 8 --- --- --- --- 0 5 0 5 0 5 0 10 U.S.No. 16 --- --- --- --- --- --- --- --- --- --- 0 5 9-03.4(2) Grading and Quality The chart is revised to read: Crushed Screening Percent Passin 3/4"-1/2" 5/8"- 1/2"- 3/8"- 3/8"-US US No. US No. 4 US No. 4 US No. 4 No. 10 4-0 1" square 100 --- --- --- --- 3/4" square 95-100 100 --- --- --- 5/8" square --- 95-100 100 --- --- 1/2" square 0-20 --- 97-100 100 100 --- 3/8" square 0-5 --- --- 70-90 95-100 100 1/4" square 0-15 U.S. No. 4 --- 0-10 0-5 0-5 0-3 5 76-100 U.S. No. 8 0-3 U.S. No. 10 --- 0-3 0-2 0-10 30-60 U.S. No. 200 1.5 1.5 1.5 1.5 1.5 0-10.0 % fracture, by 90 90 90 90 90 90 weight, min. The reference to "AASHTO PT61" in the fourth paragraph is revised to "AASHTO TP61". 9-03.8(2) HMA Test Requirements In the first paragraph, item 2. and the associated graph are revised to read: 2. The fracture requirements for the combined coarse aggregate shall apply to the material retained on the U.S. No. 4 sieve and above, when tested in accordance with FOP for AASHTO TP 61. � o/o ESAL s #Fractured Fracture millions Faces < 10 1 or more 90 > 10 2 or more 90 2nd Ave.Ped Improvements/Madfai AMD-26 October 18,2007 Federal Aid Number: CM-9917(008) Proiect Number: 05-3010 9-03.9(3) Crushed Surfacing The reference to "AASHTO PT 6 1" in the fourth paragraph is revised to "AASHTO TP 61". 9-03.11 Vacant This section including title is revised to read: 9-03.11 Streambed Aggregates Streambed aggregates shall be naturally occurring water rounded aggregates. Aggregates from quarries, ledge rock, and talus slopes are not acceptable for these applications. Streambed aggregates shall meet the following test requirements for quality: Aggregate Property Test Method Requirement Degradation Factor WSDOT T 113 15 min. Los Angeles Wear, AASHTO T 96 50% max. 500 Rev. Bulk Specific Gravity AASHTO T 85 2.55 min. Section 9-03.11 is supplemented with the following new sub-sections: 9-03.11(1) Streambed Sediment Streambed sediment shall meet the following requirements for grading when placed in hauling vehicles for delivery to the project or during manufacture and placement into temporary stockpile. The exact point of acceptance will be determined by the Engineer. Sieve Size Percent Passing 2 1/2" square 100 2" square 65 - 95 1" square 50 - 85 U.S. No. 4 26 - 44 U.S. No. 40 16 max. U.S. No. 200 5.0 - 9.0 All percentages are by mass. The portion of sediment retained on U.S. No. 4 sieve shall not contain more than 0.2 percent wood waste. 9-03.11(2) Streambed Cobbles Streambed cobbles shall be clean, naturally occurring water rounded gravel material. Streambed cobbles shall have uniform distribution of cobble sizes and conform to one or more of the following gradings as shown in the Plans: 2nd Ave.Ped Improvements/Madfai AMD-27 October 18,2007 Federal Aid Number: CM-9917(008) Proiect Number. 05-3010 Approximate Percent Passin 1.7 Size NOTE 1 4"Cobbles 6"Cobbles 8"Cobbles 10"Cobbles 12"Cobbles 12" 100 10" 100 8" 100 T 70 max. 6" 100 70 max. 5" 70 max. 40 max. 4" 100 70 max. 40 max. 3" 40 max. 2" 40 max. 1 1/2" 40 max. 3/4" 10 max. 10 max. 10 max. 10 max. 10 max. The grading of the cobbles shall be determine by the Engineer by visual inspection of the load before it is dumped into place, or, if so ordered by the Engineer, by dumping individual loads on a flat surface and sorting and measuring the individual rocks contained in the load. Note 1: Approximate size can be determined by taking the average dimension of the three axes of the rock; length, width, and thickness by use of the following calculation: Length+Width+Thickness 3 = ApproximateSize Length is the longest axis, width is the second longest axis, and thickness is the shortest axis. 9-03.11(3) Streambed Boulders Streambed boulders shall be hard, sound and durable material, free from seams, cracks, and other defects tending to destroy its resistance to weather. Streambed Boulders shall be rounded to sub-angular in shape and the thickness axis shall be greater than 60% of the length axis Note 1. Streambed boulders sizes are approximately as follows, see Plans for sizes specified: Rock Size Approximate Size NOTE I One Man 12"- 18" Two Man 18" - 28" Three Man 28" - 36" Four Man 36"- 48" Five Man 48" - 54" Six Man 54" - 60" Note 1: Approximate size can be determined by taking the average dimension of the three axes of the rock; length, width, and thickness by use of the following calculation: Length+Width+Thickness 3 = ApproximateSize 2nd Ave.Ped Improvements/Madfai AMD-28 October 18,2007 Federal Aid Number: CM-9917(008) Proiect Number: 05-3010 Length is the longest axis, width is the second longest axis, and thickness is the shortest axis. 9-03.11(4) Habitat Boulders Habitat boulders shall be hard, sound and durable material, free from seams, cracks, and other defects tending to destroy its resistance to weather. Habitat Boulders shall be rounded to sub-angular in shape and the thickness axis shall be greater than 60% of the width axis and the length shall be 1.5 to 3 times the width axis Note 1. Habitat boulders sizes are approximately as follows, see Plans for sizes specified: Rock Size Approximate Size No E t Three Man 28" - 36" Four Man 36" -48" Five Man 48" - 54" Six Man 54" - 60" Note 1: Approximate size can be determined by taking the average dimension of the three axes of the rock; length, width, and thickness by use of the following calculation: Length+Width+Thickness _ ApproximateSize 3 jLength is the longest axis, width is the second longest axis, and thickness is the shortest axis. 9-03.20 Test Methods for Aggregates The test method for Percent of Fracture in Aggregates is revised from"AASHTO PT 61" to "AASHTO TP 61". 2nd Ave.Ped Improvements/Madfai AMD-29 October 18,2007 Federal Aid Number: CM-9917(008) Proiect Number: 05-3010 SECTION 9-23, CONCRETE CURING MATERIALS AND ADMIXTURES April 2,2007 9-23.6 Admixture for Concrete The footnote for Accelerating Admixture is revised to read: * Accelerating admixtures are only allowed for use in the following applications: In Controlled Density Fill (also known as Controlled Low Strength Material) in accordance with Section 2-09.3(1)E Backfilling, in Portland Cement Concrete Pavement in accordance with Section 5-05, and in Section 5-05.3(I) Concrete Mix Designs for Paving. 2nd Ave Ped Improvements/Madfai AMD-30 October 18,2007 Federal Aid Number: CM-9917(008) Proiect Number: 05-3010 SECTION 9-29, ILLUMINATION, SIGNAL, ELECTRICAL August 6, 2007 9-29.2 Junction Boxes Section 9-29.2 including title is revised to read: 9-29.2 Junction Boxes, Cable Vaults and Pull Boxes 9-29.2(1) Standard Junction Box This section including title is revised to read: 9-29.2(1) Standard Duty and Heavy Duty Junction Boxes For the purposes of this specification concrete is defined as Portland Cement Concrete and non-concrete is all others. Standard Duty Junction Boxes are defined as Type 1, 2, 7 and 8, and Heavy Duty Junction Boxes are defined as Type 4, 5, and 6. The Contractor shall provide shop drawings if their manufacturing process or standard production model includes any deviation from the Standard Plan. For each type of junction box, or whenever there is a design change to the junction box, a proof test, as defined in this specification, shall be performed once in the presence of the Engineer. This section is supplemented with the following new subsections: 9-29.2(1)A Standard Duty Junction Boxes All Standard Duty Junction Boxes shall have a minimum load rating of 22,500 pounds and be tested in accordance with 9-29.2(1)C. A complete Type 7 or Type 8 Junction Box includes the spread footing shown in the Standard Plans. Concrete Junction Boxes The Standard Duty Concrete Junction Box steel frame, lid support, and lid shall be painted with a black paint containing rust inhibiters or painted with a shop applied, inorganic zinc primer in accordance with Section 6-07.3, or hot dip galvanized in accordance with ASTM A 111. Concrete used in Standard Duty Junction Boxes shall have a minimum compressive strength of 6000 psi when reinforced with a welded wire hoop, or 4000 psi when reinforced with welded wire fabric or fiber reinforcement. The frame shall be anchored to the box by welding the wire fabric to the frame or by welding headed studs 3/8 inch x 3 inches long, as specified in section 9-06.15, to the frame. The wire fabric shall be attached to the studs and frame with standard tie practices. The box shall contain ten studs located near the centerline of the frame and box wall. The studs shall be placed one anchor in each corner, one at the middle of each width and two equally spaced on each length of the box. 2nd Ave.Ped Improvements/Madfai AMD-31 October 18,2007 Federal Aid Number: CM-9917(008) Proiect Number: 05-3010 Material for Type 1, 2, 7 and 8 Concrete Junction Boxes shall conform to 48 the following: Concrete Section6-02 Reinforcing Steel Section 9-07 Fiber Reinforcing ASTM C 1116, Type III Lid ASTM A786 diamond plate steel Frame ASTM A786 diamond plate steel or ASTM A36 flat steel Lid Support & Handle ASTM A36 steel Anchors (studs) Section 9-06.15 Non-concrete Junction Boxes Material for the non-concrete junction boxes shall be of a quality that will provide for a similar life expectancy as Portland Cement Concrete in a direct burial application. Type 1, 2, 7, and 8 non-concrete junction boxes shall have a Design Load of 22,500 lbs. and shall be tested in accordance with 9-29.2(1)C. Non-concrete junction boxes shall be gray in color and have an open bottom design with approximately the same inside dimensions, and present a load to the bearing surface that is less than or equal to the loading presented by the concrete junction boxes shown in the Standard Plans. Non-concrete junction box lids shall include a pull slot and shall be secured with two `/2 inch stainless steel hex-head bolts factory coated with anti-seize compound and recessed into the cover. The tapped holes for the securing bolts shall extend completely through the box to prevent accumulation of debris. Bolts shall conform to ASTM F 593, stainless steel. 9-29.2(1)B Heavy Duty Junction Boxes Heavy Duty Junction Boxes shall be concrete and have a minimum vertical load rating of 46,000 pounds without permanent deformation and 60,000 pounds without failure when tested in accordance with 9-29.2(1)C. The Heavy Duty Junction Box steel frame, lid support and lid shall be painted with a shop applied, inorganic zinc primer in accordance with Section 6-07.3. The concrete used in Heavy Duty Junction Boxes shall have a minimum compressive strength of 4000 PSI. Material for Type 4, 5, and 6 Concrete Junction Boxes shall conform to the following: i 2nd Ave.Ped Improvements/Madfat AMD-32 October 18,2007 Federal Aid Number: CM-9917(008) Project Number: 05-3010 Concrete Section 6-02 Reinforcing Steel Section 9-07 Lid ASTM A786 diamond plate steel, rolled from plate complying with ASTM A572, grade 50 or ASTM A588 with min. CVN toughness of 20 ft-lb at 40 degrees F Frame and stiffener plates ASTM A572 grade 50 or ASTM A588, both with min. CVN toughness of 20 ft- lb at 40 degrees F Handle ASTM A36 steel Anchors(studs) Section 9-06.15 Bolts,Nuts,Washers ASTM F 593 or A 193, type 304 or 316 i The lid stiffener plates shall bear on the frame, and be milled so that there is full even contact, around the perimeter,between the bearing seat and lid stiffener plates, after fabrication of the frame and lid. The bearing seat and lid perimeter bar shall be free from burrs, dirt and other foreign debris that would prevent solid seating. Bolts and nuts shall be liberally coated with anti-seize compound. Bolts shall be installed snug tight. The bearing seat and lid perimeter bar shall be machined to allow a minimum of 75%of the bearing areas to be seated with a tolerance of 0.0 to 0.005 inches measured with a feeler gage. The bearing area percentage will be measured for each side of the lid as it bears on the frame. 9-29.2(1)C Testing Requirements Junction boxes shall be tested by an independent materials testing facility, and a test report issued documenting the results of the tests performed. For concrete junction boxes the independent testing lab shall meet the requirements of AASHTO R 18 for Qualified Tester and Verified Test Equipment. The test shall be conducted in the presence of and signed off by the Engineer or a designated representative. The Contractor shall give the Engineer 30 days notice prior to testing. One copy of the test report shall be furnished to the Contracting Agency certifying that the box and cover meet or exceed the loading requirements for a concrete junction box, and shall include the following information: 1. Product identification. 2. Date of testing. 3. Description of testing apparatus and procedure. 4. All load deflection and failure data. 5. Weight of box and cover tested. 6. Upon completion of the required test(s)the box shall be loaded to failure. 7. A brief description of type and location of failure. For non-concrete junction boxes the testing facility shall be a Nationally Recognized Testing Laboratory(witnessing is not required). One copy of the test report shall be furnished to the Contracting Agency certifying that the box and 2nd Ave Ped Improvements/Madfai AMD-33 October 18,2007 Federal Aid Number: CM-9917(008) Proiect Number: 05-3010 cover meet or exceed the loading requirements for a non-concrete junction box, and shall include the following information: 1. Product identification. 2. Date of testing. 3. Description of testing apparatus and procedure. 4. All load deflection data. 5. Weight of box and cover tested. Testing for Standard Duty Concrete Junction Boxes Standard Duty Concrete Junction Boxes shall be load tested to 22,500 pounds. The test load shall be applied uniformly through a 10-inch x 10-inch x 1-inch steel plate centered on the lid. The test load shall be applied and released ten times, and the deflection at the test load and released state shall be recorded for each interval. At each interval the junction box shall be inspected for lid deformation, failure of the lid/frame welds, vertical and horizontal displacement of the lid/frame, cracks, and concrete spalling. Concrete junction boxes will be considered to have withstood the test if none of the following conditions are exhibited: 1. Permanent deformation of the lid or any impairment to the function of the lid. 2. Vertical or horizontal displacement of the lid frame. 3. Cracks wider than 0.012 inches that extend 12 inches or more. 4. Fracture or cracks passing through the entire thickness of the concrete. 5. Spalling of the concrete. Testing for the Standard Duty non-concrete Junction Boxes Non-concrete Junction Boxes shall be tested to a minimum of 22,5001bs as defined in the ANSI/SCTE 77-2002 Tier 15 test method. In addition the contractor shall provide a Manufacture Certificate of Compliance for each non-concrete junction box installed. Testing for Heavy Duty Junction Boxes Heavy Duty Junction Boxes shall be load tested to 46,000 pounds. The test load shall be applied vertically through a 10-inch x 20-inch x 1-inch steel plate centered on the lid with an orientation both on the long axis and the short axis of the junction box. The test load shall be applied and released ten times on each axis. The deflection at the test load and released state shall be recorded for each interval. At each interval the test box shall be inspected for lid deformation, failure of the lid or frame welds, vertical and horizontal displacement of the lid frame, cracks, and concrete spalling. After the twentieth loading interval the test shall be terminated with a 60,000 pound load being applied vertically through the steel plate centered on the lid and with the long edge of steel plate orientated parallel to the long axis of the box. 2nd Ave.Ped Improvements/Madfai AMD-34 October 18,2007 Federal Aid Number: CM-9917(008) Proiect Number- 05-3010 Heavy Duty Junction Boxes will be considered to have withstood the 46,000 pounds test if none of the following conditions are exhibited: l. Permanent deformation of the lid or any impairment to the function of the lid. 2. Vertical or horizontal displacement of the lid frame. 3. Cracks wider than 0.012-inches that extend 12-inches or more. 4. Fracture or cracks passing through the entire thickness of the concrete. 5. Spalling of the concrete. Heavy Duty Junction Boxes will be considered to have withstood the 60,000 pounds test if all of the following conditions are exhibited: 1. The lid is operational. 2. The lid is securely fastened. 3. The welds have not failed. 4. Permanent dishing or deformation of the lid is 1/4 inch or less. 5. No buckling or collapse of the box. 9-29.2 (2) Vacant This section including title is revised to read: 9-29.2(2) Standard Duty and Heavy Duty Cable Vaults and Pull Boxes Standard Duty and Heavy Duty Cable Vaults and Pull Boxes shall be constructed as a concrete box and as a concrete lid. The lid for the Heavy Duty and Standard Duty Cable Vaults and Pull Boxes shall be interchangeable and both shall fit the same box as shown in the Standard Plans. The Contractor shall provide shop drawings if their manufacturing process or standard production model includes any deviation from the Standard Plan. For each type of box or whenever there is a design change to the Cable Vault or Pull box, a proof test, as defined in this specification, shall be performed once in the presence of the Engineer. This section is supplemented with the following new sections: 9-29.2(2)A Standard Duty Cable Vaults and Pull Boxes Standard Duty Cable Vaults and Pull boxes shall be concrete and have a minimum load rating of 22,500 pounds and be tested in accordance with 9-24 29.2(1)C for concrete Standard Duty Junction Boxes. Concrete for standard duty cable vaults and pull boxes shall have a minimum compressive strength of 4000 psi. The frame shall be anchored to the vault/box by welding the wire fabric to the frame or by welding headed studs 3/8 inch x 3 inches long, as specified in Section 9- 06.15, to the frame. The wire fabric shall be attached to the studs and frame with standard tie practices. The vault/box shall contain ten studs located near the centerline of the frame and wall. Studs shall be placed one anchor in each corner, one at the middle of each width and two equally spaced on each length of the vault/box. The steel frame, lid support, and lid shall be painted with a black paint containing rust inhibiters or painted with a shop applied, inorganic 2nd Ave.Ped Improvements/Madfai AMD-35 October 18,2007 Federal Aid Number. CM-9917(008) Proiect Number: 05-3010 zinc primer in accordance with Section 6-07.3 or hot dip galvanized in accordance with ASTM A 111. Material for Standard Duty Cable Vaults and Pull Boxes shall conform to the following: Concrete Section 6-02 Reinforcing Steel Section 9-07 Lid ASTM A786 diamond plate steel Frame ASTM A786 diamond plate steel or ASTM A36 flat steel Lid Support &Handle ASTM A36 steel Anchors (studs) Section 9-06.15 Bolts,Nuts, Washers ASTM F593 or A 193, type 304 or 316 9-29.2(2)B Heavy Duty Cable Vaults and Pull Boxes Heavy Duty Cable Vaults and Pull Boxes shall be constructed of concrete having a minimum compressive strength of 4000 psi, and have a minimum vertical load rating of 46,000 pounds without permanent deformation and 60,000 pounds without failure when tested in accordance with Section 9-29.2(1)C for Heavy Duty Junction Boxes. Material for Heavy Duty Cable Vaults and Pull boxes shall conform to the following: Concrete Section 6-02 Reinforcing Steel Section 9-07 Cover Section 9-05.15(1) Ring Section 9-05.15(1) Anchors (studs) Section 9-06.15 Bolts,Nuts, Washers ASTM F593 or A193, type 304 or 316 9-29.2(4) Cover Markings The first sentence of the first paragraph is revised to read: Junction boxes, cable vaults, and pull boxes with metallic lids shall be marked with the appropriate legend in accordance with the bead weld details in the Standard Plans. Non- metallic lids shall be embossed with the appropriate legend and a non-skid surface. Legends for metallic lids and non-metallic lids shall be 1-inch nominal height. The first sentence of the second paragraph is revised to read: Junction boxes, cable vaults and pull boxes shall be marked or embossed for use in accordance with the plans and following schedule: 9-29.6 Light and Signal Standards The first paragraph is revised to read: Light standards (including light standards with Type 1 or Type 2 luminaire arms) and signal standards (including Types I, II, III, IV, V, PPB, PS, RM, FB, and CCTV) shall be in accordance with the details shown in the Plans, as specified in the Special Provisions and as 2nd Ave.Ped lmprovements/Madfai AMD-36 October 18,2007 Federal Aid Number: CM-9917(008) Protect Number: 05-3010 outlined herein,provided that only one luminaire arm type shall be used throughout the project. 9-29.6(2) Slip Base Hardware The last sentence in the first paragraph is revised to read: Plate washers shall conform to ASTM A 36, and also shall conform to the flatness tolerances specified in AASHTO M 293 for circular washers. 9-29.6(4) Welding This section is revised to read: Welding of steel structures shall be in accordance with AWS 131.1/131.1M, latest edition, Structural Welding Code, and Section 6-03.3(25). 9-29.6(5) Foundation Hardware The second and third paragraphs are revised to read: Anchor bolts, and associated nuts and washers, for Type CCTV, II, III, IV, and V signal standards and luminaire poles shall conform to Section 9-06.5(4). Anchor rods conforming to ASTM A 449 may be substituted, provided that the galvanized ASTM A 449 anchor rods having an ultimate tensile strength above 145 ksi shall be tested for embrittlement in accordance with either ASTM A 143 (if the rod length is equal to or greater than five times the bolt diameter) or ASTM F 606 Section 7 (if the rod length is less than five times the nominal bolt diameter). All foundation hardware shall be 100%hot-dipped galvanized in accordance with AASHTO M 111 and AASHTO M 232. 2nd Ave.Ped Improvements/Madfai AMD-37 October 18,2007 Federal Aid Number: CM-9917(008) Protect Number: 05-3010 SECTION 9-33, CONSTRUCTION GEOTEXTILE August 7, 2006 Section 9-33 including title is revised in its entirety to read: SECTION 9-33, CONSTRUCTION GEOSYNTHETIC 9-33.1 Geosynthetic Material Requirements The term geosynthetic shall be considered to be inclusive of geotextiles, geogrids, and prefabricated drainage mats. Geotextiles, including geotextiles attached to prefabricated drainage core to form a prefabricated drainage mat, shall consist only of long chain polymeric fibers or yarns formed into a stable network such that the fibers or yarns retain their position relative to each other during handling, placement, and design service life. At least 95 percent by weight of the material shall be polyolefins or polyesters. The material shall be free from defects or tears. The geotextile shall also be free of any treatment or coating which might adversely alter its hydraulic or physical properties after installation. Geogrids shall consist of a regular network of integrally connected polymer tensile elements with an aperture geometry sufficient to permit mechanical interlock with the surrounding backfill. The long chain polymers in the geogrid tensile elements, not including coatings, shall consist of at least 95 percent by mass of the material of polyolefins or polyesters. The material shall be free of defects, cuts, and tears. Prefabricated drainage core shall consist of a three dimensional polymeric material with a structure that permits flow along the core laterally, and which provides support to the geotextiles attached to it. The geosynthetic shall conform to the properties as indicated in Tables 1 through 8 in Section 9-33.2, and additional tables as required in the Standard Plans and Special Provisions for each use specified in the Plans. Specifically, the geosynthetic uses included in this section and their associated tables of properties are as follows: Geotextile Geosynthetic Application Applicable Property Tables Underground Drainage, Low and Moderate Survivability, Tables 1 and 2 Classes A, B, and C Separation Table 3 Soil Stabilization Table 3 Permanent Erosion Control, Moderate and High Survivability, Classes A, B, and C Tables 4 and 5 Ditch Lining Table 4 Temporary Silt Fence Table 6 Permanent Geosynthetic Retaining Wall Table 7 and Std. Plans Temporary Geosynthetic Retaining Wall Tables 7 and 10 Prefabricated Drainage Mat Table 8 Table 10 will be included in the Special Provisions 2nd Ave.Ped Improvements/Madfai AMD-38 October 18,2007 Federal Aid Number: CM-9917(008) Project Number: 05-3010 Geogrid and geotextile reinforcement in geosynthetic retaining walls shall conform to the properties specified in the Standard Plans for permanent walls, and Table 10 for temporary walls. For geosynthetic retaining walls that use geogrid reinforcement, the geotextile material placed at the wall face to retain the backfill material as shown in the Plans shall conform to the properties for Construction Geotextile for Underground Drainage, Moderate Survivability, Class A. Thread used for sewing geotextiles shall consist of high strength polypropylene, polyester, or polyamide.Nylon threads will not be allowed. The thread used to sew permanent erosion control geotextiles, and to sew geotextile seams in exposed faces of temporary or permanent geosynthetic retaining walls, shall also be resistant to ultraviolet radiation. The thread shall be of contrasting color to that of the geotextile itself. 9-33.2 Geosynthetic Properties 9-33.2(1) Geotextile Properties Table 1: Geotextile for underground drainage strength properties for survivability. ASTM Geotextile Pro e ty Requirements' Test Low Moderate Method Survivability Survivabilit Geotextile Property Woven Nonwoven Woven Nonwoven Grab Tensile Strength, in 250 lb machine and x- D 4632 180 lb 115 lb min. min. min. min. 160 lb min. machine direction Grab Failure Strain, in machine and x- D 4632 <50% >50% <50% >50% machine direction Seam 3 1601b 2201b Breaking D4632 min. 100 lb min. min. 140 lb min. Strength Puncture D 6241 2201b min 370 lb 495 lb Resistance min. . min. 3101b min. Tear Strength, in machine and D 4533 67 lb min. 40 lb min. 80 lb min. 50 lb min. x-machine direction Ultraviolet Radiation D 4355 50% strength retained min., (UV) (UV) i after 500 hours in a xenon arc device Stabi2nd Ave.Ped Improvements/Madfai AMD-39 October 18,2007 Federal Aid Number: CM-9917(008) Project Number: 05-3010 Table 2: Geotextile for underground drainage filtration properties. ASTM Geotextile Property Requirements Geotextile Property Test Method Class A Class B Class C Apparent Opening Size D 4751 U.S. No 40 U.S. No 60 U.S.No 80 max. max. max. Water Permittivity D 4491 1 0.5 sec -1 0.4 sec -I 0.3 sec-1 Table 3: Geotextile for separation or soil stabilization. Geotextile ASTM Geotextile Pro e ty Requirements' Test Separation Soil Stabilization Property Method2 Woven I Nonwoven Woven Nonwoven Apparent D 4751 U.S. No. 30 max. U.S. No. 40 max. O enin Size Warmittivit ter D 4491 0.02 sec-1 min. 0.10 sec -1 min. Grab Tensile Strength, in machine and D 4632 250 lb min. 160 lb min. 315 lb min. 200 lb min. x-machine direction Grab Failure Strain, in machine and D 4632 <50% >50% <50% >50% x-machine direction Seam Breaking D46323 220 lb min. 140 lb min. 270 lb min. 180 lb min. Strength Puncture D 6241 495 lb min. 3101b min. 6201b min. 4301b min. Resistance Tear Strength, in machine and D 4533 80 lb min. 50 lb min. 112 lb min. 79 lb min. x-machine direction Ultraviolet Radiation D 4355 50% strength retained min., (UV) (UV) it after 500 hours in xenon are device Stabi2nd Ave.Ped Improvements/Madfai AMD-40 October 18,2007 Federal Aid Number: CM-9917(008) Proiect Number 05-3010 Table 4: Geotextile for permanent erosion control and ditch lining. ASTM e e e s Geotextile Pro uir ert R m nt ' Test Permanent Erosion Control Ditch Lining Geotextile Method2 Moderate High Property Survivability Survivability Non- Non- Non- Woven I Woven Woven I woven Woven I woven Apparent D 4751 See Table 5 See Table 5 U.S. No. 30 max. Opening Size Water Permittivity D 4491 See Table 5 See Table 5 0.02 secl min. Grab Tensile Strength, in 250 lb 160 lb 315 lb 200 lb 250 lb 160 lb machine and D 4632 min. min. min. min. min. min. x-machine direction Grab Failure Strain, in machine and D 4632 50% >50% 0 a >50% <50% >50% x-machine direction Seam Breaking D 46323 220 lb 140 lb 270 lb 180 lb 220 lb 140 lb Strength min. min. min. min. min. min. Puncture 495lb 310lb 620lb 430lb 495lb 310lb Resistance D 6241 min, min. min. min. min. min. Tear Strength, in machine 80 lb 50 lb 112 lb 79 lb 80 lb 50 lb and x- D 4533 min. min. min. min. min. min. machine direction Ultraviolet (LTV) 70% strength retained min. Radiation D 4355 after 500 hours in xenon arc device Stability Table 5: Filtration properties for geotextile for permanent erosion control. ASTM Geotextile Property Re uirements' Geotextile Test Class A Class B Class C Property Method2 Apparent D tho U.S. No. 40 U.S. No. 60 U.S. No. 70 Opening Size max. max. max. Water D 4491 0.7 sec-1 min. 0.4 sec-1 min. 0.2 sec-1 min. Permittivity 2nd Ave.Pod Improvements/Madfai AMD-41 October 18,2007 Federal Aid Number, CM-9917(008) Proiect Number: 05-3010 Table 6: Geotextile for temporary silt fence. Geotextile Pro ert Requirements' ASTM Unsupported Supported Between Geotextile Property Test Method Between Posts Posts with Wire or Pol meric Mesh Apparent Opening D 4751 U.S. No. 30 max. for slit wovens, U.S. No. 50 Size for all other geotextile es, U.S. No. 100 min. Water Permittivity D 4491 0.02 sec-1 min. Grab Tensile 180 lb min. in Strength, in machine machine direction, 100 and x-machine D 4632 lb min. in x-machine 100 lb min. direction direction Grab Failure Strain, 30% max. at 180 lb or in machine and D 4632 x-machine direction more Ultraviolet(UV) D 4355 70% strength retained min., Radiation Stability after 500 hours in xenon arc device 9-33.2 2 Geos nthetic Properties For Retaining Walls and Reinforced Slopes O Y P g P Table 7: Minimum properties required for geotextile reinforcement used in 4 geosynthetic reinforced slopes and retaining walls. ASTM Geotextile Pro pert. Re uirementsl Geotextile Property Test Method Woven Nonwoven Apparent Opening D 4751 U.S. No. 20 max. Size Water Permittivity D 4491 0.02 sec min. Grab Tensile Strength, in machine D 4632 200 lb min. 120 lb min. and x-machine direction Grab Failure Strain, in machine and x- D 4632 <50% >50% machine direction Seam Breaking D 4632 3,4 160 lb min. 100 lb min. Strength j Puncture Resistance D 6241 370 lb min. 220 lb min. Tear Strength, in machine and x- D 4533 63 lb min. 50 lb min. machine direction Ultraviolet(UV) 70% (for polypropylene and polyethylene) and Radiation Stability D 4355 50% (for polyester) Strength Retained min., after 500 hours In a xenon arc device 2nd Ave.Ped Improvements/Madfai AMD-42 October 18,2007 Federal Aid Number: CM-9917(008) Project Number- 05-3010 Table 8: Minimum properties required for prefabricated drainage mats. ASTM Geotextile Property Test Geotextile Property Requirements ' Method Apparent Opening Size D 4751 U.S. No. 60 max. Water Permittivity D 4491 0.4 sec-1 min. Grab Tensile Strength, in machine and x-machine D 4632 Nonwoven - 100 lb min. direction Width D 5199 12 In. min. Thickness 0.4 In. min. Compressive Strength at D 1621 100 psi min. Yield In Plan Flow Rate Gradient=0.1, Pressure = 5.5 psi D 4716 5.0 gal./min./ft. Gradient - 1.0, Pressure= 14.5 psi 15.0 al./min./ft. 'All geotextile properties in Tables 1 through 8 are minimum average roll values (i.e., the test results for any sampled roll in a lot shall meet or exceed the values shown in the table). 2The test procedures used are essentially in conformance with the most recently approved ASTM geotextile test procedures, except for geotextile sampling and specimen conditioning, which are in accordance with WSDOT Test Methods T 914, Practice for Sampling of Geotextiles for Testing, and T 915, Practice for Conditioning of Geotextiles for Testing, respectively. Copies of these test methods are available at the State Materials Laboratory P.O. Box 47365, Olympia, WA 98504-7365. 3With seam located in the center of 8-inch long specimen oriented parallel to grip faces. 4Applies only to seams perpendicular to the wall face. 9-33.3 Aggregate Cushion of Permanent Erosion Control Geotextile Aggregate cushion for permanent erosion control geotextile, Class A shall meet the requirements of Section 9-03.9(2). Aggregate cushion for permanent erosion control geotextile, Class B or C shall meet the requirements of Section 9-03.9(3) and 9-03.9(2). 9-33.4 Geosynthetic Material Approval and Acceptance 9-33.4(1) Geosynthetic Material Approval If the geosynthetic source material has not been previously evaluated, or is not listed in the current WSDOT Qualified Products List(QPL), a sample of each proposed geosynthetic shall be submitted to the State Materials Laboratory in Tumwater for evaluation. Geosynthetic material approval will be based on conformance to the applicable properties from the Tables in Section 9-33.2 or in the Standard Plans or Special Provisions. After the sample and required information for each geosynthetic type have arrived at the State Materials Laboratory in Tumwater, a maximum of 14 calendar 2nd Ave.Ped Improvements/Madfai AMD-43 October 18,2007 Federal Aid Number: CM-9917(008) Project Number: 05-3010 days will be required for this testing. Source approval shall not be the basis of acceptance of specific lots of material delivered to the Contractor unless the roll numbers of the lot sampled can be clearly identified as the rolls tested and approved in the geosynthetic approval process. For geogrid and geotextile products proposed for use in permanent geosynthetic retaining walls or reinforced slopes that are not listed in the current QPL, the Contractor shall submit test information and the calculations used in the determination of Tal performed in accordance with WSDOT Standard Practice T 925, Standard Practice for Determination of Long-Term Strength for Geosynthetic Reinforcement, to the State Materials Laboratory in Tumwater for evaluation. The Contracting Agency will require up to 30 calendar days after receipt of the information to complete the evaluation. The Contractor shall submit to the Engineer the following information regarding each geosynthetic material proposed for use: Manufacturer's name and current address, Full product name, Geosynthetic structure, including fiber/yarn type, Geosynthetic polymer type(s) (for temporary and permanent geosynthetic retaining walls), Proposed geosynthetic use(s), and Certified test results for minimum average roll values. 9-33.4(2) Vacant 9-33.4(3) Acceptance Samples When the quantities of geosynthetic materials proposed for use in the following geosynthetic applications are greater than the following amounts, acceptance shall be by satisfactory test report: Application Geosynthetic Quantity Underground Drainage 600 sq. yd. Temporary or Permanent Geosynthetic All quantities Retaining Walls The samples for acceptance testing shall include the information about each geosynthetic roll to be used as stated in 9-33.4(4). Samples will be randomly taken by the Engineer at the job site to confirm that the geosynthetic meets the property values specified. Approval will be based on testing of samples from each lot. A"lot" shall be defined for the purposes of this specification as all geosynthetic rolls within the consignment(i.e., all rolls sent the project site) that were produced by the same manufacturer during a continuous period of production at the same manufacturing plant and have the same product name. After the samples have arrived at the State Materials Laboratory in Tumwater, a maximum of 14 calendar days will be required for this testing. 2nd Ave.Ped Improvements/Madfai AMD-44 October 18,2007 Federal Aid Number: CM-9917(008) Proiect Number 05-3010 If the results of the testing show that a geosynthetic lot, as defined, does not meet the properties required for the specified use as indicated in Tables 1 through 8 in Section 9- 33.2, and additional tables as specified in the Special Provisions,the roll or rolls which were sampled will be rejected. Geogrids and geotextiles for temporary geosynthetic retaining walls shall meet the requirements of Table 7, and Table 10 in the Special Provisions. Geogrids and geotextiles for permanent geosynthetic retaining wall shall meet the requirements of Table 7, and Table 9 in the Special Provisions, and both geotextile and geogrid acceptance testing shall meet the required ultimate tensile strength Tult as provided in the current QPL for the selected product(s). If the selected product(s) are not listed in the current QPL, the result of the testing for Tult shall be greater than or equal to Tult as determined from the product data submitted and approved by the State Materials Laboratory during source material approval. Two additional rolls for each roll tested which failed from the lot previously tested will then be selected at random by the Engineer for sampling and retesting. If the retesting shows that any of the additional rolls tested do not meet the required properties,the entire lot will be rejected. If the test results from all the rolls retested meet the required properties, the entire lot minus the roll(s) that failed will be accepted. All geosynthetic that has defects, deterioration, or damage, as determined by the Engineer, will also be rejected. All rejected geosynthetic shall be replaced at no additional expense to the Contracting Agency. 9-33.4(4) Acceptance by Certificate of Compliance When the quantities of geosynthetic proposed for use in each geosynthetic application are less than or equal to the following amounts, acceptance shall be by Manufacturer's Certificate of Compliance: Application Geosynthetic Quantity Underground Drainage 600 sq. yd. Soil Stabilization and Separation All quantities Permanent Erosion Control All quantities Tem ora Silt Fence All quantities Prefabricated Drainage Mat All quantities The Manufacturer's Certificate of Compliance shall include the following information about each geosynthetic roll to be used: Manufacturer's name and current address, Full product name, Geosynthetic structure, including fiber/yarn type, Geosynthetic Polymer type(for all temporary and permanent geosynthetic retaining walls only), Geosynthetic roll number(s), Geosynthetic lot number(s), Proposed geosynthetic use(s), and iCertified test results. 2nd Ave.Ped ImprovementslMadfai AMD-45 October 18,2007 Federal Aid Number: CM-9917(008) Project Number- 05-3010 9-33.4(5) Approval of Seams If the geotextile seams are to be sewn in the field, the Contractor shall provide a section of sewn seam that can be sampled by the Engineer before the geotextile is installed. The seam sewn for sampling shall be sewn using the same equipment and procedures as will be used to sew the production seams. If production seams will be sewn in both the machine and cross-machine directions, the Contractor must provide sewn seams for sampling which are oriented in both the machine and cross-machine directions. The seams sewn for sampling must be at least 2 yards in length in each geotextile direction. If the seams are sewn in the factory, the Engineer will obtain samples of the factory seam at random from any of the rolls to be used. The seam assembly description shall be submitted by the Contractor to the Engineer and will be included with the seam sample obtained for testing. This description shall include the seam type, stitch type, sewing thread type(s), and stitch density. 2nd Ave.Ped Improvements/Madfai AMD-46 October 18,2007 Federal Aid Number: CM-9917(008) Proiect Number: 05-3010 SECTION 9-34, PAVEMENT MARKING MATERIAL August 6, 2007 9-34.2 Paint This section is revised to read: White and yellow paint shall comply with the specifications for high volatile organic compound(VOC) solvent based paint, low VOC solvent based paint or low VOC waterborne paint. Blue paint for"Access Parking Space Symbol with Background" shall be chosen from a WSDOT QPL listed Manufacturer. The blue color shall match Fed Standard 595,color 15090 and the tolerance of variation shall match that shown in the FHWA"Highway Blue Color Tolerance Chart." 9-34.3 Plastic This section is revised to read: White and yellow plastic pavement marking materials shall comply with the specifications for: Type A—Liquid hot applied thermoplastic Type B—Pre-formed fused thermoplastic Type C—Cold applied pre-formed tape Type D—Liquid cold applied methyl methacrylate Blue plastic pavement marking material for"Access Parking Space Symbol with Background" shall be chosen from a WSDOT QPL listed Manufacturer. The blue color shall match Fed Standard 595, color 15090 and the tolerance of variation shall match that shown in the FHWA "Highway Blue Color Tolerance Chart." 9-34.4 Glass Beads This section is revised to read: Glass beads for traffic paint shall conform to AASHTO M 247 and the following: - HT M 24 T 1 Gradation AAS O 7 Type Coating- The glass beads shall be coated with a silicone for moisture resistance and a silane to promote adhesion in both waterborne and solvent base traffic paint. The presence of the coating is to be verified by WSDOT test method T430. Chemical Make-up and Environmental Protection - Glass beads shall not contain any element in excess of the following established total concentration limits when tested in accordance with the listed test methodology. 2nd Ave.Ped Improvements/Madfai AMD-47 October 18,2007 Federal Aid Number: CM-9917(008) Proiect Number: 05-3010 Concentration Limits. Element Test Method Max. parts per million m Arsenic *EPA SW846 6010B 20.0 ppm Barium *EPA SW846 6010B 100.0 ppm Cadmium *EPA SW846 6010B 1.0 ppm Chromium *EPA SW846 6010B 5.0 ppm Lead *EPA SW846 6010B 50.0 ppm Selenium *EPA SW846 6010B 1.0 ppm Silver *EPA SW846 6010B 5.0 pprn Mercury **EPA SW846 7471A 0.2 ppm Test Method: * EPA's SW846 6010B, inductively coupled plasma-atomic emissions spectrometry (ICP-AES). Reference Concentration Limits. **EPA's Method SW846 7471A, cold-vapor absorption method. Reference Concentration Limits. 1 2nd Ave.Ped Improvements/Madfai AMD-48 October 18,2007 Federal Aid Number: CM-9917(008) Project Number• 05-3010 I SECTION 9-35, TEMPORARY TRAFFIC CONTROL MATERIALS August 6, 2007 9-35.0 General Requirements The list of items is supplemented with the following: Portable Temporary Traffic Control Signal Tall Channelizmg Devices 9-35.2 Construction Signs The first paragraph is supplemented with the following: Post mounted Class A construction signs shall conform to the requirements of this section and additionally shall conform to the requirements stated in section 9-28. The second paragraph is revised to read: Aluminum sheeting shall be used to fabricate all construction signs. The signs shall have a minimum thickness of 0.080-inches and a maximum thickness of 0.125-inches. The first sentence in the fourth paragraph is revised to read: The use of plywood, composite, fiberglass reinforced plastic, new fabric rollup signs, and any 1 other previously approved sign materials except aluminum is prohibited. Any sign which otherwise meets the requirements of this section and was purchased prior to July 1, 2004, may be utilized until December 31, 2007. If a fabric sign is used, it shall have been fabricated with Type VI reflective sheeting. This section is supplemented with the following: A and Class B n a i i c with All Class a C as signs shall utilize materials and be fabricated n accordance Section 9-28 and the Washington State Sign Fabrication Manual (M55-05). All regulatory signs having a red background(i.e. Stop, Yield, etc.) shall be fabricated with Type III or IV sign sheeting. All other regulatory information signs (i.e. Speed Limit,Traffic Fines Double in Work Zones, etc) shall have Type II sheeting in rural areas and Type III or IV sheeting in urban areas. All signs having a green background(i.e. Exit arrow, etc.)shall have Type II sheeting for the background and Type III or IV sheeting for the letters,border, and symbols. 9-35.5 Portable Changeable Message Signs The second paragraph is supplemented with the following: 9. Primary source of power shall be solar power with a battery backup to provide continuous operation when failure of the primary power source occurs. 10. The sign controller software shall be NTCIP compliant. 2nd Ave.Ped Improvements/Madfai AMD-49 October 18,2007 Federal Aid Number: CM-9917(008) Protect Number- 05-3010 9-35.7 Traffic Safety Drums The physical characteristics for Overall Width in the first paragraph are revised to read: Overall Width 18-inch minimum regardless of orientation. The fourth paragraph is supplemented with the following: i Retroreflective bands shall be fabricated from Type III or Type IV reflective sheeting as described in Section 9-28.12. 9-35.8 Barrier Drums j The third paragraph is revised to read: Barrier drums shall have three 4-inch retro-reflective white bands, (one complete and two partial). Bands shall be fabricated from Type III or Type IV reflective sheeting as described in Section 9-28.12. 9-35.9 Traffic Cones This section is supplemented with the following: Retroreflective bands shall be fabricated from Type III or Type IV reflective sheeting as described in Section 9-28.12. 9-35.10 Tubular Markers The second paragraph is revised to read: The devices shall be stabilized by affixing them to the pavement by using either weighted bases or adhesive. Adhesive used to glue the device to the pavement shall meet the requirements of Section 9-02.1(8) or 9-26.2. Retroreflective bands shall be fabricated from Type III or Type IV reflective sheeting as described in Section 9-28.12. 9-35.12 Truck-Mounted Attenuator The fourth sentence in the first paragraph is revised to read: The Contractor shall provide certification that the unit complies with NCHRP 350 Test level 3 requirements. The fifth sentence in the first paragraph is deleted. The second sentence in the third paragraph is revised to read: The standard chevron pattern shall consist of 4-inch yellow stripes, alternating non-reflective black and retro-reflective yellow sheeting, slanted at 45 degrees in an inverted "V"with the "V" at the center of the unit. r 2nd Ave.Ped Improvements/Madfai AMD-50 October 18,2007 Federal Aid Number. CM-9917(008) Proiect Number: 05-3010 I Section 9-35 is supplemented with the following new sub-sections: 9-35.13 Tall Channelizin Device s es Tall channelizing devices shall meet the requirements of the MUTCD Part VI for channelizing devices and shall conform to the following general specifications: Fabricated of fade resistant, safety orange color, low-density polyethylene that is resistant to deformation upon impact and meets the requirements of ASTM D 4976 and is UV stabilized. 42" in height minimum, using a tapered cone type shape of consistent dimensions regardless of orientation to traffic. 4" in width minimum at the top and 8" in width minimum at the base,which incorporates a separate ballast that is designed to resist overturning or other movement from wind gusts or other external forces. Four retroreflective 6" wide horizontal bands, alternating orange and white beginning 6" from the top of the device. Retroreflective bands shall be fabricated from Type III or Type IV reflective sheeting as described in Section 9-28.12. Warning lights are not required unless specifically shown on the traffic control plan but provisions for securely attaching a warning light are required. The method of attachment must ensure that the light does not separate from the device upon impact and light units shall meet the crashworthiness requirements of NCHRP 350 as described in Section 1-10.2(3) Devices shall be regularly maintained to ensure that they are clean and the reflective sheeting is in good condition. Except for the specifications and requirements specifically listed above Tall Channelizin P p q p Y g Devices are defined to be Traffic Cones. All non-conflicting contract provisions related to "Cones" shall apply to Tall Channelizing Devices. 9-35.14 Portable Temporary Traffic Control Signal Portable traffic control signals shall meet the requirements of the MUTCD and the following: The portable temporary traffic control signal shall be fully operational for two-phase traffic actuated, pre-timed, or manual control. The portable temporary traffic control signal shall consist of the following major elements: Controllers shall demonstrate conflict-monitoring capability, consistent with the requirements of Section 9-29.13(2) item number 5, with a flashing red display in both directions. The portable traffic control signal shall be capable of terminating the movement one (1)or movement two (2) all red clearance, in order to repeat the previous movements operation. Signal head displays shall be either hard wired or controlled by radio signal. Manual operation will not require hardwiring or radio control except for the use of two-way radio communication by manufacturer trained qualified operators. 2nd Ave.Ped Improvements/Madfai AMD-51 October 18,2007 Federal Aid Number- CM-9917(008) Project Number- 05-3010 The system shall be equipped with a means of informing the operator of signal indications, such as a light on the back of each signal head that illuminates when the signal displays a red indication, during manual operation. A vehicle detection system is required. The system shall be capable of operating either as fixed time or traffic actuated controller. The detection system shall provide presence detection (continuous call to the controller) while there is a vehicle in the detection zone. Signal supports used with portable traffic control signals shall provide a minimum of two signal displays, spaced a minimum of 8 feet apart. When trailer mounted portable traffic signals are used to provide alternating one-way control, a minimum of one of the signal displays shall be suspended over the traveled way. The minimum vertical clearance to the traveled way for this signal display is 16.5 feet. Vehicular signal heads shall be of the conventional type with standard ITE approved, 12-inch ball LED display. Tunnel visors shall be provided for all indications. The system shall include a countdown display capable of a 199 second countdown clock for motorist information when there is no direct line of sight between the stop bar locations. Back plates shall be furnished and attached to the signal heads. Back plates shall be constructed of 5 inch wide .050 inch thick corrosion resistant louvered aluminum, with a flat black finish. A highly retroreflective strip, 3-in wide, shall be placed around the perimeter of the face of all vehicle signal backplates to project a rectangular image at night towards oncoming traffic. Trailers shall have a leveling jack installed at all four corners. The crank for the leveling jacks and trailer hitch shall be locked. The signal pole and mast arm assemblies shall be of the collapsible type, which can be erected and extended at the job site. The mast arm assemblies shall be firmly attached to the trailer to form a stable unit, which can withstand an 80 mph design wind speed with a 1.3 gust factor. The portable temporary traffic control signal shall be powered using a self-contained battery system capable of providing over 12 days of continuous operations without solar array assistance. A solar panel array will be allowed. 2nd Ave.Ped Improvements/Madfai AMD-52 October 18,2007 Federal Aid Number- CM-9917(008) Proiect Number: 05-3010 GENERAL SPECIAL PROVISIONS SPECIAL PROVISIONS The following Special Provisions are made a part of this contract and supersede any conflicting provisions of the 2006 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 (******) Notes a revision to a General Special Provision and also notes a Project Specific Special Provision. 1 (Regions' date) Region Special Provision (BSP date) Bridges and Structures Special Provision General Special Provisions are similar to Standard Specifications in that they typically apply to many projects, usually in more than one Region. Usually, the only difference from one project to another is the inclusion of variable project data, inserted as a"fill-in". Region Special Provisions are commonly applicable within the designated Region. Region designations are as follows: Region I ER Eastern Region NCR North Central Region NWR Northwest Region OR Olympic Region SCR South Central Region SWR Southwest Region WSF Washington State Ferries Division Bridges and Structures Special Provisions are similar to Standard Specifications in that they typically apply to many projects, usually in more than one Region. Usually, the only difference from one project to another is the inclusion of variable project data, inserted as a"fill-in". Project Specific Special Provisions normally appear only in the contract for which they were developed. 2nd Ave Ped Improvements/Madfai GSP- I October 18,2007 Federal Aid Number. CM-9917(008) Project Number: 05-3010 DIVISION 1 GENERAL REQUIREMENTS DESCRIPTION OF WORK March 13, 1995 This contract provides for the improvement of 2nd Avenue sidewalk along the east side of 2nd Avenue from West Gowe Street to West Smith Street and other work, all in accordance with the ! attached Contract Plans, these Contract Provisions, and the Standard Specifications. CONTROL OF WORK r (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: The City Contractor will be constructing Town Square Plaza along the west side of 2nd Avenue between Smith Street and Harrison Street. This work would include the removal of existing curb, gutter, and sidewalk, and the installation of a new curb, gutter and sidewalk and construction of a new park facility. CONTROL OF MATERIAL Buy America Section 1-06 is supplemented with the following: 6 2007 (August ) 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 manufacturing processes occurring domestically. To further define the coverage, a domestic product is a manufactured steel material that was produced in one of the 50 States, the District of Columbia, Puerto Rico, or in the territories and possessions of the United States. 2nd Ave.Ped Improvements/Madfai GSP-2 October 18,2007 Federal Aid Number: CM-9917(008) Project Number: 05-3010 If domestically produced steel billets or iron ingots are exported outside of the area of coverage, as defined above, for any manufacturing process then the resulting product does not conform to the Buy America requirements. Additionally,products manufactured domestically from foreign source steel billets or iron ingots do not conform to the Buy America requirements because the initial melting and mixing of alloys to create the material occurred in a foreign country. Manufacturing begins with the initial melting and mixing, and continues through the coating stage. Any process which modifies the chemical content, the physical size or shape, or the ' final finish is considered a manufacturing process. The processes include rolling, extruding, machining, bending, grinding, drilling, welding, and coating. The action of applying a coating to steel or iron is deemed a manufacturing process. Coating includes epoxy coating, 1 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. 2. Rolling,heat treating, and any other similar processing. 3. Fabrication of the products. ra. Spinning wire into cable or strl and. ' b. Corrugating and rolling into culverts. C. Shop fabrication. A certification of materials origin will be required for any items comprised of, or containing, steel or iron construction materials prior to such items being incorporated into the permanent work. The certification shall be on DOT Form 350-109EF provided by the Engineer, or such other form the Contractor chooses, provided it contains the same information as DOT Form 350-109EF. 2nd Ave.Ped Improvements/Madfai GSP-3 October 18,2007 Federal Aid Number- CM-9917(008) Project Number- 05-3010 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC State Taxes ' Section 1-07.2 is supplemented with the following: March 13 1995 The work on this contract is to be performed upon lands whose ownership obligates the Contractor to pay Sales tax. The provisions of Section 1-07.2(1) apply. Permits And Licenses Section 1-07.6 is supplemented with the following: (March 13, 1995) No hydraulic permits are required for this project unless the Contractor's operations use, divert, obstruct, or change the natural flow or bed of any river or stream, or utilize any of the waters of the State or materials from gravel or sand bars, or from stream beds. Wages (February 20, 2007) 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. WA070001. ' (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 r Power Equipment Operators with the occupation description, Mulch Seeding Operator. If Federal wage rates include one or more rates specified as applicable to landscaping work, then Federal wage rates for all occupation descriptions, specific or general, must be considered and compared with corresponding State wage rates. The higher wage rate, either State or Federal, becomes the minimum wage rate for the work performed in that occupation. r 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 2nd Ave.Ped Improvements/Madfai GSP-4 October 18,2007 Federal Aid Number: CM-9917(008) Project Number: 05-3010 submit Standard Form 1444, Request for Authorization of Additional Classification and Wage Rate available at http://www.wdol.gov/docs/sfl444.pdf, and submit the completed form to the Project Engineer's office. The presence of a classification wage on the Washington State Prevailing Wage Rates For Public Works Contracts does not exempt the use of form 1444 for the purpose of determining a federal classification wage rate. ' Requirements For Nondiscrimination Section 1-07.11 is supplemented with the following: (March 6, 2000) Requirement For Affirmative Action to Ensure Equal Employment Opportunity (Executive Order 11246) i1. The Contractor's attention is called to the Equal Opportunity Clause and the Standard Federal Equal Employment Opportunity Construction Contract Specifications set forth herein. 2. The goals and timetables for minority and female participation set by the Office of Federal Contract Compliance Programs, expressed in percentage terms for the Contractor's aggregate work force in each construction craft and in each trade on all construction work in the covered area, are as follows: Women- Statewide Timetable Goal Until further notice 6.9% Minorities -by Standard Metropolitan Statistical Area(SMSA) Spokane, WA: SMSA Counties: Spokane, WA 2.8 WA Spokane. Non-SMSA Counties 3.0 WA Adams; WA Asotin; WA Columbia; WA Ferry; WA Garfield; WA Lincoln, WA Pend Oreille; WA Stevens; WA Whitman. Richland, WA SMSA Counties: Richland Kennewick, WA 5.4 WA Benton; WA Franklin. Non-SMSA Counties 3.6 WA Walla Walla. 2nd Ave.Ped Improvements/Madfai GSP-5 October 18,2007 Federal Aid Number- CM-9917(008) Project Number- 05-3010 Yakima, WA: SMSA Counties: Yakima, WA 9.7 WA Yakima. Non-SMSA Counties 7.2 WA Chelan; WA Douglas; WA Grant; WA Kittitas; WA Okanogan. Seattle, WA: ' SMSA Counties: Seattle Everett, WA 7.2 , WA King; WA Snohomish. Tacoma, WA 6.2 WA Pierce. Non-SMSA Counties 6.1 WA Clallam; WA Grays Harbor; WA Island; WA Jefferson; WA Kitsap; WA Lewis; WA Mason; WA Pacific; WA San Juan; WA ' Skagit; WA Thurston; WA Whatcom. Portland, OR: SMSA Counties: Portland, OR-WA 4.5 WA Clark. Non-SMSA Counties 3.8 WA Cowlitz; WA Klickitat; WA Skamania; WA Wahkiakum. These goals are applicable to each nonexempt Contractor's total on-site construction workforce, regardless of whether or not part of that workforce is performing work on a Federal, or federally assisted project, contract, or subcontract until further notice. Compliance with these goals and time tables is enforced by the Office of Federal Contract compliance Programs. The Contractor's compliance with the Executive Order and the regulations in 41 CFR P � Part 60-4 shall be based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the specifications set forth in 41 CFR 60- 4.3(a), and its efforts to meet the goals. The hours of minority and female employment and training must be substantially uniform throughout the length of the contract, in each construction craft and in each trade, and the Contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's goal shall be a violation of the contract, the Executive Order and the regulations in 41 CFR Part 60-4. Compliance with the goals will be measured against the total work hours performed. 3. The Contractor shall provide written notification to the Engineer within 10 working days of award of any construction subcontract in excess of$10,000 or more that are Federally ' funded, at any tier for construction work under the contract resulting from this solicitation. The notification shall list the name, address and telephone number of the subcontractor; employer identification number of the subcontractor; estimated dollar 2nd Ave Ped Improvements/Madfai GSP-6 October 18,2007 Federal Aid Number: CM-9917(008) Project Number: 05-3010 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 Equal Employment Opportunity Construction Contract Specifications (Executive Order 11246) ' 1. As used in these specifications: a. Covered Area means the geographical area described in the solicitation from which this contract resulted; b. Director means Director, Office of Federal Contract Compliance Programs, United States Department of Labor, or any person to whom the Director delegates authority; C. Employer Identification Number means the Federal Social Security number used on the Employer's Quarterly Federal Tax Return, U. S. Treasury Department Form 941; d. Minority includes: ' (1) Black, a person having origins in any of the Black Racial Groups of Africa. (2) Hispanic, a fluent Spanish speaking, Spanish surnamed person of Mexican, Puerto Rican, Cuban, Central American, South American, or other Spanish origin. (3) Asian or Pacific Islander, a person having origins in any of the original peoples of the Pacific rim or the Pacific Islands, the Hawaiian Islands and Samoa. American (4) a can 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 2nd Ave.Ped Improvements/Madfai GSP-7 October 18,2007 Federal Aid Number- CM-9917(008) Project Number- 05-3010 r their participation in and compliance with the provisions of any such Hometown Plan. Each Contractor or Subcontractor participating in an approved Plan is individually required to comply with its obligations under the EEO clause, and to make a good faith effort to achieve each goal under the Plan in each trade in which it has employees. The overall good faith performance by other Contractors or Subcontractors toward a goal in an approved Plan does not excuse any covered Contractor's or Subcontractor's failure to take good faith effort to achieve the Plan goals and timetables. , 4. The Contractor shall implement the specific affirmative action standards provided in paragraphs 7a through 7p of this Special Provision. The goals set forth in the solicitation from which this contract resulted are expressed as percentages of the total hours of employment and training of minority and female utilization the Contractor should reasonably be able to achieve in each construction trade in which it has employees in the covered area. Covered construction contractors performing construction work in geographical areas where they do not have a Federal or federally assisted construction contract shall apply the minority and female goals established for the geographical area where the work is being performed. The Contractor is expected to make substantially uniform progress in meeting its goals in each craft during the period specified. 5. Neither the provisions of any collective bargaining agreement, nor the failure by a union r 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 takes specific affirmative actions to ensure equal employment p q 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. r 2nd Ave Ped Improvements/Madfai GSP-8 October 18,2007 Federal Aid Number: CM-9917(008) Project Number: 05-3010 1 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 r hiring hall for referral and was not referred back to the Contractor by the union or, if referred, not employed by the Contractor, this shall be documented in the file with the reason therefor, along with whatever additional actions the Contractor may have taken. d. Provide immediate written notification to the Director when the union or unions ' with which the Contractor has a collective bargaining agreement has not referred to the Contractor a minority person or woman sent by the Contractor, or when the Contractor has other information that the union referral process has impeded the Contractor's efforts to meet its obligations. e. Develop on-the-job training opportunity and/or participate in training programs for the area which expressly include minorities and women, including upgrading programs and apprenticeship and trainee programs relevant to the Contractor's employment needs, especially those programs funded or approved by the U.S. Department of Labor. The Contractor shall provide notice of these programs to the sources compiled under 7b above. f. Disseminate the Contractor's EEO policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting the Contractor in meeting its EEO obligations; by including it in any policy manual and collective bargaining agreement; by publicizing it in the company newspaper, annual report, etc.; by specific review of the policy with all management personnel and with all minority and female employees at least once a year; and by posting the company EEO policy on bulletin boards accessible to all employees at each location where construction work is performed. g. Review, at least annually, the company's EEO policy and affirmative action obligations under these specifications with all employees having any responsibility for hiring, assignment, layoff, termination or other employment decisions including specific review of these items with on-site supervisory personnel such as Superintendents, General Foremen, etc., prior to the initiation of construction work at any job site. A written record shall be made and maintained identifying the time and place of these meetings,persons attending, subject matter discussed, and disposition of the subject matter. r r 2nd Ave.Ped Improvements/Madfai GSP-9 October 18,2007 Federal Aid Number: CM-9917(008) Proiect Number: 05-3010 h. Disseminate the Contractor's EEO policy externally by including it in any advertising in the news media, specifically including minority and female news ' media, and providing written notification to and discussing the Contractor's EEO policy with other Contractors and Subcontractors with whom the Contractor does or anticipates doing business. i. Direct its recruitment efforts, both oral and written to minority, female and , community organizations,to schools with minority and female students and to minority and female recruitment and training organizations serving the Contractor's recruitment area and employment needs. Not later than one month ' prior to the date for the acceptance of applications for apprenticeship or other training by any recruitment source, the Contractor shall send written notification to organizations such as the above, describing the openings, screening procedures, and tests to be used in the selection process. j. Encourage present minority and female employees to recruit other minority , persons and women and where reasonable,provide after school, summer and vacation employment to minority and female youth both on the site and in other areas of a Contractor's work force. k. Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR Part 60-3. 1. Conduct, at least annually, an inventory and evaluation of all minority and female personnel for promotional opportunities and encourage these employees to seek or to prepare for, through appropriate training, etc., such opportunities. m. Ensure that seniority practices,job classifications,work assignments and other personnel practices, do not have a discriminatory effect by continually monitoring all personnel and employment related activities to ensure that the EEO policy and the Contractor's obligations under these specifications are being carried out. ' n. Ensure that all facilities and company activities are nonsegregated except that separate or single-user toilet and necessary changing facilities shall be provided to 1 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. 2nd Ave.Ped Improvements/Madfai GSP- 10 October 18,2007 Federal Aid Number. CM-9917(008) Protect Number 05-3010 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 1 fulfilling any one or more of the obligations under 7a through 7p of this Special Provision provided that the Contractor actively participates in the group, makes every ' effort to assure that the group has a positive impact on the employment of minorities and women in the industry, ensure that the concrete benefits of the program are reflected in the Contractor's minority and female work-force participation, makes a good faith effort ' to meet its individual goals and timetables, and can provide access to documentation which demonstrate the effectiveness of actions taken on behalf of the Contractor. The obligation to comply, however, is the Contractor's and failure of such a group to fulfill an obligation shall not be a defense for the Contractor's noncompliance. 9. A single goal for minorities and a separate single goal for women have been established. The Contractor, however, is required to provide equal employment opportunity and to take affirmative action for all minority groups, both male and female, and all women, both minority and non-minority. Consequently, the Contractor may be in violation of the Executive Order if a particular group is employed in substantially disparate manner(for example, even though the Contractor has achieved its goals for women generally, the Contractor may be in violation of the Executive Order if a specific minority group of ' women is underutilized). 10. The Contractor shall not use the goals and timetables or affirmative action standards to ' discriminate against any person because of race,color, religion, sex, or national origin. 11. The Contractor shall not enter into any subcontract with any person or firm debarred from Government contracts pursuant to Executive Order 11246. 12. The Contractor shall carry out such sanctions and penalties for violation of these ' specifications and of the Equal Opportunity Clause, including suspensions, terminations and cancellations of existing subcontracts as may be imposed or ordered pursuant to Executive Order 11246, as amended, and its implementing regulations by the Office of Federal Contract Compliance Programs. Any Contractor who fails to carry out such sanctions and penalties shall be in violation of these specifications and Executive Order 11246, as amended. 13. The Contractor, in fulfilling its obligations under these specifications, shall implement specific affirmative action steps, at least as extensive as those standards prescribed in 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. ' 2nd Ave.Ped Improvements/Madfai GSP- 11 October 18,2007 Federal Aid Number. CM-9917(008) Proiect Number: 05-3010 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). (September 17, 2007) Disadvantaged Business Enterprise Condition of Award Participation The Disadvantaged Business Enterprise (DBE) requirements of 49 CFR Part 26 apply to this contract. This goal is considered a condition of award. DBE Goals The Contracting Agency has established a goal in the amount o£ ' 10% DBE Eligibility Selection of DBEs DBEs proposed by the bidder shall be listed as DBEs on the current list of firms certified , by the Office of Minority and Women's Business Enterprises (OMWBE.)In absence of being listed, the Contractor may provide written proof from OMWBE documenting that their proposed DBEs are currently certified. A list of firms certified by OMWBE is available from that office and on line through their website (www.omwbe.wa.gov/directory/directory.htm) or by telephone at(360) 704-1181: It shall be the responsibility of the bidder to confirm with OMWBE that the certification of any proposed DBE firm is current and that the firm is certified in the North American Industry Classification System(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 prior to the time set for bid submittals. Proposed firms not meeting the specified requirements at the time fixed for the opening of bids will not be credited by the Contracting Agency for the purpose of meeting the goals. The amounts committed to a non-certified firm will not be counted in the evaluation of the bidder's DBE submittal. 2nd Ave Ped Improvements/Madfai GSP- 12 October 18,2007 Federal Aid Number- CM-9917(008) Project Number. 05-3010 r 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 rWhen 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 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 ' perform a Commercially Useful Function(See discussion of CUF,below). 2. Count the entire amount of fees or commissions charged by a DBE firm for providing a bona fide service, such as professional,technical, consultant, or managerial services, or for providing bonds or insurance. 3. When a DBE subcontracts part of the work of its contract to another firm, the value of the subcontracted work may be counted toward the DBE goal only if the DBE's lower tier Subcontractor is also a DBE. Work that a DBE subcontracts to 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. r4. When a non-DBE subcontractor further subcontracts to a lower-tier subcontractor 1 or supplier who is a certified DBE, then that portion of the work further subcontracted may be counted toward the DBE goal, so long as it is a distinct clearly defined portion of the work of the subcontract that the DBE is performing in a commercially useful function with its own forces. 5. Continue to count the work subcontracted to a decertified DBE firm after decertification, provided the prime contractor had a subcontract in force before the decertification and the prime contractor's actions did not influence the DBE's decertification. DBE Prime Contractor A DBE prime Contractor may only count the work performed with its own forces and the ' work performed by DBE Subcontractors and DBE suppliers. In the event that the DBE Prime contractor becomes decertified during the contract, for reasons other than graduation from the 2nd Ave Ped lmprovementslMadfai GSP- 13 October 18,2007 Federal Aid Number CM-9917(008) Proiect Number: 05-3010 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 Work Owner initiated Change Orders In the event the Contracting Agency reduces quantities or deletes work items that impact a DBE's work and insufficient work remains on the contract, the Contracting Agency may relieve the prime contractor from attainment of that portion of the goal. Original Quantity Under runs ' In the event that work committed to a DBE firm as part of the COA, under runs the original planned quantities and that work is completed according to the contract, the contractor shall not be required to substitute work for the portion of the COA not achieved. Contractor-Initiated Proposals—General 1. Reductions or Deletions Any reduction or deletion of Condition of Award DBE work that is proposed by 1 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. ' 2nd Ave.Ped Improvements/Madfai GSP- 14 October 18,2007 Federal Aid Number: CM-9917(008) Proiect Number: 05-3010 1 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 withother 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 ' 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 writing) to the change. Commercially Useful Function Payments to a DBE firm 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 2nd Ave.Ped Improvements/Madfai GSP- 15 October 18,2007 Federal Aid Number: CM-9917(008) Project Number: 05-3010 material, installing(if applicable) and paying for the material itself. Two party checks are not allowed. 2. A DBE does not perform a commercially useful function if its role is limited to that of an ' extra participant in a transaction, contract, or project through which funds are passed in order to obtain the appearance of DBE participation. Trucking Use the following factors in determining whether a DBE trucking company is performing a commercially useful function: ' 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. 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. 2nd Ave.Ped Improvements/Madfai GSP- 16 October 18,2007 Federal Aid Number: CM-9917(008) Project Number: 05-3010 • 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 8 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 firm's manufacturing process has been approved in writing, it is not necessary to resubmit the firm for approval unless the manufacturing process has substantially changed. Information on approved manufacturers(per contract) may be obtained from WSDOT-OEO. Regular Dealer 1. Counting If the materials or supplies are purchased from a DBE regular dealer, 60 percent of the cost of the materials or supplies will count toward DBE goals. 2. Definition a) To be a regular dealer, the firm must own, operate or maintain a store, warehouse, or other establishment in which the materials, supplies, articles or equipment of the general character described by the specifications and required under the contract are bought, kept in stock, and regularly sold or leased to the public in the usual course of business. It must also be an established, regular business that engages, as its principal business and under its own name, in the purchase and sale or lease of the products in question. 2nd Ave.Ped lmprovements/Madfai GSP- 17 October 18,2007 Federal Aid Number: CM-9917(008) Proiect Number: 05-3010 b) A 1 person may be a regular dealer in such bulk items as petroleum products, steel, cement, gravel, stone, or asphalt without owning, operating, or maintaining a place of business, as provided elsewhere in this specification, if the person both owns and operates distribution equipment for the products. Any supplementing of regular dealers' own distribution equipment shall be by a long-term lease agreement and not on an ad hoc or contract-by-contract basis. c) Packagers, brokers, manufacturers' representatives, or other persons who arrange or expedite transactions are not regular dealers. 3. Regular dealer status is granted on 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-OEO, the DBE supplier requesting it will be notified in writing whether regular dealer status was approved. DBE firms that are approved as regular dealers for a contract(whenever possible) will be listed on the WSDOT Internet Homepage at: www.wsdot.wa.gov/biz/contaa/prior to the time of bid opening. In addition, bidders may request confirmation of the DBE supplier's approval to operate as a regular dealer on a specific contract by writing the Office of Equal Opportunity, Washington State Department of Transportation,P.O. Box 47314, Olympia, WA 98504-7314 or by phone at(360) 705-7085. Use of a supplier that has not received approval as a regular dealer prior to bid opening will result in the bid being declared nonresponsive. (unless the contribution of the regular dealer was not necessary to meet the project goal). Materials or Supplies Purchased from a DBE With respect to materials or supplies purchased from a DBE who is neither a manufacturer nor a regular dealer, the entire amount of fees or commissions charged for assistance in the procurement of the materials and supplies, or fees or transportation charges for the delivery of materials or supplies required on a job site may be counted toward the goal. No part of the cost of the materials and supplies themselves may be applied toward DBE goals. DBE Utilization Certification To be eligible for award of the contract, the bidder must properly complete and submit a DBE Utilization Certification which has been made a part of the bidder's formal bid proposal. The Certification will be used by the Contracting Agency in determining whether the bidder's bid proposal satisfies the DBE contract requirements. For each DBE described in the Certification, the bidder shall state the project role and work item in which that DBE will participate. A general description of the work to be performed by the DBE shall be included. If a DBE will perform a partial item of work, the bidder shall also include a dollar amount for each partial item of work. The bidder shall also include a dollar amount for each DBE listed in the Certification that will be applied towards meeting or exceeding the assigned DBE contract goal. 2nd Ave.Ped Improvements/Madfai GSP- 18 October 18,2007 Federal Aid Number: CM-9917(008) Project Number- 05-3010 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 contain a DBE Certification or contains a DBE Certification that fails to demonstrate that the bidder will meet the DBE participation requirements in one of the �1 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 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 b the bidder at an re-solicitation or re-bid meetings that were Y YP p g scheduled by the Contracting Agency to inform DBEs of contracting and subcontracting or material supply opportunities available on the project; 2. Contacting local Tribes, I 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; 2nd Ave Ped Improvements/Madfai GSP- 19 October 18,2007 Federal Aid Number: CM-9917(008) Project Number- 05-3010 4. Advertising by the bidder in general circulation, trade association minority and trade oriented, women focus publications, concerning the subcontracting or supply opportunities; 5. Providing written notice from the bidder to a reasonable number of specific DBEs, identified from the OMWBE Directory of Certified Firms for the selected subcontracting or material supply work, in sufficient time to allow the enterprises to participate effectively; 6. Follow-up by the bidder of initial solicitations of interest by contacting the DBEs to determine with certainty whether they were interested. Documentation of this kind of action may include the information outlined below: a. The names, addresses, telephone numbers of DBEs who were contacted, the dates of initial contact, and whether initial solicitations of interest were followed-up by contacting the DBEs to determine with certainty whether the DBEs were interested; b. A description of the information provided to the DBEs regarding the plans, specifications, and estimated quantities for portions of the work to be performed; C. Documentation of each DBE contacted but rejected and the reason(s) for that rejection; 7. Providing, to interested DBEs, adequate information about the plans, specifications, and requirements for the selected subcontracting or material supply work; 8. Negotiating in good faith with the DBE firms, and not, without justifiable reason, rejecting as unsatisfactory, bids that are prepared by any DBE; 9. Advertising and making efforts to obtain DBE participation that were reasonably expected to produce a level of participation sufficient to meet the goal or equirements 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 1 community organizations, minority contractor groups, local, state, and federal minority business assistance offices and other organizations identified by WSDOT and advocates for disadvantaged, minority, and women businesses that provide assistance in the recruitment and placement of disadvantaged, minority, and women business enterprises; and 2nd Ave.Ped ImprovementsJMadfai GSP-20 October 18,2007 Federal Aid Number: CM-9917(008) Project Number- 05-3010 12. Using DBE Supportive Services by contacting the Office of Minority and Women's Business Enterprises DBE Supportive Services Offices: Seattle: (206) 553-7356 Tacoma: (253) 680-7393 If, after review of the documentation provided in the bidder's proposal, the Contracting Agency determines that a good faith effort was made to secure DBE participation, the assigned DBE goal will not be reduced to the bidder's partial commitment. However, the bidder will be formally advised in the award letter that the partial commitment will satisfy the terms of the contract and there will be no adverse effect on the Contractor as a result of the reduced attainment. Should the low and otherwise responsive bidder fail to meet the DBE participation requirements in one of the manners provided in the proposed contract, its bid proposal will be rejected as non-responsive and the next lowest responsive bid accepted unless the Contracting Agency chooses to reject all bids. Administrative Reconsideration 1. A bidder has the right to reconsideration in the event its bid has been found to be nonresponsive due to a failure to make adequate good faith efforts to meet the DBE goal requirements of this specification. The bidder must request reconsideration within five working days of notification of being nonresponsive or forfeit the right to reconsideration. 2. The Contracting Agency's decision on reconsideration of the bidders good faith efforts shall be made by an official who did not take part in the original determination that the bidder failed to meet the goal or make adequate good faith efforts to do so. 3. The bidder shall have the opportunity to meet in person with the official for the purpose of setting forth the bidder's position as to why the documents provided with its bid proposal supported adequate good faith efforts to meet the DBE contract requirements. The bidder's support for its position must be based on its bid submittal. 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 1 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 1 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. 2nd Ave Ped Improvements/Madfai GSP-21 October 18,2007 Federal Aid Number: CM-9917(008) Proiect Number 05-3010 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. A breakdown that conforms to the DBE Utilization Certification but demonstrates a greater total amount of participation than that included in the Certification will be accepted and the Condition of Award will be adjusted accordingly. (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. 1 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 1 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 20th, April 20th, July 20th, and October 20th 8 of each year. The dollars reported will be in accordance with the "Counting DBE Participation" section of this specification. 2nd Ave.Ped Improvements/Madfai GSP-22 October 18,2007 Federal Aid Number: CM-9917(008) Project Number. 05-3010 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 days of receipt of notification. The adjudicative proceeding, if requested, will be conducted by an administrative law judge pursuant to the procedures set forth 1n 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. 2nd Ave.Ped Improvements/Madfai GSP-23 October 18,2007 Federal Aid Number- CM-9917(008) Project Number 05-3010 (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. (April 2, 2007) Utilities and Similar Facilities Section 1-07.17 is supplemented with the following: Location and dimensions shown in the Plans for existing facilities are in accordance with available information obtained without uncovering, measuring, or other verification. The followingaddresses and telephone numbers of utility companies known or suspected of p Y p P having facilities within the project limits are supplied for the Contractor's convenience: The following list of contacts are provided only as a convenience to the Contractor and may not constitute a complete or accurate list of all affected utilities. Puget Sound Energy (Gas) Puget Sound Energy (Electric) Contact: Anita Yurovchak Contact: Doug Corbin (253) 476-6304 (206) 604-3137 Comcast Owest Contact: Jim Nies Contact: Warren Perkins (253) 864-4382 (253)372-5323 Public and private utilities, or their Contractor, will furnish all work necessary to adjust, relocate, replace, or construct their facilities unless otherwise provided for in the Plans or these Special Provisions. Such adjustment, relocation,replacement, or construction will be done during the prosecution of the work for this project. It is anticipated that utility adjustment, relocation, replacement or construction within the project limits will be completed as follows: 2nd Ave.Ped improvements/Madfai GSP-24 October 18,2007 Federal Aid Number: CM-9917(008) Protect Number: 05-3010 The City's Contractor shall coordinate with Qwest to install new facilities within the new sidewalk area. The Contractor shall attend a mandatory utility preconstruction meeting with the Engineer, all affected subcontractors, and all utility owners and their contractors prior to beginning onsite work. The following addresses and telephone numbers of utility companies or their Contractors that will be adjusting, relocating, replacing or constructing utilities within the project limits are supplied by the Contractor's use: west Warren Perkins (253) 372-5323 Public Convenience And Safety (April 2, 2007) Work Zone Clear Zone The Work Zone Clear Zone (WZCZ) applies during working and nonworking hours. The WZCZ applies only to temporary roadside objects introduced by the Contractor's operations and does not apply to preexisting conditions or permanent Work. Those work operations that are actively in progress shall be in accordance with adopted and approved Traffic Control Plans, and other contract requirements. During nonworking hours equipment or materials shall not be within the WZCZ unless they are protected by permanent guardrail or temporary concrete barrier. The use of temporary concrete barrier shall be permitted only if the Engineer approves the installation and location. During actual hours of work, unless protected as described above, only materials absolutely necessary to construction shall be within the WZCZ and only construction vehicles absolutely necessary to construction shall be allowed within the WZCZ or allowed to stop or park on the shoulder of the roadway. The Contractor's nonessential vehicles and employees private vehicles shall not be permitted to park within the WZCZ at any time unless protected as described above. Deviation from the above requirements shall not occur unless the Contractor has requested the deviation in writing and the Engineer has provided written approval. Minimum WZCZ distances are measured from the edge of traveled way and will be determined as follows: Posted Speed Distance From Traveled Way Feet 35 mph or less 10 40 mph 15 45 to 55 mph 20 60 mph or greater 30 * or 2-feet beyond the outside edge of sidewalk Minimum Work Zone Clear Zone Distance 2nd Ave.Ped Improvements/Madfai GSP-25 October 18,2007 Federal Aid Number. CM-9917(008) Proiect Number. 05-3010 PROSECUTION AND PROGRESS 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 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. Time For Completion (March 13, 1995) Section 1-08.5 is supplemented with the following: This project shall be physically completed within 60 working days. 2nd Ave.Ped Improvements/Madfai GSP-26 October 18,2007 Federal Aid Number: CM-9917(008) Project Number: 05-3010 TEMPORARY TRAFFIC CONTROL Traffic Control Management General (August 2, 2004) Section 1-10.2(1) is supplemented with the following: The Traffic Control Supervisor shall be certified by one of the following: The Northwest Laborers-Employers Training Trust 27055 Ohio Ave. Kingston, WA 98346 (360) 297-3035 jEvergreen Safety Council 401 Pontius Ave. N. Seattle, WA 98109 1-800-521-0778 or (206) 382-4090 Measurement (August 2, 2004) Section 1-10.4(2) is supplemented with the following: The bid proposal does not contain the item"Project Temporary Traffic Control," lump sum. The provisions of Section 1-10.4(2) shall apply. 2nd Ave.Ped Improvements/Madfai GSP-27 October 18,2007 Federal Aid Number. CM-9917(008) Project Number: 05-3010 APWA GENERAL SPECIAL PROVISIONS The following APWA Special Provisions are made a part of this contract and supersede any conflicting provisions of the 2006 Standard Specification for Road, Bridge and Municipal Construction, the foregoing Amendments to the Standard Specifications and the General Special Provisions. DIVISION 1 -GENERAL REQUIREMENTS 1-01.3 Definitions (May 25, 2006 APWA GSP) This Section is supplemented with the following: All references in the Standard Specifications to the terms "State", "Department of Transportation„ "Washington Washington State Transportation Commission„ "Commission",Commission„ "Secretary 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 A rY g Agency Y 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. 2nd Ave.Ped Improvements/Madfai APWA- 1 October 18,2007 Federal Aid Number: CM-9917(008) Project Number. 05-3010 Award Date The date of the formal decision of the Contracting Agency to accept the lowest responsible and responsive bidder for the work. Contract Execution Date The date the Contracting Agency officially binds the agency to the contract. Notice to Proceed Date The date stated in the Notice to Proceed on which the contract time begins. Substantial Completion Date The day the Engineer determines the Contracting Agency has full and unrestricted use and benefit of the facilities, both from the operational and safety standpoint, and only minor incidental work, replacement of temporary substitute facilities, or correction or repair remains for the physical completion of the total contract. Physical Completion Date The day all of the work is physically completed on the project. All documentation required by the contract and required by law does not necessarily need to be furnished by the Contractor by this date. Completion Date The day all the work specified in the contract is completed and all the obligations of the Contractor under the contract are fulfilled by the Contractor. All documentation required by the contract and required by law must be furnished by the Contractor before establishment of this date. Final Acceptance Date The date on which the Contracting Agency accepts the work as complete. Notice of Award The written notice from the Contracting Agency to the successful bidder signifying the Contracting Agency's acceptance of the bid. Notice to Proceed The written notice from the Contracting Agency or Engineer to the Contractor authorizing and directing the Contractor to proceed with the work and establishing the date on which the contract time begins. Traffic Both vehicular and non-vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and equestrian traffic. 2nd Ave.Ped Improvements/Madfai APWA-2 October 18,2007 Federal Aid Number: CM-9917(008) Project Number. 05-3010 1-02.6 Preparation of Proposal (January 23, 2006 APWA GSP) Supplement the second paragraph with the following: 4. If a minimum bid amount has been established for an item the unit rice must equal or Y � P q exceed the minimum amount stated. 1-02.9 Delivery of Proposal (October 1, 2005 APWA GSP) Revise the first paragraph to read: Each proposal shall be submitted in a sealed envelope, with the Project Name and Project Number as stated in the Advertisement for Bids clearly marked on the outside of the envelope, 1 or as otherwise stated in the Bid Documents, to ensure proper handling and delivery. 1-02.13 Irregular Proposals (October 1, 2005 APWA GSP) Revise item 1 to read: 1. A proposal will be considered irregular and will be rejected if: a. The bidder is not prequalified when so required; b. The authorized proposal form furnished by the Contracting Agency is not used or is altered; C. The completed proposal form contains any unauthorized additions, -deletions, alternate bids, or conditions; d. The bidder adds provisions reserving the right to reject or accept the award, or enter into the contract; e. A price per unit cannot be determined from the bid proposal; f. The proposal form is not properly executed; g. The bidder fails to submit or properly complete a subcontractor list, if applicable, as required in Section 102.6. h. The bidder fails to submit or properly complete a Disadvantaged, Minority or Women's Business Enterprise Certification, if applicable, as required in Section 1- 02.6; or i. The bid proposal does not constitute a definite and unqualified offer to meet the material terms of the bid invitation. 1-02.14 Disqualification of Bidders (July 31, 2007 APWA GSP) Revise this section to read: l. A bidder may be deemed not responsible and the proposal rejected if the bidder does not meet the responsibility criteria in RCW 39.04. 2. A bidder may be deemed not responsible and the proposal rejected if: 2nd Ave.Ped Improvements/Madfai APWA-3 October 18,2007 Federal Aid Number. CM-9917(008) Proiect Number: 05-3010 a. More than one proposal is submitted for the same project from a bidder under the same or different names; b. Evidence of collusion exists with any other bidder or potential bidder. Participants in collusion will be restricted from submitting further bids; C. The bidder, in the opinion of the Contracting Agency, is not qualified for the work or to the full extent of the bid, or to the extent that the bid exceeds the authorized prequalification amount as may have been determined by a prequalification of the bidder; d. An unsatisfactory performance record exists based on past or current Contracting Agency work or for work done for others, as judged from the standpoint of conduct of the work; workmanship;progress; affirmative action; equal employment opportunity practices; or Disadvantaged Business Enterprise, Minority Business Enterprise, or Women's Business Enterprise utilization; e. There is uncompleted work(Contracting Agency or otherwise) which might hinder or prevent the prompt completion of the work bid upon; f. The bidder failed to settle bills for labor or materials on past or current contracts; g. The bidder has failed to complete a written public contract or has been convicted of a crime arising from a previous public contract; h. The bidder is unable, financially or otherwise, to perform the work; or i. There are any other reasons deemed proper by the Contracting Agency. 1-03.1 Consideration of Bids (January 23, 2006 APWA GSP) Revise the first paragraph to read: After opening and reading proposals, the Contracting Agency will check them for correctness of extensions of the prices per unit and the total price. If a discrepancy exists between the price per unit and the extended amount of any bid item,the price per unit will control. If a minimum bid amount has been established for any item and the bidder's unit or lump sum price is less than the minimum specified amount, the Contracting Agency will unilaterally revise the unit or lump sum price, to the minimum specified amount and recalculate the extension. The total of extensions, corrected where necessary, including sales taxes where applicable and such additives and/or alternates as selected by the Contracting Agency, will be used by the Contracting Agency for award purposes and to fix the Awarded Contract Price amount and the amount of the contract bond. 1-03.4 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, 2nd Ave.Ped Improvements/Madfai APWA-4 October 18,2007 Federal Aid Number: CM-9917(008) Protect Number: 05-3010 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, materialperson, 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. 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 2nd Ave.Ped[mprovements/Madfai APWA-5 October 18,2007 Federal Aid Number: CM-9917(008) Project Number: 05-3010 Contractor to determine the status of completion. The Engineer may also establish the Substantial Completion Date unilaterally. If, after this inspection, the Engineer concurs with the Contractor that the work is substantially complete and ready for its intended use, the Engineer,by written notice to the Contractor, will set the Substantial Completion Date. If, after this inspection the Engineer does not consider the work substantially complete and ready for its intended use, the Engineer will, by written notice, so notify the Contractor giving the reasons therefor. Upon receipt of written notice concurring in or denying substantial completion, whichever is applicable, the Contractor shall pursue vigorously, diligently and without unauthorized interruption, the work necessary to reach Substantial and Physical Completion. The Contractor shall provide the Engineer with a revised schedule indicating when the Contractor expects to reach substantial and physical completion of the work. The above process shall be repeated until the Engineer establishes the Substantial Completion Date and the Contractor considers the work physically complete and ready for final inspection. 1-05.11(2) Final Inspection and Physical Completion Date When the Contractor considers the work physically complete and ready for final inspection, the Contractor by written notice, shall request the Engineer to schedule a final inspection. The Engineer will set a date for final inspection. The Engineer and the Contractor will then make a final inspection and the Engineer will notify the Contractor in writing of all particulars in which the final inspection reveals the work incomplete or unacceptable. The Contractor shall immediately take such corrective measures as are necessary to remedy the listed deficiencies. Corrective work shall be pursued vigorously, diligently, and without interruption until physical completion of the listed deficiencies. This process will continue until the Engineer is satisfied the listed deficiencies have been corrected. If action to correct the listed deficiencies is not initiated within 7 days after receipt of the written notice listing the deficiencies, the Engineer may, upon written notice to the Contractor, take whatever steps are necessary to correct those deficiencies pursuant to Section 1-05.7. The Contractor will not be allowed an extension of contract time because of a delay in the performance of the work attributable to the exercise of the Engineer's right hereunder. Upon correction of all deficiencies, the Engineer will notify the Contractor and the Contracting Agency, in writing, of the date upon which the work was considered physically complete. That date shall constitute the Physical Completion Date of the contract, but shall not imply acceptance of the work or that all the obligations of the Contractor under the contract have been fulfilled. 1-05.11(3) Operational Testing It is the intent of the Contracting Agency to have at the Physical Completion Date a complete and operable system. Therefore when the work involves the installation of machinery or other mechanical equipment; street lighting, electrical distribution or signal systems; irrigation systems; buildings; or other similar work it may be desirable for the Engineer to have the 2nd Ave.Ped Improvements/Madfai APWA-6 October 18,2007 Federal Aid Number: CM-9917(008) Proiect Number: 05-3010 Contractor operate and test the work for a period of time after final inspection but prior to the physical completion date. Whenever items of work are listed in the Contract Provisions for operational testing they shall be fully tested under operating conditions for the time period specified to ensure their acceptability prior to the Physical Completion Date. During and following the test period, the Contractor shall correct any items of workmanship, materials, or equipment which prove faulty, or that are not in first class operating condition. Equipment, electrical controls, meters, or other devices and equipment to be tested during this period shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which they were installed. The Physical Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer. The costs for power, gas, labor, material, supplies, and everything else needed to successfully complete operational testing, shall be included in the unit contract prices related to the system being tested, unless specifically set forth otherwise in the proposal. Operational and test periods, when required by the Engineer, shall not affect a manufacturer's guaranties or warranties furnished under the terms of the contract. 1-05.13 Superintendents, Labor and Equipment of Contractor (May 25, 2006 APWA GSP) Revise the seventh paragraph to read: Whenever the Contracting Agency evaluates the Contractor's qualifications pursuant to Section 1-02.1, it will take these performance reports into account. Add the following new section: 1-05.16 Water and Power (October 1, 2005 APWA GSP) The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the work, unless the contract includes power and water as a pay item. Add the following new section: 1-05.17 Oral Agreements (October 1, 2005 AWPA GSP) No oral agreement or conversation with any officer, agent, or employee of the Contracting Agency, either before or after execution of the contract, shall affect or modify any of the terms or obligations contained in any of the documents comprising the contract. Such oral agreement or conversation shall be considered as unofficial information and in no way binding upon the Contracting Agency, unless subsequently put in writing and signed by the Contracting Agency. 2nd Ave.Ped Improvements/Madfai APWA-7 October 18,2007 Federal Aid Number. CM-9917(008) Proiect Number. 05-3010 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 g ge � apply. The Washington State Department of Labor and Industries shall be the sole and paramount administrative agency responsible for the administration of the provisions of the Washington Industrial Safety and Health Act of 1973 (WISHA). The Contractor shall maintain at the project site office, or other well known place at the project site, all articles necessary for providing first aid to the injured. The Contractor shall establish, publish, and make known to all employees, procedures for ensuring immediate removal to a hospital, or doctor's care, persons, including employees, who may have been injured on the project site. Employees should not be permitted to work on the project site before the Contractor has established and made known procedures for removal of injured persons to a hospital or a doctor's care. The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of the Contractor's plant, appliances, and methods, and for any damage or injury resulting from their failure, or improper maintenance, use, or operation. The Contractor shall be solely and completely responsible for the conditions of the project site, including safety for all persons and property in the performance of the work. This requirement shall apply continuously, and not be limited to normal working hours. The required or implied duty of the Engineer to conduct construction review of the Contractor's performance does not, and shall not, be intended to include review and adequacy of the Contractor's safety measures in, on, or near the project site. 1-07.2 State 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. 2nd Ave.Ped Improvements/Madfai APWA-8 October 18,2007 Federal Aid Number: CM-9917(008) Protect Number: 05-3010 The Contracting Agency will pay the retained percentage only if the Contractor has obtained from the Washington State Department of Revenue a certificate showing that all contract- related taxes have been paid(RCW 60.28.050). The Contracting Agency may deduct from its payments to the Contractor any amount the Contractor may owe the Washington State Department of Revenue, whether the amount owed relates to this contract or not. Any amount so deducted will be paid into the proper State fund. 1-07.2(2) State Sales Tax—Rule 171 WAC 458-20-171, and its related rules, apply to building, repairing, or improving streets, roads, etc., which are owned by a municipal corporation, or political subdivision of the state, or by the United States, and which are used primarily for foot or vehicular traffic. This includes storm or combined sewer systems within and included as a part of the street or road drainage system and power lines when such are part of the roadway lighting system. For work performed in such cases, the Contractor shall include Washington State Retail Sales Taxes in the various unit bid item prices, or other contract amounts, including those that the Contractor pays on the purchase of the materials, equipment, or supplies used or consumed in doing the work. 1-07.2(3) State Sales Tax—Rule 170 WAC 458-20-170, and its related rules, apply to the constructing and repairing of new or existing buildings, or other structures, upon real property. This includes, but is not limited to, the construction of streets, roads, highways, etc., owned by the state of Washington; water mains and their appurtenances; sanitary sewers and sewage disposal systems unless such sewers and disposal systems are within, and a part of, a street or road drainage system; telephone, telegraph, electrical power distribution lines, or other conduits or lines in or above streets or roads,unless such power lines become a part of a street or road lighting system; and installing or attaching of any article of tangible personal property in or to real property, whether or not such personal property becomes a part of the realty by virtue of installation. For work performed in such cases the Contractor shall collect from the Contracting Agency, P g 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). 2nd Ave.Ped Improvements/Madfai APWA-9 October 18,2007 Federal Aid Number. CM-9917(008) Proiect Number: 05-3010 1-07.23 Public Convenience and Safety 1-07.23(1) Construction Under Traffic (October 1, 2005 APWA GSP) Revise the second paragraph to read: To disrupt public traffic as little as possible, the Contractor shall permit traffic to pass through the work with the least possible inconvenience or delay. The Contractor shall maintain existing roads, streets, sidewalks, and paths within the project limits, keeping them open, and in good, clean, safe condition at all times. Deficiencies caused by the Contractor's operations shall be repaired at the Contractor's expense. Deficiencies not caused by the Contractor's operations shall be repaired by the Contractor when directed by the Engineer, at the Contracting Agency's expense. The Contractor shall also maintain roads, streets, sidewalks, and paths adjacent to the project limits when affected by the Contractor's operations. Snow and ice control will be performed by the Contracting Agency on all projects. Cleanup of snow and ice control debris will be at the Contracting Agency's expense. The Contractor shall perform the following: 1. Remove or repair any condition resulting from the work that might impede traffic or create a hazard. 2. Keep existing traffic signal and highway lighting systems in operation as the work proceeds. (The Contracting Agency will continue the route maintenance on such system.) 3. Maintain the striping on the roadway at the Contracting Agency's expense. The Contractor shall be responsible for scheduling when to renew striping, subject to the approval of the Engineer. When the scope of the project does not require work on the roadway, the Contracting Agency will be responsible for maintaining the striping. 4. Maintain existing permanent signing. Repair of signs will be at the Contracting Agency's expense, except those damaged due to the Contractor's operations. 5. Keep drainage structures clean to allow for free flow of water. Cleaning of existing drainage structures will be at the Contracting Agency's expense when approved by the Engineer, except when flow is impaired due to the Contractor's operations. 1-07.23(2) Construction and Maintenance of Detours (October 1, 2005 APWA GSP) Revise the first paragraph to read: Unless otherwise approved, the Contractor shall maintain two-way traffic during construction. The Contractor shall build, maintain in a safe condition, keep open to traffic, and remove when no longer needed: 1. Detours and detour bridges that will accommodate traffic diverted from the roadway, bridge, sidewalk, or path during construction, 2. Detour crossings of intersecting highway, and 3. Temporary approaches. 2nd Ave Ped Improvements/Madfai APWA- 10 October 18,2007 Federal Aid Number: CM-9917(008) Project Number: 05-3010 1-07.24 Rights of Way (October 1, 2005 APWA GSP) Delete this section in its entirety, and replace it with the following: Street right of way lines, limits of easements and limits of construction permits are indicated g Y in the Plans. The Contractor's construction activities shall be confined within these limits, unless arrangements for use of private property are made. Generally, the Contracting Agency will have obtained, prior to bid opening, all rights of way and easements, both permanent and temporary, necessary for carrying out the work. Exceptions to this are noted in the Bid Documents or will be brought to the Contractor's attention by a duly issued Addendum. Whenever any of the work is accomplished on or through property other than public right of way, the Contractor shall meet and fulfill all covenants and stipulations of any easement agreement obtained by the Contracting Agency from the owner of the private property. Copies of the easement agreements may be included in the Contract Provisions or made available to the Contractor as soon as practical after they have been obtained by the Engineer. Whenever easements or rights of entry have not been acquired prior to advertising, these areas are so noted in the Plans. The Contractor shall not proceed with any portion of the work in areas where right of way, easements or rights of entry have not been acquired until the Engineer certifies to the Contractor that the right of way or easement is available or that the right of entry has been received. If the Contractor is delayed due to acts of omission on the part of the Contracting Agency in obtaining easements, rights of entry or right of way, the Contractor will be entitled to an extension of time. The Contractor agrees that such delay shall not be a breach of contract. Each property owner shall be given 48 hours notice prior to entry by the Contractor. This includes entry onto easements and private property where private improvements must be adjusted. The Contractor shall be responsible for providing, without expense or liability to the Contracting Agency, any additional land and access thereto that the Contractor may desire for temporary construction facilities, storage of materials, or other Contractor needs. However, before using any private property, whether adjoining the work or not, the Contractor shall file with the Engineer a written permission of the private property owner, and, upon vacating the premises, a written release from the property owner of each property disturbed or otherwise interfered with by reasons of construction pursued under this contract. The statement shall be signed by the private property owner, or proper authority acting for the owner of the private property affected, stating that permission has been granted to use the property and all necessary permits have been obtained or, in the case of a release, that the restoration of the property has been satisfactorily accomplished. The statement shall include the parcel number, address, and date of signature. Written releases must be filed with the Engineer before the Completion Date will be established. 2nd Ave Ped Improvements/Madfai APWA- 11 October 18,2007 Federal Aid Number: CM-9917(008) Project Number: 05-3010 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 (May 25, 2006 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 meeting the following: 1. A breakdown of all lump sum items; 2. A preliminary schedule of working drawing submittals; and 3. A list of material sources for approval if applicable. Add the following new section: 1-08.0(2) Hours of Work (May 25, 2006 APWA GSP) Except in the case of emergency or unless otherwise approved by the Contracting Agency, the normal straight time working hours for the contract shall be any consecutive 8-hour period between 7:00 a.m. and 6:00 p.m. of a working day with a maximum 1- hour lunch break and a 5-day work week. The normal straight time 8-hour working period for the contract shall be established at the preconstruction conference or prior to the Contractor commencing the work. If a Contractor desires to perform work on holidays, Saturdays, Sundays, or before 7:00 a.m. or after 6:00 p.m. on any day, the Contractor shall apply in writing to the Engineer for permission to work such times. Permission to work longer than an 8-hour period between 7:00 a.m. and 6:00 p.m. is not required. Such requests shall be submitted to the Engineer no later than noon on the working day prior to the day for which the Contractor is requesting permission to work. 2nd Ave.Ped Improvements/Madfat APWA- 12 October 18,2007 Federal Aid Number: CM-9917(008) Proiect Number: 05-3010 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. Revise this section to read: 1-08.4 Notice to Proceed and Prosecution of the Work (October 1, 2005 APWA GSP) Notice to Proceed will be given after the contract has been executed and the contract bond and evidence of insurance have been approved and filed by the Contracting Agency. The Contractor shall not commence with the work until the Notice to Proceed has been given by the Engineer. The Contractor shall commence construction activities on the project site within ten days of the Notice to Proceed Date, unless otherwise approved in writing. The Contractor shall diligently pursue the work to the physical completion date within the time specified in the contract. Voluntary shutdown or slowing of operations by the Contractor shall not relieve the Contractor of the responsibility to complete the work within the time(s) specified in the contract. 1-09.6 Force Account (October 1, 2005 APWA GSP) Supplement this Section with the following: Owner has estimated and included in the Proposal, dollar amounts for all items to be paid per force account, only to provide a common proposal for Bidders. All such dollar amounts are to become a part of Contractor's total bid. However, Owner does not warrant expressly or by implication, that the actual amount of work will correspond with those estimates. Payment will be made on the basis of the amount of work actually authorized by Engineer. 2nd Ave.Ped Improvements/Madfai APWA- 13 October 18,2007 Federal Aid Number: CM-9917(008) Proiect Number: 05-3010 1-09.13(3) Claims $250,000 or Less (October 1, 2005 APWA GSP) Delete this Section and replace it with the following: The Contractor and the Contracting Agency mutually agree that those claims that total $250,000 or less, submitted in accordance with Section 1-09.11 and not resolved by nonbinding ADR processes, shall be resolved through litigation unless the parties mutually agree in writing to resolve the claim through binding arbitration. 1-09.13(3)A Administration of Arbitration (October 1, 2005 APWA GSP) Revise the third paragraph to read: The Contracting Agency and the Contractor mutually agree to be bound by the decision of the arbitrator, and judgment upon the award rendered by the arbitrator may be entered in the Superior Court of the county in which the Contracting Agency's headquarters are located. The decision of the arbitrator and the specific basis for the decision shall be in writing. The arbitrator shall use the contract as a basis for decisions. 1-10 TEMPORARY TRAFFIC CONTROL 1-10.1(2) Description (May 25, 2006 APWA GSP) Revise the third paragraph to read: The Contractor shall provide signs and other traffic control devices not otherwise specified as being furnished by the Contracting Agency. The Contractor shall erect and maintain all construction signs, warning signs, detour signs, and other traffic control devices necessary to warn and protect the public at all times from injury or damage as a result of the Contractor's operations which may occur on highways, roads, streets, sidewalks, or paths. No work shall be done on or adjacent to any traveled way until all necessary signs and traffic control devices are to place. 2nd Ave.Ped Improvements/Madfai APWA- 14 October 18,2007 Federal Aid Number: CM-9917(008) Project Number: 05-3010 DIVISION 5 - SURFACE TREATMENTAND PAVEMENTS n7 5-04.3 A Mix Design g Section is deleted and replaced with: 1. General. Prior to the production of HMA, the Contractor shall determine a design aggregate structure and asphalt binder content in accordance with WSDOT Standard Operating Procedure 732. Once the design aggregate structure and asphalt binder content have been determined,the Contractor shall submit the HMA mix design on DOT form 350-042 demonstrating the design meets the requirements of Sections 9-03.8(2) and 9-03.8(6). Verification of the mix design by the Contracting Agency is not needed. The Project Engineer will determine anti-strip requirements for the HMA. The mix design will be the initial Job Mix Formula(JMF) for the class of mix. Any additional adjustments to the JMF will require the approval of the Project Engineer and may be made per Section 9-03.8(7). 2. Non Statistical Evaluation. Non statistical acceptance will apply to all HMA not designated as Commercial HMA in the contract documents. Non statistical acceptance testing will be conducted as outlined in 5-04.3(8)A. 3. Commercial Evaluation. Where Commercial HMA is allowed it can be accepted by a Manufacturer's Certificate of Compliance stating the material meets the requirements in the contract. Where HMA Commercial is used for the traveled way,a minimum of one acceptance test to verify gradation, fracture, sand equivalent, and oil content is required in addition to the Manufacturer's Certificate of Compliance. 5-04.3(8)A,Acceptance Sampling and Testing—HMA Mixture P g Items 1 &2 are deleted and replaced with: 1. General. Acceptance of HMA shall be as provided under nonstatistical or commercial evaluation. Sampling of HMA for nonstatistical evaluation will be as discussed in WSDOT Standard Specifications for Road,Bridge, and Municipal Construction,2006 edition, section 5- 04.3(8)A, sections 3 through 6. Commercial evaluation will be used for Commercial HMA and other classes of HMA as allowed by the contract. Commercial HMA may be used for amounts of HMA less than 2500 tons in any application. Testing beyond that specified in 5-04.3(7)A, item 3 for Commercial HMA will be at the discretion of the engineer. Anti-strip additive, where required, will be verified and documented by the engineer. ■ 2. Aggregates. The acceptance criteria for aggregate properties of sand equivalent,voids in mineral aggregate (VMA), fracture and gradation will be their conformance to the requirements of Section 9-03.8(2) the Standard Specification,2006 edition. 2nd Ave.Ped Improvements/Madfai APWA- 15 October 18,2007 Federal Aid Number: CM-9917(008) Proiect Number: 05-3010 5-04.3(8)A, Acceptance Sampling and Testing—HMA Mixture Item 4, second paragraph is deleted. 5-04.3(8)A,Acceptance Sampling and Testing—HMA Mixture Item 7 is deleted. 5-04.5(1)A, Price Adjustments for Quality of HMA Mixture Section is deleted and replaced with: Statistical analysis of quality of gradation and asphalt content will be performed based on Section 1- 06.2 using the following price adjustment factors: Table of Price Adjustment Factors Constituent Factor"f" All aggregate passing: 1 t/2", 1",3/4", ''/2", 3/8" and No. 4 sieves 2 All aggregate passing No. 8 15 All aggregate passing No. 200 sieve 20 Asphalt binder 52 Items 1-3 are deleted and replaced with: A pay factor will be calculated for sieves listed in Section 9-03.8(7) for the class of HMA and for the asphalt binder. 1. Nonstatistical Evaluation. Each lot of HMA produced under Nonstatisical Evaluation and having all constituents falling within the tolerance limits of the job mix formula shall be accepted at the unit contract price with no further evaluation. When one or more constituents fall outside the nonstatistical acceptance tolerance limits in Section 9- 03.8(7), the lot shall be evaluated in accordance with Section 1-06.2 to determine the appropriate CPF. The nonstatistical tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1.00. When less than three sublots exist,backup samples of the existing sublots or samples from the street shall be tested to provide a minimum of three sets of results for evaluation. 2. Commercial Evaluation. If sampled and tested, HMA produced under Commercial Evaluation and having all constituents falling within the tolerance limits of the job mix formula shall be accepted at the unit contract price with no further evaluation. When one or more constituents fall outside the commercial acceptance tolerance limits in Section 9-03.8(7), the lot shall be evaluated to determine the appropriate CPF. The commercial tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1.00. When less than three sublots exist, backup samples of the existing sublots or samples from the street shall be tested to provide a minimum of three sets of results for evaluation. For each lot of HMA produced under Nonstatistical or Commercial Evaluation when the calculated CPF is less than 1.00, a Nonconforming Mix factor(NCMF) will be determined. The NCMF equals the algebraic difference of CPF minus 1.00 multiplied by 60 percent. The Job Mix Compliance Price Adjustment will be calculated as the product of the NCMF, the quantity of HMA in the lot in tons, and the unit contract price per ton of the mix. 2nd Ave.Ped Improvements/Madfai APWA- 16 October 18,2007 Federal Aid Number. CM-9917(008) Proiect Number: 05-3010 If a constituent is not measured in accordance with these Specifications, its individual pay factor will be considered 1.00 in calculating the composite pay factor. 5-04.5(1)B Price Adjustments for Quality of HMA Compaction Section is deleted and replaced with: The maximum CPF of a compaction lot is 1.00 For each compaction lot of HMA when the CPF is less than 1.00, a Nonconforming Compaction Factor(NCCF)will be determined. THE NCCF equals the algebraic difference of CPF minus 1.00 multiplied by 40 percent. The Compaction Price Adjustment will be calculated as the product of the NCCF, the quantity of HMA in the lot in tons and the unit contract price per ton of the mix. 2nd Ave.Ped Improvements/Madfai APWA- 17 October 18,2007 Federal Aid Number: CM-9917(008) Project Number: 05-3010 DIVISION 9 - MATERIALS -03.8 7 HMA Tolerances and Adjustments (May 25, 2006 APWA GSP) Item 1 is deleted and replaced with: 1. Job Mix Formula Tolerances. After the JMF is determined as required in 5-04.3(7)A, the constituents of the mixture at the time of acceptance shall conform to the following tolerances: Nonstatistical Commercial Evaluation Evaluation Aggregate, percent passing 1", 3/4", t/z", and 3/8" sieves ±6% ±8% U.S. No. 4 sieve ±6% ±8% U.S. No. 8 sieve ±6% ±8% U.S. No. 200 sieve ±2.0% ±3.0% Asphalt Binder ±0.5% ±0.7% These tolerance limits constitute the allowable limits as described in Section 1-06.2. The tolerance limit for aggregate shall not exceed the limits of the control points section, except the tolerance limits for sieves designated as 100%passing will be 99-100. The tolerance limits on sieves shall only apply to sieves with control points. 2nd Ave.Ped Improvements/Madfai APWA- 18 October 18,2007 Federal Aid Number. CM-9917(008) Proiect Number: 05-3010 KENT SPECIAL PROVISIONS The following Kent Special Provisions modify and supersede any conflicting provisions of the 2006 Standard Specifications for Road, Bridge, and Municipal Construction, as prepared by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association, including all published amendments issued by those organizations ("Standard Specifications"). Otherwise all provisions of the Standard Specifications shall apply. All references in the Standard Specification to the State of Washington, its various departments or directors, or to the contracting agency, shall be revised appropriately to read City and/or City Engineer, except for references to State statutes or regulations. These Kent Special Provisions also modify and supersede the General Special Provisions, and the APWA General Special Provisions. Finally, all of these documents are a part of this contract. Each specification contains all current specifications applicable to the particular work and may include references which do not apply to this particular project. DIVISION Z — EARTHWORK 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS SECTION 2-02.1 IS SUPPLEMENTED BYADDING THE FOLLOWING. 2-02.1 Description This work also includes the repair of adjacent improvements that were not designated for removal,but that were damaged by the Contractor's operations. SECTION 2-02.3 IS REVISED BY REPLACING THE LAST THREE PARAGRAPHS WITH THE FOLLOWING. 2-02.3 Construction Requirements The City has identified the following materials that are marked for removal, but that will be salvaged as part of this project: 1. Traffic Signs 2. Tree Grade and Frame The salvaged materials listed above shall be removed,hauled and stored at the following site(s): 1. 5821 S. 240th Street All improvements that are not designated for removal,but that are damaged by the Contractor's operations shall be replaced, restored, or repaired at the Contractor's sole expense. The Engineer's determination regarding what replacement, restoration, or repair must be made by the Contractor to repair damage caused by the Contractor's removal operations is final. 2nd Ave.Ped Improvements/Madfai 2- 1 October 18,2007 Federal Aid Number: CM-9917(008) Project Number: 05-3010 SE 2-023 3 IS DELETED AND REPLACED BY THE FOLLOWING: SECTION N . ( ) 2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters In removing pavement, sidewalks, and curbs the Contractor shall: 1. Haul broken-up pieces of concrete and asphalt pavement into the roadway embankment, or to some off-project site, unless otherwise directed by the Engineer, or permitted by the Special Provisions. 2. Material that is to be incorporated into the embankment shall be broken into pieces not exceeding 18 inches in any dimension, and no part of any piece shall be within three feet of the top, side or end surface of the embankment or any structure. 3. Make a vertical saw cut between any existing pavement, sidewalk, or curb that is to remain and the portion to be removed. When asphalt pavements are being widened, the vertical saw cut shall be made at least 1-foot from the edge of the existing pavement, and at least 2-feet from the closest edge of any cement concrete curb that will remain or be replaced,unless otherwise directed by the Engineer. 4. Replace at no expense to the City any existing pavement designated to remain that is damaged during the removal of other pavement, sidewalks, or curbs. 5. When cement concrete sidewalk, cement concrete pavement, or cement concrete curb is being removed, and the removal would result in a remaining strip of cement concrete less than 5 feet long, or where in the opinion of the Engineer the remaining portion of the sidewalk, pavement or curb would be damaged by the cutting required for the removal, then the entire sidewalk, pavement or curb shall be removed to the next expansion joint. SECTION 2-02.5 IS SUPPLEMENTED BYADDING THE FOLLOWING. 2-02.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: The unit contract price per square yard for"Remove Existing_Asphalt Concrete Pavement" constitutes complete compensation for all labor, materials, tools, supplies and equipment required to remove existing asphalt from sidewalk for a depth of 3 inches, and from roads for a depth of 6 inches. Included in this price is the cost of hauling and disposal of the asphalt pavement. Should the Contractor encounter pavement to be removed which is thicker than 6 inches it shall be paid according to the following formula: unit bid price (Encountered thickness—6 inches) x 6 inches =additional compensation For example, if the Contractor encounters pavement to be removed which is 8 inches p thick and its unit bid price was $2.00/SY then its additional compensation for the extra thickness would be: 2nd Ave.Ped Improvements/Madfai 2-2 October 18,2007 Federal Aid Number: CM-9917(008) Project Number: 05-3010 (8—6)x $6 0 = $0.67/SY in addition to the unit price. No other compensation shall be allowed. The unit contract price per square yard for"Remove Cement Concrete Sidewalk" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to saw cut and remove,haul,and dispose of the cement concrete sidewalk as shown on the plans and described in the specifications. The unit contract price per lineal foot for"Remove Cement Concrete Curb and Gutter" constitutes complete compensation for furnishing all labor,materials,tools, supplies, and equipment necessary to saw cut and remove, haul, and dispose of the cement concrete curb and gutter as shown on the plans and described in the specifications. The unit contract price per lineal foot for"Remove Cement Concrete Extruded Curb"constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to saw cut and remove, haul, and dispose of the cement concrete extruded curb as shown on the plans and described in the specifications. 1 The unit contract price per lineal foot for"Removing Existing Storm Sewer Pipe or Culvert" constitutes complete compensation for all labor, materials, tools, supplies and equipment necessary to remove the existing storm pipe or culvert as shown on the plans and described in the specifications. The unit bid price shall also include but not be limited to excavation, concrete plugging any remaining pipes,removal, disposal, backfilling with gravel borrow, and compaction. The unit contract price per each for"Remove Existing Catch Basin or Manhole" constitutes complete compensation for all labor, materials,tools, supplies and equipment necessary to remove the existing structure as shown on the plans and described in the specifications. The unit price bid shall include but not be limited to excavation, concrete plugging any remaining pipes, removal, disposal, backfilling with gravel borrow and compaction. Any frames, grates, or risers shall be hauled and disposed of by the Contractor unless deemed salvageable as determined by the Engineer. "Saw Cut Existing Asphalt Concrete Pavement" "Saw Cut Existing Cement Concrete Pavement" The unit price contract price per lineal foot for the above item(s) constitutes complete compensation for all materials, labor and equipment required to saw cut existing pavement to a depth of 6 inches in accordance with the plans and specifications. Should the Contractor encounter pavement to be removed which is thicker than 6 inches, it shall be paid according to the following formula: (Encountered thickness—6 inches) x unit bid price = additional compensation 6 inches 2nd Ave Ped Improvements/Madfai 2-3 October 18,2007 Federal Aid Number. CM-9917(008) Project Number: 05-3010 For example, if the Contractor encounters pavement to be removed which is 8 inches thick and its unit bid price was $2.00/LF then its additional compensation for the extra thickness would be: —6 x $2.00 = $0.67/LF in addition to the unit bid rice. No other (8 ) 6 p compensation shall be allowed. A vertical saw cut shall be required between any existing pavement, sidewalk, or curb that is to remain and the portion to be removed. The costs of other types of pavement cutting, such as "wheel cutting", shall be considered incidental to other bid items and no payment will be allowed under this item unless the pavement is actually saw cut. "Remove Existing Reinforced Cement Concrete Driveway" The unit contract price per square yard for the above items constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to saw cut and remove, haul, and dispose of the cement concrete driveway as shown on the plans. 2-03 ROADWAY EXCAVATION AND EMBANKMENT SECTION 2-03.3(7)C IS SUPPLEMENTED BYADDING THE FOLLOWING: 2-03.3(7)C Contractor-Provided Disposal Site The City has not provided a waste site. The Contractor shall arrange for disposal and provide any necessary disposal sites in accordance with Section 2-03.3(7)C of the Standard Specifications. The Contractor is responsible for determining which permits are required for the selected disposal sites. Within the City of Kent, wetlands are identified by using the Corps of Engineers Wetlands Delineation Manual dated January 1987. SECTION 2-03.3(14)D IS SUPPLEMENTED BYADDING THE FOLLOWING: 2-03.3(14)D Compaction and Moisture Control Tests Maximum density will be determined by the Modified Proctor Method ASTM D- 1557. All compaction tests if required will be performed by the City. 2nd Ave Ped Improvements/Madfai 2-4 October 18,2007 Federal Aid Number. CM-9917(008) Project Number. 05-3010 2-06 SUBGRADE PREPARATION T ON SECTION 2-06.3(1) ITEM 6 IS DELETED AND REPLACED BY THE FOLLOWING. 2-06.3(1) Subgrade for Surfacing 6. The prepared subgrade shall be compacted in the top 0.50 foot to 95 percent of maximum dry density per ASTM D-1557 for a cut section. If the underlying subgrade is too soft to permit compaction of the upper 0.5 foot layer, the Contractor shall loosen (or excavate and remove), and compact the subgrade until the top layer can meet compaction requirements. Fill sections shall be prepared in accordance with the Standard Specification Section 2-03.3(14)C, Method B except ASTM D-1557 shall determine the maximum density. SECTION 2-06.5 IS SUPPLEMENTED BYADDING THE FOLLOWING. 2-06.5 Measurement and Payment The cost for work required for compaction of the subgrade shall be included by the Contractor in the unit contract price of other bid items. 2-07 WATERING SECTION 2-07.4 IS DELETED AND REPLACED BY THE FOLLOWING. 2-07.4 Measurement The Contractor shall obtain a hydrant meter and permit from the City of Kent Maintenance Shop located at 5821 South 240th Street(253)856-5600 to measure the quantities of water used. Hydrant wrenches are also available at the City Maintenance Shops at the Contractors option. No additional deposit is required for the hydrant wrench. The Contractor shall be responsible for paying all water use costs at the current City rate. Prior to issuance of the hydrant meter(and wrench if applicable) and permit,the Contractor shall make a hydrant meter deposit to the City of Kent Customer Service Division located on the first floor of the Centennial Building at 400 West Gowe Street(253) 856-5200. The said deposit is refundable provided the Contractor returns the hydrant meter(and wrench if applicable) to the City Maintenance Shops undamaged and all water use fees have been paid to date. The hydrant meter permit duration is two (2)months. At the end of the permit duration, the Contractor shall deliver the hydrant meter(and wrench if applicable) to the City Maintenance Shops for reading. If the Contractor requires another hydrant meter and permit at the time a meter is returned to the City Maintenance Shops, he shall request a meter and one shall be provided. An additional meter deposit will not be required. The Contractors initial hydrant meter deposit shall be transferred to the new meter issued. 2nd Ave.Ped Improvements/Madfai 2-5 October 18,2007 Federal Aid Number: CM-9917(008) Project Number: 05-3010 2- 2 CONSTRUCTION GEOTEXTILE 1 SECTION 2-12.1 IS SUPPLEMENTED BYADDING THE FOLLOWING: 2-12.1 Description This work shall consist of furnishing and installing non-woven geotextile fabric at the locations shown on the plans and described in the specifications. SECTION 2-12.2 IS SUPPLEMENTED BYADDING THE FOLLOWING: 2-12.2 Materials Non-woven geotextile fabric shall meet the material requirements of Section 9-33 of the Standard Specifications for high survivability, separation and soil stabilization, and underground drainage for each geotextile use as specified on the plans or in the Kent Special Provisions. SECTION 2-12.3 IS SUPPLEMENTED BYADDING THE FOLLOWING: 2-12.3 Construction Requirements The Contractor shall take all necessary precautions to not tear or damage the fabric during installation. The fabric shall be laid down by hand. Folds or creases in the fabric shall be pulled flat. The fabric sides and ends shall be anchored or weighted sufficiently to prevent slouching. Joints or seams shall be overlapped a minimum of two (2) feet. SECTION 2-12.4 IS SUPPLEMENTED BYADDING THE FOLLOWING: 2-12.4 Measurement Non-woven geotextile fabric shall be measured per square yard of materials placed. SECTION 2-12.5 IS SUPPLEMENTED BYADDING THE FOLLOWING. 2-12.5 Payment The unit contract price per square yard for"Geotextile Fabric, Non-Woven" constitutes complete compensation for all labor, materials, tools, supplies, and equipment necessary to furnish and install the fabric at the locations shown on the plans and described in the specifications. 2-13 EXCAVATION AND HANDLING OF CONTAMINATED MATERIAL 2-13.1 Description 2nd Ave.Ped Improvements/Madfai 2-6 October 18,2007 Federal Aid Number- CM-9917(008) Project Number: 05-3010 2-13.1(A) General This section includes specifications for excavation, handling, and disposal of contaminated soil that is present within the work area. Provide all necessary labor, equipment, material, etc. to complete the scope of work under this section. The Contractor shall perform soil excavation and other tasks in this Section at the direction of the Engineer, in accordance with the applicable local, state, and federal statutes, regulations, standards, and requirements including,but not limited to, State Model Toxics Control Act(MICA),Chapter 70.1051)Revised Code of Washington (RCW), Washington Dangerous Waste Regulations, Washington Department of Labor and Industry(L&I), and the accepted Contaminated Material Handling(CMH) Plan. This section includes the requirements for preparation of CMH Plan. There is a possibility of petroleum contaminated soil starting from the northeast corner of 2nd Avenue and Meeker Street to the southeast corner of 2nd Avenue and Smith Street. Near the site was a gas station at one time which may have old existing underground fuel tanks on site. Upon suspecting soil contamination, soil samples shall be collected and tested to see if the existing soils are in fact contaminated. The Contractor shall notify the Engineer immediately of any findings of contaminated soils. The Contractor shall provide/obtain all necessary notifications and permits to complete the work at no additional cost to the City. 2-13.1(B) Scope of Work Work includes excavation, handling, transportation, and offsite disposal of contaminated soil that may be encountered during the work. The surface soil above the contaminated soil may be reused on site. All excess contaminated soil excavated from below existing grade shall be transported and disposed offsite in a permitted, Subtitle D landfill. Work required by the Contract shall be performed in a safe and environmentally acceptable manner. The Contractor shall provide for the safety of site personnel, City personnel, personnel representing third party stakeholders, and the public for the duration of the Contract. 2-13.1(C) Submittals Submit a CMH Plan to the Engineer for review and acceptance with thirty(30) calendar days after Notice to Proceed. No work shall be performed in the contaminated area, with the exception of inspections and surveys, until the acceptance of the Plan by the Engineer. The Contractor shall allow ten(10)calendar days for Engineer's review in their schedule. No adjustments for time or money will be made if re-submittals of CMH Plan are required due to deficiencies. The CMH Plan shall include, at a minimum: 2nd Ave.Ped lmprovements/Madfat 2-7 October 18,2007 Federal Aid Number: CM-9917(008) Project Number: 05-3010 1. Schedule of activities. 2. Site-specific Health and Safety Plan (HASP). Some detailed guide for preparation of the HASP is provided in Appendix A-6. 3. Methods and procedures of excavation and equipment to be used. 4. Contaminated material staging and storing procedures, and proposed locations. 5. Identification of licensed transporters and disposal facilities; contact information for the same. 6. Proposed haul routes. 7. Decontamination procedures. 8. Spill prevention and cleanup procedures. 9. Stormwater management. 10. Procedures for documenting and reporting any new finds and/or release of contaminants, to the Engineer. Submit closeout documentation to the Engineer as it becomes available including, but not limited to surveys, logs, weight tickets, waste profile, etc. 2-13.2 Excavation and Handling of Contaminated Material 2-13.2(A) Existing Features and Utilities The Contractor shall take necessary precautions to avoid damage to existing features, their appurtenances, or utilities that may be affected by the work. The Contractor shall coordinate with the Engineer and/or property owner to locate underground utilities prior to the start of construction. Any damage to existing site features and utilities not designated for removal or alteration shall be repaired by the Contractor at no additional cost to the City. 2-13.2(B) Excavation Notify the Engineer at least seven (7) calendar days prior to the start of excavation in areas of suspected contaminated material, unless otherwise noted. Excavation shall be in compliance with the accepted CMH Plan and performed such that contaminated material with concentration greater than 2,000 mg/kg petroleum hydrocarbon in diesel or oil range is not mixed with uncontaminated material with concentration less than 2,000 mg/kg diesel or oil. Contractor shall segregate suspected soils based on odor, in 50 cubic yards stockpiles and characterize. Characterization samples shall consist of a composite of 5 discrete samples. Samples shall be analyzed for gasoline; benzene, toluene, ethylbenzene, xylenes (BTEX); diesel; and oil. Soils exceeding any of the concentrations in MTCA Method A limits, listed below, shall be disposed offsite as petroleum contaminated soil. Soils with concentrations less than the MTCA Method A cleanup level may be re-used as backfill. 2nd Ave Ped Improvements/Madfai 2-8 October 18,2007 Federal Aid Number: CM-9917(008) Project Number: 05-3010 Gasoline 100 mg/kg; 30 mg/kg if benzene is present Diesel 2,000 mg/kg Oil 2,000 mg/kg Benzene 0.03 mg/kg Toluene 7 mg/kg Ethylbenzene 6 mg/kg Xylenes 9 mg/kg Excavation deeper than 4 feet requiring personnel entry shall be adequately sloped or shored in accordance with WAC 296-62. Schedule and sequence excavation and installation activities such that dewatering will not be required. 2-13.2(C) Backfill The soils within this project may be contaminated. Only the non-contaminated soils located within this project may be reused on site as backfill. All excess contaminated soil from the designated area, as well as any contaminated soil identified by the Engineer shall be disposed offsite in accordance with Section 2- 13.2(E). The backfill shall be placed in compacted layers in accordance with earthwork requirements. 2-13.2(D) Contaminated Material Staging g Contaminated material shall be loaded directly into plastic lined trucks or roll-off boxes for offsite disposal or accumulated on site for disposal at the completion of excavation. Contaminated material staging area shall be lined with double layer or 6-mil plastic sheeting with perimeter berm of at least 6 inches high. Cover the contaminated material with 6-mil plastic sheeting to prevent direct precipitation and weigh it down as required to maintain the cover. 2-13.2(E) Transportation and Disposal Load excess contaminated material for offsite disposal. Transportation of contaminated material for offsite disposal shall be in accordance with Department of Transportation (DOT) and other federal, state, and local regulations, requirements, and standards. Provide a copy of the transporter's state license to the Engineer. Dispose of the excess contaminated soil in a permitted Subtitle D landfill. The Contractor shall coordinate all activities with landfill in compliance with applicable regulations, standards, and requirements. Provide a copy of the landfill waste profile or acceptance letter to the Engineer. 2-13.3 Management Measurement for the soil excavated and disposal shall be per ton of material disposed off-site as measured by the certified scale at the receiving landfill. An original of the scale tickets shall be furnished to the Engineer. 2nd Ave.Ped Tmprovements/Madfai 2-9 October 18,2007 Federal Aid Number: CM-9917(008) Project Number: 05-3010 2 13.5 Payment "Contaminated Soil Excavation, Testing_ Transportation and Disposal" Payment for the excavation, testing, loading, transportation, and disposal of contaminated soil shall be per ton of material disposed per unit price provided in the Bid Schedule as verified by certified scale tickets. r r 2nd Ave.Ped Improvements/Madfai 2- 10 October 18,2007 Federal Aid Number: CM-9917(008) Project Number: 05-3010 DIVISION 4 — BASES DIVISION 4 IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTION: 4-03 GRAVEL BORROW 4-03.1 Description This work shall consist of constructing one or more layers of gravel borrow upon a prepared subgrade in accordance with these specifications and in conformity with the lines, grades, depths, and typical cross-section shown in the plans or as established by the Engineer. 4-03.2 Materials Materials shall meet the minimum requirements of the following section in the Special Provisions: Gravel Borrow 9-03.14(1) 4-03.3 Construction Requirements Gravel borrow shall be uniformly spread upon the prepared subgrade to the depth, width, and cross-sections shown in the plans. Construction methods used shall meet the appropriate requirements of Section 4-04.3. 4-03.4 Measurement Gravel borrow will be measured in the same manner prescribed for the measurement of crushed surfacing materials as set forth in Section 4-04.4. 4-03.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: The unit contract price per ton for"Gravel Borrow, Including Haul and Compaction" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to haul, place, finish grade, and compact the gravel borrow as shown on the plans and described in the specifications. This item shall be used for roadway subbase, backfill for water, storm sewer, electrical conduit trenches, and other excavation backfill and compaction unless otherwise noted. 4-04 BALLAST AND CRUSHED SURFACING 4-04.3 Construction Requirements 2nd Ave Ped Improvements/Madfat 4- 1 October 18,2007 Federal Aid Number: CM-9917(008) Project Number: 05-3010 O 4-04.SECTION 3 IS SUPPLEMENTED BYADDING FOLLOWING: 4-04.3(2) Subgrade The Contractor is responsible for any delays or costs incurred as a result of placing ballast or surface materials before approval is received from the Engineer. SECTION 4-04.3(5) IS REVISED BYDELETING THE FIRST PARA GRAPH AND REPLACING IT WITH THE FOLLOWING: 4-04.3(5) Shaping and Compaction Surfacing shall be compacted in depths not to exceed 6 inches except top course shall not exceed 2 inches unless otherwise directed. Density shall be at least 95 percent of maximum density per ASTM D-1557 using a nuclear gauge. Compaction of each layer must be approved by the Engineer before the next succeeding layer of surfacing or pavement is placed thereon. SECTION 4-04.3(7)IS SUPPLEMENTED BYADDING THE FOLLOWING: 4-04.3(7) Miscellaneous Requirements The Contractor is solely responsible for any delays or additional costs incurred as a result of placing ballast or succeeding courses of surfacing materials before approval to proceed is received from the Engineer. SECTION 4-04.5 IS SUPPLEMENTED BYADDING THE FOLLOWING: 4-04.5 Payment "Crushed Surfacing Top Course, 5/8 Inch Minus" "Crushed Surfacing Base Course, 1 1/4 Inch Minus" The unit contract price per ton for the above item(s) constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to haul, place, finish grade, and compact the material as shown on the plans and described in the specifications. These items shall also be used for roadway or driveway remedial work or patching as requested by the Engineer. Quantities used for pipe zone bedding shall be measured and paid separately under the appropriate bid item. 2nd Ave Ped Improvements/Madfai 4-2 October 18,2007 Federal Aid Number: CM-9917(008) Project Number. 05-3010 DIVISION 5 — SURFACE TREATMENTS AND PAVEMENTS NOTE: If the contract also includes underground utility construction, permanent surface treatments and pavements shall not be placed until an as-built survey and testing of the new underground utilities have been completed. Verification that utility construction conforms to the line and grade requirements of Section 7- 08.3(2)B of the Standard Specifications shall be made by the Engineer prior to authorizing paving to begin. Also, each new utility must pass all appropriate tests specified herein for the type of utility prior to paving. 5-04 HOT MIX ASPHALT SECTION 5-04.1 IS SUPPLEMENTED BYADDING THE FOLLOWING. 5-04.1 Description Section 5-04 of the Standard Specifications is modified per the APWA GSP "Hot Mix Asphalt" as included, except as modified herein. SECTION 5-04.2 IS SUPPLEMENTED BYADDING THE FOLLOWING. 5-04.2 Materials Recycled materials for the pavement sections shall not be allowed. SECTION 5-04.3(7)A IS SUPPLEMENTED BYADDING THE FOLLOWING. 5-04.3(7)A Mix Design The City of Kent at its option may approve a current WSDOT approved mix design, Class B in place of performing a mix design,provided, however, that such mix design shall include a minimum asphalt content of 5% by total mix weight and anti- stripping compound. Anti-stripping compound shall be added to the asphalt material in accordance with Section 9-02.4. If the City is not satisfied with the mix submitted, a full mix design will be performed. The City is not required to justify to the Contractor its decision to perform a mix design. The City reserves the right to adjust the asphalt cement content based on mix design or approval of alternate mix designs submitted by the Contractor. SECTION 5-04.3(8)A IS DELETED AND REPLACED BY THE FOLLOWING. 5-04.3(8)A Acceptance Sampling and Testing Acceptance Sampling and Testing shall be as follows: 1. Asphalt Cement and Gradation: Extraction tests shall be taken every 500±tons as determined by the Engineer or each day whichever is less. 2. The Engineer is not precluded from taking more tests above if deemed necessary. 2nd Ave.Ped Improvements/Madfai 5 - 1 October 18,2007 Federal Aid Number- CM-9917(008) Project Number: 05-3010 3. The Contractor is responsible to meet the required compacting asphalt cement r p q p g P content and gradation requirements. Averaging of test results will not be considered. Any deviation from the specification will be considered on a case- by-case basis by the Engineer and may require a credit to the City based on Section 5-04.5(1)A of the Standard Specifications. The Engineer, however, is not obligated to accept out of specification work and has the authority to require the removal of material that does not meet the contract specifications. SECTION 5-04.3(9)IS SUPPLEMENTED BYADDING THE FOLLOWING: 5-04.3(9) Spreading and Finishing Asphalt concrete Class B shall be compacted in lifts not to exceed 3 inches except that the final lift shall not exceed 2 inches unless approved by the Engineer. The minimum compacted depth of Class B asphalt concrete shall be 1 1/2 inch. SECTION 5-04.3(10)IS SUPPLEMENTED BYADDING THE FOLLOWING: 5-04.3(10) Compaction Density shall be at least 92 percent of maximum theoretical density (rice density). Compaction tests shall be performed by an approved geotechnical or testing firm under the direction of a professional civil engineer registered in the State of Washington. SECTION 5-04.3 10 B IS DELETED AND REPLACED BY THE FOLLOWING: 5-04.3(10)B Control For Asphalt Concrete Class A, B, E, F and G, where paving is in the traffic lanes, including lanes for ramps, truck climbing, weaving, speed changes, and left turn channelization, and the specified compacted course thickness is greater than 0.10 foot, the acceptable level of compaction shall be a minimum 92 percent of the maximum density as determined by WSDOT Test Method 705. The level of compaction attained will be determined as the average of not less than 5 nuclear density gauge tests taken on the day the mix is placed(after completion of the finish rolling) at randomly selected locations. The quantity represented by each lot will be no greater than a single day's production or approximately 400 tons, whichever is less. Control lots not meeting the minimum density standard shall be removed and replaced with satisfactory material. At the option of the Engineer, non-complying material may be accepted at a reduced price. Cores used to check density will be approved only when designated by the Engineer. 2nd Ave Ped Improvements/Madfai 5-2 October 18,2007 Federal Aid Number: CM-9917(008) Project Number: 05-3010 At the start of paving, if requested by the Contractor, a compaction test section shall be constructed as directed by the Engineer to determine the compactibility of the mix design. Compactibility shall be based on the ability of the mix to attain the specified minimum density(92 percent of the maximum density determined by WSDOT Test Method 705). Asphalt concrete Class D and preleveling mix shall be compacted to 92 percent of the maximum density. In addition to the randomly selected locations for tests of the control lot, the Engineer reserves the right to test any area which appears defective and to require the further compaction of areas that fall below acceptable density reading. These additional tests shall not impact the compaction evaluation of the entire control lot. SECTION 5-04.3(12)IS SUPPLEMENTED BYADDING THE FOLLOWING: 5-04.3(12) Joints The HMA overlay and widening shall be feathered to produce a smooth riding connection to the existing pavement where planing is not specified. 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. The full depth end of each lane of planing shall be squared off to form a uniform transverse joint. The Contractor shall construct and maintain a temporary HMA wedge in accordance with Section 5-04.3(11) across the entire width of the transverse edge when traffic is allowed on the planed surface prior to paving. The wedge shall be constructed before opening the lane to traffic. SECTION 5-04.3 IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTIONS: 5-04.3(22) Temporary Pavement Temporary pavement including trench patches shall be installed where specified by the Engineer. SECTION 5-04.5 IS DELETED AND REPLACED BY THE FOLLOWING: 5-04.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: The unit contract rice per ton for"HMA Class B, PG 64-22"shall be full a for all p P pay costs of material, labor, tools and equipment necessary for furnishing, installing and finishing the asphalt for driveways,permanent utility patches, sidewalk ramps, and other areas at the locations shown on the plans, as specified herein and as directed by 2nd Ave.Ped Improvements(Madfai 5 -3 October 18,2007 Federal Aid Number: CM-9917(008) Project Number: 05-3010 the Engineer. The cost for anti-stripping additive and asphalt for tack coat shall be g pP g p included in this bid item. The unit contract price per ton for"Cold Plant Mix for Temporary Pavement Patch" shall be full pay for all costs of material, labor, tools and equipment necessary for furnishing, installing, removing and disposing of Cold Plant Mix as required to r provide temporary roadway patching of pavement at the locations as specified herein and as directed by the Engineer. Payment shall be made upon actual square yards planed,regardless of the full planing capacity of the equipment used. Payment for the above roadway preparation including all labor,materials, tools and equipment shall be considered incidental to the construction and all costs shall be ' included by the Contractor in the unit contract price or other bid items except for those items which are specifically included in the proposal. Payment for said items shall be included under the appropriate bid item. SECTION 5-04.5 IS REVISED BY DELETING THE LAST THREE(3) ITEMS. SECTIONS 5-04.5(1), 5-04.5(1)A AND 5-04.5(1)B ARE DELETED IN THEIR ENTIRETY. 5-04.5(1) Quality Assurance Price Adjustments 5-04.5(1)A Price Adjustments for Quality of HMA Mixture 5-04.5(1)B Price Adjustments for Quality of HMA Compaction f 2nd Ave Ped Improvements/Madfai 5 -4 October 18,2007 Federal Aid Number: CM-9917(008) Project Number- 05-3010 DIVISION 7— DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS AND CONDUITS 7-04 STORM SEWERS THE FIRST PARAGRAPH OF SECTION 7-04.2 IS DELETED AND REPLACED BY THE FOLLOWING: 7-04.2 Materials The following pipe types and materials are accepted for drains, culverts, and storm sewers for this project. The Contractor has the option of choosing the material except for those pipes specified on the plans to be a specific material. Reinforced Concrete Pipe(RCP) Class IV................9-05.7(2) PVC Pipe....................................................................9-05.12(1) Ductile Iron Pipe Class 50.........................................9-05.13 7-04.3 Construction Requirements 7-04.3(1) Cleaning and Testing SECTION 7-04.3(1)A IS SUPPLEMENTED BYADDING THE FOLLOWING: 7-04.3(1)A General All storm drain pipe including the downstream system shall be thoroughly cleaned to remove any solids or construction debris that may have entered the pipe system during construction. The Contractor shall be responsible to insure that materials flushed from the storm drain is trapped, removed, and does not enter the downstream drainage system. SECTION 7-04.3(1)IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTION: 7-04.3(1)G Television Inspection All new City storm drain extensions, 24-inch diameter and smaller shall be TV camera inspected by the City of Kent Utility Department and accepted prior to placing final crushed rock surfacing and pavement. All construction except final casting adjustments must be completed and approved by the Inspector prior to the TV inspection. The manholes and catch basins must be set to grade, channeled, and grade rings set in place prior to TV inspection. Castings must be removed for paving, and fully grouted in place after paving. 2nd Ave.Ped Improvements/Madfai 7- 1 October 18,2007 Federal Aid Number- CM-9917(008) Proiect Number: 05-3010 SECTION 7-04.5 IS SUPPLEMENTED BYADDING THE FOLLOWING: 7-04.5 Payment ' The unit contract price per lineal foot for"Storm Sewer Pipe, 8 Inch Diameter" shall be complete compensation for all labor, materials, tools, supplies and equipment necessary to furnish and install the pipe at the locations shown on the plans and described in the specifications. The bid item price includes but is not limited to: trench excavation; unsuitable material excavation, hauling, dewatering; backfill and compaction (when native material is to be used), surface restoration, and cleanup. The bid price shall also include fittings, tees, couplings, gaskets, connection to new or existing storm pipes, catch basins, or ditches, testing, coordination for TV inspection, and additional costs for overtime work when working on weekends. ' 7-05 MANHOLES,INLETS, CATCH BASINS,AND DRYWELLS SECTION 7-05 3 IS SUPPLEMENTED BYADDING THE FOLLOWING. 7-05.3 Construction Requirements All catch basins shall be precast concrete units and shall conform to Kent Standard Detail 5-7 unless specified otherwise. ' Catch basin grates and solid covers shall be ductile iron and of the locking type unless indicated otherwise on the plans and shall be in accordance with Kent ' Standard Details 5-1(a)M, 5-2(a)M and 5-2(b)M as applicable. Care must be taken to insure that pressures exerted on the soils beneath the catch basins and the adjacent mains are approximately uniform. Unequal soil pressures may result in excessive settlement at catch basins. A spread foundation or other measures may be required to reduce the unit load imposed by the manhole. PVC pipe adaptors shall be KOR-IN-SEAL type flex joints or sand collars or other materials as approved by the Engineer to permit slight differential movement. All pipe materials other than the above shall be mudded directly into the catch basins using a smooth forty five (45) degree bevel from the pipe to the structure meeting ASTM D-303-11-78 SDR35. The allowable protrusion is two (2) inches inside the structure unless approved otherwise by the Engineer. Block lettering is required on the top surfaces of storm drain castings, and shall read as follows: "OUTFALL TO STREAM,DUMP NO POLLUTANTS" 7-05.3(6) Storm Drain Stenciling The pavement adjacent to all catch basins and inlets within the project limits shall be marked with a standard pollution prevention thermoplastic form such as the example following: 2nd Ave.Ped Improvements/Madfai 7-2 October 18,2007 Federal Aid Number: CM-9917(008) Protect Number: 05-3010 NCB DUMPING! DRAINS T C) S EA M The wording shall be placed so that it can be read from the sidewalk or shoulder of the road. Contractor is responsible for purchase and installation of the thermoplastic material. SECTION 7-05.3(1)IS SUPPLEMENTED BYADDING THE FOLLOWING: 7- 1 Adjusting Manholes and Catch Basins to Grade 05.3( ) � g All construction in performing adjustments of existing or new utilities shall conform to the Standard Specifications, standard plans,City of Kent standard details and the Kent Special Provisions. Locating all new and existing utilities to be adjusted following the paving shall be the responsibility of the Contractor. The Contractor shall mark or reference all affected utilities including traffic loops prior to paving. Should it be determined by City personnel upon inspection or by notification from other utility companies that the Contractor has failed to adjust existing utilities, the Contractor shall be responsible for completing the adjustments, at no additional cost to the utility company or the City, even if the Contractor has vacated the project site. If the Contractor neglects to reference utilities prior to paving, and for example causes conflicts with or damage to traffic loops, the Contractor shall be responsible to relocate or replace the traffic loops at no additional cost to the City. No less than 4 inches or greater than 16 inches shall be provided between the top of the cone and the underside of the manhole frame for adjustment to street grade or ground surface. Final elevation and slope of the frame and cover shall conform to the final street surface. All joints in the brick or ring adjustment shall be filled with grout, and the castings shall be sealed in grout placed on the ring or brick. A 3/8 inch mortar lining shall be installed inside and out of the adjustment section to form a smooth watertight finish. NOTE: The use or presence of wood, asphalt, expansion joint material or other non-approved product for catch basin or manhole adjustment shall be cause for immediate rejection. On asphalt concrete paving and/or asphalt resurfacing projects,manholes, catch basins and similar structures shall not be adjusted until the pavement is completed, at which time the center of each structure shall be relocated from references previously established by the Contractor. The pavement shall be cut in a restricted area and base material removed to permit removal of the cover. 2nd Ave.Ped Improvements/Madfai 7-3 October 19,2007 Federal Aid Number- CM-9917(008) Proiect Number. 05-3010 The asphalt concrete pavement shall be cut and removed to a neat circle, the diameter of which shall be equal to the outside diameter of the frame plus two feet. The frame shall be placed on concrete blocks and fully mortared to the desired grade. The base materials and crushed rock shall be removed and Cement Concrete Class 3000 shall be placed so that the entire volume of the excavation and up to within, but not to exceed 1-1/2 inches of the finished pavement surface. Note: casting adjustments shall be made with cementatious materials only. Wood, plastic, iron, aluminum,bituminous or similar materials are prohibited. On the following day, the concrete, the edges of the asphalt concrete pavement, and the outer edge of the casting shall be painted with hot asphalt cement. Asphalt concrete shall then be placed and compacted with hand tampers and a patching roller. The completed patch shall match the existing paved surface for texture, ' density, and uniformity of grade. The joint between the patch and the existing pavement shall then be painted with hot asphalt cement or asphalt emulsion and shall be immediately covered with dry paving sand before the asphalt cement solidifies. SECTION 7-05.5 IS SUPPLEMENTED BYADDING THE FOLLOWING. 7-05.5 Payment "Adjust Existing Catch Basin Grate or Curb Inlet Grate to Finished Grade" The unit contract price per each for the above item constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to adjust the specified structure to final finished grade as shown on the ' plans and described in the specifications. This work includes but shall not be limited to: excavating; dewatering; installing; connecting new or existing pipes,backfilling; compacting; surface restoration; referencing for future locates prior to final overlay; and storm drain stenciling. Adjusting the grade by adding or removing risers, grade rings, or sections as required will be included in this bid item. Any adjustments made prior to the final finished elevation shall be considered incidental. "Catch Basin, Type 1" The unit contract price per each for the above item constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to install the specified structure to final finished grade as shown on the plans and described in the specifications. This work includes but shall not be limited to: excavating; dewatering; installing; connecting new or existing pipes, backfilling; compacting; surface restoration; referencing for future locates prior to final overlay; and storm drain stenciling. "Bolt Down Catch Basin Frame and Grate" ' "Thru-Curb Inlet Frame and Grate" The unit contract price per each for the above item(s) constitutes complete compensation for all labor, materials, tools, supplies and equipment necessary to ' furnish and install the new frame and cover or grate as shown on the plans and described in the specifications. This price shall also include adjusting the new frame and cover or grate to match final grades. Any adjustments made prior to the final finished elevation shall be considered incidental. 2nd Ave Ped Improvements/Madfai 7-4 October 18,2007 Federal Aid Number: CM-9917(008) Project Number. 05-3010 The unit contract price per each for"Thermoplastic Storm Drain Stenciling" constitutes complete compensation for furnishing all labor, tools, equipment, supplies and materials necessary or incidental to the installation of the thermoplastic storm drain pollution markers and other work as specified. Also see Section 7- 05.3(6) and 8-22 of the Kent Special Provisions. 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS SECTION 7-08.2 IS SUPPLEMENTED BYADDING THE FOLLOWING: 7-08.2 Materials ' All pipe shall be of the type and material specified in the bid proposal, shown on the plans or specified herein. All materials used for construction of storm drainage systems and appurtenances shall be new and undamaged. All materials used shall be subject to inspection by the City prior to use. The Contractor shall provide the City with shop drawings, manufacturer's specifications and certificates of materials as requested. ' The materials referred to herein, shall conform to the applicable provisions of the Standard Specifications, the Kent Special Provisions and the manufacturer's recommended installation procedures. See the following Sections of the Standard ' Specifications and the Kent Special Provisions: Hot Mix Asphalt...............................................5-04.2 Storm Sewers....................................................7-04.2 Manholes, Inlets and Catch Basins...................7-05.2 ' Crushed Surfacing.............................................9-03.9(3) Gravel Backfill for Pipe Zone Bedding............9-03.12(3) Gravel Borrow..................................................9-03.14(1) Gravel Backfill for Foundation.........................9-03.17 Bank Run Gravel for Trench Backfill...............9-03.19 ' SECTION 7-08.3(1)A IS SUPPLEMENTED BYADDING THE FOLLOWING. 7-08.3(1)A Trenches If well points are used for dewatering pipe trenches, they shall be adequately spaced to provide the necessary dewatering and shall be sandpacked and/or other means used to prevent pumping of fine sands or silts from the sub-surface. A continual check by the Contractor shall be maintained to insure that the sub-surface soil is not being removed by the dewatering operation. ' 2nd Ave.Ped Improvements/Madfai 7-5 October 18,2007 Federal Aid Number. CM-9917(008) Protect Number: 05-3010 Once commenced, the dewatering operation shall be continuous until construction and backfilling in the dewatered area is complete. Pump shutdown shall be ' accomplished in an approved gradual manner. The Contractor shall provide enough facilities and personnel to maintain continuous operation once commenced. Such continuous operation shall be the responsibility of the Contractor. i In the event of damage to the trench foundation as determined by the Engineer, or to the ditch walls, or other operations resulting from the failure of the Contractor to maintain the dewatering operation, the complete cost of all repairs shall be borne by the Contractor. It shall be the sole responsibility of the Contractor to dispose of all waters resulting from his dewatering operation. This responsibility also includes choice of method, obtaining regulatory agency approvals, complying with state water quality standards and other agency requirements. Each individual project and dewatering operation shall be evaluated individually to determine exact requirements; however, in general the following conditions will apply. 1. Disposal into the existing storm drain facilities (pipes, channels, ditches, etc.) may be acceptable if the Contractor obtains the necessary permits and approvals. 2. Discharge to existing storm drain facilities shall not result in a violation of state water quality standards for surface water, Chapter 173-203 WAC. 3. The Contractor shall monitor discharge and receiving water(s) as required to verify that water quality standards are being met. 4. If necessary to meet standards and approval requirements, the Contractor shall treat the water prior to discharge. A settling pond may be an acceptable method of treatment. Any damage, as determined by the Engineer to properties or improvements resulting from an inadequate disposal (water) operation shall be the responsibility of the Contractor, including repairs, replacements and/or restoration. Where required or where directed by the Engineer, stabilization of the trench bottom shall be in accordance with Section 7-08.3(1)A of the Standard Specifications. Excavation of the unsuitable material shall be considered as trench excavation. The unsuitable material shall be disposed of by the Contractor. Backfill unsuitable material excavations with Foundation Material Class I or II meeting the requirements of Section 9-03.17 of the Kent Special Provisions with the class called for in the bid proposal, on the plans or by the Engineer in the field. Trench excavation shall include the required pavement removal for construction of the trench. See Section 2-02.3(3) of the Kent Special Provisions. 2nd Ave.Ped Improvements/Madfai 7-6 October 18,2007 Federal Aid Number- CM-9917(008) Project Number. 05-3010 ' SECTION 7-08.3(1)C IS SUPPLEMENTED BYADDING THE FOLLOWING: 7-08.3(1)C Bedding the Pipe Bedding shall be placed in accordance with Standard Plan B-11. Bedding material shall be in accordance with Section 9-03.12(3) of the Kent Special Provisions. ' Bedding material shall be tamped in layers under, around and above the pipe to adequately support and protect the pipe. The Contractor shall use compaction equipment approved by the Engineer to obtain adequate compaction of the bedding material. Unless otherwise approved by the Engineer, adequate compaction shall be construed to mean to at least 95 percent of the maximum density measured in ' accordance with ASTM D-1557. The pipe shall be protected from damage when compacting. At least two feet of ' cover is required over the pipe prior to using heavy compaction equipment. SECTION 7-08.3(2)B IS SUPPLEMENTED BYADDING THE FOLLOWING: 7-08.3(2)B Pipe Laying-General ' At locations of pipe crossing between new or existing pipes the minimum vertical clearance shall be one and one-half foot unless otherwise approved by the Engineer. If this clearance cannot be obtained,the Contractor shall install a 2-inch thick 1-2 ' PSF styrofoam cushion between the pipes. The cushion shall be installed longitudinally with the lower pipe. The cushion width shall be equal to the lower pipe diameter and the length shall be one foot greater than the upper pipe diameter. It should be noted that field adjustment of specified slopes for storm sewers is permissible, if approved by the Design Engineer, to obtain the minimum clearances. External or internal grouting or repair by use of collars on the new storm sewer line will not be an acceptable means of repair, should repair be necessary. All pipe, adaptors, tees, and other fittings shall be used for the purpose intended by the manufacturer and shall be installed according to manufacturer's recommendations. SECTION 7-08.3(2)G IS SUPPLEMENTED BYADDING THE FOLLOWING: 7-08.3(2)G Jointing of Dissimilar Pipe Connections of Ductile or Cast Iron Pipe to Concrete Pipe or PVC Pipe will be done by the use of Cast Transition or reducing couplings (Romac 501 or equivalent). ' 2nd Ave.Ped Improvements/Madfai 7-7 October 18,2007 Federal Aid Number: CM-9917(008) Protect Number• 05-3010 SECTION 7-08.3(2)H IS SUPPLEMENTED BYADDING THE FOLLOWING: 7-08.3(2)H Sewer Line Connections ' Where indicated on the plans or where directed by the Engineer, connections shall be made to the existing storm drain systems by the Contractor in accordance with applicable portions of the Standard Specifications and Kent Special Provisions in a workmanlike manner satisfactory to the Engineer. , SECTION 7-08.3(2)IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTION. 7-08.3(2)J Pipe Laying- PVC For PVC pipe, the Contractor shall maintain a cover over the pipe to prevent ' temperature deformation caused by the sun and shall remove such cover only for a sufficient time to allow the pipe to be installed. ' When making field cuts of PVC pipe, a new reference line shall be marked on the spigot end a distance of 4-5/8 inches from said end. Said end will provide a visual means of determining whether full insertion of the spigot into the bell has been made during installation. SECTION 7-08.3(3) IS SUPPLEMENTED BYADDING THE FOLLOWING: 7-08.3(3) Backfilling Pipe trench backfill shall be bank run gravel for trench backfill or gravel borrow if, , in the opinion of the Engineer, existing trench excavation soils are unsuitable. Bank run gravel and gravel borrow shall be from a pit approved by the Engineer and shall be as specified in Section 9-03.19 of the Standard Specifications for bank run gravel and Section 9-03.14(1) of the Kent Special Provisions for gravel borrow. Each layer shall be compacted to 95 percent in paved areas and 90 percent in unpaved areas in accordance with ASTM D-1557 in lifts not to exceed eighteen (18) inches. The maximum particle size shall not exceed six (6) inches or 2/3 the depth of the layer being placed whichever is less. SECTION 7-08.3 IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTION: 7-08.3(5) Street Restoration Unless otherwise shown on the plans, street restoration shall be in accordance with the following requirements: Where cuts have been made in either asphalt concrete pavement, or in oil mats, the Contractor shall reconstruct the trench areas with a 3 inch thick asphalt concrete patch placed on a 2 inch thickness of crushed surfacing top course over a 4 inch thickness of crushed surfacing base course or as directed by the Engineer in the field. However, where cuts have been made in an asphalt concrete pavement section to be overlayed, the Contractor shall reconstruct the 2nd Ave.Ped Improvements/Madfai 7-8 October 18,2007 Federal Aid Number: CM-9917(008) Project Number: 05-3010 trench with a 2 inch thick asphalt concrete patch with a 2 inch asphalt overlay for a total of 4 inches of asphalt concrete pavement over 2 inches of crushed surfacing top course over 4-inches crushed surfacing base course. iIn all cases,the asphalt and crushed surfacing thickness for the patch shall meet or exceed the existing pavement section. Upon approval of the Engineer, Controlled Density Fill may be used to back fill the narrow trenches where it is difficult to compact crushed surfacing. In these cases the asphalt concrete layer shall increase to a minimum of 2 inch greater than the existing section. Where cuts have been made in cement concrete pavement, the Contractor shall reconstruct the trench area with a 6 inch thick cement concrete patch placed on a 6 inch thickness of crushed surfacing top course. In all cases,the cement concrete and crushed surfacing thickness for the patch shall meet or exceed the existing pavement section. Where there is an existing asphalt overlay over cement concrete pavement, the cement concrete shall be patched to original grade as above and then overlaid with an asphalt concrete patch to existing grade. Permanent surface treatments and pavements shall not be placed until an as-built ' survey and testing of the new underground utilities have been completed. Verification that utility construction conforms to the line and grade requirements of Section 7-08.3(2)B of the Standard Specifications shall be made by the Engineer prior to authorizing paving to begin. Also, each new utility must pass all appropriate tests specified herein for the type of utility prior to paving. ' SECTION 7-08.4 IS REVISED BYDELETING THE FIRST PARAGRAPH AND REPLACING WITH THE FOLLOWING. 7-08.4 Measurement ' Gravel backfill for foundation and gravel backfill for pipe zone bedding shall be measured by the ton, including haul. SECTION 7-08.5 IS SUPPLEMENTED BYADDING THE FOLLOWING. 7-08.5 Payment The unit contract price per ton for"Pipe Zone Bedding"constitutes complete compensation for all labor, material, tools, supplies, and equipment necessary or incidental to furnish and place bedding material as shown on the plans and described in the specifications. This includes but shall not be limited to: excavating, loading, hauling, mixing, placing, shaping, and compacting. Reference Standard Plan B-11. ' 2nd Ave.Ped Improvements/Madfai 7-9 October 18,2007 Federal Aid Number- CM-9917(008) Project Number. 05-3010 The unit contract price per ton for"Foundation Material, Class I and II" constitutes complete compensation for all labor, material, tools, supplies, and equipment necessary or incidental to furnish and place foundation material as shown on the plans and described in the specifications. This includes but shall not be limited to: excavating, loading,hauling, mixing, placing, shaping, and compacting. The unit contract price per ton for"Bank Run Gravel for Trench Backfill" constitutes complete compensation for all labor, material, tools, supplies, and equipment necessary or incidental to furnish and place the bank run gravel for trench backfill as shown on the plans and described in the specifications. This includes but shall not be limited to: excavating, loading, hauling, mixing, placing, shaping, and compacting. The actual quantity for bank run gravel for trench backfill is unknown since selected materials will be used wherever possible. The City has entered a quantity in the proposal for the purpose of providing a common proposal for all bidders. SECTION 7-15 IS DELETED AND REPLACED BY THE FOLLOWING. 7-15 SERVICE CONNECTIONS SECTION 7-15.4 IS DELETED AND REPLACED BY THE FOLLOWING: 7-15.4 Measurement Measurement of service connections, relocating existing water meters, meter setters, compound meter assemblies, water meters, meter boxes and abandon water service will be made per each. Measurement of new water service line will be made per linear foot. ' SECTION 7-15.5 IS DELETED AND REPLACED BY THE FOLLOWING: 7-15.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: The unit contract price per each for"Adjust Existing Meter Box to Finished Grade" constitutes complete compensation for all labor, materials, tools, supplies and equipment necessary to adjust the meter box to final grade at the locations shown on the plans and described in the specifications. 2nd Ave.Ped Improvements/Madfai 7- 10 October 18,2007 Federal Aid Number: CM-9917(008) Project Number: 05-3010 DIVISION 8 — MISCELLANEOUS CONSTRUCTION 8-01 EROSION CONTROL AND WATER POLLUTION CONTROL SECTION 8-01.1 IS SUPPLEMENTED BYADDING THE FOLLOWING. 8-01.1 Description This work consists of temporary erosion and sedimentation control procedures (TESCP) as shown on the construction plans, specified in these special provisions, proposed by the contractor, or ordered by the Engineer as work proceeds. This work is intended to prevent, control and stop water pollution or erosion within the project, thereby protecting the work, nearby wetlands, streams, retention/detention ponds, the storm drainage conveyance system and other bodies of water. Exposed and unworked soil shall be stabilized by suitable and timely application of Best Management Practices (BMPs). Best Management Practices are those practices that provide the most effective,practicable means of preventing or reducing pollution generated by non-point sources. Best Management Practices fall into a number of categories. Frequently they are split between erosion control BMPs, including grasses, mulches or other materials used to stabilize soil surfaces, and sedimentation control BMPs including check dams, sediment ponds (basins), straw bale barriers and other structural techniques. Most sites require the use of several types of BMPs to adequately control erosion and sedimentation, so erosion control BMPs and sedimentation control BMPs are often used together to address a single problem. All planting and h droseedin shall be performed b a licensed Landscaping p g Y g p Y p g Contractor registered in the State of Washington who must be experienced in work of similar nature and have adequate equipment and personnel for the indicated work. The Landscaping Contractor must acquaint itself with all other work related to site improvements, and any other work which might affect preparation for planting or hydroseeding. SECTION 8-01.2 IS DELETED AND REPLACED BY THE FOLLOWING. 8-01.2 Materials Materials shall meet the requirements of the following sections of the Kent Special Provisions and the Standard Specifications: Seed..................................................8-01.3(2)B and 9-14.2 Fertilizer...........................................8-01.3(2)B and 9-14.3 Mulch and Amendments ..................8-01.3(2)D and 9-14.4 Tackifier.. .... . ... . .... .............. ..8-01.3(2)E and 9-14.4(7) Straw Bale Barrier............................8-01.3(9)C Quarry Spalls ..9-13 Straw Mulch.....................................9-14.4(1) Wood Cellulose Fiber.......................9-14.4(2) Erosion Control Blanket...................9-14.5 Clear Plastic Covering......................9-14.5(3) 2nd Ave.Ped Imp rovementslMadfa, 8- 1 October 18,2007 Federal Aid Number- CM-9917(008) Project Number: 05-3010 Water for plants................................9-2 5.2 Construction Geotextile 9-33 Silt Fence..........................................9-33.2 Table 6 8-01.3 Construction Requirements SECTION 8-01.3(1)IS DELETED AND REPLACED BY THE FOLLOWING. 8-01.3(1) General Controlling pollution, erosion,runoff, and related damage may require the Contractor to perform temporary work items including but not limited to: 1. Providing ditches, berms, culverts, and other measures to control surface water; 2. Building dams, settling basins, energy dissipators, and other measures, to control downstream flows so as to protect properties and waterways from the construction work areas; 3. Controlling underground water found during construction; 4. Covering or otherwise protecting slopes until permanent erosion-control measures are working; 5. Designing, constructing and stabilizing temporary onsite conveyance channels to prevent erosion from the expected velocity of flow from a 2-year, 24-hour frequency rainfall event for the developed condition. Stabilization shall be provided to be adequate to prevent erosion of outlets and adjacent areas; 6. Protecting stormwater drain inlets made operable during construction so that stormwater runoff will not enter the conveyance system without first being filtered or otherwise treated to remove sediment; 7. Wherever construction vehicle access routes intersect paved roads, making provisions to minimize the transport of sediment(dust or mud) onto the paved road through the use of a stabilized construction entrance, tire wash or other BMP approved by the Engineer. If sediment is transported onto a road surface, the road shall be cleaned thoroughly at the end of each day (or more frequently, if necessary, to meet the requirements of the Standard Specifications) and the recovered sediment shall be deposited at a designated location approved by the Engineer; or 8. Discharging excavation dewatering devices into a sediment trap, pond, storage tank or other BMP approved by the Engineer. Should the Contractor fail to install the required TESC measures or to perform maintenance in a timely manner, or fail to take immediate action to install additional approved measures, all fines, cost of cleanup, costs for delays and down time shall be borne by the Contractor. Prior to or in conjunction with all clearing or grading, the Contractor shall implement temporary erosion and sediment control (TESC) measures as necessary to prevent erosion and to stop sediment-laden water from leaving the site and entering the storm drain system, creeks, wetlands or any other sensitive areas. The Contractor is responsible for constructing, maintaining and removing erosion control measures throughout the duration and phases of construction of the project in addition to the measures shown in the plans, as needed, and as directed by the Engineer. The Contractor shall furnish, install, maintain and remove and dispose of 2nd Ave.Ped tmprovements/Madfai 8-2 October 18,2007 Federal Aid Number: CM-9917(008) Project Number: 05-3010 water pollution oll r p u and erosion and sediment control Best Management Practices (BMPs) to prevent sediments and other debris from entering into the storm drainage system and adjacent sensitive areas, including creeks and wetlands. All cost for this work shall be paid for under the unit contract bid prices. The upgrading of the TESCP facilities shall not constitute a basis for additional working days for this project. The City of Kent Survey crew shall flag the boundaries of the clearing limits in the field as shown on the plans, prior to construction. The Contractor shall provide the Engineer a minimum of two working days notice prior to clearing adjacent to any wetland, creek or other sensitive area. During the construction period,no disturbance beyond the flagged clearing limits shall be permitted. The flagging shall be maintained by the Contractor for the duration of construction. The TESC facilities shown on the construction plans must be constructed and functional prior to any clearing and grading activities, and in such a manner as to insure that sediment laden water does not enter the drainage system or violate applicable water quality standards. The facilities shall be in accordance with and conform to the Appendix D to the King County Surface Water Design Manual, Erosion and Sediment Control Standards, except as modified by the Kent Construction Standards or these Special Provisions. The Contractor shall construct all necessary elements and provide other necessary materials, labor, and equipment. When the Engineer determines the temporary control devices are no longer needed, the Contractor shall remove them and finish the construction area they occupied as the Engineer directs. The TESC facilities shown on the construction plans are the minimum requirements p q for anticipated site conditions. As construction progresses and unexpected seasonal conditions dictate and as the City requires, the Contractor should anticipate more TESCP measures. These additional measures may include additional sumps, relocation of ditches and silt fences, etc. These measures will be necessary to protect adjacent properties and to meet water quality standards. These measures shall be paid for under the unit contract bid price. It shall be the responsibility of the Contractor to notify the City at once of any TESC deficiencies or changes in conditions such as rutting and or erosion that may occur during construction. The Contractor may recommend possible solutions to the Engineer in order to resolve any problems that are occurring. The Contractor shall provide additional facilities, as directed by the Engineer over and above the minimum requirements outlined on the approved plans. All costs for materials and labor shall be paid for under the unit contract bid price. The Contractor shall also restore all damaged areas and clean up eroded material including that in ditches, catch basins, manholes, and culverts. The Contractor shall have adequate materials on the site to respond to weather changes and shall modify the system to accommodate seasonal changes. If the Engineer or any governmental agency determines that the Contractor's drainage and erosion control measures are inadequate to meet the intent of applicable regulatory programs or the Contract Documents with regard to the control of surface water runoff, erosion or the prevention of environmental degradation as a result of surface 2nd Ave.Ped Improvements/Madfai 8-3 October 18,2007 Federal Aid Number: CM-9917(008) Project Number: 05-3010 h Contractor shall field design and implement water runoff or erosion, then the Co gn p additional surface water runoff or erosion control measures that address the deficiencies observed by the Engineer or the governmental agency. These measures shall be installed and approved by the Engineer. Prior to initiating earthwork or other soil disturbing activities at the site, the Contractor shall obtain the Engineer's approval of the installed erosion and sediment control measures. The Contractor shall field design and implement surface water runoff control measures appropriate to activities associated with temporary earthwork and other construction requirements. Measures that are not defined on the contract plans but are required to meet the requirements of applicable regulatory programs shall be installed after review and approval by the Engineer. The Contractor shall protect the construction area from damage caused by surface water, including damage due to ponding, erosion, and movement of contaminants due to lack of adequate surface water control measures. Damaged work shall be repaired or replaced by the Contractor in accordance with the Standard Specifications and Special Provisions or as directed by the Engineer at no additional cost to the City. The Contractor shall protect adjacent properties, drainage ways, and watercourses from physical or environmental damage caused by surface water runoff, erosion, soil instability, migration of contaminants, clearing, grading, excavation, filling, or similar activities associated with the construction activities. Water shall be frequently applied in traffic areas, as required, to achieve dust control at the site in accordance with these Special Provisions. Paved streets shall be swept periodically to remove soil from the pavement and minimize dust generation. Additional measures may be required to insure that all paved areas are kept clean daily for the duration,of the project. Clearing, grubbing, excavation, borrow, or fill within the right of way shall never expose more than 5 acres of erodible earth between October 1 and April 30 and never more than 17 acres of erodible earth between May 1 and September 30. The Engineer may increase or decrease the limits in light of project conditions. Erodible soils not being worked, whether at final grade or not, as well as temporary soil and debris stockpiles, shall be covered within the following limitations, using an approved soil covering practice, unless authorized otherwise by the Engineer. Erodible soils is defined as any surface where soils, grindings, or other materials are capable of being displaced and transported by rain, wind or surface water runoff. October 1 through April 30 2 days maximum May 1 through September 30 7 days maximum Grass seeding with fast germinating grasses alone will be acceptable only if left undisturbed for more than a minimum of six (6) weeks during the months of April through October inclusive, as approved by the Engineer. 2nd Ave.Ped Improvements/Madfai 8-4 October 18,2007 Federal Aid Number: CM-9917(008) Project Number: 05-3010 Contractor shall bear the risk of managing contaminated and uncontaminated stormwater originating from area occupied or disturbed by the Contractor during construction of the project and shall employ such additional measures as may be required to prevent environmental harm or physical damage to the work area, or adjacent property. Permit requirements from appropriate agencies are included in the Appendix. The Contractor is responsible for following all permit requirements, whether shown in the plans or not. These requirements may include, but not be limited to,providing daily inspection by an erosion control specialist of the adequacy and maintenance needs of all erosion control measures, submitting daily inspection reports, and inspecting and maintaining erosion/sedimentation control facilities on inactive sites. No additional payment will be made for following permit requirements. All costs associated with permit requirements shall be included in the associated bid item unit price. If the Engineer, under Section 1-08.6, orders the work suspended for an extended time, the Contractor shall, before the Contracting Agency assumes maintenance responsibility, make every effort to control erosion, pollution, and runoff during shutdown. Section 1-08.7 describes the Contracting Agency's responsibility in such cases. The requirements of this section shall apply to all areas of the site subject to construction activity as described in the Standard Specifications, the Special Provisions and contract plans, including Contractor construction support facilities, Contractor personnel parking areas, equipment and material storage/laydown areas, and other areas utilized by the Contractor for completion of the work. Nothing in this section shall relieve the Contractor from complying with other contract requirements. SECTION 8-OL3(1)A IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-01.3(1)A Submittals The Contractor shall submit for the Engineer's approval, a minimum of 4 working days prior to ordering, a sample and manufacturer's certification of compliance for the filter fabric fence which includes: Manufacturer's name, address, telephone number, product name by trademark and style, geotextile polymer type(s), and physical properties. The Contractor shall submit for Engineer's approval product descriptions of all other materials used for erosion control. 2nd Ave.Ped Improvements/Madfai 8-5 October 18,2007 Federal Aid Number: CM-9917(008) Project Number: 05-3010 SECTION 8-01.3 1 C IS REVISED BY DELETING ITEM I AND REPLACING WITH THE FOLLOWING. 8-01.3(1)C Water Management 1. If the ground water meets State Water Quality standards, it may bypass treatment facilities and be routed to its normal discharge point at a rate that will not cause erosion. SECTION 8-01.3(1) IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTIONS: 8-01.3(1)F Applicable Regulations and Criteria Construction activities conducted within the City of Kent's Right of Way are subject to applicable federal, state and local permits. The Contractor shall comply with substantive requirements of applicable state and local regulatory requirements, including, but not limited to the following: 1. WAC 173-201A Water Quality Standards for Surface Waters of the State of Washington 2. City of Kent 2002 Surface Water Design Manual. 8-01.3(1)G Water Quality Monitoring Contractor shall test for turbidity in the 100 feet downstream mixing zone to verify that the background turbidity is 50 NTU(nepholometric turbidity units) or less prior to discharging any stormwater during construction from the site into adjacent streams. The Contractor shall also test for turbidity at the point of compliance which shall be 100 feet downstream of the discharge point for waters up to 10 cfs flow at the time of construction or at 200 feet for waters above 10 cfs up to 100 cfs to verify that the added discharge does not exceed 5 NTU to the existing background turbidity of 50 NTU or less and 10 percent increase in turbidity when the background turbidity is more than 50 NTU. These turbidity tests shall be taken periodically (weekly) when stormwater is being discharged and during any storm event. All costs for this work shall be included in the various unit contract bid prices. 8-01.3 2 Seeding, Fertilizing and Mulching ( ) g� g g SECTION 8-01.3(2)B IS DELETED AND REPLACED BY THE FOLLOWING: 8-01.3(2)B Seeding and Fertilizing Topsoil and all other unpaved and unsodded areas within easements and right-of- way shall be seeded. Hydroseeding shall be the method of seed application. A slurry of seed, fertilizer, mulch and water shall be evenly broadcast over areas to be 2nd Ave.Ped Improvements/Madfai 8-6 October 18,2007 Federal Aid Number: CM-9917(008) Project Number. 05-3010 seeded. All work shall conform in all respects to Section 8-01 of the Standard Specifications, except as modified herein. The Contractor shall notify the Engineer not less than 48 hours in advance of any hydroseeding operation and shall not begin the work until areas prepared or designated for hydroseeding have been approved. Following the Engineer's approval, hydroseeding of the approved slopes shall begin immediately. Hydroseeding shall not be done during windy weather or when the ground is frozen, excessively wet, or otherwise untillable. Hydroseeding shall consist of a slurry composed of water, seed fertilizer and mulch. Hydroseed (upland seed mix) to be applied by an approved hydro seeder which utilizes water as the carrying agent, and maintains continuous agitation through paddle blades. It shall have an operating capacity sufficient to agitate, suspend, and mix into a homogeneous slurry the specified amount of seed and water or other material. Distribution and discharge lines shall be large enough to prevent stoppage and shall be equipped with a set of hydraulic discharge spray nozzles which will provide a uniform distribution of the slurry. The seed and fertilizer cannot be placed in the tank more than 30 minutes prior to application. The seed and fertilizer shall have a tracer added to visibly aid uniform application. This tracer shall not be harmful to plant and animal life. If wood cellulose fiber is used as a tracer, the application rate shall not exceed 25 pounds per acre. Areas in which the above methods are impractical may be seeded by approved hand methods. The slurry to be used will consist of the following materials mixed thoroughly together and applied in the quantities indicated. 1. Grass Seed: Mixture shall be fresh, clean, new crop seed. Seed to be mixed mechanically on the site or may be mixed by the dealer. If seed is mixed on site,each variety shall be delivered in the original containers bearing the dealer's guaranteed analysis. If seed is mixed by the dealer, the Contractor shall furnish to the Engineer the Dealer's guaranteed statement of the composition of the mixture and the percentage of purity and germination of each variety. Grass seed shall be purchased from a recognized distributor and shall be composed of the varieties mixed in the proportions indicated in Section 9-14.2 of the Standard Specifications and Special Provisions. Seed shall meet the minimum percentages of purity and germination specified. Seed shall be applied at the rate of 120 pounds per acre. The Contractor shall protect seed from hydration, contamination, and heating during delivery, storage, and handling. Store seed in cool dry location away from contaminants. 2nd Ave.Ped ImprovemenWMadfai 8-7 October 18,2007 Federal Aid Number. CM-9917(008) Project Number: 05-3010 Mix A shall be used as the standard hydroseed mix unless otherwise specified herein or on approved project plans. Mix B shall be used exclusively for seeded areas adjacent to grass lawns, within seeded medians, and within seeded traffic islands. In addition, Mix B shall be used for all seeded areas not specifically showing Mix A on the plans, or where otherwise directed by the Engineer. Mix C shall be used exclusively for seeded areas in and adjacent to wetlands, in detention and retention ponds, and in biofiltration swales. 2. Water: The Contractor shall begin maintenance immediately after seeding for a minimum of ten (10)weeks or longer as needed. Water seeded areas before hydroseed slurry has completely dried out. Water slowly and thoroughly with fine spray nozzle. Water the hydroseeded areas at least twice daily(in the early morning and late afternoon)until the grass is well established as determined by the Engineer. Repeat watering operation as required by climatic conditions to keep areas moist for a minimum period of 2 weeks from the day of first watering and as necessary for healthy growth. 3. Mulch: As needed to meet requirements of Sections 8-01.3(2)D and 9-14.4. 4. Fertilizer: All areas which are seeded shall receive fertilizer of the following proportions and formulation applied at the rate of 400 pounds per acre. All areas which are seeded shall receive fertilizer meeting the requirements of Section 9-14.3 of the Kent Special Provisions. Fertilizer shall be applied in accordance with the procedures and requirements for seeding in Section 8-01.3(2)B at the rates and analysis specified in Section 9-14.3 with regard to formulation and rate of application. Fertilizer shall not be applied on any creek sideslopes in order to avoid contamination of these creeks. 5. Hand Seeding: Seeding shall be applied at the rate of 6 pounds per 1,000 square feet. The seed shall be applied by an approved hand held spreader. The seed shall be evenly distributed over the disturbed area. Apply seed mix after the fertilizing has been accomplished and rake the seed into the surface soil to a depth of 1/4-inch. 6. If the slurry is used for temporary erosion control it shall be applied at the following rates: EROSION CONTROL: Seed 170lbs/acre Fertilizer 400lbs/acre Wood Fiber 2,000 lbs/acre Tackifier 80lbs/acre 2nd Ave.Ped Improvements/Madfai 8-8 October 18,2007 Federal Aid Number: CM-9917(008) Project Number. 05-3010 7. If the slurryis used in a detention 1 following t pond it shall be applied at the fo o mg rates: DETENTION POND EROSION CONTROL: Seed 601bs/acre (native seed mix) 1001bs/acre (pre-germinate annual ryegrass) Fertilizer 250 lbs/acre (21-0-10 quick release) Wood Fiber 2,000 Ibs/acre Tackifier 80lbs/acre SECTION 8-01.3(2)D IS DELETED AND REPLACED BY THE FOLLOWING. 8-01.3(2)D Mulching Wood cellulose fiber mulch conforming to Section 9-14.4 of the Standard Specifications shall be applied to all seeded areas on this project. The application rate shall be 2,000 pounds to the acre in accordance with Section 8-01 of the Standard Specifications. Mulch shall be incorporated into the slurry of seed and fertilizer. Mulch of the type specified in Section 9-14.4(2) of the Standard Specifications and Special Provisions shall be included in the hydroseeding process. Wood cellulose fiber used as a mulch shall be suitable for application with hydroseeders as specified in Section 8-01.3(2)B. The application of seed, fertilizer, and mulch shall be required in a single operation for all seed applications,unless otherwise directed. Mulch materials, shall be furnished, hauled, and evenly applied at the rates indicated, and shall be spread on seeded areas immediately after seeding unless otherwise specified. Distribution of straw mulch material shall be by means of an approved type mulch spreader, which utilizes forced air to blow mulch material on seeded areas. In spreading straw mulch, the spreader shall not cut or break the straw into short stalks. Straw mulch shall be applied at a rate to achieve a loose, overall thickness of three (3) inches. Areas not accessible by mulching equipment shall be mulched by approved hand methods. Mulch sprayed on signs or sign structures shall be removed the same day. SECTION 8-01.3(2)E IS SUPPLEMENTED BYADDING THE FOLLOWING. 8-01.3(2)E Tacking Agent and Soil Binders Unless specified otherwise, wood cellulose fiber mulch per Section 9-14.4(2) of the Standard Specifications shall have tackifier incorporated into the mulch fiber during manufacture. If additional tackifier is required, the tackifier shall be Type A as specified in Section 9-14.4(7) of the Standard Specifications. When specified, soil 2nd Ave.Ped Improvements/Madfat 8-9 October 18,2007 Federal Aid Number. CM-9917(008) Project Number: 05-3010 binders and tacking agents shall be applied in accordance with the manufacturer's recommendations. SECTION 8-01.3(2)F IS REVISED BY DELETING THE FIRST THREE PARAGRAPHS AND REPLACING WITH THE FOLLOWING: 8-01.3(2)F Dates for Application of Final Seed, Fertilizer, and Mulch Unless otherwise approved by the Engineer, the final application of seeding, i fertilizing, and mulching of slopes shall be performed during the following periods: West of the summit of the Cascade Range - March 1 to May 15 and August 15 to October 1. Where contract timing is appropriate, seeding, fertilizing, and mulching shall be accomplished during the spring period listed above. Written permission to seed after October 1 will only be given when physical completion of the project is imminent and the environmental conditions are conducive to satisfactory growth. SECTION 8-01.3(2)G IS SUPPLEMENTED BYADDING THE FOLLOWING. 8-01.3(2)G Protection and Care of Seeded Areas (� Protect adjacent property, public walks, curbs and pavement from damage. Do not place soil directly on paved surfaces. Locate all underground utilities prior to the commencement of work. Keep streets and area drains open and free flowing. Protect all seeding against wind, storm, and trespassing. Replace any plants that become damaged or injured. In seeded areas, treat and reseed damaged spots larger than one square foot. SECTION 8-01.3(2)H IS SUPPLEMENTED BYADDING THE FOLLOWING. 8-01.3(2)H Inspection Inspection of seeded areas shall be made upon completion of seeding operations, at the end of the maintenance period, and at any time during the maintenance period. The Contractor shall reseed, remulch or refertilize as required to establish a uniform, thick stand of grass. A uniform stand of grass shall be defined as any grass area with no spots greater than one square foot. Areas failing to show a uniform thick, healthy stand of grass after the maintenance period shall be reseeded at the Contractor's expense. Reseeded areas will be subject to inspection for acceptance. 8-01.3(9) Sediment Control Barriers SECTION 8-01.3(9)D IS SUPPLEMENTED BYADDING THE FOLLOWING. 2nd Ave.Ped Improvements/Madfai 8- 10 October 18,2007 Federal Aid Number: CM-9917(008) Project Number: 05-3010 Inlet D 8-01.3 9 r( ) e Protection Prior to clearing and grubbing, all catch basins near disturbed areas shall be fitted with inlet protection to prevent mud, silt and other debris from entering the storm sewer system. The Contractor shall maintain the inlet protection on a regular schedule as recommended by the manufacturer or as directed by the Engineer. At no time shall more than one foot of sediment be allowed to accumulate within a catch basin. The Contractor shall clean all catch basins and conveyance lines prior to paving. The cleaning operation shall not flush sediment-laden water into the downstream system. SECTION 8-01.3(1 S)IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-01.3(15) Maintenance The E.S.C. facilities shall be inspected daily by the Contractor and maintained as necessary to ensure their continued function and operation. All sediment and material that accumulates as a result of the temporary erosion control measures must be removed and disposed properly. The Erosion and Sediment Control (ESC) Lead, as described in Section 8-01.3(1)B shall keep the Engineer informed of all areas of sediment accumulation; and the Contractor shall remove and dispose of all sediment and debris collected by the silt fences, inlet protection, straw bale barriers and sediment traps, as directed by the Engineer. The Contractor must obtain prior authorization by the Engineer before any material removal activities commence. This maintenance requirement also applies during any winter shut down. - W E TI SECTION 8 01.3 IS SUPPLEMENTED BYADDING THE FOLLOWING NE NS.S C O 8-01.3(18) Vehicle Maintenance and Storage Water used for washing vehicles and equipment shall not be allowed to enter storm drains or other State waters unless separation of petroleum products, fresh concrete products or other deleterious material is accomplished prior to discharge. Detergent solution may be discharged into sanitary sewer or allowed to be held on ground for percolation. A recirculation system for detergent washing is recommended. Steam cleaning units shall provide a device for oil separation. Handling and storage of fuel, oil and chemicals shall not take place adjacent to waterways. The storage shall be made in dike tanks and barrels with drip pans provided under the dispensing area. Shut-off and lock valves shall be provided on hoses. Fuel, oil, and chemicals shall be dispensed only during daylight hours unless the dispensing area is properly lighted. Disposal of waste shall not be allowed on fuel, oil, and chemical spills. Fencing shall be provided around storage area. Locks shall be provided on all valves,pumps, and tanks. 2nd Ave.Ped Improvements/Madfai 8- 1 1 October 18,2007 Federal Aid Number: CM-9917(008) Project Number: 05-3010 8-01.3(19) Failure to Perform TESCP If the Contractor fails to install the required TESCP measures, or to perform maintenance in a timely manner, or fails to identify deficiencies, and fails to take immediate action to install additional approved measures, all fines, costs of cleanup, and costs for delays and down time shall be borne by the contractor. SECTION 8-01.5 IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-01.5 Payment The unit contract price per each for"Inlet Protection" shall be full pay for furnishing all labor, materials, tools and equipment necessary to construct, maintain, and remove when no longer required, this temporary erosion control measure. No other further compensation will be made. The unit price per square yard for"Clear Plastic Covering" (6 mil polyethylene sheets) shall constitute complete compensation for furnishing, staking, maintaining and protecting, the material in place (including sand bags and stakes) on all exposed soils per the Standard Specification and as directed by the Engineer. The unit contract price per Day for"BSC Lead" shall be full pay for all duties outlined in Section 8-01.3(1)B (Erosion and Sediment Control (ESC) Lead) in full day increments. 8-02 ROADSIDE RESTORATION SECTION 8-02.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.1 Description Drawings and Specifications: Definitions: The word"provide"means "furnish and install" (for landscaping only). Dimensions and Measurements: Dimensions govern when shown. Scale is approximate. Contractor shall check all dimensions in the field and verify them with respect to adjacent or incorporated work. Any discrepancies in the drawings shall be brought to the immediate attention of the Engineer before work proceeds further. Number of Specified Items Required: Wherever in these special provisions an article, device or piece of equipment is referred to in the singular number, such reference shall include as many such items as are shown on drawings or required to complete the installation. 2nd Ave Ped Improvements/Madfai 8- 12 October 18,2007 Federal Aid Number: CM-9917(008) Project Number: 05-3010 .02-SECTION 1IS SUPPL EMENTED CEMENTED BYADDING THE FOLLOWING NEW SECTION: 8-02.1(1) Submittals The Contractor shall submit within 20 days after Notice to Proceed date a list of all plant material indicating source of supply, order invoice, size and quantity for such species or variety. All plant materials shall meet requirements of State and Federal laws with respect to inspection for plant diseases and infestations. Inspection certificates required by law shall accompany each shipment of plant material and submitted to the Engineer. SECTION 8-02.2 IS DELETED AND REPLACED BY THE FOLLOWING. 8-02.2 Materials Materials shall meet the requirements of the following sections: Topsoil Type A, Type B, and Type C........................9-14.1 Special Base Course...................................................9-14.1(1)D Seed............................................................................9-14.2 Fertilizer.....................................................................9-14.3 Mulch and Amendments............................................9-14.4 Wood Cellulose Fiber................................................9-14.4(2) Special Planting Mixture ...........................................9-14.4(10) Matting.......................................................................9-14.5 Plant Materials...........................................................9-14.6 Street Trees................................................................9-14.6(1)A Stakes, Guys and Wrapping.......................................9-14.7 TreeTies....................................................................9-14.7(1) Irrigation Water..........................................................9-25.2 Botanical identification and nomenclature of plant materials shall be based on descriptions by Bailey in"Hortus Third" or superseding editions and amendments. 8-02.3 Construction Requirements SECTION 8-02.3(1)IS SUPPLEMENTED BYADDING THE FOLLOWING. 8-02.3(1) Responsibility During Construction The Contractor shall at all times keep the planted areas free from accumulations of waste materials or rubbish. Upon completion of the planting work, the Contractor shall immediately remove all refuse and debris resulting from the planting activities. The project will not receive either preliminary or final approval if the cleanup does not meet with the approval of the Engineer. 2nd Ave.Ped lmprovements/Madfai 8- 13 October 18,2007 Federal Aid Number: CM-9917(008) Project Number: 05-3010 FOLLOWING. SECTION 8 02.3(3)IS SUPPLEMENTED BYADDING THE FOLLO W 8-02.3(3) Planting Area Weed Control During the maintenance period, all weeds are to be removed by hand. SECTION 8-02.3(5)IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-02.3(5) Planting Area Preparation The Contractor shall excavate planting pits to a depth of three feet below the top of adjacent sidewalks, or adjacent ground if trees are not being planted in sidewalk cutouts. Tree pits shall be about three feet in diameter, and shall be neat and uniform basins around each tree. The Contractor shall then place special planting mixture into the tree basins, bringing to grade about one and one-half foot below the top of the planter by compaction by repeated watering. Refer to Section 8-02.3(4) of the Standard Specifications. SECTION 8-02.3(7)IS SUPPLEMENTED BYADDING THE FOLLOWING. 8-02.3(7) Layout of Planting The location of street trees shall be according to the tree placement details, unless otherwise directed by the Engineer. The Contractor shall stake street tree locations and receive the approval of the Engineer before construction begins. Trees shall be placed at all points where sidewalks are partially blocked out as shown on the tree placement details. SECTION 8-02.3(8)IS SUPPLEMENTED BYADDING THE FOLLOWING. 8-02.3(8) Planting All trees shall be carefully placed in the tree pits to prevent damage to fibrous root systems during placement and backfilling operations, with burlap removed. Trees shall be set vertically in the center of the pits, backfilled with special planting mixture, watered and settled so that the crown of the root ball will have the same relation to finished grade as it bore to the grade of the ground from which it was dug. Planting mixture shall obtain a grade two inches below the top of the tree pit and shall be firmly compacted. All street trees shall be planted in general conformance to Kent Standard Details as shown on sheet 4 of the construction plans. A sufficient amount of water shall be given each tree immediately after planting to eliminate air pockets around the roots and to supply moisture to ensure life. 2nd Ave.Ped Improvements/Madfai 8- 14 October 18,2007 Federal Aid Number: CM-9917(008) Project Number: 05-3010 SECTION 8-02.3 9 IS SUPPLEMENTED BYADDING THE FOLLOWING. O 8-02.3(9) Pruning, Staking, Guying, and Wrapping Pruning shall be limited to the minimum amount necessary to remove injured twigs and branches. Only cut injured limbs to the nearest lateral bud. Do not apply tree wound paint or petroleum product to tree cuts. The Contractor shall use rootball bracing (triangle method) rather than staking or guying to support new trees. SECTION 8-02.3(ll)IS REVISED AS FOLLOWS: 8-02.3(11) Bark or Wood Chip Mulch Revise all references in this section from bark or wood chip mulch to "compost or xylem wood chips". SECTION 8-02.3(13)IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.3(13) Plant Establishment The Contractor is responsible for maintaining all trees and shrubs in a clean and thriving condition for a period of not less than one calendar year. The period of maintenance shall begin upon final installation and inspection of work, and subsequent written notification by the Engineer. Maintenance shall include all necessary cleaning, weeding, pruning, watering, and one supplemental feeding with approved fertilizer. The Contractor shall water all trees and shrubs minimum f once per week during a o p g the months of June through September to establish the vegetation during the dry summer months. Maintenance of this watering schedule is critical to the survival of the trees and shrubs. SECTION 8-02.3(14)IS SUPPLEMENTED BYADDING THE FOLLOWING. 8-02.3(14) Plant Replacement The Contractor shall replace all trees and shrubs which, in the opinion of the City Nursery Supervisor, have failed to establish themselves during the maintenance period at his sole expense. All replacement planting shall be conducted in conformance to these specifications. SECTION 8-02.3 IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTION: 8-02.3(17) Plant and Site Protection During Entire Construction Period The Contractor shall: 2nd Ave.Ped Improvements/Madfai 8- 15 October 18,2007 Federal Aid Number: CM-9917(008) Project Number: 05-3010 against injury and damage, 1. Protect existing trees to remain and newplants ag � ry g , including but not limited to: cutting, breaking, or skinning of roots, trunk or branches, or smothering by stockpiling construction material, or compaction by equipment. 2. Keep all heavy equipment(e.g., backhoe) outside of the drip lines of all existing trees, so as not to damage the root systems. 3. Notify Engineer immediately if a conflict arises between construction activity and the protection of trees and shrubs; alter methods as necessary and as approved by the Engineer. SECTION 8-02.5 IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-02.5 Payment The unit contract price per each for"Street Tree Planting and Staking" constitutes complete compensation for all labor, materials, tools and equipment necessary for planting and staking street trees in accordance with the plans and the Kent Special Provisions. This item includes but is not limited to root barriers, mulch, fertilizer, watering, water tubes,planting mixture, tree ties and stakes, and for watering and maintaining trees for a period of not less than two calendar years. The unit contract price per cubic yard for"Topsoil Type A" constitutes complete compensation for all labor, materials, tools and equipment necessary to supply and spread the topsoil in the areas shown on the plans, or where directed by the Engineer. This item includes but is not limited to the labor required for raking and compacting the topsoil, cleanup and complete preparation ready for seeding. The unit bid price per each for"48 Inch Square Ductile Iron"Kent"Tree Grate (2 Pieces)" shall constitute complete compensation for all labor, materials, tools and equipment necessary to manufacture or otherwise procure the tree grates according to the specifications on the pattern available from the City. The tree grates shall be made from ductile iron only. Cast iron grates shall not be accepted. The Contractor shall be responsible to provide and install the ductile iron tree grates prior to project completion. The unit bid price per each for"Tree Grate and Frame Installation" constitutes complete compensation for all labor, materials, and equipment to construct the frame and install the tree grate as shown on the plans. This includes the excavation for forms, fabricating and installing the tree grate frames and root barriers, cutting, fitting, and installing the tree grates, and any additional work or items necessary for the satisfactory completion of the installation. The unit contract price per acre for"Seeding, Fertilizing and Mulching" shall be full pay for all labor, materials tools and equipment necessary to complete the above said hydroseeding, seeding, fertilizing and mulching at the locations shown on the plans, including the following areas: a. All planter areas or areas disturbed by the Contractor's operations behind the sidewalk, even where it is only a narrow strip. b. All biofiltration swales. 2nd Ave.Ped Improvements/Madfai 8- 16 October 18,2007 Federal Aid Number: CM-9917(008) Project Number: 05-3010 C. Detention pond site. d. Other areas as directed by the Engineer. Water, fertilizer and mulch shall be provided by the Contractor as necessary to maintain and establish the seeded areas and is considered incidental to this bid item. Topsoil Type B is considered incidental to this bid item unless a specific bid item is listed in the proposal. The cost of baffling or blocking over spray as required to prevent over spray onto the sidewalk, curbing and non-planter areas is incidental to the unit price. The unit contract price per ton for"Special Base Course"constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to haul, place, finish grade, and compact the material as shown on the plans. 8-03 IRRIGATION SYSTEMS SECTION 8-03.1 IS SUPPLEMENTED BYADDING THE FOLLOWING. 8-03.1 Description This work shall consist of removal and modification of existing irrigation systems and installation of new components as necessary to accommodate the new roadway improvements. The design and actual configuration of these systems is unknown. As these systems are located in the field, the extent of the work and materials needed will be determined to keep the remaining portions of these systems operational. SECTION 8-03.3 IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-03.2 Construction Requirements The Contractor shall submit to the City a schematic plan of the work to be done and the components to be installed for review and approval prior to proceeding with the work. SECTION 8-03.5 IS DELETED AND REPLACED WITH THE FOLLOWING. 8-03.5 Payment The bid item"Existing�Irri atg ion Systems Removal and Modifications" shall be paid by force account in accordance with Section 1-09.6. This payment shall constitute complete compensation for all labor, tools, materials and equipment necessary to complete the work described above as approved by the City. This item also includes all costs to submit plans and obtain approval from the City for the work to be completed. For the purpose of providing a common proposal for all bidders, the City has entered an estimated amount for force account for this item in the proposal to become part of the total bid by the Contractor. 2nd Ave.Ped Improvements/Madfai 8- 17 October 18,2007 Federal Aid Number: CM-9917(008) Project Number: 05-3010 8-04 CURBS, GUTTERS,AND SPILLWAYS SECTION 8-04.3(1) IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-04.3(1) Cement Concrete Curbs, Gutters and Spillways The City will provide control staking in accordance with Section 1-05.5(6) of the Kent Special Provisions. If the curb and gutter flow line is found to deviate from the flow line shown on the plans by more than 0.03 foot, the Contractor shall remove the faulty section of curb and gutter and replace it with a new section meeting specifications. The removal and replacement shall be at no cost to the City. SECTION 8-04.4 IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-04.4 Measurement Measurement of cement concrete curb and cement concrete curb and gutter, when constructed across wheel chair ramps and/or driveways, will include the widths of the wheel chair ramp and/or driveway. SECTION 8-04.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING. 8-04.5 Payment Add the followingto Section 8-04.5 of the Standard Specifications: P "Cement Concrete Curb and Gutter"per linear foot. "Cement Concrete Extruded Curb Type 6"per linear foot. The unit contract price per linear foot for the above items shall be considered complete compensation for all materials, labor, tools and equipment required to install the curbs in accordance with the plans, specifications and as directed by the Engineer. 8-06 CEMENT CONCRETE DRIVEWAY ENTRANCES SECTION 8-06.3 IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-06.3 Construction Requirements Cement Concrete Driveways shall be installed at the locations indicated on the plans or where directed by the Engineer. See Kent Standard Detail 6-5(b) Modified. Cement concrete driveways and associated cement concrete curb drops shall be constructed using a 3-day mix. In addition, the Contract shall immediately implement temporary provisions for access so that no driveway is out of service. Also the Contractor shall not simultaneously work on more than one driveway serving a property. 2nd Ave.Ped Improvements/Madfai 8- 18 October 18,2007 Federal Aid Number: CM-9917(008) Project Number: 05-3010 SECTION 8-06.S IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-06.5 Payment The unit contract price per square yard for"Cement Concrete Driveway, 8 Inch Depth, Reinforced" constitutes complete compensation for all materials, labor and equipment required to install 8"thick cement concrete driveway in accordance with the plans and specifications. Reinforcing steel in the driveway shall be included in this bid item. Reference City of Kent Standard Detail 6-5(b) and 6-5(b)Modified. 8-14 CEMENT CONCRETE SIDEWALKS SECTION 8-14.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-14.1 Description This work shall also consist of constructing wheel chair ramps at all street intersections, curb return driveways, or other locations in accordance with these specifications and in reasonable close conformity to the dimensions and cross- sections shown in the plans and to the lines and grades as staked by the Engineer. SECTION 8-14.3(3)IS DELETED AND REPLACED WITH THE FOLLOWING: 8-14.3(3) Placing and Finishing Concrete The concrete shall be placed in the forms and struck off with an approved straightedge. As soon as the surface can be worked, it shall be troweled smooth with a steel trowel. After trowlin and before installing the contraction joints or perimeter edging, the g g J p walking surfaces of the sidewalk and ramps shall be brushed in alternating direction with a stiff bristled broom. The curb face and top on the monolithic cement concrete curb and sidewalk and the cement concrete sidewalk with raised edge shall be smooth: Expansion and contraction Joints shall be constructed as shown In the Standard plans. When the sidewalk abuts a cement concrete curb or curb and gutter, the expansion joints in the sidewalk shall have the same spacing as the curb. The expansion joint shall be filled to full cross-section of the sidewalk with 3/8-inch premolded joint filler. Sidewalk ramps shall be of the type specified in the plans. The detectable warning pattern shall have the truncated dome shape shown in the Standard Plans and may be formed by either embossing the wet concrete, adding a manufactured material after the concrete has cured, or installing masonry or ceramic tiles. When masonry or ceramic tiles are used, the Contractor shall block out the detectable warning pattern area to the depth required for installation of the tiles and finish the construction of the concrete ramp. After the concrete has set and the forms have been removed, the Contractor shall install the tiles using standard masonry practices. The two-foot wide detectable warning pattern area on the ramp shall be yellow and shall match the 2nd Ave.Ped Improvements/Madfai 8- 19 October 18,2007 Federal Aid Number: CM-9917(008) Project Number: 05-3010 color of"Standard Interstate Yellow" paint asspecified in Formula K-2-83. Yellow masonry paint for precast curbs, Formula H-3-83, may be used for truncated dome patterns embossed into the concrete surface. SECTION 8-14.5 IS SUPPLEMENTED BYADDING THE FOLLOWING. 8-14.5 Payment Payment will be made in accordance with Section 1-04.1 for the following bid items when included in the Proposal: "Cement Concrete Sidewalk", per square yard "Cement Concrete Sidewalk Ramp Type IA", per each The unit bid per square yard or per each for the above items constitutes complete compensation for all materials, labor, tools and equipment necessary to install cement concrete sidewalk and wheelchair ramps as shown on the drawings and in accordance with the Kent Special Provisions. The unit price shall include but note be limited to: restoration of areas adjacent to sidewalks and ramps that are disturbed from sidewalk forms; and all other materials, labor, tools and equipment to fulfill the requirements or as directed by the Engineer. Crushed Surfacing Top Course and Asphalt Concrete Pavement Patch, Excavation and Gravel Borrow as required shall be paid for under separate bid items. Unit price shall also include all work necessary to discontinue sidewalk panels at locations of existing power poles. 8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS,AND ELECTRICAL SECTION 8-20.1 IS REVISED AS FOLLOWS: 8-20.1 Description THE SECOND PARAGRAPH IS REVISED TO READ AS FOLLOWS: Unless otherwise noted in the plans, the locations of traffic signal poles, controller cabinets, and street light standards are exact. The locations of junction boxes, conduits and similar appurtenances shown in the plans are approximate; and the proposed locations will be staked or similarly marked by the Contractor and approved by the Engineer. SECTION 8-20.1 IS SUPPLEMENTED BYADDING THE FOLLOWING: Description of work (2nd Avenue and Smith Street Service Cabinet Modifications) This project involves furnishing and installing all items required for modifying the service cabinet to accommodate the new ornamental light system and street tree pit electrical receptacles All work shall be performed as shown in the plans in accordance with applicable Standard Specifications, Special Provisions and Standard Plans. 2nd Ave.Ped Improvements/Madfai 8-20 October 18,2007 Federal Aid Number: CM-9917(008) Project Number. 05-3010 SECTION 8-20.2(1) IS REVISED BY ADDING THE FOLLOWING TO PARAGRAPH 3, FOLLOWING ITEM 2: 8-20.2(1) Equipment List and Drawings 3. Photometric curve data provided in electronic format IES format files provided on a 3 1/2 inch diskette or CD-ROM disk. 4. Photometric calculations showing that the proposed luminaire meets the minimum street lighting requirements of the City of Kent. These calculations will include and reflect all of the information specified in City of Kent Development Assistance Brochure #6-1, Street Lighting Requirements, for the appropriate roadway classification for the subject City street. 5. Catalog Cuts and/or ordering information clearly showing selected luminaire options. 8-20.3 Construction Requirements SECTION 8-20.3(2)IS REVISED AS FOLLOWS: 8-20.3(2) Excavating and Backfilling THE THIRD PARAGRAPH IS REVISED TO READ: The excavations shall be backfilled in conformance with the requirements of Section 2-09.3(1)E, Structure Excavation. SECTION 8-20.3(5) IS REVISED AS FOLLOWS. 8-20.3(5) Conduit THE SECOND PARAGRAPH IS REPLACED IN ITS ENTIRETY WITH THE FOLLOWING: The size of conduit used shall be that size shown in the plans. Conduits smaller than 2-inch electrical trade size shall not be used. No conduit run shall exceed 225 degree total bends in any run without prior approval of the Engineer. THE FOLLOWING PARAGRAPH IS ADDED AFTER THE SECOND PARAGRAPH. The Contractor shall install 1/4 inch diameter nylon pull rope in all conduit runs. A tracer wire terminating within junction boxes shall be installed in all conduits intended for future use. The tracer wire shall be uninsulated #12 AWG stranded copper. THE FOLLOWING CHANGES APPLY TO THE NUMBERED ITEMS FOLLOWING THE WORDS"Galvanized steel conduit shall be used at the following locations:": Item 1. Change to read "All State highway roadbed crossings" Item 3. Contents are deleted, leaving it BLANK 2nd Ave.Ped Improvements/Madfai 8-21 October 18,2007 Federal Aid Number: CM-9917(008) Project Number: 05-3010 SECTION 8-20.3(8) IS REVISED AS FOLLOWS: 8-20.3(8) Wiring THE THIRD PARAGRAPH OF THIS SECTION IS DELETED AND REPLACED BY THE FOLLOWING. All splices in underground illumination circuits and induction loops circuits shall be installed within junction boxes. The only splice allowed in induction loop circuits shall be the splice connecting the induction loop lead in conductors to the shielded home run cable. Splices for illumination circuits, including two way, three way, four way and aerial splices, and splices for induction loop circuits shall be spliced with ' copper crimped solder-less connectors installed with an approved tool designed for the purpose to securely join the wires both mechanically and electrically. Splices shall then be wrapped with moisture sealing tape meeting the requirements of Sections 9-29.12(1) and 9-29.12(2) of the Special Provisions to seal each splice individually, unless otherwise specified by the Engineer. In no case shall epoxy splice kits be permitted. SECTION 8-20.5 IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-20.5 Payment The unit contract price per each for"Relocate Existing Junction Box to Finished Grade" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to relocate the specified structure to final finished grade as shown on the plans and described in the specifications. This work includes but shall not be limited to: referencing for future locates prior to overlay, excavating,backfilling, compacting, surfacing and restoration. Adjusting the grade by adding or removing risers, rings, or sections as required will be included in this bid item. Any adjustments made prior to the final finished elevation shall be considered incidental. Payment under this item shall include compensation for testing and miscellaneous items necessary to provide a complete and fully operational lighting system. The lump sum contract price for"Illumination System- Ornamental Lighting" constitutes complete compensation for all materials, labor, tools and equipment required to furnish and install aluminum lighting standard with 70W HPS post top luminaire and foundation(reference Section 9-29.6(7) and 9-29.10 of the Special Provisions), including tenon adaptor base, hardware, ballast, photoelectric control, wiring to the fuse holder, fuse kits, breakaway foundation coupling, decorative base cover and other items as specified. This bid item shall also include the cast-in-place foundation including excavating and backfill, forming, reinforcing steel, anchor bolts, conduit raceway, concrete placement, finishing, curing and testing. Also included in this bid item is the trenching, conduit, wiring, trench backfill sand bedding, connection to the service cabinet and any other items required for the fully functional Illumination System. Junction boxes will be paid for under separate bid items. 2nd Ave.Ped Improvements/Madfai 8-22 October 18,2007 Federal Aid Number: CM-9917(008) Project Number. 05-3010 Note: For the above Illumination lumpsum bid item a monthly payments hall s, the th y p y s s be based on a Schedule of Values as described below. Schedule of Values a. General Provide a detailed breakdown of the contract lump sum amounts showing values allocated to each of the various parts of the work, as specified herein and in other provisions of the contract documents. b. Submittals Prior to the first application for payment, submit a proposed Schedule of Values to the City. 1. Meet with the City and determine additional data, if any,required to be submitted. 2. Secure the City's approval of the Schedule of Values prior to submitting first application for payment. C. Progress Payments Monthly payments shall be based on the approved Schedule of Values and the estimated percentage of each item completed during the pay periods. The unit contract price per each for"Street Tree Pit Electrical Receptacles" shall be considered complete compensation for all labor, materials, supplies, tools and equipment necessary to furnish and install complete working receptacles in the street tree pits as shown on the plans. This item includes but is not limited to: excavation, backfilling, compacting,conduit, wire,receptacles, electrical boxes,connection to the power source, cleanup, disposal and any additional material sand work necessary to install the receptacles. The unit contract price per each for"Junction Box WSDOT Type II and Type VIII, Including Welding" shall be considered complete compensation for all labor, materials, supplies, tools and equipment necessary to furnish and install the junction boxes as shown on the plans. This item includes but is not limited to: excavation, backfilling compacting,junction boxes, adjusting to final grade, cleanup, disposal and any additional materials and work necessary to install the junction boxes. The bid item "Electrical Service Cabinet Modifications at 2nd Avenue and Smith Street" shall be paid by force account in accordance with Section 1-09.6. This payment shall constitute complete compensation for all labor,tools, materials and equipment necessary to modify the service cabinet with additional breakers and other items as approved by the City. This item also includes all cost to submit plans and obtain approval from the City for the work to be completed. 2nd Ave.Ped lmprovements/Madfai 8-23 October 18,2007 Federal Aid Number. CM-9917(008) Project Number: 05-3010 For the purpose of providing a common proposal for all bidders the City has entered P � p g p p � Y an estimated amount for force account for this item in the proposal to become part of the total bid by the Contractor. 8-21 PERMANENT SIGNING 8-21.3(4) Sign Removal SECTION 8-21.3(4) IS REVISED BY DELETING THE 4THSENTENCE AND BYADDING T THE FOLLOWING: Wood signs, wood sign posts, wood structures, metal sign posts, windbeams, and other metal structural members shall become the property of the Contractor and shall be removed from the project. Aluminum signs shall remain the property of the City. The Contractor shall bundle and band the signs, and deliver the signs to the Sign Shop at the City of Kent Maintenance Facility located at 5821 South 2401h Street (a.k.a. West James Street.) All signs shall be delivered to the Sign Shop prior to physical completion of the project. The Contractor shall be charged $2.00 per square foot for any signs that are lost or are rendered unusable as signs by the Contractor's operation. Also see Section 2-02.3 of the Kent Special Provisions. SECTION 8-21.3(5) IS SUPPLEMENTED BYADDING THE FOLLOWING. 8-21.3(5) Sign Relocation Relocated signs shall be installed on new wood posts unless otherwise specified on the plans, or by the Engineer. SECTION 8-21.5 IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-21.5 Payment The unit contract price per lump sum for"Removal of Traffic Signs" constitutes complete compensation for all labor, materials, supplies and equipment necessary to remove, dispose, salvage, or deliver the traffic signs shown on the plans and described in the specifications. 8-22 PAVEMENT MARKING SECTION 8-22.1 IS REVISED AS FOLLOWS. 8-22.1 Description THE TEXT UNDER Crosswalk Stripe IS REPLACED BY THE FOLLOWING: A series of pairs of parallel SOLID WHITE lines, 8-feet long, 8 inches wide, aligned parallel with the direction of traffic, with an 8 inch space between the lines. Pairs are located as shown in City of Kent Standard Detail 6-27(c). 2nd Ave.Ped Improvements/Madfai 8-24 October 18,2007 Federal Aid Number: CM-9917(008) Project Number: 05-3010 SECTION 22 DELETED SEC N 8. .2 IS D LETE AND REPLACED BY THE FOLLOWING: 8-22.2 Materials Material for pavement markings shall be white paint as noted in the Proposal and Bid Item Descriptions. All paint, shall be described in the Qualified Products List as "Temporary Pavement Marking Paint—Low VOC Solvent Based."Paint and sprayed material shall be applied with a top dressing of glass beads. All Paint shall comply with the specifications for no heat, instant dry pavement markings. Glass beads shall be AC-110 Highway Street Spheres, or pre-approved equal. Material for pavement markings shall be paint,plastic as noted in the bid item. Paint and plastic shall be selected from materials listed in the Qualified Products list (QPL). SECTION 8-22.3(2) IS SUPPLEMENTED BYADDING THE FOLLOWING PARAGRAPH TO THE END OF THIS SECTION: 8-22.3(2) Preparation of Roadway Surfaces The of roadway surfaces related to the installation of RPMs shall meet preparation Y the requirements of Section 8-09.3(1). SECTION 8-22.3 3 IS SUPPLEMENTED BYADDING THE FOLLOWING. S O G O 8-22.3(3) Marking Application The Contractor is responsible for providing traffic control and traffic control devices as necessary to direct vehicular traffic away from freshly painted traffic stripes until such time as the marking paint has completely dried. Failure to ensure reasonable protection for the undried paint stripes will result in the Engineer's decision to adjust the method of payment for damaged paint stripes. The Engineer's decision regarding the means of payment adjustment for vehicle damaged paint stripes Is final in this matter. SECTION 8-22.3(6)IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-22.3(6) Removal of Pavement Markings Where required for the construction of the project or where directed by the Engineer, the Contractor shall remove pavement markings. The pavement marking shall be obliterated until blemishes caused by the pavement marking removal conform to the coloration of the adjacent pavement. Painting is not an acceptable method for obliteration or removal of pavement markings. 2nd Ave.Ped Improvements/Madfai 8-25 October 18,2007 Federal Aid Number: CM-9917(008) Project Number: 05-3010 Where the project involves overlay or pavement, paint stripes do not have to be obliterated unless specifically called for on the Project Plans, or Traffic Control Plans. All plastic letters,plastic arrows, plastic stripes of all types, plastic buttons, and plastic lane markers shall be removed prior to any overlay of pavement or where the roadway is being rechannelized or where specified on the Plans. Also see Section 8-09.3(1) of the Kent Special Provisions. The City has not shown the existing pavement markings on the plans. The bidder shall visit the site to determine the extent, location and type of items to be removed. SECTION 8-22.4 IS DELETED AND REPLACED BY THE FOLLOWING. 8-22.4 Measurement Painted white edge line paint stripe shall be measured by the completed linear foot. The measurement for all painted stripes will be based upon a marking system capable of simultaneous application of two 4-inch lines with one 4-inch space between the two lines. No deduction will be made for the unmarked area when the pavement marking includes a skip stripe; and no additional measurement will be allowed when more than one line can be installed on a single pass of the marking system. SECTION 8-22.5 IS SUPPLEMENTEDB Y ADDING THE FOLLOWING. 8-22.5 Payment Payment will be made in accordance with Section 1-04.1, for each of the following bid items that are included in the Proposal: "Plastic Stop Line", per linear foot. "White Edge Line Paint Stripe",per linear foot. "Plastic Crosswalk Line", per square foot. 8-23 TEMPORARY PAVEMENT MARKINGS THE FIRST PARAGRAPH OF SECTION 8-23.1 IS DELETED AND REPLACED BY THE FOLLOWING. 8-23.1 Description The work shall consist of furnishing, installing and removing temporary pavement markings. Temporary pavement markings shall be provided where noted in the plans and for all lane shifts and detours resulting from construction activities. Temporary pavement markings shall also be provided when permanent markings are eliminated because of construction operations. Temporary pavement markings shall be maintained in serviceable condition throughout the project until permanent markings are installed. Temporary pavement markings that are damaged shall be repaired or replaced immediately. Edge lines shall be installed unless otherwise specified in the Contract. 2nd Ave.Ped Improvements/Madfai 8-26 October 18,2007 Federal Aid Number: CM-9917(008) Project Number: 05-3010 8-28 POTHOLE UTILITIES 8-28.1 Description This work shall consist of potholing utilities at the locations shown on the plans and described in the specifications. The Contractor shall notify the Engineer, a minimum of 24 hours before the pothole work is performed, to coordinate the work with Survey. Each pothole shall include standby time to allow Surveyors to accurately measure the location and depths of existing utilities. 8-28.2 Materials Backfill and surfacing material shall match conditions of pothole location. Pothole work located in asphalt concrete pavement, shall be backfilled with gravel borrow and crushed rock, then patched with asphalt cold mix. Pothole work located in cement concrete shall be backfilled with gravel borrow,then patched with cement concrete. Pothole work not on paved surfaces shall be backfilled with native material. ! 8-28.3 Construction Requirements The pothole shall be of sufficient size and depth to expose existing utilities to determine potential conflicts and verify compatibility with designs. Excavation; hauling, dewatering; backfill, compaction, surface restoration, and cleanup are included with this work. 8-28.4 Measurement Pothole utilities shall be measured per pothole work performed. P p 8-28.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: The contract price per each for"Pothole Utilities" constitutes complete compensation for all labor, materials, tools, supplies, and equipment necessary to pothole utilities at the locations shown on the plans and described in the specifications. 8-33 PROJECT SIGNS 8-33.1 Description This work shall consist of furnishing, constructing, and maintaining project signs complying with the requirements of these specifications where shown in the plans or where directed by the Engineer. Used project signs may be available for refurbishing when available, and when the Engineer approves. The Contractor shall pick up used signs (when available) at the City Maintenance Shop on West James 2nd Ave.Ped lmprovementVMadfa, 8-27 October 18,2007 Federal Aid Number: CM-9917(008) Project Number: 05-3010 Street telephone 253 856-5600. All project signs new or refurbished become the p ( ) p J g ( ) property of the City at the end of the project, and the Contractor shall in all cases return project signs to the same facility when so directed by the Engineer. 8-33.2 Materials Sign materials shall generally conform to the following requirements: Sign Board.................1/2 inch MDO G2S (good two sides)plywood. Braces.........................2 inch x 4 inch Fir Posts...........................4 inch x 4 inch or 4 inch x 6 inch Fir, depending on design required by Engineer. Paint...........................Good quality exterior enamel. Primer.........................Good quality primer compatible with selected enamels Letters ........................Premium quality vinyl with self-stick back or hand painted enamel meeting requirement for paint. Decal..........................Furnished by the City of Kent. 8-33.3 Construction Requirements 8-33.3(1) Erection of Posts All posts shall be set reasonably vertical, and deep enough to sustain sign and expected wind loads as determined by the Engineer. 8-33.3(2) Design A Three 3 vertical 4 inch x 4 inch Fir posts shall be attached to the sign board as ( ) P g shown in Kent Standard Detail 6-13. Three horizontal 2 inch x 4 inch Fir braces shall be attached to the back of the sign board, one each on the top, the bottom, and in the middle. Attachment of posts and bracing shall meet with the approval of the Engineer. 8-33.3(3) Design B Fasten three (3) vertical 4 inch x 6 inch Fir posts evenly spaced at the back of the sign board. Posts shall be of break-away design with no more than 12.25 square inches of drilled shear area at a point 2 inches above the ground, or as directed by the Engineer. Three horizontal braces shall be attached to the back of the sign board as described in Design A. Attachment of posts and bracing shall meet with the approval of the Engineer. Reference Kent Standard Detail 6-13. 8-33.3(4) Painting The face and edges of the 1/2 inch plywood sign board shall have one prime coat and two coats of exterior enamel. The posts, braces, and back of the sign board shall each have one coat of primer and exterior enamel. Paint enamel colors shall be red, blue, black and white as specified on Standard Detail 6-13 of the Special Provisions. 2nd Ave Ped Improvements/Madfai 8-28 October 18,2007 Federal Aid Number: CM-9917(008) Project Number- 05-3010 8-33.3 5O Letter Types The letter type shall be solid Helvetica medium, except in the cartoon balloon which shall be as indicated on Standard Detail 6-13 of the Special Provisions. 8-33.3(6) General Layout The general layout shall conform to Kent Standard Detail 6-13. 8-33.4 Measurement Project signs will be measured by the installed and maintained unit. Failure of the Contractor to adequately maintain the project signs—as determined by the Engineer—shall be deemed noncompliance with this Specification. 8-33.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: The unit contract per each for"Project Sign"price constitutes complete compensation for furnishing all labor and materials, refurbishing, constructing, and maintaining the project sign for the life of the project or until ordered removed by the Engineer. Failure to procure used signs when available or adequately maintain and return project signs to the City of Kent Maintenance Shop shall be deemed reasonable grounds for the Engineer to adjust the payment made under this bid item. Said adjustment shall be determined solely by the Engineer and is not negotiable except at the Engineer's discretion. 8-35 UNDERGROUNDING OF ELECTRICAL FACILITIES 8-35.2 Materials The backfill material for trench and vault excavations shall conform to the requirements of Gravel Borrow except, the maximum size stone shall not exceed 4 inches. 8-35.3 Construction Requirements 8-35.3(2) Trench Excavation and Backfill for Electrical, Telephone and TV The excavation required for the installation of electrical conduit shall be performed by the Contractor. The trenches shall not be excavated wider than necessary for the proper installation of the electrical appliances. The excavation shall be backfilled in conformance with other applicable requirements as outlined elsewhere in these Special Provisions and Standard Specifications. Typical trench details are shown on the plans. 2nd Ave.Ped ImprovemenWMadfai 8-29 October 18,2007 Federal Aid Number: CM-9917(008) Project Number 05-3010 I shall be the Contractors responsibility to coordinate his work with the serving t p y g utility prior to and during construction and shall protect the owner against any and all damages arising therefrom. 8-35.3(4) Backfill for Electrical, Telephone and TV Trench Wherever a trench is excavated in a paved roadway, sidewalk or other areas where minor settlement would be detrimental and where the native excavated material is not suitable for compaction as backfill, the trench shall be backfilled with the specified granular backfill, as the Engineer may direct. The backfill material shall be place4d in successive layers, not exceeding twelve (12) inches in loose thickness, each layer shall be compacted to at least 95 percent of maximum dry density in accordance with ASTM D-1557. 8-35.3(5) Trench Restoration For undergrounding outside of the street construction limits, pavement patching shall be accomplished in accordance with applicable portion of these Standard Specifications and General Special Provisions. The Contractor shall also restore to a condition equal to the original condition, improvements such as pavement markings, trees, signs, sidewalks, curbs and other underground utilities, etc., which were damaged or removed during construction in accordance with the section for general restoration of the General Special Provisions. 8-35.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: The unit contract bid price per ton for"Sand for Conduit Bedding" shall constitute complete compensation for all materials, equipment, tools and supplies necessary to furnish and install the sand for bedding the conduit as shown on the plans and as specified herein. The unit contract price per ton for"Crushed Surfacing Top Course, 5/8 Inch Minus for Backfill for Utility Trench and Vault Excavation" constitutes complete compensation for furnishing, hauling, placing, and compacting the material as shown on the plans and described in the specifications. The bid item price includes but is not limited to: preparing the crushed surfacing in the excavated trench for placement of conduits at their appropriate depths, and preparing the crushed surfacing in the excavated pits for the placement of utility vaults to the final finished grade, excavating, locating, hauling, mixing,placing, shaping and compacting the crushed surfacing and for any other work which is necessary for completing the crushed surfacing for trench backfill. 2nd Ave.Ped Improvements/Madfai 8-30 October 18,2007 Federal Aid Number: CM-9917(008) Project Number: 05-3010 DIVISIO — MAT RIALS 9-03 AGGREGATES SECTION 9-03.14(1)IS DELETED AND REPLACED BY THE FOLLOWING: 9-03.14(1) Gravel Borrow Gravel Borrow material shall consist of pit-run granular material conforming to the following gradation: Sieve Size Percent Passing 3Inch* 100 3/4 Inch 65 - 100 U.S. No. 4 25 - 70 U.S. No. 10 10 - 50 U.S. No. 40 0- 30 U.S. No. 200 0 - 5 Sand equivalent 50 min. The maximum passing the U.S. No. 200 sieve is limited to five percent(5%)based on the minus #4 inch fraction. Sieve analysis shall be used to verify that this requirement is met. Recycled materials such as broken concrete or asphalt, shall not be allowed unless specifically authorized in advance by the Engineer. Where additional materials are required to formulate the street sub-base to the cross section denoted in the plans, said additional material shall be Gravel Borrow. * The maximum size of stone for geosynthetic reinforced walls or slopes shall be 100 percent passing 1 1/4 inch square sieve and 90 to 100 percent passing 1 inch square sieve. All other sieve values continue to apply. 9-14 EROSION CONTROL AND ROADSIDE PLANTING SECTION 9-14.1(1)IS SUPPLEMENTED BYADDING THE FOLLOWING: 9-14.1(1) Topsoil Type A Topsoil Type A shall be free of weeds and consist of the Special Planting Mixture per Section 9-14.4(l 1) of these Special Provisions with commercial fertilizers added as specified herein and having a pH range of 5.0 to 6.0. 2nd Ave.Ped Improvements/Madfai 9- 1 October 18,2007 Federal Aid Number: CM-9917(008) Project Number: 05-3010 SECTION 9-14.1 1 IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTIONS: 9-14.1(1)A Rotted Manure Rotted manure shall consist of well-rotted, unleached cattle manure not containing more than one third part shavings, sawdust, or refuse and shall be free of noxious weed or grass seed. 9-14.1(1)B Peat Peat shall consist of fibrous sedge, wood or reed type peat, containing less than twenty percent ash by dry weight. It shall have a moisture content of less than fifty percent by weight and shall have been thoroughly aerated during the drying process. 9-14.1.(1)C Sandy Loam Sandy loam shall consist of soil having a maximum clay content of ten percent by weight. In addition, soil particles shall meet the following requirements for grading: Passing 1 inch sieve (square opening).................100/o 0 Passing 1 mm sieve..............................................80% minimum Passing 0.15 mm sieve.........................................15% maximum 9-14.1(1)D Special Base Course "Special Base Course" shall be a mixture of Washed Gravel and Special Planting Soil meeting the requirements of Section 9-14.4(11) with the following properties: 1. The Special Base Course mix shall be compactable to 90% of the maximum density in accordance with 2-03.3(14)D. Adjust ration of Washed Gravel and Special Planting Soil as required to meet compaction requirements. 2. Washed Gravel shall meet the following particle size and distribution: Size Sieve Percent Passing 2" ASTM D422-63 100.0 1-1/2" ASTM D422-63 73.3 1" ASTM D422-63 15.2 3/4" ASTM D422-64 0.2 3. Washed Gravel shall be tested to determine the percent of void space in the materials as follows: %Voids= dry bulk specific gravity x density of water- unit da weight of soil x 100 dry bulk specific gravity x density of water 2nd Ave.Ped Improvements/Madfai 9-2 October 18,2007 Federal Aid Number: CM-9917(008) Project Number. 05-3010 4. After percent of voids ace is determined Special Planting Soil shall be added P p � p g and mixed with washed gravel based upon test results to fill inner voids of Washed Gravel to 95% to 100%total voids. Special Planting Soil shall fill voids completely and uniformly. Avoid overfilling the voids which can cause compaction of Special Planting Soil and Separation of washed gravel material. 5. Washed Gravel shall be sufficient strength to withstand compaction efforts without excessive crushing. SECTION 9-14.2 IS SUPPLEMENTED BYADDING THE FOLLOWING: 9-14.2 Seed Hydroseed: Seed shall be"Blue Tag" or certified quality. The Contractor shall deliver in unopened containers with mixture seed content and inert material content plainly marked on the outside of the container. Grasses used shall meet the following specifications: Mix A (Roadside Grass): Weight Seed Mix"A" Min. % Min. % Max. % Proportion Ingredient Pure Seed Germination Weed Seed 40% Perennial Ryegrass 98% 90% 0.5% 30% Creeping Red Fescue 98% 85% 0.5% 10% Colonial Bentgrass 98% 90% 0.5% 10% Crested Wheatgrass 95% 85% 0.5% 10% White Dutch Clover 98% 90% 0.5% (Pre-inoculated) Mix B (Playground Grass): Weight Seed Mix`B" Min. % Min. % Max. % Proportion Ingredient Pure Seed Germination Weed Seed 10% Creeping Red Fescue 95% 90% 0.5% 10% Chewings Fescue 95% 90% 0.5% 5% Kentucky Bluegrass 95% 90% 0.5% 40% Perennial Ryegrass 95% 90% 0.5% 20% Alta Tall Fescue 95% 90% 0.5% 15% Annual Ryegrass 95% 90% 0.5% 2nd Ave.Ped Improvements/Madfai 9-3 October 18,2007 Federal Aid Number CM-9917(008) Project Number: 05-3010 Mix C Wetland Grass): Weight Seed Mix"C" Min. % Min. % Max. % Proportion Ingredient Pure Seed Germination Weed Seed 52% Pregerminated Annual Ryegrass (Lolium multiflorum) 98% 95% 0.5% 19% Blue Wildrye (Elymus glaucus) 98% 95% 0.5% 19% Native Red Fescue (Festuca rubra var. rubra) 98% 95% 0.5% 3% Tufted Hairgrass (Deschampsia caespitosa) 98% 95% 0.5% 2% Native California Brome (Bromus carinatus) 98% 95% 0.5% 2% Bluejoint Reedgrass (Calamagrostis canadensis) 98% 95% 0.5% 2% Tall Mannagrass (Glyceria elata) 98% 95% 0.5% 1% American Sloughgrass (Beckmania syzigachne) 98% 95% 0.5% The Contractor shall submit to the Engineer the manufacturer's Certificate of Conformance for seed. A complete analysis of the seed shall be submitted to the City for approval including percent of pure seed, germination, other crop seed, inert and weed and the germination test date. The City reserves the right to reject any or all plant material at any time until final inspection or acceptance. The Contractor shall remove rejected plants immediately from site. The Contractor shall produce upon request sales receipt for all nursery stock and certificates of inspection. SECTION 9-14.3 IS SUPPLEMENTED BYADDING THE FOLLOWING. 9-14.3 Fertilizer Fertilizer for trees: Fertilizer shall consist of commercial fertilizer(6-10-8), "Jobe's Tree Stakes", or"Agriform Slow Release Tablets". Fertilizer for upland seeded areas: Lilly Miller or approved equal to provide the following nutrients: All areas which are seeded shall receive fertilizer of the following proportions and formulation: Total available Nitrogen............ 16% of weight (of which 50% is derived from ureaform) Total available Phosphorous...... 16% of weight Total available Potassium.......... 16%of weight 2nd Ave.Ped Improvements/Madfai 9-4 October 18,2007 Federal Aid Number: CM-9917(008) Project Number- 05-3010 1 Fertilizer for wetland seeded areas: A11 areas which are seeded in wetlands or In detention ponds shall receive fertilizer of the following proportions and formulation: o Total available nitrogen.............21/o (Analyzed as N) Available phosphorous ..............0% (Analyzed as P205) Available potassium................... 10% (Analyzed as K20) Above percentages are proportioned by weight. The Contractor shall deliver fertilizer to the site in original unopened containers bearing manufacturer's chemical analysis, name, trade name, trade mark, and indication of conformance to state and federal laws. Instead of containers, fertilizer may be furnished in bulk with certificate indicating the above information. 9-14.4 Mulch and Amendments SECTION 9-14.4(2)IS DELETED AND REPLACED BY THE FOLLOWING: 9-14.4(2) Wood Cellulose Fiber Wood cellulose mulch shall be specially processed 100 percent virgin wood fiber containing no growth or germination-inhibiting ingredients. It shall be manufactured in such a manner that after addition and agitation in slurry tanks with water, the fibers in the material will become uniformly suspended to form a homogenous slurry. When hydraulically sprayed on the ground, the material shall allow the absorption and percolation of moisture. Wood cellulose fiber shall be Weyerhaeuser Silva-Fiber Plus w/Tackifier or approved equal. Organic matter content shall be at least 93 percent on an oven-dry basis as determined by ASTM D 586. The moisture content shall be no more than 15 percent as determined by oven dried weight. Each package of the cellulose fiber shall be marked by the manufacturer to show the dried weight content. SECTION 9-14.4 IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTION: 9-14.4(11) Special Planting Mixture Special planting mixture shall consist of three-way mix consisting of one part rotted manure, one part sandy loam, and one part peat by volume with commercial fertilizers added as specified herein and having a pH range of 5.0 to 6.0. Rotted manure shall consist of well-rotted, unleached cattle manure not containing more than one third part shavings, sawdust, or refuse and shall be free of noxious weed or grass seed. 2nd Ave.Ped Improvements/Madfai 9-5 October 18,2007 Federal Aid Number: CM-9917(008) Project Number. 05-3010 Peat shall consist of fibrous sedge, wood or reed type eat containing less than g � Yp peat, g twenty percent ash by dry weight. It shall have a moisture content of less than fifty percent by weight and shall have been thoroughly aerated during the drying process. Sandy loam shall consist of soil having a maximum clay content of ten percent by weight. In addition, soil particles shall meet the following requirements for grading: Passing 1 inch sieve (square opening)...........100/o Passing 1 min sieve........................................80% minimum Passing 0.15 mm sieve...................................15% maximum The sandy loam shall be free from subsoil, noxious weed seed and other foreign substances and shall have a pH factor of between 5.0 and 6.0. Maximum Electrical Conductivity shall be 2.0 milliohms. 9-14.6 Plant Materials 9-14.6(1) Description SECTION 9-14.6(1)IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTION. 9-14.6(1)A Street Trees Street trees shall be "Skyrocket Oak", Quercue Robur(Fastig iato), minimum 2 inch caliper to provide a minimum 6 foot clearance from the tree grate to the lowest branch. See the detail on the plans. 9-14.6(1)B Street Tree Grates T i The City has the mold for the City approved tree grates. The Contractor shall obtain the mold from the City of Kent Maintenance Shop located at 5821 South 240th Street,phone (253) 856-5600 and shall manufacture or otherwise procure the tree grates. Tree grates shall be made from ductile iron only. Cast iron grates shall not be accepted. Two sources that have manufactured the tree grates for City projects in the past are: Olympic Foundry (206) 764-1200 or Dana Platt(206) 315-0516 East Jordan Iron Works 1(800) 626-4653 9-14.7 Stakes, Guys and Wrapping SECTION 9-14.7IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTION: 9-14.7(1) Tree Ties Tree ties shall be patent"Tre-Ties"sufficient in size and number to adequately support the trees as determined by Quentin Poil,Nursery Supervisor at(253) 856- 5127. 2nd Ave.Ped Improvements/Madfai 9-6 October 18,2007 Federal Aid Number: CM-9917(008) Project Number: 05-3010 9-28 SIGNING MATERIA LS AND FABRICATION SECTION 9-28.1 IS SUPPLEMENTED BYADDING THE FOLLOWING: 9-28.1 General All signs shall be reflectorized except for City of Kent Project Signs. ALL PERMANENT SIGNS, EXCEPT"NO PARKING ANYTIME" SIGNS SHALL HAVE VIP SIGNS AND CLASS A TEMPORARY DIAMOND GRADE RETRO- REFLECTORIZED SHEETING, UNLESS NOTED OTHERWISE IN THE PLANS. "NO PARKING ANYTIME"signs shall have engineer grade retro-reflectorized sheeting. 9-29 ILLUMINATION, SIGNALS, ELECTRICAL SECTION 9-29.1 IS SUPPLEMENTED BYADDING THE FOLLOWING PARAGRAPH TO THE BEGINNING OF THIS SECTION: 9-29.1 Conduit,Innerduct, and Outerduct Unless otherwise specified on the Street Lighting or Traffic Signal Plans, all conduits for street lighting, traffic signals and traffic signal interconnect cables for projects within the city limits of Kent shall be Schedule 80 PVC conduit, minimum size 2 inches. 9-29.2 Junction Boxes SECTION 9-29.2(1) IS SUPPLEMENTED BYADDING THE FOLLOWSENTENCE TO THE END OF THIS SECTION. 9-29.2(1) Standard Junction Boxes Box frame and lid shall be hot dip galvanized only. SECTION 9-29.3 IS REVISED AS FOLLOWS: 9-29.3 Conductors, Cable ITEM 7IS REPLACED WITH THE FOLLOWING: 7. Two conductor shielded(2CS) cable shall have No. 14 AWG (minimum) conductors and shall conform to I.M.S.A. specification No. 50-2. ITEM 11 IS DELETED IN ITS ENTIRETY SECTION 9-29.3(2) IS REVISED AS FOLLOWS: i 9-29.3(2) Twisted-Pair (TWP) Copper Cable • Replace "#22 AWG"with"#19 AWG". 2nd Ave.Pod Improvements/Madfai 9-7 October 18,2007 Federal Aid Number: CM-9917(008) Project Number: 05-3010 THE LAST SENTENCE IN THE FIRST PARAGRAPH HAS BEEN REVISED TO READ AS FOLLOWS. j This cable shall be filled with a gel compound to resist water penetration and migration unless otherwise specified by the plans. 9-29.6 Light and Signal Standards SECTION 9-29.6(2)IS SUPPLEMENTED BYADDING THE FOLLOWING. 9-29.6(2) Slip Base Hardware INSERT THE FOLLOWING PARAGRAPHAT THE BEGINNING OF THIS SECTION. Unless otherwise specified on the Street Lighting Plans, street light standards shall not have slip bases. SECTION 9-29.6(5) IS SUPPLEMENTED AT THE END OF THE SECTION WITH THE FOLLOWING PARAGRAPH. 9-29.6(5) Foundation Hardware Breakaway p light supports for street standards shall conform to Precisionform Inc. model PFI 200-1 A Breakaway Supports, or approved equal. Ornamental Light Standards 9-29.6(7) O g d s Ornamental light standards shall be fourteen-foot (14') height(twelve-foot pole) and shall be made from a one-piece, seamless four-inch(4") round tube of extruded aluminum with a wall thickness of 0.125 inches, decorative base cover and polyester power coat finish#RAL#6009. Model #P104AF-14-GY-LBC3-GY, color forest green, as manufactured by ZED or approved equal. The Contractor shall submit color chips. Local distributor: Electrical Reps West Greg Thomas 505 3rd Avenue West, Suite 101 Seattle, WA 98119 Phone: (206) 767-7722 x 107 Fax: (206) 762-4518 www.erwlighting.com 9-29.10 Luminaires SECTION 9-29.10(2)IS DELETED AND REPLACED WITH THE FOLLOWING. 9-29.10(2) Decorative Luminaires For Pedestrian Light Standards: 2nd Ave Ped Improvements/Madfai 9-8 October 18,2007 Federal Aid Number- CM-9917(008) Project Number. 05-3010 Pedestrian luminaries shall consist of a spun aluminum hood with four 4 stylized p ( ) ty castings circumventing an acrylic prismatic vessel. The luminaire shall be assembled on a cast aluminum tenon-adaptor base and shall have a polyester powder coat finish. Light source shall be 70 W high pressure sodium with asymmetrical distribution. Model#Z47G-100S-3-GY3, color Forest Greet#RAL6009, as manufactured by ZED or approved equal. Provide with multi-tap ballast connected for 240V. The Contractor shall submit color chips. Local distributor: Electrical Reps West Greg Thomas 505 3rd Avenue West, Suite 101 Seattle, WA 98119 Phone: (206) 767-7722 x 107 Fax: (206) 762-4518 www.erwlighting.com 9-29.12 Electrical Splice Materials SECTION 9-29.12(1)IS DELETED AND REPLACED BY THE FOLLOWING. 9-29.12(1) Illumination Circuit Splices Aerial splices may employ split bolt connectors. Below grade splices and taps shall be made with solderless crimp connectors to securely join the wires both mechanically and electrically. They shall employ the following moisture-blocking insulation. ScotchTM 2200/2210 Vinyl Mastic products, followed by an overwrap with a minimum of two half-lapped layers of vinyl plastic electrical tape, and a final layer of consistently-applied ScotchkoteTM 054007-14853 Electrical Coating. SECTION 9-29 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 9-29.26 Street Light Lamps Street light lamps shall be Lumalux Plus TM Plus/ECO high pressure sodium(HPS) lamps, or approved equal,unless otherwise specified on the Street Light Plans. Street light lamps shall: have an average rated life of 24,000 hours; be non-cycling; and contain no more than 5.0 mg/l for lead, and 0.2 mg/l for mercury. 2nd Ave.Ped Improvements/Madfai 9-9 October 18,2007 Federal Aid Number: CM-9917(008) Project Number. 05-3010 KENT STANDARD DETAILS The following Kent Standard Details supplement all other plans, which have been prepared for this project and are considered to be a part of the project plans. STORM 5-1(d)M 18" x 24" Ductile Iron Vaned Grate 5-2(a)M Through-Curb Ductile Iron Inlet Frame and Hood 5-2(b)M Through-Curb Inlet Installation 5-7 Catch Basin Type I STREET 6-5(b)M Commercial Cement Concrete Driveway Approach 6-6(a) Combined Curb and Gutter 6-11 Expansion Joints and Score Marks 6-13 Project Signs 6-26(b) Lane Markings 6-27(c) Thermoplastic Crosswalk Markings 6-28 Thermoplastic Arrows, Stop Bars and Only Legend 6-36(a) Public Street Name Sign Installation 6-37(a) Street Name Signs 6-38 Typical Sign Mounting Details 6-43M Light Standard Foundation and Junction Box 6-44 Junction Box and Street Light Wire Runs 6-44(b) Types 1 and 2 Junction Box Welding Notes 2nd Ave.Ped lmprovements/Madfai A- 1 October 18,2007 Federal Aid Number: CM-9917(008) Project Number: 05-3010 23-3/4" DUMP NO POLLUTANTS OUTFALL TO STREAM 17-3/4" Lo LL_ O FLOW 1-3/8" 1/16" TYP. LEVELING PADS 1/2" TYP. I it li li ii I 3/8" TYP. 1/16" DRAFT NOTES: 1. OLYMPIC FOUNDRY PART NO. SM52VG IS THE PRE-APPROVED DUCTILE IRON PRODUCT. FOR THRU CURB INLETS AT LOW POINTS, USE 2-WAY VANED GRATE. 2. ALL OTHER PRODUCTS REQUIRE WRITTEN APPROVAL PRIOR TO USE. CITY OF KENT ENGINEERING DEPARTMENT 3, ALL LETTERING SHOWN SHALL BE 1/2" AND 18"x 24" SHALL BE RECESSED UNLESS OTHERWISE (CENT INDICATED IN THE SPECIAL PROVISION. w••"I"G•G" DUCTILE IRON VANED GRATE DESIGNED STANDARD DETAIL 4. DUCTILE IRON ASTM A-536 GRADE 80-55-06 DRAWN V.L_ NONE CHECKED DATE 01-2007 H-20 RATED, APPROX. 74 LBS. APPROVED ,�, 5-1 (d)M 28" „ 7 � 00 Y 5' TYP. M \ 2 1/8" �-•- T� t 7" I � 4"cli I _ — I "I I 11 1/2" A A 30" N M I 22" N N I - I I I I = I I • 4" DRILL & TAP TWO m LEVELING PAD 5/8" TYP. 5/8"-11NC HOLES 7-1/8"x3/4"x THRU FRAME 2 1/4" TYP. PLAN VIEW SECTION B-B HOOD ATTACHES AS SHOWN or 3/4" 18 MIN. DRAFT I �-_-�� r---� " I ON THIS SIDE i i \> 17 3/4„ 3 1/7 I I N N 1 9/16" I \ N \ N I - tc \ - I N N i 1 1/2" I I I I I r\j 20" I 1 1 28" A HOOD ETAIL SECTION A- NOTES: 1. OLYMPIC FOUNDRY PART NO. SM52VG IS THE 6„ PRE-APPROVED DUCTILE IRON PRODUCT. ALL OTHER PRODUCTS REQUIRE WRITTEN APPROVAL 5" PRIOR TO USE. SEE NOTE 3 2. MAKE 3/16" NON-SKID DIAMOND PATTERN ON TOP SURFACE. 3/4" 3. BOLT, WASHER AND NUT SHALL BE GALVANIZED a, 1"R. OR CORROSION RESISTANT. 10' CITY OF KENT ENGINEERING DEPARTMENT (CENT THROUGH—CURB DUCTILE IRON 2 — 1" DIA. HOLES „ W..N,NOTON INLET FRAME AND HOOD FOR 3/4" BOLT, 6 DESIGNED WASHER & NUT SCALE NONE STANDARD DETAIL DRAWN SPS SEE NOTE 4. SECTION C-C CHECKED DATE oL-zoD7 5-2ra�M APPROVED MY ENGINEER 1/8" X 2" DUMMY JOINTS B /Ir B PLANTING STRIP OR SIDEWALK \� ' ° m a °a ° a Q> La C=> I a Z I a ° O Ad Ld U p LL 0 = w N v L__7 SECTION A—A 1/8" X 2„ DUMMY JOINTS a ° ° a a v SECTION B—B NOTES: 1. SET TO GRADE AND CONSTRUCT ROAD AND GUTTER TO BE FLUSH WITH FRAME. CITY OF KENT ENGINEERING DEPARTMENT 2. FOR INSTALLATIONS AT LOW POINTS USE 2—WAY DUCTILE IRON VANED GRATE (OLYMPIC KENT THROUGH—CURB FOUNDRY PART No. SM502VG) OTHERWISE, W.9N1.u,.. INLET INSTALLATION USE STANDARD DUCTILE IRON VANED GRATE DESIGNED (OLYMPIC FOUNDRY PART No. SM52VG) DRAWN SPS � NONE STANDARD DETAIL CHECKED DATE Ot—2007 5—2(b)M APPRDVED Cnv�� CAST IRON FRAME AND COVER O 0 UNLESS�SPECIFIEAIL D)AS THROUGH-CURB INLET � o D 0 NOTES: CATCH BASIN TO BE CONSTRUCTED IN ACCORDANCE WITH ASTM C 478 (AASHTO M 199) & ASTM C 890 UNLESS OTHERWISE SHOWN ON PLANS OR NOTED IN THE STANDARD SPECIFICATIONS. AS AN ACCEPTABLE ALTERNATE TO REBAR, 4 304 WELDED WIRE FABRIC HAVING A MINIMUM AREA OF 0.12 SQUARE INCHES PER FOOT MAY BE USED. WELDED WIRE FABRIC SHALL COMPLY TO ASTM A 497 (AASHTO M 221). WIRE FABRIC SHALL NOT BE PLACED IN THE KNOCKOUTS. ti ?0. PRECAST BASES SHALL BE FURNISHED 6" RISER SECTION WITH CUTOUTS OR KNOCKOUTS. (WEIGHT - 290 LBS) KNOCKOUTS SHALL HAVE A WALL THICKNESS OF 2" MINIMUM. 6" ALL JOINTS IN THE BRICKS, GRADE RINGS, 5" RISERS AND CASTINGS SHALL BE SEATED IN MORTAR. PICK HOLES, CRACKS AND ,ANY OTHER JOINTS SHALL BE FINISH GROUTED TO PROVIDE A WATERTIGHT �� STRUCTURE. � S* \1 r2" f 12" RISER SECTION (WEIGHT-580 LBS) \ ti •04 " PRECAST BASE SECTION N (WEIGHT - 2,170 LBS) 4 CITY OF KENT ENGINEERING DEPARTMENT e s• KEMT CATCH BASIN TYPE I N110NIOOTON DESIGNED D 1 SCALE NONE STANDARD DETAIL DM D R CHECKED DATE 2-1-06 5-7 C-7 WRWED dTr " p&4 49 hh y C V 5' S' 1/2" TYP. (BEVEL 4- CLEAR (TYP.) WHERE POSSIBLE) BREAK POINT2— #4 BARS 2R MAX) 8• (VARIES) (�� EX. PAVEMENT • • s 8 1' CLEAR (TYP.) CRUSHED SURFACING TOP TRANSITION SLOPE COURSE (4- MIN. DEPTH) (LENGTH VARIES) /4 BARS AT 12- EACH WAY (SEE NOTE 5) SECTION C NOTES: 1. DRIVEWAYS TO DEVELOPED LOTS SHALL NOT BE BLOCKED FOR MORE THAN 4 HOURS. CONTRACTOR SHALL PROVIDE IMMEDIATE TEMPORARY ACCESS FOR DEVELOPED LOTS WHEN SO DIRECTED BY THE ENGINEER. 2 DETAILS SHOWN ARE TYPICAL, THE ENGINEER RESERVES THE RIGHT TO REVISE DETAILS TO BETTER MATCH FIELD CONDITIONS. & SIDEWALK GRADES MALL BE ADJUSTED TO MATCH EXISTING GROUND OR DRIVEWAY WITHIN LIMITS SHOWN, WHEN SO DIRECTED BY THE ENGINEER. 4. EXPANSION JOINTS SHALL BE PLACED AT 15' MAXIMUM SPACING. ELASTOMERIC JOINT MATERIAL SHALL BE IN CONFORMANCE TO SECTION 9-04.1 (4) OF THE WSDOT STANDARD SPECIFICATIONS. 5. SLOPE CHANGE AT BREAK POINT SHALL BE 8% MAXIMUM FOR CREST CONDITION AND 12% MAXIMUM FOR SAG CONDITION. COMMERCIAL DRIVEWAY APPROACH DETAIL NOT TO SCALE CITY OF KENT ENGINEERING DEPARTMENT KENT COMMERCIAL CEMENT CONCRETE W'S—ora« DRIVEWAY APPROACH DESIGNED MM STANDARD DETAIL DRAWN SPS SCALE NONE CHECKED AM—I DATE OS-2005 APPROVED cm EWWJMa 6—cJ(b) M 12" 6" i 5 1/2" 1/2"R a s 4 a ° to r � a ' ° d J1/2"R c v 2 04 ° 4 4 4 d v • v a 4 to vd 4 d 4 ad Q p p 4 4 d Qd p a d a NOTE: 1. CONCRETE CLASS 3000 IS REQUIRED. CITY OF KENT ENGINEERING DEPARTMENT KEENT COMBINED CURB AND GUTTER M�NN�N�TNN DESIGNED S' 5MNDo1R0 DUAL C"ECK a+EGICEo ounrE ++- 6 _C r Q 10' MIN. OR 15' MAX. 5' 5' 5' �q ST TIC. EXPANSION JOINT SCORE MARK �YP.) ' s,P�/o 'Q (TYP.) SEE DETAIL "A" SEE DETAIL "B CURB & GUTTER 10' MIN. OR 15' MAX. r " 3/8"x4" EXPANSION JOINT, L4' SCORE MARK, 5' O.C. 4 10' MIN. OR 15' MAX. O.C. (SEE NOTE 2) (MATERIAL SEE NOTE 1) DETAIL "A" DETAIL "B" EXPANSION JOINT SCORE MARK 4" EXPANSION MATERIAL (SEE NOTE 1) DRIVEWAY SIDEWALK 3/8"x4" EXPANSION MATERIAL. (SEE NOTE 1) 4 ' L6* CEMENT CONCRETE DRIVEWAY APRON CURB, GUTTER & SIDEWALK AND GUTTER FOR RESIDENTIAL DRIVEWAYS. 8" CEMENT CROSS SECTION AND GIUTTER NFORCED FOR COMMERCETE ALR DRIVEWAYS. DRIVEWAY CROSS SECTION NOTES: 1. EXPANSION JOINT MATERIAL TO BE 3/8" THICK AND SHALL BE PLACED AT 10' MIN. OR 15' MAX. SPACING. ELASTOMERIC JOINT MATERIAL SHALL BE IN CONFORMANCE TO SECTION 9-04.1 (4) OF THE WSDOT STANDARD SPECIFICATIONS. CITY OF KENT 2. SCORE MARKS SHALL BE t 1/8" WIDE BY 1/4" DEEP ENGINEERING DEPARTMENT AT 5' SPACING. 3. EXPANSION JOINTS SHALL BE INSTALLED IN CURB & KENT EXPANSION JOINTS GUTTER AND SIDEWALK AT P.C. & P.T. AT ALL CURB WASHINGTON AND SCORE MARKS RETURNS AND ALL ANGLE POINTS. DE%N DW DRAWN im SCME "m SUNOARD OETNI 4. FORM & SUB—GRADE INSPECTION REQUIRED BEFORE CHECKM POURING CONCRETE. OPR o� DATEon 9a+o me 6-1 1 96" 2'x4" BRACE 36'f (3 PLACES) ' rC---------------------J---------------------�1 3 1/2' PROJECT ;" 2 /1 w 4 NAME ` 'PARDON OUR I I I I PaooRtss' I I I I 1 1/2" II II II II II II II II 11' L _ --------------I L -- --------J I I I— --------------4 �— —�F+N-�-----------4 1 I I I I MA.MIYOTO. 1 1/2* KENT P1013LIC WORKS DEPT. '1 1 ;: ENGINEERING DIVISION I II 61/2• CONI RACTOR'S NAME ; ; ;: 1 ~-----------------------1 r-6ANTfiAGTAR-------------i I 2 2 1/2- CENTER ALL HERE GRADE 2' �,) NOTES: 4"x4" POSTS L[ OR 4'x6' BREAK—AWAY POSTS 1. BACKGROUND COLOR IS WHITE. 2. CARTOON FIGURE IS BLACK. 3. PROJECT NAME IS BLACK. 4. 'KENT PUBLIC WORKS DEPT.' AND 'ENGINEERING DIVISION' IS RED. 5. 'PARDON OUR PROGRESS" IS RED. 6. "CONTRACTOR" AND THE CONTRACTOR'S NAME ARE BLACK. 7. THE CITY OF KENT DECAL IS PROVIDED BY THE CITY. 8. 4" LETTERS ARE 1/2" WIDE; 3' LETTERS ARE 3/8" WIDE; 1' LETTERS ARE 1/8" WIDE. 9. HORIZONTAL 2'X4' FIR BRACES ARE REQUIRED AT TOP, GENTRY RING OFEPKRE NT MIDDLE, AND BOTTOM OF SIGN FOR ATTACHMENT TO 4'X4" OR 4'X6' POSTS AS NECESSARY. 10. BREAK—AWAY WOOD POSTS ARE DRILLED AS REQUIRED rIN.r PROJECT SIGNS TO PROVIDE NO MORE THAN 12.25 SQUARE INCHES OF Eo SHEAR AREA AT A POINT 2' ABOVE THE GROUND. &Gus ware srANWwD DEfAII DATE „-,o-o+ 6-13 PORTIONS OF THESE STANDARDS ARE BEING REVISED CONTACT TRANSPORTATION ENGINEERING FOR CURRENT STANDARD 3 856-5500 9' 36' 42' TRAFFIC DIRECTION 1' 0 0 o 0 0 0 0 VARIES 300' MAX. 4" GAP 1` 5' TWO WAY LEFT TURN LANE ' 2.5' 0 0 oc===== o0 0 0 TRAFFIC DIRECTION 4" YELLOW PLASTIC LINE \%--TYPE 2YY RPM TWO WAY LEFT TURN LINES TRAFFIC DIRECTION TRAFFIC DIRECTION ' 21' 21' 1y j-8" WHITE PLASTIC LINE ' TYPE TYPE 2YY GAP 4" ' 4" YELLOW PLASTIC LINE TYPE 2W RPM '` TRAFFIC DIRECTION TRAFFIC DIRECTION DOUBLE YELLOW CENTER LINE WIDE LINE TRAFFIC DIRECTION 12' 30' TRAFFIC DIRECTION 12' 30' o =TYPE 2Y RPM 07 l 0 4' YELLOW PLASTIC LINE TYPE 2W RPM TRAFFIC DIRECTION 4" WHITE PLASTIC LINE SKIP CENTER LINE TRAFFIC DIRECTION iLANE LINE 6' 8- f� 38Q6O ' TYPE 2W RPM t8" WHITE PLASTIC LINE 4" WHITE OR YELLOW PLASTIC LINEDOTTED WIDE LINE EDGE LINE TIiAFFlC DIRECTION 21'( YELLOW PLASTIC BA BARRIER LINE 3' 9' 18"—TYPE 2Y RPM'S EQUALLY SPACED 1" TRAFFIC DIRECTION BC] BARRIER LINE CITY OF KENT t 8" WHITE PLASTIC LINE ENGINEERING DEPARTMENT TYPE 2W RPM E KNENT LANE MARKINGS DROP LANE LIN PSCALE NDNE STANDARD DETAIL SPS DATE -2 6-2 6(b) WHITE THERMOPLASTIC 0 CROSSWALK BAR U-1 EQUALLY uj w w z SPACED x I LL- uj 8' ui LAJ I Z I ' J I IU., ux uj I I u u u w i U... U.- ux � I 8t-"I "" p 1 $14- 0 41 1 8" 1 4'(TYP) ' Ie ..............1 .... .... Cn 177 1' STOP BAR TIRE TRACKS (TYP.) TYPICAL 4 LANE ROADWAY CONFIGURATION 1. FOR ROADWAYS WITH MORE OR LESS LANES. THE SAME CONFIGURATION APPLIES, KEEPING THERMOPLASTIC BARS CENTERED ON THE LANE LINES, AND IN THE CENTER OF THE TRAVELED PORTION OF THE LANE TO MINIMIZE TIRE WEAR ON THE THERMOPLASTIC. 2. THE CENTERLINE OF THE CROSSWALK SHALL GO FROM THE CENTERLINE OF THE WHEELCHAIR RAMP ON ONE SIDE OF THE STREET TO THE CENTERLINE OF THE WHEELCHAIR RAMP ON THE OTHER SIDE OF THE STREET UNLESS OTHERWISE SHOWN ON THE PLANS. CITY OF KENT ENOINEERING DIEPAWMENT "'* K E N T THERMOPLASTIC CROSSWALK WASKINGTOO MARKINGS DESIGNED IWL sc"— NONE STANDARD DETAIL DRON A CHECKED 9ft OATS 6-27(c) 6-11-22 APPROVED '�Z:' OT DONN= O o0 3'—7„ 5._9., o 0 0'-6" N 0 0 N (V THERMOPLASTIC MATERIAL SHALL BE USED, LENGTH VARIABLE UNLESS DIRECTED BY THE ENGINEER. 1 CITY OF KENT _L ENOINEERINO DEPARTMENT THERMOPLASTIC ARROWS, 7 KENT STOP BARS, wAS41106T0■ AND ONLY LEGEND STOP BAR DETAIL DESIGNED ,a:l - SCNF- NONE STANDARD OEAII DRAWN CIIR CHECKED K DATE 8'11-n 6—2prl APPROVED tm�� p0 � o ° O °� DUPLEX NAIL OR 5/16"X2" HEX HEAD 2' MIN. CLEARANCE LAG BOLT (TYP) FROM FACE OF CURB OR (10' MIN. CLEARANCE 16D DOUBLE HEAD FROM EDGE OF NAIL (TYP) TRAVELED WAY IF NO CURB EXISTS) COTE . 1. SEE STANDARD DETAIL 6-37(a) FOR STREET NAME SIGN DETAILS. NEW PRESSURE TREATED 2. PUBLIC STREET NAME SIGNS AND 4"x4"x14' WOOD POST PUBLIC SIGN POST ARE MAINTAINED CD BY THE CITY OF KENT. 3. PRIVATE STREET NAME SIGNS INSTALLED ON PUBLIC SIGN POSTS ARE MAINTAINED BY THE ' PROPERTY OWNERS. FINISHED GRADE 6" PVC SCH. 40 PIPE IN io SIDEWALK LOCATIONS COMPACTED SELECT FILL i MATERIAL (TYP.) � • (REPLACE TO MATCH ' EXISTING FILL MATERIAL) M i CITY OF KENT ENOINEERINO DEPARTMENT KENT PUBLIC STREET NAME M%sol..T„ SIGN INSTALLATION DE WNED & WAE SrMDAM Delon. D WE 6-36(a) A U m A =© m PUBLIC STREET NAME SIGNS A � e o Ic)NJ m PRIVATE STREET NAME SIGN MATERIALS: GROUND-MOUNTED STREET NAME LETTERS AND NUMBERS SHALL BE REFLECTIVE WHITE, SERIES C AND THE HEIGHT GIVEN IN THE TABLE BELOW, UNLESS OTHERWISE SHOWN ON THE PLANS. BACKGROUND: GREEN, REFLECTIVE 'VIP DIAMOND GRADE" SIGN MATERIAL: 0.080 GAUGE ALUMINUM SIGN BLANK NOTE: ALL POST MOUNTED STREET NAME SIGNS SHALL HAVE THE SAME LEGEND ON BOTH SIDES OF THE SIGN BLANK. DIMENSIONS CITY OF KENT SIGN A B C ENGINEERING DEPARTMENT STD. VAR. 9. 6" KENT STREET NAME SIGNS WuxueeeM MAST ARM VAR. 18" 8.. °ESIGNED �e �F STANOMD oEuA DRAWN JIA CHECKED aAre C_��!a APPROVED V""'°i°""" ` BAND-IT BRACKET OR APPROVED EQUAL 1 3r 5/16"x2 1/2" I GALV. LAG SCREWS ' W/ GALV. WASHERS I I� REUSE EI EXISTING AING SIGN AS DIRECTED I „ppGOBY ENGINEER ARGrPA,65GOf Off MOUNTING ON STREET LIGHT EpG�IA5T5) STANDARDNOT TO SCALE �BSIGNAL POLE T��E v� NEW PRESSURE f�Q TREATED WOOD POST 4"X4"X 14' LONGCEMENT CEMENT - CONCRETE CONCRETE ' FILL VOID BETWEEN SIGN POST AND PIPE ; , EQ. EQ. WITH SAND AND COMPACT FILL VOID BETWEEN SIGN POST AND PIPE WITH SAND 8" PVC PIPE AND COMPACT SCHED. 40 A—A SECTION NOT TO SCALE CITY OF KENT ENGINEERING DEPAWMENT y=��� TYPICAL r `NT SIGN MOUNTING DETAILS DESIDNED JB SPS WALENoNg STANQARD DETAIL CNECKEo IN DAZE a 6-3A AWE OF LIGHT STANDARD ROADWAY SEE STANDARD DETAILS 6-42 AND 6-44 OFF—SET DISTANCE SHOWN ON THE STREET LIGHTING PLANS I TYPE 1 JUNCTION BOX CO GROUND SURFACE Z 'I IIa ° II a II d' I GROUND WIRE WITH COIL (GROUND LID TO BOX) Q °I °FF. PVC CONDUIT TO NEXT JUNCTION BOX C° 1 2" MINIMUM DIAMETER ° SCHEDULE 80 PVC CONDUIT #7 e l #4 CONCRETE CLASS 3000 PROFILE VIEW INSTALL IN UNDISTURBED SOIL o BOLT PATTERN TO BE SUPPLIED BY THE LIGHT STANDARD MANUFACTURER t> a CONCRETE CLASS 3000 1 INCH TO 1 INCH BEAD p u ° WELD IN 2 PLACES, TYPICAL. DO e e NOT TACK WELD. THEN PAINT w o WELDS WITH "GAVCON" COLD e ° 6" eIe° °OJ4 . � GALVANIZING SPRAY a (TYP) L °a o a e N u a d° I Oa e O °1 j� p TYPE I JUNCTION BOX — I a UNLESS OTHERWISE STATED ALL �, LIDS SHALL BE DIAMOND PLATE, GALVANIZED AND LABELED (TS, � SIDEWALK LT AND/OR COM) a PLAN VIEW CITY OF KENT NOTE ENGINEERING DEPARTMENT TOLTHETCITYLS AND WORK OF KENT ANDSTHELSTATEFORMOF KEN7' LIGHT STANDARD FOUNDATION AND JUNCTION BOX WASHINGTON DESIGN STANDARDS. DESIGNED-0— STANDARD DETAIL DRAWN JM SCALE NONE CHECKED JB I DATE 10-11-04 6-43 M APPROVED do '�� STREET LIGHT STANDARD WILL BE LOCATED USING THE OFF—SET DISTANCES SHOWN ON THE STREET LIGHTING PLANS. SEE STANDARD DETAIL 6-43 FOR STREET LIGHT FOUNDATION DETAILS. 5� SIDEWALK CURB AND GUTTER TYPE 1 JUNCTION BOX. (SEE STANDARD DETAIL 6-43) GROUND LUG/E6-38 GROUND LID TO BOX WITH RING TERMINAL GROUND WIRE QUICK DISCONNECTS STD. SPECS. 9-29.7 FNM 5 AMP 3M MOISTURE SEALANT FUSE OR APPROVED EQUAL i TAPE AND BUTT SPLICE CONNECTOR STREET LIGHT STANDARD 1 1 #6 OR #8 BARE � GRD U.S.E./XHHN OR THW WIRE I I Y' I 1 1 � I I I I BURNDY CONNECTOR I J YC4C8 OR APPROVED 1 EQUAL `�'� 2" MIN. DIAMETER PVC CONDUIT UNLESS A LARGER DIAMETER IS SHOWN ON THE STREET LIGHTING PLANS CITY OF KENT INSTALL A THREE WIRE ENOINEERINO DEPARTMENT 240 VOLT SYSTEM. JUNCTION BOX AND K GROUND OR NEUTRAL WILL ENT START AT THE PUGET SOUND WASHINGTON STREET LIGHT WIRE RUNS ENERGY SERVICE POINT DEV Je DRAWN JM LZ NONE STANDARD DUAL CHECKED - o 6-44 APPROVED FOR TYPE I OR 2 BOX WELD REGION: WELD 1/2 INCH TO 1 INCH BEAD, DO NOT TACK WELD. PAINT WELDS WITH "GAVCON" COLD GALVANIZING SPRAY. � ° f TYPE 1 OR 2 STEEL JUNCTION BOX FRAME PRE- NOTE POST WELD NOTE WELD S OS 1. LID AND RING MUST BE THOROUGHLY 1. CLEAN WELD REGION AND APPLY CLEANED. COLD GALVANIZING SPRAY "GALVCON". 2. CONDUCTORS SHALL BE PROPERLY SPLICED AND PROTECTED FROM WELDING PROCEDURES. 3. ALL BONDING SHALL BE PROPERLY TERMINATED/CONNECTED. 4. BOX INTERIOR MUST BE INSPECTED BY CITY STAFF PRIOR TO WELDING. CITY OF KENT ENGINEERING DEPARTMENT (CENT TYPES 1 AND 2 JUNCTION BOX w..r ■a.o■ WELDING NOTES DESIGNED PK STANDARD DETAIL DRAWN SPS g—u NONE CHECKED PK aArE 02-2007 cm ox�Nmt 6—44(b) APPROVED WSDOT STANDARD PLANS CURBS, APPROACHES, GUTTERS,AND SIDEWALKS F-10.42-00 Extruded Curb F-40.10-00 Sidewalk Ramp Type 1 with Layouts ILLUMINATION AND SIGNALS J-11a Standard Junction Box Types 1 & 2 J-11 c Standard Duty Junction Box Types 7 & 8 i 2nd Ave Ped Improvements/Madfai A-2 October 18,2007 Federal Aid Number: CM-9917(008) Project Number: 05-3010 I1a1NIAN�®Yv l��lM/YWY W4YIYOl O SMbI fJlnaYYY6pss�natbbL xl9LLlvsb W�tl THBUO LYOINMDNOY4'99YYYM O � S uaruoomwssueaiMnrlav�xwaat aav � �a O o c a a ^0 O M 11� aZ o bS V o tl� 7 a IL to U LL egg o � � oo� m d �o� oz 2 .9 E J .L .L .L � a • n �` m e � lu To b ----- F z N — Z Z .e .L s CC d N f f 6 To to Lo to CL F- b fo i N x sM3v3e nls m F"VW C OI N 16'lai�l.QnaiYYlla9�AY!♦A.EOY l.WISN 0 v£ e -:Y�11 .,auaY®e mxawesal.a. 0 cs N y V ° C� Vl �'IriYeoq 9u alea�u'gaY IN>Atlaauvlba9!BTD]fYWtFxYYaM[alai/ U C C m � � � � � ' � � ♦��, ayN o OI1�. QF d N6 W U S g c c=r3 c tf Y m H d oil_ �37 ; m 0. m = Q&0 0 6 ■ a Q N Ul 9C E . I G � It EEgg �O ' _YgOU V W W LL a N 0 i >� bQ W �W g }a o.} 1� d co O LL OW 13 0 3 f b� G m I a I \ f7 N5N l'� I s b� I m I I / I I / -/----- ------- --- ado It cg H 1 a 0 0 0 N �m W 3 m v)r ns)avw AB WAVW anaenweeo�uvw,dexwmm�xrne N 3 s 'so) c � us,enoaorowwaa raaenrm,enu ala m r O 0 Ayr _ $t r 3 >ay w too V4 0� a�y�9 $ O3`N Z w Y G W p �N L� F M. alb V � •/� N V� _ -� _ E N H E v` •m p 1 xw W .• �� �' v �/ g ' o {� a� `o a W %n N s m F a' ;y pe o 8 o °Cg l• em a F o N•� No o '9W w c m U r..+o. E X c a�'i n d E a\ 5i 5 a i cd Q ''1 @Q d w E .dy g $ U e =v p y p vt °�s S' ve v m t p a O w E m � $ �,Q� ��c • ° � V •� � � v d a. m �aa$ � ca. C w �v m a° m m c 3 v H E t rA a'• @ o w goa y m C ��c'V °$ oc U 9 Gy om v ■ pjm t3 g cL N m N EE�3 c �j ECE. � E z N e7 O N (O A tG a) a m C g sw W U tt 1 C m N Y It 8 _J G Z W 1 I� 'A } yy w ¢ fA QF F- t0 N Z W --- � O J �( _ m O ° 0 F ' tp 1til n' N = N W z X X po X d w o x F o z w mle m Z U O p o� Ise O C z F 7 5 z _ �w Y w O LL p a t 1 cc1 U t O O a w p u�l O W W Z p t m �� o Z G U`y1 i3 m a =' w`(�1,� �p� O o 0 Z Z � 3 ��tA v z N NtlWY < m o o w w LL Bc p� tC !t Boz 9v o ay So = e z _ ----- Lf ?� w ,-Ipl = w K N111.9 _ H z O Lu r 3 _ < O w g o yu p Q w f/! -I 1 °D°DDD40° '- l °D°DDD° -- - - - NIW.9 '-----------------------I z <aw O 1 NI31SNl1!!B MJ313 A9 NMVtlO 9�xOn®A'lWiIAMAcMv RVI{u11W Z b r� L•BI1uM®puucym[WKYMIU AYSN m WIdL�W1tOLLYYIYMaG103101{iIAO,Y16a'lIX9�Il O Q�u � °•° F. N a s E E8 IL N O IK ll 3 8>vov�o fi°� c H w a E SE n moV� m g a E c E� IRVco E " Z LP32 n ncc e` y c ,8� v ' z8 a c pac Eo o o 8 � am m 'S8ajgw i` r °° n 2 rI of v of 3 °td r: ad w iW o t$ o Om ® ® rh z �+ w < NIW�Z E c a z19,i o H Z2 (dAL) 2 U 2! m 03OYdS AID SOfLLS E .L } * $i m m a rc I pa � j • m � a I I t------------ XM.S 000°po i NIW.S -- - - Tar ' + V I I - 0 J g O - O '4� € I 2 F I (qQ� p l I I D WW IQ � NIW S , , I 1 I I � I I I 1 • Ilt 1 I11 I11 III i NOLLYONHO:i d0 HLOVN MISNI !,y 49 M3LSNnue YN313'AB NMVNO lYTA1yMHY®WI'JAppIAY/AYWY TtllYigl O O wnl o Isuwao uYW xolewc•e w ar sa w.arys,louYxlwr+woa+uimruwa�Ymevw � �3 umrn•nxeuow�asvpavlmuaexruw aaYvooass Yere+�IrAwem�r�ru aa� �. ZZ {• O ° Q4�1QAR BggMl� S 7 ti N F 22 W 1 J L7 I"' t7 W . d '1 VO'�Qai•. N U Qk a N 7 LL 0 y 4�OQ W a O a Lj OV 1 . SL Z {Yy�N p LL J & =N 7 O) a ----- g N r7 N I O rW 1 o Hal; w � ... f` mo o L s O u 7 W _� ° a N W W IKO o$a a � Q _y J I�i FW $ as. o ae °s :II 0 � 1y u PH � Z o 1 • 1 1 1 A • r� LL ?J N MRSNnae vN33 Ae wAvw CITY OF KENT DEVELOPMENT ASSISTANCE BROCHURE 1 1 2nd Ave Ped Improvements/Madfai A-3 October 18,2007 Federal Aid Number. CM-9917(008) Project Number. 05-3010 Public Works Location: 400 W. Gowe Mail to: 220 4th Avenue South • Kent,WA 98032-5895 KEN T (253)856-5500 FAX:(253)856-6500 WASHINGTON PUBLIC WORKS Development Assistance Brochure #6-57raffic Control Plans The City of Kent has adopted the City of Kent Minimum City of Kent Traffic Construction Standards(KCS)to set forth the re- Control Plan Requirements quirements and conditions that apply to all im- provements or extensions of the City of Kent street, 1. Except as specifically stated otherwise below storm drainage and utility systems.The KCS also to meet more stringent City standards, each includes the design requirements for private de- TCP must be prepared in conformance with velopments and their interface with the City of Kent Part VI of the MUTCD,"Standards and Guides utility,street and drainage systems.One of the most for Traffic Controls for Street and Highway important requirements contained within the KCS Construction,Maintenance, Utility,and Incident is the requirement to submit and receive approval Management Operations", 1988 Edition of for a Traffic Control Plan (hereinafter referred to MUTCD,through Revision No. 7 dated Janu- as TCP)for all work within public rights-of-way that ary 3, 2000. This document is available for meets the requirements of the latest edition and perusal at the Department of Public Works, revision of the Manual on Uniform Traffic Control and for purchase from the Federal Highway Devices (MUTCD) as amended by WSDOT, a Administration(FHWA). Each TCP must also adopted emergency amendments to WAC 296- 155-305, WAC 296-155-305, and City standards. meet the minimum requirements of WAC 296- 155-305 and the Department of Labor and t dustries' emergency amendments to WAC In- The Contractor is required to provide a TCP to 296-155-305. the Department of Public Works for review and approval prior to scheduling mandatory Pre-Con- 2. Each TCP must be site-specific and project- struction Meetings with the Department of Public specific. This means that the TCP for a spe- Works,and at least ten calendar days in advance cific project will include the name of that project, of the time the signs and other traffic control de- and the reason for working in the public right- vices will be required for minor construction of-way(water main connection,sanitary sewer projects which do not require Pre-construction Meetings. tap,street widening,driveway installation,etc.) on the face of the TCP. Each TCP shall clearly The following requirements are intended to facili- indicate the number of traffic lanes within the public right-of-way, and where the work area tate the preparation of a TCP by the Contractor will be within those traffic lanes. who is going to perform the work (or their traffic safety consultant),and the review and approval of 3. Each TCP should include a vicinity map and the TCP by the Transportation Section of the De- must include a properly aligned North Arrow partment of Public Works.The City will not pre- to clearly indicate where the work will be per- pare a TCP for a Contractor or Owner! formed within the public right-of-way. pwd2014 7/16/01 p 1 of 6 4. Each TCP approval will expire after 30 days 9. On large or complex construction projects, of the date of approval, and all work must be where more than one TCP will be required due done between the hours of 8:30AM(the cus- to phasing or complexity of construction,the tomary end of the AM Peak Hour) and 3:30 project limits for each TCP must be shown on PM (the customary beginning of the PM Peak an index plan sheet showing the entire scope Hour), unless the face of the TCP clearly states of the construction project, and the index plan otherwise. On City streets which have ex- sheet must clearly reference the appropriate tremely large volumes of traffic,the TCP may TCP for each location and phase of construc- specify that the work will not be permitted ex- tion. cept during evenings, or during Holiday or on Sunday mornings,etc. 10. Each TCP must be entirely complete without references to other plans, charts or TCP.This 5. Each TCP must include the name of the means that: streets,alleys,or right-of-ways where the work a. Each sign and device must be identified will take place on the face of the TCP,and must with either the legend, common name, or include the approximate distance(in feet)from the standard highway sign number.An ac- the work zone to the nearest cross street(give tual picture or graphic of each sign /de- that street name) in both directions along the vice,while encouraged, is not required. street where the work will be performed.This b. The calculated Taper Lengths(in feet),and information may be shown on the vicinity map the Distances (in feet) between signs, when provided. cones, and safety barrels, and other channelization devices must be provided 6. Each TCP must dimension the proposed work on the TCP. (Equations, or tables alone zone area (in feet) within the public right-of- are not acceptable.) way. 11. Each TCP must contain the following stamps, 7. Advance Warning Arrow Display Boards or information blocks: (electronic sequential arrow displays)are re- quired for all lane closures on all City streets having more than two lanes.Computer gener- APPROVAL IS CONTINGENT UPON ated Message Boards may be required for NOTIFYING (inspector's name) 24 lengthy(or complex)projects on Washington HOURS PRIOR TO STARTING THE State Route Highways,and/or any City streets. ACTUAL WORKAT(telephone number). 8. Flaggers may be shown on the TCP and used TRAFFIC CONTROL PLAN APPROVAL by Contractors onlywhen all other reasonable Date (date) methods of traffic control are inadequate to By (traffic specialist's name) warn,control and direct traffic in the work zone! a. When a TCP requires more than one Flagger station, all Flaggers and equip- THE HOURS OF WORK WITHIN CITY ment operators must be equipped with RIGHTS-OF-WAY FOR THIS PROJECT suitable two-way radio communication SHALL BE BETWEEN (hours of work). equipment to provide an additional mea- sure of safety. NOTE:THIS TRAFFIC PLAN APPROVAL b. When projects involve night construction, IS ONLY VALID FORA PERIOD OF all Flagger stations must be illuminated with CALENDAR DAYS FROM THE DATE OF lighting devices which do not blind ap- APPROVAL GIVEN HEREON. proaching drivers, and all workers must wear white coveralls at night. pwd2014 7/16/01 p 2 of 6 1 TCP Requirements for Drop- 4. Drop-offs of more than 0.50 foot not within the Offs Within or Adjacent to the traveled way or auxiliary lane must be protected Traveled Way: with appropriate warning signs and further pro- 1. Drop-offs up to 0.20 foot, unless otherwise tected as indicated in 3a, 3b, or 3c if all of the fol- ordered bythe Engineer or Inspector, may re- lowing conditions are met: main exposed with appropriate warning signs a. The drop-off is less than 2 feet; (i.e. SHOULDER DROP-OFF; W8-9a, or b. The total length throughout the project is equivalent)alerting motorists of the condition. less than 1 mile; c. The drop-off does not remain open for 2. Drop-offs of more than 0.20 foot that are in more than three working days; the traveled way or in an auxiliary lane will not d. The drop-off is not present on any Kent be permitted unless protected with appropri- Holidays;and ate warning signs and further protected as in- e. The drop-off is only on one side of the dicated in 3b or 3c below. roadway. -offs of more than 0.50 foot that are not Drop-offs 3. Drop-offs of more than 0.20 foot, but not more 5. p than 0.50 foot,that are not within the traveled within the traveled way or auxiliary lane and way must be protected with appropriate warn- are not otherwise covered by 4 above must ing signs and further protected by having one be protected with appropriate warning signs of the following: and further protected as indicated in 3a or 3c. a. A wedge of compacted stable material placed at a slope of 4:1 or flatter. 6. Open trenches within the traveled way or aux- b. Channeling devices(Type II Barricades, iliary lane must have a steel plate cover placed plastic safety drums, other retro- and anchored over them when work is not in reflectorized and approved devices 36 progress.A wedge of suitable material, if re- inches or more in height)placed along the quired by the Engineer or Inspector, must be traffic side of the drop-off and a new edge placed for a smooth transition between the of pavement stripe (temporary fog line) pavement and the steel plate.Warning signs placed a minimum of 3 feet from the drop- must be used to alert motorists of the pres- off.The maximum distance between the ence of the steel plates. devices must be the posted speed limit in miles per hour.Pavement drop-offwam- ing signs must be placed in advance and Synopsis of City of Additional throughout the drop-off treatment. Kent Standards for Traffic c. Temporary concrete barrier, or other ap- Control Devices proved barrier, installed on the traffic side of the drop-off with 1 foot between the 1. Type I Barricades are not acceptable traffic drop-off and the back of the barrier and a control devices within the City of Kent! new edge of pavement stripe(temporary fog line)a minimum of 2 feet from the edge 2. Type II Barricades,and all other traffic control of the barrier.An approved terminal,flare, devices and their supports must not show the or impact attenuator will be required at the owner's name or any advertising or commer- beginning of the section. For night use, cial message that is not essential to traffic the barrier must have standard delinea- control.This is a requirement of Section 1 A- tion such as paint, reflective tape, lane 3.1 of the MUTCD. markers, or warning lights. pwd2014 7/16/01 p 3 of 6 3. All TCP signs and other traffic control devices 8. On all Kent streets or State Route Highways must be inspected and accepted by the City having a posted Speed Limit of 35 MPH or Department of Public Works prior to use. Un- higher: all WSDOT Class B(or NCHRP Cat- approved signs and devices will not be used. egory II)TCP signs and sign supports installed after January 1,2000 are required to have roll- 4. At no time will ecology blocks, Jersey barri- up fluorescent orange work zone fabric sign ers, or similar non-crashworthy devices, be panels, and to fully meet the crash require- used to block streets or driveways during or ments of NCHRP Report 350. Rigid alumi- after construction without proper impact attenu- num,and wood TCP signs are not accept- ation. All NCHRP Category III traffic control able for Class B TCP signs on and along devices such as these must be demonstrated public streets and highways having to be crashworthy and certified NCHRP 350 speed limits of 35 MPH or higher!Accept- compliant prior to City acceptance for this able fluorescent orange Type IV and Type VI purpose. fabric sign materials and signs are manufac- tured by 3M Company, Stimsonite Corpora- 5. All TCP signs must be standard sizes or larger tion and other manufacturers;and TCP fabric and must be clean, legible and in near new sign panels made of this material are avail- condition.Broken,dirty,illegible, hand painted, able through several commercial sign fabri- or hand sprayed TCP signs are not permitted cators. at any time. When any TCP sign becomes classified as less than"acceptable"as defined 9. Each Flagger must have in their possession by the book"Quality Standards for Work Zone either a valid Washington State Traffic Con- Traffic Control Devices", it must be immedi- trol Flagger Card, or a valid flagger card from ately removed from the project and replaced a state having reciprocity with Washington. with a new TCP sign classified as "accept- The flagger card must show:verification that able." Kent standard sizes for warning signs the flagger training prescribed in WAC 296- are defined below: 155-305 (6) is completed; and the card's ex- Speed Limit/Prevailing Speed < 35 MPH: piration date. 24 inches by 24 inches Speed Limit/Prevailing Speed > 35 MPH, Washington State Department of Labor and <50 MPH: 36 inches by 36 inches Industries has adopted emergency rules that Speed Limit/Prevailing Speed > 50 MPH: went into effect on June 1, 2000, and will fol- 48 inches by 48 inches low up with permanent rules to take effect by March 1, 2001. While several of those emer- 6. All TCP signs and traffic control devices must gency rules were already adopted by the City have Engineer Grade or better retro-reflective of Kent,until such time as the permanent rules faces for both day time and night time use are in effect,the following additional require- whenever there is the slightest possibility that ments must be met for all TCP jobs requiring the signs or traffic control devices will remain Flaggers: after dusk. 10. On-site orientation — The Contractor, Em- 7. Unless otherwise specified on the approved ployer,or Project Owner must conduct an on- TCP,the maximum distance between adjacent site orientation when Flaggers start a new job. channelization devices will be the posted This orientation must include, but is not lim- speed limit in miles per hour,except in tapers ited to:the Flagger's role and location on the where the maximum distance between de- job site; motor vehicle and equipment in op- vices will be one-half of the posted speed limit eration at the site;job site traffic patterns;com- in miles per hour. munications and signals to be used between pwd2014 7/16/01 p 4 of 6 Flaggers and Equipment Operators; on-foot C. Flaggers are not assigned other duties escape route; and other hazards specific to while flagging; the job site. d. Flaggers do not use personal devices (i.e. cell phones, pagers, radio head- 11. Additional warning sign—On roads allowing phones,etc.)that can distract their vision, speeds of at least 45 mph,the Contractor must hearing or attention. Devices such as provide an additional BE PREPARED TO two-way radios used for communica- STOP warning sign. This warning sign is in tions, directing traffic, or ensuring addition to the advanced warning signs re- Flagger safety are acceptable. quired by the MUTCD, and should be placed between the last two warning signs in the se- 15. The Contractor must develop and use a des,or on the opposite side of the street when method to ensure that Flaggers have ad- used on undivided streets. equate warning of objects approaching from behind the Flagger. Mirrors, spotters, and in- 12. High visible clothing during daylight hours— trusion devices may be used to meet this re- While flagging during the day, a Flagger must quirement, but are not mandatory.Additional wear: training alone is not sufficient to meet this re- a. A high visibility warning garment de- quirement. signed in accordance with Class 2 speci- fications for ANSI / ISEA 107-1999, Implementation of Temporary American National Standards for High Traffic Controls: Visibility Safety Apparel—specifically a garment containing at least 775 square 1. The Contractor shall hire a Traffic Control Su- inches of background material and 201 pervisor(TCS)whenever the Contract Speci- square inches of retro-reflective material; fications, or the approved TCP require it.The and TCS shall be on the project whenever traffic b. A high visibility hard hat. control labor is required, and as otherwise j 13. High visibility clothing during nighttime hours required by the City Department of PublicWorks. —While flagging at night,a Flagger must wear: a. A high visibility garment designed in ac- 2. The TCS shall personally perform all of the cordance with Class 2 specifications in duties of the TCS. During non-working hours ANSI/ISEA 107-1999, over white over- the TCS shall be able to be on the job site ails, or other coveralls designed in ac- with a 45-minute time period after notification cordance with Class 2 specifications in by the City. ANSI/ISEA 107-1999; and b. A high visibility hard hat that contains at 3. The TCS duties shall include: least 12 square inches of retro-reflective a. Inspecting traffic control devices and material providing 360 degree visibility. night time lighting for proper location, in- c. During inclement weather, yellow rain stallation,message,cleanliness,and af- gear may be substituted for white cover- fect on the traveling public. Traffic con- alls. trol devices shall be checked each work 14. Contractors must ensure that: shift except that ClassA signs and night time lighting need to checked only once a. Flagger workstations are illuminated at each week.Traffic control devices left in night without adverse glare; place for more than 24 hours should also b. Warning signs reflect the actual be inspected once during the non-work- ing hours when they are initially set up. pwd2014 7/16/01 p 5 of 6 b. Preparing a daily traffic control diary on conditions as long as the original intent WSDOT forms 421-040A and 421-040B of the TCP is maintained and the revi- and on other forms as necessary,which sions has concurrence with the City De- shall be submitted to the City no later than partment of Public Works. the end of the next working day to be- d. Attending traffic control coordinating come part of the project records. The meetings or coordination activities as diary shall include such items as: deemed necessary by the City Depart- (1) When and where signs and ment of Public Works. traffic control devices are e. Preparing,submitting, and implementing installed and removed; supplemental TCP when the approved (2) Location and condition of all TCP no longer reflect the Contractors signs and traffic control devices; means and methods of work. (3) Revisions to the approved TCP; (4) Lighting utilized at night; (5) Observations of traffic conditions; (6) Verifying that the on site orienta- tion has occurred for each flagger on the Last Revised August 22, 2000 project; (7) Verifying that each Flagger has the required flagger certification card, high visibility hard hat,vest, coveralls, and other appropriate clothing; (8) Verifying that Flaggers are appro- priately located, and that each Flagger's attention is not diverted from their duties by the use of personal radios, cell phones, or similar devices(the use of radios for communication between equipment operators and other Flaggers is acceptable); (9) Verifying by regular interviews that Flaggers are not being as- signed other duties while flag- ging; and (1) Verifying that each Flagger has adequate warning of objects ap- proaching from behind the Flagger. Mirrors, spotters, and intrusion devices may be used to meet this requirement,but are not mandatory. Additional training alone is not sufficient to meet this requirement! C. Ensuring that corrections are made if traf- fic control devices are not functioning as required.The TCS may make minor re- visions to the TCP to accommodate site pwd2014 7/16/01 p 6 of 6 MFHWA-1273 Electronic version--March 10, 1994 REQUIRED CONTRACT PROVISIONS FEDERAL-AID CONSTRUCTION CONTRACTS ' (REV 3-10-94)(7-00) I. General II. Nondiscrimination 1 III. Nonsegregated Facilities IV. Payment of Predetermined Minimum Wage V. Statements and Payrolls VI. Record of Materials, Supplies, and Labor VII. Subletting or Assigning the Contract VIII. Safety: Accident Prevention IX. False Statements Concerning Highway Projects X. Implementation of Clean Air Act and Federal Water Pollution Control Act XI. Certification Regarding Debarment, Suspension, Ineligibility, and Voluntary Exclusion XII. Certification Regarding Use of Contract Funds for Lobbying ATTACHMENTS A. Employment Preference for Appalachian Contracts(included in Appalachian contracts only) I. GENERAL 1. These Contract provisions shall apply to all work performed on the Contract by the Contractor's own organization and with the assistance of workers under the Contractor's immediate superintendence and to all work performed on the Contract by piecework, station work, or by subcontract. 2. Except as otherwise provided for in each section,the Contractor shall insert in each subcontract all of the stipulations contained in these Required Contract Provisions,and further require their inclusion in any lower tier subcontract or purchase order that may in turn be made.The Required Contract Provisions shall not be incorporated by reference in any case.The Prime Contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with these Required Contract Provisions. 3. A breach of any of the stipulations contained in these Required Contract Provisions shall be sufficient grounds for termination of the Contract. 4. A breach of the following clauses of the Required Contract Provisions may also be grounds for debarment as provided in 29 CFR 5.12: Section I,paragraph 2; Section IV,paragraphs 1,2,3,4,and 7; Section V,paragraphs 1 and 2a through 2g. 5.Disputes arising out of the labor standards provisions of Section IV(except paragraph 5)and 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 M.)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. 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 Contractural 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 1 EEO policy and its implementation will be reviewed and explained. The meetings will be conducted b the P Y P P g Y EEO Officer. b.All new supervisory or personnel office employees will be given a thorough indoctrination by the EEO Officer,covering all major aspects of the contractor's EEO obligations within thirty days following their reporting for duty with the Contractor. c.All personnel who are engaged in direct recruitment for the project will be instructed by the EEO Officer in the Contractor's procedures for locating and hiring minority group employees. d.Notices and posters setting forth the Contractor's EEO policy will be placed in areas readily accessible to employees,applicants for employment and potential employees. e.The contractor's EEO policy and the procedures to implement such policy will be brought to the attention of employees by means of meetings,employee handbooks,or other appropriate means. 4. Recruitment: When advertising for employees,the Contractor will include in all advertisements for employees the notation: "An Equal Opportunity Employer."All such advertisements will be placed in publications having a large circulation among minority groups in the area from which the project work force would normally be derived. a.The Contractor will,unless precluded by a valid bargaining agreement,conduct systematic and direct recruitment through public and private employee referral sources likely to yield qualified minority group applicants.To meet this requirement,the contractor will identify sources of potential minority group employees,and establish with such identified sources procedures whereby minority group applicants may be referred to the Contractor for employment consideration. b. In the event the Contractor has a valid bargaining agreement providing for exclusive hiring hall referrals,he is expected to observe the provisions of that agreement to the extent that the system permits the contractor's compliance with EEO Contract provisions. (The DOL has held that where implementation of such agreements have 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 discriminatory treatment of project site personnel. b.The Contractor will periodically evaluate the spread of wages paid within each classification to determine any evidence of discriminatory wage practices. c.The Contractor will periodically review selected personnel actions in depth to determine whether there is evidence of discrimination.Where evidence is found,the Contractor will promptly take r r corrective action. If the review indicates that the discrimination may Y 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, i.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. d.The Contractor will periodically review the training and promotion potential of minority group and women employees and will encourage eligible employees to apply for such training and promotion. 7.Unions: If the Contractor relies in whole or in part upon unions as a source of employees,the Contractor will use his/her best efforts to obtain the cooperation of such unions to increase opportunities for minority groups and women within the unions,and to effect referrals by such unions of minority and female employees.Actions by the Contractor either directly or through a Contractor's association acting as agent will include the procedures set forth below: a.The Contractor will use best efforts to develop, in cooperation with the unions,joint training programs aimed toward qualifying more minority group members and women for membership in the unions and increasing the skills of minority group employees and women so that they may qualify for higher paying employment. b.The Contractor will use best efforts to incorporate an EEO clause into each union agreement to the end that such union will be contractually bound to refer applicants without regard to their race,color,religion,sex,national origin,age or disability. ' c. The Contractor is to obtain information as to the referral practices and policies of the labor union except that to the extent such information is within the exclusive possession of the labor union and such labor union refuses to furnish such information to the Contractor,the Contractor shall so certify to the SHA and shall set forth what efforts have been made to obtain such information. d. In the event the union is unable to provide the Contractor with a reasonable flow of minority and women referrals within the time limit set forth in the collective bargaining agreement,the Contractor will,through independent recruitment efforts,fill the employment vacancies without regard to race color,religion,sex,national origin,age or disability;making full efforts to obtain qualified 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 minority employees.)In the event the union referral practice prevents the Contractor from meeting the obligations pursuant to Executive Order 11246,as amended,and these Specifications,such Contractor shall immediately notify the SHA. 8. Selection of Subcontractors,Procurement of Materials and Leasing of Equipment: The Contractor shall not discriminate on the grounds of race,color,religion,sex,national origin,age or disability in the selection and retention of subcontractors,including procurement of materials and leases of equipment. a.The Contractor shall notify all potential subcontractors and suppliers of his/her EEO obligations under this Contract. b. Disadvantaged business enterprises(DBE),as defined in 49 CFR 23,shall have equal ' opportunity to compete for and perform subcontracts which the Contractor enters into pursuant to this Contract.The Contractor will use his best efforts to solicit bids from and to utilize DBE subcontractors or subcontractors with meaningful 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 3 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 nonminority 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,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 l(b)(2)of the Davis- Bacon Act(40 U.S.C. 276a)on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics,subject to the provisions of Section IV,paragraph 3b,hereof.Also, for the purpose of this Section,regular contributions made or costs incurred for more than a weekly period(but not less often than quarterly)under plans, funds,or programs,which cover the particular weekly period,are deemed to be ' constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed,without regard to skill,except as provided in paragraphs 4 and 5 of this Section IV. i b. Laborers or mechanics performing work in more than 1 classification may be compensated at the rate specified for each classification for the time actually worked therein,provided,that the employer's payroll records accurately set forth the time spent in each classification in which work is performed. ' 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. ' 2. Classification: a.The SHA Contracting officer shall require that any class of laborers or mechanics employed under the Contract, which is not listed in the wage determination,shall be classified in conformance with the wage determination. b. The Contracting officer shall approve an additional classification,wage rate and fringe benefits ' only when the following criteria have been met: (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 appropriate,the laborers or mechanics to be employed in the additional classification or their representatives,and the Contracting officer do not agree on the proposed classification and wage rate(including the amount designated for fringe benefits,where appropriate),the Contracting officer shall refer the questions,including the views of all interested parties and the recommendation of the Contracting officer,to the Wage and Hour Administrator for determination. Said Administrator, or an authorized representative,will issue a determination within 30 days of receipt and so advise the Contracting officer or will notify the Contracting officer within the 30-day period that additional time is necessary. ' e. The wage rate(including fringe benefits where appropriate)determined pursuant to paragraph 2c or 2d of this Section IV shall be paid to all workers performing work in the additional classification ' from the first day on which work is performed in the classification. 3. Payment of Fringe Benefits: a. Whenever the minimum wage rate prescribed in the Contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate,the Contractor or subcontractors, as appropriate, shall either pay the benefit as stated in the wage determination or shall pay ' another bona fide fringe benefit or an hourly case equivalent thereof. b.If the Contractor or subcontractor,as appropriate,does not make payments to a trustee or other third person,he/she may consider as a part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program,provided,that the Secretary of Labor has found,upon the written request of the Contractor,that the applicable standards , of the Davis-Bacon Act have been met. The Secretary of Labor may require the Contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. 4. 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)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. , b.Trainees: (1)Except as provided in 29 CFR 5.16,trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval,evidenced by formal certification by the DOL, Employment and Training Administration. (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 not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition,any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. (3)Every trainee must be paid at not less than the rate specified in the approved program for his/her level of progress,expressed as a percentage of the journeyman-level hourly rate specified in the applicable wage determination.Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits,trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman-level wage rate on the wage determination which provides for less than full fringe benefits for apprentices,in which case such trainees shall receive the same fringe benefits as apprentices. (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 fV.2. Any worker listed on a payroll at a helper wage rate,who is not a helper under an 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 Prime Contractor,as much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics,including r apprentices,trainees and helpers,employed b the Contractor or an subcontractor the full amount of pP pY Y 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. 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 Prime Contractor,or any other Federally-assisted Contract subject to the Contract Work Hours and Safety Standards Act,which is held by the same Prime Contractor, such sums as may be determined to be necessary to satisfy any liabilities of such Contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph 8 above. V. STATEMENTS AND PAYROLLS (Applicable to all Federal-aid construction Contracts exceeding$2,000 and to all related subcontracts,except for projects located on roadways classified as local roads or rural collectors,which are exempt.) 1. Compliance with Copeland Regulations(29 CFR 3): The Contractor shall comply with the Copeland Regulations of the Secretary of Labor which are herein incorporated by reference. 2. Payrolls and Payroll Records: a.Payrolls and basic records relating thereto shall be maintained by the Contractor and each subcontractor during the course of the work and preserved for a period of 3 years from the date of completion of the Contract for all laborers,mechanics,apprentices,trainees,watchmen,helpers,and guards working at the site of the work. b.The payroll records shall contain the name,social security number,and address of each such employee;his or her correct classification;hourly rates of wages paid(including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalent thereof the types described in Section I(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 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 I(b)(2)(B)of the Davis Bacon Act,the Contractor and each subcontractor shall maintain records which show that the commitment to provide such benefits is enforceable,that the plan or program is financially responsible,that the plan or program has been communicated in writing to the laborers or mechanics affected,and show the cost anticipated or the actual cost incurred in providing benefits.Contractors or subcontractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprentices and trainees, and ratios and wage rates prescribed in the applicable programs. c. Each Contractor and subcontractor shall furnish,each week in which any contract work is performed,to the SHA resident engineer a payroll of wages paid each of its employees(including apprentices,trainees,and helpers,described in Section IV,paragraphs 4 and 5,and watchmen and guards engaged on work during the preceding weekly payroll period). The payroll submitted shall set out accurately and completely all of the information required to be maintained under paragraph 2b of this Section V.This information may be submitted in any form desired. Optional Form WH-347 is available for this purpose and may be purchased from the Superintendent of Documents(Federal stock number 029- 005-0014-1), U.S. Government Printing Office,Washington,D.C.20402.The Prime Contractor is responsible for the submission of copies of payrolls by all subcontractors. 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. 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,"prior 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 lb relative to materials and supplies, a final labor summary of all contract work indicating the total hours worked and the total amount earned. 2. At the Prime Contractor's option, either a single report covering all Contract work or separate 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 original Contract price before computing the amount of work required to be performed by the Contractor's own organization(23 CFR 635). 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 1 of Section VII is paragraph 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 writing and that it contains all pertinent provisions and requirements of the Prime Contract. VIII. SAFETY: ACCIDENT PREVENTION 1. In the performance of this Contract the Contractor shall comply with all applicable Federal, State, and local laws governing safety,health,and sanitation(23 CFR 635). The Contractor shall provide all safeguards,safety devices and protective equipment and take any other needed actions as it determines, or as the SHA contracting officer may determine,to be reasonably necessary to protect the life and health of employees on the job and the safety of the public and to protect property in connection with the performance of the work covered by the Contract. 2. It is a condition of this Contract,and shall be made a condition of each subcontract,which the Contractor enters into pursuant to this Contract,that the Contractor and any subcontractor shall not permit any employee, in performance of the Contract,to work in surroundings or under conditions which are unsanitary,hazardous or dangerous to his/her health or safety,as determined under construction safety and health standards(29 CFR 1926)promulgated by the Secretary of Labor, in accordance with Section 107 of the Contract Work Hours and Safety Standards Act(40 U.S.C. 333). 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 I 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. 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 seci.,as amended by Pub.L. 91-604),and under the Federal Water Pollution Control Act,as amended(33 U.S.C. 1251 et seq., 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. 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 written notice to the department or agency to whom this proposal is submitted if any time the prospective primary participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. e.The terms"covered transaction,""debarred,""suspended,""ineligible,""lower tier covered transaction,""participant,""person,""primary covered transaction,""principal,""proposal,"and "voluntarily excluded,"as used in this clause,have the meanings set out in the Definitions and Coverage sections of rules implementing Executive Order 12549.You may contact the department or agency to which this proposal is submitted for assistance in obtaining a copy of those regulations. 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 entering into this covered transaction,without modification,in all lower tier covered transactions and in all solicitations for lower tier covered transactions. h.A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred,suspended, ineligible,or voluntarily excluded from the covered transaction,unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principals.Each participant may,but is inot required to,check the nonprocurement portion of the"Lists of Parties Excluded From Federal i Procurement or Nonprocurement Programs"(Nonprocurement List)which is compiled by the General Services Administration. i.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. Except for transactions authorized underparagraph f of these instructions if a participant in a P P P 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 criminally or civilly charged by a governmental entity(Federal, State or local)with commission of any of the offenses enumerated in paragraph 1 b of this certification; and d.Have not within a 3-year period preceding this application/proposal had I 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. 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 a of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended,debarred,ineligible,or voluntarily excluded from participation in this transaction,in addition to other remedies available to the Federal Government,the department or agency with which this transaction originated may pursue available remedies,including suspension and/or debarment. CERTIFICATION REGARDING DEBARMENT, SUSPENSION,INELIGIBILITY AND VOLUNTARY EXCLUSION--LOWER TIER COVERED TRANSACTIONS: 1.The prospective lower tier participant certifies,by submission of this proposal,that neither it nor its principals is presently debarred, suspended,proposed for debarment,declared ineligible,or voluntarily excluded from participation in this transaction by any Federal department or agency. 2. Where the prospective lower tier participant is unable to certify to any of the statements in this certification,such prospective participant shall attach an explanation to this proposal. XII. CERTIFICATION REGARDING USE OF CONTRACT FUNDS FOR LOBBYING (Applicable to all Federal-aid construction Contracts and to all related subcontracts which exceed $100,000-49 CFR 20) 1.The prospective participant certifies,by signing and submitting this bid or proposal,to the best of his or her knowledge and belief,that: a.No Federal appropriated funds have been paid or will be paid,by or on behalf of the undersigned,to any person for influencing or attempting to influence an officer or employee of any Federal agency,a Member of Congress, an officer or employee of Congress,or an employee of a Member of Congress in connection with the awarding of any Federal Contract,the making of any Federal grant,the making of any Federal loan,the entering into of any cooperative agreement, and the extension, continuation,renewal,amendment,or modification of any Federal Contract,grant, loan,or cooperative agreement. b. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency,a Member of Congress, an officer or employee of Congress,or an employee of a Member of Congress in connection with this Federal Contract,grant, loan,or cooperative agreement,the undersigned shall complete and submit Standard Form-LLL,"Disclosure Form to Report Lobbying,"in accordance with its instructions. 2.This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31 U.S.C. 1352. Any person who fails to file the required certification shall be subject to a civil penalty of not less than$10,000 and not more than$100,000 for each such failure. 3.The prospective participant also agrees by submitting 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. 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 1 c shall not exceed 20 percent of the total number of employees employed by the Contractor on the Contract work,except as provided in subparagraph 4 below. 2.The Contractor shall place a job order with the State Employment Service indicating(a)the classifications of the laborers,mechanics and other employees required to perform the Contract work,(b) the number of employees required in each classification,(c)the date on which 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 Ic 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. REQUIRED CONTRACT PROVISIONS FEDERAL-AID CONSTRUCTION CONTRACTS (Exclusive of Appalachian Contracts) Under Section Il, Paragraph 8b is revised as follows: The reference to 49 CFR 23 is revised to read 49 CFR 26. Under Section II, Paragraph 8b is supplemented with the following: The contractor, sub-recipient or subcontractor shall not discriminate on the basis of race, color, national origin,or sex in the performance of this contract.The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of USDOT-assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the recipient deems appropriate. Under Section II, in accordance with standard specification 1-08.1(1)and applicable RCWs a new paragraph 8d is added as follows: The contractor or subcontractor agrees to pay each subcontractor under this prime contract for satisfactory performance of its contract and/or agreement no later than ten (10)days from the receipt of each payment the prime contractor receives from WSDOT or its sub-recipients.The prime contractor agrees further to return retainage payments to each subcontractor within ten (10)days after the subcontractor's work is satisfactorily completed.Any delay or postponement of payment from the above referenced time frame may occur only for good cause following written approval of the WSDOT. This clause covers both DBE and non-DBE contractors. Under Section IV, 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, Paragraph 2a is revised by deleting"helpers". Under Section V,Paragraph 2d(2)is revised by deleting"helper". Amendment to Form FHWA 1273 Revised October 19, 2005 TRAFFIC CONTROL PLANS 2nd Ave.Ped Improvements/Madfai A-5 October 18,2007 Federal Aid Number: CM-9917(008) Project Number: 05-3010 -------'--------------- �_ - ... -� LIBRARY ENTRANCE W. HARRISON ST 1 #1 KENT ROAD I WORK I AHEAD W20.1 I I NOT TO SCALE PLAN DRAFTED TO SHOW I PARTIAL CLOSURE OF NO 2ND AVE N BETWEEN 1 W GOWE ST. A W MEEKER ST. TO ALLOWCONTRACTORAWORK t AREA FOR SIDEWALK RECONSTRUCT AND OTHER RELATED WORK. +T O TWO WAY TRAFFIC MAINTAINED Z ON WEST SIDE OF 2ND AVE SO W1-4R I ROAD 18'x 24'B/VY 41 KEEP Q tWORK I: HT 20-1 W MEEKER ST. R4 7 I a I ---------------------- -------------- I IIIIIIIIII ■ I 4" x 36" B/W +® SIDEWALK CLOSED 'm"° ® R5-8 WORK AHEwD ■1 28"TRAFFIC W201 W20-1 L ■ CONE NOTES: Elm aurHFannn oenre swcW rl rAPEa rANGEHr 1.ALL SIGNS AND SPACING SNILL CONFORM TO THE MAINTAIN 10'MIN MUICD AND CITY OF KENT SUNDARDS TRAVEL WID 2,ALL SIGNS ARE 48'X 48'WO UNLESS OTHERWISE SPECIFIED ■ 3.ALERT AFFECTED BUSINESSES,OF WORK,DALES,AND TIMES 4.CHANNELIZING DEVICES ARE 28'CONES ■ 24" x 36" B/W 5 ADDITIONAL DEVICES MAY BE ADDED TO NAMEDIAIE WORK ■I� ROAD AREA TO PROVIDE FURTHER PROTECTION FOR PEDESIRIANS 1 W x 24'8W I WORK AND BYSTANDERS KEEP SCLOSEDK AHEAD 6.PLAN DRAFIED TO N USED DM DAYTIME NOW � ;sim R 5—8 CONTRACTOR TO REMOVE SET UP DAILY R4.7AR I■�� W GOWE St. nnl�nnl ROAD Wl-4L AOPA HEAD I THE DAYS OF WORK WITHIN CITY W20-1 1 RIGHTS-OF-WAY FOR THIS PROJECT I SHALL BE BETWEEN MON THRU FRI Oy 1 NOTE:THIS TRAFFIC PLAN APPROVAL 1 *W.20-1 IS ONLY VALID FORA PERIOD OF W I CALENDAR DAYS FROM THE DATE OF > I APPROVAL GIVEN HEREON. aWGRKNOM ip DesPIANARE I 7 MA b 6 PM APPROVAL IS CONTINGENT UPON Cl I CRY OFKENi NOTIFYING 24 Z I HOURS PRIOR TO STARTING THE C41 I ACTUAL WORK AT TRAFFIC CONTROL FLM APPROVAL ��[�,� DATE lLVL1YD mNMluafEuuT1631.1 CWWNEWINGOEVICESPACING(FEET) BY we fan®�u+eP�1 no, MPH TAPER TANGEM Pm a n e o e m e n e 60/66 40 BO WORKARTII " w im a ao eo mo eo as/as so ao GIs �m m ae«e r-.n 25/30 40 "�' City of Kent TRAFFIC CONL3 _ n ae m,e m ,m .� DMTRAFFIC FLOW SIGN SPACING=x IFeErI Traffic Control Supervisor '� end Ave Mr." mlm— iwv Traffic Ian Designer Kent, WA = SIGN LOCATION *0WILoo.0 4nw =o q to WIM"""e"NL"'e eme+i �m.f 13 9.12.07 FLAGGER aIIIILI a e`Tteva ' NOP � o„�,"° 'gym" ffi.f Date Steve Vita naxu s� L 'u .toll 11.3f1.2008 2ofi.s23.4045 waalenv mawm PLAN DRAFTED TO SHOW to:W.s M H ST: #2 KEPT PARTIAL CLOSURE OF NB 2NDAVE N BETWEEN I W MEEKER ST.6 W HARRISON ST TO ALLOW CONTRACTOR A WORK I AREA FOR SIDEWALK RECONSTRUCT ( Z E AND OTHER RELATED WORK. ( 11J TWO WAY TRAFFIC MAINTAINED AHEAD" I ' ON WEST SIDE OF 2ND AVE N I Q ROAD NOT TO SCALE I WORK I AREAD I Z W20.1 ! N 24" x 36" B/W I SIDEWALK WAR i I' CLOSED ,: W. HMRISON ST — Iltlll�llll�ll R 5-8 ------'=---------------- — - IBRARY ENTRANCE Ti r x 24•8N a M. AHEAD NOTES: W20-1 I 28"TRAFFIC 1.ALL SIGNS AND SPACING SHALL CONFORM TO THE ■Is CONE MUTCD AND CITY OF KENT$ NOW or m"o m van 2.ALL SIGNS ARE 48'X 4r NO UNLESS OTHERWISE MAINTAIN IW MIN ! TAT rARGENT SPECIFIED TRAVEL WIDT ■! 3.ALERT AFFECTED BUSINESSES,OF WORK,DATES,AND TIMES 4. CHANNEIIDNG DEVICES ARE 28"CONES O 5.ADDITIONAL DEVICES MAY BE ADDED TO IMMEDWE WORK Z AREA TO PROVIDE FURM PROTECTION FOR PEDESIRIANS t B'x 24'B/w a I� D AND BYSTANDERS. KEEP Q 6.PLAN DRAFTED TO BE USED DURING DAYTIME HOURS CONTRACTOR win AHEAD TO REMOVE SET UP DAILY RIGHT I� C W20-1 W Meeker St. R4- AA +■� • ------------------- IE — 4• x 36" B ` IIIIL SIDEWALK I CLOSED I RS-8 AD 1 WORK AHEAD I W20.1 I W1-4L +i+ 1 THE DAYS OF WORK WITHIN CITY I RIGHTS-OF-WAY FOR THIS PROJECT I SHALL BE BETWEEN MON THRU FRI I NOTE:THIS TRAFFIC PLAN APPROVAL 1 gOAD WO IS ONLY VALID FORA PERIOD OF_ I AHEAD CALENDAR DAYS FROM THE DATE OF I W20.1 APPROVAL GIVEN HEREON. I APPROVAL IS CONTINGENT UPON I IMFORMPIWAIN 7AM to 4M NOTIFYING 24 I HOURS PRIOR TO STARTING THE I C►YOFKEW ACTUAL WORK AT 10. TRAFFIC CO TR L PLAN APPROVAL DATE LC MD "fu4M W"IBgM-l Pn CWWNEULNG DEVICE SPACJPIG(FEET) By ur4 Ialml"em�..11�o N" TAPER T OMNT -II PEW a m a " u m m m m 60/65 40 so WORKARFA ^ a Im m, ao ®� W46 30 1eo 11 IIe ue a" fi.a m�m ro 2"0 CO) City of Kent N WFIC CONES rm.e Traffic Con I Su 2nd Ave N .� EXLSTNlG IWFIC IN SIGN SPACING-x( — S p��� $� wm— 1=0 Traffic an Designer Kent WA MOM R4mon'm 'w"m mo w 1/WMNiIWIY"AIm rs� FU�G9T ,,w vo, aw..x a®w �'���a 2/3 9.12.07 K-a r ' � •IoNMZN amp avw Date-- I Steve Vita I ,u uoE uc N`�4��`mowm 11-30-2Df18 206.523.4045 v�aeeaff orsrri+Im. PLAN DRAFTED TO SHOW #3 KENT PARTIAL CLOSURE OF NO 2ND AVE N BETWEEN W HARRIS0N S T&W SMITH ST TO ALLOW CONTRACTOR A WORK WORK ROAD AREA FOR-SIDEWALK RECONSTRUCT 24" x 36" B/W AHEAD E AND OTHER RELATED WORK SIDEWALK W20.1 TWO WAY TRAFFIC MAINTAINED CLOSED ON WEST SIDE OF 2ND AVE N — — — — — - — — — — — — —115-8 NOT TO SCALE 4 � - - - - - - - - - - 8 I 18'x 24-B � - - - - - - W.SMITH ST - - AN ROAD ■to KEEP � WORK a IS .RI _ AHEAD GHT 20-1 R4-7AR s MAINTAIN 10'MIN a I 28"TRAFFIC NOTES: TRAVEL WID a I CONE 1.ALL SIGNS AND SPACING SWILL CONFORM TO THE "=5!!!2"�MUTCD AND CITY OF KENT STANDARDS TAPER rANOErrr 2.ALL SIGNS ARE 41'K 4r 0 UNLESS OTHERWISE � SPECIFIED 9.ALERT AFFECTED BUSINESSES,OF WORK,DATES,AND TIMES o Z 4.CHANNELING DEVICES ARE 2r CONES e S.ADDITIONAL DEVICES MAY IIE ADDED TO IMMEDIATE WORK 1 a'x 24-BAN ®la Q 24" x 36" B/W II�RK AREA TO PROVIDE FURTHER PROTECTION FOR PEDESTRIANS KEEP s Iv AHEAD W20'1 AND BYSTANDERS. SIDEWALK RIGHT �� C CLOSED b.PLAN DRAFTED TO BE USED DURING DAYTIME HOURS CONTRACTOR .to C4 R 5-8 TO REMOVE SET UP DAILY R4-7AR +B W. HARRISON ST — ——————— ----------------0 LTB ARYEIVTfPNCGE y I I WI-4L ROAD AWORK O I W20-1 I THE DAYS OF WORK WITHIN CITY I RIGHTS-OF-WAY FOR THIS PROJECT SHALL BE BETWEEN MON THRU FRI Z I ROAD WORK NOTE:THIS TRAFFIC PLAN APPROVAL W I AHEAD IS ONLY VALID FORA PERIOD OF_ > I W20-1 CALENDAR DAYS FROM THE DATE OF a I APPROVAL GIVEN HEREON. Q I APPROVAL IS CONTINGENT UPON Z I NOTIFYING 24 HOURS PRIOR TO STARTING THE N I ACTUAL WORK AT I W Meeker St. I I ------------------ -----------------— uuI Inn _ FOR On PLAN APE _______ �unl II r Ar to GPM CffY OF AUNT TRAFFIC CQ T 01._�AN APPROVAL tANP W VM LEx6M-L FM CHAI"LONG DEVICE SPACING(FEE DAT E. SEND NP TR -n a a s o e ® x 0 a 6D/66 TANGEN WOAREA �C 34I48 1 30 26M 1 mi I4o City of Kent K TRAFFIC CONES Traffic Control S 2nd Ave N M NG TRAFFIC FLOW SIGN SPACING=x a4 eemm F Traffic Plan Designer FheII Kent, WA = SIGNlOCA1KNV �� �� ,.� `�' 3/3 9.12.07 FIAGGER P.w.W pxaoe,IlnF.e»o Dam, Steve Vita P NL L NO PARKIFIG SIGN Ivammcs • cgm t, v n ftws k `o. 11.30-= 206.523.4045 MIIIII rgmar+wm CONTAMINATED MATERIAL MANAGEMENT HEALTH AND SAFETY GUIDE 2nd Ave Ped Improvements/Madfai A-6 October 18,2007 Federal Aid Number: CM-9917(008) Project Number: 05-3010 APPENDIX A-10 Contaminated Material Management Health and Safety Guide Health and Safety Planning (1) General This appendix provides guidelines for the preparation and implementation of a site-specific Health and Safety Plan(HASP). It is the Contractor's responsibility to conduct the Work in accordance with the all applicable regulations, standards,and requirements. The HASP shall establish in detail the protocols for protecting workers, on-site personnel,visitors,potential off-site personnel, and the public from potential hazards that may be encountered during excavation, stockpiling, handling,transportation, and disposal of contaminated soils and other debris. The site specific HASP is supplemental to the contractor's construction safety program. The Contractor shall maintain a current HASP conforming to applicable Federal, State, and Local statutes,rules, regulations, and ordinances, in effect at the time the work is performed. Personnel working in hazardous or contaminated areas shall be trained in accordance with applicable regulatory requirements and thoroughly briefed on the anticipated hazards, safety equipment to be employed, safety practices to be followed,communication, and emergency procedures. The Contractor shall develop and maintain on site industrial hygiene information including right-to-know information,such as Material Safety Data Sheets(MSDS). If an emergency condition arises during the Contract,notify the Engineer immediately with recommended courses of action for consideration. (2) Conformance to Established Standards The Work shall be performed in accordance with all applicable regulations P PP g and references standards including those listed below: National Institute of Occupational Safety and Health(NIOSH) NIOSH Occupational Safety and Health Guidance Manual for Hazardous Waste Site Activities United States Code 42 U.S.C. § 6901 et seq. Resource Conservation and Recovery Act Code of Federal Regulations(CFR) 29 CFR 1910 Occupational Safety and Health Standards 40 CFR 268 Land Disposal Restrictions 40 CFR 279 Standards for the Management of Used Oil 40 CFR 302 Designation,Reportable Quantities, and Notification Revised Code of Washineton(RCW) RCW Chapter 70.105 Hazardous Waste Management RCW Chapter 70.105D Model Toxics Control Act Washington Administrative Code(WAC) Ch. 173-240 WAC The Model Toxics Control Act Cleanup Regulations Ch. 173-303 WAC Dangerous Waste Regulations Ch. 173-304 WAC Solid Waste Handling Regulations Ch.296-62 WAC General Occupational Health Standards (3) Definitions Certified Industrial Hygienist(CIIT)—A trained specialist with at least 5 years experience in hazardous material processing and working knowledge of selection and use of PPE, air monitoring,regulation, and other health and safety issues. I Site Safetyand Health Officer SSHO —A trained specialist in health and ( ) P safety with minimum 3 years experience and working knowledge of use of PPE,regulations and hazard identification. Contaminated Material Handling(CMH)Plan—A CMH Plan submitted in accordance with all applicable regulations and the requirements described below. (4) Quality Assurance (4)A Qualifcations Qualifications of ClH include: Minimum of five(5)years experience in hazardous material processing. Demonstrable experience in Personal Protective Equipment(PPE) selection and use,hazardous material identification and disposal procedures,air monitoring techniques, and site control measures. Working knowledge of federal OSHA and state WISHA regulations. Completion of required OSHA Training in accordance with 29 CFR 1910.120, including completion of forty(40)-hour supervisory training and eight(8)-hour annual update and completion of three(3)days on-site training by a fully qualified instructor. Qualifications of the SSHO include: Completion of required OSHA Training in accordance with 29 CFR 1910.120,including completion of forty(40)-hour supervisory training and eight(8)-hour annual update and completion of three(3)days on-site training by a fully qualified instructor. Minimum of three(3) year's experience in hazardous substance/waste site remediations or related work. Current certification in first aid and cardiopulmonary resuscitation (CPR). Working knowledge of Federal, State, and Local occupational health and safety regulations. Working knowledge of air monitoring techniques and the development of health and safety programs for personnel working in potentially hazardous or toxic environments. Work shall be directed by a supervisor trained and experienced in hazardous and contaminated material handling. The supervisor shall have completed OSHA training requirements for working with hazardous substances including the 8-hour supervisory course. The supervisor shall have a minimum of 3 years of experience in managing hazardous materials projects. Submit a copy of the supervisor's qualifications and experience for the Engineer review. Personnel working with hazardous material and substances shall have received training and have experience for the work to be performed. (4)B Responsibilities Responsibilities of CIH include: Responsible for certifying the Contractor's HASP,any task specific HASPS, and all additions and/or modifications thereto. Required to be accessible to the Contractor's SSHO as necessary, to assist in the identification and evaluation of potential hazards and the development of appropriate procedures for addressing known or suspected conditions or activities that may pose routine occupational hazards or immediate danger to life or health of Contractor personnel,City personnel,other crews working in the project construction area,personnel related to third party stakeholders or the public. Responsibilities of SSHO include: Required to be on site and present q p n during contaminated substance work to be completed by the Contractor. Such work includes excavations and other work related to the presence or potential for unknown hazardous and/or contaminated substances. Responsible for the development, implementation, enforcement, and monitoring of the HASP. Responsible for conducting the pre-construction indoctrination,Pre-Entry Briefings, and other periodic training of on-site personnel with regard to contents of the HASP and other safety requirements to be observed during construction. Responsible for air monitoring as may be required by the HASP. (4)C Authority The CIH and the SSHO shall have the authority to: Suspend field activities if health and safety of Contractor personnel,City P Y P � Y personnel,other crews working in the project construction area,or the public is endangered. Suspend individuals from field activities due to infractions of the HASP. (4)D Certifications The CIH and SSHO shall have current certifications in accordance with their required qualifications. Contractor and subcontractor personnel assigned for the purpose of performing or supervising contaminated material excavation shall have received appropriate safety training in compliance with 29 CFR 1910,120, 29 CFR 1910,134, and WAC 296-62. Minimum of forty(40)hours health and safety training, twenty-four(24)hours of`ton the job"training, eight- hours annual refresher training and annual medical monitoring by an occupational physician is required. Minimum of eight hours additional specialized training in managing hazardous waste operations is required for supervisory personnel. Workers without current certification shall not be allowed to enter the Exclusion(excavation)Zone. Comply with the medical surveillance program requirements of OSHA per 29 CFR 1910.120,29 CFR 190.134 and WAC 296-62-300. Provide current documentation that personnel have received medical examinations. (4)E Meetings The SSHO shall conduct daily and weekly health and safety meetings with the workers throughout the duration of all contaminated substance work. The SSHO should discuss each day's activities and associated health and safety issues with the workers and address concerns and issues that the workers may have. The weekly meeting should be conducted at the beginning of the work week. (5) Health and Safety Plan Requirements The Contractor shall prepare and implement a site specific HASP in accordance with the requirements of OSHA 29 CFR 1910.120. Include,as a minimum,the following site-specific information: 1. Site Description and Evaluation 2. Names of key personnel and alternates responsible for site safety and health(responsible party and chain of command) 3. Site specific safety and health hazard assessment and risk analysis based on contaminants known or expected to be present. 4. Training documentation for all employees 5. Personnel Protective Equipment 6. Medical Surveillance 7. Air Monitoring as may be needed 8. Site Control Measures (Work Zones, Communications and Security) 9. Personnel Hygiene and Decontamination 10. Equipment Decontamination 11. Logs,Reports, and Record Keeping 12. Heat and/or Cold Stress Monitoring 13. Emergency Response including evacuation routes and procedures 14. Site Specific Hazard Communication 15. Material Safety Data Sheets (MSDS) 16. Accident Prevention Plan 17. Training certifications The Contractor shall distribute the HASP to contract employees and require employees to read the plan,sign a compliance statement, and abide by its provisions. The plan shall be displayed or available at the site. Any review, acceptance,or approval of the Contractor's HASP by the Engineer shall be construed merely to mean that the City is unaware of any reasons at the time to object thereto. Review of the plan by the Engineer shall not impose any liability upon the City nor shall any such review relieve the Contractor of any responsibilities under the Contract. The Contractor shall prepare an addendum for each additional hazardous or contaminated material that may be discovered during the course of the project. The Contractor shall submit the following reports: Training logs, and worker compliance agreements. Safety inspection and daily health and safety meetings attendance logs. Emergency and accident report(s) as appropriate. 1 5 A Site Control Measures The excavation areas and soil stockpile areas shall be cordoned off with caution tape to separate the contaminated area from other work areas. If hazardous materials are encountered, furnish and install site fencing, warning tapes, or other barricades to physically separate the work zones on sites based on the HASP. Establish the following work zones: 1. An Exclusion Zone to areas encompass designated for P � contaminated material storage or contaminated soil excavation. Work involving contamination will take place inside the Exclusion Zone. 2. Contamination Reduction Zone to provide a physical separation between the Exclusion and Support Zones to decontaminate personnel, equipment, and vehicles prior to entering the Support Zone from the Exclusion Zone. 3. Support Zone to provide an entry and exit for personnel,materials, and equipment to the Exclusion Zone. An area for support facilities and storage of clean work equipment. Workers may rest, eat,and drink in this area. The Contractor shall be responsible for costs associated with cleanup of any contamination that may be tracked outside of the exclusion zone. (5)B Personal Protective Equipment(PPE) Appropriate personnel safety equipment and protective clothing shall be provided by the Contractor and ensure that it is kept clean and well maintained. The Work shall be conducted in Level D protection based on the known contamination. The protective equipment for different levels of protection are: Level D Protection: 1. Hard hat 2. Safety glasses 3. Work clothes 4. Steel-toed shoes 5. Hearing protection,if needed Modified Level D Protection: 1. Hard hat 2. Safety glasses 3. Chemical protective,disposable overalls/coveralls 4. Inner and outer gloves(Neoprene,Nitrile,Vitron or Butyl) 5. Chemical protective, steel toe and shank,or steel-toed safety boots with chemical-resistant,disposable boot covers. 6. Hearing protection, if needed. The Contractor shall ensure that the CIH establishes upgraded or downgraded"action levels"from the specified minimum levels of protection based upon any air monitoring results and direct contact potential,and define within the HASP the protocols for formally changing the level of protection. Personal protective equipment worn on site. The Contractor shall ensure personal protective equipment is decontaminated and inspected for integrity before being reissued. Unless agreed otherwise by'the City, used PPE and disposable equipment shall be handled in accordance with the contacted waste. (5)C Personal Hygiene and Decontamination As may be required by the contamination encountered,the Contractor shall define personnel decontamination protocols in the HASP to be followed by workers performing or supervising work within designated areas or exposed to hazardous chemical vapors, liquids or contaminated materials,and perform decontamination procedures inside the Contamination-Reduction Zone. (5)D Equipment Decontamination As may be required by the contamination encountered,the Contractor shall decontaminate vehicles and equipment used during the handling of hazardous substances and materials inside the Contamination Reduction Zone before leaving the Site. Decontamination rinsate shall be collected, treated,or disposed of at an approved off-site facility. The Contractor shall keep roads inside the Contamination-Reduction Zone free of contamination and carefully load materials to avoid contamination of exterior truck surfaces. (5)E Logs,Reports and Recordkeeping The Contractor shall maintain logs and reports covering the implementation of the HASP including any Air Monitoring Program. Daily Safety Logs shall include,as applicable,the following: 1. Date 2. Area(site specific)checked 3. Employees in particular area 4. Equipment being utilized by employees 5. Protective clothing being worn by employees 6. Protective devices being used by: a.) Contractor's personnel b.) Visitors c.) Designated State and Federal representatives 7. Air Monitoring Equipment and Data 8. Work activities for the day and associated health and safety issues discussed during the daily Health and Safety meeting. 9. SSHO signature and date (5)F Air Monitoring As may be necessary by the contamination encountered,the Contractor shall design,develop,and implement an Air Monitoring Program,if needed, to detect and quantify airborne contaminants that may be present during the Work. The details of this program shall be submitted as part of the HASP. Ensure that information gathered during the Air Monitoring Program is used by the CIH to determine appropriate safety and personnel protective measures to be implemented during excavation,stockpiling, handling, sampling, transporting and disposing of contaminated and potentially contaminated soil. The Contractor shall assess off-site migration of contaminants released during work activities. PREVAILING WAGE RATES Department of Labor and Industries Wage Rates Benefit Code Key Department of Labor and Industries Policy Statement Federal Wage Rates 1 r 1 t 2nd Ave.Ped Improvements/Madfai A-7 October 18,2007 Federal Aid Number CM-9917(008) Project Number: 05-3010 i 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. KING COUNTY Effective 08-31-07 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL $36.24 1 M 5D BOILERMAKERS JOURNEY LEVEL $33.32 1 BRICK AND MARBLE MASONS JOURNEY LEVEL $43 75 1 M 5A CABINET MAKERS(IN SHOP) JOURNEY LEVEL $16.67 1 CARPENTERS ACOUSTICAL WORKER $43 91 1M 5D BRIDGE,DOCK AND WARF CARPENTERS $43.75 1 M 5D CARPENTER $43.75 1M 5D CREOSOTED MATERIAL $43 85 1 M 5D DRYWALL APPLICATOR $43.79 1M 5D FLOOR FINISHER $43.75 1M 5D FLOOR LAYER $43.75 1M 5D FLOOR SANDER $43.75 1M 5D MILLWRIGHT AND MACHINE ERECTORS $44.75 1 M 5D PILEDRIVERS,DRIVING,PULLING,PLACING COLLARS AND WELDING $43 95 1M 5D SAWFILER $43.75 1M 5D SHINGLER $43 75 1 M 5D STATIONARY POWER SAW OPERATOR $43 75 1 M 5D STATIONARY WOODWORKING TOOLS $43 75 1 M 5D CEMENT MASONS JOURNEY LEVEL $43 10 1M 5D DIVERS&TENDERS DIVER $85.75 1M 5D 8A DIVER TENDER $44.22 1M 5D DREDGE WORKERS ASSISTANT ENGINEER $44.59 1T 5D 8L ASSISTANT MATE(DECKHAND) $44 08 1T 5D 8L BOATMEN $44 59 1T 5D 8L ENGINEER WELDER $44.64 1T 5D 81- LEVERMAN,HYDRAULIC $46 21 1T 5D 8L MAINTENANCE $44.08 1T 5D 8L MATES $44 59 1T 5D 8L OILER $44.21 1T 50 8L DRYWALL TAPERS JOURNEY LEVEL $43 59 1 E 5P ELECTRICAL FIXTURE MAINTENANCE WORKERS JOURNEY LEVEL $18.69 1 Page 1 i KING COUNTY Effective 08-31-07 ' (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ELECTRICIANS-INSIDE CABLE SPLICER $55 05 1D 5A CABLE SPLICER(TUNNEL) $58.86 1D 5A CERTIFIED WELDER $53.16 1D 5A CERTIFIED WELDER(TUNNEL) $57 15 1D 5A CONSTRUCTION STOCK PERSON $27 32 ID 5A JOURNEY LEVEL $51,25 1D 5A JOURNEY LEVEL(TUNNEL) $55.05 1D 5A ELECTRICIANS-MOTOR SHOP CRAFTSMAN $15,37 2A 6C JOURNEY LEVEL $14.69 2A 6C ELECTRICIANS-POWERLINE CONSTRUCTION CABLE SPLICER $54 38 4A 5A CERTIFIED LINE WELDER $49.64 4A 5A GROUNDPERSON $35 93 4A 5A HEAD GROUNDPERSON $37 89 4A 5A HEAVY LINE EQUIPMENT OPERATOR $49.64 4A 5A JACKHAMMER OPERATOR $37 89 4A 5A JOURNEY LEVEL LINEPERSON $49 64 4A 5A LINE EQUIPMENT OPERATOR $42.27 4A 5A POLE SPRAYER $49 64 4A 5A POWDERPERSON $37.89 4A 5A ELECTRONIC TECHNICIANS ELECTRONIC TECHNICIANS JOURNEY LEVEL $31 00 1 ' ELEVATOR CONSTRUCTORS MECHANIC $57 88 4A 6Q MECHANIC IN CHARGE $63.45 4A 6Q FABRICATED PRECAST CONCRETE PRODUCTS ALL CLASSIFICATIONS $12.70 2K 56 FENCE ERECTORS FENCE ERECTOR $18 71 1 FENCE LABORER $12 77 1 FLAGGERS JOURNEY LEVEL $31.01 1 M 5D GLAZIERS JOURNEY LEVEL $43.76 1 H 5G HEAT&FROST INSULATORS AND ASBESTOS WORKERS MECHANIC $46.13 is 51 HEATING EQUIPMENT MECHANICS MECHANIC $33 65 1 HOD CARRIERS&MASON TENDERS JOURNEY LEVEL $36 75 1 M 5D INDUSTRIAL ENGINE AND MACHINE MECHANICS MECHANIC $15 65 1 INDUSTRIAL POWER VACUUM CLEANER JOURNEY LEVEL $9 10 1 INLAND BOATMEN CAPTAIN $38 04 1K 5B COOK $3190 1K 5B DECKHAND $31.59 1K 5B ENGINEER/DECKHAND $34 37 1K 5B MATE,LAUNCH OPERATOR $36 02 1K 5B Page 2 r r KING COUNTY Effective 08-31-07 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code INSPECTION/CLEANING/SEALING OF SEWER&WATER SYSTEMS BY REMOTE CONTROL CLEANER OPERATOR,FOAMER OPERATOR $31.49 1 GROUT TRUCK OPERATOR $11.48 1 HEAD OPERATOR $24.91 1 TECHNICIAN $19.33 1 TV TRUCK OPERATOR $20 45 1 INSULATION APPLICATORS JOURNEY LEVEL $43 75 1M 5D IRONWORKERS JOURNEY LEVEL $47.92 10 5A LABORERS ASPHALT RAKER $36 75 1M 5D BALLAST REGULATOR MACHINE $36.24 1M 5D BATCH WEIGHMAN $31.01 1M 5D BRUSH CUTTER $36 24 1M 5D BRUSH HOG FEEDER $36.24 1M 5D BURNERS $36 24 1M 5D CARPENTER TENDER $36.24 1M 5D CASSION WORKER $37 20 1M 5D CEMENT DUMPER/PAVING $36.75 1M 5D CEMENT FINISHER TENDER $36.24 1M 5D CHANGE-HOUSE MAN OR DRY SHACKMAN $36 24 1M 5D CHIPPING GUN(OVER 30 LBS) $36 75 1M 5D CHIPPING GUN(UNDER 30 LBS) $36.24 1M 5D CHOKER SETTER $36 24 1M 5D CHUCK TENDER $36 24 1M 5D CLEAN-UP LABORER $36 24 1M 5D CONCRETE DUMPER/CHUTE OPERATOR $36 75 1 M 5D CONCRETE FORM STRIPPER $36 24 1M 5D CONCRETE SAW OPERATOR $36 75 1M 5D CRUSHER FEEDER $31.01 1M 5D CURING LABORER $36.24 1M 5D DEMOLITION,WRECKING&MOVING(INCLUDING CHARRED $36.24 1M 5D DITCH DIGGER $36 24 1M 5D DIVER $37 20 1M 5D DRILL OPERATOR(HYDRAULIC,DIAMOND) $36 75 1 M 5D DRILL OPERATOR,AIRTRAC $37.20 1M 5D DUMPMAN $36.24 1M 50 EPDXY TECHNICIAN $36 24 1M 5D EROSION CONTROL WORKER $36 24 1M 5D FALLERIBUCKER,CHAIN SAW $36.75 1M 5D FINAL DETAIL CLEANUP(i.e.,dusting,vacuuming,window cleaning,NOT $28 45 1M 5D construction debris cleanup) FINE GRADERS $36.24 1M 5D FIRE WATCH $31 01 1M 5D FORM SETTER $36.24 1M 5D GABION BASKET BUILDER $36.24 1M 5D GENERAL LABORER $36.24 1M 5D GRADE CHECKER&TRANSIT PERSON $36,75 1M 5D GRINDERS $36.24 1M 5D GROUT MACHINE TENDER $36.24 1M 5D Page 3 KING COUNTY Effective 08-31-07 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code GUARDRAIL ERECTOR $36 24 1M 5D HAZARDOUS WASTE WORKER LEVEL A $37 20 1M 5D HAZARDOUS WASTE WORKER LEVEL B $36 75 1M 5D HAZARDOUS WASTE WORKER LEVEL C $36 24 1M 5D HIGH SCALER $37 20 1M 5D HOD CARRIER/MORTARMAN $36 75 1M 5D JACKHAMMER $36 75 1 M 5D LASER BEAM OPERATOR $36 75 1M 5D MANHOLE BUILDER-MUDMAN $36 75 1M 5D MATERIAL YARDMAN $36 24 1M 5D MINER $37.20 1M 5D NOZZLEMAN,CONCRETE PUMP,GREEN CUTTER WHEN USING HIGH $36 75 1 M 5D PRESSURE AIR&WATER ON CONCRETE&ROCK,SANDBLAST, GUNITE,SHOTCRETE,WATER BLASTER PAVEMENT BREAKER $36 75 1 M 5D ' PILOT CAR $31 01 1M 5D PIPE POT TENDER $36 75 1 M 5D PIPE RELINER(NOT INSERT TYPE) $36 75 1M 5D PIPELAYER&CAULKER $36 75 1 M 5D PIPELAYER&CAULKER(LEAD) $37 20 1 M 5D PIPEWRAPPER $36 75 1M 5D POT TENDER $36 24 1M 5D POWDERMAN $37 20 1M 5D POWDERMAN HELPER $36.24 1M 5D POWERJACKS $36.75 1M 5D RAILROAD SPIKE PULLER(POWER) $36 75 1M 5D RE-TIMBERMAN $37.20 1M 5D RIPRAP MAN $36 24 1M 5D RODDER $36 75 1M 5D SCAFFOLD ERECTOR $36 24 1M 5D SCALE PERSON $36 24 1M 5D SIGNALMAN $36.24 1 M 5D SLOPER(OVER 20") $36 75 1 M 5D SLOPER SPRAYMAN $36 24 1M 5D SPREADER(GLARY POWER OR SIMILAR TYPES) $36 75 1 M 5D SPREADER(CONCRETE) $36 75 1M 5D STAKE HOPPER $36 24 1M 5D STOCKPILER $36 24 1M 5D TAMPER&SIMILAR ELECTRIC,AIR&GAS $36 75 1M 5D TAMPER(MULTIPLE&SELF PROPELLED) $36 75 1M 5D TOOLROOM MAN(AT JOB SITE) $36.24 1 M 5D TOPPER-TAILER $36 24 1M 5D TRACK LABORER $36 24 1 M 5D TRACK LINER(POWER) $36 75 1 M 5D TRUCK SPOTTER $36 24 1M 5D TUGGER OPERATOR $36 75 1M 5D VIBRATING SCREED(AIR,GAS,OR ELECTRIC) $36 24 1M 5D VIBRATOR $36 75 1M 5D VINYL SEAMER $36 24 1M 5D WELDER $36 24 1 M 5D WELL-POINT LABORER $36 75 1M 5D Page 4 KING COUNTY Effective 08-31-07 ***************************************************************************************************************** (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code LABORERS-UNDERGROUND SEWER&WATER 1 GENERAL LABORER $36 24 1M 5D PIPE LAYER $36.75 1M 5D LANDSCAPE CONSTRUCTION IRRIGATION OR LAWN SPRINKLER INSTALLERS $13.51 1 LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $28.15 1 LANDSCAPING OR PLANTING LABORERS $14.37 1 LATHERS JOURNEY LEVEL $43.79 1M 5D METAL FABRICATION(IN SHOP) FITTER $24.94 1 LABORER $25.45 1 LAYEROUT $37.15 1 MACHINE OPERATOR $30 96 1 PAINTER $25.15 1 WELDER $30 12 1 MODULAR BUILDINGS CABINET ASSEMBLY $11.56 1 ELECTRICIAN $11.56 1 EQUIPMENT MAINTENANCE $11.56 1 PLUMBER $11.56 1 PRODUCTION WORKER $9.26 1 TOOL MAINTENANCE $11.56 1 UTILITY PERSON $11.56 1 WELDER $11 56 1 PAINTERS JOURNEY LEVEL $33.16 26 5A PLASTERERS JOURNEY LEVEL $4310 1R 5A PLAYGROUND&PARK EQUIPMENT INSTALLERS JOURNEY LEVEL $8.42 1 PLUMBERS&PIPEFITTERS JOURNEY LEVEL $56.34 1G 5A POWER EQUIPMENT OPERATORS ASSISTANT ENGINEERS $42.14 1M 5D 8L BACKHOE,EXCAVATOR,SHOVEL (3 YD&UNDER) $44.92 1M 5D 8L BACKHOE,EXCAVATOR,SHOVEL (OVER 3 YD&UNDER 6 YD) $45.41 1 M 5D 8L BACKHOE,EXCAVATOR,SHOVEL(6 YD AND OVER WITH $45.96 1M 5D 8L BACKHOES, (75 HP&UNDER) $44.50 1M 5D 81. BACKHOES, (OVER 75 HP) $44 92 1M 5D 8L BARRIER MACHINE(ZIPPER) $44.92 1M 5D 8L BATCH PLANT OPERATOR,CONCRETE $44.92 1M 5D 8L BELT LOADERS(ELEVATING TYPE) $44.50 1M 5D 8L BOBCAT(SKID STEER) $42.14 1M 5D 8L BROOMS $42.14 1M 5D 8L BUMP CUTTER $44.92 1M 5D 8L CABLEWAYS $45 41 1M 5D 8L CHIPPER $44 92 1M 5D 8L COMPRESSORS $42.14 1M 5D 8L CONCRETE FINISH MACHINE-LASER SCREED $42 14 1M 5D 8L CONCRETE PUMPS $44.50 1M 5D 8L CONCRETE PUMP-TRUCK MOUNT WITH BOOM ATTACHMENT $44.92 1M 5D 8L Page 5 r i KING COUNTY Effective 08-31-07 ' (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code CONVEYORS $44 50 1 M 5D 8L CRANES, THRU 19 TONS,WITH ATTACHMENTS $44.50 1 M 5D 8L ' CRANES, 20-44 TONS,WITH ATTACHMENTS $44 92 1 M 5D 8L CRANES, 45 TONS-99 TONS,UNDER 150 FT OF BOOM(INCLUDING $45 41 1 M 5D 8L JIB WITH ATACHMENTS) CRANES,100 TONS-199 TONS,OR 150 FT OF BOOM(INCLUDING JIB $45 96 1 M 5D 8L WITH ATTACHMENTS) CRANES,200 TONS TO 300 TONS,OR 250 FT OF BOOM(INCLUDING JIB $46 53 1 M 5D 8L WITH ATTACHMENTS) CRANES,A-FRAME, 10 TON AND UNDER $42 14 1 M 5D 8L CRANES,A-FRAME,OVER 10 TON $44 50 1 M 5D 8L CRANES,OVER 300 TONS,OR 300'OF BOOM INCLUDING JIB WITH $47.09 1 M 5D 8L ATTACHMENTS CRANES,OVERHEAD,BRIDGE TYPE(20-44 TONS) $44 92 1 M 5D 8L CRANES,OVERHEAD,BRIDGE TYPE(45-99 TONS) $45 41 1 M 5D 8L CRANES,OVERHEAD,BRIDGE TYPE(100 TONS&OVER) $45 96 1 M 5D 8L CRANES,TOWER CRANE UP TO 175'IN HEIGHT,BASE TO BOOM $45 96 1 M 5D 8L CRANES,TOWER CRANE OVER 175'IN HEIGHT,BASE TO BOOM $46.53 1 M 5D 8L CRUSHERS $44 92 1M 5D 8L DECK ENGINEER/DECK WINCHES(POWER) $44.92 1M 5D 8L DERRICK,BUILDING $45.41 1M 5D 8L DOZERS,D-9&UNDER $44.50 1M 5D 8L DRILL OILERS-AUGER TYPE,TRUCK OR CRANE MOUNT $44 50 1 M 5D 8L DRILLING MACHINE $44.92 1M 5D 8L ELEVATOR AND MANLIFT,PERMANENT AND SHAFT-TYPE $42 14 1 M 5D 8L EQUIPMENT SERVICE ENGINEER(OILER) $44 50 1 M 5D 8L FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP $44.92 1M 5D 8L FORK LIFTS,(3000 LBS AND OVER) $44.50 1M 5D 8L FORK LIFTS,(UNDER 3000 LBS) $42.14 1 M 5D 8L GRADE ENGINEER $44 50 1 M 5D 8L GRADECHECKER AND STAKEMAN $42 14 1 M 5D 8L GUARDRAIL PUNCH $44 92 1M 5D 8L HOISTS,OUTSIDE(ELEVATORS AND MANLIFTS),AIR TUGGERS $44 50 1M 5D 8L HORIZONTAUDIRECTIONAL DRILL LOCATOR $44 50 1 M 5D 8L HORIZONTAUDIRECTIONAL DRILL OPERATOR $44 92 1 M 5D 8L HYDRALIFTS/BOOM TRUCKS(10 TON&UNDER) $42.14 1M 5D 8L HYDRALIFTS/BOOM TRUCKS(OVER 10 TON) $44 50 1 M 5D 8L LOADERS,OVERHEAD(6 YD UP TO 8 YD) $45 41 1M 5D 8L LOADERS,OVERHEAD(8 YD&OVER) $45 96 1 M 5D 8L LOADERS,OVERHEAD(UNDER 6 YD),PLANT FEED $44.92 1 M 5D 8L LOCOMOTIVES,ALL $44 92 1M 5D 8L MECHANICS,ALL $45.41 1M 5D 8L MIXERS,ASPHALT PLANT $44.92 1M 5D 8L MOTOR PATROL GRADER(FINISHING) $44.92 1M 5D 8L MOTOR PATROL GRADER(NON-FINISHING) $44 50 1M 5D 81. MUCKING MACHINE,MOLE,TUNNEL DRILL AND/OR SHIELD $45.41 1M 5D 8L OIL DISTRIBUTORS,BLOWER DISTRIBUTION AND MULCH SEEDING $42 14 1M 5D 8L OPERATOR , PAVEMENT BREAKER $42.14 1 M 5D 8L PILEDRIVER(OTHER THAN CRANE MOUNT) $44 92 1 M 5D 8L PLANT OILER(ASPHALT,CRUSHER) $44.50 1 M 5D 8L POSTHOLE DIGGER,MECHANICAL $42.14 1 M 5D 8L POWER PLANT $42 14 1 M 5D 8L Page 6 KING COUNTY Effective 08-31-07 *************** ************************ ********** ******* *************,r* ********** ************************** (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code PUMPS,WATER $42.14 1 M 5D 8L ' QUAD 9,D-10,AND HD-41 $45 41 1 M 5D 8L REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $45 41 1 M 5D 8L EQUIP RIGGER AND BELLMAN $42.14 1 M 5D 8L ROLLAGON $45 41 1 M 5D 8L ROLLER,OTHER THAN PLANT ROAD MIX $42.14 1 M 5D 8L ROLLERS,PLANTMIX OR MULTILIFT MATERIALS $44 50 1M 5D 8L ROTO-MILL,ROTO-GRINDER $44.92 1M 5D 8L SAWS,CONCRETE $44.50 1M 5D 8L SCRAPERS-SELF PROPELLED,HARD TAIL END DUMP,ARTICULATING $44 92 1M 5D 8L OFF-ROAD EQUIPMENT(UNDER 45 YD) SCRAPERS-SELF PROPELLED,HARD TAIL END DUMP,ARTICULATING $45 41 1 M 5D 8L OFF-ROAD EQUIPMENT(45 YD AND OVER) ' SCRAPERS,CONCRETE AND CARRY ALL $44.50 1 M 5D 8L SCREED MAN $44.92 1 M 5D 8L SHOTCRETE GUNITE $42.14 1M 5D 8L SLIPFORM PAVERS $45.41 1M 5D 8L SPREADER,TOPSIDE OPERATOR-BLAW KNOX $44 92 1M 5D 8L SUBGRADE TRIMMER $44.92 1M 5D 8L TOWER BUCKET ELEVATORS $44.50 1M 5D 8L TRACTORS,(75 HP&UNDER) $44.50 1 M 5D 8L ' TRACTORS,(OVER 75 HP) $44 92 1 M 5D 8L TRANSFER MATERIAL SERVICE MACHINE $44.92 1 M 5D 8L TRANSPORTERS,ALL TRACK OR TRUCK TYPE $45.41 1 M 5D 8L TRENCHING MACHINES $44.50 1M 5D 8L TRUCK CRANE OILER/DRIVER(UNDER 100 TON) $44.50 1 M 5D 8L TRUCK CRANE OILER/DRIVER(100 TON&OVER) $44.92 1 M 5D 8L TRUCK MOUNT PORTABLE CONVEYER $44 92 1 M 5D 8L WHEEL TRACTORS,FARMALL TYPE $42 14 1 M 5D 8L YO YO PAY DOZER $44.92 1 M 5D 8L POWER EQUIPMENT OPERATORS-UNDERGROUND SEWER& (SEE POWER EQUIPMENT OPERATORS) POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE $35 62 4A 5A SPRAY PERSON $33 82 4A 5A TREE EQUIPMENT OPERATOR $34.27 4A 5A TREE TRIMMER $31 88 4A 5A TREE TRIMMER GROUNDPERSON $24.03 4A 5A REFRIGERATION&AIR CONDITIONING MECHANICS MECHANIC $54 01 1G 5A RESIDENTIAL BRICK&MARBLE MASONS JOURNEY LEVEL $27.05 1 RESIDENTIAL CARPENTERS JOURNEY LEVEL $23.47 1 RESIDENTIAL CEMENT MASONS JOURNEY LEVEL $22.64 1 RESIDENTIAL DRYWALL TAPERS JOURNEY LEVEL $43.59 1E 5P RESIDENTIAL ELECTRICIANS JOURNEY LEVEL $26.24 1 RESIDENTIAL GLAZIERS JOURNEY LEVEL $28 74 1H 5G Page 7 KING COUNTY Effective 08-31-07 (See Benefit Code Key) Over PREVAILING Time Holiday Note , Classification WAGE Code Code Code RESIDENTIAL INSULATION APPLICATORS JOURNEY LEVEL $17.60 1 RESIDENTIAL LABORERS JOURNEY LEVEL $18.12 1 RESIDENTIAL PAINTERS JOURNEY LEVEL $18 36 1 RESIDENTIAL PLUMBERS&PIPEFITTERS JOURNEY LEVEL $22 95 1 RESIDENTIAL REFRIGERATION&AIR CONDITIONING JOURNEY LEVEL $54 01 1G 5A RESIDENTIAL SHEET METAL WORKERS JOURNEY LEVEL(FIELD OR SHOP) $19 48 1 RESIDENTIAL SOFT FLOOR LAYERS JOURNEY LEVEL $36.08 16 5A RESIDENTIAL SPRINKLER FITTERS(FIRE PROTECTION) JOURNEY LEVEL $30 51 113 5C ' RESIDENTIAL TERRAZZO/TILE FINISHERS JOURNEY LEVEL $26.30 1 RESIDENTIAL TERRAZZOITILE SETTERS JOURNEY LEVEL $41 96 1B 5A , ROOFERS JOURNEY LEVEL $35.05 1 USING IRRITABLE BITUMINOUS MATERIALS $48 15 1 SHEET METAL WORKERS JOURNEY LEVEL(FIELD OR SHOP) $51 97 1E 6L ' SHIPBUILDING&SHIP REPAIR BOILERMAKER $3146 1H 6W CARPENTER $30 74 1113 6X ELECTRICIAN $30 37 113 6X , HEAT&FROST INSULATOR $46 13 1S 51 LABORER $29 26 is 6X MACHINIST $30.29 1B 6X OPERATOR $30.22 113 6X PAINTER $32.34 16 6X PIPEFITTER $30.22 1B 6X RIGGER $30 33 1B 6X SANDBLASTER $30 22 1B 6X SHEET METAL $30.48 1B 6X SHIPFITTER $30.32 1B 6X TRUCKER $3017 1B 6X WAREHOUSE $30 20 113 6X WELDERIBURNER $30 32 1B 6X SIGN MAKERS&INSTALLERS(ELECTRICAL) SIGN INSTALLER $22.92 1 SIGN MAKER $21.36 1 SIGN MAKERS&INSTALLERS(NON-ELECTRICAL) SIGN INSTALLER $27 28 1 SIGN MAKER $33 14 1 SOFT FLOOR LAYERS JOURNEY LEVEL $36 08 1B 5A SOLAR CONTROLS FOR WINDOWS JOURNEY LEVEL $12.44 1 5S Page 8 r t KING COUNTY Effective 08-31-07 ********************.**** * *** ************************ ******** **************** ****,r******* ***********�***** (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code SPRINKLER FITTERS(FIRE PROTECTION) JOURNEY LEVEL $54 24 1X 5C STAGE RIGGING MECHANICS(NON STRUCTURAL) JOURNEY LEVEL $13 23 1 SURVEYORS CHAIN PERSON $9 35 1 INSTRUMENT PERSON $11 40 1 PARTY CHIEF $13.40 1 TELECOMMUNICATION TECHNICIANS TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $22.76 1 TELEPHONE LINE CONSTRUCTION-OUTSIDE CABLE SPLICER $30 66 2B 5A HOLE DIGGER/GROUND PERSON $17.19 2B 5A INSTALLER(REPAIRER) $29 41 2B 5A JOURNEY LEVEL TELEPHONE LINEPERSON $28.53 213 5A SPECIAL APPARATUS INSTALLER 1 $30.66 26 5A SPECIAL APPARATUS INSTALLER II $30.05 2B 5A TELEPHONE EQUIPMENT OPERATOR(HEAVY) $30.66 2B 5A ' TELEPHONE EQUIPMENT OPERATOR(LIGHT) $28.53 2B 5A TELEVISION GROUND PERSON $16.31 213 5A TELEVISION LINEPERSON/INSTALLER $21.68 26 5A TELEVISION SYSTEM TECHNICIAN $35.78 26 5A TELEVISION TECHNICIAN $23.19 2B 5A TREE TRIMMER $28.53 26 5A TERRAZZO WORKERS&TILE SETTERS JOURNEY LEVEL $41.96 1 B 5A TILE,MARBLE&TERRAZZO FINISHERS FINISHER $35.79 113 5A TRAFFIC CONTROL STRIPERS JOURNEY LEVEL $36.40 1 K 5A TRUCK DRIVERS ASPHALT MIX(TO 16 YARDS) $41.19 1T 5D 8L ASPHALT MIX(OVER 16 YARDS) $41.90 1T 5D 8L DUMP TRUCK $41.19 1T 5D 8L DUMP TRUCK&TRAILER $41.90 1T 5D 8L OTHER TRUCKS $41.90 1T 5D 81- TRANSIT MIXER $23.45 1 WELL DRILLERS&IRRIGATION PUMP INSTALLERS IRRIGATION PUMP INSTALLER $17 71 1 OILER $12.97 1 WELL DRILLER $18.00 1 r ' Page 9 BENEFIT CODE KEY-EFFECTIVE 08-31-07 OVERTIME CODES OVERTIME CALCULATIONS ARE BASED ON THE HOURLY RATE ACTUALLY PAID TO THE WORKER. ON PUBLIC WORKS PROJECTS,THE HOURLY RATE MUST BE NOT LESS THAN THE PREVAILING RATE OF WAGE MINUS THE HOURLY RATE OF THE COST OF FRINGE BENEFITS ACTUALLY PROVIDED FOR THE WORKER. 1 ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE A ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE B ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE C THE FIRST TWO(2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL , OTHER OVERTIME HOURS WORKED SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE D THE FIRST TWO (2) HOURS BEFORE OR AFTER 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 0 THE FIRST TEN(10)HOURS WORKED ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SUNDAYS, HOLIDAYS AND AFTER TWELVE (12) HOURS, MONDAY THROUGH FRIDAY,AND AFTER TEN(10)HOURS ON SATURDAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE P ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF CIRCUMSTANCES WARRANT) AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE 1 BENEFIT CODE KEY-EFFECTIVE 08-31-07 -2- ' l 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 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 ALL HOURS WORKED ON SATURDAYS, EXCEPT MAKE-UP DAYS, SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED AFTER 6.00PM SATURDAY TO 6:OOAM MONDAY AND ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE U ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED 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 HOURLYRATE OF WAGE V ALL HOURS WORKED ON SATURDAYS,SUNDAYS AND HOLIDAYS(EXCEPT THANKSGIVING DAY AND CHRISTMAS DAY) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON THANKSGIVING DAY AND CHRISTMAS DAY 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 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 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 BENEFIT CODE KEY-EFFECTIVE 08-31-07 -3- 2 1 ALL HOURS WORKED ON SATURDAYS AND HOLIDAYS(EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE- ' HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SUNDAYS AND ON LABOR DAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE , J ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE ALL HOURS , WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE, INCLUDING THE HOLIDAY PAY ALL HOURS WORKED ON UNPAID HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. K ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY 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 4A ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SATURDAYS,SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. HOLIDAY CODES 5 A HOLIDAYS NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(7) B HOLIDAYS NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,FRIDAY AFTER THANKSGIVING DAY,THE DAY BEFORE CHRISTMAS,AND CHRISTMAS DAY(8) C HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8) D HOLIDAYS. NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AND SATURDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8) E HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, PRESIDENTIAL ELECTION DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8) F HOLIDAYS. NEW YEAR'S DAY, MARTIN LUTHER KING JR DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(11) G. HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY(7) H HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY,AND CHRISTMAS(6). I HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY(6) J HOLIDAYS• NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY,CHRISTMAS EVE DAY,AND CHRISTMAS DAY(7). ' 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) 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) BENEFIT CODE KEY-EFFECTIVE 08-31-07 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(10) ' V 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) 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(I1) I PAID HOLIDAYS NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING ' DAY,FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(7). 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 ' 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(l 1) BENEFIT CODE KEY-EFFECTIVE 08-31-07 -5- NOTE CODES ' 8. A. THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE-HALF TIMES THE DIVERS RATE OF PAY 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 175'-$2 25 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 175'TO 250'-$5 50 PER FOOT FOR EACH FOOT OVER 175 FEET OVER 250'-DIVERS MAY NAME THEIR OWN PRICE,PROVIDED IT IS NO LESS THAN THE SCALE LISTED FOR 250 FEET C THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE-HALF TIMES THE DIVERS RATE OF PAY 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 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. i Supplemental To Wage Rates 1 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricators Below is a list of potentially prefabricated items, originally furnished by WSDOT to Washington State Department of Labor and Industries, that may be considered non-standard and therefore covered by the prevailing wage law, RCW 39.12. Items marked with an X in the "YES" column should be considered to be non-standard and therefore covered by RCW 39.12. Items marked with an X in the "NO" column should be considered to be standard and therefore not covered. Of course, exceptions to this general list may occur, and in that case shall be evaluated according to the criteria described in State and L&I's policy statement. ITEM DESCRIPTION YES NO 1. Manhole Ring & Cover- manhole type 1, 2, 3, and 4 X for bridges. For use with Catch Basin type 2. The casting to meet AASHTO-M-105, class 30 gray iron casting. See Std. Plan B-1f, B-23a, B-23b, B-23c, and B-23d. 2. Frame& Grate-frame and Grate for Catch Basin type X 1, 1 L, 1 P, 2, 3, 4 and Concrete Inlets. Cast frame may be grade 70-36 steel, class 30 gray cast iron or grade 80-55-06 ductile iron. The cast grate may be grade 70-36 steel or grade 80-55-06 ductile iron. See Std. Plan B-2, B-2a, and B-2b. 3. Grate Inlet& Drop Inlet Frame &Grate- Frame and X Grate for Grate Inlets Type 1 or 2 or Drop Inlet. Angle iron frame to be cast into top of inlet. See Std. Plan B-4b or B-4h. Frames & Grates to be galvanized. 4. Concrete Pipe - Plain Concrete pipe and reinforced X concrete pipe Class 2 to 5 sizes smaller than 60 inch diameter. 5. Concrete Pipe- Plain Concrete pipe and reinforced X concrete pipe Class 2 to 5 sizes larger than 60 inch diameter. 6. Corrugated Steel Pipe- Steel lock seam corrugated X pipe for culverts and storm sewers, sizes 30 inch to 120 inches in diameter. May also be treated, 1 thru 5. Supplemental To Wage Rates 2 pP 9 i iITEM DESCRIPTION YES NO 7. Corrugated Aluminum Pipe-Aluminum lock seam X corrugated pipe for culverts and storm sewers, sizes 30 inch to 120 inches in diameter. May also be treated, #5. 8. Anchor Bolts & Nuts -Anchor Bolts and Nuts, for X 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 X conforming to the type and material specifications set forth in the contract plans. Welding of aluminum shall be in accordance with Section 9-28.15(3). 10. Major Structural Steel Fabrication - Fabrication of X major steel items such as trusses, beams, girders, etc., for bridges. 11. Minor Structural Steel Fabrication - Fabrication of X 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 X conforming to the type and material specifications set forth in the Contract Plans. Welding of aluminum shall be in accordance with Section 9-28.15(3). 13. Concrete Piling--Precast-Prestressed concrete piling for X use as 55 and 70 ton concrete piling. Concrete to conform to Section 9-19.1 of Std. Spec.. Shop drawings for approval shall be provided per Section 6-05.3(3)of the Std. Spec. 14. Manhole Type 1, 2, 3 and 4- Precast Manholes with risers X and flat top slab and/or cones. See Std. Plans. Supplemental To Wage Rates 3 ITEM DESCRIPTION YES NO 15. Drywell - Drywell as specified in Contract Plans. X 16. Catch Basin - Catch Basin type 1, 1 L, 1 P, 2, 3, and 4, X including risers, frames maybe cast into riser. See Std. Plans. 17. Precast Concrete Inlet- Concrete Inlet with risers, X frames may be cast into risers. See Std. Plans. 18. Drop Inlet Type 1 - Drop Inlet Type 1 with support X angles and grate. See Std. Plans B-4f and B-4h. 19. Drop Inlet Type 2 - Drop Inlet type 2 with support X angles and grate. See Std. Plans B-4g and B-4h. 20. Grate Inlet Type 2- Grate Inlet Type 2 with risers and X top unit with bearing angles. 21. Precast Concrete Utility Vaults- Precast Concrete X 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 X Vaults. 23. Valve Vault- For use with underground utilities. X See Contract Plans for details. 24. Precast Concrete Barrier- Precast Concrete Barrier for X use as new barrier or may also be used as Temporary Concrete Barrier. Only new state approved barrier may be used as permanent barrier. Supplemental To Wage Rates 4 ITEM DESCRIPTION YES NO 25. Reinforced Earth Wall Panels - Reinforced X 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- X tilt-up wall panel in size and shape as shown in Plans. Fabrication plant has annual approval for methods and materials to be used. 27. Precast Railroad Crossings- Concrete Crossing Structure X Slabs. 28. 12, 18 and 26 inch Standard Precast Prestressed X 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)c. 29. Prestressed Concrete Girder Series 4-14- X 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)c. 30. Prestressed Tri-Beam Girder- Prestressed Tri-Beam X 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)c. 31. Prestressed Precast Hollow-Core Slab- Precast X 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)c. Supplemental To Wage Rates 5 ITEM DESCRIPTION YES NO 32. Prestressed-Bulb Tee Girder- Bulb Tee Prestressed X 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(26)A. 33. Monument Case and Cover-To meet AASHTO-M-105 class X 30 gray iron casting. See Std. Plan H-7. 34. Cantilever Sign Structure - Cantilever Sign Structure X fabricated from steel tubing meeting AASHTO-M-183. See Std. Plans G-3, G-3a, 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 X fabricated to details shown in the Plans. Shop drawings for approval are required prior to fabrication. 36. Steel Sign Bridges-Steel Sign Bridges fabricated X from steel tubing meeting AASHTO-M-138 for Aluminum Alloys. See Std. Plans G-2, G2a, G-2b, 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 X in Std. Plan G-8. Shop drawings for approval are to be provided prior to fabrication. 38. Light Standard-Prestressed - Spun, tressed hollow, X g p , pres concrete poles. 39. Light Standards- Lighting Standards for use X on highway illumination systems, poles to be fabricated to conform with methods and materials as specified on Std. Plan J-1, J-1 a, and J-1 b. See Special Provisions for pre-approved drawings. Supplemental To Wage Rates 6 ITEM DESCRIPTION YES NO 40. Traffic Signal Standards- Traffic Signal Standards for X use on highway and/or street signal systems. Standards to be fabricated to conform with methods and material as specified on Std. Plans J-1, J-7a, J-7c, and J-8. See Special Provisions for pre-approved drawings. 41. Traffic Curb, Type A or C Precast-Type A or C X Precast traffic curb, for use in construction of raised channelization, and other traffic delineation uses such as parking lots, rest areas, etc. NOTE: Acceptance based on inspection of Fabrication Plant and an advance sample of curb section to be submitted for approval by Engineer. 42. Traffic Signs- Prior to approval of a Fabricator X X of Traffic Signs, the sources of the following custom std. signing materials must be submitted and approved msg msg 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 X 44. Guardrail components X X custom standard end sect. sect. 45. Aggregates/Concrete mixes Covered by WAC 296-127-018 46. Asphalt Covered by WAC 296-127-018 47. Fiber fabrics X 48. Electrical wiring/components X 49. treated or untreated timber piles X Supplemental To Wage Rates 7 ITEM DESCRIPTION YES NO 50. Girder pads (elastomeric bearing) X 51. Standard Dimension lumber X 52. Irrigation components X 53. Fencing materials X 54. Guide Posts X 55. Traffic Buttons X 56. Epoxy X 57. Cribbing X 58. Water distribution materials X 59. Steel "H" piles X 60. Steel pipe for concrete pile casings X 61. Steel pile tips, standard X 62. Steel pile tips, custom X Supplemental To Wage Rates 8 pp 9 State of Washington Department of Labor and Industries Prevailing Wage Section-Telephone(360)902- PO Box 44540,Olympia,WA 98504-4540 Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects,workers'wage and benefit rates must add to not less than this total.A brief description of overtime calculation requirements is provided on the Benefit Code Key. METAL FABRICATION (IN SHOP) EFFECTIVE 08-31-07 (See Benefit Code Key) Over PREVAILING Time Holiday Classification Code WAGE Code Code Counties Covered: ADAMS FITTER/WELDER $12.76 1 LABORER $8.13 1 MACHINE OPERATOR $14.47 1 PAINTER $10.20 1 WELDER $13.71 1 Counties Covered: ASOTIN �j FITTER $16.06 1 FITTER/WELDER $12.76 1 LABORER $6.13 1 MACHINE OPERATOR $19.00 1 PAINTER $10.20 1 WELDER $13.04 1 Counties Covered: BENTON FITTER $12.93 1 LABORER $13.50 1 LAYEROUT $13.75 1 MACHINE OPERATOR $18.12 1 PAINTER $12.70 1 WELDER $16.26 1 Counties Covered: CHELAN FITTER $15.04 1 LABORER $13.05 1 LAYEROUT $21.01 1 MACHINE OPERATOR $13.05 1 PAINTER $15.66 1 WELDER $17.80 1 Supplemental To Wage Rates 9 METAL FABRICATION (IN SHOP) EFFECTIVE 08-31-07 (See Benefit Code Key) Over PREVAILING Time Holiday Classification Code WAGE Code Code Counties Covered: CLALLAM FITTER/WELDER $15.16 1 LABORER $9.50 1 MACHINE OPERATOR $26.90 1 PAINTER $11.41 1 Counties Covered: CLARK FITTER $25.84 1 LABORER $17.56 1 LAYEROUT $27.46 1 MACHINE OPERATOR $27.12 1 PAINTER $23.66 1 WELDER $25.24 1 Counties Covered: COLUMBIA,FERRY,GARFIELD,KITTITAS,LINCOLN,PEND OREILLE AND WHITMAN FITTER/WELDER $12.76 1 LABORER $8.13 1 MACHINE OPERATOR $12.66 1 PAINTER $10.20 1 Counties Covered: COWLITZ FITTER $24.46 1 B 6V LABORER $17.46 1 MACHINE OPERATOR $24.46 1 B 6V WELDER $24.46 113 6V Counties Covered: DOUGLAS FITTER/WELDER $12.76 1 LABORER $8.13 1 MACHINE OPERATOR $16.54 1 PAINTER $10.20 1 Counties Covered: FRANKLIN FITTER/WELDER $12.76 1 LABORER $8.13 1 MACHINE OPERATOR $12.66 1 PAINTER $10.20 1 WELDER $26.15 1 Supplemental To Wage Rates 10 METAL FABRICATION (IN SHOP) EFFECTIVE 08-31-07 (See Benefit Code Key) Over PREVAILING Time Holiday Classification Code WAGE Code Code Counties Covered: GRANT FITTERMELDER $10.79 1 PAINTER $7.93 1 Counties Covered: GRAYS HARBOR AND MASON FITTERIWELDER $15.16 1 LABORER $11.13 1 MACHINE OPERATOR $10.66 1 PAINTER $11.41 1 Counties Covered: ISLAND FITTERN/ELDER $15.16 1 LABORER $11.13 1 MACHINE OPERATOR $12.59 1 PAINTER $11.41 1 Counties Covered: JEFFERSON FITTER/WELDER $20.00 1 LABORER $9.58 1 MACHINE OPERATOR $10.66 1 PAINTER $11.41 1 WELDER $20.00 1 Counties Covered: KING FITTER $24.94 1 LABORER $25.45 1 LAYEROUT $37.15 1 MACHINE OPERATOR $30.96 1 PAINTER $25.15 1 WELDER $30.12 1 Counties Covered: KITSAP FITTER $30.85 1 LABORER $7.93 1 LAYEROUT $47.37 1 MACHINE OPERATOR $35.79 1 WELDER $13.83 1 Supplemental To Wage Rates 11 METAL FABRICATION (IN SHOP) EFFECTIVE 08.31-07 (See Benefit Code Key) Over PREVAILING Time Holiday Classification Code WAGE Code Code Counties Covered: KLICKITAT FITTERIWELDER $20.00 1 LABORER $20.00 1 MACHINE OPERATOR $20.00 1 PAINTER $20.00 1 Counties Covered: LEWIS FITTER $20.58 1 LABORER $10.00 1 MACHINE OPERATOR $25.21 1 PAINTER $9.72 1 WELDER $15.48 1 Counties Covered: OKANOGAN FITTER/WELDER $12.76 1 LABORER $9.00 1 MACHINE OPERATOR $12.66 1 PAINTER $10.20 1 WELDER $12.98 1 Counties Covered: PACIFIC FITTER/WELDER $15.16 1 LABORER $11.13 1 MACHINE OPERATOR $15.00 1 PAINTER $11.41 1 WELDER $15.00 1 Counties Covered: PIERCE FITTER $47.19 1 LABORER $28.96 1 LAYEROUT $47.89 1 MACHINE OPERATOR $27.80 1 PAINTER $30.22 1 WELDER $30.22 1 Counties Covered: SAN JUAN FITTERIWELDER $20.00 1 LABORER $20.00 1 MACHINE OPERATOR $20.00 1 PAINTER $20.00 1 Supplemental To Wage Rates 12 METAL FABRICATION (IN SHOP) EFFECTIVE 08-31-07 (See Benefit Code Key) Over PREVAILING Time Holiday Classification Code WAGE Code Code Counties Covered: SKAGIT FITTER/WELDER $15.16 1 LABORER $11.13 1 MACHINE OPERATOR $18.12 1 PAINTER $11.41 1 Counties Covered: SKAMANIA AND WAHKIAKUM FITTER/WELDER $16.99 1 LABORER $10.44 1 MACHINE OPERATOR $17.21 1 PAINTER $17.03 1 Counties Covered: SNOHOMISH FITTER $30.64 1 FITTERIWELDER $37.31 1 LABORER $30.61 1 LAYEROUT $31.77 1 MACHINE OPERATOR $28.84 1 PAINTER $11.10 1 WELDER $49.02 1 Counties Covered: SPOKANE FITTER $12.59 1 LABORER $9.02 1 LAYEROUT $17.93 1 MACHINE OPERATOR $13.26 1 PAINTER $10.27 1 WELDER $14.77 1 Counties Covered: STEVENS FITTERIWELDER $12.76 1 LABORER $8.13 1 MACHINE OPERATOR $12.66 1 PAINTER $11.37 1 WELDER $10.00 1 Counties Covered: THURSTON FITTER $24.88 1A 6T LABORER $16.61 1A 6T LAYEROUT $26.95 1A 6T MACHINE OPERATOR $22.81 1A 6T WELDER $19.72 1A 6T Supplemental To Wage Rates 13 METAL FABRICATION (IN SHOP) EFFECTIVE 08-31-07 (See Benefit Code Key) Over PREVAILING Time Holiday Classification Code WAGE Code Code Counties Covered: WALLA WALLA FITTER/WELDER $14.90 1 LABORER $14.09 1 MACHINE OPERATOR $13.00 1 PAINTER $17.21 1 WELDER $14.90 1 Counties Covered: WHATCOM FITTER $43.12 1 FITTER/WELDER $25.66 1 LABORER $9.00 1 MACHINE OPERATOR $28.14 1 PAINTER $15.57 1 WELDER $24.48 1 Counties Covered: YAKIMA FITTER $12 00 1 LABORER $9.80 1 LAYEROUT $37 42 1 MACHINE OPERATOR $14.59 1 PAINTER $12.46 1 WELDER $15 71 1 Supplemental To Wage Rates 14 FABRICATED PRECAST CONCRETE PRODUCTS EFFECTIVE 08-31-07 (See Benefit Code Key) Over PREVAILING Time Holiday Classification Code WAGE Code Code Counties Covered: ADAMS,ASOTIN,BENTON,COLUMBIA,DOUGLAS,FERRY,GARFIELD,GRANT,LINCOLN, OKANOGAN,PEND OREILLE,STEVENS,WALLA WALLA AND WHITMAN ALL CLASSIFICATIONS $9.96 1 Counties Covered: CHELAN,KITTITAS,KLICKITAT AND SKAMANIA ALL CLASSIFICATIONS $8.61 1 Counties Covered: CLALLAM,CLARK,COWLITZ,GRAYS HARBOR,ISLAND,JEFFERSON,KITSAP,LEWIS,MASON, PACIFIC,SAN JUAN,SKAGIT,SNOHOMISH,THURSTON AND WAHKIAKUM ALL CLASSIFICATIONS $13.50 1 Counties Covered: FRANKLIN ALL CLASSIFICATIONS $11.50 1 Counties Covered: KING ALL CLASSIFICATIONS $12.70 2K 5B Counties Covered: PIERCE ALL CLASSIFICATIONS $9.28 1 Counties Covered: SPOKANE ALL CLASSIFICATIONS $20.23 1 Counties Covered. WHATCOM ALL CLASSIFICATIONS $13.67 1 Supplemental To Wage Rates 15 FABRICATED PRECAST CONCRETE PRODUCTS EFFECTIVE 08-31-07 (See Benefit Code Key) Over PREVAILING Time Holiday WAGE Code Code Classification Code Counties Covered• YAKIMA CRAFTSMAN $8.65 1 LABORER $7.93 1 1 Supplemental To Wage Rates 6 WSDOT's List of State Occupation not applicable to Heavy and Highway Y Construction Projects This project is subject to the state hour) minimum rates for wages and fringe benefits in the p J 1 Y 9 9 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. 1 Supplemental to Wage Rates 17 Washington State Departmen t of Labor and Industries Policy Statements (Regarding Production and Delivery of Gravel, Concrete, Asphalt, etc.) The following two letters from the State Department of Labor and Industries (State L&I) dated August 18, 1992 and June 18, 1999, clarify the intent and establish policy for administrating the provisions of WAC 296-127-018 COVERAGE AND EXEMPTIONS OF WORKERS INVOLVED IN THE PRODUCTION AND DELIVERY OF GRAVEL, CONCRETE, ASPHALT, OR SIMILAR MATERIALS. Any firm with questions regarding the policy, these letters, or for determinations of covered and non-covered workers shall be directed to State L&I at(360)902-5330. Effective September 1, 1993, minimum prevailing wages for all work covered by WAC 296-127- 018 for the production and/or delivery of materials to a public works contract will be found under the regular classification of work for Teamsters, Power Equipment Operators, etc. Supplemental to Wage Rates 18 ESAC DIVISION -TELEPHONE (206) 586-6887 PO BOX 44540, OLYMPIA, WASHINGTON 98504-4540 August 18, 1992 TO: All Interested Parties FROM: Jim P. Christensen Acting Industrial Statistician SUBJECT: Materials Suppliers-WAC 296-127-018 This memo is intended to provide greater clarity regarding the application of WAC 296-127-018 to awarding agencies, contractors, subcontractors, material suppliers and other interested parties. The information contained herein should not be construed to cover all possible scenarios which might require the payment of prevailing wage. The absence of a particular activity under the heading "PREVAILING WAGES ARE REQUIRED FOR" does not mean that the activity is not covered. Separate Material Supplier Equipment Operator rates have been eliminated. For those cases where a production facility is set up for the specific purpose of supplying materials to a public works construction site, prevailing wage rates for operators of equipment such as crushers and batch plants can be found under Power Equipment Operators. PREVAILING WAGES ARE REQUIRED FOR: 1. Hauling materials away from a public works project site, including excavated materials, demolished materials, etc. 2. Delivery of materials to a public works project site using a method that involves incorporation of the delivered materials into the project site, such as spreading, leveling, rolling, etc. 3. The production of materials at a facility that is established for the specific, but not necessarily exclusive, purpose of supplying materials for a public works project. 4. Delivery of the materials mentioned in #3 above, regardless of the method of delivery. PREVAILING WAGES ARE NOT REQUIRED FOR: 1. The production of materials by employees of an established materials supplier, in a permanent facility, as well as the delivery of these materials, as long as delivery does not include incorporation of the materials into the job site. 2. Delivery of materials by a common or contract carrier, as long as delivery does not include incorporation of the materials into the job site. 3. Production of materials for unspecified future use. Supplemental to Wage Rates 19 STATE OF WASHINGTON DEPARTMENT OF LABOR AND INDUSTRIES June 18, 1999 TO: Kerry S. Radcliff, Editor Washington State Register FROM: Gary Moore, Director Department of Labor and Industries SUBJECT: Notice re WAC 296-127-018, Coverage and exemptions of workers involved in the production and delivery of gravel, concrete, asphalt, or similar materials The department wishes to publish the following Notice in the next edition of the Washington State Register: NOTICE Under the current material supplier regulations, WAC 296-127-018, the department takes the position that prevailing wages do not apply to the delivery of wet concrete to public works sites, unless the drivers do something more than just deliver the concrete. Drivers delivering concrete into a crane and bucket, hopper of a pump truck, or forms or footings, are not entitled to prevailing wages unless they operate machinery or use tools that screed, float, or put a finish on the concrete. This position applies only to the delivery of wet concrete. It does not extend to the delivery of asphalt, sand, gravel, crushed rock, or other similar materials covered under WAC 296-127-018. The department's position applies only to this regulation. If you need additional information regarding this matter, please contact Greg Mowat, Program Manager, Employment Standards, at P.O. Box 44510, Olympia, WA 98504-4510, or call (360) 902-5310. Please publish the above Notice in WSR 99-13. If you have questions or need additional information, please call Selwyn Walters at 902-4206. Thank you. Cc: Selwyn Walters, Rules Coordinator Patrick Woods, Assistant Director Greg Mowat, Program Manager Supplemental to Wage Rates 20 General Decision Number: WA070001 09/21/2007 WA1 Superseded General Decision Number: WA030001 State: Washington Construction Types: Heavy (Heavy and Dredging) and Highway Counties: Washington Statewide. HEAVY AND HIGHWAY AND DREDGING CONSTRUCTION PROJECTS (Excludes D.O.E. Hanford Site in Benton and Franklin Counties) Modification Publication Date Modification Publication Number Number Date 0 02/09/2007 1 02/16/2007 2 02/23/2007 3 03/09/2007 4 03/23/2007 5 04/06/2007 6 04/20/2007 7 09/27/2007 8 05/11/2007 9 05/25/2007 10 06/01/2007 11 06/22/2007 12 07/06/2007 13 07/13/2007 14 07/27/2007 15 08/03/2007 16 08/24/2007 17 09/07/2007 18 09/14/2007 06/01/2007 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 Rates Fringes GROUP 1: .$ 25.68 9.30 GROUP 2: . . . . . . . . . . . . . . . . . . .$ 27.18 9.30 GROUP 3: .$ 25.95 9.30 . . . . . . . . . . . . . . . . . .GROUP 4: .$ 25.68 9.30 GROUP 5: . . . . . . . . . . . . . . . . . . .$ 9.30 GROUP 6: . . . . . . . . . . . . . . . . . . .$ 9.30 GROUP 7: . . . . . . . . . . . . . . . . . . .$ 9.30 GROUP 8: .$ 9.30 GROUP 9: . . . . . . . . . . . . . . . . . . .$ 9.30 WA070001 Modification 19 1 Federal Wage Determination SPOKANE AREA: ASOTIN, GARFIELD, LINCOLN, PEND OREILLE, SPOKANE, STEVENS AND WHITMAN COUNTIES GROUP 1: . . . . . . . . . . . . . . . . . . .$ 25.01 9.30 GROUP 2: . . . . . . . . . . . . . . . . . . .$ 26.51 9.30 GROUP 3: . . . . . . . . . . . . . . . . . . .$ 25.27 9.30 GROUP 4: . . . . . . . . . . . . . . . . . . .$ 25.01 9.30 GROUP 5: . . . . . . . . . . . . . . . . . . .$ 9.30 GROUP 6: . . . . . . . . . . . . . . . . . . .$ 9.30 GROUP 7: . . . . . . . . . . . . . . . . . . .$ 9.30 GROUP 8: . . . . . . . . . . . . . . . . . . .$ 9.30 GROUP 9: . . . . . . . . . . . . . . . . . . .$ 9.30 CARPENTER & DIVER CLASSIFICATIONS: GROUP 1: Carpenter; Burner-Welder; Rigger and Signaler; Insulators (all types) , Acoustical, Drywall and Metal Studs, Metal Panels and Partitions; Floor Layer, Sander, Finisher and Astro Turf; Layout Carpenters; Form Builder; Rough Framer; Outside or Inside Finisher, including doors, windows, and jams; Sawfiler; Shingler (wood, composition) Solar, Fiberglass, Aluminum or Metal; Scaffold Erecting and Dismantling; Stationary Saw-Off Bearer; Wire, Wood and Metal Lather Applicator GROUP 2: Millwright, machine erector GROUP 3: Piledriver - includes driving, pulling, cutting, placing collars, setting, welding, or creosote treated material, on all piling GROUP 4: Bridge, dock and wharf carpenters GROUP 5: Diver Wet GROUP 6: Diver Tender, Manifold Operator, ROV Operator GROUP 7: Diver Standby, Bell/Vehicle or Submersible Operator, Not Under Pressure. GROUP 8: Assistant Tender, ROV Tender/Technician. GROUP 9: Manifold Operator - Mixed Gas ZONE PAY: ZONE 1 0-40 MILES FREE ZONE 2 41-65 MILES $2.25/PER HOUR ZONE 3 66-100 MILES $3.25/PER HOUR ZONE 4 OVER 100 MILES $4.75/PER HOUR DISPATCH POINTS: CARPENTERS/MILLWRIGHTS: PASCO (2819 W. SYLVESTER) or Main Post Office of established residence of employee, whichever is closest to the worksite. CARPENTERS/PILEDRIVER: SPOKANE (127 E. AUGUSTA AVE. ) or Main Post Office of established residence of employee, whichever is WA070001 Modification 19 2 Federal Wage Determination closest to the worksite. CARPENTERS: WENATCHEE (27 N. CHELAN) or Main Post Office of established residence of employee, whichever is closest to the worksite. CARPENTERS: COEUR D' ALENE (1839 N. GOVERNMENT WAY) or Main Post Office of established residence of employee, whichever is closest to the worksite. CARPENTERS: MOSCOW (302 N. JACKSON) or Main Post Office of established residence of employee, whichever is closest to the worksite. DEPTH PAY FOR DIVERS BELOW WATER SURFACE: 50-100 feet $2.00 101-150 feet $3.00 151-220 feet $4.00 221 feet and deeper $5.00 PREMIUM PAY FOR DIVING IN ENCLOSURES WITH NO VERTICAL ASCENT: 0-25 FEET Free 26-300 feet $1.00 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 +$1.00 per hour - This level utilizes a fully encapsulated suit with a self-contained breathing apparatus or a supplied air line. ---------------------------------------------------------------- WA070001 Modification 19 3 Federal Wage Determination CARP0003-006 06/01/2007 SOUTHWEST WASHINGTON: CLARK, COWLITZ, KLICKITAT, LEWIS(Piledriver only) , PACIFIC (South of a straight line made by extending the north boundary line of Wahkiakum County west to Willapa Bay to the Pacific Ocean) , SKAMANIA AND WAHKIAKUM COUNTIES and INCLUDES THE ENTIRE PENINSULA WEST OF WILLAPA BAY SEE ZONE DESCRIPTION FOR CITIES BASE POINTS ZONE 1: Rates Fringes Carpenters: CARPENTERS; ACOUSTICAL. . . . . .$ 27.56 13.30 DIVERS TENDERS. . . . . . . . . . . . . .$ 30.28 13.30 DIVERS. . . . . . . . . . . . . . . . . . . . . .$ 68.84 13.30 DRYWALL. . . . . . . . . . . . . . . . . . . . .$ 27.56 13.30 FLOOR LAYERS & FLOOR FINISHERS (the laying of all hardwood floors nailed and mastic set, parquet and wood-type tiles, and block floors, the sanding and finishing of floors, the preparation of old and new floors when the materials mentioned above are to be installed) ; INSULATORS (fiberglass and similar irritating materials. . . . . . . . . . . . . . . . . . .$ 27.71 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 - $0.85 Zone 3 - 1.25 Zone 4 - 1.70 Zone 5 - 2.00 Zone 6 - 3.00 WA070001 Modification 19 4 Federal Wage Determination BASEPOINTS: ASTORIA, LONGVIEW, PORTLAND, THE DALLES, AND VANCOUVER, (NOTE: All dispatches for Washington State Counties: Cowlitz, Wahkiakum and Pacific shall be from Longview Local #1707 and mileage shall be computed from that point.) ZONE 1: Projects located within 30 miles of the respective city hall of the above mentioned cities ZONE 2: Projects located more than 30 miles and less than 40 miles of the respective city of the above mentioned cities ZONE 3: Projects located more than 40 miles and less than 50 miles of the respective city of the above mentioned cities ZONE 4: Projects located more than 50 miles and less than 60 miles of the respective city of the above mentioned cities. ZONE 5: Projects located more than 60 miles and less than 70 miles of the respective city of the above mentioned cities --ZONE 6: Projects located more than 70 miles of the respected city of the above mentioned cities -------------------------------------------------------------- CARP0770-003 06/01/2006 Rates Fringes Carpenters: CENTRAL WASHINGTON: CHELAN, DOUGLAS (WEST OF THE 120TH MERIDIAN) , KITTITAS, OKANOGAN (WEST OF THE 120TH MERIDIAN) AND YAKIMA COUNTIES ACCOUSTICAL WORKERS. . . . . . . .$ 22.05 10.65 CARPENTERS AND DRYWALL APPLICATORS. . . . . . . . . . . . . . . .$ 22.05 10.65 CARPENTERS ON CREOSOTE MATERIAL. . . . . . . . . . . . . . . . . . .$ 22.05 10.65 DIVERS TENDER. . . . . . . . . . . . . .$ 33.29 10.93 DIVERS. . . . . . . . . . . . . . . . . . . . .$ 74.82 10.93 INSULATION APPLICATORS. . . . .$ 22.05 10.65 MILLWRIGHT AND MACHINE ERECTORS. . . . . . . . . . . . . . . . . . .$ 31.34 10.65 PILEDRIVER, BRIDGE DOCK AND WHARF CARPENTERS. . . . . . .$ 30.34 10.65 PILEDRIVER, DRIVING, PULLING, CUTTING, PLACING COLLARS, SETTING, WELDING OR CRESOTE TREATED MATERIAL, ALL PILING. . . . . . .$ 30.34 10.65 SAWFILERS, STATIONARY POWER SAW OPERATORS, FLOOR FINISHER, FLOOR LAYER, SHINGLER, FLOOR SANDER OPERATOR AND OPERATORS OF OTHER STATIONARY WOOD WORKING TOOLS. . . . . . . . . . . . . . . . . . . . . .$ 22.05 10.65 WA070001 Modification 19 5 Federal Wage Determination (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - ALL CLASSIFICATIONS EXCEPT MILLWRIGHTS AND PILEDRIVERS Hourly Zone Pay shall be paid on jobs located outside of the free zone computed from the city center of the following listed cities: Seattle Olympia Bellingham Auburn Bremerton Anacortes Renton Shelton Yakima Aberdeen-Hoquiam Tacoma Wenatchee Ellensburg Everett Port Angeles Centralia Mount Vernon Sunnyside Chelan Pt. Townsend Zone Pay: 0 -25 radius miles Free 26-35 radius miles $1.00/hour 36-45 radius miles $1.15/hour 46-55 radius miles $1.35/hour Over 55 radius miles $1.55/hour (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - MILLWRIGHT AND PILEDRIVER ONLY) Hourly Zone Pay shall be computed from Seattle Union Hall, Tacoma City center, and Everett City center Zone Pay: 0 -25 radius miles Free 26-45 radius miles $ .70/hour Over 45 radius miles $1.50/hour ---------------------------------------------------------------- WA070001 Modification 19 6 Federal Wage Determination S CARP0770-006 06/01/2006 Carpenters: WESTERN WASHINGTON: CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS (excludes piledrivers only) , MASON, PACIFIC (North of a straight line made by extending the north boundary line of Wahkiakum County west to the Pacific Ocean) , PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM COUNTIES Rates Fringes ACOUSTICAL WORKERS. . . . . . . . .$ 30.50 10.93 BRIDGE, DOCK & WHARF CARPENTERS. . . . . . . . . . . . . . . . .$ 30.34 10.93 CARPENTERS AND DRYWALL APPLICATORS. . . . . . . . . . . . . . . .$ 30.34 10.93 CARPENTERS ON CREOSOTE MATERIAL. . . . . . . . . . . . . . . . . . .$ 30.44 10.93 DIVERS TENDER. . . . . . . . . . . . . .$ 33.29 10.93 DIVERS. . . . . . . . . . . . . . . . . . . . .$ 74.82 10.93 INSULATION APPLICATORS. . . . .$ 30.34 10.93 MILLWRIGHT AND MACHINE ERECTORS. . . . . . . . . . . . . . . . . . .$ 31.34 10.93 PILEDRIVER, DRIVING, PULLING, CUTTING, PLACING COLLARS, SETTING, WELDING OR CRESOTE TREATED MATERIAL, ALL PILING. . . . . . .$ 30.54 10.93 SAWFILERS, STATIONARY POWER SAW OPERATORS, FLOOR FINISHER, FLOOR LAYER, SHINGLER, FLOOR SANDER OPERATOR AND OPERATORS OF OTHER STATIONARY WOOD WORKING TOOLS. . . . . . . . . . . . . . . . . . . . . .$ 30.47 10.93 (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - ALL CLASSIFICATIONS EXCEPT MILLWRIGHTS AND PILEDRIVERS Hourly Zone Pay shall be paid on jobs located outside of the free zone computed from the city center of the following listed cities: Seattle Olympia Bellingham Auburn Bremerton Anacortes Renton Shelton Yakima Aberdeen-Hoquiam Tacoma Wenatchee Ellensburg Everett Port Angeles Centralia Mount Vernon Sunnyside Chelan Pt. Townsend WA070001 Modification 19 7 Federal Wage Determination Zone Pay: 0 -25 radius miles Free 26-35 radius miles $1.00/hour 36-45 radius miles $1.15/hour 46-55 radius miles $1.35/hour Over 55 radius miles $1.55/hour (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - MILLWRIGHT AND PILEDRIVER ONLY) Hourly Zone Pay shall be computed from Seattle Union Hall, Tacoma City center, and Everett City center Zone Pay: 0 -25 radius miles Free 26-45 radius miles $ .70/hour Over 45 radius miles $1.50/hour ELECO046-001 07/02/2007 CALLAM, JEFFERSON, KING AND KITSAP COUNTIES Rates Fringes Cable splicer. . . . . . . . . . . . . . . . . . . .$ 40.62 3%+13.21 Electrician. . . . . . . . . . . . . . . . . . . . . .$ 36.93 3%+13.21 ---------------------------------------------------------------- ELEC0048-003 01/01/2007 CLARK, KLICKITAT AND SKAMANIA COUNTIES Rates Fringes Cable splicer. . . . . . . . . . . . . . . . . . . .$ 33.25 3%+$13.90 ELECTRICIAN. . . . . . . . . . . . . . . . . . . . . .$ 33.00 3%+$13.90 ---------------------------------------------------------------- ELEC0073-001 11/01/2006 ADAMS, FERRY, LINCOLN, PEND OREILLE, SPOKANE, STEVENS, WHITMAN COUNTIES Rates Fringes Cable splicer. . . . . . . . . . . . . . . . . . . .$ 25.07 3%+12.03 ELECTRICIAN. . . . . . . . . . . . . . . . . . . . . .$ 24.67 3%+12.03 ---------------------------------------------------------------- ELEC0076-002 03/01/2007 GRAYS HARBOR, LEWIS, MASON, PACIFIC, PIERCE, AND THURSTON COUNTIES Rates Fringes Cable splicer. . . . . . . . . . . . . . . . . . . .$ 36.31 3%+13.19 ELECTRICIAN����������������������$ 32.71---------3%+13_19- ----- ------ ------ WA070001 Modification 19 8 Federal Wage Determination ELECO077-002 02/01/2007 Rates Fringes Line Construction: CABLE SPLICERS. . . . . . . . . . . . . .$ 42.09 3.875+10.60 GROUNDMEN. . . . . . . . . . . . . . . . . . .$ 26.31 3.875%+8.60 LINE EQUIPMENT MEN. . . . . . . . . .$ 32.32 3.875%+8.70 LINEMEN, POLE SPRAYERS, HEAVY LINE EQUIPMENT MAN. . . .$ 37.58 3.875%+10.60 POWDERMEN, JACKHAMMERMEN. . . .$ 28.19 3.875%+8.60 TREE TRIMMER. . . . . . . . . . . . . . . .$ 22.65 3.875%+8.35 ---------------------------------------------------------------- ELEC0112-005 06/04/2007 ASOTIN, BENTON, COLUMBIA, FRANKLIN, GARFIELD, KITTITAS, WALLA WALLA, YAKIMA COUNTIES Rates Fringes Cable splicer. . . . . . . . . . . . . . . . . . . .$ 33.50 3%+13.33 ELECTRICIAN. . . . . . . . . . . . . . . . . . . . . .$ 31.90 3%+13.33 ---------------------------------------------------------------- ELEC0191-003 09/01/2006 ISLAND, SAN JUAN, SNOHOMISH, SKAGIT AND WHATCOM COUNTIES Rates Fringes Cable splicer. . . . . . . . . . . . . . . . . . . .$ 34.55 3%+11.97 ELECTRICIAN. . . . . . . . . . . . . . . . . . . . . .$ 31.41 3%+11.97 ELECO191-004 09/01/2006 CHELAN, DOUGLAS, GRANT AND OKANOGAN COUNTIES Rates Fringes Cable splicer. . . . . . . . . . . . . . . . . . . .$ 30.15 3%+11.92 ELECTRICIAN. .$ 27.41 3%+11.92 ---------------------------------------------------------------- ELEC0970-001 06/01/2007 COWLITZ AND WAHKIAKUM COUNTIES Rates Fringes Cable splicer. .$ 32.67 3%+11.00 ELECTRICIAN. . . . . . . . . . . . . . . . . . . . . .$ 29.70 3%+11.11 ---------------------------------------------------------------- WA070001 Modification 19 9 Federal Wage Determination ENGI0302-003 06/01/2007 CHELAN (WEST OF THE 120TH MERIDIAN) , CLALLAM, DOUGLAS (WEST OF THE 120TH MERIDIAN) , GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, KITTITAS, MASON, OKANOGAN (WEST OF THE 120TH MERIDIAN) , SAN JUNA, SKAGIT, SNOHOMISH, WHATCOM AND YAKIMA (WEST OF THE 120TH MERIDIAN) COUNTIES PROJECTS: CATEGORY A PROJECTS (EXCLUDES CATEGORY B PROJECTS, AS SHOWN BELOW) Zone 1 (0-25 radius miles) : Rates Fringes Power equipment operators: Group 1A. . . . . . . . . . . . . . . . . . .$ 33.21 12.75 Group 1AA. . . . . . . . . . . . . . . . . .$ 33.78 12.75 Group 1AAA. . . . . . . . . . . . . . . . .$ 34.34 12.75 Group 1. . . . . . . . . . . . . . . . . . . . .$ 32.66 12.75 Group 2. . . . . . . . . . . . . . . . . . . . .$ 32.17 12.75 Group 3. . . . . . . . . . . . . . . . . . . . .$ 31.75 12.75 Group 4. . . . . . . . . . . . . . . . . . . . .$ 29.39 12.75 Zone Differential (Add to Zone 1 rates) : Zone 2 (26-45 radius miles) - $ .70 Zone 3 (Over 45 radius miles) - $1.00 BASEPOINTS: Aberdeen, Bellingham, Bremerton, Everett, Kent, Mount Vernon, Port Angeles, Port Townsend, Seattle, Shelton, Wenatchee, Yakima POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1AAA - Cranes-over 300 tons, or 300 ft of boom (including jib with attachments) GROUP 1AA - Cranes 200 to 300 tons, or 250 ft of boom (including jib with attachments) ; Tower crane over 175 ft in height, base to boom GROUP lA - Cranes, 100 tons thru 199 tons, or 150 ft of boom (including jib with attachments) ; Crane-overhead, bridge type, 100 tons and over; Tower crane up to 175 ft in height base to boom; Loaders-overhead, 8 yards and over; Shovels, excavator, backhoes-6 yards and over with attachments GROUP 1 - Cableway; Cranes 45 tons thru 99 tons, under 150 ft of boom (including jib with attachments) ; Crane-overhead, bridge type, 45 tons thru 99 tons; Derricks on building work; Excavator, shovel, backhoes over 3 yards and under 6 yards; Hard tail end dump articulating off-road equipment 45 yards and over; Loader- overhead 6 yards to, but not including 8 yards; Mucking machine, mole, tunnel, drill and/or shield; Quad 9, HD 41, D-10; Remote control operator on rubber tired earth moving equipment; Rollagon; Scrapers-self propelled 45 yards and over; Slipform pavers; Transporters, all truck or track type WA070001 Modification 19 10 Federal Wage Determination 1 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-3yards and under; Finishing Machine, Bidwell, Gamaco and similar equipment; Guardrail punch; Horizontal/directional drill operator; Loaders-overhead under 6 yards; Loaders-plant feed; Locomotives-all; Mechanics-all; Mixers-asphalt plant; Motor patrol graders-finishing; Piledriver (other than crane mount) ; Roto-mill, roto-grinder; Screedman, spreader, topside operator-Blaw Knox, Cedar Rapids, Jaeger, Caterpillar, Barbar Green; Scraper-self propelled, hard tail end dump, articulating off-road equipment-under 45 yards; Subgrade trimmer; Tractors, backhoes-over 75 hp; Transfer material service machine-shuttle buggy, blaw knox-roadtec; Truck crane oiler/driver-100 tons and over; Truck Mount portable conveyor; Yo Yo Pay dozer GROUP 3 - Conveyors; Cranes-thru 19 tons with attachments; A-frame crane over 10 tons; Drill oilers-auger type, truck or crane mount; Dozers-D-9 and under; Forklift-3000 lbs. and over with attachments; Horizontal/directional drill locator; Outside hoists-(elevators and manlifts) , air tuggers, strato tower bucket elevators; Hydralifts/boom trucks over 10 tons; Loader-elevating type, belt; Motor patrol grader-nonfinishing; Plant oiler- asphalt, crusher; Pumps-concrete; Roller, plant mix or multi-lift materials; Saws-concrete; Scrapers-concrete and carry-all; Service engineer-equipment; Trenching machines; Truck Crane Oiler/Driver under 100 tons; Tractors, backhoe 75 hp and under GROUP 4 - Assistant Engineer; Bobcat; Brooms; Compressor; Concrete finish machine-laser screed; Cranes-A frame-10 tons and under; Elevator and Manlift-permanent or shaft type; Gradechecker, Stakehop; Forklifts under 3000 lbs. with attachments; Hydralifts/boom trucks, 10 tons and under; Oil distributors, blower distribution and mulch seeding operator; Pavement breaker; Posthole digger, mechanical; Power plant; Pumps, water; Rigger and Bellman; Roller-other than plant mix; Wheel Tractors, farmall type; Shotcrete/gunite equipment operator Category B Projects: 95% of the basic hourly rate for each group plus full fringe benefits applicable to category A projects shall apply to the following projects. A Reduced rates may be paid on the following: WA070001 Modification 19 11 Federal Wage Determination 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 eligible 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. ---------------------------------------------------------------- ENGI0302-009 06/01/2007 CHELAN (WEST OF THE 120TH MERIDIAN) , CLALLAM, DOUGLAS (WEST OF THE 120TH MERIDIAN) , GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, KITTITAS, MASON, OKANOGAN (WEST OF THE 120TH MERIDIAN) , SAN JUNA,SKAGIT, SNOHOMISH, WHATCOM AND YAKIMA (WEST OF THE 120TH MERIDIAN) COUNTIES ON PROJECTS DESCRIBED IN FOOTNOTE A BELOW, THE RATE FOR EACH GROUP SHALL BE 95% OF THE BASE RATE PLUS FULL FRINGE BENEFITS. ON ALL OTHER WORK, THE FOLLOWING RATES APPLY. WORK PERFORMED ON HYDRAULIC DREDDGES: Zone 1 (0-25 radius miles) : Rates Fringes Power equipment operators: GROUP 1 TOTAL PROJECT COST $300,000 AND OVER. . . . . . . . . .$ 31.33 12.75 TOTAL PROJECT COST UNDER $300,000. . . . . . . . . . . . . . . . . . .$ 26.96 8.40 GROUP 2 TOTAL PROJECT COST $300,000 AND OVER. . . . . . . . . .$ 31.46 12.75 TOTAL PROJECT COST UNDER $300,000. . . . . . . . . . . . . . . . . . .$ 27.06 8.40 WA070001 Modification 19 12 Federal Wage Determination GROUP 3 TOTAL PROJECT COST $300,000 AND OVER. . . . . . . . . .$ 31.84 12.75 TOTAL PROJECT COST UNDER $300,000. . . . . . . . . . . . . . . . . . .$ 27.38 8.40 GROUP 4 TOTAL PROJECT COST $300,000 AND OVER. . . . . . . . . .$ 31.89 12.75 TOTAL PROJECT COST UNDER $300,000. . . . . . . . . . . . . . . . . . .$ 27.43 8.40 GROUP 5 TOATL PROJECT COST $300,000 AND OVER. . . . . . . . . .$ 33.46 12.75 TOTAL PROJECT COST UNDER $300,000. . . . . . . . . . . . . . . . . . .$ 28.75 8.40 GROUP 6 I TOTAL PROJECT COST $300,000 AND OVER. . . . . . . . . .$ 31.33 12.75 TOTAL PROJECT COST UNDER $300,000. . . . . . . . . . . . . . . . . . .$ 26.96 8.40 Zone Differential (Add to Zone 1 rates) : Zone 2 (26-45 radius miles) - $ .70 Zone 3 (Over 45 radius miles) - $1.00 BASEPOINTS: Aberdeen, Bellingham, Bremerton, Everett, Kent, Mount Vernon, Port Angeles, Port Townsend, Seattle, Shelton, Wenatchee, Yakima POWER EQUIPMENT OPERATORS CLASSIFICATIONS: GROUP 1: Assistant Mate (Deckhand GROUP 2: Oiler GROUP 3: Assistant Engineer (Electric, Diesel, Steam or Booster Pump) ; Mates and Boatmen GROUP 4: Craneman, Engineer Welder GROUP 5: Leverman, Hydraulic GROUP 6: Maintenance Category B Projects: 95% of the basic hourly rate 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: WA070001 Modification 19 13 Federal Wage Determination 1. Projects involving work on structures such as buildings and bridges whose total value is less than $1.5 million excluding mechanical, electrical, and utility portions of the contract. 2. Projects of less than $1 million where no building is involved. Surfacing and paving included, but utilities excluded. 3. Marine projects (docks, wharfs, etc.) less than $150,000. Heavy Wage rates (Category A) Applies to clam shell dredge, hoe and dipper, shovels and shovel attachments, cranes and bulldozers. HANDLING OF HAZARDOUS WASTE MATERIALS: Personnel in all craft classifications subject to working inside a federally designated hazardous perimeter shall be eligible 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. ---------------------------------------------------------------- WA070001 Modification 19 14 Federal Wage Determination ENGI0370-002 06/01/2007 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 1A. . . .$ 22.69 9.02 GROUP 1. . . . . . . . . . . . . . . . . . . . .$ 23.24 9.02 GROUP 2. .5 23.56 9.02 GROUP 3. . . . . . . . . . . . . . . . . . . . .$ 24.17 9.02 GROUP 4. . . . . . . . . . . . . . . . . . . . .$ 24.33 9.02 GROUP 5. . . . . . . . . . . . . . . . . . . . .$ 24.49 9.02 GROUP 6. .$ 24.77 9.02 GROUP 7. . . . . . . . . . . . . . . . . . . . .$ 25.04 9.02 GROUP 6. . . . . . . . . . . . . . . . . . . . .$ 26.14 9.02 ZONE DIFFERENTIAL (Add to Zone 1 rate) : Zone 2 - $2.00 Zone 1: Within 45 mile radius of Spokane, Moses Lake, Pasco, Washington; Lewiston, Idaho Zone 2: Outside 45 mile radius of Spokane, Moses Lake, 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; Grade Checker; 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 WA070001 Modification 19 15 Federal Wage Determination r GROUP 2: A-frame Truck (single drum) ; Assistant Refrigeration Plant (under 1000 ton) ; Assistant Plant Operator, Fireman or Pugmixer (asphalt) ; Bagley or Stationary Scraper; Belt Finishing Machine; Blower Operator (cement) ; Cement Hog; Compressor (2000 CFM or over, 2 or more, gas diesel or electric power) ; Concrete Saw (multiple cut) ; Distributor Leverman; Ditch Witch or similar; Elevator Hoisting Materials; Dope Pots (power agitated) ; Fork Lift or Lumber Stacker, hydra-lift & similar; Gin Trucks (pipeline) ; Hoist, single drum; Loaders (bucket elevators and conveyors) ; Longitudinal Float; Mixer (portable-concrete) ; Pavement Breaker, Hydra-Hammer & similar; Power Broom; Railroad Ballast Regulation Operator (self-propelled) ; Railroad Power Tamper Operator (self-propelled) ; Railroad Tamper Jack Operator (self-propelled; Spray Curing Machine (concrete) ; Spreader Box (self-propelled) ; Straddle Buggy (Ross & similar on construction job only) ; Tractor (Farm type R/T with attachment, except Backhoe) ; Tugger Operator GROUP 3: A-frame Truck (2 or more drums) ; Assistant Refrigeration Plant & Chiller Operator (over 1000 ton) ; Backfillers (Cleveland & similar) ; Batch Plant & Wet Mix Operator, single unit (concrete) ; Belt-Crete Conveyors with power pack or similar; Belt Loader (Kocal or similar) ; Bending Machine; Bob Cat; 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 Det) ; Soil Stabilizer (P & H or similar) ; Spreader Machine; Tractor (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) (operate drilling machine, drive or transport drill rig to and on job site and weld well casing) ; 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) WA070001 Modification 19 16 Federal Wage Determination 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) (operates drilling machine, drive or transport drill rig to and on job site and weld well casing) ; 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) GROUP 6: Asphalt Plant Operator; Automatic Subgrader (Ditches & Trimmers) (Autograde, ABC, R.A. Hansen & similar on grade wire) ; Backhoe (45,000 gw and over to 110,000 gw) ; Backhoes & Hoe Ram (3/4 yd. to 3 yd.) ; Batch Plant (over 4 units) ; Batch & Wet Mix Operator (multiple units, 2 & incl. 4) ; Blade Operator (motor patrol & attachments, Athey & Huber) ; Boom Cats (side) ; Cable Controller (dispatcher) ; Clamshell Operator (under 3 yds.) ; 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; Draglines (under 3 yds.) ; Drill Doctor; H.D. Mechanic; H.D. Welder; 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.) ; Tractors (D-6 & 1 equilvalent & over) ; Trenching Machines (7 ft. depth & over) ; Tug Boat Operator Vactor guzzler, super sucker 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 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 WA070001 Modification 19 17 Federal Wage Determination BOOM PAY: (All Cranes, Including Tower) 180 ft to 250 ft $ .30 over scale Over 250 ft $ .60 over scale NOTE: In computing the length of the boom on Tower Cranes, they shall be measured from the base of the Tower to the point of the boom. HAZMAT: Anyone working on HAZMAT jobs, working with supplied air shall receive $1.00 an hour above classification. ---------------------------------------------------------------- ENGI0370-006 06/01/2007 ADAMS, ASOTIN, BENTON, CHELAN (EAST OF THE 120TH MERIDIAN) , COLUMBIA, DOUGLAS (EAST OF THE 120TH MERIDIAN) , FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN (EAST OF THE 120TH MERIDIAN) , PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMA (EAST OF THE 120TH MERIDIAN) COUNTIES WORK PERFORMED ON HYDRAULIC DREDGES Rates Fringes Hydraulic Dredge GROUP 1: . . . . . . . . . . . . . . . . . . . .$ 31.33 12.75 GROUP 2: . . . . . . . . . . . . . . . . . . . .$ 31.84 12.75 GROUP 3: . . . . . . . . . . . . . . . . . . . .$ 31.89 12.75 GROUP 4: . . . . . . . . . . . . . . . . . . . .$ 33.46 12.75 GROUP 5: . . . . . . . . . . . . . . . . . . . .$ 31.33 12.75 GROUP 6: . . . . . . . . . . . . . . . . . . . .$ 31.46 12.75 GROUP 7: . . . . . . . . . . . . . . . . . . . .$ 31.84 12.75 GROUP 1: Assistant Mate (Deckhand) GROUP 2: Assistant Engineer (Electric, Diesel, Steam, or Booster Pump) GROUP 3: Engineer Welder GROUP 4: Leverman, Hydraulic GROUP 5: Maintenance GROUP 6: Oiler GROUP 7: Mates & Boatman HEAVY WAGE RATES APPLIES TO CLAM SHELL DREDGE, HOE AND DIPPER, SHOVELS AND SHOVEL ATTACHMENTS, CRANES AND --BULLDOZERS. ---------------------------------------------------------- WA070001 Modification 19 18 Federal Wage Determination ENGI0612-001 06/01/2007 LEWIS, PIERCE, PACIFIC (THAT PORTION WHICH LIES NORTH OF A PARALLEL LINE EXTENDED WEST FROM THE NORTHERN BOUNDARY OF WAHKAIKUM COUNTY TO THE SEA IN THE STATE OF WASHINGTON) AND THURSTON COUNTIES PROJECTS: CATEGORY A PROJECTS (excludes Category B projects, as shown below) Rates Fringes Power equipment operators: WORK PERFORMED ON HYDRAULIC DREDGES: Total Project cost $300,000 and over GROUP 1. . . . . . . . . . . . . . . . . . . .$ 31.33 12.75 GROUP 2. .$ 31.46 12.75 GROUP 3. . . . . . . . . . . . . . . . . . . .$ 31.84 12.75 GROUP 4. . . . . . . . . . . . . . . . . . . .$ 31.89 12.75 GROUP 5. . . . . . . . . . . . . . . . . . . .$ 33.46 12.75 GROUP 6. . .$ 31.33 12.75 WORK PERFORMED ON HYDRAULIC DREDGES: Total Project Cost under $300,000 GROUP 1. .$ 26.96 8.40 GROUP 2. .$ 27.06 8.40 GROUP 3. . . . . . . . . . . . . . . . . . . .$ 27.38 8.40 GROUP 4. .$ 27.43 8.40 GROUP 5. . . . . . . . . . . . . . . . . . . .$ 28.75 8.40 GROUP 6. . . . . . . . . . . . . . . . . . . .$ 26.96 8.40 ZONE 2 (26-45 radius miles) - Add $.70 to Zone 1 rates ZONE 3 (Over 45 radius miles) - Add $1.00 to Zone 1 rates BASEPOINTS: Tacoma, Olympia, and Centralia CATEGORY B PROJECTS - 95% of the basic hourly rate for each group plus full fringe benefits applicable to Category A projects shall apply to the following projects: Reduced rates may be paid on the following: 1. Projects involving work on structures such as buildings and structures whose total value is less than $1.5 million excluding mechanical, electrical, and utility portions of the contract. 2. Projects of less than $1 million where no building is involved. Surfacing and paving included, but utilities excluded. WA070001 Modification 19 19 Federal Wage Determination r 3. Marine projects (docks, wharfs, etc.) less than $150,000 WORK PERFORMED ON HYDRAULIC DREDGES: GROUP 1: Assistant Mate (Deckhand GROUP 2: Oiler GROUP 3: Assistant Engineer (Electric, Diesel, Steam or Booster Pump) ; Mates and Boatmen GROUP 4: Craneman, Engineer Welder GROUP 5: Leverman, Hydraulic GROUP 6: Maintenance HEAVY WAGE RATES APPLIES TO CLAM SHEEL DREDGE, HOE AND DIPPER, SHOVELS AND SHOVEL ATTACHMENTS, CRANES AND BULLDOZERS HANDLING OF HAZARDOUS WASTE MATERIALS H-1 - When not outfitted with protective clothing of level D equipment - Base wage rate H-2 - Class "C" Suit - Base wage rate + $.25 per hour H-3 - Class "B" Suit - Base wage rate + $.50 per hour H-4 - Class "A" Suit - Base wage rate +$.75 per hour ---------------------------------------------------------------- ENGI0612-002 06/01/2007 LEWIS, PIERCE, PACIFIC (portion lying north of a parallel line extending west from the northern boundary of Wahkaikum County to the sea) AND THURSTON COUNTIES ON PROJECTS DESCRIBED IN FOOTNOTE A BELOW, THE RATE FOR EACH GROUP SHALL BE 90% OF THE BASE RATE PLUS FULL FRINGE BENEFITS. ON ALL OTHER WORK, THE FOLLOWING RATES APPLY. Zone 1 (0-25 radius miles) : Rates Fringes Power equipment operators: GROUP 1A. . . . . . . . . . . . . . . . . . .$ 33.21 12.75 GROUP 1AA. . . . . . . . . . . . . . . . . .$ 33.78 12.75 GROUP 1AAA. . . . . . . . . . . . . . . . .$ 34.34 12.75 GROUP 1. . . . . . . . . . . . . . . . . . . . .$ 32.66 12.75 GROUP 2. . . . . . . . . . . . . . . . . . . . .$ 32.17 12.75 GROUP 3. . . . . . . . . . . . . . . . . . . . .$ 31.75 12.75 GROUP 4. . . . . . . . . . . . . . . . . . . . .$ 29.39 12.75 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 GROUP 1 AAA - Cranes-over 300 tons or 300 ft of boom (including jib with attachments) WA070001 Modification 19 20 Federal Wage Determination GROUP 1AA - Cranes- 200 tons to 300 tons, or 250 ft of boom (including jib with attachments; Tower crane over 175 ft in height, bas to boom GROUP lA - Cranes, 100 tons thru 199 tons, or 150 ft of boom (including jib with attachments) ; Crane-overhead, bridge type, 100 tons and over; Tower crane up to 175 ft in height base to boom; Loaders-overhead, 8 yards and over; Shovels, excavator, backhoes-6 yards and over with attachments GROUP 1 - Cableway; Cranes 45 tons thru 99 tons under 150 ft of boom (including jib with attachments) ; Crane-overhead, bridge type, 45 tons thru 99 tons; Derricks on building work; Excavator, shovel, backhoes over 3 yards and under 6 yards; Hard tail end dump articulating off-road equipment 45 yards and over; Loader- overhead, 6 yards to, but not including, 8 yards; Mucking machine, mole, tunnel, drill and/or shield; Quad 9 HD 41, D-10; Remote control operator on rubber tired earth moving equipment; Rollagon; Scrapers- self-propelled 45 yards and over; Slipform pavers; Transporters, all track or truck type 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 1 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-lift 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 WA070001 Modification 19 21 Federal Wage Determination 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 eligible 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 01/01/2007 CLARK, COWLITZ, KLICKKITAT, PACIFIC (SOUTH) , SKAMANIA, AND WAHKIAKUM COUNTIES POWER RQUIPMENT OPERATORS: ZONE 1 Rates Fringes Power equipment operators: (See Footnote A) GROUP 1. . . . . . . . . . . . . . . . . . . . .$ 32.15 11.00 GROUP 1A. . . . . . . . . . . . . . . . . . . .$ 33.76 11.00 GROUP 1B. . . . . . . . . . . . . . . . . . . .$ 35.37 11.00 GROUP 2. . . . . . . . . . . . . . . . . . . . .$ 30.71 11.00 GROUP 3. . . . . . . . . . . . . . . . . . . . .$ 29.83 11.00 GROUP 4. . . . . . . . . . . . . . . . . . . . .$ 29.19 11.00 GROUP 5. . . . . . . . . . . . . . . . . . . . .$ 28.47 11.00 GROUP 6. . . . . . . . . . . . . . . . . . . . .$ 25.79 11.00 WA070001 Modification 19 22 Federal Wage Determination Zone Differential (add to Zone 1 rates) : Zone 2 - $1.50 Zone 3 - 3.00 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 projects 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 WA070001 Modification 19 23 Federal Wage Determination r r GROUP 1A: HYDRAULIC CRANE: Hydraulic Operator, 200 tons and over (with luffing or tower attachment) ; LATTICE BOOM CRANE: Operator, 200 tons through 299 tons, with over 200 feet boom; FLOATING EQUIPMENT: Floating Crane 250 ton and over GROUP 1B: LATTICE BOOM CRANE: Operator, 300 tons through 399 tons with over 200 feet boom; Operator 400 tons and over; FLOATING EQUIPMENT: Floating Crane 350 ton and over GROUP 2: ASPHALT: Asphalt Plant Operator (any type) ; Roto Mill, pavement profiler, operator, 6 foot lateral cut and over; BLADE: Auto Grader or "Trimmer" (Grade Checker required) ; Blade Operator, Robotic; BULLDOZERS: Bulldozer operator over 120,000 lbs and above; Bulldozer operator, twin engine; Bulldozer Operator, tandem, quadnine, D10, Dll, 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. WA070001 Modification 19 24 Federal Wage Determination r GROUP 4: ASPHALT: Screed Operator; Asphalt Paver operator (screedman 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; I 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 WA070001 Modification 19 25 Federal Wage Determination Operator; Piledriver Operator (not crane type) ; PIPELINE, SEWER WATER: Pipe Cleaning Machine Operator; Pipe Doping Machine Operator; Pipe Bending Machine Operator; Pipe Wrapping Machine Operator; Boring Machine Operator; Back Filling Machine Operator; REMOTE CONTROL: Concrete Cleaning Decontamination Machine Operator; Ultra High Pressure Water Jet Cutting Tool System Operator/Mechanic; Vacuum Blasting Machine Operator/mechanic; REPAIRMEN, HEAVY DUTY: Diesel Electric Engineer (Plant or Floating; Bolt Threading Machine operator; Drill Doctor (Bit Grinder) ; H.D. Mechanic; Machine Tool Operator; RUBBER-TIRED SCRAPERS: Rubber-tired Scraper Operator, single engine, single scraper; Self-loading, paddle wheel, auger type under 15 cu. yds. ; Rubber-tired Scraper Operator, twin engine; Rubber-tired Scraper Operator, with push- pull 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; Stationary 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; maginnis Internal Full slab vibrator operator; Concrete finishing mahine operator, Clary, Johnson, Bidwell, Burgess Bridge deck or similar type; Curb Machine Operator, mechanical Berm, Curb and/or Curb and Gutter; Concrete Joint Machine Operator; Concrete Planer Operator; Tower Mobile Operator; Power Jumbo Operator setting slip forms in tunnels; Slip Form Pumps, power driven hydraulic lifting device for concrete forms; Concrete Paving Machine Operator; Concrete Finishing Machine Operator; Concrete Spreader Operator; CRANE: Helicopter Hoist Operator; Hoist Operator, single drum; Elevator Operator; A-frame Truck Operator, Double drum; Boom Truck Operator; HYDRAULIC CRANE OPERATOR: WA070001 Modification 19 26 Federal Wage Determination Hydraulic Boom Truck, Pittman; DRILLING: Churn Drill and Earth Boring Machine Operator; Vacuum Truck; Directional Drill Operator over 20,000 lbs pullback; FLOATING EQUIPMENT: Fireman; FORKLIFT: Fork Lift, over 10 ton and/or robotic; HYDRAULIC HOES EXCAVATORS: Hydraulic Backhoe Operator, wheel type (Ford, John Deere, Case type) ; Hydraulic Backhoe Operator track type up to and including 20,000 lbs. ; LOADERS: Loaders, rubber- tired type, less than 25,000 lbs; Elevating Grader Operator, Tractor Towed requiring Operator or Grader; Elevating loader operator, Athey and similar types; OILERS: Service oiler (Greaser) ; PIPELINE-SEWER WATER: Hydra hammer or similar 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 I 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; Chip Spreading machine operator; Lime spreading operator, construction job Biter; SWEEPERS: Sweeper operator (Wayne type) self-propelled construction job site; TRACTOR-RUBBER TIRED: Tractor operator, rubber-tired, 50 hp flywheel and under; Trenching machine operator, maximum digging capacity 3 ft depth; TUNNEL: Dinkey 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 (excluding 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; WA070001 Modification 19 27 Federal Wage Determination 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 operator, mechanical, self-propelled; Hydrographic Seeder Machine Operator; TRENCHING MACHINE: Oiler; Grade Oiler; TUNNEL: Conveyor operator; Air filtration equipment operator ENGI0701-003 01/01/2007 CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH) , SKAMANIA, AND WAHKIAKUM COUNTIES DREDGING: Rates Fringes Dredging: ZONE A ASSISTANT ENGINEER. . . . . . . . .$ 33.58 10.80 ASSISTANT MATE. . . . . . . . . . . . .$ 29.57 10.80 LEVERMAN, DIPPER, FLOATING CLAMSHELL. . . . . . . . .$ 35.97 10.80 LEVERMAN, HYDRAULIC. . . . . . . .$ 35.97 10.80 TENDERMAN. . . . . . . . . . . . . . . . . .$ 32.49 10.80 ZONE B ASSISTANT ENGINEER. . . . . . . . .$ 35.58 10.80 ASSISTANT MATE. . . . . . . . . . . . .$ 31.57 10.80 LEVERMAN, DIPPER, FLOATING CLAMSHELL. . . . . . . . .$ 37.97 10.80 LEVERMAN, HYDRAULIC. . . . . . . .$ 37.97 10.80 TENDERMAN. . . . . . . . . . . . . . . . . .$ 34.49 11.00 ZONE C ASSISTANT ENGINEER. . . . . . . . .$ 36.58 10.80 ASSISTANT MATE. . . . . . . . . . . . .$ 32.57 10.80 LEVERMAN, DIPPER, FLOATING CLAMSHELL. . . . . . . . .$ 38.97 10.80 LEVERMAN, HYDRAULIC. . . . . . . .$ 38.97 10.80 TENDERMAN. . . . . . . . . . . . . . . . . .$ 35.49 10.80 ZONE DESCRIPTION FOR DREDGING: ZONE A - All jobs or projects located within 30 road miles of Portland City Hall. ZONE B - Over 30-50 road miles from Portland City Hall. ZONE C - Over 50 road miles from Portland City Hall. *All jobs or projects shall be computed from the city hall by the shortest route to the geographical center of the project. ---------------------------------------------------------------- WA070001 Modification 19 28 Federal Wage Determination r IRON0014-005 07/01/2007 ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND ORIELLE, SPOKANE, STEVENS, WALLA WALLA AND WHITMAN COUNTIES Rates Fringes IRONWORKER. . . . . . . . . . . . . . . . . . . . . . .$ 28.22 15.52 ---------------------------------------------------------------- IRON0029-002 07/01/2007 CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA, AND WAHKAIKUM COUNTIES Rates Fringes IRONWORKER. . . . . . . . . . . . . . . . . . . . . . .$ 30_25------------15_52 IRON0086-002 07/01/2007 YAKIMA, KITTITAS AND CHELAN COUNTIES Rates Fringes IRONWORKER. . . . . . . . . . . . . . . . . . . . . . .$ 29.00 15.52 IRON0086-004 07/01/2007 CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PIERCE, SKAGIT, SNOHOMISH, THURSTON, AND WHATCOM COUNTIES Rates Fringes IRONWORKER. . . . . . . . . . . . . . . . . . . . . . .$ 32.40 15.52 ---------------------------------------------------------------- r WA070001 Modification 19 29 Federal Wage Determination LAB00001-002 06/01/2007 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 I. . . . . . . . . . . . . . . . . . . .$ 20.25 8.26 GROUP 2. . . . . . . . . . . . . . . . . . . .$ 22.81 8.26 GROUP 3. . . . . . . . . . . . . . . . . . . .$ 28.04 8.26 GROUP 4. . . . . . . . . . . . . . . . . . . .$ 28.55 8.26 GROUP 5. . . . . . . . . . . . . . . . . . . .$ 29.00 8.26 CHELAN, DOUGLAS (WEST OF THE 120TH MERIDIAN) , KITTITAS AND YAKIMA COUNTIES GROUP 1. . . . . . . . . . . . . . . . . . . .$ 16.58 8.26 GROUP 2. . . . . . . . . . . . . . . . . . . .$ 19.00 8.26 GROUP 3. . . . . . . . . . . . . . . . . . . .$ 20.80 8.26 GROUP 4. . . . . . . . . . . . . . . . . . . .$ 21.30 8.26 GROUP 5. . . . . . . . . . . . . . . . . . . .$ 21.67 8.26 ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES) : ZONE 2 - $ .70 ZONE 3 - $1.00 BASE POINTS: CHELAN, SUNNYSIDE, WENATCHEE, AND YAKIMA ZONE 1 - Projects within 25 radius miles of the respective city hall ZONE 2 - More than 25 but less than 45 radius miles from the respective city hall ZONE 3 - More than 45 radius miles from the respective city hall BASE POINTS: BELLINGHAM, MT. VERNON, EVERETT, SEATTLE, KENT, TACOMA, OLYMPIA, CENTRALIA, ABERDEEN, SHELTON, PT. TOWNSEND, PT. ANGELES, AND BREMERTON WA070001 Modification 19 30 Federal Wage Determination r r 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 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) ; Maintenance Person; Material Yard Person; Pot Tender; Rip Rap Person; Riggers; Scale Person; Sloper Sprayer; Signal Person; Stock Piler; Stake Hopper; Toolroom Man (at job site) ; Topper-Tailer; Track Laborer; Truck Spotter; Vinyl Seamer GROUP 4: Cement Dumper-Paving; Chipping Gun (over 30 lbs.) ; Clary Power Spreader; Concrete Dumper/Chute Operator; Concrete Saw Operator; Drill Operator (hydraulic, diamond, aiartrac) ; Faller and Bucker Chain Saw; Grade Checker and Transit Person; Groutmen (pressure) including post tension beams; Hazardous Waste Worker (Level B) ; High Scaler; Jackhammer; Laserbeam Operator; Manhole Builder-Mudman; Mortarman and Hodcarrier; 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; Powderman; Re-Timberman; Hazardous Waste Worker (Level A) . ---------------------------------------------------------------- WA070001 Modification 19 31 Federal Wage Determination r r LAB00238-004 06/01/2007 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. . . . . . . . . . . . . . . . . . . .$ 19.71 7.45 GROUP 2. . . . . . . . . . . . . . . . . . . .$ 21.81 7.45 GROUP 3. . . . . . . . . . . . . . . . . . . .$ 22.08 7.45 GROUP 4. . . . . . . . . . . . . . . . . . . .$ 22.35 7.45 GROUP 5. . . . . . . . . . . . . . . . . . . .$ 22.63 7.45 GROUP 6. . . . . . . . . . . . . . . . . . . .$ 24.00 7.45 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, r 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 WA070001 Modification 19 32 ' Federal Wage Determination 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 raises and shafts) GROUP 6 - Powderman ---------------------------------------------------------------- i ' WA070001 Modification 19 33 Federal Wage Determination LAB00238-006 06/01/2007 COUNTIES EAST OF THE 120TH MERIDIAN: ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND OREILLE, STEVENS, SPOKANE, WALLA WALLA, WHITMAN Rates Fringes Hod-Carrier_____�__�_�______�_�_�$ 23.40 ----------7_45 ' --------- ------- LAB00335-001 06/01/2007 CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH OF A STRAIGHT LINE MADE BY EXTENDING THE NORTH BOUNDARY LINE OF WAHKIAKUM COUNTY WEST TO THE PACIFIC OCEAN) , SKAMANIA AND WAHKIAKUM COUNTIES Rates Fringes Laborers: ZONE 1: GROUP 1. . . . . . . . . . . . . . . . . . . .$ 25.94 8.25 GROUP 2. . . . . . . . . . . . . . . . . . . .$ 26.54 8.25 GROUP 3. .$ 26.98 8.25 ' GROUP 4. . . . . . . . . . . . . . . . . . . .$ 27.36 8.25 GROUP 5. . . . . . . . . . . . . . . . . . . .$ 23.44 8.25 GROUP 6. . . . . . . . . . . . . . . . . . . .$ 21.02 8.25 GROUP 7. . . . . . . . . . . . . . . . . . . .$ 17.82 8.25 Zone Differential (Add to Zone 1 rates) : Zone 2 $ 0.65 Zone 3 - 1.15 Zone 4 - 1.70 Zone 5 - 2.75 BASE POINTS: GOLDENDALE, LONGVIEW, AND VANCOUVER ZONE 1: Projects within 30 miles of the respective city all. ZONE 2: More than 30 miles but less than 40 miles from the respective city hall. ZONE 3: More than 40 miles but less than 50 miles from the respective city hall. ZONE 4: More than 50 miles but less than 80 miles from the respective city hall. ZONE 5: More than 80 miles from the respective city hall. WA070001 Modification 19 34 Federal Wage Determination LABORERS CLASSIFICATIONS GROUP 1: Asphalt Plant Laborers; Asphalt Spreaders; Batch Weighman; Broomers; Brush Burners and Cutters; Car and Truck Loaders; Carpenter Tender; Change-House Man or Dry Shack Man; Choker Setter; Clean-up Laborers; Curing, Concrete; Demolition, Wrecking and Moving Laborers; Dumpers, road oiling crew; Dumpmen (for grading crew) ; ' Elevator Feeders; 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 ' WA070001 Modification 19 35 Federal Wage Determination GROUP 4: Asphalt Raker; Concrete Saw Operator (walls) ; Concrete Nozzelman; Grade Checker; Pipelayer; Laser Beam (pipelaying)-applicable when employee assigned to move, set up, align; Laser Beam; Tunnel Miners; Motorman-Dinky Locomotive-Tunnel; Powderman-Tunnel; Shield Operator-Tunnel GROUP 5: Traffic Flaggers ' GROUP 6: Fence Builders GROUP 7: Landscaping or Planting Laborers ---------------------------------------------------------------- LAB00335-010 06/01/2007 ' 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 Hod Carrier. . . . . . . . . . . . . . . . . . . . . .$ 27.96 8.25 ' ---------------------------------------------------------------- PAIN0005-002 06/01/2006 STATEWIDE EXCEPT CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH) , SKAMANIA, AND WAHKIAKUM COUNTIES Rates Fringes Painters: STRIPERS. . . . . . . . . . . . . . . . . . . .$ 24.48 10.42 ---------------------------------------------------------------- PAIN0005-004 07/01/2007 CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, ' MASON, PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM COUNTIES Rates Fringes PAINTER--------------------------$ 91 6 85 -19_ ------------- - - WA070001 Modification 19 36 Federal Wage Determination PAIN0005-006 07/01/2007 ADAMS, ASOTIN; BENTON AND FRANKLIN (EXCEPT HANFORD SITE) ; CHELAN, COLUMBIA, DOUGLAS, FERRY, GARFIELD, GRANT, KITTITAS, LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMA COUNTIES ' Rates Fringes Painters: Application of Cold Tar Products, Epoxies, Polyure thanes, Acids, Radiation Resistant Material, Water and Sandblasting, Bridges, Towers, Tanks, Stacks, Steeples. . . . . . . . . . . . . . . . . .$ 20.84 7.38 Over 30'/Swing Stage Work. .$ 21.54 7.38 Brush, Roller, Striping, Steam-cleaning and Spray. . . .$ 15.09 6.18 Lead Abatement, Asbestos Abatement. . . . . . . . . . . . . . . . . . .$ 20.84 7.38 TV Radio, Electrical Transmission Towers. . . . . . . . .$ 21.59 7.38 Over 30'/Swing Stage Work. .$ 22.29 7.38 ' *$.70 shall be paid over and above the basic wage rates listed for work on swing stages and high work of over 30 feet. ---------------------------------------------------------------- PAIN0055-002 09/01/2007 CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA, AND WAHKIAKUM COUNTIES Rates Fringes Painters: Brush & Roller. . .$ 19.29 7.05 High work - All work 60 ' ft. or higher. . . . . . . . . . . . . . .$ 20.04 7.05 Spray and Sandblasting. . . . . .$ 29.89 7.05 ----- --------------------------------------------------------- PAIN0055-007 06/01/2007 CLARK, COWLITZ, KLICKITAT, SKAMANIA and WAHKIAKUM COUNTIES Rates Fringes Painters: HIGHWAY & PARKING LOT STRIPER. . . . . . . . . . . . . . . . . . . . .$ 28.27 8.27 ---------------------------------------------------------------- WA070001 Modification 19 37 Federal Wage Determination PLAS0072-004 06/01/2007 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 Cement Mason/Concrete Finisher ZONE 1: . . . . . . . . . . . . . . . . . . . . .$ 24.68 7.98 Zone Differential (Add to Zone 1 rate) : Zone 2 - $2.00 BASE POINTS: Spokane, Pasco, Moses Lake, Lewiston Zone 1: 0 - 45 radius miles from the main post office ' Zone 2: Over 45 radius miles from the main post office ---------------------------------------------------------------- PLAS0528-001 06/01/2007 CLALLAM, COWLITZ, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PACIFIC, PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON, WAHKIAKUM AND WHATCOM COUNTIES 1 Rates Fringes Cement Masons: CEMENT MASON. . . . . . . . . . . . . . . .$ 32.69 11.89 COMPOSITION, COLOR MASTIC, TROWEL MACHINE, GRINDER, -----POWER-TOOLS, GUNNITE NOZZLE$-33_19------------11_89- ---------------- ------ PLAS0555-002 06/01/2007 CLARK, KLICKITAT AND SKAMANIA COUNTIES ZONE 1: Rates Fringes Cement Masons: CEMENT MASONS DOING BOTH COMPOSITION/POWER MACHINERY AND SUSPENDED/HANGING SCAFFOLD. .$ 26.61 14.83 CEMENT MASONS ON SUSPENDED, SWINGING AND/OR HANGING SCAFFOLD. . . . . . . . . . . .$ 26.10 14.83 CEMENT MASONS. . . . . . . . . . . . . . .$ 25.59 14.83 COMPOSITION WORKERS AND POWER MACHINERY OPERATORS. . .$ 26.10 14.83 WA070001 Modification 19 38 Federal Wage Determination Zone Differential (Add To Zone 1 Rates) : ' Zone 2 - $0.65 Zone 3 - 1.15 Zone 4 - 1.70 ' Zone 5 - 3.00 BASE POINTS: BEND, CORVALLIS, EUGENE, MEDFORD, PORTLAND, SALEM, THE DALLES, VANCOUVER ' ZONE 1: Projects within 30 miles of the respective city hall ZONE 2: More than 30 miles but less than 40 miles from the respective city hall. ' ZONE 3: More than 40 miles but less than 50 miles from the respective city hall. ZONE 4: More than 50 miles but less than 80 miles from the respective city hall. ' ZONE 5: More than 80 miles from the respective city hall ---------------------------------------------------------------- PLUM0032-002 06/01/2007 ' CLALLAM, KING AND JEFFERSON COUNTIES Rates Fringes ' Plumbers and Pipefitters. . . . . . . . .$ 38.88 17.51 ---------------------------------------------------------------- PLUM0032-003 06/01/2007 ' CHELAN, KITTITAS (NORTHERN TIP) , DOUGLAS (NORTH) , AND OKANOGAN (NORTH) COUNTIES ' Rates Fringes Plumbers and Pipefitters. . . . . . . . .$ 26.78 14.29 ---------------------------------------------------------------- PLUM0044-003 12/01/2006 ADAMS (NORTHERN PART) , ASOTIN (CLARKSTON ONLY) , FERRY (EASTERN ' PART) , LINCOLN, PEND ORIELLE, STEVENS, SPOKANE, AND WHITMAN COUNTIES Rates Fringes Plumbers and Pipefitters ' ADAMS (NORTHERN PART) , ASOTIN (CLARKSTON ONLY) , FERRY (EASTERN PART) , LINCOLN, PEND ORIELLE AND ' STEVENS AND SPOKANE COUNTIES. . . . . . . . . . . . . . . . . . . .$ 29.14 12.81 WHITMAN COUNTY. . . . . . . . . . . . . .$ 35.24 12.81 ---------------------------------------------------------------- 1 WA070001 Modification 19 39 Federal Wage Determination PLUM0082-001 06/01/2007 CLARK (NORTHERN TIP INCLUDING WOODLAND) , COWLITZ, GRAYS HARBOR, ' LEWIS, MASON (EXCLUDING NE SECTION) , PACIFIC, PIERCE SKAMANIA, THURSTON AND WAHKIAKUM COUNTIES Rates Fringes Plumbers and Pipefitters. . . . . . . . .$ 35.55 15.32 ---------------------------------------------------------------- PLUM0265-003 06/01/2007 ISLAND, SKAGIT, SNOHOMISH,SAN JUAN AND WHATCOM COUNTIES ' Rates Fringes Plumbers and-Pipefitters______��_$ 35.55------------15_32 ' ------------ ------ ------- PLUM0290-003 4/01/2007 CLARK (ALL EXCLUDING NORTHERN TIP INCLUDING CITY OF WOODLAND) ' Rates Fringes Plumbers and Pipefitters. . . . . . . . .$ 34.99 18.23 ' ---------------------------------------------------------------- PLUM0598-005 06/01/2007 ADAMS (SOUTHERN PART) , ASOTIN (EXCLUDING THE CITY OF CLARKSTON) , BENTON, COLUMBIA, DOUGLAS (EASTERN HALF) , FERRY (WESTERN PART) , FRANKLIN, GARFIELD, GRANT, KITTITAS (ALL BUT t NORTHERN TIP) , KLICKITAT, LINCOLN (WESTERN PART) , OKANOGAN (EASTERN) , WALLA WALLA AND YAKIMA COUNTIES Rates Fringes ' PLUMBER. . . . . . . . . . . . . . . . . . . . . . . . . .$ 35.69 18.55 ---------------------------------------------------------------- t t WA070001 Modification 19 40 Federal Wage Determination 1 PLUM0631-001 06/01/2007 MASON (NE SECTION) , AND KITSAP COUNTIES Rates Fringes ' Plumbers and Pipefitters All new construction, additions, and remodeling of commercial building projects such as: cocktail lounges and taverns, professional buildings, medical clinics, retail stores, hotels and motels, restaurants and fast food ' types, gasoline service stations, and car washes where the plumbing and mechanical cost of the ' project is less than $100,000. $ 27.39 11.18 All other work where the plumbing and mechanical ' cost of the pro3ect is $100,000 and over. . . . . . . . . . .$ 34.90 15.32 ---------------------------------------------------------------- ' TEAM0037-002 06/01/2007 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. . . . . . . . . . . . . . . . . . . .$ 25.65 11.63 ' GROUP 2. .$ 25.77 11.63 GROUP 3. . . . . . . . . . . . . . . . . . . .$ 25.90 11.63 GROUP 4. . . . . . . . . . . . . . . . . . . .$ 26.16 11.63 ' GROUP 6. . . . . . . . . . . . . . . . . . . .$ 26.54 11.63 GROUP 6. .$ 26.59 11.63 GROUP 7. .$ 26.74 11.63 ' Zone Differential (Add to Zone 1 Rates) : Zone 2 - $0.65 Zone 3 - 1.15 Zone 4 - 1.70 ' Zone 5 - 2.75 WA070001 Modification 19 41 Federal Wage Determination BASE POINTS: ASTORIA, THE DALLES, LONGVIEW AND VANCOUVER ZONE 1: Projects within 30 miles of the respective city ' hall. ZONE 2: More than 30 miles but less than 40 miles from the respective city hall. ZONE 3: More than 40 miles but less than 50 miles from the ' respective city hall. ZONE 4: More than 50 miles but less than 80 miles from the respective city hall. ZONE 5: More than 80 miles from the respective city hall. TRUCK DRIVERS CLASSIFICATIONS GROUP 1: A Frame or Hydra lift 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 trucks: 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 WA070001 Modification 19 42 Federal Wage Determination GROUP 4: Asphalt Burner; Dump Trucks, side, end and bottom dumps, including Semi-Trucks and Trains or combinations thereof: over 30 cu. yds. and including 50 cu. yds. includes Articulated Dump Trucks; Fire Guard; Transit Mix and Wet or Dry Mix Trucks, over 11 cu. yds. and including 15 cu. yds.; Water Wagon (rated capacity) over 10,000 gallons to 15,000 gallons GROUP 5: Composite Crewman; Dump Trucks, side, end and ' bottom dumps, including Semi Trucks and Trains or combinations thereof: over 50 cu. yds. and including 60 cu. yds. includes Articulated Dump Trucks ' GROUP 6: Bulk Cement Spreader w/o Auger; Dry Pre-Batch concrete Mix Trucks; Dump trucks, side, end and bottom dumps, including Semi Trucks and Trains of combinations ' thereof: over 60 cu. yds. and including 80 cu. yds., and includes Articulated Dump Trucks; Skid Truck GROUP 7: Dump Trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations thereof: over 80 cu. yds. and including 100 cu. yds., includes Articulated Dump Trucks; Industrial Lift Truck (mechanical tailgate) ---------------------------------------------------------------- ' TEAM0174-001 06/01/2007 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: . . . . . . . . . . . . . . . . . . .$ 29.42 12.48 GROUP 2: . . . . . . . . . . . . . . . . . . .$ 28.71 12.48 ' GROUP 3: . . . . . . . . . . . . . . . . . . .$ 26.18 12.48 GROUP 4: .$ 21.69 12.48 GROUP 5: . . . . . . . . . . . . . . . . . . .$ 29.07 12.48 ' ZONE B (25-45 miles from center of listed cities*) : Add $.70 per hour to Zone A rates. ZONE C (over 45 miles from center 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: WA070001 Modification 19 43 Federal Wage Determination BELLINGHAM CENTRALIA RAYMOND OLYMPIA EVERETT SHELTON ANACORTES BELLEVUE ' SEATTLE PORT ANGELES MT. VERNON KENT TACOMA PORT TOWNSEND ABERDEEN BREMERTON TRUCK DRIVERS CLASSIFICATIONS ' GROUP 1 - "A-frame or Hydralift" trucks and Boom trucks or similar equipment when "A" frame or "Hydralift" and Boom truck or similar equipment is used; Buggymobile; Bulk , Cement Tanker; Dumpsters and similar equipment, Tournorockers, Tournowagon, Tournotrailer, Cat DW series, Terra Cobra, Le Tourneau, Westinghouse, Athye Wagon, Euclid ' Two and Four-Wheeled power tractor with trailer and similar top-loaded equipment transporting material: Dump Trucks, side, end and bottom dump, including semi-trucks and trains or combinations thereof with 16 yards to 30 yards capacity: ' Over 30 yards $.15 per hour additional for each 10 yard increment; Explosive Truck (field mix) and similar equipment; Hyster Operators (handling bulk loose aggregates) ; Lowbed and Heavy Duty Trailer; Road Oil ' Distributor Driver; Spreader, Flaherty Transit mix used exclusively in heavy construction; Water Wagon and Tank Truck-3,000 gallons and over capacity GROUP 2 - Bulllifts, or similar equipment used in loading or ' unloading trucks, transporting materials on job site; Dumpsters, and similar equipment, Tournorockers, Tournowagon, Turnotrailer, Cat. D.W. Series, Terra Cobra, Le Tourneau, Westinghouse, Athye wagon, Euclid two and four-wheeled power tractor with trailer and similar top-loaded equipment transporting material: Dump trucks, side, end and bottom dump, including semi-trucks and trains or combinations thereof with less than 16 yards capacity; Flatbed (Dual Rear Axle) ; Grease Truck, Fuel Truck, Greaser, Battery Service Man and/or Tire Service Man; ' Leverman and loader at bunkers and batch plants; Oil tank transport; Scissor truck; Slurry Truck; Sno-Go and similar equipment; Swampers; Straddler Carrier (Ross, Hyster) and similar equipment; Team Driver; Tractor (small, , rubber-tired) (when used within Teamster jurisdiction) ; Vacuum truck; Water Wagon and Tank trucks-less than 3,000 gallons capacity; Winch Truck; Wrecker, Tow truck and similar equipment , GROUP 3 - Flatbed (single rear axle) ; Pickup Sweeper; Pickup Truck. (Adjust Group 3 upward by $2.00 per hour for onsite ' work only) GROUP 4 - Escort or Pilot Car GROUP 5 - Mechanic ' WA070001 Modification 19 44 ' Federal Wage Determination HAZMAT PROJECTS ' Anyone working on a HAZMAT job, where HAZMAT certification is required, shall be compensated as a premium, in addition to the classification working in as follows: ' LEVEL C: +$.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. TEAM0760-002 06/01/2007 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. .$ 19.27 10.70 GROUP 2. . . . . . . . . . . . . . . . . . . .$ 21.54 10.70 GROUP 3. . . . . . . . . . . . . . . . . . . .$ 22.04 10.70 ' GROUP . .$ 22. 10.70 5 GROUP . .$ 22.48 98 10.70 GROUP 6. . . . . . . . . . . . . . . . . . . .$ 22.65 10.70 GROUP 7. . . . . . . . . . . . . . . . . . . .$ 23.18 10.70 ' GROUP 8. . . . . . . . . . . . . . . . . . . .$ 23.51 10.70 - 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 ' WA070001 Modification 19 45 Federal Wage Determination t GROUP 2: Fish Truck; Flat Bed Truck; Fork Lift (3000 lbs. and under) ; Leverperson (loading trucks at bunkers) ; Trailer ' Mounted Hydro Seeder and Mulcher; Seeder & Mulcher; Stationary Fuel Operator; Tractor (small, rubber-tired, pulling trailer or similar equipment) GROUP 3: Auto Crane (2000 lbs. capacity) ; Buggy Mobile & , Similar; Bulk Cement Tanks & Spreader; Dumptor (6 yds. & under) ; Flat Bed Truck with Hydraullic System; Fork Lift , (3001-16,000 lbs.) ; Fuel Truck Driver, Steamcleaner & Washer; Power Operated Sweeper; Rubber-tired Tunnel Jumbo; Scissors Truck; Slurry Truck Driver; Straddle Carrier (Ross, Hyster, & similar) ; Tireperson; Transit Mixers & ' Truck Hauling Concrete (3 yd. to & including 6 yds.) ; Trucks, side, end, bottom & articulated end dump (3 yards to and including 6 yds. ) ; Warehouseperson (to include shipping & receiving) ; Wrecker & Tow Truck ' GROUP 4: A-Frame; Burner, Cutter, & Welder; Service Greaser; Trucks, side, end, bottom & articulated end dump (over 6 yards to and including 12 yds. ) ; Truck Mounted Hydro ' Seeder; Warehouseperson; Water Tank truck (0-8,000 gallons) GROUP 5: Dumptor (over 6 yds. ) ; Lowboy (50 tons & under) ; Self- loading Roll Off; Semi-Truck & Trailer; Tractor with Steer Trailer; Transit Mixers and Trucks Hauling Concrete (over 6 yds. to and including 10 yds.) ; Trucks, side, end, bottom and end dump (over 12 yds. to & including 20 yds.) ; Truck-Mounted Crane (with load bearing surface either mounted or pulled, up to 14 ton) ; Vacuum Truck (super sucker, guzzler, etc.) GROUP 6: Flaherty Spreader Box Driver; Flowboys; Fork Lift (over 16,000 lbs.) ; Dumps (Semi-end) ; Mechanic (Field) ; Semi- end Dumps; Transfer Truck & Trailer; Transit Mixers & Trucks Hauling Concrete (over 10 yds. to & including 20 yds. ) ; Trucks, side, end, bottom and articulated end dump (over 20 yds. to & including 40 yds.) ; Truck and Pup; 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 ' operated 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 WA070001 Modification 19 46 ' Federal Wage Determination t 1 Footnote A - 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-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 splash suit or fully encapsulated suit with a self-contained breathing apparatus. Employees shall be paid Hazmat pay in increments of four(9) and eight(8) hours. ' NOTE: Trucks Pulling Equipment Trailers: shall receive $.15Jhour over applicable truck rate ---------------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. _=====xx=x==x=x=x==xx====xsxxx=xcxxc-=-==xxxvx=x=x===xcxaxxxx=xs Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii) ) . ---------------------------------------------------------------- In the listing above, the "SU" designation means that rates listed under the identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. ---------------------------------------------------------------- ' WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: ' * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests ' for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the ' Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. WA070001 Modification 19 47 Federal Wage Determination 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 ' WA070001 Modification 19 48 ' Federal Wage Determination ta®7- 3 PUBLIC WORKS ADMINISTRATION Larry R. Blanchard Public Works Director 400 West Gowe COPY Kent, WA 98032 KENT Fax: 253-856-6500 W A S H I N G T O N PHONE: 253-856-5500 January 13, 2009 First Mutual Bank 4102 California Avenue SW Seattle, Washington 98166 Attention: Escrow Department The City of Kent hereby authorizes you to release to the contractor: Dennis R. Craig Construction, Inc. their retainage. It should be in the amount of $13,364.98. Their escrow number is: 00612024403 Project Name: 2nd Avenue Pedestrian Improvements Contract Number: 05-3010 Sincerely, Larry R. Blanchard Public Works Director Copy: City Attorney Finance Director City Clerk Dennis R. Craig Construction, Inc. Y LRB/jc G MAYOR SUZETTE COOKE City of Kent Public Works}Department